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 2/27/2014 Project Addendum No. 8 PID No HAM IR Major Reconstruction Letting: April 3, 2014 Notice to all Bidders and Suppliers to please be advised of the attached Proposal Addendum. For internet access to information referenced in this addendum, please see the ODOT web site at -> ftp://ftp.dot.state.oh.us/pub/contracts/attach/ham-77628/ 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 HAM ; PID Project Completion Date Change: No Bid Item Revisions, Additions, or Deletions: No Funding Splits Required: No Please be advised of the following: The Design Build Project Scope has been revised to address prebid questions as well as internal revisions. A clean version and track changes version with revision details have been included. Drainage Appendix-C has been changed from a contractual appendix to a reference file. Below are several revisions to the scope not directly related to prebid questions: Section has been revised. Reference file CMT Bridges.dgn has been provided which includes existing bridge pier information. Clarification regarding which elements of the typical sections are contractural basic configuration has been provided in scope section The proposed ADA accessible path from MLK to Stanton, listed in scope section 9.2.3, has been removed as an existing alternate ADA route has already been identified. The two existing railroad tunnels per scope section have been broken out with specific requirements for each. Scope section has been revised to state that proposed MLK lighting shall be installed within the tree lawn. Scope section has been revised. Revise PN /15/ ESCROW BID DOCUMENTS as follows: Revise the last sentence of the last paragraph under the heading 1. Scope and Purpose. as follows: These documents can be scanned in a format acceptable to the Department and submitted on a CD(s), flash drive(s), or be submitted on paper, or a combination of the three types. The submittal container for the flash drive shall be one which will adequately protect the flash drive from normal shipping and is adequately sized to ensure easy retrievability and visibility.

3 Replace the following linked Appendices (revision details [track changes version is included]): Traffic Appendix-C (wattage requirements modified) Revise the following linked Appendices (revision details) Traffic Appendix-D1 (added a McMillan Street/Ramp F signal layout sheet) Add the following linked Appendices: General Appendix-E Public Events Environmental Appendix-H1-Environmental Site Assessment (ESA) Screening Environmental Appendix-H2-Phase I Enviro Site Assessment (ESR) Report Environmental Appendix-H3-Phase II Enviro Site Assessment (ESR) Report Environmental Appendix-H5-Phase I History-Architecture Survey Addendum Add the following linked Reference Documents: DMS_Support_Standards (Zip file) PID_90683_DMS_Cut_Sheets (Zip file) CMT Bridges (Dgn file) Plan sheets: No Answers to Prebid Questions: Yes Q1: Submitted on 4:12:21 PM A1: A signal layout for McMillan Street and Ramp F has been added to Traffic Appendix-D1 per this addendum. Q2: Submitted on 9:02:13 AM A2: Scope section has been revised to state Design vehicle, turning from the appropriate single turn approach lane, need not maintain lane if turning into multiple lanes; however, the design vehicle shall not cross the centerline into opposing traffic, except for the intersection of Whittier and Stanton.. Information regarding dual turn lanes has been provided in section as well. Q3: Submitted on 9:02:23 AM A3: See revised scope section for details regarding third party billing for Duke lighting work. Electrical service/circuitry is provided by Duke Electric for equipment on Duke Electric poles. Q4: Submitted on 9:02:36 AM A4: See revised scope section for details regarding which Duke poles are available for lighting. Duke Electric will install all lighting on their poles. Q5: Submitted on 9:02:44 AM A5: See revised scope section for details regarding Duke pole lighting.

4 Q6: Submitted on 9:02:53 AM A6: See revised scope section for details regarding adjustment to the average to minimum ratio and supplemental pole information. Q7: Submitted on 9:03:28 AM A7: See revised scope section for clarification regarding 240V circuits. Q8: Submitted on 9:04:20 AM A8: Work required for McMillan Street has been provided in the appropriate subsections of section 13. Q9: Submitted on 9:05:22 AM A9: Environmental Appendices H1, H2, H3 (cover sheet only), and H5 are provided per this addendum. H3 will be provided as soon as it s available. Q10: Submitted on 4:04:41 PM A10: See revised scope section for details regarding Duke pole lighting. Q11: Submitted on 10:49:11AM A11: Reference to multiple lane ramp lengths in Section Ramps (general), has been deleted per this addendum. Q12: Submitted on 2:28:29 PM A12: The reference to BR-2-98 bridge railing has been removed from the scope per this addendum. Q13: Submitted on 7:29:57 AM A13: Traffic Appendix-C has been revised regarding luminaire wattage requirements. Q14: Submitted on 5:15:16 PM A14: Scope section has been revised to allow for any overlap of proposed Ramp E pavement with existing Ramp TH pavement to be planed and paved instead of full depth replacement. Q15: Submitted on 6:09:46 PM A15: Scope section has been revised to provide clarification regarding BMPs. Q16: Submitted on 2:50:14 PM A16: Pedestrian lighting requirements have been provided per the revised scope section Q17: Submitted on 2:50:22 PM A17: Section has added the following Any cable, power services and control centers impacted by construction shall be replaced with new. New power services shall be metered.. Q18: Submitted on 2:50:42 PM A18: Section has added the following The DBT should assume a worst case and run new cable to the nearest splice box, even if that is outside the limits of construction. Existing interconnect cable and messenger wire cannot be relocated and reused.

5 Q19: Submitted on 3:15:35 PM A19: Section has been revised as follows The existing DMS signs shall be relocated by the DBT to the new truss. All components in the cabinet, DMS controller and network gear, will be relocated to a new cabinet. Any existing equipment necessary to make the DMS operational shall be relocated to the new truss. New DMS signs are not required as listed in Traffic Appendix- E16. Q20: Submitted on 4:20:06 PM A20: Yes, a flash drive is acceptable. See above for details. Q21: Submitted on 5:06:48 PM A21: Requirements to follow Drainage Appendix C condition ratings have been removed. Drainage Appendix C has been changed from a contract document to a reference document. Refer to revised scope sections and for details. Q22: Submitted on 5:07:03 PM A22: Requirements to follow Drainage Appendix C condition ratings have been removed. Drainage Appendix C has been changed from a contract document to a reference document. Refer to revised scope sections and for details. Q23: Submitted on 5:07:23 PM A23: Requirements to follow Drainage Appendix C condition ratings have been removed. Drainage Appendix C has been changed from a contract document to a reference document. Refer to revised scope sections and for details. Q24: Submitted on 5:07:39 PM A24: Requirements to follow Drainage Appendix C condition ratings have been removed. Drainage Appendix C has been changed from a contract document to a reference document. Refer to revised scope sections and for details. Q25: Submitted on 5:08:01 PM A25: Requirements to follow Drainage Appendix C condition ratings have been removed. Drainage Appendix C has been changed from a contract document to a reference document. Refer to revised scope sections and for details. Q26: Submitted on 8:58:50 AM A26: Scope section has been revised by adding the following: The Department shall host and maintain social media sites (i.e. District 8 website, Facebook, Twitter).. Q27: Submitted on 8:59:04 AM A27: Scope section has been revised by adding the following text to the end of the third paragraph: The Department shall supply any tools or processes mentioned above. Q28: Submitted on 8:59:16 AM A28: The list of public events has been provided as General Appendix-E. Q29: Submitted on 8:59:27 AM A29: Scope section has been revised to provide clarification on what the DBT is to provide regarding the ground breaking and ribbon cutting events.

6 Q30: Submitted on 10:45:31 AM A30: Requirements to follow Drainage Appendix C condition ratings have been removed. Drainage Appendix C has been changed from a contract document to a reference document. Refer to revised scope sections and for details. Q31: Submitted on 10:45:49 AM A31: Requirements to follow Drainage Appendix C condition ratings have been removed. Drainage Appendix C has been changed from a contract document to a reference document. Refer to revised scope sections and for details. Q32: Submitted on 10:46:05 AM A32: Scope section 10.3 added the following: This section is applicable to all roadways in which the City of Cincinnati is listed as the Maintaining Agency in Table 1.7 of this Scope. If ODOT is listed as the Maintaining Agency in Table 1.7 of this Scope, then design shall follow L&D Volume 2, except as noted in Section 10.2 of this scope. Q33: Submitted on 11:05:09 AM A33: The 2 undercut, as revised per Addendum 6, was in error and has been revised back to 2 per this addendum. Q34: Submitted on 11:31:08 PM A34: Scope section 13.3 has been revised such that the DBT shall include a photometric analysis for one of the three manufacturers listed in Traffic Appendix-C. Also, Traffic Appendix-C wattage requirements have been revised. Q35: Submitted on 11:40:24 PM A35: The requested information has bee provided as reference files DMS_Support_Standards.zip and PID_90683_DMS_Cut_Sheets.zip. Q36: Submitted on 11:41:46 PM A36: All work regarding VDS has been removed from the scope. Scope section refers to vendor maintained speed sensors. Q37: Submitted on 11:43:24 PM A37: Requirements to follow Drainage Appendix C condition ratings have been removed. Drainage Appendix C has been changed from a contract document to a reference document. Refer to revised scope sections and for details. Q38: Submitted on 9:05:11 AM A38: Scope section has been revised by adding the following text: The Interchange Justification Study provided in Roadway Appendix-B conveys basic configuration lane assignments..

7 HAM-71 & Dr. Martin Luther King, Jr. Interchange Design Build Project Scope HAM PID February 25, 2014

8 Contents 1 General Project Context & Introduction Project Requirements Environmental Commitments Basic Configuration Conceptual Plans and Reference Documents Project Location and Limits Maintaining Agencies Major Plan Submissions to the Department Project Management Plan Public Information and Communication Crisis Management Design Submission Requirements As-Built Construction Plans Project Datum and Survey Control Construction Noise (City of Cincinnati) Airway Highway Clearance for Airports and Heliports Limited Access Governing Regulations Supplemental Specifications and Standard Construction Drawings Coordination with Other Projects Field Office Copier, Printer, Fax, and Scanning System Specifications Preconstruction Audio-Video Color Recording General Digital Video Information Digital Video Coverage Sustainability Document Management Environmental Items NEPA /25/2014 1

9 3.2 Ecological Resources Cultural Resources Section 4(f) Resources Not Used Hazardous Materials/Waste Non-Use of Asbestos-Containing Materials: Site Specific Health and Safety Plan (SSHSP): Work Involving Non-Regulated Materials: Buildings Demolished: Bridge/Structure Asbestos - Notification Requirements Involving the Renovation and Demolition of Structures, as per OAC : Asbestos Contaminated Debris & Solid Waste: Control of Air Emissions, Leachate, Surface Water Run-On/Off, Explosive and Toxic Gas Migration, and the Protection of Ground Water as per OAC : Petroleum Contaminated Soils (PCS): Underground Storage Tanks (USTs): Low Strength Mortar (LSM) Protection of Groundwater: Environmental Justice: Pedestrian and bicycle accommodations: Fredonia Bridge Replacement: Union Street, Savoy Place, and Van Buren Avenue Connection: Permitting Requirements: /401 USACE Waterway Permits National Pollutant Discharge Elimination System (NPDES) Permit Floodplain Impacts Public Involvement Utilities General Governing Regulations for Utility Design and Construction Utility Contacts Utility coordination Scheduling of Utility Relocation Work /25/2014 2

10 5.1.2 Deadlines and Delays Changes to the Utility Work Utility Owner to Perform Inspections Reimbursement Process Continuity of Utility Service Existing Utility Locations Underground Utilities Overhead Utilities Known Utility Conflicts Protection of Utility Facilities Existing Utility Facilities that Cannot Be Impacted by the Proposed Work Known Utility Facility Relocations Cincinnati Metropolitan Sewer District (MSD) Sanitary and Combined Sewer Cincinnati Stormwater Management Utility (SMU) Greater Cincinnati Water Works (GCWW) City of Cincinnati Department of Transportation and Engineering Other Utility Facility Relocations Duke Energy Electric Relocation Duke Energy Gas SUE Right-of-Way General Monument Construction Asbestos Testing Billboard on Martin Luther King Boulevard Geotechnical Subsurface Exploration Design and Construction Requirements Subgrade Treatment Permissible Slopes Retaining Walls Payment Pavements /25/2014 3

11 8.1 Pavement Design Interstate Mainline, Ramps and Shoulders New Full Depth Flexible Sections (replaced shoulders, widen pavement, etc.) IR 71 & Existing Ramp TH: Plane and Pave locations New Full Depth Exit and Entrance Ramps City Streets Full Depth Sections Plane and pave locations Pavement Notes Roadway Governing Regulations Basic Configuration Roadway Plans Additional Mainline and Ramp requirements Additional City Street requirements: Design Designations Design Exceptions: Concrete Testing: Inspection and Compaction Testing of Unbound Materials Pay Items: Drainage Project Requirements Interstate Mainline and Ramps General Design for Storm Sewers Discharge Controls for Combined Sewers MSD Regulations Discharge Controls for Storm Sewers City of Cincinnati Regulations Detention / BMP Local Streets General Design for Storm Sewers and Combined Sewers Discharge Controls for Combined Sewers MSD Regulations Storm Sewers Connections to Existing Storm or Combined Sewers Payment /25/2014 4

12 11 Structures Governing Regulations General Bridge Criteria Foundations Substructures Structure Type Requirements and Limitations Superstructure Deck Approach Slabs Barriers Concrete Vandal Protection Fencing Sealing of Concrete Surfaces Non-Epoxy Bridge Load Ratings Weekend Overlay Note: Criteria for Bridges Bridges within project Limits: Existing Railroad Tunnels and Rail Line South of MLK Bridge No. HAM , McMillan Street over IR Bridge No. HAM E, NB ramp F Bridge No. HAM , William Howard Taft Road over IR Bridge No. HAM , Oak Street over IR Bridge No. HAM , Lincoln Avenue over IR Bridge No. HAM , Dr. Martin Luther King over IR Bridge No. HAM , Abandoned Conrail Railroad Bridge over IR Bridge No. HAM , SFN , Stanton Avenue over IR Bridge No. HAM , Fredonia Avenue over IR Bridge No. HAM , Blair Avenue over IR Bridge No. HAM , IR 71 over Victory Parkway Bridge No. HAM VCTRY 3691, Pedestrian bridge over Victory Parkway Not Used Traffic Control /25/2014 5

13 13.1 Pavement Markings and Delineators Pavement Marking Requirements and Locations: Raised Pavement Markers (RPM) Requirements and Locations: Delineators Barrier Reflectors Object Markers Payment Signing Flat Sheet Signs Extrusheet Signs Ground Mounted Post Supports Ground Mounted Beam Supports Overhead Supports Wayfinding Signs Bike Signs Payment Lighting Points of Contact for Street Lighting Highways and Streets to Be Lighted Highway Lighting Standards ODOT Facilities Street Light Standards City Facilities Outages Foundations Combination Signal Support Circuitry Requirements Payment Traffic Signals General Description of Intersections Gilbert and MLK MLK and Reading Lincoln, Reading and University Harvey, MLK and Vernon MLK and NB 71, Ramps A/B /25/2014 6

14 MLK and SB 71, Ramps C/D McMillan and NB 71, Ramp F Reading and Whittier Gilbert and Lincoln Buena Vista, Gilbert and Walter Points of Contact for Traffic Signals Signal Supports Vehicular Signal Heads with LED Lamp Units Pedestrian Heads, Features and Accommodations Pull box Conduit Cable and Wire: Controller and Cabinet Signal Interconnect Power Service Emergency Vehicle Preemption Equipment Removal, Salvage and Disposal Final Acceptance and Guarantee Maintenance of Traffic Signals System Analysis Payment Intelligent Transportation Systems (ITS) ITS Requirements Materials Warranty ITS Equipment Site Locations Safe Access Speed / Traveltime Coordination Ramp Meter Station (RMS) Fiber Optic Interconnect Cable H. Power, Grounding, and Surge Suppression ITS System Device Downtime Communication Outage and Restoration Notification Requirements /25/2014 7

15 Closed Circuit Television (CCTV) Camera System GPS Coordinates / As-Built Plans Payment Maintenance of Traffic MOT Restrictions Holiday or Event closures I-71 Mainline: Railroad Bridge Removal (Ham SFN ) Fredonia Bridge Removal and Stanton Ave. Bridge Construction (HAM SFN and HAM , SFN ) Taft SB off Ramp from I Local Roads Martin Luther King Bridge and Drive (Ham SFN Lincoln Avenue (Ham SFN ) Oak Street (Ham SFN ) William Howard Taft Bridge (Ham SFN ) McMillan Street (Ham SFN ) Ramp F - Entrance Ramp from McMillan to Northbound IR-71 (Ham E SFN ) Fredonia Road/Stanton Road/Whittier Road Reading Road Gilbert Avenue Victory Parkway TEM NOTES Truck Mounted Attenuator Maintenance of Traffic Signals and Street Lighting System Appendices References /25/2014 8

16 1 General 1.1 Project Context & Introduction Project - I-71 & Martin Luther King New Interchange Construction: This project is a comprehensive improvement of the local street network and the I-71 corridor in the Uptown area of the City of Cincinnati. Martin Luther King + Existing Taft/McMillan Ramps This project will construct a new combined tight diamond and folded diamond interchange at Martin Luther King Drive. The existing entrance ramp from McMillan Street and the existing exit ramp to Taft Road will remain in service once the project is complete. This configuration will improve access to the Uptown area by providing full access to/from I-71 at Martin Luther King Drive as well as maintaining access to the Taft Road/McMillan Street area. Following is a location map of the work involved as part of this project. The full version of this map is located in General Appendix-A. 2/25/2014 9

17 2/25/

18 1.2 Project Requirements The major goals of the project are to reduce travel times, simplify wayfinding, and promote economic vitality within the Uptown area of Cincinnati and neighboring communities. In addition, the project will improve safety as a result of updating roadway design to modern standards, reducing conflicting traffic on I-71, and reducing congestion on the adjacent surface streets. To this effect, the Design-Build Team (DBT) shall: Begin substantial field work prior to July 31, Substantial field work is defined as activities on the Critical Path excluding Mobilization, Maintenance of Traffic, Construction Layout, Clearing and Grubbing, Erosion Control, and other items that are not permanently incorporated into the final project. Complete all work with the exception of surface course, final pavement markings, and bridge painting by October 1, 2016, and all work shall be completed by June 30, Maintain traffic in accordance with the OMUCTD, ODOT Standard Construction Drawings and Section Environmental Commitments The Project shall be in compliance with all I-71 & MLK Environmental Documents provided to the DBT. Please refer to Section 3 for additional information. The DBT shall be knowledgeable of the Project s environmental record and the basis for the Project Decision. The DBT shall design and construct the Project in a manner that does not increase Project documented environmental impacts and does not increase the severity of each impact based on context and intensity individually or in accumulation with other Project impacts. 1.4 Basic Configuration The Project scope in its entirety along with elements of Roadway Appendix-A and the Interchange Justification Study (IJS) provided in Roadway Appendix-B constitute the Basic Configuration (see section for details). The design-build price proposal shall be consistent with the Basic Configuration subject only to such changes as may have been approved by the Department in accordance with the Alternative Technical Concepts, as described in the ITP/RFQ document. 1.5 Conceptual Plans and Reference Documents The DBT shall be solely responsible for design and construction for this contract in accordance with the Contract Documents and Basic Configuration Documents. Contract Documents consist of contractual requirements. Basic Configuration Documents are Contract Documents that contain elements of the Basic Configuration. These Basic Configuration elements shall be considered to be contract requirements. Please refer to Section 15 for a list of appendices, which represent Contract Documents. 2/25/

19 Reference Documents contained in the RFP are provided for informational purposes to assist the Proposers in preparing their Price Proposals, but the Reference Documents do not represent requirements binding on the Design-Builder. The Department makes no representation or warranty as to the accuracy, adequacy, applicability, or completeness of the Reference Documents. Except to the extent set forth to the contrary in the Contract, reliance upon the Reference Documents shall be at the Proposer s risk, and the Department shall have no liability or obligation as a result of the inaccuracy, inadequacy, inapplicability, or incompleteness of the Reference Documents, regardless of the contents thereof. Please refer to Section 16 for a list of reference documents. Each Proposer is responsible for reviewing Roadway Appendix-A in advance of submitting its bid, for purposes of assessing their adequacy for meeting the Contract requirements, and determining whether any changes are necessary or advisable. The Design-Builder shall be solely responsible for Project design and construction in accordance with the Contract. Contract Documents and Basic Configuration Documents have a Version Date. The Version Date represents the most recent Contract Document or Basic Configuration Document. Appendices that represent specifications, design standards, etc. may also have an Issue Date. The Issue Date represents the most recent publication date of the appendix item (by ODOT, City of Cincinnati, or others). 1.6 Project Location and Limits The project is located north of downtown Cincinnati, and involves work on I-71 and several city streets. The project limits shall be as set forth in the elements of Roadway Appendix-A and the Interchange Justification Study (IJS) provided in Roadway Appendix-B which constitute the basic configuration within the provided project right of way limits. The project limits are generally summarized as follows, including but not limited to: Work on I-71 NB extends from approximately 500 south of McMillan Street to approximately 1,500 north of the I-71 NB Bridge over Victory Parkway including all entrance and exit ramps. Work on I-71 SB extends from approximately 1,000 north of McMillan Street to approximately 100 north of the I-71 SB Bridge over Victory Parkway including all entrance and exit ramps. Work on Martin Luther King Drive is between approximately 300 west of Vernon Place and Lincoln Avenue Work on Reading Road is between Linton Street and approximately 70 north of Hickman Avenue. Work on University Avenue is between approximately 450 west of Reading Rd. to Reading Rd. Work on Lincoln Avenue is between Reading Rd. and May Street. Work on Gilbert Avenue is between Lincoln Avenue and approximately 600 east of Buena Vista Place. Work on Whittier Street is approximately 40 of approach work at the Reading Rd. intersection. 2/25/

20 Work on Hickman Avenue is approximately 50 of approach work at the Reading Rd. intersection. Work on Concordia Street is approximately 25 of approach work at the Lincoln Avenue intersection. Work on Foraker Avenue is approximately 50 of approach work at the Gilbert Avenue intersection. Work on Beecher Street is approximately 100 of approach work at the Gilbert Avenue intersection. Work on Buena Vista Place is approximately 50 of approach work at the Gilbert Avenue intersection including the approach to Walter Avenue from Buena Vista Place. Work on Winslow Avenue is approximately 100 of approach work at the Lincoln Avenue intersection. Work on Bowman Terrace is approximately 50 of approach work at the Reading Rd. intersection. Work on Union Street is approximately 70 of approach work at the Reading Rd. intersection. Work on Bartle Avenue is approximately 60 of approach work at the Martin Luther King Drive intersection. Work on Savoy Place is a Cul-De-Sac terminating at Martin Luther King Drive. Work on Van Buren Avenue is a new alignment connector between Borrman Avenue and Van Buren Avenue adjacent to Martin Luther King Drive. Work on Stanton Avenue is between the Martin Luther King Drive overpass to Whittier Street. Work on Whittier Street is between approximately 75 west of the Stanton Avenue intersection and the tie in at Fredonia Avenue. Work on Kerper Avenue is a Cul-De-Sac terminating at Martin Luther King Drive. Work on McMillan Street is between Essex Place and May Street. 1.7 Maintaining Agencies The table below indicates the maintaining agencies of roadways that are designed and constructed as part of this contract or shall be crossed by a new bridge or other structure as part of this contract. Table 1.7: Maintaining Agencies Roadway Maintaining Agency I-71 NB Ohio Department of Transportation I-71 SB Ohio Department of Transportation I-71 Ohio Department of Transportation Ramp A - NB Exit to MLK Ohio Department of Transportation Ramp B - NB entrance from MLK Ramp C -SB Exit to MLK Ramp D - SB Entrance from MLK Ramp E - SB Exit to William H. T. Ohio Department of Transportation Ohio Department of Transportation Ohio Department of Transportation Ohio Department of Transportation 2/25/

21 Roadway Ramp F -NB Entrance from McMillan Ramp TH - Existing SB exit to WHT Martin Luther King Drive (CR 612) Reading Road (US 42) Gilbert Avenue (US 22) Whittier Street Stanton Avenue Van Buren & Borrman connector McMillan Ave. (CR 605) William Howard Taft Ave. (CR 606) Fredonia Ave. University Avenue (CR 663) Lincoln Avenue (CR 663) Hickman Avenue Concordia Street Foraker Avenue Beecher Street Buena Vista Place Winslow Avenue Bowman Terrace Union Street Bartle Avenue Savoy Place Van Buren Avenue Kerper Avenue Oak Burnet Highland Victory Parkway Blair May Maintaining Agency Ohio Department of Transportation Ohio Department of Transportation City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati 1.8 Major Plan Submissions to the Department The DBT shall submit the plans listed below in draft and final format to the Department for review and comment: A. Project Management Plan B. Public Information Plan 2/25/

22 Review and comment by the Department does not constitute approval of these plans. Additional submittals to the Department are required in accordance with the contract and shall be identified in the Project Management Plan (PMP) Project Management Plan The DBT shall develop and implement a written Project Management Plan (PMP) for all elements of the Project, including, but not limited to, management, administration, design, geotechnical investigations, construction, testing, and environmental monitoring and compliance. The DBT shall consult with the Department for input into and review of the PMP. Table 1-1 presents a general overview of the project management process. The DBT shall engage the Department in the PMP development process to facilitate the process and ensure understanding. The Department s participation in the development of the PMP does not waive the DBT s responsibility for the quality of the Work, nor does it ascribe any responsibility to the Department for the Work. Further, this involvement does not preclude subsequent rejection of the PMP by the Department. The implemented PMP shall accomplish the following quality functions and objectives: A. Successfully achieve the goals of the Project listed in Section 1.2, Project Requirements B. Successfully deliver the Project within the accepted Critical Path Method (CPM) schedule for the Project C. Construct a high quality Project as described in the contract documents D. Provide a complete quality program that uses quality control, verification and quality assurance principals to eliminate non-conforming items and ensure that any non-conforming items are detected and corrected The PMP shall address the responsibilities for each of the following quality components: A. Procedures for Design Quality Control performed by the DBT Designer B. On-site Process Quality Control Inspection and Process Quality Control Testing performed by the DB Contractor C. Checkpoints, checkpoint reviews, and verification procedures to be performed. The PMP will delineate how the DBT will ensure that all disciplines, aspects and elements of the Work will comply with the requirements of the Contract Documents and that all materials incorporated into the Work will perform satisfactorily for the purpose intended and conform to the contract requirements. The DBT may use any nationally accepted format for the PMP. The Department shall approve or reject each PMP submission within 15 Working Days following Department s receipt of the PMP. After the PMP has been approved, any revisions to the Plan, staffing levels, or key quality personnel shall require prior written Department approval. If the DBT chooses to submit an interim CPM schedule, the Department will allow the submittal of an interim PMP for the 2/25/

23 same period as the approved interim CPM. The associated interim PMP shall be approved by the Department before work under the interim CPM schedule can progress. The interim PMP must cover quality functions for the work to be performed in the interim CPM. As part of the PMP acceptance process, the Department will evaluate Quality Assurance (QA) alternatives and determine the level of QA to be performed for both design and construction. Alternative QA options, if any, will be evaluated by the Department as part of this process. Table 1-1: PMP Section References PMP Component PMP Component Description Management Describe the quality management organization of the DBT to include Key Staff and Qualifications. Administration Describe the procedures for coordinating and ensuring the consistency and quality of all Work performed or provided for the Project by all participants. Design related Investigations and Testing A. Describe and define the procedures for ensuring the quality and documentation of project geotechnical investigations and testing. B. Describe and define the procedures for ensuring the quality and documentation of field surveying for the project mapping coordinate system. C. Provide assurance of qualifications of all laboratories performing any testing as part of the Design process. Design Describe design quality management practices and processes that are intended to: A. Place responsibility for design quality on the DBT. B. Ensure that Work is designed and built in accordance with the contract. C. Ensure that all design documents are prepared in accordance with Department practices and meet all the requirements of the contract. D. Ensure reviews are in compliance with the contract requirements and the accepted PMP. E. Ensure that reviews of all design elements are completed and include all involved agencies (e.g., Department [District and Central office], FHWA, City of Cincinnati, utilities, etc.). F. Allow the Department to fulfill its responsibility of exercising due diligence in overseeing the overall design process and design of individual buildable unit segments as defined by the CPM schedule. Construction Describe construction quality management requirements that are intended to: A. Place responsibility for construction quality on the DBT. B. Ensure that Work is constructed in accordance with the 2/25/

24 PMP Component Environmental Compliance and Monitoring Maintenance of Public Facilities PMP Component Description contract, plans, and specifications. C. Allow the Department to fulfill its responsibilities of exercising due diligence in overseeing the construction. Describe the methods, processes and procedures to provide for the effective implementation and documentation of the environmental protection, training, compliance and monitoring program. Specify procedures to be followed in the maintenance of detours constructed on the project and off-site haul roads for controlling noise, dust and debris associated with the construction and hauling operations. Such procedures will provide the public with safe and effective alternative routes, as well as safe and convenient access to residences and businesses affected by construction activities. All costs associated with this PMP shall be incidental to the project Public Information and Communication General Providing clear, consistent, and timely messaging is an essential element to successful Project delivery. The public information consists of many tasks including responding to public inquiries and complaints; coordination with the media; preparing regular traffic updates, press releases, web updates and photo and video documentation; and coordinating with local jurisdictions, transit providers, emergency service providers, and local neighborhood, community, and business groups. To support this effort, the Department will share clear, concise, and timely information with the public, elected officials, community leaders, businesses, and the news media. The DBT shall work with the Department to achieve the following public information and community relations goals: A. Support the successful delivery of the Project. B. Provide information to individuals and entities directly affected by construction in as proactive, responsive, and complete manner as possible. C. Reinforce positive Department relationships with associated agencies, individuals, and community and business groups. D. Increase understanding of the importance of the Project to the mobility and economic vitality of the local community, region, and the State. General requirements of the Public Involvement, Communication, for the Project are included herein, along with a definition of the respective responsibilities of the DBT and the Department. The requirements described in this Section are the minimum requirements of the Contract Documents. The 2/25/

25 DBT shall work with the Department to ensure that all Public Involvement and Communications requirements are addressed Joint Communications Effort Development and dissemination of public information for the Project requires the integration of resources and labor between the Department and the DBT. Joint communications will educate and inform the public, establish expectations, and play a significant role in delivering a successful Project Communications Planning Meeting and Construction Communications Public Information Plan (PIP) The DBT s Point of Contact (POC), as described later in this Section, shall prepare a Draft Construction Communications Public Information Plan (PIP) with input from the District s and the City s Public Information Officers (or designee). The content of the Draft PIP will be the subject of a communications planning meeting to be held within 30 Calendar Days of completion of the Draft PIP. The Department will organize the meeting. The Department, City, and the POC will present the Draft PIP to the DBT s Project Manager, the Department's Project personnel and communications staff, and anyone else necessary to ensure proper review of the content in the Final PIP. The Draft PIP shall describe the Project's Communications Plan and the critical role of the Communications Plan to the overall success of the Project. The Draft PIP shall outline the internal processes of the DBT (procedures, timing, responsibilities, methodology, and personnel) to ensure a consistent gathering and dissemination of information to the Department. The plan shall outline how the POC will ensure a timely and consistent response from the various components of the DBT. The Draft PIP shall also describe the Department s approach to public involvement, public outreach, communications goals, and significant public relations risks and benefits, and how the DBT shall support these processes. The PIP shall outline a process for managing the review and resolution of comments for all communications materials, both within the DBT s team and within the Department. The Department will work with the POC to incorporate any agreed-upon revisions to the PIP discussed at the meeting and distribute the Final PIP to all participants of the meeting within 30 Calendar Days after the meeting. The Final PIP shall provide the framework for communicating and disseminating information, and for responding to public inquiries, comments, and requests. The Final PIP shall also include performance-monitoring processes and tools to be used by the Department to assess the progress and measure the success of the overall communications efforts. The Department shall supply any tools or processes mentioned above. The DBT is responsible for preparing and submitting the PIP to the Department, with input from the City and the Department DBT s Role in Public Information Efforts The DBT shall assist the Department in identifying and implementing ways of informing the public, individual property owners, and broader communities about design and construction activities that directly affect them. The Department will be responsible for responding to all public information requests, with support from the DBT. 2/25/

26 The DBT shall assist the Department by providing draft responses to correspond to Project-specific information requests; however, the Department will be responsible for responding to all correspondence. The DBT shall maintain a copy of such responses in a Public Comment Database Public Information Point of Contact The DBT shall identify a POC for all public information issues to support the Department. The POC shall work with the Department to maintain public satisfaction with the Project. The POC shall have experience coordinating information on highway improvement projects. The POC s professional experience shall include the following: A. Developing, providing, and presenting information to the public. B. Developing and implementing public involvement and community relations programs. The POC shall be readily available by telephone during all business hours with immediate computer and access. During critical construction activities and emergencies, the POC shall be available 24 hours per day, seven days per week. The POC shall have full access to all of the DBT s Project details that may be relevant to the public, public agencies, emergency service providers, businesses, media, and other interested parties. The POC shall be able to provide to the Department information related to the Project continually throughout the Project Project Contacts The DBT shall provide the Department with a prioritized after-hours Project Contact List. The list shall include, at a minimum, the contact information for the DBT s POC and Project Manager, including home and mobile phone numbers and addresses. The DBT shall provide any changes to the list to the Department immediately DBT Public Information Specifications These requirements are in addition to those found in CM&S Meetings The POC shall attend all progress meetings. The POC shall meet with Department staff more frequently, as directed by the Department, in the initial months of the Project to learn about Project specifics and expectations. The DBT shall be available to attend and participate in 16 community council meetings per year Weekly Progress Reports The DBT shall provide a brief Weekly Progress Report to the Department summarizing progress made the previous week and including activities to be performed within the next two weeks. The weekly Progress Report is intended to describe the Project to individuals outside of the industry. Providing a CPM Schedule update, while potentially adding value to the report, is not the required content. It shall adequately summarize and describe the work in a manner which allows the reader to understand the high-level executive issues of the project. The report shall highlight: 2/25/

27 Major work completed Major impacts to the project and reasons (weather, unexpected issues encountered, accidents, etc) Explanations of and reasons for highly visible work impacting motorists and stakeholders General progression of major work items (i.e. estimates of Concrete placed, quantity and area of asphalt placed, estimates of steel used, etc) General manpower counts and equipment being employed (included estimated minorities mancounts/firms) Upcoming traffic pattern changes and weekly lane closures (temporary and permanent on local routes and interstate routes) Upcoming major components of work, and other items of general public interest Utility conflicts and interruptions Impacts to bus stop locations Impacts to on-street parking Other impacts as identified by the DBT, Department, and City The report shall also include a minimum of 10 digital photos specific to the major work completed within the report with a description of location for each photo (location and orientation). The report shall also describe any contact with project stakeholders and the contact information (if new). The DBT shall submit the Report by every Monday to the designated Department Public Information Lead for the Project Construction Information Dissemination CONSTRUCTION NOTIFICATION The Contractor will advise the Project Engineer a minimum of fourteen (14) days prior to the following: the start of construction activities, lane restrictions, lane closures, and or road closures. The Project Engineer will forward this information to the following: District Public Information Officer (PIO) by FAX at (513) or at D08.PIO.Form@dot.state.oh.us District Permit Section by FAX at (513) or at tom.makris@dot.state.oh.us Central Office Special Haul Permits Section by FAX at (614) or at hauling.permits@dot.state.oh.us City of Cincinnati Director of Communications (Meg Olberding) by FAX at (513) or at Meg.Olberding@cincinnati-oh.gov The PIO will, in turn, notify the public, the local emergency services, affected schools and businesses, and any other impacted local public agency of any of the above mentioned items, via media sources Traffic Conditions The DBT shall inform the Department Project Manager of any unusual traffic conditions, such as road obstructions, within 15 minutes of detection. 2/25/

28 Correspondence and The Department will forward , letters, and other forms of correspondence from the public regarding design and construction issues to the DBT for draft responses. The DBT shall assist the Department by providing draft responses to correspond as requested; however, the Department will be responsible for responding to all correspondence. The DBT shall forward to the Department all requests the DBT receives for Project-related information via telephone, , and letters. Project-related correspondence shall include communications from the public, businesses, community groups, and government entities affected by the Project. If the requests require responses, the DBT shall draft responses. The Department will be responsible for responding Photographs and Video The DBT shall provide the Department with access to the entire construction site for obtaining photos and video. The Department may document the construction, public outreach meetings, and other Project-related events using photographs and video. The photographs and videos will be used for public communications, media relations, and Department archival purposes. Any additional photographs and video taken by the DBT during construction of the Project shall be provided to the Department when requested. The Department will work with DBT concerning any released media which could contain sensitive information as judged by the DBT or the Department, but the Department retains the final decision on the release of media Events The City and the Department will develop and maintain a list of public events, which will be updated monthly and communicated with the DBT. The list of public events is provided as General Appendix-E Public Events. The DBT shall coordinate, communicate, and provide a plan to minimize construction impacts for public events held by public and private entities. All of this information will be included in the PIP Media Relations The Department will be the media spokesperson. The DBT shall provide the Department with information and access to key Project staff for press interviews, as requested. At the request of the Department, the DBT shall participate in media interviews or other media information support activities. When participating in media inquiries and interviews, the DBT shall provide information that complies with Department messaging and other standards, including requirements for advance Project information, Project progress and accountability, and timely response to media inquiries. The DBT shall provide information that meet local broadcast and print media requirements and deadlines. The Department will release information to the news media. If the DBT is contacted to participate in media interviews, the DBT shall coordinate the media requests with the Department. The Department shall host and maintain social media sites (i.e. District 8 website, Facebook, Twitter). 2/25/

29 Ground Breaking and Ribbon Cutting Events The DBT shall coordinate with the Department and attend and participate in the ground-breaking and ribbon cutting events. The Department will be responsible for all rental costs including chairs, tents, press risers, stages, skirting, sound equipment, and other equipment needed. The DBT s POC shall assist the Department with the planning of these events. The DBT shall provide costs to the Department for the following: 1. Rental cost for audio equipment for one groundbreaking and one ribbon-cutting event. Such equipment would include, but is not limited to, a microphone, speakers, speaker stands, multimedia press box, and a portable power source. 2. Cost to rent 50 chairs for each event and to provide a tent for each event if inclement weather (rain) is predicted. 3. Cost to print 100 programs and to print one banner for each event Introductory Briefing with Stakeholders Within 60 Calendar Days of Award, the DBT shall conduct an introductory briefing with City of Cincinnati Staff, the Department, and key stakeholders to present major aspects of the Project such as scope, estimated schedule, impacts, contacts, construction phasing, maintenance of traffic, public involvement and communications, aesthetics and enhancements, demolitions, and bridge construction. The Department will be responsible for inviting all attendees. At this meeting the stakeholders will be notified to contact project personnel whenever noise sensitive events may require special accommodations by the DBT and the Department. These accommodations will be provided if possible Utility Interruptions In the event of a utility interruption, the DBT shall notify the Utility Owner in accordance with utility company standards and local emergency services Payment Information Payment for all work in Section shall be incidental to the project Crisis Management In the event of a crisis, the DBT shall coordinate with the District s Emergency Coordinator. Traffic incident management will be handled through the use of the Quick Clear Program. Payment for all work in this section shall be included in the lump sum payment for MOT Dissemination of Emergency Information The DBT shall establish and manage an emergency response call list. All appropriate personnel shall be included on the call list for immediate response in the event of an emergency. The call list shall be divided into areas of expertise, so the proper people are contacted for specific emergency situations. The following Department personnel shall be included on the call list for notification of all emergencies: A. The Department Project Manager B. Public information staff 2/25/

30 C. Traffic Management Center The following DBT personnel shall be included on the call list for notification of all emergencies: A. DB Contractor Project Manager/Engineer B. DBT Project Manager C. Work Zone Traffic Engineering Manager D. DBT s POC The personnel on the call list shall be agreed upon at the crisis management meeting (see below) between the Department and the DBT. At the crisis management workshop, the Department and the DBT shall also agree upon appropriate staff from the City of Cincinnati and other stakeholders to be included on the call list for notification of all emergencies. In addition, the DBT shall provide prompt information and assistance as requested by the Department during an emergency. The DBT shall provide the Department with updated emergency call list promptly when changes are made to the list Crisis Management Meeting Prior to physical construction, the DBT shall schedule a crisis management meeting with the Department and the City to discuss protocols and potential emergency situations. The Department will be responsible for inviting attendees. The DBT shall attend the meeting and provide information and feedback. Follow-up meetings will be held following any crisis situations and/or at the Department s discretion. The DBT shall identify protocol for communicating information to the emergency service providers regarding access to the Project area for emergency vehicles. The DBT shall work with the Department to ensure proper outreach of this information to all pertinent emergency service providers Design Submission Requirements The Department manuals contain requirements for multiple design review submissions required as part of their Design Bid Build processes. All design information normally submitted as part of these design reviews must be submitted as part of an interim and/or final review for this project. Provide up to six (6) hard copies and one (1) electronic file (PDF format for reports and PDF & TIF format conforming to Department standards for the plans). The following durations shall be in the CPM Schedule for interim and final reviews and comments/approvals as follows: Table : Agency Review Time Allowances AGENCY REVIEW TIME per DESIGN SUBMISSION* Utility Company (including City of Cincinnati owned utilities) Thirty (30) consecutive Calendar Days 2/25/

31 ODOT Fourteen (14) consecutive Calendar Days City of Cincinnati Fourteen (14) consecutive Calendar Days *Includes final review submissions to address agency comments. See Section When reviews by multiple agencies (e.g., Department, City of Cincinnati, utilities, etc.) are involved, the longest review time will control. Design submissions are limited to four concurrent submittals under review at any given time. The Department reserves the right to waive interim reviews or shorten the review period based on the complexity of submission Interim and Final Review Content Interim Review comments by each agency/utility will be provided to the DB Designer. The DB Designer will summarize comments and conduct a review meeting with all involved parties no later than two (2) days following the end of the applicable review period to finalize the buildable unit detailed design for construction. The time allotted for review meetings shall be included in the CPM. The DB Designer will then seek Final Review and concurrence from the Department for the buildable unit detailed design plans to be labeled as Released-For-Construction prior to beginning the Work. The DB Designer is required to maintain a version control log of all buildable unit detailed design submissions to ensure that all review comments have been resolved in the final review submission. The final review submission shall include a written disposition of all comments made during the formal interim review. In addition to the above requirements, the project scope may call for reviews of specific aspects of the project (e.g., Public Information Plan, etc.). Unless determined otherwise by the Department, these reviews are in addition to the interim and final reviews Design Build Designer Prequalification CONTRACTOR S CONSULTANT The Contractor must name the Consultant and all Sub-Consultant(s) in the space(s) provided below. If the Contractor is going to submit an electronic bid, then the Consultant and all Sub-Consultant(s) must be listed on the following webpage: T he Contractor must list relevant prequalification categories for prime and subconsultants 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 types must be performed by members of the Consultant Team (combination of Consultant and Sub-Consultant(s)): 2/25/

32 ROADWAY: Bicycle Facilities and Enhancement Design Complex Roadway Design BRIDGE DESIGN: Level 2 Bridge Design Bridge Design Sub-factors (if DBT intends to utilize these components): Curved Girder Design, Post-tensioned Superstructure Design SOILS/GEOTECHNICAL SERVICES: Geotechnical Engineering Services Geotechnical Testing Laboratory Geotechnical Field Exploration Services TRAFFIC SIGNAL DESIGN: Traffic Signal System Design HIGHWAY LIGHTING DESIGN: Complex Lighting Design Consultant Firm Name: Address: List work types the Consultant will perform: Sub-Consultant Firm Name: Address: List work types the Sub-Consultant will perform: 2/25/

33 Sub-Consultant Firm Name: Address: List work types the Sub-Consultant will perform: Restrictions on Participation in Design-Build Contracts: Any Consultant who 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. The following consultant provided these services to the Department: TranSystems As-Built Construction Plans Before final project acceptance and after construction of the entire project is completed, the DBT shall prepare a formal design submittal for the entire project that includes all the updates to the final design such as any design changes, actual field as-built changes, actual survey info, etc. in both hard copy and electronic CADD format (conforming to Department CADD standards). The DBT shall identify all changes made to the final design. 1.9 Project Datum and Survey Control Project HAM Uptown = HAM PID The project datum and survey control are: Horizontal Coordinate system: Ohio State Plane, South Zone Map projection: Lambert Conformal Conic Reference Frame: NAD83 (2011) Ellipsoid: GRS80 Vertical Orthometric height datum: NAVD88 Geoid model: GEOID12A Project Conversion 2/25/

34 Project Adjustment Factor (P.A.F.): Project base point for scale adjustment is a concrete monument dubbed CMON 2. This monument is located near the center of the project, at Melish Place and Concordia Street Project alignment data information points is indicated in Roadway Appendix-A. The initial project base mapping was flown by a consultant in 2010 using aerial photography and a photogrammetric mapping. The data was processed by ODOT Aerial Engineering and delivered to the District in SFY Data was scaled by Aerial Engineering in May, Supplemental project mapping data has been collected by field surveying methods. Survey control was set in 2013; horizontal control values were established by static GPS methods and elevations were established by digital leveling. Additional survey control data for the project is also included as General Appendix-B. A project Digital Terrain Model (DTM) was prepared for the project in 2010 to meet the DTM accuracy requirements of ODOT Mapping Specifications. The DTM was created using LiDAR data with GPS field survey for data adjustment and accuracy calculations. The Mapping Quality Control Report for the LiDAR DTM is included as General Appendix-C 1.10 Construction Noise (City of Cincinnati) Refer to Section 14.4 for details Airway Highway Clearance for Airports and Heliports It shall be the responsibility of the DBT to obtain any necessary airway/highway/heliport clearance from the Federal Aviation Administration (FAA) for this project both permanent and during construction Limited Access This improvement shall be especially designed for through traffic and has been declared a limited access highway or freeway by action of the Director in accordance with the provisions of section of the Ohio Revised Code Governing Regulations It shall 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. ODOT standards and manuals take precedence over others listed unless noted otherwise in the Project Scope. For components not addressed by the standards listed, the applicable American Association of State Highway and Transportation Officials (AASHTO) standards and guidelines can be used as agreed to by the Department Specifications: The Standard Specifications of the State of Ohio, Department of Transportation (CMS), including changes and Supplemental Specifications shall govern this project. 2/25/

35 The DBT shall use the following sections of the City of Cincinnati s Supplement to the State of Ohio Department of Transportation Construction and Material Specifications dated January 1, 2010 (City Supplement) for the design and construction specification for the corresponding work on city streets. If there is any conflict between the ODOT CMS and the City Supplement as applied to administration procedures, then the ODOT CMS will take precedence. The following sections are to be used for work on city streets: , , , , thru , thru , thru , thru , all of 613, thru , all of sections 1100 and The current edition, including updates released on or before January 30, 2014, 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. This is not intended to be an exhaustive list of standards and guidelines. The DBT shall be responsible for utilizing appropriate standards and guidelines for components of their design. A. American Association of State Highway and Transportation Officials (AASHTO) Publications: a. A Policy on Design Standards - Interstate System b. A Policy on Geometric Design of Highways and Streets c. Guide Design Specifications for Bridge Temporary Works d. Guide for the Development of Bicycle Facilities e. Guide Specifications for Thermal Effects in Concrete Bridge Superstructures f. Laboratory Specifications g. LRFD Bridge Construction Specifications h. LRFD Bridge Design Specifications i. Manual for Bridge Evaluation j. Manual on Subsurface Investigations k. Roadside Design Guide AASHTO Guide for the Development of Bicycle Facilities l. Standard Specifications, 17th Edition (for existing structures only) m. Standard Specifications for Highway Bridges B. ADA Accessibility Guideline US Access Board C. Public Rights-of-Way Accessibility Guidelines (PROWAG) D. American Traffic Safety Services Association (ATSSA) Portable Changeable Message Sign (PCMS) Handbook E. City of Cincinnati Standards and Publications The design and construction guidelines, manuals, and standards listed below shall be used on all City Streets. The design and construction requirements set forth shall be met or exceeded in the performance of the design and construction work required on local streets to complete this project. Use the edition listed below or the current edition, including updates released on or before January 31, 2014, as applicable: a. City of Cincinnati Standard Drawings Department of Public Works - Division of Engineering 2/25/

36 b. City of Cincinnati Department of Transportation and Engineering Curb Ramp Design Guidelines c. City of Cincinnati Department of Public Works Sidewalk Regulation Book d. Shared-use Path Signage Use City Standard Shared-use Path Signage e. as applicable f. Stormwater Management Rules and Regulations, Part 1 Technical Reference Manual, Stormwater Management Utility (SMU) g. SMU Standard Drawings h. Rules and Regulations, The Metropolitan Sewer District (MSD) of Greater Cincinnati i. MSD Standard Drawings j. City of Cincinnati CLSM-CDF Specification k. Greater Cincinnati Water Works (GCWW) Supplemental Specifications l. Greater Cincinnati Water Works (GCWW) Laws, Ordinances, Rules & Regulations m. Greater Cincinnati Water Works (GCWW) Standard Drawings F. Federal Highway Administration (FHWA) Publications: a. Corrosion/Degradation of Soil Reinforcements for Mechanically Stabilized Earth Walls and Reinforced Soil Slopes b. Design and Construction of Driven Pile Foundations, Volumes I and II c. Drilled Shafts: Construction Procedures and Design Methods d. Geotechnical Engineering Circular Number 4, Ground Anchors and Anchored Systems e. Handbook on Design and Construction of Drilled Shafts Under Lateral Load f. HEC-14 Hydraulic Design & Energy Dissipates for Culverts and Channels g. HEC-15 Design of Roadside Channels with Flexible Linings h. HEC-21 Design of Bridge Deck Drainage i. HEC-22 Urban Drainage Design Manual, Second Edition j. Manual for Design & Construction Monitoring of Soil Nail Walls k. Manual of Uniform Traffic Control Devices (MUTCD) l. Mechanically Stabilized Earth Walls and Reinforced Soil Slopes Design and Construction Guidelines m. Subsurface Investigations Geotechnical Site Characterization n. The Cone Penetration Test o. The Pressuremeter Test for Highway Applications p. Standard Connection Publication (the Department to provide) q. 23 CFR Work Zone Safety and Mobility Project Level Procedures G. National Cooperative Highway Research Program (NCHRP) 350 Hardware Report H. National Electric Code (NEC) I. American Welding Society Bridge Welding Code J. National Electric Safety Code (NESC) K. Ohio Department of Transportation (ODOT) Publications: a. Asbestos Inspection for Bridges Guidelines 2/25/

37 b. Bridge Design Manual, 2004 (LFD), for existing structures only c. Bridge Design Manual, 2007 (LRFD), for all new structures d. CADD Engineering Standards Manual e. Cultural Resources Manual f. Design Mapping Specifications g. Ecological Manual h. Environmental Sites Assessment Guidelines i. Geotechnical Bulletins i. GB1-Plan Subgrades ii. GB2-Special Benching and Sidehill Embankment Fills iii. GB4-Guidelines for the use of Geotechnical Instrumentation iv. GB9-Geotechnical Software j. Geotechnical Engineering Checklists k. Guidelines for Identifying Acceptable Locations for the Disposal of Waste Material and Construction Debris or the Excavation of Borrow Material within ODOT Right-of-Way l. Location and Design Manuals i. Volume One - Roadway Design, with modifications provided in Appendix GN-09. ii. Volume Two - Drainage Design iii. Volume Three - Plan Preparation m. Office of Environmental Services Handbooks and Guidelines n. Ohio Manual of Uniform Traffic Control Devices (OMUTCD) o. Pavement Design & Rehabilitation Manual p. Plan Insert Sheets q. Public Involvement Guide r. Quality Standards for Temporary Traffic Control Devices s. Qualified Products List (QPL) ( t. Railroad Coordination Policy and Procedures Manual u. Real Estate Policies and Procedures Manuals v. Roadway Safety Landscaping Guidelines w. Sign Design Manual (SDM) x. Specifications for Geotechnical Explorations y. Standard Construction Drawings (SCD s) all series z. State Highway Access Management Manual aa. Survey Manual bb. Traffic Engineering Manual (TEM) cc. Utility Manual Procedure for Utility Relocations, Adjustments and Reimbursement dd. Wireless Communication Tower Manual ee. Waterway Permit Manual ff. Construction Inspection Manual of Procedures (2013) 2/25/

38 1.14 Supplemental Specifications and Standard Construction Drawings The DBT shall perform work, as applicable, in accordance with the most recent version of the Supplemental Specifications and Standard Construction Drawings, including revisions released on or before January 31, Use of ODOT Supplemental Specifications and Standard Construction Drawings is dependent upon DBT design and construction elections and as set forth in the project scope, Special Provisions, and other pertinent contract requirements. The DBT shall be responsible for specifying the appropriate Supplemental Specifications and Standard Construction Drawings with the buildable unit submissions. Work performed utilizing Supplemental Specifications and Standard Construction Drawings will be compensated as described in the applicable sections of the Special Provision - REVISIONS TO THE 2013 C&MS FOR TWO-STEP LOW-BID DESIGN BUILD PROJECTS INCORPORATING ATCs and the project scope Coordination with Other Projects Separate contractors may be working within the project area and Hamilton County on other construction projects on the Interstates and the surface streets. See CMS Section The DBT shall cooperate with all City of Cincinnati projects and Department projects that are in various stages of design or construction. General Appendix-D provides a list of known projects Field Office The ODOT field office will be located at 503 West 3 rd Street, Cincinnati, OH 45202, which is an ODOT owned facility. The following field office requirements are for Department forces only. DBT is responsible for determining additional project management office requirements to accommodate the DBT s Staff. The DBT shall provide the following items for use at the ODOT field office within 45 days after Contract award date. Payment for these items shall be included under ITEM 619E99000 SPECIAL FIELD OFFICE, LUMP SUM. A. A copier, printer, fax and scanner system per the specifications listed below in a. Six (6) each of the following desks and chairs and legal size file cabinets. Desks, chairs, and cabinets shall be new or like new condition. b. One (1) licensed copies of the following software: 1. Oracle Primavera Project Manager (P6) Copier, Printer, Fax, and Scanning System Specifications A. Automatic document feeder with 80-sheet ARDF B. Equipped to handle paper up to and including 11-inch x 17-inch (originals and copies) including mixed originals C. Reduction and enlargement features D. Unlimited duplexing for all size originals 8.5-inch x 11-inch through 11-inch x 17-inch 2/25/

39 E. Manual and selectable automatic exposure settings F. Operate on standard voltage with no special or dedicated lines G. Stapler/finisher support with the following features: a. Paper size support for 5.5-inch x 8.5-inch to 11-inch x 17-inch/A6 to A3 b. Paper Weight support from 16 to 42 lb. Bond/ 60 to 157g/m2 c. Staple Position three (3) positions (1 staple/2 positions; 2 staples/1 position) d. Staple Capacity 50 sheets (8.5-inch x 11-inch) 30 sheets (8.5-inch x 14-inch or larger) H. 1 to 999 sort capacity I. Paper Capacity 500 sheets x four (4) trays, 50-sheet Bypass tray J. Paper Weight Support 20 to 28 lb. Bond/64 to 105g/m2 (Trays 1,2,3 & 4) 16 to 44 lb. Bond/52 to 163g/m2 (Bypass) 20 to 28 lb. Bond/64 to 105g/m2 (Duplex) K. Energy Star compliant L. Network printer capability with 10BASET/100BASETx network card M. Printer speed 35 ppm N. Network protocol support for TCP/IP O. Server Operating System for Windows Server 2008 and Windows Server 2008 R2. P. Client Print driver support for Windows 7 (32 bit and 64 bit - PCL/PS drivers) Q. Minimum print resolution of 600 x 600 dpi R. Secure printing with password or pin S. Network scanning that supports the following: a. Scan Speed 52 ipm (@200 dpi) b. Scan Area up to 11-inch x 17-inch c. Grayscale 256 levels (Color Required) d. Scanning Resolution 600 dpi e. Scanning Protocol Support TCP/IP, SMTP, SMB, FTP, POP3, NCP f. Scanning support for Scan-to- , HDD, Folder, URL, and TWAIN g. File Formats Single Page TIFF, JPEG, PDF, Multi-Page TIFF, PDF h. Address book support for multiple items i. OCR software that supports TIFF, PDF, Multi-Page TIFF, and Multi-Page PDF j. OCR software must support batch workflow processing of documents T. Minimum shared memory capacity for all options 384 MB U. Hard Disk Drive 40 GB drive for internal storage and network scanning V. Analog Fax Support for PSTN, PBX that supports the following: a. Resolution 200 x 200/100 dpi 400 x 400 dpi (optional) b Kbps with Auto Fallback c. Address Book and Auto-Dial Number Storage W. Black & White and color capable X. All copier/printer maintenance and supplies (toner, paper, etc.) 1.17 Preconstruction Audio-Video Color Recording The DBT shall provide the Department with preconstruction audio-video color recording as follows: 2/25/

40 General A. Digital Video Recording. Construction in any area shall not start until the area has been recorded and the DVDs submitted to the Department. B. Visual Inspection. Prior to recording, all areas to be video recorded shall be investigated visually with notation made of features not readily visible by recording methods. This would include, but not be limited to, driveways, sidewalks, external building walls, culverts (size, type and condition) and manholes that may be partially buried. Record all measurements made during the inspection. C. Approvals. All recording shall be conducted in the presence of the Department unless waived by the Department. At the start of recording, the DBT shall submit a sample recording of a portion of this Project for the Department to review. The sample recording shall be approved before any other recording is allowed. D. Certification. Upon completion of the work, the DBT shall provide Certification in writing to the Department that all the requirements of the audio-video color recording for this Project were accomplished in accordance with these specifications: a. Identification. All recordings (DVDs and cases) shall be properly identified by recording number, location, and project name in a manner acceptable to the Department. b. Record. A record of the contents of each recording shall be supplied on a run sheet identifying each segment in the recording number, location, and project name in a manner acceptable to the Department. c. Inventory. A brief report and inventory of all recordings completed, referenced by location and recording number, shall be furnished to the Department upon completion of the work and delivery of the recordings. All recordings and written records shall become the property of the Department Digital Video Information A. Audio Preamble. Each recording shall begin with the current date, project name, and municipality and be followed by the general location (e.g., name of the street or property owner, location of cross country line, viewing side, and direction of progress). B. Date and Time. To preclude the responsibility of tampering or editing in any manner, all video recordings shall, by electronic means, display continuously and simultaneously generated transparent digital information to include the date and time of recording. The date information shall contain the month, day and year; for example, 10/5/83. The time information shall consist of hours, minutes, and seconds separated by colons; for example, 10:35:18. C. Stationing. The Engineering stationing shall correspond to the project stationing and include the standard Engineering symbols (e.g., 14+84). The Engineering stationing shall represent the location of the camera. If the Engineering stationing is not recorded simultaneously with recording, the stationing shall be noted on Audio Track 1. This transparent information shall appear in the lower half of the viewing screen. Houses and buildings shall be identified by an address when visible. 2/25/

41 D. Information. Below the Engineering stationing, periodic transparent alpha-numeric information consisting of the names of the project, name of the area covered, direction of travel, viewing side, etc., shall appear Digital Video Coverage A. General. Recorded coverage shall include, but not be limited to, all existing driveways, sidewalks, curbs, ditches (drainage patterns are of particular concern), streets (including condition of paving for full width), landscaping, trees, culverts, catch basins, headwalls, fences, visible utilities and all buildings (exterior and interior if permitted by owner) located within the zone of influence of construction. Of particular concern are existing faults, fractures, defects or other imperfections. B. Streets. Unless otherwise noted, streets and street areas shall be recorded by audio-video for full width of the zone of influence of construction, including both sides of the street. The term street shall be understood to mean street, highway, interstate route, avenue, boulevard road, alley, lane, driveway, parking lot, etc., and all adjacent areas within the possible zone of the influence of construction Sustainability The Project Scope defines a number of requirements related to the implementation of sustainable practices throughout the design and construction of the Project. In addition, the DBT shall demonstrate a commitment to sustainability and shall propose additional efforts to maximize the implementation of sustainable practices in all aspects of the Project. The DBT shall consider the following in its design and construction of the project: A. Energy and Energy Efficiency. The DBT should strive to maximize energy efficiency throughout the Project. B. Community Environment. The DBT should strive to minimizing air quality degradation during construction, minimize the Project s carbon footprint, and minimize noise during construction. C. Green Building. The DBT will consider locating the Project Management Office in existing, currently unused office space, except those buildings, located within the project limits, slated for demolition. The DBT may propose the use of a LEED (Leadership in Energy and Environmental Design) certified Green Building for the Project Management Office. If the DBT makes this commitment, certification will be required per the third party independent certification procedures defined by the U.S. Green Building Council (refer to D. Recycling / Reuse / Material Reduction. The DBT should attempt to reuse and recycle material to reduce waste. 2 Document Management The DBT shall be required to coordinate the various reporting and submission activities related to the requirements of the Project and Work within the framework established by the Department for 2/25/

42 document management. Microsoft SharePoint will support the electronic submission of all project related documentation. It will serve as a single point of reference all documentation related to this project. Oracle Primavera Contract Manager V13 will support the contract management process workflows for ongoing project management. Site-Manager shall be used for daily construction activities that will be recorded on-line remotely from construction field offices and from district and central offices. This system generates contractor estimates on request and passes that information onto accounting for payment purposes. The awarded DBT must be able to use these software systems incorporating project tasks as outlined by ODOT in to their planned processes to ensure all required project documentation and submissions shall be compatible. 3 Environmental Items 3.1 NEPA The complete Environmental Document - Categorical Exclusion Level 4 (CE4) is available as a reference file. Note that the CE4 reference file has an appendix list with multiple versions of documents designated; only the final version applies. The DBT shall adhere to all of the environmental commitments delineated in the scope and as indicated in other contract documents. 3.2 Ecological Resources Threatened & Endangered Species: Indiana Bat This project is located within the known range of the Indiana Bat (Myotis sodalis, E). According to the Ecological Resource Survey Level 1 (ESR LV1) developed for this project, five (5) trees, located within the project area, were identified as Indiana bat habitat. Only two of these trees were located within the proposed project limits. The DBT shall cut and remove these two Indiana bat roost trees between October 1 and March 31. The DBT shall contact Department District 08 staff in order to help mark those trees identified as meeting the Indiana bat habitat criteria. The Indiana bat habitat locations have been highlighted on Environmental Appendix-B Northern Long Eared Bat As of October 2013, the northern long-eared bat has been proposed to be listed as a federally endangered species. In their October 31, 2013 response to ODOT, USFWS concurred with ODOT's "may affect, not likely to affect" determination for the northern long eared bat as long as constrained cutting date restrictions were used for all tree removal within the project limits. The DBT will conform to the stipulated restricted cutting time frames of September 30 through April 1 for all tree removal. 2/25/

43 The USFWS definition of a tree differs from that listed in the 2013 CMS, Item The DBT shall consider all trees (ash, maple, oak, etc.) (not honeysuckle or other shrubbery) greater than 3 inches in diameter, at 10 feet above ground elevation, and meeting the additional tree conditions (cavities, peeling/exfoliating bark) as included, and shall adhere to the above tree cutting time frame restrictions. 3.3 Cultural Resources Section 106/Historic Sites: In order to minimize negative effects on the listed historic sites delineated under this section, the DBT shall comply with the following requirements: NRHP, NRHP Districts, & NRHP Eligible Sites Located Within the Proposed Project Area: The Department is acquiring all right-of-way necessary for the project. No construction activity, construction staging/mobilization, or occupancy shall occur within the defined historic boundaries containing these sites outside of the proposed right of way. Access shall be maintained at all times during project construction to the listed historic sites. The historic boundary for each site listed below is provided by the registered parcel number unless otherwise specified. Historic site locations have been provided on Environmental Appendix-C. A. NRHP - The Harriet Beecher Stowe House 2950 Gilbert Avenue Auditor Parcel I.D.: Gilbert Avenue Auditor Parcel I.D.: Gilbert Avenue Auditor Parcel I.D.: Churchill Avenue Auditor Parcel I.D.: The Harriet Beecher Stowe House property is bounded along Gilbert Avenue, MLK Drive and partially along Foraker Avenue, by a stone wall. In order to protect this existing stone wall, which is historically associated with the Harriet Beecher Stowe House, the DBT shall not work on, or in any way disturb, this stone wall or any area included and contained behind the stone wall. B. NRHP - The Ford Motor Company Cincinnati Plant The historic boundary is defined by the structure only. 660 Lincoln Avenue Auditor Parcel I.D C. NRHP - First Unitarian Church of Cincinnati 2901 Reading Road / 528 Linton Place Auditor Parcel I.D D. NRHP - AGID Properties, LLC East McMillan Street / 2501 May Street Auditor Parcel I.D /25/

44 E. NRHP District Lincoln-Melrose Historic District 844, 846, 848, 850, 852, 854 (demolished) Lincoln Avenue Auditor Parcel I.D Auditor Parcel I.D Auditor Parcel I.D Auditor Parcel I.D Auditor Parcel I.D Auditor Parcel I.D F. NRHP District Peebles Corner Historic District East McMillan Street / 2501 May Street Auditor Parcel I.D G. NRHP Eligible Washington Terrace Apartments 32 Washington Terrace Auditor Parcel I.D H. NRHP Eligible Sears & Roebuck Building The historic boundary is defined by the structure only Reading Road Auditor Parcel I.D I. NRHP Potentially Eligible Lincoln Terrace Apartments 19 Lincoln Terrace Auditor Parcel I.D NRHP, NRHP Districts & Potentially NRHP Eligible Sites Located Within Close Proximity to the Proposed Project Area: The historic boundary for each site is provided by the registered parcel number unless otherwise specified. See Environmental Attachment-C. J. NRHP - MATKEA PROPERTIES LLC 2843 Melrose Ave. Auditor Parcel I.D K. NRHP - CINCINNATI FEDERATION OF COLORED WOMENS CLUBS 1010 Chapel Street Auditor Parcel I.D L. NRHP - ALEXANDRA LIMITED PARTNERSHIP 921 William Howard Taft Road Auditor Parcel I.D Auditor Parcel I.D Auditor Parcel I.D M. NRHP - MRS K C JORDAN & ASSOCIATES INC 2601 GILBERT AVE Auditor Parcel I.D /25/

45 N. NRHP - CHARLES RAY MELROSE PLACE, LLC 2601 MELROSE AVE Auditor Parcel I.D Auditor Parcel I.D O. NRHP - GLOBE CORPORATION 2525 ESSEX PL Auditor Parcel I.D P. NRHP - UI HOLDINGS LLC 440 E MCMILLAN AVE Auditor Parcel I.D Q. NRHP - CINCINNATI PARK BOARD Crown Street Auditor Parcel I.D R. NRHP District Vernon Place Historic District S. NRHP Potentially Eligible Kerper Avenue Apartments 3066 Kerper Avenue Auditor Parcel I.D The detour routes listed in Section 14 have been approved by the Department relative to Section 106 sites and included historic districts. Any modification to these detour routes, or use of other detour routes must be approved by the Department s Office of Environmental Services Cultural Resource Section. The DBT shall confirm that any comments provided by the Department s Office of Environmental Services Cultural Resource Section have been addressed prior to the implementation of any detour routes proposed by the DBT. Aesthetic treatments and designs which are to be incorporated into the final design are identified throughout the Project Scope. If any variations to the approved aesthetic treatments are determined necessary by the DBT, they shall first be reviewed by the Department. If any variations are submitted, the Department will have 35 days to respond. If previously unidentified archaeological or historic properties/sites, or unanticipated effects, are discovered after project construction begins, that portion of the project will stop immediately pursuant with Section of the current ODOT CMS. The DBT shall immediately contact the Department s D08 DEC and the OES-Cultural Resource Section ( ), who will in turn notify FHWA within 24 hours. No further construction in the area of discovery will proceed until the requirements of 36 CFR Section have been satisfied by the Department. Historic and prehistoric human remains are subject to protection under ORC Sections and As such, if previously unidentified human remains are discovered during construction, work in that portion of the project will stop immediately. The remains will be covered and/or protected in place in such a way that minimizes further exposure of, and damage to, the remains. The DBT shall 2/25/

46 immediately consult with the Department s D08 DEC and the OES-Cultural Resource Section ( ). The DBT shall also immediately notify local law enforcement and the Hamilton County Coroner. 3.4 Section 4(f) Resources Section 4(f) requires consideration of sites including: Historic sites of national, state, or local significance in public or private ownership regardless of whether they are open to the public (See 23 U.S.C. 138(a) and 49 U.S.C. 303(a)). All of the properties located within and/or near the project construction limits, under the Section 106/Historic Sites portion of this contract, also qualify as Section 4(f) Resources. The Department has acquired all right-of-way necessary for the project. No construction activity, construction staging/mobilization, or occupancy shall occur within the defined historic boundaries containing these sites. Access shall be maintained at all times during project construction to the listed historic sites. The historic boundary for each site listed in Section 3.3 is provided by the registered parcel number unless otherwise specified. Historic site locations have been provided on Environmental Appendix-C. 3.5 Not Used This section is intentionally left blank. 3.6 Hazardous Materials/Waste In addition to of the current ODOT CMS, in the event that waste is discovered during construction operations within the project construction limits, at a location not previously known to be a hazardous waste facility, then work in that location will cease and the DBT will contact both the Department s Engineer, the Ohio EPA District Office and the local health Department. Additional authorization will have to be obtained before any construction activities are undertaken. Additionally, if any liquid is released from the cited waste, pursuant to ORC Emergency Planning, the DBT will immediately call the OEPA s emergency hotline at (800) (also see: ) Non-Use of Asbestos-Containing Materials: The DBT shall at no time incorporate any materials which are composed of, or contain any amounts of, asbestos. The substitution of materials which contain any amounts of asbestos will, in no circumstances, be acceptable. Upon completion of the project, the DBT shall submit a written statement of certification asserting that no asbestos containing materials were used in any portion of the construction Site Specific Health and Safety Plan (SSHSP): The DBT shall certify in writing to the Department s Engineer, within two weeks after contract execution and prior to any excavation, that the DBT has prepared a SSHSP in accordance with 29 CFR Part 2/25/

47 for operations involving hazardous substances within the provided work limits. The DBT shall make the SSHSP available at the project site. Refer to Phase I & Phase II Environmental Site Assessments in Environmental Appendix-H. The described work shall be paid for as a part of the following pay item: ITEM 690E21000 SPECIAL- MISC: SITE SPECIFIC HEALTH AND SAFETY PLAN, LUMP SUM Work Involving Non-Regulated Materials: The DBT will determine if any excavated material is non-regulated. The work involved with this Item Special includes developing and complying with a SSHSP, handling, storage and disposal/use of nonregulated materials. This material may be used as backfill for other project purposes provided it meets the current ODOT specifications. The described work shall be paid for as a part of the Item Special Misc.: Work Involving Non-Regulated Materials pay item designated in Section Removal and Disposal of Scrap Tires: Scrap tires are deposited throughout the area defined as Site #66 under the Phase I & II ESAs. This site location encompasses much of the new loop section of the proposed interchange. The DBT shall be responsible for removing, transporting, and disposing of these scrap tires as noted. The DBT shall ensure that the tires are removed and transported in a manner that satisfies all of the appropriate OEPA regulations. Specifically, the transportation of tires is governed by OAC The disposal of tires shall be at a registered and permitted scrap tire facility as per OAC thru 65. The DBT shall furnish all of the labor, equipment, and materials necessary to remove, transport and dispose of scrap tires in a registered and permitted scrap tire facility. Payment for this work shall be made at the contract price bid as follows: ITEM 202E98000 REMOVAL MISC.: SCRAP TIRES, LUMP SUM Buildings Demolished: All applicable demolition requirements will be followed as stipulated in the current ODOT CMS, Section 202. The DBT shall not disturb any building prior to receiving the Notice of Possession and the Approval to Proceed from the Department s Engineer. In accordance with local requirements, the DBT shall coordinate all utility disconnections with the respective utility owners prior to building removal. All disconnected drains shall be sealed with masonry, precast clay or concrete stoppers. The DBT shall not utilize any of the buildings slated for removal. All buildings within the permanent right of way shall be demolished. The DBT shall ensure that all above ground surface features associated with each demolished building/property no longer remain on site, and that only a bare grass lot remains. Burning of buildings/building material shall be prohibited. The DBT shall take ownership of all removed materials except those belonging to a private or public utility. Following the completion of the demolition work and obtaining the Department Engineer s approval, 2/25/

48 the resulting cavity shall be immediately filled in accordance with Item 202. Payment for all work involved with the removal, reuse or disposal of the structures demolished, including clearing & grubbing, grading, seeding, excavation and backfill of resulting cavities shall be incidental to their removal, and shall be paid for under the following pay item: ITEM 202E99200 SPECIAL- BUILDING DEMOLITION, LUMP SUM Payment for the above work shall include all labor, tools, equipment and materials necessary to complete this item of work Building Demolition (For Estimate of Cost) Bidders are hereby made aware that the buildings slated for demolition may still be occupied. Bidders are not to disturb the occupants and shall make their estimate of demolition costs, for these occupied buildings, from the provided parcel descriptions and off-premise inspection only Building Demolition Asbestos - Notification Requirements Involving the Renovation and Demolition of Structures, as per OAC : The buildings on the project have not been inspected and tested for asbestos. The DBT is required to inspect each structure slated for demolition and/or renovation for Regulated Asbestos Containing Material (RACM). The asbestos inspection must be conducted in accordance with the Ohio Administrative Code (OAC) and shall be performed by an Asbestos Hazard Evaluation Specialist (AHES), as per OAC (C). The asbestos inspection should identify the presence of asbestos, including category I and category II non-friable asbestos-containing material, as per OAC Bulk samples shall be collected as per OAC (C)(09). All analytical methods must be in accordance to 40 CFR PART 763 Asbestos, Appendix E, Subpart E, Section 1; Polarized Light Microscopy (PLM), Interim Method of the Determination of Asbestos in Bulk Insulation Samples and/or Method for the Determination of Asbestos in Bulk Building Materials, EPA 600-R The DBT shall complete an Asbestos Review Report and submit this report for review with the OEPA. The DBT is then required to file an OEPA-Notification of Demolition and Renovation Form. (See Environmental-Appendix E - OEPA Notification of Demolition & Renovation Form) with Ohio EPA-Southwest Ohio Air Quality Agency (SWOAPC), located at 250 William Howard Taft Road, Cincinnati, Ohio , with attention to Mr. Ken Wilkens, with the Hamilton County Department of Environmental Services (HCDOES), at least 10 working days prior to the initiation of construction activities in order to coordinate asbestos notification requirements for this project. This form cannot be ed or faxed to OEPA or the delegated air authority. The 10-day notification is based upon all required paperwork either being received via US mail or being dropped off at their offices. Mr. Wilkens may be contacted by telephone ( ) or ed (ken.wilkins@hamilton-co.org). The DBT will receive a copy of the authorization request which includes HCDOES s telephone number ( ) and web page address ( Abatement of all identified RACM must be conducted by an asbestos abatement contractor who is licensed by the State of Ohio. Payment for all work involved with the asbestos inspection/abatement process shall be paid for under the following pay items: ITEM 690E71000 SPECIAL - ASBESTOS ABATEMENT, INSPECTION, LUMP SUM ITEM 690E70140 SPECIAL - ASBESTOS ABATEMENT, INSULATION VERMICULITE, CU FT 2/25/

49 ITEM 690E70100 SPECIAL - ASBESTOS ABATEMENT, FLOORING MATERIALS, SQ FT ITEM 690E70100 SPECIAL - ASBESTOS ABATEMENT, CEILING OR WALL MATERIALS, SQ FT ITEM 690E70100 SPECIAL - ASBESTOS ABATEMENT, ROOFING MATERIALS, SQ FT ITEM 690E70100 SPECIAL - ASBESTOS ABATEMENT, SIDING MATERIALS, SQ FT ITEM 690E70100 SPECIAL - ASBESTOS ABATEMENT, STUCCO, 5000 SQ FT ITEM 690E70120 SPECIAL - ASBESTOS ABATEMENT, PIPE INSULATION, 2 TAPE, 500 FT ITEM 690E70100 SPECIAL - ASBESTOS ABATEMENT, PIPE INSULATION, AIR CELL, 500 SQ FT ITEM 690E70100 SPECIAL - ASBESTOS ABATEMENT, PIPE INSULATION, TROWELED GASKET, 25 SQ FT ITEM 690E70120 SPECIAL - ASBESTOS ABATEMENT, DUCTWORK, TAPE, 500 FT ITEM 690E70100 SPECIAL MISC: ASBESTOS ABATEMENT, DUCTWORK, INSULATION, 500 SQ FT Bridge/Structure Asbestos - Notification Requirements Involving the Renovation and Demolition of Structures, as per OAC : The bridges on the project have not yet been inspected and tested for asbestos. Prior to demolition or renovation, the DBT is required to inspect each bridge slated for demolition or renovation for Regulated Asbestos Containing Material (RACM). The asbestos inspection must be conducted in accordance with the Ohio Administrative Code (OAC) and shall be performed by an Asbestos Hazard Evaluation Specialist (AHES), as per OAC (C). The inspection shall be performed on the entire structure, regardless of perceived impairments, and payment shall be included in the appropriate asbestos abatement bid item. The asbestos inspection should identify the presence of asbestos, including category I and category II non-friable asbestos-containing material, as per OAC Bulk samples shall be collected as per OAC (C)(09). All analytical methods must be in accordance to 40 CFR PART 763 Asbestos, Appendix E, Subpart E, Section 1; Polarized Light Microscopy (PLM), Interim Method of the Determination of Asbestos in Bulk Insulation Samples and/or Method for the Determination of Asbestos in Bulk Building Materials, EPA 600-R The DBT shall complete an Asbestos Review Report and submit this report for review with the OEPA. The DBT is then required to file an OEPA-Notification of Demolition and Renovation Form with Ohio EPA-Southwest Ohio Air Quality Agency (SWOAPC), located at 250 William Howard Taft Road, Cincinnati, Ohio , with attention to Mr. Ken Wilkens, with the Hamilton County Department of Environmental Services (HCDOES), at least 10 working days prior to the initiation of construction activities in order to coordinate asbestos notification requirements for this project. This form cannot be ed or faxed to OEPA or the delegated air authority. The 10-day notification is based upon all required paperwork either being received via US mail or being dropped off at their offices. (See Environmental-Appendix E - OEPA Notification of Demolition & Renovation Form) Mr. Wilkens may be contacted by telephone ( ) or ed (ken.wilkins@hamilton-co.org). The DBT will receive a copy of the authorization request which includes HCDOES s telephone number ( ) and web page address ( Abatement of all identified RACM must be conducted by an asbestos abatement contractor who is licensed by the State of Ohio. Payment for all work involved with the bridge asbestos inspection/abatement process shall be paid for under following pay items: ITEM 690E70100 SPECIAL- ASBESTOS ABATEMENT, MISCELLANIOUS MATERIALS, SQ FT ITEM 690E70120 SPECIAL - ASBESTOS ABATEMENT, UTILITY INSULATION, 500 FT 2/25/

50 3.6.6 Asbestos Contaminated Debris & Solid Waste: Containment, Testing and Disposal of Asbestos Contaminated Debris/Solid Waste, as per OAC : All excavated materials deemed as potentially contaminated in the sites identified in the Phase I and Phase II ESA, provided in Environmental Appendix-F, will be stock piled within the project limits. In order to prevent contact with groundwater, surface, run-off/run-on and/or precipitation, all excavated materials will be stored on an impermeable membrane surrounded by bales of straw. All stockpiled materials will be tarped with plastic or other water-repellant devices to limit contact of excavated materials with precipitation and any other consequent leachate generation. The DBT shall provide the Department s Engineer with five (5) days notice prior to any excavations within the construction limits to permit for arranging any necessary testing services. The DBT is responsible for testing all stock piled material in accordance with the Department s Hazardous Waste Management Program Manual (HWMPM) as well as any other testing required by the specified landfill requirements and regulating agencies. The DBT shall provide all test results to the Department s Project Engineer. All stockpiled material shall remain on-site until analytical results are received by the Department s Engineer. Stockpiled materials will be characterized through the collection of one composite sample for each 100 cu. yds. of material. The composite sample will be collected in accordance with protocols established by the Division of State Fire Marshal s Bureau of Underground Storage Tanks Regulations (BUSTR) for the sampling of stockpiled materials. Each composite sample will be submitted to an independent laboratory for analysis of bulk asbestos content, ph (corrosivity), flash point (ignitability), reactive sulfide and cyanide (reactivity), concentrations of metals, volatile organic compounds (VOCs), and semi-volatile organic compounds (SVOCs) by the Toxicity Characteristic Leaching Procedure (TCLP). All stockpiled material providing tests results indicating a degree of contamination exceeding specified thresholds (as determined by the regulating agencies-oepa/local fire department/local health department), shall be placed in lined, leak proof, covered, roll-off boxes within the project limits. In accordance with OAC , the DBT shall properly handle, manage, transport and dispose of all of the excavated material that is considered unsuitable or surplus into a licensed (by the local health department) and permitted (by the OEPA) solid waste facility. In the event that none of the materials are characterized as hazardous waste (based on provided testing) all excess material shall be disposed of as asbestos contaminated debris. Copies of the analytical results and identification of the intended disposal facility will be submitted to the Ohio EPA prior to the removal of the material from the project site. All excess material will be disposed of in accordance with all applicable state and federal laws and regulations, including the ORC, Chapter Basis of Payment: The DBT shall furnish all of the labor, equipment and materials necessary to properly develop and comply with a SSHSP, excavate, store, test (for disposal), transport, and dispose of contaminated materials including any permits, approvals or fees within the limits identified. Work involving hazardous waste shall be paid for in accordance with the current ODOT CMS, Sections & The described work shall be paid for as a part of the following pay items: 2/25/

51 ITEM 690E65000 SPECIAL- WORK INVOLVING NON-REGULATED MATERIALS, 100 TON ITEM 690E65002 SPECIAL- WORK INVOLVING HAZARDOUS WASTE, 500 TON ITEM 690E65010 SPECIAL -WORK INVOLVING SOLID WASTE, 3000 TON Control of Air Emissions, Leachate, Surface Water Run-On/Off, Explosive and Toxic Gas Migration, and the Protection of Ground Water as per OAC : This section applies to all materials deemed as potentially contaminated within the sites identified in the Phase I and Phase II ESA. Standard ODOT dust control measures shall be implemented as per the current ODOT CMS. All excavated materials shall be kept wet from the time of excavation until they are placed into the stockpile or lined roll-off containers and the stockpile or lined roll-off containers are covered in accordance to HCDOES guidelines. Any exposed materials in excavations (i.e., trench walls, side slopes, trench floors) will be visually evaluated for friability and dust generation potential and if appropriate, palliative measures undertaken for dust mitigation (i.e., application of water) within the limits of excavation. An Asbestos Hazard Evaluation Specialist, trained in the provisions of National Emission Standards for Hazardous Air Pollutants (NESHAP) (40 CFR Part 61, Subpart M) and certified by the Ohio Department of Health, will collect a minimum of three (3) ambient or background air samples in the project area and evaluate these samples for total particulates present in the work area, as well as asbestos content based upon either Phase Contrast Microscopy (PCM) or Transmission Electron Microscopy (TEM). On a daily basis during construction activities, the DBT, with the approval of the Department s Engineer, will establish monitoring stations within the work limits, and collect air samples at this station for analysis/testing of asbestos content by either PCM or TEM, depending on the overall level of particulates observed during construction activities. Should air monitoring test results indicate no exceedance of the Occupational Safety and Health Administration (OSHA) permissible exposure limits (PELs) for general construction through the first 21 days of excavation activities, monitoring for emissions of asbestos for the project site will be discontinued. The DBT shall comply with the provisions of the National Pollutant Discharge Elimination System (NPDES) permit for construction activities. Additionally, all potentially contaminated waters encountered during excavation activities shall remain in place (if practical) or shall be removed from the excavation and collected in temporary storage tanks and characterized for the presence of regulated constituents. Should laboratory analysis indicate that any collected waters contain concentrations of regulated constituents below the Outside Mixing Zone Average (OMZA) values under the Elsewhere column in Table 32-2 of OAC ( Ohio River water quality criteria for the protection of human health ), the Department will permit the DBT to discharge these waters back into the sewer system, in accordance with the NPDES. However, if any collected waters exceed the numeric criteria in Table 32-2 of OAC ; these waters will be transported off-site and disposed of in accordance with local, state and federal regulations Basis of Payment: The DBT shall furnish all of the labor, equipment and materials necessary to properly develop and comply with a SSHSP, handle, excavate, store, test (for disposal), transport, and dispose of the regulated 2/25/

52 materials including any permits, approvals or fees within the limits identified. The described work shall be paid for as a part of the following pay items: ITEM 690E21000 SPECIAL- MISC: AIR EMISSION AND RUNOFF CONTROL, LUMP SUM Petroleum Contaminated Soils (PCS): There is a potential for encountering petroleum contaminated soils (PCS) at the following locations: A Gilbert Avenue, Shell Station B Reading Road, Marathon Station C. Syracuse/Fredonia multiple properties D. Blair Ave. /Delway multiple properties E Gilbert Avenue (former gas stations) F Gilbert Avenue (former gas station) G Reading Road (former gas station) and abutting parcel # In the event that PCS are encountered, the DBT must handle all excavated materials within the cited locations in accordance with the following stipulations: Material Sampling The DBT shall provide the Department s Engineer with ten (10) days notice, prior to beginning any excavation within the aforementioned limits to arrange for the necessary screening and segregation operations. All material excavated by the DBT during construction and within the specified limits shall be screened, segregated and tested by an inspector provided by the DBT and approved by the Department. Material Evaluation The inspector shall determine the regulatory classification of the specified excavated materials. The excavated materials may be classified into one or all of the following categories: Item Special (203.01) Work Involving Non-Regulated Material The inspector will determine if any of the excavated material is non-regulated. The work involved with this item includes developing and complying with a SSHSP, handling, storage, disposal and/or use of non-regulated materials. This material may be used as backfill or other project purposes, provided it meets all of the appropriate Department specifications. Item Special (203.03) Work Involving Petroleum Contaminated Soil (PCS) - The inspector will determine if any of the excavated material is PCS. The Department s Engineer will provide the DBT with the inspector s results. The DBT shall be responsible for obtaining all necessary permits and approvals in order to transport the material to a licensed (by the local health department) and permitted (by the Ohio Environmental Protection Agency) solid waste facility or a Petroleum Contaminated Soil Remediation Facility (PCSRF) for proper disposal or remediation. Prior to disposal the DBT shall contact the proposed facility to determine if there is any additional testing required for disposal or remediation at that facility. The costs for these tests are to be included as a part of this pay item. The work involved with this item includes developing and complying with a SSHSP, handling, storage, testing, disposal and remediation of PCS. When directed by the proposed facility, the DBT shall have an independent (Department approved) laboratory collect samples and test the excavated or stored materials for PCS disposal or remediation approval. Provided the PCS does not exceed the petroleum constituent 2/25/

53 concentrations cited in the current ODOT-CMS, Item (2), it may be reused on site in accordance with OAC 1301: Temporary Storage of Contaminated Soils All excavated material, which is determined to be potentially contaminated petroleum substances, shall be stockpiled in an area provided by the DBT and approved by the Department s Engineer. The DBT shall stockpile the material in a leak proof, covered container provided by the DBT. The material shall remain on site until analytical results are received by the Department s Engineer. As an alternative, the DBT may temporarily store suspected contaminated soils on an impermeable membrane. The membrane shall be surrounded by bales of straw to prevent the suspect soils from coming into contact with the original soils. An impermeable membrane shall be placed over the stockpile to prevent contact with precipitation and/or surface run-off. The DBT may direct load the excavated materials into trucks or containers until a determination of proposed use is made by the Department s Engineer. Potential Dewatering of Excavated Areas In the event that contaminated, or other source contaminated, groundwater is encountered, during excavation operations within the proposed construction limits of the project, which require dewatering for construction purposes; the DBT shall dewater and then dispose of the captured water by methods approved of by the Department s Engineer. All water containerized by the DBT within the specified areas shall be subject to testing by a Department approved inspector provided by the DBT. The Department s Engineer will classify the water removed from the excavation into one of the following two categories: Non-Regulated Water: The Department s Engineer will determine if the water is non-regulated. The DBT will be responsible for disposal of the non-regulated water. The method for disposing of the non-regulated water shall be approved by the Department s Engineer. The work involved with this pay item includes handling, storage and disposal of the non-regulated water. Regulated Water: The Department s Engineer will determine if the water is regulated. The DBT will be responsible for disposal of the regulated water. The method for disposing of the regulated water shall be approved by the Department s Engineer. The work involved with this pay item includes handling, storage and disposal of the regulated water. General Requirement All transport vehicles used for the movement of regulated soils and/or water shall meet applicable federal, state and local regulations. The DBT shall maintain records (such as daily logs, landfill tickets, manifests, etc.) that document the source, movement and destination of each truck load of contaminated material. One copy of each of these records shall be submitted to the Department s Engineer Basis of Payment The DBT shall furnish all labor, equipment and materials necessary to properly develop a SSHSP, excavate, store, test (for disposal), transport and dispose of contaminated materials. This also includes any required approvals, fees and management of records within the specified areas. All described work in this section shall be paid for as a part of the following pay item: ITEM 690E65016 SPECIAL- WORK INVOLVING PETROLEUM CONTAMINATED SOILS, 1500 TON 2/25/

54 3.6.9 Underground Storage Tanks (USTs): Based on the Phase I and II ESA, the potential to encounter both regulated and unregulated underground storage tanks (USTs) exist within the project limits. If encountered, they shall be removed in accordance with Item 202 of the current CMS. The described work shall be paid for as a part of the following pay item: ITEM 202E66500 UNDERGROUND STORAGE TANK REMOVED, 12 EACH Below is a table containing all known information regarding underground storage tanks within the construction limits. Table 3-1: Underground Storage Tank Information Site Underground Storage Tanks (USTs) Details #66 Joshua Land, Syracuse Two 500-gallon by former office One confirmed by driller, GPR did not identify any #66 Joshua Land One unknown size north of garage No access to area of UST, sample collected near pump, GPR unsuccessful #66 Joshua Land Not on BUSTR Database, property May be two 10k fiberglass tanks owner indicates that two 10k tanks and one pump on site (may only be one based on Phase II ESA Site visit and size of concrete pad) #254 Shell 2967 Gilbert Ave One 12k and one 20k To be avoided. See work #1524 Former gas station 2935 Gilbert Ave restrictions per Section Two to three USTs GPR confirmed Size of area is approximately 21 x Low Strength Mortar (LSM) Protection of Groundwater: Based on the Phase I and II ESA, in order to limit the potential for leachate migration, specifically for drainage features being installed in contaminated areas, the bedding around the proposed pipe shall be comprised of Item 613 Low Strength Mortar (LSM) as per the current ODOT CMS. The LSM shall extend from the bottom of the pipe trench to at least one level foot above the pipe. LSM may be used up to a depth of one foot below the proposed grade. No granular materials will be used in backfilling any drainage feature installations within any contaminated areas. Materials removed during trench excavation may be reused provided the conditions of CMS Item , CMS Item , and the Design Build Scope are met. Materials removed during trench excavation will be placed to a depth of approximately 1 foot below finished grade. For unpaved sections, the replaced waste materials will be topped with a 1 foot layer of clean fill, such that the excavated materials are re-capped following construction activities. Payment for work in this section will be included with the lump sum Drainage pay item. 2/25/

55 3.7 Environmental Justice: In order to maintain local community connectivity, through multi-modal transportation options, the following transportation connections shall be installed: Pedestrian and bicycle accommodations: A 10-foot multi-purpose pathway will be provided along the north side of Martin Luther King Drive from Harvey Avenue/Vernon Place to just east of Gilbert Avenue. A 5-foot sidewalk will be provided along the south side of Martin Luther King Drive from Vernon Place/Harvey Avenue to just east of Gilbert Avenue. Sidewalks will be installed throughout the project that will tie into existing sidewalks on all side streets in the project area, providing direct connections into the neighborhoods in the area. Sidewalks will be provided along Martin Luther King Drive, Reading Road, Gilbert Avenue, Lincoln Avenue/University Avenue, Whittier Street, Van Buren Avenue, and Stanton Avenue. These sidewalks will tie into sidewalks on Hickman Avenue, Concordia Street, Foraker Avenue, Beecher Street, Buena Vista Place, Winslow Avenue, Bowman Terrace, Union Street, Bartle Avenue, Savoy Place, and Kerper Avenue. The access from Martin Luther King Drive to Van Buren Avenue (west of I-71) will be maintained through both new stairs and new sidewalk. The access from Martin Luther King Drive to Stanton (east of I-71) will be maintained through new stairs. ADA-compliant access from Martin Luther King Drive to Stanton Avenue (east of I-71) is currently provided along Beecher Street. Pedestrian crossing accommodations (including curb ramps and crosswalks) will be provided at all intersections. See Section 9 for additional requirements Fredonia Bridge Replacement: One of the most prominent comments received during the Public Involvement process was to maintain a connection over IR-71 to the existing industrial business district located along Fredonia Avenue on the west side of IR-71. See Sections 9 and 11 for additional requirements Union Street, Savoy Place, and Van Buren Avenue Connection: In order to provide this local neighborhood a connection to a signalized intersection on Reading Road via Whittier Street, a new roadway connection will be provided between Borrman Avenue and Van Buren Avenue. See Section 9 for additional requirements. 3.8 Permitting Requirements: The DBT shall construct the project in accordance with any and all applicable permits required for performing such work. This includes the permits described in the scope and any additional permits (i.e. OEPA Permits to Install (PTI)) needed that are not specifically identified in the scope. If not already 2/25/

56 obtained by the Department, the DBT shall obtain all necessary permits and pay all charges, fees and taxes associated with these permits. The DBT shall be responsible for any fines levied by regulatory agencies as a result of their construction activities or non-compliance with any permit special or general conditions /401 USACE Waterway Permits There are no known jurisdictional waterways located within the project limits; and therefore, no impacts to jurisdictional waterways are expected. However, one stream, located east ofir-71, along Ramp F, and within close proximity to the proposed construction limits, has been identified as a jurisdictional water of the U.S. as defined by the U.S. Army Corps of Engineers. Should impacts to this waterway be required the DBT shall stop work in this area and contact the Department s Engineer immediately. At no time shall the DBT coordinate waterway permit issues directly with the permitting agencies unless directed to do so by the Department s Office of Environmental Services (OES). Work shall not commence within the waterway until the appropriate waterway permits have been obtained. The Department shall obtain the waterway permits within sixty (60) days of notification from the DBT National Pollutant Discharge Elimination System (NPDES) Permit The DBT shall minimize water sedimentation impacts through the use of Best Management Practices (BMPs) for soil erosion and sedimentation control. All temporary sediment and erosion control shall be the responsibility of the DBT. Refer to the Department s SS832, for developing the Storm Water Pollution Prevention Plan (SWPPP) and locating, furnishing, installing, and maintaining temporary sediment and erosion control. The SWPPP shall be in place prior to the initiation of any earth disturbing activity (EDA). For information about OEPA's NPDES permit requirements see and or Prior to any project related EDA taking place, the DBT shall submit to the Department, the total number of acres requiring EDA. Within 10 days of the Department receiving this information from the DBT, the Department shall submit a Notice of Intent (NOI) to OEPA for the project. The DBT is required to be a copermittee. Earth disturbing activity is not permitted prior to the OEPA issuance of a Facility Permit Number and fully executed co-permittee form. The DBT may submit their OPEA NOI electronically or with a paper form. Approval from OEPA takes 21 days and the Department has 10 days to file the NOI, therefore, these 31 days shall be accounted for within the project schedule. (See Environmental Appendix-F). Items used to implement the DBT s Erosion Control requirements are paid as per SS832 and are included in the DBT s proposal as a non-bid reference number. Payments for erosion control items which exceed the non-bid amount will be made by an Extra Work Change Order, as per Section of the current ODOT CMS. The specified unit prices in SS832 are fixed for the contract and may not be negotiated or adjusted for inflation or claimed changed conditions. This described work shall be paid for under the following pay item: 2/25/

57 ITEM 832E99100 SPECIAL CONSTRUCTION EROSION CONTROL EACH Floodplain Impacts According to the FEMA Map Index, FM39061C0238E & FM39061C0219E are the FIRM maps associated with the project area. Printed versions of these maps are not available as the project area does not impact a 100-year FEMA protected floodplain. (See Environmental Appendix-D) 3.9 Public Involvement See Section 1 for additional requirements. 4 Utilities 4.1 General The DBT shall be responsible for coordination with the owners of all utility facilities affected by the project. The resolution of any conflicts between utility facilities and the construction of the project shall be the responsibility of the DBT. A. Any required relocation of public utility facilities shall be included in the DBT s bid (cost) and schedule. This work includes relocation of Greater Cincinnati Water Works (GCWW), Cincinnati Metropolitan Sewer District (MSD) and Cincinnati Storm Water Management (SMU) and City of Cincinnati owned facilities. Refer to Section 14 for Lighting and Signal bidding requirements and Section 14 for ITS bidding requirements. B. ODOT has initiated coordination efforts with specific private/investor owned utility companies having known conflicts with the project. The DBT shall be responsible for coordination with the private/investor owned utility facility owners as described in the scope. C. The DBT is responsible for all coordination and schedule risk for relocation of private/investor owned utility facilities, except as described in Section Deadlines and Delays. D. The DBT shall submit a listing of all utility facilities required to be relocated by the DBT s proposed work as part of each buildable unit submission. The Department will make all determinations of compensable rights related to utility facility design, relocation, modification and construction. Except as specifically indicated in the contract documents, no additional compensation or time will be granted for any delays, inconveniences, or damages sustained by the DBT due to interference from utility facilities or utility facility relocations. 4.2 Governing Regulations for Utility Design and Construction Any utility relocation work performed by the DBT shall be consistent with ODOT s utility relocation process. This work shall also be consistent with the utility owner s reasonable, written specifications, 2/25/

58 standards of practice and construction methods, as well as any applicable ODOT, and City of Cincinnati permit requirements. The plans for the design of the utility work shall show at the minimum the following information: existing topography, right-of-way, lanes of travel and the location of the utilities. When the DBT develops utility relocation plans, these plans shall be subject to review by ODOT, the City of Cincinnati, and the involved utility, as applicable. Section 1.3 identifies specifications related to the design and construction of underground water lines, storm and sanitary sewers. All utility design, relocation, modification and construction shall be performed in accordance with these specifications or accepted industry standards as applicable. In the event of a conflict among the standards listed in Section 1.3 related to design, construction, modification or relocation of public utilities (of Greater Cincinnati Water Works (GCWW), Cincinnati Metropolitan Sewer District (MSD) and Cincinnati Storm Water Management (SMU) and City of Cincinnati), the most restrictive standard released on for before January 30, 2014 shall take precedence. In the event of a conflict among the standards listed in Section 1.3 related to design, construction, modification or relocation of private/investor owned utilities and accepted industry standards, the most restrictive standard shall take precedence. 4.3 Utility Contacts The following named utility owners maintain and operate utility facilities within the project limits. Currently available contact information is provided for each. FIBER: AT&T FIBER OPTICS (TRANSMISSION) 4435 AICHOLTZ ROAD, SUITE 300 CINCINNATI, OH CONTACT: JEFF BALLINGER PHONE: MCI/VERIZON 120 RAVINE ST AKRON, OH CONTACT: AL GUEST PHONE: WALNUT HILLS AREA COUNCIL (CLARENCE TAYLOR - COUNCIL PRESEIDENT) WINDSTREAM (formerly KDL) 1925 ENTERPRISE PKWY TWINSBURG, OHIO CONTACT: DOUGLAS H NELISSE PHONE: DUKE ENERGY TELECOM 2/25/

59 139 E. FOURTH ST. CINCINNATI, OH CONTACT: CHRIS GEE PHONE: ELECTRIC: DUKE ENERGY CORP 5445 AUDRO DRIVE CINCINNATI, OH CONTACT: DAVE BOSSE PHONE: DUKE ENERGY CORP (DISTRIBUTION) 139 EAST 4TH ST, ROOM 467A CINCINNATI, OH CONTACT: AARON WRIGHT PHONE: MOBILE: DUKE ENERGY CORP (TRANSMISSION) 139 EAST 4TH ST, ROOM 562 CINCINNATI, OH CONTACT: MARK HELTZER, PE PHONE: GAS: DUKE ENERGY CORP (GAS) 139 EAST 4TH ST, ROOM 460A CINCINNATI, OH CONTACT: LAURA MATE PHONE: TELEPHONE: CINCINNATI BELL TELEPHONE 221 EAST 4TH ST BUILDING CINCINNATI, OH CONTACT: MARK CONNER PHONE: CATV: TIME WARNER CABLE 2/25/

60 11252 CORNELL PARK DR CINCINNATI, OH CONTACT: KENT RIEGER PHONE: WATER: CINCINNATI WATER WORKS 4747 SPRING GROVE AVE CINCINNATI, OH CONTACT: JON HUNSEDER, PE PHONE: SEWER: METROPOLITAN SEWER DISTRICT OF GREATER CINCINNATI 1600 GEST ST CINCINNATI, OH CONTACT: ROB FRANKLIN PHONE: CITY: CITY OF CINCINNATI COMMUNICATION TECHNOLOGY SYSTEMS 805 CENTRAL AVE, SUITE 150 CINCINNATI, OH CONTACT: JACK JOHNSON PHONE: CITY OF CINCINNATI - DEPARTMENT OF TRANSPORTATION ENGINEERING ROOM 450, CITY HALL 801 PLUM ST CINCINNATI, OH CONTACT: JOHN BRAZINA PHONE: CITY OF CINCINNATI DEPARTMENT OF TRANSPORTATION ENGINEERING - TRAFFIC SIGNALS 801 PLUM ST, ROOM 320 CINCINNATI, OH CONTACT: JEFFREY E. WILHOIT, P.E. PHONE: CITY OF CINCINNATI - STREET LIGHTING 801 PLUM ST, ROOM 320 2/25/

61 CINCINNATI, OH CONTACT: ROY A. JONES, P.E. PHONE: LIGHTING: The DBT shall coordinate with the Department as per Section 14. ITS: ITS (Formerly ARTIMIS) ODOT CENTRAL OFFICE OF TRAFFIC ENGINEERING 1980 WEST BROAD STREET COLUMBUS, OH CONTACT: JASON M. YERAY, P.E. PHONE: The DBT shall coordinate with the Department as per Section 14. STORMWATER: METROPOLITAN SEWER DISTRICT OF GREATER CINCINNATI (FOR CINCINNATI STORMWATER MANAGEMENT UTILITY) 1600 GEST ST CINCINNATI, OH CONTACT: ANDREW STORER PHONE: Utility coordination Known relocations are identified in Section 5.4. Additional relocations shall be identified by the DBT. The DBT shall design the project to minimize the scope and extent of additional relocations, where possible. When relocations are necessary, coordination of these relocations with the involved utility shall be the responsibility of the DBT. Only those utility facilities immediately affected by the proposed construction shall be relocated or adjusted. If the DBT desires the temporary or permanent adjustment of the utilities for their benefit, they shall conduct all negotiations with the utility owners and pay all costs associated with the adjustment. The DBT shall assume all schedule impacts from these relocations or adjustments. The DBT shall: a. Identify and contact the owners of all utilities within the project area to verify the nature, extent and location of their existing facilities b. Identify all impacted utility facilities c. Provide all project construction plans, SUE and geotechnical information to these utilities 2/25/

62 d. Coordinate all work with the affected utility owners e. Schedule and conduct coordination meetings during design and construction The DBT shall be responsible for maintaining and updating the Utility Impacts Matrices to reflect their design. The Utility Impact Matrices shall be updated, at least monthly, by the DBT as necessary during the course of plan development. The DBT shall make their updated matrices available to affected utility owners, ODOT s District Utility Coordinator and Engineer. The DBT is responsible for establishing a schedule of utility coordination meetings commensurate with the complexity of each utility s relocation issues. The DBT shall notify the ODOT District Utility Coordinator at least three (3) Business Days in advance of each of the meetings. The ODOT District Utility Coordinator will participate as necessary. The DBT is responsible for keeping meeting minutes and providing this documentation to ODOT within two (2) Business Days following each meeting. The DBT shall copy the ODOT s District Utility Coordinator and Engineer on all correspondence related to utility facilities. The cost of all utility coordination shall be bid as a Lump Sum ITEM 107E99000 SPECIAL UTILITY COORDINATION. The following flowcharts provide guidance on utility facility relocations identified after contract award: 2/25/

63 Figure 5-1: Utility Relocation Flowchart 2/25/

64 Figure 5-2: Utility Relocation Flowchart - Public 2/25/

65 Figure 5-3: Utility Relocation Flowchart Private/Investor Owned 2/25/

66 5.1.1 Scheduling of Utility Relocation Work The DBT shall confirm the relocation construction timeframes required by the utility owner and incorporate these timeframes into the project s CPM schedule. The DBT shall consider special scheduling requirements of utilities, such as peak load periods (e.g., winter gas loads, summer electric loads, etc.) when developing their CPM schedule. The DBT shall pay all costs incurred by the utility owner associated with the use of DBT proposed construction acceleration methods (e.g., the use of overtime, subcontractors, etc.) These acceleration costs are NOT eligible for reimbursement by the Department. When the DBT prepares a utility facility relocation plan, the utility owner will review and approve/reject the design prepared by the DBT no later than 28 calendar days after its submission to the utility owner, unless a different time-period is agreed to by both parties. If a utility owner rejects any design work, the DBT shall immediately notify ODOT, in writing, of the grounds for rejection and suggestions for correcting the problem. The DBT shall correct the design and resubmit to the utility owner for review. This compliance review shall take no more than 14 calendar days. When the utility owner prepares a utility facility relocation plan, ODOT and the DBT will review the design and/or permit application to ensure that the relocation does not interfere with other proposed construction activities, including relocations of other utility facilities. This review shall be completed no later than 14 calendar days after its submission to the DBT, unless a different time-period is expressly agreed to by both parties. The DBT shall compile and provide written review comments to ODOT and the utility owner. The DBT shall be responsible for inspection of private/investor owned utility relocation to ensure that the relocation does not interfere with other proposed construction activities, including relocations of other utility facilities. All privately owned utility adjustments and/or relocations performed within the proposed construction limits shown in the Right-of-Way plans will require a Right-of-Way permit. Any work performed by the DBT on behalf of a publically owned utility will not require any type of right of way permit. Privately owned or publically owned utility adjustments/relocations performed within the proposed construction limits shown in the Right-of-Way plans will require a City of Cincinnati Department of Transportation and Engineering (DOTE) Right of Way permit for all work within the City of Cincinnati Right of Way (R/W). An ODOT permit will be required for all the work within the ODOT Right of Way (i.e. Limited Access Right-of-Way (LA R/W)). Restoration within the LA R/W and R/W must be per the City of Cincinnati and ODOT standard with the most restrictive standard released on for before January 30, 2014 taking precedence. Any privately owned utility or DBT utility adjustments/relocations performed outside of the proposed construction limits shown in the Right-of-Way plans will need a Department of Transportation and Engineering R/W permit from the City of Cincinnati. 2/25/

67 5.1.2 Deadlines and Delays The DBT shall be responsible for monitoring utility facility relocations including plan development, plan review, and construction. The DBT shall promptly notify ODOT if a utility facility owner is not complying with the agreed upon time frames indicated in Section If the DBT provides documentation confirming that a utility has failed to relocate their facilities in a timely manner, an Obstruction Removal Notice will be issued by ODOT or the City of Cincinnati, as appropriate. ODOT will not be responsible for payment of delay claims associated with utility coordination/relocation, unless the DBT is able to provide ODOT with sufficient documentation for an Obstruction Removal Notice Changes to the Utility Work Once a utility relocation has begun, the DBT shall not make any changes to the proposed project design, which would necessitate a second relocation of the utility facility. However, the DBT may make changes if they agree to absorb the schedule impact and provide full compensation for 100 percent of all costs (design and construction) associated with the second relocation to the utility company. If this is the case, the DBT shall provide ODOT with documentation of their agreement with the involved utility Utility Owner to Perform Inspections The utility owner may perform inspections of construction of any utility work that is performed by the DBT on their facility. The DBT shall notify ODOT of any such inspections. The DBT shall provide ODOT with written documentation of all utility comments and their resolution. The DBT shall provide safe access and any necessary traffic control for any utility work inspections performed by the utility owner Reimbursement Process If a utility company notifies the DBT that they believe any utility relocation work is reimbursable (to the utility), the DBT shall immediately notify ODOT. The Department will determine compensable interest for reimbursement Continuity of Utility Service The DBT shall ensure that all utilities remain operational during all phases of project construction to the greatest extent practicable. Necessary interruptions of service, including proposals for shutdowns and temporary diversions of affected utilities, shall be approved by the involved utility. The DBT is directed to Section for notification requirements of disruptions in service. Where the DBT is responsible for the performance of utility relocation work, in order to maintain the service continuity of the utility owner s facilities to the extent practicable during that performance of work, the DBT, at its cost, shall: A. Keep the utility owner fully informed of schedules, including coordinating with the utility owner with regard to their design, construction and inspection of utility work performed by the DBT B. Keep the utility owner fully informed of changes that affect their facilities C. Keep the utility owner involved in making the decisions that affect their facilities so the utility owner is able to provide uninterrupted service to its customers, or be subject to the least interruption practicable 2/25/

68 All the utility owner s facilities shall remain fully operational during all phases of project construction, except as specifically allowed and approved by the utility owner. 5.2 Existing Utility Locations Existing utility facilities to be abandoned, including but not limited to, service connections for buildings to be demolished as part of the project, must be disconnected and removed or abandoned to ground (abandoned in place). Wooden Poles shall be removed in their entirety. Record utility information located in Utilities Appendices A-M Underground Utilities Existing public and private/investor owned underground utility facilities within the project area are tentatively located and identified in Roadway Appendix-A. Locations, sizes and depths (when indicated) have been compiled by a combination of efforts including reviewing existing facility plans, field survey and subsurface utility engineering (SUE) efforts. However, the DBT is advised that the locations, sizes and depths should be considered tentative. The DBT is responsible for final verification of all subsurface utility facility locations, both public and private/investor owned, within the confines of their work. SUE information is included for reference in Utilities Appendix-A Overhead Utilities Existing public and private/investor owned overhead utility poles and towers within the project area are tentatively located and identified in the Roadway Appendix-A. Locations have been compiled by a combination of efforts including reviewing existing facility plans and field survey. However, the DBT is advised that the locations should be considered tentative. The DBT is responsible for final verification of all overhead utility facility locations including type, number and elevation of lines, and related above ground facilities, both public and private/investor owned, within the confines of their work Known Utility Conflicts Currently identified utility facility conflicts within the project limits are tabulated in the Identified Utility Impacts matrices contained in Utilities Appendix-B. The matrices will be maintained and updated by ODOT through the bidding process. The matrices as provided by ODOT at that time shall be considered reference information. Additional conflicts shall be identified by the DBT as a result of chosen substructure unit locations; retaining wall construction; building demolition; roadway and pavement construction; excavation and embankment limits; DBT selected construction means and methods; and other construction. 5.3 Protection of Utility Facilities The DBT shall coordinate project construction with utility adjustments and take all necessary precautions to prevent disturbance to utility facilities. 2/25/

69 The DBT shall perform work in a manner that will cause the least reasonable inconvenience to the utility owner and those being served by the utility owner. Existing, adjusted, or new utility facilities that are to remain within the right-of-way of the project shall be properly protected by the DBT to prevent disturbance or damage resulting from project construction operations. If the DBT encounters a previously unknown utility that requires adjustment, they shall not interfere with the utility but shall take the proper precautions to protect the facility or take appropriate actions, per the contract documents, to coordinate the adjustment of the facilities Existing Utility Facilities that Cannot Be Impacted by the Proposed Work Several existing utility facilities have been identified by their respective owners as unable to be relocated or modified in any fashion as a result of the proposed construction. Currently known facilities falling into this category are identified and described below. These facilities are also identified in the Identified Utility Impacts Matrices in Utilities Appendix-B Duke Energy Electric Transmission Towers Three transmission towers are located on the east side of IR-71 and the south side of Blair Ave, which cannot be impacted as a result of the proposed construction. These towers and their limits are show in Roadway Appendix-A. All work under the Transmission towers should conform to National Electric Safety Code (NESC) and Occupational Safety and Head Administration (OSHA) Cranes in Construction Standard Power Line Safety Section and Tower height information can be found in Utilities Appendix-C Duke Energy Electric - Whittier Substation Whittier Substation is located on Whittier St, east of Reading Rd. The substation cannot be impacted as a result of the proposed construction. Additionally, there are underground conduits that follow Whittier St towards Reading Rd that cannot be impacted. The Whittier substation and underground conduits can be found in Roadway Appendix-A. Additional information can be found in Utilities Appendix-D. 5.4 Known Utility Facility Relocations Several utility facilities have been identified to need to be relocated as part of the proposed construction. Currently known facilities falling into this category are identified and described below Cincinnati Metropolitan Sewer District (MSD) Sanitary and Combined Sewer The DBT is responsible for the design and construction of the MSD facilities that are impacted by the project, as designed by the DBT. The DBT is to follow the guidelines for relocation plan review as discussed in Section All work shall be in accordance to the Metropolitan Sewer District standards. For additional information for the MSD facilities, see Section 10. The cost for sanitary and combined sewer design and relocation shall include all required permits, material, labor and equipment to complete work in this section and that required from Section 10. These costs shall be included in the lump sum ITEM 690E21000 SPECIAL MISC.: MSD SANITARY AND COMBINED SEWER. Information on applicable permits pertaining to the installation and relocation of MSD s facilities can be found in Section 3.8 (Permitting Requirements). 2/25/

70 Information on the location of MSD s mains and appurtenance s can be found in Utilities Appendix-L Cincinnati Stormwater Management Utility (SMU) The DBT is responsible for the design and construction of the SMU facilities that are impacted by the project, as designed by the DBT. The DBT is to follow the guidelines for relocation plan review as discussed in Section All work shall be in accordance to the Stormwater Management Utility standards. See Section 10 for design and bidding requirements Greater Cincinnati Water Works (GCWW) The DBT is responsible for the design and construction of the GCWW facilities that are impacted by the project, as designed by the DBT. The DBT is to follow the guidelines for relocation plan review as discussed in Section All work shall be in accordance to the Greater Cincinnati Water Works standards. The cost for GCWW work shall include installing plugs and new hydrants or air releases (at new dead ends), removing fire hydrants, valve boxes and chambers, curb and roadway boxes, possible reconnection of service branches to alternate locations to retain service, and all other material and labor to complete the work. These costs shall be included in the lump sum ITEM 690E21000 SPECIAL MISC.: GCWW. Information on the location of GCWW s water mains and appurtenance s can be found in Utilities Appendix-E Greater Cincinnati Water Works (GCWW) SUE Information on GCWW facilities can be found in Utilities Appendix-A. The DBT is advised that the locations, sizes and depths should be considered tentative. The DBT is responsible for final verification of all subsurface utility facility locations, both public and private/investor owned, within the confines of their work City of Cincinnati Department of Transportation and Engineering Signal Interconnect Please refer to Section 14 for more information on the specifications and requirements Street Lighting Please refer to Section 14 for more information on the specifications and requirements Traffic Signals Please refer to Section 14 for more information on the specifications and requirements Other Utility Facility Relocations Additional utility facility relocations, modifications and adjustments may be necessary as a result of the details of the DBT s final design. All such utility facility relocations, modifications and adjustments shall 2/25/

71 be coordinated by the DBT with the affected utility. All such utility facility relocations, modifications and adjustments shall be executed by the DBT or the affected utility owner as appropriate Duke Energy Electric Relocation The DBT s final design shall accommodate the relocation plan for Duke Energy Electric provided in Utilities Appendix-N. If the DBT s final design requires relocation of Duke Energy equipment that has previously been relocated for the Project per relocation plans provided in Utilities Appendix-N, the DBT shall be responsible for all Duke Energy relocation costs Martin Luther King Blvd. Bridge Duke Energy Electric has four (4) transite ducts that contain asbestos attached to the bridge. Duke will remove these ducts prior to work beginning on MLK bridge William Howard Taft Road Bridge Duke Energy Electric has six (6) transite ducts attached to the bridge that contain asbestos. As a proactive measure, Duke will be temporarily rerouting the cable in these ducts and replacing the transite ducts with PVC. Duke s ducts will remain on the bridge during the duration of the project Lincoln Avenue Bridge Duke Energy Duke Energy Electric has six (6) transite ducts attached to the bridge that contain asbestos. These ducts contain underground cables and a fiber optic communication tie between two of Duke s substations that are vital to provide service to this area. The fiber line will be temporarily relocated by Duke Energy to accommodate the DBT s work. If temporary relocation of the fiber is required by the DBT, the fiber will be relocated and the transite ducts will be removed by Duke Energy within 90 days of DBT s notification to Duke Energy of the utility conflict. The DBT is responsible for the design and construction of the following facilities on the HAM (Lincoln Ave Bridge over IR 71) per the following: Six (6) - 5 (five inch) electrical grade PVC conduits to be provided (arranged in 3 wide by 2 deep setup) Support Hangers (not allowed to be supported from the bridge deck and must be supported on cross frame members) Support hangers should be designed using loading below. Maximum spacing is 5-0. Any permanent cross frames shall be painted or galvanized. All support hardware shall be galvanized. The following loadings shall be used in the bridge design: (6) X Schedule 40 (5 ) PVC- 2.73lbs/ft (6) X All ducts are used (power cable) 11.67lbs/ft (6) Ice loading ½ for 5 PVC (heavy ice loading area) lbs/ft The design of the conduit system shall include the following: All existing ducts to be intercepted and extended 2 (two feet) from abutment wall Condux Underbridge Conduit Support system or similar product design to be used All material specs to be submitted for approval before use 2/25/

72 Expansion couplings to be used at all joints Expansion couplings shall not be spaced more than 30-0 (thirty feet) apart and be use Minimum Hot dip galvanized coating required Conduit system to be designed to support twelve pounds per foot of conduit or seventy two pounds per duct foot Support system designed for possible weights from ½ icing The conduit system tie in location is dependent the bridge type design. Information on the design and installation specifications of the duct tie back in the duct bank or in the manholes is included in Utilities Appendix F. The above-mentioned work and materials shall be paid for under ITEM 690E21000 SPECIAL-MISC.: DUKE ENERGY ELECTRIC RELOCATION. The DBT is to follow the guidelines for relocation plan review as discussed in Section All conduit system shall be in accordance to the Duke Energy Electric and ODOT standards, with the most restrictive standard released on for before January 30, 2014 taking precedence Cincinnati Bell Cincinnati Bell has transite ducts attached to the bridge that contain asbestos. These ducts contain a fiber optic communication facility that is vital to provide service to this area. The fiber line will be temporarily relocated by Cincinnati Bell to accommodate the DBT s work. If temporary relocation of the fiber is required by the DBT, the fiber will be relocated and the transite ducts will be removed by Cincinnati Bell within 90 days of DBT s notification to Cincinnati Bell of the utility conflict Duke Energy Gas SUE Information on Duke Energy Gas facilities near Ramp F can be found in Utilities Appendix-A. The SUE information was obtained by Duke Gas. However, the DBT is advised that the locations, sizes and depths should be considered tentative. The DBT is responsible for final verification of all subsurface utility facility locations, both public and private/investor owned, within the confines of their work. 6 Right-of-Way 6.1 General ODOT will acquire all temporary and permanent right-of-way to encompass the proposed construction limits shown in the Right-of-Way plans. The Right-of-Way Property Map included in the Final Right-of- Way Plans indicates the existing right-of-way lines and those parcels being acquired for the Project. The Right-of-Way Property Map also indicates any permanent and/or temporary easements being acquired by ODOT for the Project. The Design Build Team (DBT) shall not enter into negotiations for purchase of any property or property rights identified within the Right of Way Property Map. Right of possession of the Site and the improvements made thereon by the DBT shall remain at all times with ODOT. The DBT s right to entry and use of the Site arises solely from permission granted by ODOT under the Contract. Refer to Right of Way Appendix-A and Right of Way Appendix-B for Final Right of Way Plans. Curb and driveway locations provided in Right of Way Appendices A and B are for reference only. All 2/25/

73 permanent infrastructure and drainage features shall be located within the proposed right of way and not within the temporary right of way. The DBT will be provided access to each parcel identified in the right-of-way plans as the parcel is cleared. The availability date to the DBT is indicated in Right of Way Appendix-C: Right-of-Way Acquisition Schedule. The Right of Way acquisition schedule shall be included in the CPM. ODOT will provide an acquisition status report at the time the contract has been awarded. In addition, ODOT will provide the DBT with monthly reports regarding the status of the acquisition process for parcels for which access was not provided at the award of the contract. ODOT will provide written notification to the DBT of the availability of each required parcel and notify the DBT of any access restrictions that may be applicable. The DBT shall not be allowed access to any parcel until written notification is provided. 6.2 Monument Construction The DBT shall construct items associated with monument assemblies, reference monuments, right-ofway monuments, and any other items associated with monuments according to C&MS 604. Monuments on ODOT-maintained facilities shall be in accordance with ODOT standards. Monuments on City of Cincinnati-maintained facilities shall be in accordance with City of Cincinnati standards and procedures. 6.3 Asbestos Testing Information on Asbestos can be found in Section 3.6 (Environmental Hazardous Materials/Waste Asbestos) 6.4 Billboard on Martin Luther King Boulevard There is a billboard located within City of Cincinnati right of way at approximately STA LEFT, as shown in Right of Way Appendix-B. This billboard will be clear to be removed as of August 1, ODOT will provide written notification to the DBT of the availability of this billboard. The DBT shall not disturb this billboard until written notification is provided. 6.5 Frisch s Parking Lot The Frisch s Parking Lot identified as Parcel 255 in RW Appendix-B shall not be impacted by DBT s design or construction activities. The owner will retain property rights to use the parking lot. 7 Geotechnical The archive plans contain archive subsurface information for the DBT to evaluate preliminary geotechnical design parameters and develop project costs. Geotechnical evaluation is required for completion of the final design. The DBT should note that the existing debris and uncontrolled fill is present on the north side of Martin Luther King between the existing embankment toe and Wehrman Avenue and Fredonia Avenue. Investigate and design for this uncontrolled fill material. 2/25/

74 Bedrock, consisting of interbedded shale and limestone is exposed throughout the project area along the existing cut slopes. 7.1 Subsurface Exploration Utilize the archive test boring information and obtain additional test borings as needed per the SGE to verify geotechnical design parameters. The DBT may obtain test boring information during the proposal preparation process. Per Ohio Revised Code , the DBT will be able to obtain soil borings prior to a parcel being available for construction. The DBT shall prepare the property owner notification letter(s) (which will require ODOT signature and letterhead). Notice (said letter) of such proposed entry shall be given to the owner or the person in possession by such means as are reasonably available not less than forty-eight hours nor more than thirty days prior to the date of such entry. The Design Build Team shall provide a geotechnical report for the roadway, retaining walls, and bridges satisfying the requirements of the Specifications for Geotechnical Exploration. Utilize new and archive test borings in the creation of all Soil Profile and Structure Foundation Exploration Sheets. All geotechnical submissions are to be electronic. Post the final geotechnical reports, Soil Profile and Structure Foundation Exploration sheets to the ODOT Geotechnical Data Management System (GeoMS) as outlined in Section 700 of the Specifications for Geotechnical Exploration. 7.2 Design and Construction Requirements Subgrade Treatment Interstate improvements and new MLK Ramps Chemically stabilize the new pavement subgrade for the interstate and interstate ramps. The depth of chemical stabilization shall be determined using archive test borings, new test boring information and Geotechnical Bulletin 1. The minimum chemical stabilization thickness is 12. Selection of the appropriate chemical for subgrade treatment shall be done utilizing Geotechnical Bulletin 1, any new test borings obtained and the results of work performed as part of Supplement The field samples taken for the Supplement 1120 work shall be obtained once the widened area or new ramps have been excavated or filled to subgrade level. The soil samples for Supplement 1120 testing must be obtained from the actual subgrade soils. Follow the submittal requirements of Supplement Provide time in the project schedule to complete the Supplement 1120 testing and subsequent review by the District. Cure the chemically stabilized subgrade with Item 206 Curing Coat. The curing coat shall be comprised of rapid setting emulsified asphalt meeting the requirements of Item 206. Other curing coat compounds are prohibited In areas were bedrock is anticipated or exposed at the proposed pavement subgrade level, undercut the bedrock 2 below the proposed subgrade stabilization depth. Replace the undercut with Item 204 Embankment. The Item 204 Embankment must meet the Plasticity Index requirements of the proposed 2/25/

75 chemical stabilization method as well as the sulfate requirements of Supplement Shale and limestone bedrock shall not be utilized as embankment within the zone of the chemical stabilization. As a minimum, bedrock is anticipated at the subgrade level in the widened portion of mainline I-71 from Station to and to The geotechnical study shall adequately delineate the final area of bedrock in the subgrade Local Streets Construct the local pavement to the design subgrade level using conventional means. Remove bedrock (gray interbedded shale and limestone) encountered at the subgrade elevation to a depth of 24 below the bottom of the asphalt or concrete pavement. Re-establish the subgrade elevation with Item 204 Embankment. Proof roll the pavement subgrade. Correct weak or yielding areas of the subgrade using one of the subgrade treatments provided below. 1. Stabilize the subgrade of local streets as needed by performing: a. Undercut using Item 204 Excavation of Subgrade, 18 inches deep. b. Line the undercut with Item 204 Geotextile fabric. c. Backfill undercut to the subgrade level with Item 204 Granular Material, Type C. The Granular Material, Type C, shall consist of natural crushed carbonate stone. 2. Stabilize the subgrade of local streets as needed by performing: a. Undercut using Item 204 Excavation of Subgrade, 12 inches deep b. Line the undercut with Item 861 Geogrid for Subgrade Stabilization. c. Backfill the undercut to the subgrade level with Item 204 Granular Material Type B, meeting the requirements of ODOT 304. The ODOT 304 shall consist of natural crushed carbonate stone. d. Place a geotextile in the bottom of the undercut as needed to meet the natural filter criteria outlined in Geotechnical Bulletin Permissible Slopes The maximum cut and fill slopes in soil shall be 2H:1V. Cut slopes in the interbedded shale bedrock shall be no steeper than 2H:1V in the weathered brown shale and 1.5H:1V within gray shale and limestone bedrock. Final cut and fill slopes must remain within the proposed permanent right-of-way (R/W) limits. A maximum 1.5H:1V final slope is permissible for geosynthetic reinforced soil slopes (RSS). Provide permanent erosion control on all RSS slopes. Construct any RSS in accordance with the most current version Supplemental Specification Retaining Walls Retaining Walls Several retaining walls are anticipated along the project limits. The retaining walls shall be a conventional cast-in-place wall, MSE walls, soil nail walls or a soldier pile lagging walls. Soldier pile and lagging walls must use a cast-in-place concrete facing for the permanent facing. Soil nails walls may use a shotcrete facing, provided the aesthetic pattern and relief is met. Ground anchors needed for retaining wall design must remain within the proposed permanent R/W. Design, construct and test temporary and permanent ground anchors per Supplemental Specification 2/25/

76 866. Provide double corrosion protection for all permanent ground anchors. Perform at least two extended creep tests at each wall location utilizing permanent ground anchors. Incorporate a paved gutter above all retaining walls to control drainage over the wall. All exposed concrete on new retaining walls shall be sealed with a clear sealer and shall be protected with graffiti projection the entire wall height. Sealer and graffiti projection material specifications shall comply with Section 11. The final face of all proposed retaining walls along IR-71 and associated ramps shall utilize the form liner described in Geotech Appendix-A. Provide a segmental concrete block retaining wall at the KFC drive thru located at the Northwest quadrant of the Reading Road and Lincoln Avenue intersection. The segmental wall shall meet specifications listed in Geotechnical Appendix-B. 7.3 Payment Payment for the geotechnical items is as follows: ITEM 690E20080 SPECIAL - SUBSURFACE INVESTIGATIONS, LUMP SUM ITEM 690E21000 SPECIAL - MISC.: CHEMICALLY STABILIZED SUBGRADE, LUMP SUM ITEM 206E30000 MIXTURE DESIGN FOR CHEMCIALLY STABILIZED SOILS, LUMP SUM ITEM 690E21000 SPECIAL - MISC.: SUBGRADE TREATMENT OF CITY STREETS, LUMP SUM ITEM 530E99050 SPECIAL - RETAINING WALLS, LUMP SUM 8 Pavements The DBT shall construct pavements as required by this section. Subgrade requirements are indicated in Geotechnical Section 7. Subsurface pavement drainage shall be provided using pipe underdrains and shall meet the requirements of the Ohio Department of Transportation Location and Design Manual, Volume 2, Section See Section 10 for underdrain requirements. 8.1 Pavement Design Pavement compositions for each section of the project are shown in the Typical Sections located in Roadway Appendix-A. 8.2 Interstate Mainline, Ramps and Shoulders 2/25/

77 8.2.1 New Full Depth Flexible Sections (replaced shoulders, widen pavement, etc.) All work above subgrade associated with new pavement shall be paid under ITEM 690E21000 SPECIAL MISC: FULL DEPTH FLEXIBLE PAVEMENT INTERSTATE MAINLINE, LUMP SUM. This work includes full depth removal of pavement and any necessary pavement sawing IR 71 & Existing Ramp TH: Plane and Pave locations All work above subgrade associated with planing and paving shall be paid under ITEM 690E21000 SPECIAL MISC: PLANE & PAVE INTERSTATE & RAMP TH, LUMP SUM. Perform flexible pavement repair as directed by the engineer. The contract shall include a unit price bid for 3,000 SQ YD of ITEM 690E98300 SPECIAL MISC; PAVEMENT REPAIR INTERSTATE & RAMP TH. This work shall include any necessary pavement sawing New Full Depth Exit and Entrance Ramps All work above subgrade associated with new pavement shall be paid under ITEM 690E21000 SPECIAL MISC: FULL DEPTH RIGID PAVEMENT INTERSTATE RAMPS, LUMP SUM. This work includes full depth removal of pavement and any necessary pavement sawing. 8.3 City Streets Required pavement compositions for proposed local streets are provided in Roadway Appendix-A Full Depth Sections All work above subgrade associated with new pavement shall be paid under ITEM 690E21000 SPECIAL MISC: FULL DEPTH FLEXIBLE PAVEMENT CITY STREETS, LUMP SUM. This work shall include full depth removal of pavement and any necessary pavement sawing Plane and pave locations All work above subgrade associated with planing and paving shall be paid under ITEM 690E21000 SPECIAL MISC: PLANE & PAVE CITY STREETS, LUMP SUM. Perform flexible pavement repair as directed by the engineer. The contract shall include a unit price bid for 1,100 SQ YD of ITEM 690E98300 SPECIAL MISC; PAVEMENT REPAIR CITY STREETS. This work shall include any necessary pavement sawing. 8.4 Pavement Notes The following notes apply to the pavements within the project. 1. No traffic is allowed to be placed on a planed surface. The intermediate course shall be placed prior to traffic being allowed on a planed surface. 2. City Streets a. Salvage versus total replacement: if the overall net final pavement thickness is reduced by 2 inches or more, then replace the existing pavement full depth. If the overall net 2/25/

78 final pavement thickness is reduced less than 2 inches, then the existing pavement may be salvaged. b. Sawcut one foot (1 ft) from the existing curb for widening or curb replacement. c. Use City Standard Concrete Curb Repair, Type P-5 for any spot curb repair in nonwidened roadway sections. d. Maintain six inch (6 ) curb (4 minimum) reveal in the plane and pave sections. 9 Roadway 9.1 Governing Regulations The design of mainline, ramps, city streets, and transition pavement shall be in accordance with the manuals and guideline in Section 1.13 and shall be constructed to the design standards of the maintaining agencies listed in Section 1.7 unless otherwise specified in the contract documents. The DBT shall construct items on city streets according to the applicable City of Cincinnati Standard Construction Drawing (SCD). If the City does not have a SCD, ODOT SCDs shall apply. The DBT shall be aware of the approved Interchange Justification Study (IJS) included in Roadway Appendix-B. The IJS was approved as a basis for the design of this project. It contains the operational aspects of the roadway system within the project. 9.2 Basic Configuration Roadway Plans The elements, listed below, of the roadway plans provided in Roadway Appendix-A convey the contractual basic configuration: 1. Centerline and baseline alignments. 2. Typical sections (number of lanes, lane widths, shoulder widths, and pavement composition only). Stationing and other features are provided for reference only. 3. Structure transverse sections. 4. Profiles. 5. Location and number of interchange ramps. 6. Existing and Proposed Right of Way limits. The DBT may modify the horizontal and vertical alignments for local roadways within the project limits. Any revisions to the horizontal and vertical alignments shall adhere to the provisions of the applicable design standards. See Section 9.4 for additional information. 2/25/

79 Any changes to the interstate mainline and ramp basic configuration as shown in Roadway Appendix-A shall require approval through the Alternate Technical Concept process. The Interchange Justification Study provided in Roadway Appendix-B conveys basic configuration lane assignments Additional Mainline and Ramp requirements Mainline IR-71 Northbound and Southbound (general): 1. Plane, pave, and perform pavement repair, as required, within the existing lanes, gores, and outside shoulders. 2. Perform full depth replacement of the existing median shoulder. This work shall be performed prior to shifting traffic onto this area for maintenance of traffic activities. 3. For proposed pavement treatment compositions and details see Roadway Appendix-A. 4. A design exception for paved median shoulder width has been approved; refer to section 9.4 for details. 5. A design exception for paved outside shoulder width has been approved; refer to section 9.4 for details. 6. Replace median barrier where structure (pier) and sign support removals are to be performed. Replaced median barrier shall match the existing, adjacent (non-structure nor sign support) barrier geometry. See Roadway Appendix-C for existing, adjacent barrier geometry details (Type B50). Also see Reference file Existing Plans HAM for additional details. See Roadway Appendix-A for locations. 7. Provide vertical clearances at all overhead structures per Section Provide barrier protection where required per standards. Length of need shall be calculated and submitted for approval with the applicable buildable unit review submission. 9. Existing guardrail, not directly impacted by the project work but within the project limits, with a height less than 26.5 shall be addressed as follows: replace with MGS guardrail and taper down to existing, adjacent guardrail per the applicable standard drawing. If a portion of a 12.5 guardrail panel is less than 26.5 then replace the entire panel. 10. Upon completion of the project, right of way fencing shall be provided along the limited access right of way limit for the entirety of the project limits. Undisturbed existing fence may remain. New fence shall be provided in all other locations. 11. Maintain the existing superelevation rates and transitions. A design exception for superelevation has been approved; refer to section 9.4 for details. 12. Provide shoulder rumble strips per ODOT Std. Dwg. BP-9.1. Mainline IR-71 Northbound: 1. Provide an auxiliary lane between Ramp F and Ramp A. 2. Widen to provide an auxiliary lane from Ramp B to the existing US 22 deceleration lane located north of the IR-71 mainline structure over Victory Parkway (HAM SFN ). 2/25/

80 Mainline IR-71 Southbound: 1. Widen to provide an auxiliary lane from the entrance ramp from US 22 to Ramps C/E. 2. A design exception has been approved for horizontal Stopping Sight Distance under the MLK structure. Refer to section 9.4 for details. Ramps (general): 1. Provide minimum of 35 mph design speed sag vertical curves unless noted below. 2. Provide vertical clearances at all overhead structures per Section Provide barrier protection where required per standards. Length of need shall be calculated and submitted for approval with the applicable buildable unit review submission. 4. Provide lane assignments per the IJS found in Roadway Appendix-B 5. Minimum turn lane lengths shall meet the values found in Roadway Appendix-J. 6. All proposed ramp pavement composition shall be rigid pavement, with the exception of Ramp E which shall be flexible pavement, and follow the applicable portion of Section 8 and Roadway Appendix-A. 7. Ramp limits shall be as follows (unless noted below); begin at the physical gore and end at the edge of shoulder of the intersecting road. 8. Provide ADA compliant curb ramps at ramp/roadway intersections where applicable. 9. Areas along Ramp A and Ramp B shall be graded with 6 of topsoil and seeded and mulched. See Roadway Appendix-D for locations. 10. Upon completion of the project, right of way fencing shall be provided along the limited access right of way limit for the entirety of the project limits. Undisturbed existing fence may remain. New fence shall be provided in all other locations. 11. Dual turn lanes at the intersections of MLK and Ramps A, B, and C shall provide for a WB-62 and WB-50 design vehicle side by side maintaining their same lanes. 12. Dual turn lanes at the intersection of McMillan Street and Ramp F shall provide for a single WB- 62 design vehicle maintaining the same lane. Ramp A: 1. Construct a new exit ramp from Northbound IR-71 to Martin Luther King Drive (MLK). 2. Provide one (1) lane at the beginning of the exit ramp from Northbound IR-71 to MLK. 3. Provide three (3) lanes at the Ramp A/MLK intersection. Ramp B: 1. Construct a new entrance ramp from MLK to Northbound IR Provide a two (2) lane ramp beginning at the MLK/Ramp B intersection for a minimum distance of 700 feet. 3. Provide a one (1) lane ramp at the Northbound IR-71 entrance. 4. A design exception for lane width has been approved; refer to Section 9.4 for details. 5. A design exception for outside paved shoulder width has been approved; refer to section 9.4 for details. 6. The DBT shall provide final design in accordance with Roadway Appendix-E. Dismiss the Right of Way lines shown, as Roadway Appendix-A provides the contractual Right of Way boundaries. 2/25/

81 The existing retaining wall in front of Washington Terrace shall not be disturbed, except as noted in Roadway Appendix-E. Ramp C: 1. Construct a new exit ramp from Southbound IR-71 to MLK. 2. Provide a one (1) lane ramp after the divergence from Ramp E. Ramp C diverges from Ramp E after the change in the first horizontal curve of Ramp E. 3. Provide three (3) lanes at the Ramp C/MLK intersection. Ramp D: 1. Construct a new entrance ramp from MLK to Southbound IR Provide a one (1) lane ramp. 3. A 6 outside shoulder width will be allowed in place of the 8 shoulder width designated in ODOT L and D Volume 1 Figure 503-2cE. Ramp E: 1. Construct an exit ramp from Southbound IR-71 to William Howard Taft while sharing the same exit point from Southbound IR-71 as Ramp C. 2. Provide a two (2) lane ramp from the beginning of the Ramp E painted diverging nose until Ramp C begins/diverges, at which time provide one (1) lane until the beginning of Ramp TH. 3. Meet 50 mph design speed Stopping Sight Distance criteria beyond the Ramp C/E divergence. 4. A design exception for lane width has been approved; refer to section 9.4 for details. 5. Design exceptions for outside paved shoulder width and inside paved shoulder width have been approved; refer to section 9.4 for details. 6. Any overlap of proposed Ramp E and existing Ramp TH pavement may be planed and paved instead of full depth replacement. Planing/paving requirements shall follow section and the pavement composition per Roadway Appendix-A. Ramp F: 1. Reconstruct/widen the entrance ramp from McMillan Street to Northbound IR Provide a two (2) lane ramp beginning at the McMillan Street/Ramp F intersection. 3. Provide a one (1) lane ramp at the Northbound IR-71 entrance. 4. Provide a proposed ramp metering location (see Section 13 for details). 5. Provide a minimum of 185 feet of two (2) lane ramp storage for a total of 370 feet of minimum storage. Ramp TH: 1. Resurface and perform pavement repair, where required, on all Ramp TH pavement beginning at the end of Ramp E and ending at the nose of the existing concrete median where Ramp TH and William Howard Taft Road merge. 2. A design exception for inside paved shoulder width has been approved; refer to section 9.4 for details Additional City Street requirements: Please refer to Table for street design criteria. 2/25/

82 Street Lane Width***** Paved Shoulder Turn Lane(s) Thru Lane(s) Table Street Design Criteria Matrix Curb Lanes Width Cross Slope**** Tree Lawn ## Sidewalk Width Width Cross Slope MLK % 6 5 2% 10 Reading % 5 * 5 2% - Gilbert % 5 ** 5 2% - Stanton % 3 *** 5 2% - University % 3 *** 5 2% - Lincoln Whittier % 5 5 2% - Borrman Van Buren % 3 *** 5 2% - Savoy Cul-de-sac (Bulb) *** 5 2% - Kerper Cul-de-sac (Bulb) *** 5 2% - Winslow Meet Existing Bartle Union Bowman Terrace Meet Existing Meet Existing Meet Existing Shared Use Path Width Buena Meet Existing Vista Beecher Meet Existing Hickman Meet Existing Concordia Meet Existing Foraker Meet Existing ## Tree lawn width includes 6 for curb width. See the structure transverse sections of Roadway Appendix-A for required sidewalk widths on the respective structures. * Provide a 4 wide tree lawn north of MLK. Provide a 5 wide tree lawn south of MLK unless Right of Way prohibits this width in which case provide between a 4 wide minimum and 5 wide maximum tree lawn. If Right of Way prohibits a 4 wide minimum tree lawn then the DBT shall use concrete with a 3ft maximum joint pattern to differentiate between the tree lawn and the sidewalk. ** Provide a 5 wide tree lawn unless Right of Way prohibits this width in which case provide between a 3 wide minimum and 5 wide maximum tree lawn. *** DBT shall use concrete with a 3ft maximum joint pattern to differentiate between the tree lawn and the 5 wide concrete sidewalk. **** Cross slopes may vary but shall be constant within a given lane 2/25/

83 *****See Roadway Appendix-A and Roadway Appendix-H for details. City streets (general): 1. Lane assignments shall follow the IJS except for the southbound Reading Road left turn at Lincoln Avenue which shall be striped as a single left turn lane. Roadway width shall be provided to allow for dual left turn lanes in accordance for the IJS in Roadway Appendix-B. 2. Sidewalk shall be 5 thick per City of Cincinnati Standards. 3. All streets shall have a 6 curb reveal. 4. The DBT shall salvage the existing granite curb on local streets that is in good condition i.e. not broken or chipped and that is five foot or longer in length. The DBT shall deliver the granite curb material to the City maintenance yard at Millcreek, on Millcreek Rd., off of Spring Grove Ave. Contact Diego Jordan at or Joe Flading at Use smaller radii wherever possible on intersections of city street to city street. Design vehicle, turning from the appropriate single turn approach lane, need not maintain lane if turning into multiple lanes; however, the design vehicle shall not cross the centerline into opposing traffic, except for the intersection of Whittier and Stanton. All radii shall be designed with turning templates, which shall be submitted with the appropriate buildable unit for review. Use a design vehicle of WB-62 at the following intersection approaches: Westbound MLK to Southbound Reading, Southbound Reading to Eastbound Lincoln. Dual turn lanes at these intersection approaches shall provide for a single WB-62 maintaining the same lane. Approaches not listed above and all other intersections shall be designed to accommodate a design vehicle of WB-50. Dual turn lanes at these approaches and intersections shall provide for a single WB-50 maintaining the same lane. 6. Two ADA-compliant curb ramps shall be provided at all corners of all intersections within the project limits. During final design of the buildable unit, if two ramps per corner are not possible, provide City with information to coordinate a solution. The City will review and provide direction within 5 days. Crosswalks should not be located more than five (5) feet from projected curb line. Curb ramps shall be designed per the City of Cincinnati Department of Transportation and Engineering Curb Ramp Design Guidelines. When installing curb ramps at unsignalized T-intersections, refer to Roadway Appendix-F for guidance with the following exception; do not provide one (1) diagonal type curb ramp as shown, instead provide either two (2) parallel, perpendicular, or combination type curb ramps. 7. Driveways along local streets shall be designed using the City of Cincinnati Standard Drawings Department of Public Works - Division of Engineering. All flares on drive aprons shall not cross property lines. Modification of the flare width is acceptable to keep flares within the property lines. Any drives spanning multiple properties shall have an expansion joint at all property lines. 8. Any portion of an existing bus pad damaged or removed by work shall be replaced in kind. See the City of Cincinnati Standard Drawings for bus pad details. 9. A design exception has been approved; refer to section 9.4 for details. 10. Provide a sidewalk connection between the existing sidewalk at Blair Court and the existing sidewalk along Victory Parkway. See Roadway Appendix-A for additional details. 2/25/

84 11. At the Southwest quadrant of the MLK/Gilbert intersection, excavation depth over the existing underground storage tank and tank cavity shall be limited to a maximum of 9. See Right Of Way Appendix-B for tank and tank cavity limits. 12. Minimum turn lane lengths shall meet the values found in Roadway Appendix-J. 13. ODOT will continue to coordinate with the SORTA to maintain local routes and ridership during the length of the project. Once completed, the City will be the lead agency in continued coordination with SORTA. Additionally, during construction, timely updates will be provided, so that the public is kept informed of the work activities. This will be accomplished by posting/mailing notices. MLK: 1. A 6 tree lawn with a 10 concrete shared-use path and a 2 shoulder shall be provided on the north side of MLK. The concrete shared-used path shall have no longitudinal joints. A 6 tree lawn and 5 wide sidewalk shall be provided along the south side of MLK. 2. Provide a minimum offset of five (5) feet from the back of proposed shared-use path and sidewalk to the slope break point of any back slope 6:1 and steeper. If right of way restraints prohibit this width, an offset of two (2) feet is required. 3. Along MLK between Harvey and Reading Rd, DBT can install a retaining wall between the shared-use path and the parking lot, or grade with a minimum 3:1 behind the shared-use path to a 6 high curb in the parking lot. 4. Install an ADA accessible sidewalk connection on the north side of MLK, west of IR-71, to the Borrman/Van Buren Connector road. 5. All median area between the westbound left turn lanes to Reading and the intersection of MLK and Ramps C/D shall consist of a curbed island with 6 topsoil and seeding/mulching. Provide a 1 offset to the face or curb from the adjacent lane. 6. Provide a stairway connection from MLK to Stanton as well as MLK to Van Buren. A separate ADA compliant route has already been identified for the connection from MLK to Stanton. 7. All drives along MLK within 600 of the centerline of a MLK/IR-71 interchange ramp shall be permanently closed. Borrman Avenue to Van Buren Avenue connector: 1. A design exception for horizontal curvature has been approved; refer to section 9.4 for details. Buena Vista and Gilbert: 1. The proposed stop bar at Buena Vista and Gilbert shall be placed so that required horizontal stopping sight distance is provided. Stanton Avenue and Whittier Street intersection: Provide an intersection layout which prevents curb mounting during a Stanton Avenue to eastbound Whittier Street WB- 67 truck turning movement. Provide WB-62 and WB-67 truck turning movements within the intersection for review and approval with the applicable buildable unit submission. WB-62 2/25/

85 and WB-67 truck movements which track across opposing lanes within the intersection are acceptable, but shall be minimized where feasible. Wehrmann Avenue: 1. Remove Wehrman Avenue from Fredonia to Gilbert. The area removed shall be graded to drain and seeded. Syracuse Avenue: 1. Remove Syracuse Avenue in its entirety. The area removed shall be graded to drain and seeded. Melish Place: 1. Remove Melish Place in its entirety between Reading Road and Concordia Street and replace with 18 of seeded and mulched topsoil. Maintain the existing connection between Melish Place and Concordia Street and Melish Place and Bathgate Street. 2. Remove Melish Place in its entirety beginning 25 East of the existing garage drive East of Bathgate Street. 3. Provide a sidewalk connection from Reading Road to the existing sidewalk at the Concordia Street and Melish Place intersection. 9.3 Design Designations Table 9.3-1, located in Roadway Appendix-G, specifies design designations for roadways included in this project. Additional certified traffic information is also located in Roadway Appendix-G. 9.4 Design Exceptions: Please refer to Table for design exceptions that have been approved for this project. Refer to Roadway Appendix-H for the approved design exception reports. Table 9.4-1: Design Exception Summary Controlling Feature Lane Width Paved Shoulder Width (Median) Paved Shoulder Width (Inside) Paved Shoulder Width (Outside) Horizontal Alignment (Curvature) Vertical Clearance Superelevation Stopping Sight Distance (Horizontal) Location City Streets, Ramp B, Ramp E IR-71 Ramp E, Ramp TH IR-71, Ramp B, Ramp E Borrman Ave./Van Buren Ave. Connector Road Victory Parkway under IR-71 IR-71 Southbound IR-71 2/25/

86 9.5 Concrete Testing: All testing, inspection, and quality control for concrete, not included under QC/QA specification requirements, shall be the responsibility of the contactor. Refer to Roadway Appendix-I for details. This work shall be paid for under Item 690E98400 SPECIAL MISC.: CONSULTANT FOR CONCRETE QUALITY CONTROL INCLUDING TESTING AND INSPECTION, LUMP SUM. 9.6 Inspection and Compaction Testing of Unbound Materials Perform inspection and compaction testing of all unbound materials according to Supplemental Specification 878 Inspection and Compaction Testing of Unbound Materials. All inspection and compaction testing of unbound materials shall be paid for under Item 878E25000 SPECIAL MISC: INSPECTION AND COMPACTION TESTING OF UNBOUND MATERIALS, LUMP SUM. 9.7 Pay Items: 1. All roadway work associated with IR-71 including, but not limited to, excavation, embankment, fencing, concrete barrier, guardrail, clearing/grubbing, removals, rumble strips, etc. required to complete the work specified in this scope shall be paid for under Item 690E20240 SPECIAL ROADWAY, INTERSTATE MAINLINE, LUMP SUM. 2. All roadway work associated with ramps including, but not limited to, excavation, embankment, fencing, concrete barrier, guardrail, clearing/grubbing, removals, etc. to complete the work specified in this scope shall be paid for under Item 690E20240 SPECIAL ROADWAY, INTERSTATE RAMPS, LUMP SUM. 3. All roadway work associated with City street work which includes, but not limited to, clearing and grubbing, excavation, embankment, sidewalks, curb ramps, removals, etc. shall be paid for under Item 690E20240 SPECIAL ROADWAY, CITY STREETS, LUMP SUM. 10 Drainage 10.1 Project Requirements A. Nothing in this scope of services alters the requirement of the DBT to obtain coverage for this project under the Ohio EPA NPDES General Permit for Storm Water Discharge from Small and Large Construction Activities (OEPA Permit #OHC000004), as well as compliance with all requirements of said permit and Supplemental Specification 832. B. Where greater than 2 feet of cut or fill will take place as a result of the project, provide profiles along the sewer alignments showing existing and proposed finished grades for all proposed and existing storm sewers and combined sewers that will remain in place and in service. Provide these profiles with the Stage 1 submission of applicable buildable unit. Preconstruction and Post Construction video inspections shall be required and shall 2/25/

87 be submitted to the Engineer for the combined sewers that are to remain in place and in service. Refer to CMS for video inspection and format requirements. C. Provide a new alignment for any storm or combined sewer where the proposed work would require an access structure (manhole, catch basin, junction chamber) with a depth exceeding 40 feet. Access to all sewers must be provided per Section of Location and Design Manual, Volume 2 Drainage Design. D. For all brick sewers, no addition of fill will be permitted without structural lining of the existing pipe, or without structural evaluation of the pipe, certified by two professional engineers, demonstrating that the pipe can withstand additional fill without risk of stress or failure. The same requirement applies for all other non-brick storm or combined sewer that are to remain in place that will have 10 feet or more of additional fill placed on it. All proposed modification to existing combined and sanitary sewers must be reviewed and approved by MSD. Provide these analyses with or prior to the Stage 1 submission of applicable buildable unit. Requirements for structural lining shall be met per Drainage Appendix-A. Alternately, replace the sewers per CMS 611. Records indicate that none of the existing pipes requiring proposed lining are currently lined. E. The existing brick combined sewer shall be replaced from MH# to MH# as seen on Roadway Appendix-A. Align the proposed replacement sewer to minimize the final depth of cover as much as practical. All proposed modification to existing combined and sanitary sewers must be reviewed and approved by MSD. F. Drainage Structure and Pipe Cleanout For all proposed connections to existing drainage structures, the DBT shall remove sediment and debris from the structure and from the downstream conduit, to the next drainage structure. The structure being tied into and the existing downstream conduit shall be cleaned in their entirety. For all extensions of existing conduits, the DBT shall remove sediment and debris from the existing conduit to remain, in its entirety. All materials removed shall be disposed of as per ODOT s CMS item and G. Any storm sewer conduits located in or under any MSE walls shall use reinforced concrete pipe per CMS with resilient and flexible gasket joint per CMS with the following additions: Conduits shall have integral bell gasket joint The backfill and bedding shall meet the requirements of the wall embankment material. Conduit construction shall be performed in corporation with MSE wall construction. H. Where the slope of the finished grade behind any MSE wall conveys surface runoff to the back of the wall, a concrete paved gutter (Standard Construction Drawing DM-2.1) shall 2/25/

88 be placed at the back edge of the top of the MSE wall. PEJF material shall be placed between the edge of the concrete paved gutter and the MSE wall coping. Hydraulically size the concrete paved gutter to prevent overtopping of the MSE wall for the 5-year storm event. I. Within ODOT R/W, all exposed soils not covered by hardened surfaces or other landscaping shall be seeded and mulched, or sodded, at or before the completion of the project. Water, lime, commercial fertilizer, repair seeding and mulching, inter-seeding, and mowing shall be provided to promote the growth and care of permanent seeded areas. Soil analysis testing per ODOT CMS A is not required. Topsoil shall only be placed within ODOT R/W per Roadway Appendix-D. Soil analysis testing per B is required. Within City R/W, all exposed soils not covered by hardened surfaces or other landscaping shall be seeded and mulched, or sodded, at or before the completion of the project. 6 of topsoil, water, lime, commercial fertilizer, repair seeding and mulching, inter-seeding, and mowing shall be provided to promote the growth and care of permanent seeded areas. Soil analysis testing per ODOT CMS A is not required. Soil analysis testing per B is required. J. MSD requires pipework to be installed with bedding and initial backfill per MSDGC Standard Drawing Acc. No The backfill material used above the initial backfill shall follow the specifications of the owner of the R/W. K. All conduits 24 inches or greater that are not incorporated in the final design can be removed or abandoned per CMS 202. Abandoned conduit shall be filled with Item 613 LSM, and the DBT shall include methods to verify complete filling of conduit to be abandoned Interstate Mainline and Ramps The drainage design for interstate mainline and ramps shall follow the Location and Design Manual, Volume 2, Drainage Design, current revision, except as noted in this section. Provide all drainage calculations to the Department concurrent with the review of the associated buildable unit(s). Table 10-1 indicates changes to Location and Design, Volume 2 that govern this Project. Section Subject Revised Language 2/25/

89 Pipe Removal Policy Pipes 10 inches through 24 inches in diameter or rise with less than 3 feet of final cover shall be removed or filled; with more than 3 feet of final cover they may be abandoned in place Pipe Removal Policy Pipes over 24 inches in diameter or rise shall be removed Cambered Flow Line Where soil conditions at the site indicate that appreciable settlement may be expected, a cambered flow line or other settlement mitigation shall be provided Rigid Pipe Where soil conditions at the site indicate that appreciable settlement may be expected, a cambered flow line or other settlement mitigation shall be provided Pipe Underdrains Pipe Underdrains shall be provided. Prefabricated Edge Drains and Aggregate Drains shall not be used without approval from the Department Pipe Underdrains The depth of the rock cut underdrain shall be 6 inches below the cut surface of the rock (Figure ) Pipe Underdrains Underdrains which outlet to a slope shall be provided with an outlet per SCD DM Pipe Underdrains A fabric filter wrap shall be used when existing soils consist of a sandy or sandy-silt composition D Catch Basin Types The basin shall also be located outside the design clear zone or behind guardrail where the protruding feature of the basin is not objectionable Drainage; Miscellaneous Inlets or catch basins shall arbitrarily be placed upstream of all intersections, bridges and pedestrian ramps unless prohibited by physical constraints Flanking Inlets The above is prevalent in long flat sag vertical curves, where a flanking inlet (or catch basin) shall arbitrarily be provided on both sides of the low point in a pavement sag Gore Areas Gore areas wider than 8 feet shall be provided with drainage features such that surface runoff from traveled lanes is not conveyed across the gore and onto other traveled lanes Storm Sewer Access Small sewers (under 36 inches in diameter) located under or near the edge of pavement, 2/25/

90 shall be accessible at intervals not to exceed 300 feet. For sewers sized 36 to 60 inches manholes shall be spaced every 500 feet maximum. Manholes shall be provided every 750 to 1000 feet maximum for larger sewers Hydraulic Grade Line Starting at the storm sewer system outlet and working upstream, the elevation of the hydraulic grade line at the upper end of each sewer run shall be determined using a 25- year frequency Hydraulic Grade Line One directional lane of a multiple lane highway or one-half of a lane on a 2-lane highway shall be passable when the sewer system is discharging the 50-year storm End Treatments Headwalls shall also be provided for Type D conduits greater than 24 inches in diameter or rise Rock Channel Protection A fabric filter shall always be specified to prevent soil piping through the rock Manufactured Systems As shown in the figure above, manufactured systems shall not be provided on sewers that are carrying a water quality flow greater than 6 cfs General Design for Storm Sewers Existing storm sewer conduits may remain in service for proposed conditions except where proposed drainage design exceeds their hydraulic capacity, new alignments are required to reduce or eliminate connections to the combined sewer system, or specifically referenced elsewhere in the design build scope. Existing manholes, catch basins, inlets, and all castings may remain in service for proposed conditions except where proposed drainage design exceeds their hydraulic capacity, new alignments are required to reduce or eliminate connections to the combined sewer system, or specifically referenced elsewhere in the design build scope. In areas where storm sewers currently discharge to combined sewers, provide separate storm-only sewers across or within the limited access right of way to reduce and minimize the number of connection points into the combined sewer. All proposed storm sewer connections to MSD s combined sewer must be placed outside of I-71 median and travel lanes in locations accessible to maintenance activities and accessible to future interception of the storm sewer connections by a future sewer separation project, with no interruption of I-71 traffic and limited interruption to local traffic. 2/25/

91 Discharge Controls for Combined Sewers MSD Regulations Where storm sewers from within the Limited Access Right of Way discharge to Metropolitan Sewer District (MSD) combined sewers, use the following criteria instead of Section 1115 of the Location and Design Manual, Volume 2, Drainage Design to limit the discharge rate: A. Detention for Maintenance of Sewer System Capacity: Detention shall be provided per Section 303 of MSD s Rules and Regulations, which requires that the peak rate of runoff from the site after development for a twenty-five year storm event of one hour duration not exceed the predevelopment site peak runoff for a ten-year event of one hour duration. The design shall follow MSD Rules and Regulations, current revisions as of January 31, 2014, except as noted in this section. MSD s Rules and Regulations along with Amendments may be found here: B. Detention of Water Quality Volume for Mitigation of Combined Sewer Overflow: The purpose of the following criteria is to cause no increase in combined sewer overflow (CSO) volume at MSD s CSO 487 with the construction of this project. CSO volume is the total overflow volume resulting from a typical year of rainfall. The typical year of rainfall is comprised of a series of small events, which can largely be managed by the water quality volume as described below. a. Required detention volume is to be evaluated at each connection to the combined sewer, comparing the existing and proposed tributary areas. Where the proposed project results in an increase in impervious area or an increase in total area to a connection to the combined sewer, detention is required per the criteria described in this section. Where the proposed project does not result in an increase in impervious area or an increase in total area to a connection to the combined sewer, no detention is required under this section. at that connection. b. The volume of stormwater detained shall be equal to the water quality volume, calculated as described in this section. The peak rate of discharge for the water quality volume under proposed conditions will be equal to or less than the peak predevelopment water quality flow rate, calculated as described in this section. i. The water quality volume, WQv, shall be computed by the following: WQv (ac-ft) = C * P * A / 12 (Equation 1) Where: C = post-development runoff coefficient calculated under Equation 2 P = 0.75 inch precipitation depth A = proposed project area tributary to connection to combined sewer (acres) 2/25/

92 The runoff coefficient, C, is calculated using the following equation or alternative values provided in the current Ohio EPA NPDES general permit for construction activities. For the purposes of these detention calculations, the total area within existing or proposed right-of-way is not considered to be 100% impervious. Rather, percent imperviousness is based on actual impervious area within the right-of-way. C = 0.858i^3 0.78i^ i (Equation 2) Where: i = watershed imperviousness ratio, the percent imperviousness divided by 100 ii. The peak water quality flow rate, WQf, shall be determined by the Rational Method. The basic formula for the Rational Method is Q = CiA. Where: Q = peak rate of runoff in cubic feet per second C = the predevelopment runoff coefficient calculated per Equation 2 using the pre-development watershed impervious ratio i = 0.65 in/hour (The intensity defined by ODOT L&D Manual, Volume 2, Section for water quality flow) A = proposed project area tributary to connection to combined sewer (acres) iii. Acceptable Best Management Practices (BMPs): The designer may choose among the BMPs detailed in the ODOT L&D Manual, Volume 2, Section 1117, or an approved equal, as long as the BMP captures the required WQv and releases it at the rate specified in the design criteria. The detention time rather than the treatment is the key criteria when selecting the BMP per this section. BMPs that store water, even temporarily, above the surface and is accessible by an errant vehicle are prohibited, even if outside of the clear zone. Above ground detention is permissible behind areas already requiring barrier for shielding another warranting feature. Providing barrier for the sole purpose of keeping an errant vehicle from reaching a BMP is prohibited. If above ground storage is provided it shall be protected by the appropriate ODOT standard concrete barrier. The designer must demonstrate that the proposed WQv has been provided and that the peak release rate from the BMP is equal to or preferably less than the predevelopment WQf. c. Where it is not physically feasible to provide the required WQv to detain runoff tributary to a connection to MSD s combined sewer system, it may be acceptable to provide the required WQv in another location at MSD s discretion. 2/25/

93 Documentation must be provided to MSD demonstrating why it is not feasible to provide the WQv at its associated connection to MSD s combined sewer. d. MSD may permit the use of alternate stormwater calculation methods, as deemed appropriate by the District Discharge Controls for Storm Sewers City of Cincinnati Regulations For storm sewers on the interstate mainline or ramps that discharge to a City of Cincinnati storm sewer, the city requires that post-construction discharges are equal to or less than pre-construction rates from the 2 through 100 year storm events. See section 10.3 for the internet address for all Stormwater Management Utility Rules and Regulations BMP/ Detention As stated in L&D Volume 2, Sections 1112 and 1115, the NOI and BMPs are not required if all runoff is collected in a combined sewer. Design must follow L&D Volume 2 if a drainage area greater than 1 acre does not discharge into a combined sewer within the project limits or if a drainage area greater than 1 acre flows into open ditches. If BMPs are required, a BMP shall be designed according to L&D Volume 2 and shall treat the runoff on-site within the existing/proposed Right-of-Way. Detention that stores water underground shall be located outside of the traveled lanes. See Drainage Appendix-B for additional underground detention system requirements. Detention that stores water, even temporarily, above the surface which is accessible by an errant vehicle is prohibited, even if placed outside of the clear zone. Above ground detention is permissible behind areas already requiring barrier for shielding another warranting feature. Providing barrier for the sole purpose of keeping an errant vehicle from reaching the detention area is prohibited. If above ground storage is provided it shall be protected by the appropriate ODOT standard concrete barrier Local Streets The drainage design for all city streets and alleys outside of the interstate mainline and ramps shall follow the standards and policies, current revisions as of January 31, 2014, except as noted in this section, of the City of Cincinnati Department of Transportation and Engineering (DOTE) and those of the Stormwater Management Utility (SMU). This section is applicable to all roadways in which the City of Cincinnati is listed as the Maintaining Agency in Table 1.7 of this Scope. If ODOT is listed as the Maintaining Agency in Table 1.7 of this Scope, then design shall follow L&D Volume 2, except as noted in Section 10.2 of this scope. DOTE s manuals and standards may be found here: Stormwater Management Utility (SMU) Rules and Regulations along with Adjusted Policies may be found here: 2/25/

94 Drainage structures (catch basins, manholes, etc.) on local streets shall be per the standard construction drawings of the Stormwater Management Utility and Metropolitan Sewer District. Provide all drainage calculations to the Department concurrent with the review of the associated buildable unit(s) General Design for Storm Sewers and Combined Sewers Existing storm sewer and combined sewer conduits may remain in service for proposed conditions except where proposed drainage design exceeds their hydraulic capacity or specifically referenced elsewhere in the design build scope. Existing manholes, catch basins, inlets, and all castings may remain in service for proposed conditions except where proposed drainage design exceeds their hydraulic capacity or specifically referenced elsewhere in the design build scope Discharge Controls for Combined Sewers MSD Regulations Where storm sewers from the local streets discharge to MSD combined sewers, the runoff rate shall be limited by the criteria in or following criteria: Alternate Detention Requirements that may be applied to only the Local Streets. A. Detention for Maintenance of Sewer System Capacity: Detention per Section 303 of MSD s Rules and Regulations is not required for city streets. B. Detention of Water Quality Volume for Mitigation of Combined Sewer Overflow: The purpose of the following criteria is to cause no increase in combined sewer overflow (CSO) volume at MSD s CSO 487 with the construction of this project. CSO volume is the total overflow volume resulting from a typical year of rainfall. The typical year of rainfall is comprised of a series of small events, which can largely be managed by the water quality volume as described below. a. Required detention volume is to be evaluated at each connection to the combined sewer, comparing the existing and proposed tributary areas. Where the proposed project results in an increase in impervious area or an increase in total area to a connection to the combined sewer, detention is required per the criteria described in this section. Where the proposed project does not result in an increase in impervious area or an increase in total area to a connection to the combined sewer, no detention is required under B. at that connection. b. The volume of stormwater detained shall be equal to a percentage of the water quality volume, calculated as described in this section. The peak rate of discharge for the water quality volume under proposed conditions will be equal to or less than the peak predevelopment water quality flow rate, calculated as described in this section. i. The amount of stormwater storage required for the city streets is a percentage of the water quality volume, based on the amount of impervious area added to the drainage area. 2/25/

95 S (ac-ft) = 1.15 * WQv * S% (Equation 1) Where: S = Required Storage Volume (ac-ft) S% = Storage percent (Percentage) WQv = water quality volume (ac-ft) A 15% factor of safety is applied. The storage percentage is calculated using the following equation: S% = [(Aix * 20) + (Ain * 100)]/(Aix + Ain) (Equation 2) Where: Aix = Existing Impervious area within project limits tributary to connection to combined sewer (acres) Ain = Proposed impervious area within project limits tributary to connection to combined sewer (acres) For the purposes of these detention calculations, the total area within existing or proposed right-of-way is not considered to be 100% impervious. Rather, percent imperviousness is based on actual impervious area within the right-ofway. The water quality volume is calculated using the following equation: WQv (ac-ft) = C * P * A / 12 (Equation 3) Where: C = runoff coefficient calculated under Equation 4 P = 0.75 inch precipitation depth A = proposed project area tributary to connection to combined sewer The runoff coefficient, C, is calculated using the following equation or alternative values provided in the current Ohio EPA NPDES general permit for construction activities. For the purposes of these detention calculations, the total area within existing or proposed right-of-way is not considered to be 100% impervious. Rather, percent imperviousness is based on actual impervious area within the right-of-way. C = 0.858i^3 0.78i^ i (Equation 4) Where: i = watershed imperviousness ratio, the percent imperviousness divided by 100 ii. The peak water quality flow rate, WQf, shall be determined by the Rational Method. The basic formula for the Rational Method is Q = CiA. Where: Q = peak rate of runoff in cubic feet per second C = the predevelopment runoff coefficient calculated per Equation 4 using the 2/25/

96 pre-development watershed impervious ratio i = 0.65 in/hour (The intensity defined by ODOT L&D Manual, Volume 2, Section for water quality flow) A = area in acres c. Acceptable Best Management Practices (BMPs): The designer may choose among the BMPs detailed in the ODOT L&D Manual, Volume 2, Section 1117, or an approved equal, as long as the BMP captures the required WQv and releases it at the rate specified in the design criteria. The detention time rather than the treatment is the key criteria when selecting the BMP per this section. The designer must demonstrate that the proposed WQv has been provided and that the peak release rate from the BMP is equal to or preferably less than the predevelopment WQf. d. Detention of the required water quality volume may be consolidated to one or more features so long as (1) the area tributary to the proposed detention feature is equal to or greater than the total area for which the required consolidated WQv is calculated and (2) the impervious area tributary to the proposed detention feature is equal to or greater than the total impervious area for which the required consolidated WQv is calculated. e. MSD may permit the use of alternate stormwater calculation methods, as deemed appropriate by the District Storm Sewers Connections to Existing Storm or Combined Sewers Where proposed storm sewer design requires a larger conduit diameter than the existing system, provide the larger diameter for conduits within the construction limits of the project. If the downstream storm or combined sewer conduit is of a smaller diameter, provide one of the following mitigations: A. Extend the sewer replacement with the larger conduit size to the next downstream manhole that contains an outlet conduit of equal or greater size. B. Provide in-line detention and discharge rate control within the project footprint that would allow the smaller downstream conduit to remain in service without being hydraulically overloaded. Discharge control may be accomplished by use of orifice plates, weir walls, etc. with a minimum opening of 4 inches Payment All permanent erosion control for the entire project including, but not limited to, soil analyses, topsoil, commercial fertilizer, lime, water, seeding and mulching, repair seeding and mulching, inter-seeding, sodding, mowing, etc. required to complete the work specified in this scope shall be paid for under Lump Sum ITEM 659E99000 SPECIAL PERMANENT EROSION CONTROL. The cost for sanitary and combined sewer design and relocation shall be paid as described in Section /25/

97 The cost for all material, labor and equipment to complete all other work described in Section 10 for drainage for the entire project including, but not limited to, storm sewer conduits, manholes, inlets, catch basins, underdrains, paved gutters, headwalls, detention systems, pipes removed, manholes removed, catch basins removed, inlets removed, etc. shall be paid for under Lump Sum ITEM 611E97800 SPECIAL - DRAINAGE 11 Structures The DBT shall design and construct all structures within the project limits in accordance with the scope of services herein. All structures will have a standard design pay item, but several structures will also have aesthetic enhancements that are included in the standard bid pay item. These standard design pay items will include all the work on the bridge that is not explicitly listed separately including all of the aesthetic enhancements for the structure Governing Regulations Governing regulations are listed in Section 1.13 and supplemental specifications are listed in Section Contractual and reference documents are addressed in Section 1.5. For cases where American Association of State Highway and Transportation Officials (AASHTO) Specifications conflict with ODOT Manuals or Standards, ODOT s Manuals or Standards shall take precedence. For structural components not addressed by the standards listed in Section 1.13, other guidelines or specifications that reflect currently accepted industry practice can be used as agreed to by the Department General Bridge Criteria The criteria in this section apply to all bridges. The following construction clearance requirements shall be observed. Any reductions in the existing vertical clearance (for falsework, traffic protection, containment, etc.) over live traffic is prohibited unless 4 weeks advanced notice is provided with what the new proposed vertical clearances will be. The DBT shall provide field measurements before allowing traffic underneath. If any work is to occur below 14'-6", then signs on the structure and advance warning signs shall be installed a minimum of 2 weeks prior to performing such work. Signing shall be in accordance with the "Ohio Manual of Uniform Traffic Control Devices" (OMUTCD) and the Ohio "Traffic Engineering Manual" (TEM). No work over traffic shall occur with a vertical clearance less than 13'-10". Lowering the vertical clearance during construction is considered the Contractor's Means and Methods of accomplishing the work, and therefore the State is not responsible for any damage from vehicular impacts that may result as per Payment for advanced warning signs shall be included in the appropriate lump sum bid item for MOT Foundations Bridge foundations shall conform to the scope of services and provisions of this section. 2/25/

98 Drilled shafts shall be socketed into bedrock a minimum depth of 1½ times the drilled shaft diameter. Skin friction capacity provided by the top two (2) feet of the drilled shaft rock socket shall be neglected. Drilled shaft friction capacity provided by soil shall be neglected for bridge foundations. For drilled shafts, the minimum clear distance between parallel reinforcement shall not be less than five (5) times the maximum aggregate size. A substructure foundation with less than four (4) drilled shafts shall be considered non-redundant. For a substructure foundation with less than four (4) drilled shafts, a 20 percent capacity reduction factor shall apply to each drilled shaft. Augercast piles, or continuous flight auger (CFA) piles, are not permitted. Timber piles are not permitted for any permanent structure. For pile foundations, the DBT shall perform a driveability analysis using the wave equation method to select the pile driving impact hammer and the wall thickness required for installing the piles to the required ultimate bearing value, without damage. A dynamic load test is required at each substructure unit using piles. When a significant height of new embankment is constructed over a compressible layer of soil and long term settlement is anticipated, the possibility of downdrag loads on the piles shall be considered. The potential downdrag load shall be computed according to applicable AASHTO LRFD or LFD Bridge Design Specifications. Pile setup may be effective and can be considered in the final pile design. Provide a dynamic load test during the initial driving as well as restrike test for all substructure units incorporating pile setup in the pile capacity. A minimum 7 day waiting period from the end of initial driving to the beginning of restrike is required for all piles in which the final Ultimate Bearing Value (UBV) will be determined using pile setup. Confirm drill shaft integrity for all drilled shafts 6 ft. or greater in diameter with crosshole sonic logging. Refer to the Crosshole Sonic Logging Testing For Drilled Shafts Special Provision for details Substructures For any new pier location, proposed cap and column piers shall have a minimum of three (3) columns. For any widened pier location, each cap shall be supported on a minimum of two (2) columns and no fewer than three (3) columns per pier location. A widened structure needs to be widened in the same substructure type and proportions as the existing structure. The widened portion shall match the existing portion to remain. For example, a cap and column pier will be widened by a cap and column pier with the same height and width caps and the same diameter columns as the existing bridge. A T Type pier will have the same pier cap end height and width dimensions as the existing. The new T Type pier stem height will closely match that of the 2/25/

99 existing bridge. If the existing structure has rustification grooves, the widened portion of the structure shall have the same type and kind of grooves in the same locations Structure Type Requirements and Limitations The following requirements and limitations shall apply: 1. Prestressed concrete non-composite box beams are not permitted. 2. Prestressed concrete composite adjacent box beams are not permitted. This does not preclude the use of composite spread box beams. 3. Truss type bridges are not permitted. 4. Non-redundant designs are not permitted, except as stated in Section Hinged joints shall not be incorporated into the bridges. 6. Expansion joints shall not be located over a pier. 7. All expansion joints will need to accommodate all lateral and transvers thermal movements. 8. Fracture critical members shall not be incorporated into the bridge. 9. Metal stay-in-place deck forms are only permitted over IR-71. Traditional forming is to be used elsewhere. 10. Precast concrete deck forms (panels) are not permitted. 11. Full depth precast concrete deck panels are not permitted. 12. Bituminous type wearing surfaces are not permitted for permanent bridge deck construction. 13. Match the existing structure in type, style, and proportions with the proposed work when widening 14. Precast approach slabs shall not be permitted. 15. Any post tensioning shall follow the post tensioning specifications in Structure Appendix-A Superstructure All joints shall be sealed from bridge deck surface drainage. Open-type joints that accept bridge deck surface drainage, such as finger joints or sliding plates, are not permitted. Steel rolled beams or steel girder bridges shall have a minimum of four (4) stringer lines for any new structures. Prestressed, post-tensioned concrete I-beams shall have a minimum web thickness of eight (8) inches. Elastomeric bearings shall be designed based on a selected durometer of either 50 or 60. Field welding of a beam or girder to the bearing load plate shall be controlled so that the temperature that the elastomer is subjected to does not exceed 300 degrees Fahrenheit. All new structural steel unless listed differently under the specific bridge work in section 11.4 shall be painted with the Department s IZEU coating system, per C&MS 514. A588 steel is allowed but not required provided the fascia girder is painted. The fascia girder outside surfaces and lower flange shall be painted federal color number 595C (Maroon), except as directed in this section. If weathering steel is used, and the bridge has expansion joints, the unpainted portions of the steel within 10 of the expansion joints shall be painted per BDM Section 700 note PARTIAL PAINTING OF A709 GRADE 50W 2/25/

100 STEEL. If non-weathering steel is used, the fascia girder outside surfaces and lower flange shall be painted federal color number 595C-20061, (Maroon) with the remainder of the structural steel being painted FEDERAL COLOR NUMBER 595C (Dark Neutral). Apply a clear permanent graffiti coating qualified according to Supplement 1083 that is compatible with the concrete sealer over which it is applied from the ground surface to a height of fifteen feet on all substructure surfaces legally accessible to pedestrians when sealer is required in the scope. Clear nonepoxy sealer is the sealer type to be used when sealer is required in the scope Deck All bridge decks shall be full depth cast-in-place concrete. The cast-in-place overlay shall be part of the required 60 psf future wearing surface design load. Screed elevations shall include adjustment for deflections due to the overlay Approach Slabs Approach slabs shall be used for all bridges on this Project. Type A pressure relief joint will be required between approach slabs and abutting concrete pavement Barriers Barriers and sidewalks sectional area shall not be considered part of the cross section for the calculation of structural capacity. Parapet reinforcing steel shall be cast into the bridge deck and approach slabs Concrete Concrete shall conform to the Specifications for QC/QA Concrete except as modified below. The design concrete compressive strengths listed in the ODOT BDM shall be considered minimum values. Lightweight concrete is not permitted to be used for cast-in-place concrete decks or overlays. Superstructure concrete shall conform to CMS 511 with the following conditions and revisions: The Class QC2 concrete for the superstructure shall meet the following criteria: Water/cement ratio = 0.40 maximum; micro-silica admixture (7% by weight of cement); 2 lbs./cu.yd. polypropylene fibers ¾ min.) shall be added to the mix. Mix shall include a migrating corrosion inhibitor as manufactured by an approved supplier listed on ODOT's qualified approved suppliers, Item /25/

101 The fibers shall be incorporated into the mix in such a way that no 'balling' occurs. Upon inspection of the mix at the time of placement, if any 'balling' occurs, the engineer shall reject the remainder of the load at any time during the pour. The batch weights shall be corrected to compensate for the moisture contained in the aggregate at the time of use. A chemical admixture (705.12, Type A or D) shall be used. The transit mixer charge shall be limited to 3/4 of its rated capacity or 6 cubic yards, whichever is smaller, unless a larger size is approved by the engineer. Abutment diaphragms and middle diaphragms shall be constructed with this mix except fibers will not be added to the mix Vandal Protection Fencing The required fence configurations shown on each bridge Transverse Section provided in Roadway Appendix-A are the minimum level of protection required for that structure Sealing of Concrete Surfaces Non-Epoxy For concrete, the limits of sealing shall be per ODOT BDM Figure For steel beams, steel I-girders or steel box girders, the limits of sealing shall be per ODOT BDM Figure , except that the limits of sealing for the underside of the deck overhang shall extend to the flange of the fascia beam or girder. Continuous or single span concrete slab bridges shall be sealed as per ODOT BDM Section All exposed concrete surfaces of substructures and retaining walls shall be sealed. See ODOT BDM Figures , and for the sealing limits of substructures as directed under each bridge locations Bridge Load Ratings All existing and proposed bridges shall be load rated per Section 900 of the ODOT BDM with the following clarifications and exceptions: a. The bridge load rating shall be based on the Future Condition of the bridge. b. The DBT shall provide a rating manual for any bridge type that is not compatible with BARS- PC or AASHTO Virtis software. The rating manual shall include a Microsoft Excel compatible spreadsheet in electronic format to load rate the bridge for future permit vehicles (e.g., overweight or superload vehicles). Such vehicles may range up to 600,000 pounds, have as many as 25 axles with two (2) to eight (8) tires per axle, and have a width of 20 feet and a length of 200 feet. c. Each bridge load rating submission shall include the computer files in electronic format. d. The bridge load rating report and rating manual shall be submitted to ODOT before the bridge is open to traffic. 2/25/

102 e. The load rating of a bridge shall be revised/performed when the requirements of 913 in the BDM are met Weekend Overlay Note: The following note applies to HAM Structure: ITEM 848- BRIDGE DECK CONCRETE OVERLAYS THIS ITEM SHALL CONFORM TO SUPPLEMENTAL SPECIFICATION 848 WITH THE FOLLOWING CONDITIONS AND REVISIONS: REVISIONS TO : AT THE OPTION OF THE ENGINEER, THE CONTRACTOR SHALL MAKE ONE OR MORE, ONE CUBIC YARD, TRIAL BATCHES OF OVERLAY MATERIAL AT LEAST 30 DAYS BEFORE THE OVERLAY IS TO BE PLACED. DEMONSTRATE THE ABILITY TO MEET AND DEVELOP BEAM BREAK MATURITY CURVES. REVISIONS TO : MECHANICAL MEANS MAY BE USED TO REMOVE THE EXISTING RIGID OVERLAY AND TOP 0.5 INCH OF THE ORIGINAL DECK. THE REMAINING 0.5 INCH OF ORIGINAL DECK SHALL BE REMOVED BY HYDRODEMOLITION. AT LEAST THIRTY DAYS PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL SUBMIT TO THE ENGINEER FOR APPROVAL A SCHEDULE OF OVERLAY WORK ITEMS TO BE COMPLETED. THE SCHEDULE SHALL INCLUDE A BREAKDOWN OF ALL MAJOR WORK ACTIVITIES ON AN HOURLY BASIS. OVERLAY WORK SHALL NOT BEGIN UNTIL THE SCHEDULE IS APPROVED BY THE ENGINEER. CONSTRUCTION JOINTS SHALL NOT BE PERMITTED IN THE WHEEL LINE. REVISIONS TO : THE FINAL SOUNDING MAY TAKE PLACE WITHIN 24 HOURS OF A RAIN, AND THE DECK DOES NOT HAVE TO BE COMPLETELY DRY. HAND CHIPPING IS FOR THE PURPOSE OF CHIPPING AREAS WHERE THE HYDRODEMOLITION MACHINE DOES NOT HAVE ACCESS. IF THE DESIRED DEPTH IS ACHIEVED BY HYDRODEMOLITION, NO FURTHER REMOVAL IS NECESSARY. REVISIONS TO : FULL DEPTH REPAIR WILL NOT BE REQUIRED IF LESS THAN ONE HALF OF THE DECK ORIGINAL CONCRETE THICKNESS IS SOUND. REVISIONS TO : LONGITUDINAL GROOVES SHALL BE SAWED IN THE CONCRETE SURFACE OF THE TRAVELLED LANES PER , AFTER THE WET CURE IS COMPLETE. AFTER THE TEXTURING THE CONCRETE SURFACE, CLEAN THE SURFACE AND SPRAY AN UNIFORM APPLICATION OF CURING MATERIAL , TYPE 1 OR 1D, AS PER CMS METHOD B OF MEMBRANE CURING. THE DECK SURFACE MUST BE DRY PRIOR TO PLACEMENT OF THE CURING MATERIAL. IF THE SAWING OF THE LONGITUDINAL GROOVES CANNOT BE DONE WITHIN THE SAME SHORT-TERM CLOSURE PERIOD AS THE 2/25/

103 OVERLAY, THE CONTRACTOR MAY ALLOW TRAFFIC ONTO THE OVERLAY, AND SHALL HAVE 24 HOURS FROM REMOVAL OF THE WET CURE TO SAW THE LONGITUDINAL GROOVES AND REAPPLY THE MEMBRANE-CURING COMPOUND. 4) REVISE , AND THE CONTRACTOR SHALL CONTINUE THE WET CURE FOR THE MAXIMUM NUMBER OF HOURS POSSIBLE DURING THE PERMITTED LANE CLOSURE. THE CLOCK STARTS FOR THE WET CURE WHEN THE OVERLAY PLACEMENT IS COMPLETE. TABLE SCHEDULE OF DEDUCTIONS FOR WET CURE PERIOD LESS THAN 24 HOURS AMOUNT OF DEDUCTION FOR EACH HOUR LESS THAN 24 HOURS OF WET CURE PER LUMP SUM BID PRICE OF ITEM 848E99100 BRIDGE DECK CONCRETE OVERLAYS. HOURS OF WET CURE (BY PERCENTAGE) % 21 2% 20 4% 19 6% 18 10% 17 14% 16 18% 15 22% 14 26% 13 30% 12 34% IF THE CONTRACTOR FAILS TO OPEN LANES TO TRAFFIC AT THE TIMES REQUIRED IN THE MAINTENANCE OF TRAFFIC NOTES, THE CONTRACTOR WILL BE ASSESED THE HIGHER OF THE TWO DISINCENTIVES FOR THE WET CURE PERIOD AND FOR THE MAINTENANCE OF TRAFFIC REQUIREMENT. TRAFFIC WILL NOT BE PERMITED ON THE FINISHED OVERLAY SURFACE UNTIL AFTER COMPLETION OF THE WET CURE, WHICH IS A MINIMUM OF 12 HOURS, AND AFTER TWO TEST BEAMS HAVE ATTAINED AN AVERAGE MODULUS OF RUPTURE OF 600 PSI. FOR EACH POUR, THE CONTRACTOR SHALL PROVIDE ENOUGH MATERIAL FOR TWO BEAM BREAKS EACH AT 12 HOURS, 24 HOURS, 36 HOURS, AND 48 HOURS. THE DEPARTMENT WILL PERFORM THE BEAM BREAK TESTS AND DOCUMENT THE TIME OF THE POUR, THE TIME OF THE BEAM BREAK TESTS AND THE MODULUS OF RUPTURE OF EACH BEAM UNTIL THE MODULUS OF RUPTURE OF TWO TESTS IS NOT LESS THAN 650 PSI. 2/25/

104 REVISIONS TO : THE REMOVAL OPERATIONS SHALL NOT BEGIN IF SUSTAINED RAINS (5 HOURS OR MORE WITH BREAKS BETWEEN SHOWERS LESS THAN 1 1/2 HOURS) ARE PREDICTED WITHIN 48 HOURS OF COMMENCEMENT. THE OVERLAY SURFACE EVAPORATION RATE REQUIREMENTS ARE IN EFFECT FROM 9:30 AM TO 11:00 PM. THEY ARE NOT IN EFFECT FROM 11:00 PM TO 9:30 AM. PAYMENT FOR ALL LABOR, MATERIAL, AND EQUIPMENT NECESSARY TO COMPLETE THE ABOVE WORK SHALL BE INCLUDED IN ITEM 848E99100 BRIDGE DECK CONCRETE OVERLAYS ON A LUMP SUM BASIS Criteria for Bridges 1. The barriers on the outside edge of the deck shall match the roadway approach concrete barrier when applicable or be 42-inch high straight face deflector type per ODOT SCD SBR-1-99 not adjacent to sidewalk. Railings adjacent to sidewalk will be per BR On structures that have aesthetic requirements, the railing will be per conceptual drawing provided Structures Appendix-B. 2. All new bridges shall use elastomeric bearings based on a selected durometer of either 50 or 60. Widened substructure units shall have the same type of bearing that is on the existing substructure unit. 3. The Department will not allow stubs, pedestals or shims associated with temporary structure support to be permanently cast in to the concrete below any of the elastomeric or rocker bearings at the abutments. The contractor is not allowed to drill temporary anchors to support the superstructure into the face of the piers or abutments. 4. When raising a structure, the adjustment in beam seat elevations shall be accomplished by steel shims if the amount raised is six (6) inches or less. If the structure is raised more than six (6) inches, the bridge seat shall be raised for its entire length by adding a reinforced concrete cap dowelled into the existing concrete. No pedestals shall be allowed to be installed in the new caps at the piers unless approved through an Alternative Technical Concept. 5. For existing structures that are redecked, the approach slabs shall be replaced unless other more specific direction is given under each specific bridge. 6. Substructures need to be analyzed where the dead load reactions have increased. 7. For existing structures that are having the approach slabs replaced, remove and replace the existing porous backfill and install new porous backfill with filter fabric and drainage pipe system behind the abutments, except as noted in Section For new and widened bridges, over the side deck drainage is not permitted. Deck surface drainage shall be collected in a closed system or drained off the end of all bridges. In a 2/25/

105 closed system, cleanouts shall be provided at all turns and within 3 of the ground. Existing scuppers no longer needed per the DBT design shall be removed. Bridge drainage shall be located close to the substructure units as possible and extend down the substructure face, consist of galvanized steel pipe, material, and be painted the same color as the fascia girders if the superstructure above is steel or left galvanized if the superstructure is concrete Bridges within project Limits: The following direction that is given in this section is specific to the bridge that it falls under. The specific direction given in this section is intended to supersede any previous general direction given in other sections Existing Railroad Tunnels and Rail Line South of MLK Existing Structure Data: SFN McMillan Street RR Tunnel Length: 139 +/- Width f/f: /- Height: 19 +/- to 20 +/- Date Built: The old railroad tunnel close to bridge HAM E has had the northern portal capped and filled in. See permit plans in the existing plans folder. Any proposed work cannot structurally compromise the existing railroad tunnel or hinder the use of the tunnel for possible future light rail. The existing tunnel has an approximate inside diameter of /-. Permanent construction other than the pavement, base, barrier, and similar work that is needed to widen the northbound ramp to IR71 from McMillan will need to be kept at least 15 from the center of the rail bed south of Martin Luther King Avenue. Oak Street RR Tunnel SFN Length: 1/3 mile +/- Width f/f: /- Height: 19 +/- to 20 +/- Date Built: Any proposed work cannot structurally compromise the existing railroad tunnel or hinder the use of the tunnel for possible future light rail. The existing tunnel has an approximate inside diameter of /-. Permanent construction will need to be kept at least 15 from the center of the rail bed south of Martin Luther King Avenue. No additional load will be permitted over this tunnel Bridge No. HAM , McMillan Street over IR 71. Existing Structure Data: SFN /25/

106 Length: /- Width o/o: /- Design Loading: CF2000(57) Date Built: 1968 Type: Steel plate girders; spans 1&2 continuous; span 3 simple with 5-0 cantilever arm in span 2 with reinforced concrete deck and substructure. Description of Required Work and Special Provisions: 1. Patch the sidewalk curb face with 519 patching. Estimated quantity 20 square feet. 2. Add the missing closure plates with needed hardware per VPF Clean out the entire scupper and drainage system to the first catch basin where applicable. If the deck is replaced, the entire drainage system will need to be replaced to the first catch basin. 4. If the DBT s design concept requires at least one span of the deck to be replaced, the entire deck will need to be replaced. 5. The above mentioned work except for the sidewalk curb patching will be paid for under ITEM 530E99040 LUMP STRUCTURES. This includes all work and materials to remove or modify the existing structure and all work and materials to construct the structure per the Roadway Appendix-A that is not listed out separately for payment. 6. The sidewalk curb patching will be performed under 519E SQ FT PATCHING CONCRETE STRUCTURE Bridge No. HAM E, NB ramp F Existing Structure Data: SFN Length: /- Width o/o: /- Design Loading: CF2000(57) Date Built: 1968 Type: Continuous steel rolled beams with reinforced concrete deck and substructure. Description of Required Work and Special Provisions: 1. Replace, widen, or fill in this bridge to accommodate additional lane on the ramp per Roadway Appendix-A. 2. If the bridge is widened, the following work will need to be performed: a. Refurbished the existing bearings if reused. b. Overlay the entire full width of the existing and proposed bridge deck with superplasticized dense concrete overlay. The widened portion of the deck shall be scarified per SS847 for the preparation of the deck for the new overlay. It is anticipated that the existing bridge has a 1 ¾ minimum thickness MSC overlay. The 1 ¾ existing overlay thickness does not include any variable thickness was required. 3. On this structure, the widened substructure does not have to match the existing bridge. 4. Prior to commencing final design of the buildable unit, at the rear abutment field verify the proposed widening will not impact the existing railroad tunnel. The old railroad tunnel close to bridge has had the portal capped and filled in. 5. Required roadway lighting will follow Section 13 of this scope. 6. Seal the exposed concrete surfaces with non-epoxy sealer in accordance with the BDM. 2/25/

107 7. The above mentioned work except for the overlay variable thickness and full depth repair will be paid for under ITEM 530E99040 LUMP STRUCTURES. This includes all work and materials to remove or modify the existing structure and all work and materials to construct the structure per the Roadway Appendix-A that is not listed out separately for payment. 8. The variable thickness to overlay the existing deck if the bridge is widened will be paid for under 848E30200 SUPERPLASTICIZED DENSE CONCRETE OVERLAY (VARIABLE THICKNESS), MATERIAL ONLY 28 CU YD 9. The following estimated quantity is provided for the full-depth overlay repair of the bridge. 848E50200 FULL-DEPTH REPAIR 2 CU YD Bridge No. HAM , William Howard Taft Road over IR 71. Existing Structure Data: SFN Length: /- Width o/o: /- Design Loading: CF2000(57) Date Built: 1968 Type: Continuous steel plate girder with reinforced concrete deck and substructure. Description of Required Work and Special Provisions: 1. Patch the sidewalk curb face with 519 patching. Estimated quantity 40 square feet. 2. Add the missing closure plates with needed hardware per VPF Clean out the entire scupper and drainage system to the first catch basin where applicable. If the deck is replaced, the entire drainage system will need to be replaced to the first catch basin. 4. The above mentioned work except for the sidewalk curb patching will be paid for under ITEM 530E99040 LUMP STRUCTURES. This includes all work and materials to remove or modify the existing structure and all work and materials to construct the structure per the Roadway Appendix-A that is not listed out separately for payment. 5. The sidewalk curb patching will be performed under ITEM 519E SQ FT PATCHING CONCRETE STRUCTURE Bridge No. HAM , Oak Street over IR 71 Existing Structure Data: SFN Length: /- Width o/o: /- Design Loading: CF400(57) Date Built: 1968 Type: Continuous steel plate girder with reinforced concrete deck and substructure. Description of Required Work and Special Provisions: 1. Patch the sidewalk curb face with 519 patching. Estimated quantity 5 square feet. 2. Add the missing closure plates with needed hardware per VPF /25/

108 3. Clean out the entire scupper and drainage system to the first catch basin where applicable. If the deck is replaced, the entire drainage system will need to be replaced to the first catch basin. 4. The above mentioned work except for the sidewalk curb patching will be paid for under ITEM 530E99040 LUMP STRUCTURES. This includes all work and materials to remove or modify the existing structure and all work and materials to construct the structure per the Roadway Appendix-A that is not listed out separately for payment. 5. The sidewalk curb patching will be performed under 519E SQ FT PATCHING CONCRETE STRUCTURE Bridge No. HAM , Lincoln Avenue over IR 71. Existing Structure Data: SFN Length: /- Width o/o: /- Design Loading: CF2000(57) Date Built: 1968 Type: Continuous steel plate girder with reinforced concrete deck and substructure. Additional Description of Required Work and Special Provisions: 1. Provide additional roadway capacity under the bridge in span 1 and 2 for the SB ramp to William Howard Taft and SB on ramp from Martin Luther King Drive in accordance with the Roadway Appendix-A. 2. Provide 15-6 vertical clearance over ramps and mainline IR71. Existing minimum vertical clearance is Required roadway lighting will follow Section 13 of this scope, unless otherwise directed in Structures Appendix-B. 4. Provide a new drainage system, to the first manhole or ditch, Seal the exposed concrete surfaces with clear non-epoxy sealer in accordance with the BDM. The bottom of the deck shall be sealed from the top flange of the fascia beams to the deck edge 5. New sidewalks shall be installed on the new approach slabs. 6. The above mentioned work will be paid for under ITEM 530E99040 LUMP STRUCTURES. This includes all work and materials to remove or modify the existing structure and all work and materials to construct the structure per the Roadway Appendix-A and Structures Appendix-B that is not listed out separately for payment Bridge No. HAM , Dr. Martin Luther King over IR 71 Existing Structure Data: SFN Length: /- Width o/o: /- Design Loading: CF2000(57) Date Built: 1968 Type: Continuous steel plate girder with reinforced concrete deck and substructure. Additional Description of Required Work and Special Provisions: 1. Provide additional roadway capacity under the bridge for the SB ramp from SB IR 71 to William Howard Taft in accordance with Roadway Appendix-A. 2/25/

109 2. Provide off and on ramps to and from SB 71 and Martin Luther King Drive in accordance with the Roadway Appendix-A. 3. Provide additional lanes on the bridge in accordance with the Roadway Appendix-A. 4. New girders for the widening structure shall closely match the existing girders in depth and stiffness (BDM 409.2). 5. Replace the existing concrete deck with a new composite concrete deck including sidewalks and paths. 6. The contractor is allowed to replace the entire structure if needed. 7. Replace railing and VPF. 8. Relocate downspouts and collection system. Relocate suppers as close to piers as possible. Replace drainage system to the first manhole or ditch. 9. The filling in of span 1 is permitted. All other spans must remain open without fill. 10. For any proposed tunnel over 300 feet in length, provide permanent LED lighting. The design must follow applicable tunnel design standards. 11. Replace forward backwall and approach slab, replace the end cross frames and paint the last 5 of the structural steel with the color to match the adjoining portion of the existing beams. 12. Reset pier bearing at pier 1 beam 9 and pier 7 beam Replace all the rear and forward abutment bearings. 14. Replace the forward abutment drainage system with a positive drainage system (no weep holes). Fill and plug existing weep holes in the forward abutment. 15. Clean out entire drainage system to first manhole on systems that are to remain in service. 16. Paint the outside fascia girders and fascia girder bottom flange Federal Color 595C (Maroon). 17. Patch the pier cap with 519 patching at pier 1, beam Two separate structures are shown in the contract documents, but can also be designed as one continuous structure if the DBT chooses. 19. The above mentioned work except for concrete patching shall be paid for under ITEM 530E99040 LUMP STRUCTURES. This includes all work and materials to remove or modify the existing structure and all work and materials to construct the structure per the Roadway Appendix-A and Structures Appendix-B that is not listed out separately for payment. 20. The pier patching will be performed under 519E SQ FT PATCHING CONCRETE STRUCTURE 21. See Section 13.3 for additional lighting details Bridge No. HAM , Abandoned Conrail Railroad Bridge over IR 71 Existing Structure Data: SFN Length: /- Width o/o: /- c/c girders Design Loading: Cooper E-72 with diesel impact Date Built: 1968 Type: Ballasted steel deck continuous thru welder girder superstructure and reinforced concrete substructure. Additional Description of Required Work and Special Provisions: 1. Remove structure in accordance with CMS 202. Payment shall be made under ITEM 202E99000 LUMP - STRUCTURE REMOVED. 2/25/

110 2. Remove pier and replace barrier around the existing pier with a narrower median barrier to match the adjacent roadway section. The cost of the barrier work is included in the roadway pay items Bridge No. HAM , SFN , Stanton Avenue over IR 71 Existing Structure Data: N/A Proposed Structure Data: Length: TBD Width o/o: Per contract documents Design Loading: HL93 Type: TBD Additional Description of Required Work and Special Provisions: 1. Provide a new structure connecting Stanton Avenue to Whittier Street because the Fredonia bridge is to be removed to accommodate the interstate lane configuration per Roadway Appendix-A. 2. Provide vandal protection fence on both sides of the structure. 3. Provide sidewalks on the proposed approach slabs. 4. Required roadway lighting will follow Section 13 of this scope, unless otherwise directed in Structures Appendix-B. 5. Seal the exposed concrete surfaces per BDM, use clear non-epoxy sealer. 6. Paint if applicable shall be IZEU following section Superstructure 7. The above mentioned work will be paid for under Item 530E99040 LUMP STRUCTURES. This includes all work and materials to remove or modify the existing structure and all work and materials to construct the structure per the Roadway Appendix-A and Structures Appendix-B that is not listed out separately for payment Bridge No. HAM , Fredonia Avenue over IR 71 Existing Structure Data: SFN Length: /- Width o/o: /- Design Loading: HS20-44 Date Built: 1971 Type: Continuous steel plate girder with reinforced concrete deck and substructure. Additional Description of Required Work and Special Provisions: 1. The Fredonia bridge is to be removed to accommodate the interstate lane configuration per Roadway Appendix-A. 2. Remove structure in accordance with CMS 202. Payment shall be under ITEM 202E99000 LUMP - STRUCTURE REMOVED. 3. Remove pier and replace barrier around the existing pier with a narrower median barrier to match the adjacent roadway section. The cost of the barrier is included in the roadway pay items. 2/25/

111 Bridge No. HAM , Blair Avenue over IR 71 Existing Structure Data: SFN Length: /- Width o/o: /- Design Loading: HS20-44 Date Built: 1971 Type: Continuous steel beams span 1 thru 6 and continuous plate girder spans 7 thru 10 with reinforced concrete deck and substructure. Additional Description of Required Work and Special Provisions: 1. No modifications to the structure are required. 2. If bridge superstructure receives work through an ATC, the following additional work will need to be performed: a. VPF closure plates will need to be installed. b. Patch the sidewalk curb face with 519 patching. Estimated quantity 200 square feet. 3. The contractor is also allowed to replace the entire structure if needed. 4. If the bridge is impacted by the DBT design, the above mentioned work will be paid for under ITEM 530E99040 LUMP STRUCTURES unless listed separately. This includes all work and materials to remove or modify the existing structure and all work and materials to construct the structure per the DBT design. 4. The sidewalk curb patching will be performed under 519E SQ FT PATCHING CONCRETE STRUCTURE Bridge No. HAM , IR 71 over Victory Parkway. Existing Structure Data: SFN Length: /- Width o/o: Varies +/- Design Loading: HS20-44 Date Built: 1971 Type: Continuous steel plate girder with reinforced concrete deck and substructure. Additional Description of Required Work and Special Provisions: 1. Widen structure in accordance with Roadway Appendix-A. The existing non-widened portion of the deck shall receive a 2.5 SDC concrete overlay placed in a weekend overlay operation. See section for weekend overlay requirements. Use conventional overlay requirements for the widened portion of the deck. The widened portion of the deck shall be scarified per SS847 for the preparation of the deck for the new overlay. It is anticipated that the existing bridge has a 1 ¾ minimum thickness MSC overlay. The 1 ¾ existing overlay thickness does not include any variable thickness that was required. The weekend overlay portion of the bridge will be paid for under ITEM 848E99100 SPECIAL - BRIDGE DECK CONCRETE OVERLAYS, LUMP SUM. The conventional overlay portion of the bridge will be paid for under Item 530E99040 SPECIAL STRUCTURES, LUMP SUM. 2/25/

112 2. New girders for the widened structure shall closely match the existing girders in depth and stiffness (BDM 409.2). The new girders shall be constructed with a non-composite deck to match existing construction. 3. Maintain existing vertical clearances over Victory Parkway. 4. The expansion joint was modified in 1995 so the bearings at the abutments are to be replaced with elastomeric bearings while the pier shall be widened with a bolster type bearing per RB The existing girders were painted recently. The new girders and cross frames shall be painted including any paint repairs needed to the fascia girders to accommodate the widening. The paint color shall match that on the existing beams to the satisfaction of the Engineer. 6. For widening the rear and forward abutments to the south (right) side - remove a portion of the closure walls between the IR-71 bridge abutments and pedestrian bridge abutments. Confirm the piles for the closure walls are sufficient for the widened substructures if they are reused by the DBT. Add more piles if necessary. For widening the rear and forward abutments on the northwest (left) side remove the existing walls as needed and confirm the piles of the retaining walls are sufficient enough for the widened abutments if they are reused by the DBT. Any existing retaining walls that are to remain that have additional loads applied to them will need to be analyzed for structural adequacy. Add more piles if necessary. 7. Remove and reuse the granite slope protection at the abutments and pier for widening on the right side of the bridge. Match the granite slope protection at the abutments and pier for the widening on the left side of the bridge. 8. Widened portions of the abutments and pier shall match the aesthetic treatment used on the existing bridge. 9. Adjust 8' sidewalk at the left side of the rear abutment to accommodate the widened abutment. An alternative pedestrian path will need to be provided for construction. 10. Reconnect new bridge drainage system into the existing drainage system for widened structures. Existing scuppers not next to a proposed barrier shall be removed or plugged with concrete. 11. Existing pedestrian railing along the 8' sidewalk is to be removed and reused as needed. The cost of any additional railing will be included in 690E FT - MISC.: GALVANIZED STEEL HANDRAIL MATCHING ORIGINAL CONSTRUCTION. 12. Existing approach slabs are to remain and are not full width. They do not extend into the shoulders. The new approach slabs on the widened portions of the abutments will need to extend over to the existing approach slabs to have an approach slab under all traffic lanes. This will require modifications to portions of the existing backwall for the approach slab seat. The widening will place an approach slab in the outside shoulders of IR-71 but not the median shoulders. 13. The entire bridge can be replaced if needed. 14. The above mentioned work that is not listed out separately for payment will be paid for under Item 530E99040 LUMP STRUCTURES. This includes all work and materials to 2/25/

113 remove or modify the existing structure and all work and materials to construct the structure per the Roadway Appendix-A that is not listed out separately for payment. 15. The variable thickness to overlay the existing deck if the bridge is widened will be paid for under 848E30200 SUPERPLASTICIZED DENSE CONCRETE OVERLAY (VARIABLE THICKNESS), MATERIAL ONLY 28 CU YD 16. The following estimated quantity is provided for the full-depth overlay repair of the bridge. 848E50200 FULL-DEPTH REPAIR 2 CU YD Bridge No. HAM VCTRY 3691, Pedestrian bridge over Victory Parkway Existing Structure Data: SFN Length: /- Width o/o: 9-6 +/- Design Loading: 85 lb. per sq. ft. Date Built: 1971 Type: Two span continuous steel plate girder with reinforced concrete deck and substructure. Additional Description of Required Work and Special Provisions: 1. Provide Vandal Protection Fence per bridge typical section provided in Roadway Appendix-A on both sides of the bridge and 20 feet on each approach end of the bridge on the interstate side of the path. The above mentioned work shall be paid for under ITEM 530E99040 LUMP STRUCTURES (VANDAL PROTECTION FENCE). It is anticipated that the approach vandal protection fence will be anchored in the soil adjacent to the path. 12 Not Used This section intentionally left blank. 13 Traffic Control The DBT shall design and construct traffic and pedestrian signals, signing, including local wayfinding, pavement markings, lighting, ITS, including ramp meter and other traffic control in accordance with the requirements in this section. The DBT shall furnish and install the traffic control devices, systems and measures as described within Section 13. Governing Regulations are listed in Section 1.13 and Supplemental Specifications are listed in Section For cases where City of Cincinnati specifications conflict with ODOT standards for work on the City s roadways, City of Cincinnati specifications shall govern. A list of roadways and their respective maintaining agencies is available in Section 1.7. All supplied items shall be listed on ODOT s QPL or Approved Lists, as applicable. Iron and steel must be of domestic origin, per CMS Fabricators must be on ODOT s Certified Fabricators list. 2/25/

114 Guarantees and warrantees for all materials and equipment are required per the Project Scope and specifications Pavement Markings and Delineators Please note that these provisions are in addition to the Governing Regulations listed in section 1.13 of this document Pavement Marking Requirements and Locations: Pavement markings shall include their design and installation on interstate routes, ramps, city streets and underpasses. Pavement marking shall be in conformance with the TEM Part 3, CMS Items 640, 740, SCDs, the OMUTCD, and City of Cincinnati Division of Traffic Engineering Standard Operation Procedure for Pavement Markings (TOS-20), included in Traffic Appendix-A. Where pavement markings are optional in these manuals, they shall be provided, unless directed by the Department otherwise. Pavement markings to be provided may include: A. Edge Lines B. Lane Lines C. Center Lines D. Channelizing Lines E. Stop Lines F. Crosswalk Lines G. Transverse/Diagonal Lines H. Curb and Island Markings I. Handicap Symbol Markings J. Railroad Symbol Markings K. School Symbol Markings L. Parking Lot Stall Markings M. Lane Arrows N. Words on Pavement O. Dotted Lines P. Yield Lines Q. Bicycle Lane Symbol R. Shared Lane Markings S. Chevron Marking T. Speed Measurement Markings Variable spacing for transverse lines shall be provided in accordance with the TEM and Standard Construction Drawings. Minimum turn lane lengths shall meet the values found in Roadway Appendix-J. For locations where turn lane length is not listed in Roadway Appendix-J, length shall be established based on the design year certified traffic provided in Roadway Appendix-G and the ODOT L&D methodology. Appropriate pavement markings on bicycle facilities shall be included according to the OMUTCD. 2/25/

115 Mainline and Ramps (ODOT) All pavement markings on asphalt surfaces shall be Item 644 Thermoplastic. All pavement markings on concrete surfaces shall be Item 646 Epoxy. Pavement marking widths shall conform to ODOT CMS Section The standard width for lane lines and edge lines on ODOT-maintained facilities shall be 6 inches, and the standard width for channelizing lines shall be 12 inches City Streets (City of Cincinnati) All pavement markings on asphalt surfaces shall be Item 644 Thermoplastic. All pavement markings on concrete surfaces shall be Item 646 Epoxy. Green Bike Lane, Bike Symbols and Shared Lane Markings shall be Item 647 Heat-Fused Preformed Thermoplastic Pavement Marking, Type B90. Crosswalk layout shall be coordinated with the curb ramp design and follow the criteria in the City of Cincinnati standards. Marked crosswalks at signalized intersections shall be provided and are described in the signal section for each intersection. Marked crosswalks at unsignalized intersections should be match existing layout. If none currently exist, the DBT shall design and construct a marked crosswalk.. DBT should follow the policy on Curb Ramps at Unsignalized T-intersections in Traffic Appendix-A. The DBT shall provide appropriate turn arrows on all dedicated turning lanes at all intersections. Arrows shall be provided for two-way left turn lanes. Two-way left turn lane arrows shall be placed according to SCDs. McMillan Street will require permanent changes as a result of the change in (1) the ramp from eastbound McMillan to northbound I-71 will be modified to allow for a dual left turn onto the ramp and (2) the McMillan two-way operation will be extended from that northbound ramp to May Street. It is expected that the DBT will have to redesign the pavement marking and signing approximately between Essex and just east of May to provide for these changes, as well as minor signal modification at May, and overhead signing at the ramp. The DBT will have to design these changes according to appropriate standards and tie into the existing conditions at both ends Raised Pavement Markers (RPM) Requirements and Locations: RPMs shall be placed on all streets and highways within the project. RPMs shall be new and conform to CMS Item 621. RPMs shall be used only to supplement pavement markings, not as a substitute. Color, type and spacing shall be in accordance with the CMS and SCDs. 2/25/

116 Delineators All flexible delineators shall conform to Item 620 and shall be placed in accordance with current design standards. Confirmation that no conflicts exist between the proposed locations of delineators and any underground utilities shall be made prior to the installation of the delineators. Locations and requirements: All ramps with project limits Barrier Reflectors All barrier reflectors shall confirm to Item 626 and shall be placed on bridge parapets, concrete barrier walls, retaining walls and guardrail, in accordance with current design standards. Guardrail blockout reflectors shall be installed on the side of the blockout away from traffic Object Markers All object markers shall conform to Item 630, Sign, Flat Sheet and be placed in accordance with current design standards Payment All labor, materials, equipment to complete all the items described in Section 13.1 shall be paid under the lump sum ITEM 690E21000 SPECIAL MISC.: PAVEMENT MARKINGS AND DELINEATORS Signing Please note that these provisions are in addition to the Governing Regulations listed in section 1.13 of this document. The DBT shall provide new signing and supports within the project limits and correct or remove conflicting signing outside the project limits. The DBT shall design and install new signing for the project, to include informational, guide, regulatory, and warning signs. The guide signing shall be as illustrated in the Conceptual Guide Sign Plan provided in IJS, Roadway Appendix-B. The project area for signing shall include: 1. I-71 from McMillan St Bridge to Victory Parkway Bridge 2. I-71 Ramps at McMillan, Taft, MLK entrance ramp approach signs and all signs on the existing and proposed ramps 3. City streets all signs affected by construction 4. City Streets any new signs needed based on traffic control changes. The DBT shall prepare the signing plan and determine final sign sizing and placement. The Conceptual Guide Signing Plan included in Traffic Appendix-B shall be used as a template. All signs shown in the Conceptual Signing Plan shall be provided by the DBT; however, the plan should not be considered allinclusive. Additional signs that may be required shall be provided by the DBT. The DBT is responsible for replacing any existing sign outside of the project area that conflicts with the proposed improvements. This applies to advance interchange guide signing (2 Mile, 1 Mile, lead-in, etc). Sign lighting shall remain on existing support; however, new signs shall not be lighted. The DBT will need to determine the traffic generator signs (i.e. University of Cincinnati, Cincinnati Zoo, Hospitals, etc.) at each interchange within the project limits and what signs need to be removed at interchanges outside 2/25/

117 the project limits. All existing supports within the project area on I-71 and I-71 ramps shall be replaced with new sign supports due to the age of the existing supports. If the DBT proposes to reuse an existing sign support outside of the project limits, the DBT is responsible for analysis to confirm that the existing support is structurally adequate to support the proposed signing. If it is determined that the existing support is not structurally adequate, a new support shall be installed. A minimum vertical clearance of 17 feet shall be maintained between the bottom of the sign and the highest pavement elevation at all overhead sign locations, to include all interstate and non-interstate roadways. Mainline signs shall be within 100 ft of locations shown on the Conceptual Guide Sign Plan in Traffic Appendix-B. Temporary signing is covered within the Maintenance of Traffic Section 14 per All signing within the project area shall be new due to the age and retroreflectivity requirements in the OMUTCD. All freeway mainline major guide signs shall be overhead mounted using standard ODOT support designs. No sign supports shall be mounted to bridges. Applicable signs shall use Clearview font and upper/lower case legends in accordance with CMS Item At the Southwest quadrant of the MLK/Gilbert intersection, no sign posts nor sign post foundations shall be constructed within the limits of the underground storage tank and tank cavity. See Right Of Way Appendix-B for the underground storage tank and tank cavity limits. McMillan Street will require permanent changes as a result of the change in (1) the ramp from eastbound McMillan to northbound I-71 will be modified to allow for a dual left turn onto the ramp and (2) the McMillan two-way operation will be extended from that northbound ramp to May Street. It is expected that the DBT will have to redesign the pavement marking and signing approximately between Essex and just east of May to provide for these changes, as well as minor signal modification at May, and overhead signing at the ramp. The DBT will have to design these changes according to appropriate standards and tie into the existing conditions at both ends Flat Sheet Signs 1. Replace all existing flat sheet signs with new signs. This includes all signs on the mainline and interchange ramps. This also includes all STOP signs on intersecting roads. Size the signs in accordance with the OMUTCD. 2. Signs shall be installed where none currently exist as required by the OMUTCD. 2/25/

118 3. Removed flat sheet signs shall become the property of the Contractor. 4. Ramp signing shall be according to OMUTCD Section 2B.41 Wrong Way Traffic Control at Interchange Ramps. The WRONG WAY locations shown in the figure shall include two (2) WRONG WAY (R5-1a) signs at each location (for a total of 4 signs). The lower of the two signs shall be mounted 12 inches above the near edge of pavement elevation. Red sign post reflectors shall be installed per CMS Appropriate signing on bicycle facilities shall be included according to OMUTCD Part Overhead mounted lane use control signs shall be installed on all signalized approaches where dedicated turn lanes are present. Sample layouts of sign locations are provided in signal layout drawings in Traffic Appendix-D. 7. Sign post reflectors shall be provided on applicable post-mounted signs. See CMS Item for signs that shall have reflectors. All listed post-mounted signs in shall have reflector strips. 8. Reference Location Signs (D10-4, D10-5 and D10-H5a) shall be included on all mainlines and ramps. Backgrounds on Reference Location signs shall be blue. 9. Applicable signs shall use Clearview font and upper/lower case legends in accordance with CMS Item City standard curb control signing (i.e. bus stop signs, no parking signs, etc.) shall be replaced within the project. 11. The DBT shall determine if advanced overhead signs are needed based on horizontal and vertical curves Extrusheet Signs 1. Replace all existing extrusheet signs with new signs. This includes all signs on the mainline and interchanges ramps. Size the signs in accordance with the OMUTCD. 2. All freeway main line major guide signs shall be overhead mounted using standard ODOT support designs. 3. The entrance ramp approach signing on the following roads shall be included in this project: Martin Luther King Boulevard, McMillan, Taft. 4. The following signs (in addition to those required by the OMUTCD and TEM) shall be installed where none currently exist: Traffic generator signs (i.e., Cincinnati Zoo, University of Cincinnati, Hospitals) will need to be installed at the new interchange and removed from other interchanges (Reading, Taft). 2/25/

119 5. Per , existing Specific Service (LOGO) and Tourist-Oriented Directional Signs (TODS) shall be maintained, relocated and re-erected by the DBT. 6. Removed extrusheet signs shall become the property of the Contractor. 7. Interchange Exit Numbering (E1-H5) signs shall be in accordance with OMUTCD Section 2E.28 and Figures 2E-12 through 2E Applicable signs shall use Clearview font and upper/lower case legends in accordance with CMS Item Ground Mounted Post Supports 1. Replace all existing ground mounted post supports with new supports within the project area. New sign installations shall be on new supports. No reuse of existing ground mounted supports shall be allowed. 2. Removed ground mounted supports shall become the property of the Contractor. 3. Sign post reflectors shall be provided on applicable post-mounted signs. See CMS Item for signs that shall have reflectors. All listed post-mounted signs in shall have reflector strips. 4. Sign posts on City streets shall be square, Type S, black, semi-gloss with 30% sheen. Finish shall be factory-applied polyester powder coat or other approved finish over galvanizing per CMS All hardware shall also be finished the same. Provide a sample of the paint prior to production Ground Mounted Beam Supports 1 Replace all existing ground mounted beam supports with new supports within the project area. 2 Supports subject to multidirectional impacts at intersections shall use the alternate connection on sizes larger than S4 x Removed ground mounted beam supports shall become the property of the Contractor Overhead Supports 1. Location of all supports shall be per the Traffic Engineering Manual. 2. All existing overhead supports within the project area shall be replaced due to age of supports. 3. New overhead supports shall be installed as determined by the DBT. 4. At all locations, a minimum vertical clearance of seventeen feet (17 ) shall be maintained. 2/25/

120 5. All sign attachment assemblies shall be replaced. 6. Removed overhead supports and sign lighting components shall become the property of the Contractor. 7. Minimum clearance from overhead electric wires shall comply with requirements of the National Electric Safety Code, Rule 232, and the requirements of the local power companies providing electrical service. 8. Provide Sign Support Identification Stickers per in the approach direction of all mainlines and ramps Wayfinding Signs 1 The DBT shall provide foundations and sign supports per the drawings in Traffic Appendix-B for the City Wayfinding signs. 2 The City of Cincinnati will provide the sign to be installed by the DBT. 3 A conceptual layout drawing for wayfinding sign locations is provided in Traffic Appendix-B. The DBT shall determine final location of sign Bike Signs The DBT shall design the sign locations per the City of Cincinnati sign standards for shared use path signs as provided in Traffic Appendix-B Payment All labor, materials, equipment to complete all the items described in Section 13.2 shall be paid under the lump sum ITEM 630E99000 SPECIAL SIGNS AND SUPPORTS Lighting Please note that these provisions are in addition to the Governing Regulations listed in Section 1.13 of this document. If impacted by the project, the DBT shall provide new or relocated highway (ODOT) and street (City of Cincinnati) lighting for all roadways within the project limits. See Section for locations. Roadway lighting for the interstate mainlines and ramps shall conform to the requirements and guidelines for ODOT roadways. Street lighting for the City of Cincinnati shall be provided in accordance with City of Cincinnati standards. See Section for City lighting standards. Street lighting on City of Cincinnati roadways shall be on a separate circuit from the ODOT system. The DBT shall provide the Department with detailed documentation of the circuitry, photoelectric controls, and control center wiring and operation. The DBT shall coordinate lighting plan design and construction with ODOT, City of Cincinnati, and Duke Energy as part of the appropriate buildable unit submission. 2/25/

121 The DBT shall confirm the photometrics to be used using the analysis method defined in the TEM. The DBT shall use standard ODOT fixtures and City of Cincinnati decorative fixtures, as shown in Traffic Appendix-C, as appropriate. For ODOT-maintained lighting locations, as per TEM , the illumination design prepared by the DBT shall include an analysis for one of the three (3) luminaire manufacturers obtained from the ODOT Office of Traffic Engineering. For MLK lighting, the illumination design prepared by the DBT shall include an analysis for one (1) of the three (3) luminaire manufacturers shown in Traffic Appendix-C. The photometric analyses shall be completed by the DBT and submitted to the Department for approval along with the buildable unit. If light poles on a structure are not located on piers, the poles shall be designed and installed in a manner that can accommodate structurally-induced vibration. The DBT shall submit a dampening design plan to the Department for approval. Underpass lighting is for the roadway passing beneath. The agency that maintains the roadway passing beneath is responsible for the underpass lighting including all lighting units, power/circuitry, and subsequent maintenance. The design of underpass lighting shall follow the standards of the maintaining agency. Lighting circuits shall run in separate conduits from signal and CTCS cables. For locations with bridge deck replacement or widening, the DBT shall install an empty 2 conduit with a junction box every 100 in bridge parapets for future use. For bridges that do not have a parapet as defined in Section 11 of the Design Build Scope, empty conduit shall be placed in the proposed sidewalk Points of Contact for Street Lighting Points of contact for coordination of highway and street lighting power sources are: ODOT: Marc Grake, P.E. District 8 Traffic Department marc.grake@dot.state.oh.us City of Cincinnati: Roy A. Jones P.E. Supervising Engineer Street Lighting Section DOTE/Traffic Engineering (513) roy.jones@cincinnati-oh.gov Duke Energy: John Montag /25/

122 Highways and Streets to Be Lighted The DBT shall provide highway lighting within the project limits as indicated: I-71 and Ramps: If impacted by the project, the DBT shall design and install lighting along I-71 with Continuous Freeway Lighting (CFL). The new MLK interchange will have Complete Interchange Lighting (CIL). The existing ramps (Taft, McMillan) shall have Complete Interchange Lighting (CIL) as exists today. The existing median light at approximately Sta , North of Blair Avenue bridge overpass, shall be relocated approximately 100 north of current location due to relocation of Duke power lines. The DBT shall remove light pole for storage and reconnect cables for continuity of the lighting circuit. The light pole will then need to be re-erected at the new location. A new median light pole foundation and new barrier wall with junction box will need to be constructed per ODOT Standard Construction Drawings. The re-erected light pole will need to be reconnected to the existing circuit with new cable and new connector kits as necessary to make the light and circuit completely functional City Streets: The DBT shall design and install lighting along city streets to match what exists today and the city design criteria. Lights shall be attached to Duke poles whenever possible, except along MLK. City street lighting shall be steel or aluminum poles with bracket arms with HPS luminaires and underground wiring. Lights on city streets not impacted by construction shall remain in place. The DBT shall provide standard city street lighting along the following roadways and underpasses within the city, as indicated: a. Martin Luther King Boulevard from Harvey/Vernon to Gilbert lights shall be decorative design, as shown in Traffic Appendix-C. No lights along MLK shall be attached to Duke poles. New lighting shall be installed within the tree lawn. b. Reading Road from Lincoln to Whittier/Hickman c. Lincoln/University from West of Reading to May Street d. Gilbert Avenue from Lincoln to North of Buena Vista Street e. Stanton from MLK to Whittier f. Other streets in project, i.e. new cul-de-sacs, new connection roads The DBT shall determine need and install based on city street lighting levels If existing street lights are attached to Duke utility poles, then coordination is required with Duke to provide appropriate pole spacing and luminaire/mast arm locations to achieve standard lighting levels. Duke will relocate the existing luminaires and provide a new bracket arm as necessary to achieve a distance of 2 from face of curb over the roadway. A bid price/quantity will be provided to the DBT for this Duke work. This work will be paid by third party billing per CMS See section for details. The DBT will have to determine and evaluate if additional lights are required to meet the lighting levels per City of Cincinnati standards. If additional luminaires are needed, the DBT shall first have Duke install more lights on their existing poles. If that is not possible, then DBT shall design and install new 2/25/

123 steel or aluminum poles with bracket arms and HPS luminaires to meet the lighting design criteria. Any additional light poles installed by the DBT shall include all necessary items (i.e. cable, conduit, and power services). This shall also be the case if Duke poles are only available on one side of the street. The 3:1 average to minimum ratio may be adjusted if all Duke poles and lights are used based on pole spacing Highway Lighting Standards ODOT Facilities For all ODOT roadway lighting, the DBT shall furnish and install new light poles, luminaires, foundations, conduit, cables, and all other necessary equipment for the highway lighting systems. Existing lighting equipment can be salvaged and reused, except for cable, power services and control centers. Any cable, power services and control centers impacted by construction shall be replaced with new. New power services shall be metered. The existing lighting equipment (luminaires, supports, pull boxes, cable, etc.) no longer in service shall be removed and disposed of by the DBT. The existing light poles, luminaires, conduits and pullboxes, not disturbed by construction, shall remain in place or be relocated based on new photometric calculations. 400W high pressure sodium (hps) luminaires shall be used for high mast and low mast lighting. 200W and/or 310W hps luminaires shall be used for conventional lighting of ODOT facilities. High mast tower height shall be nominally 100 feet above adjacent roadway pavement. Platforms shall not be installed for new locations. The roadway lighting for Ramp E and I-71 under MLK and in any other covered structure (tunnel) shall comply with IESNA RP and the design parameters listed below. The DBT shall provide the Department with detailed documentation of the circuitry, photo-electric controls, and control center wiring and operation. General Design Requirements 1. Unless specified otherwise in the Project Scope, only one daylight level is required for initial design. 2. Threshold zone length shall be approximately one SSSD (Safe Sight Stopping Distance) from the portal entrance, per RP-22 Figure Long overpasses (over 75 feet, but not exceeding 200 feet) with bore-length to portal-width aspect ratios of 2:1 or less do not require day-lighting above nighttime levels. 4. No exit zone shall be required unless the tunnel overall length exceeds 300 feet and/or 1.5 SSSDs. 5. Tunnels over 300 feet (NFPA 502 Category A) and/or 1.5 SSDs in length shall have three zones: threshold, interior, and exit. Each zone shall be fed with one circuit from a three-phase 480Y/277 power service unless specified otherwise. 6. For tunnels under 800 feet in length, RP Safety Rating Number 5 shall be used for threshold design. 7. Unless specified otherwise in the project scope, only metallic conduits shall be used for power and control circuit raceways. Tunnel Luminaires 1. Tunnel lighting luminaires shall use high pressure sodium (HPS). 2. Only wall-mount luminaires shall be used. Manufacturer s Light Engine Warranty shall be 10 years. Driver Warranty shall be 5 years, minimum. 2/25/

124 3. Design Light Loss Factor shall be Power for ODOT street lighting shall be 240/480 volt, single phase, 3-wire, grounded neutral. Roadway lighting of ODOT facilities shall be metered. Power service locations shall be coordinated with the Department and Duke Energy. The DBT shall supply all materials and labor for power source tie-ins except for final splice. The final splice shall be performed by the power company. Where existing ODOT 2-wire circuits will be disturbed, the DBT shall provide new 3-wire circuits including any circuits (or portions thereof) extending beyond the project limits. See Traffic Appendix-C for existing circuit diagrams. The DBT shall prepare and submit a detailed structure grounding plan for each structure to the Department for approval. The grounding plan shall include grounding of all metal items and appurtenances on all structures, including any and all decorative items. The grounding system shall include redundancy. At a minimum, the grounding plan shall include items to be grounded, laterals, and jumpers. The grounding plan shall be prepared in accordance with SCD HL-50.21, with additional information as needed to provide a complete and acceptable grounding plan Street Light Standards City Facilities Street lighting on all City of Cincinnati streets and underpasses illuminating city streets shall be coordinated with the Department and City of Cincinnati Department of Transportation & Engineering (DOTE) Traffic Engineer. The DBT shall contact DOTE and ODOT to schedule one meeting within 30 days following contract award to review/confirm scope and design requirements. Street lighting components, as with all lighting for the project, shall be fabricated from US Steel, in accordance with Federal requirements as described in CMS Street lighting on all City of Cincinnati streets and underpasses illuminating City streets shall comply with City of Cincinnati standards. The Design Criteria for illuminating City streets affected by this project shall be as follows, based on City street classification: 1. Average maintained horizontal illumination: a. 1.7 footcandle on Reading, Gilbert, MLK b. 1.2 footcandle on Lincoln c. 0.7 footcandle on Stanton d. 0.4 footcandle on local streets 2. Provide lighting at all crosswalks. 3. Average to minimum uniformity ratio of 3 to 1 or better. 4. The proposed ADA path from MLK to Van Buren as well as the proposed stair ways from MLK to Van Buren and MLK to Stanton shall be lighted. A 0.7 footcandle shall be provided. Street light poles, luminaires, foundations, and related lighting items shall be as per the City of Cincinnati Standards. Existing poles, arms, and luminaires being permanently removed shall be carefully 2/25/

125 separated and returned to City of Cincinnati. The DBT shall notify the City and store the materials on site, suitably protected, at a designated location for pick up by City staff within 5 business days of notification by the DBT. The DBT may dispose of materials that are not picked up within the 5-day timeframe. All other equipment and materials that are no longer in service shall be removed and disposed of by the DBT. Power for City of Cincinnati street lighting shall be 240V, two-wire, grounded. The city power services are unmetered. The DBT shall furnish and install the light poles, luminaires, foundations, conduit, cables, and all other necessary equipment for the street lighting systems. The DBT shall supply all materials and labor for power source tie-ins except for final splice. The final splice shall be performed by the power company. All lighting materials and equipment shall be new. Street lighting of City of Cincinnati facilities shall not be interrupted. Should temporary street lighting be necessary, the DBT shall provide temporary street lighting that meets the minimum City of Cincinnati lighting standards. Wood poles may be used for temporary street lighting. Should temporary street lighting be necessary, the DBT shall provide the lighting system and the power company will provide the connection to the power service Outages Roadway lighting of ODOT and City facilities shall not be interrupted. Should temporary lighting be necessary, the DBT shall provide temporary roadway lighting that meets the minimum ODOT or City lighting standards. TEM Maintain Existing Lighting and City Supplement to ODOT 2010 CMS shall be followed by DBT. The DBT shall correct as quickly as possible all outages or malfunctions. DBT shall provide the Engineer with addresses and phone numbers of a Lighting Point of Contact (LPOC). The DBT shall provide one LPOC and one backup to receive all calls and dispatch the necessary maintenance forces to correct outages. The LPOC may be used to perform other duties as long as prompt attention is given to these calls and a person is readily available continuously 24 hours a day, 7 days a week. All lamp outages, cable outages, electrical failures and equipment malfunctions shall be corrected to the satisfaction of the Engineer and back to service within five days for a single luminaire and 24 hours for an entire circuit after the DBT has been notified of the outage. If poles and/or control equipment are damaged and must be replaced, the DBT shall make temporary repairs as necessary to bring the item back into full operation within the allowed period, and shall make permanent repairs or replacement as soon thereafter as possible. Where the DBT has failed to, or cannot respond to, an outage or equipment malfunction, at these locations within his responsibility, within periods as specified above, the Engineer may invoke the provisions of Section and any subsequent billings to the State or the City of Cincinnati for maintenance services by City forces shall be deducted from monies due or to become due the DBT in 2/25/

126 accordance with provisions of Section Foundations The DBT shall be responsible for designing any lighting foundations on structures Combination Signal Support Circuitry Requirements Street lighting shall be combined with a traffic signal support at the ten (10) signalized intersections being upgraded as part of this project. If there is a City street light circuit along the roadway, then the lights on combination poles will be connected to the City street lighting circuit. If there is no street lighting circuit, then the lights shall be connected to the signal power. Separate Lighting and Signal conduits may be connected in joint use pullboxes near the intersections. It is acceptable to have the 240V circuit fused in the joint use pull box and 240V fixture wires running up the signal pole to the fixture Payment All labor, materials, equipment to complete all the items described in Section 13.3 shall be paid under the ITEM 625E99000 SPECIAL-LIGHTING, ODOT, LUMP SUM ITEM 625E99000 SPECIAL- LIGHTING, CITY, ALL OTHER STREETS, LUMP SUM and ITEM 625E99000 SPECIAL-LIGHTING, CITY, MLK DRIVE, LUMP SUM. The Department will furnish ITEM 690E98000 SPECIAL-MISC.: DUKE ENERGY POLE AND LIGHTING RELOCATION, EACH with an amount in the proposal (to be provided) to pay for Duke pole and light relocation work as stated in section This work is to be paid by third party billing per CMS The fixed amount shown in the proposal is included (as any other bid items) in the Total Bid Amount. This fixed amount is the Department s estimate of the total cost of Duke pole and light relocation work required to be performed for the project Traffic Signals Please note that these provisions are in addition to the Governing Regulations listed in section 1.13 of this document. Traffic signal work shall be addressed at ten (10) intersections within the project area. The DBT is responsible for development of the signal design plans for the project, which shall be submitted to the Department and City of Cincinnati DOTE for review as per Section Traffic signal materials and equipment shall include the components described within this section as well as any other items necessary to provide and install fully functional traffic signals and signal systems. A general overview of the anticipated work required for each intersection is described below. All traffic signal materials and equipment shall be new. Requirements that apply to all intersections are provided in subsequent sections, including specific equipment requirements. The DBT is responsible for determining all components necessary to comply with the design standards. Refer to Section 5 for utility requirements. 2/25/

127 Traffic signals are required for the intersections listed below: 1. Gilbert and MLK reconstruct signal; signal warrant approved 2. MLK and Reading reconstruct signal; signal warrant approved 3. Lincoln, Reading and University reconstruct signal; signal warrant approved 4. Harvey, MLK and Vernon reconstruct signal; signal warrant approved 5. MLK and NB 71, Ramps A/B new signal; signal warrant approved 6. MLK and SB 71, Ramps C/D new signal; signal warrant approved 7. McMillan and NB 71, Ramp F new signal; signal warrant not approved; design for future signal. Installed equipment shall be used as lane use sign support. 8. Reading and Whittier reconstruct signal; signal warrant approved 9. Gilbert and Lincoln reconstruct signal; signal warrant approved 10. Buena Vista, Gilbert and Walter signal improvements based on items impacted by construction; signal warrant not approved; 100% city costs 11. McMillan and May minor signal work due to two-way traffic extension on McMillan from Ramp F to May The DBT shall contact DOTE and ODOT to schedule one meeting within 30 days following contract award to review/confirm scope and design requirements related to signals General Description of Intersections Layout drawings for each intersection are provided in Traffic Appendix-D. The layouts show sign, signal head, and crosswalk locations and the City s preferred labeling system. For intersections not provided in the layout drawings, utilize the existing signal plans, also provided in Traffic Appendix-D. Initial signal phasing is shown in Roadway Appendix-B. The DBT will need to determine final phasing and signal timing and coordination plans for AM Peak, PM Peak, Off Peak, and Weekend scenarios. The DBT shall use opening day traffic per Roadway Appendix-G except as noted in Section Signals are not considered part of an Intelligent Transportation System (as defined by the Traffic Engineering Manual, Part 13). The signals are part of an existing closed loop traffic signal system, so no new functionality is being added. All signals shall be semi-actuated. All lanes on the side street shall be actuated. Left turn lanes on the main street shall be actuated. The order of street priority is as follows: 1. MLK 2. Reading 3. Gilbert Gilbert and MLK a. Reconstruct signalized intersection. b. Remove existing traffic signal and associated equipment. c. Provide new box span signal. Minimize aerial corners. Provide crosswalks and pedestrian heads on all legs of the intersection. The DBT is responsible for signal layout and design of the 2/25/

128 intersection in accordance with applicable design standards and ADA compliance. d. Provide new 8 phase controller, pole mounted cabinet and cabinet hardware. Follow city standards for controller, cabinet, wiring and software. e. Provide twisted pair interconnect according to the interconnect notes and details included in City of Cincinnati standards. f. Signal phasing shown on layout drawings in Traffic Appendix-D. g. Local intersection signal timing shall be determined by the DBT using City of Cincinnati standards. System signal timing will be implemented by the City through the Computerized Traffic Control System (CTCS). h. Power drop shall be coordinated with Duke Energy. Unmetered service shall be provided. Billing shall be to City of Cincinnati. i. Signal heads with backplates and tethers per ODOT standards shall be provided. j. Signal strain poles shall be designed following ODOT standards and SWISS analysis. The DBT shall determine if any City standard pole designs can be utilized. Signal strain poles shall be painted black. All clamps and other items attached to poles shall be painted black. Combination poles shall be provided with street lights. The street lights shall be on street light circuit. If no street light circuit is available, then street lights will be tied into signal power. k. Signal design shall utilize separate conduits for interconnect, signal and lighting cables. Signal cables shall be placed underground from nearest pole to controller. l. Loop detectors shall be provided per ODOT Standard Construction Drawings. m. Grounding and bonding shall follow TEM. n. At the Southwest quadrant of the MLK/Gilbert intersection, no signal pole nor signal pole foundation shall be constructed within the limits of the underground storage tank and tank cavity. See Right Of Way Appendix-B for the underground storage tank and tank cavity limits MLK and Reading a. Reconstruct signalized intersection. b. Remove existing traffic signal and associated equipment. c. Provide new box span signal. Minimize aerial corners. Provide crosswalks and pedestrian heads on all legs of the intersection, unless otherwise determined by DBT and City. The DBT is responsible for signal layout and design of the intersection in accordance with applicable design standards and ADA compliance. d. Provide new 8 phase controller, pole mounted cabinet and cabinet hardware. Follow city standards for controller, cabinet, wiring and software. e. Provide twisted pair interconnect according to the interconnect notes and details included in City of Cincinnati standards. f. Signal phasing shown on layout drawings in Traffic Appendix-D. g. Local intersection signal timing shall be determined by the DBT using City of Cincinnati standards. System signal timing will be implemented by the DBT through the Computerized Traffic Control System (CTCS). h. Power drop shall be coordinated with Duke Energy. Unmetered service shall be provided. Billing shall be to City of Cincinnati. i. Signal heads with backplates and tethers per ODOT standards shall be provided. 2/25/

129 j. Signal strain poles shall be designed following ODOT standards and SWISS analysis. The DBT shall determine if any City standard pole designs can be utilized. Signal strain poles shall be painted black. All clamps and other items attached to poles shall be painted black. Combination poles shall be provided with street lights. The street lights shall be on street light circuit. If no street light circuit is available, then street lights will be tied into signal power. k. Signal design shall utilize separate conduits for interconnect, signal and lighting cables. DBT to design and install all signal cables in conduit. Cables on the span will be from signal head or device to closest pole to underground conduit to controller. l. Loop detectors shall be provided per ODOT SCD TC m. Grounding and bonding shall follow TEM n. Joint use poles with Duke may be needed on the Northwest and Southwest corners. The DBT shall work with Duke to determine the best layout for both Duke poles and traffic signal poles. Assume four (4) strain poles for bidding purposes. Down guys will need to be provided for all joint use poles per Duke requirements. o. Temporary down guys may be needed on existing signal poles during construction of the new signal Lincoln, Reading and University a. Reconstruct signalized intersection. b. Remove existing traffic signal and associated equipment. c. Provide new box span signal. Minimize aerial corners. Provide crosswalks and pedestrian heads on all legs of the intersection, unless otherwise determined by DBT and City. The DBT is responsible for signal layout and design of the intersection in accordance with applicable design standards and ADA compliance. d. Provide new 8 phase controller, pole mounted cabinet and cabinet hardware. Follow city standards for controller, cabinet, wiring and software. e. Provide twisted pair interconnect according to the interconnect notes and details included in City of Cincinnati standards. f. Signal phasing shown on layout drawings in Traffic Appendix-D. g. Local intersection signal timing shall be determined by the DBT using City of Cincinnati standards. System signal timing will be implemented by the DBT through the Computerized Traffic Control System (CTCS). h. Power drop shall be coordinated with Duke Energy. Unmetered service shall be provided. Billing shall be to City of Cincinnati. i. Signal heads with backplates and tethers per ODOT standards shall be provided. j. Signal strain poles shall be designed following ODOT standards and SWISS analysis. The DBT shall determine if any City standard pole designs ctan be utilized. Signal strain poles shall be painted black. All clamps and other items attached to poles shall be painted black. Combination poles shall be provided with street lights. The street lights shall be on street light circuit. If no street light circuit is available, then street lights will be tied into signal power. k. Signal design shall utilize separate conduits for interconnect, signal and lighting cables. DBT to design and install all signal cables in conduit. Cables on the span will be from signal head or device to closest pole to underground conduit to controller. 2/25/

130 l. Loop detectors shall be provided per ODOT SCD TC m. Grounding and bonding shall follow TEM n. Joint use poles with Duke may be needed on the Northwest and Southwest corners. The DBT shall work with Duke to determine the best layout for both Duke poles and traffic signal poles. Down guys will need to be provided for all joint use poles per Duke requirements. Assume four (4) strain poles for bidding purposes. o. Temporary down guys may be needed on existing signal poles during construction of the new signal Harvey, MLK and Vernon a. Reconstruct signalized intersection. b. Remove existing traffic signal and associated equipment. c. Provide new box span signal. Minimize aerial corners. Provide crosswalks and pedestrian heads on all legs of the intersection, unless otherwise determined by DBT and City. The DBT is responsible for signal layout and design of the intersection in accordance with applicable design standards and ADA compliance. d. Provide new 8 phase controller, pole mounted cabinet and cabinet hardware. Follow city standards for controller, cabinet, wiring and software. e. Provide twisted pair interconnect according to the interconnect notes and details included in City of Cincinnati standards. f. Signal phasing shown on layout drawings in Traffic Appendix-D. g. Local intersection signal timing shall be determined by the DBT using City of Cincinnati standards. System signal timing will be implemented by the DBT through the Computerized Traffic Control System (CTCS). h. Power drop shall be coordinated with Duke Energy. Unmetered service shall be provided. Billing shall be to City of Cincinnati. i. Signal heads with backplates and tethers per ODOT standards shall be provided. j. Signal strain poles shall be designed following ODOT standards and SWISS analysis. The DBT shall determine if any City standard pole designs can be utilized. Signal strain poles shall be painted black. All clamps and other items attached to poles shall be painted black. Combination poles shall be provided with street lights. The street lights shall be on street light circuit. If no street light circuit is available, then street lights will be tied into signal power. k. Signal design shall utilize separate conduits for interconnect, signal and lighting cables. DBT to design and install all signal cables in conduit. Cables on the span will be from signal head or device to closest pole to underground conduit to controller. l. Loop detectors shall be provided per ODOT SCD TC m. Grounding and bonding shall follow TEM MLK and NB 71, Ramps A/B a. Provide new box span signal. Minimize aerial corners. Provide crosswalks and pedestrian heads on all legs of the intersection, unless otherwise determined by DBT and City. The DBT is responsible for signal layout and design of the intersection in accordance with applicable design standards and ADA compliance. 2/25/

131 b. Provide new 8 phase controller, ground mounted 332 cabinet with riser and cabinet hardware. Follow city standards for controller, cabinet wiring and software. Install an Uninterruptible Power Supply (UPS) with riser. c. Provide twisted pair interconnect according to the interconnect notes and details included in City of Cincinnati standards. d. Signal phasing shown on layout drawings in Traffic Appendix-D. e. Local intersection signal timing shall be determined by the DBT using City of Cincinnati standards. System signal timing will be implemented by the DBT through the Computerized Traffic Control System (CTCS). f. Power drop shall be coordinated with Duke Energy. Metered service shall be provided. Billing shall be to ODOT, Traffic Signal, 505 South SR-741, Lebanon, OH g. Signal heads with backplates and tethers per ODOT standards shall be provided. h. Signal strain poles shall be designed following ODOT standards and SWISS analysis. The DBT shall determine if any City standard pole designs can be utilized. Signal strain poles shall be painted black. All clamps and other items attached to poles shall be painted black. Combination poles shall be provided with street lights. The street lights shall be on street light circuit. If no street light circuit is available, then street lights will be tied into signal power. i. Signal design shall utilize separate conduits for interconnect, signal and lighting cables. DBT to design and install all signal cables in conduit. Cables on the span will be from signal head or device to closest pole to underground conduit to controller. j. Loop detectors shall be provided per ODOT SCD TC k. Grounding and bonding shall follow TEM MLK and SB 71, Ramps C/D a. Provide new box span signal. Minimize aerial corners. Provide crosswalks and pedestrian heads on all legs of the intersection, unless otherwise determined by DBT and City. The DBT is responsible for signal layout and design of the intersection in accordance with applicable design standards and ADA compliance. b. Provide new 8 phase controller, ground mounted 332 cabinet with riser and cabinet hardware. Follow city standards for controller, cabinet wiring and software. Install an Uninterruptible Power Supply (UPS) with riser. c. Provide twisted pair interconnect according to the interconnect notes and details included in City of Cincinnati standards. d. Signal phasing shown on layout drawings in Traffic Appendix-D. e. Local intersection signal timing shall be determined by the DBT using City of Cincinnati standards. System signal timing will be implemented by the DBT through the Computerized Traffic Control System (CTCS). f. Power drop shall be coordinated with Duke Energy. Metered service shall be provided. Billing shall be to ODOT, Traffic Signal, 505 South SR-741, Lebanon, OH g. Signal heads with backplates and tethers per ODOT standards shall be provided. h. Signal strain poles shall be designed following ODOT standards and SWISS analysis. The DBT shall determine if any City standard pole designs can be utilized. Signal strain poles shall be 2/25/

132 painted black. All clamps and other items attached to poles shall be painted black. Combination poles shall be provided with street lights. The street lights shall be on street light circuit. If no street light circuit is available, then street lights will be tied into signal power. i. Signal design shall utilize separate conduits for interconnect, signal and lighting cables. DBT to design and install all signal cables in conduit. Cables on the span will be from signal head or device to closest pole to underground conduit to controller. j. Loop detectors shall be provided per ODOT SCD TC k. Grounding and bonding shall follow TEM McMillan and NB 71, Ramp F a. The DBT shall design a signalized intersection. Strain poles, messenger wire, underground conduit, and pull boxes shall be installed as part of the project to be utilized as a lane use sign support until signal meets warrants. b. Provide new box span signal. Minimize aerial corners. Provide crosswalks and pedestrian heads on all legs of the intersection, unless otherwise determined by DBT and City. The DBT is responsible for signal layout and design of the intersection in accordance with applicable design standards and ADA compliance. c. Design shall be based on providing a new 8 phase controller, ground mounted 332 cabinet with riser and cabinet hardware. Follow city standards for controller, cabinet wiring and software. Install an Uninterruptible Power Supply (UPS) with riser. d. Design shall be based upon signal phasing shown on layout drawings in Traffic Appendix-D. e. Local intersection signal timing shall be determined by the DBT using City of Cincinnati standards. System signal timing will be implemented by the DBT through the Computerized Traffic Control System (CTCS). f. Future power drop shall be located with coordination with Duke Energy. g. Design shall utilize signal heads with backplates and tethers per ODOT standards shall be provided. h. Signal strain poles shall be designed following ODOT standards and SWISS analysis. The DBT shall determine if any City standard pole designs can be utilized. Signal strain poles shall be painted black. All clamps and other items attached to poles shall be painted black. Combination poles shall be provided with street lights. The street lights shall be on street light circuit. If no street light circuit is available, then street lights will be tied into signal power. i. Signal design shall utilize separate conduits for interconnect, signal and lighting cables. DBT to design and install all signal cables in conduit. Cables on the span will be from signal head or device to closest pole to underground conduit to controller. j. Design shall provide loop detectors per ODOT SCD TC k. Grounding and bonding shall follow TEM Reading and Whittier a. Reconstruct signalized intersection. b. Remove existing traffic signal and associated equipment. c. Provide new box span signal. Minimize aerial corners. Provide crosswalks and pedestrian heads on all legs of the intersection, unless otherwise determined by DBT and City. The DBT is 2/25/

133 responsible for signal layout and design of the intersection in accordance with applicable design standards and ADA compliance. d. Provide new 8 phase controller, pole mounted cabinet and cabinet hardware. Follow city standards for controller, cabinet, wiring and software. e. Provide twisted pair interconnect according to the interconnect notes and details included in City of Cincinnati standards. f. Signal phasing shown on layout drawings in Traffic Appendix-D. g. Local intersection signal timing shall be determined by the DBT using City of Cincinnati standards. System signal timing will be implemented by the DBT through the Computerized Traffic Control System (CTCS). h. Power drop shall be coordinated with Duke Energy. Unmetered service shall be provided. Billing shall be to City of Cincinnati. i. Signal heads with backplates and tethers per ODOT standards shall be provided. j. Signal strain poles shall be designed following ODOT standards and SWISS analysis. The DBT shall determine if any City standard pole designs can be utilized. Signal strain poles shall be painted black. All clamps and other items attached to poles shall be painted black. Combination poles shall be provided with street lights. The street lights shall be on street light circuit. If no street light circuit is available, then street lights will be tied into signal power. k. Signal design shall utilize separate conduits for interconnect, signal and lighting cables. DBT to design and install all signal cables in conduit. Cables on the span will be from signal head or device to closest pole to underground conduit to controller. l. Loop detectors shall be provided per ODOT SCD TC m. Grounding and bonding shall follow TEM n. Joint use poles with Duke may be needed on all corners. The DBT shall work with Duke to determine the best layout for both Duke poles and traffic signal poles. Assume four (4) strain poles for bidding purposes. Down guys will need to be provided for all joint use poles per Duke requirements. o. Temporary down guys may be needed on existing signal poles during construction of the new signal Gilbert and Lincoln a. Reconstruct signalized intersection. b. Remove existing traffic signal and associated equipment. c. Provide new box span signal. Minimize aerial corners. Provide crosswalks and pedestrian heads on all legs of the intersection, unless otherwise determined by DBT and City. The DBT is responsible for signal layout and design of the intersection in accordance with applicable design standards and ADA compliance. d. Provide new 8 phase controller, pole mounted cabinet and cabinet hardware. Follow city standards for controller, cabinet, wiring and software. e. Provide twisted pair interconnect according to the interconnect notes and details included in City of Cincinnati standards. f. Signal phasing shown on existing signal plans in Traffic Appendix-D. g. Local intersection signal timing shall be determined by the DBT using City of Cincinnati 2/25/

134 standards. System signal timing will be implemented by the DBT through the Computerized Traffic Control System (CTCS). h. Power drop shall be coordinated with Duke Energy. Unmetered service shall be provided. Billing shall be to City of Cincinnati. i. Signal heads with backplates and tethers per ODOT standards shall be provided. j. Signal strain poles shall be designed following ODOT standards and SWISS analysis. The DBT shall determine if any City standard pole designs can be utilized. Signal strain poles shall be painted black. All clamps and other items attached to poles shall be painted black. Combination poles shall be provided with street lights. The street lights shall be on street light circuit. If no street light circuit is available, then street lights will be tied into signal power. k. Signal design shall utilize separate conduits for interconnect, signal and lighting cables. DBT to design and install all signal cables in conduit. Cables on the span will be from signal head or device to closest pole to underground conduit to controller. l. Loop detectors shall be provided per ODOT SCD TC m. Grounding and bonding shall follow TEM Buena Vista, Gilbert and Walter a. This intersection shall be designed to City of Cincinnati standards. Backplates and tethers are not required. b. The DBT shall determine what items of the existing signal will be impacted by construction. The DBT can reuse the existing signal and relocate or install new items impacted by construction. If the DBT determines to install a new signal, then the requirements listed below shall be followed. c. Remove existing traffic signal and associated equipment. d. Provide new box span signal. Minimize aerial corners. Provide crosswalks and pedestrian heads on all legs of the intersection, unless otherwise determined by DBT and City. The DBT is responsible for signal layout and design of the intersection in accordance with applicable design standards and ADA compliance. e. Provide new 8 phase controller, pole mounted cabinet and cabinet hardware. Follow city standards for controller, cabinet, wiring and software. f. Provide twisted pair interconnect according to the interconnect notes and details included in City of Cincinnati standards. g. Signal phasing shown on existing signal plans in Traffic Appendix-D. h. Local intersection signal timing shall be determined by the DBT using City of Cincinnati standards. System signal timing will be implemented by the DBT through the Computerized Traffic Control System (CTCS). i. Power drop shall be coordinated with Duke Energy. Unmetered service shall be provided. Billing shall be to City of Cincinnati. j. Signal strain poles shall be designed following City standards. Signal strain poles shall be painted black. Combination poles shall be provided with street lights. The street lights shall be on street light circuit. If no street light circuit is available, then street lights will be tied into signal power. 2/25/

135 k. Signal design shall utilize separate conduits for interconnect, signal and lighting cables. DBT to design and install all signal cables in conduit. Cables on the span will be from signal head or device to closest pole to underground conduit to controller. l. Loop detectors shall be provided per City standards McMillan and May McMillan Street will require permanent changes as a result of the change in (1) the ramp from eastbound McMillan to northbound I-71 will be modified to allow for a dual left turn onto the ramp and (2) the McMillan two-way operation will be extended from that northbound ramp to May Street. It is expected that the DBT will have to redesign the pavement marking and signing approximately between Essex and just east of May to provide for these changes, as well as minor signal modification at May, and overhead signing at the ramp. The DBT will have to design these changes according to appropriate standards and tie into the existing conditions at both ends Points of Contact for Traffic Signals Points of contact for coordination of traffic signal issues and power sources are: ODOT: Marc Grake, P.E. District 8 Traffic Department marc.grake@dot.state.oh.us City of Cincinnati: Jeff Wilhoit, P.E. DOTE/Traffic Engineering (513) Jeff.wilhoit@cincinnati-oh.gov Duke Energy: John Montag Signal Supports 1. Shall be galvanized steel, painted black, semi-gloss with 30% sheen. Finish shall be factoryapplied polyester powder coat or other approved finish over galvanizing. All hardware shall also be finished the same. Provide a sample of the paint prior to production. No wood poles are permitted. 2. For span wire installations, pole strength shall be designed for 3% sag and pole height shall be designed for 5% sag. 3. Strain poles shall be a minimum size of Design 5 and of the anchor base type. 4. Location of the supports shall be as per the Traffic Engineering Manual. 5. Clearance from overhead electric wires shall be as per utility company requirements. 2/25/

136 Vehicular Signal Heads with LED Lamp Units 1. Shall be made of polycarbonate. 2. Lenses shall be 12 inch LED. 3. Shall have yellow doors, black back, and the inside of visors shall be black. 4. Tri-stud wire entrance fitting 5. Far side mounting of signal heads shall be used as much as practical. 6. For protected/permissive operation of a 5-section signal head (either left or right turn), the recommended location of the signal head is over an extension of the channelizing line, through the intersection, that separates the turn lane and the through lane. 7. Shall have backplates. 8. Shall be rigidly mounted on mast arms or tethered on span wires Pedestrian Heads, Features and Accommodations 1. Pedestrian accommodations shall be provided on the approaches of the signalized intersections in the project area to include sidewalks, curb ramps, cross walks, pedestrian pushbuttons, and countdown pedestrian signal heads. Pedestal mounted pedestrian signal heads shall be used, as necessary. The preference is to pair a pushbutton and the corresponding pedestrian signal together on the same support, unless another support offers significantly better alignment for the pedestrian signal. 2. All pedestrian accommodations shall be ADA compliant. 3. Pedestrian pushbuttons (PPBs) shall be provided for all pedestrian phases associated with the actuated traffic phase. Pedestrian pushbuttons shall be provided as shown on the layout drawings in Traffic Appendix-D. 4. Pedestrian pushbuttons shall be located according to the City standards and Standard Operating Procedure EDS-1 in Traffic Appendix-D. If a signal support cannot be placed in a location that will satisfy the requirements for pedestrian pushbutton placement, a pedestal shall be installed. Pedestal and hardware shall be finished to match signal poles. 5. Pedestrian pushbuttons shall comply with CMS Items 632 and Signing for pedestrian pushbuttons shall be City standards with Type G sheeting and all mounting hardware. 7. ADA-compliant pedestrian ramps and associated treatments shall be provided. Payment for these items shall be under Roadway Pay Items. 8. Crosswalks at signalized intersections shall be provided in accordance with layout drawings in Traffic Appendix-D. Payment for crosswalks shall be under the Pavement Marking Pay Item Pull box 1. Shall be concrete, CMS , 18 inch minimum opening size. 2. Shall not be located in curb ramp areas. 3. Shall not be located where subject to vehicular traffic. 4. Shall follow City standards. 2/25/

137 Conduit 1. Maximum conduit run length between pull boxes and/or poles is 200 feet. 2. Conduit under roadway pavement shall be 3 inch diameter minimum. 3. Conduit must be sized for the number and size of the conductors contained in the conduit. Cable fill should not exceed 40% of the inside cross sectional area of the conduit. 4. Conduit shall be CMS Separate conduits shall be installed for signal, lighting and interconnect cable Cable and Wire: 1. Unswitched power cable shall not be run inside of conduit, poles or pull boxes containing other signal cables. 2. Lighting cables operating at voltages higher than 120 volts shall not be run inside of conduit, poles or pull boxes with signal cables. Separate Lighting and Signal conduits may be connected in joint use pullboxes near the intersections. it is acceptable to have the 240V circuit fused in the joint use pull box and 240V fixture wires running up the signal pole to the fixture. 3. Utility company approval shall be obtained for the attachment of any interconnect cables to utility poles, and for the location of power sources. 4. All abandoned cables shall be removed from aerial spans, conduit and pull boxes. Direct burial cables will be abandoned in place. 5. Signal messenger wire size shall be 3/8 inch diameter Controller and Cabinet The DBT shall furnish and install an actuated, 8-phase, solid state digital microprocessor type controller with all accessories that are necessary to make the controller completely functional and operational at each of the signalized intersections with a reconstructed or new signal. The controllers shall be 170 controllers with Wapiti software per City standards. The controllers shall be installed in 332 cabinets with riser (ground mounted) or 330 cabinets (pole mounted). The controllers shall be shelf-mounted. The controllers shall conform to CMS Items 633 and 733 as well as the City of Cincinnati specifications and details included in Traffic Appendix-D. The controller cabinet assembly shall be completely wired, including all panels and harnesses, for operation on the twisted pair cable interconnect system. All signal installations shall be designed and equipped for approach monitoring. If a two phase signal is used, a dual ring controller and cabinet wiring utilizing phases 2+6 and 4+8 will be furnished and installed. 1. Controller cabinet placement requirements: 2. Adhere to ADA space requirements. 3. Locate cabinet as far back from the curb as possible for technician access, while still being within the right-of-way. 4. If base-mounted controller cabinet is located in sidewalk, align cabinet parallel to one of the streets. 5. The near edge of the controller cabinet foundation shall be a minimum of 3.5 feet from face of 2/25/

138 curb. 6. The controller cabinet door shall open away from street any exception must be reviewed by the City and approved by the Department. The most common exception would be where the controller cabinet is placed behind or at the back edge of the sidewalk and there is insufficient right-of-way to accommodate a work pad. 7. Allow for maximum visibility of signal heads. 8. Allow for logical cable routing. 9. The area in front of the cabinet door shall provide sufficient work space for technicians to access the equipment and remain within right-of-way. 10. Provide sidewalk and/or work pads for cabinet and UPS access Signal Interconnect City of Cincinnati twisted pair interconnect shall be provided according to the details and specifications provided in Traffic Appendix-D. As defined in the specifications, the existing twisted pair interconnect cable shall be maintained and remain operational, retaining control (on-line status) of any existing signal, until it is disconnected and the new twisted pair interconnect cable has been connected into the system. If necessary, temporarily rerouting the twisted pair interconnect cable is an acceptable means of keeping the existing interconnect cable plant operational, as long as the appropriate signal levels and overall functionality of the interconnect cable plant are maintained. Splices, upon approval from the Department, are permissible for only the temporary cable plant. The new interconnect cable plant shall be designed to minimize the length of twisted pair cable between devices. The interconnect cable design shall be reviewed by the City of Cincinnati Traffic Engineering and approved by the Department prior to beginning construction of the interconnect system. The DBT should assume a worst case and run new cable to the nearest splice box, even if that is outside the limits of construction. Existing interconnect cable and messenger wire cannot be relocated and reused. For aerial installation, interconnect cable integral, messenger type shall be provided per 632 and 732 and City standards Power Service Electric power shall be obtained from Duke Energy. Power supply shall be 120V. The DBT shall be responsible for requesting and scheduling any inspections the power company may require for the power service hook up. The DBT shall be responsible for contacting the power company for the electrical service connection. Under no circumstances shall the DBT splice power cable into the power company s circuits. The DBT is responsible for obtaining any necessary permits and the paying of all fees. The DBT shall pay all power charges until the signals are accepted by the City of Cincinnati and the Department. Location and use of the power sources shall be coordinated and confirmed with Duke Energy, as appropriate for all of the signalized intersections. 2/25/

139 Power service shall comply with CMS Item The following signalized locations shall have unmetered power feeds: 1. Gilbert and MLK 2. MLK and Reading 3. Lincoln, Reading and University 4. Harvey, MLK and Vernon 5. Reading and Whittier 6. Gilbert and Lincoln 7. Buena Vista, Gilbert and Walter The following signalized locations shall have metered power feeds: 1. MLK and NB 71, Ramps A/B 2. MLK and SB 71, Ramps C/D The DBT shall apply for all inspections, pay the appropriate fees, and advise the Department of the time of inspections so that they may have a representative in attendance. Payment for Power Service shall be included in the lump say bid item for each signalized intersection Emergency Vehicle Preemption Emergency vehicle preemption shall not be provided Equipment Removal, Salvage and Disposal Traffic signal installation, including signal heads, cable messenger wire, strain poles, pedestrian poles, cabinet with controller and equipment, pull boxes, etc., shall be removed in accordance with CMS Item In accordance with CMS Item , items shall not be removed until a new or temporary signal installation is in operation, unless otherwise directed by the Department. The DBT shall notify the Department (who will notify the City of Cincinnati) 72 hours prior to the removal of any existing traffic signal equipment. All removals shall be performed in the presence of a designated representative of the Department. Removed items that are to be salvaged shall be returned to the City of Cincinnati DOTE. Items to be returned shall include signal poles, vehicular signal heads, controller equipment and cabinets, pedestrian pushbuttons, pedestrian signal heads, pedestrian poles, pull box lids, pull box frames, and interconnect devices/cabinets/equipment. Other materials shall be disposed of by the DBT. The DBT shall notify the Department (who will notify the City of Cincinnati DOTE) and store the materials on site, suitably protected, at a designated location for pick up by City staff within 7 business days of notification by the DBT. The DBT may dispose of materials that are not picked up within the 7-day timeframe Final Acceptance and Guarantee The DBT shall guarantee that the traffic control systems installed as part of this contract shall operate satisfactorily for a period of 90 days following completion of the 10 day performance test. In the event of unsatisfactory operation, the DBT shall correct faulty installations, make repairs and replace defective parts with new parts of equal or better quality. Equipment, material and labor costs incurred in 2/25/

140 correcting an unsatisfactory operation shall be borne by the DBT. The guarantee shall cover the following items of the traffic control system: controllers, cabinet and associated equipment, detector units and interconnect items. Customary manufacturers guarantees for the foregoing items and all traffic control equipment shall be turned over to the City of Cincinnati DOTE following acceptance of the equipment Maintenance of Traffic Signals Signalized traffic control operations shall be maintained at all times by use of existing, temporary, or new traffic signals per TEM and City of Cincinnati Temporary signals are required at any existing signalized intersection for which neither the existing nor proposed signalization will function appropriately at any given time. Temporary signals, if needed, shall be installed and operated in accordance with the TEM, OMUTCD and relevant SCDs. The DBT shall maintain detection at each intersection during the project. The DBT can chose which type of vehicle detection to install, such as loop detectors (6 x30 ), video camera, or radar detection, and will include all necessary equipment to get communication from the detector to the controller. The DBT shall be responsible for relocation of signal heads, signs or other equipment during construction. Payment for work described in this section shall be included with the lump sum bid item for each signal location System Analysis The DBT will provide a signal system analysis per CMS for the MLK corridor from Clifton Avenue to Gilbert Avenue. The DBT shall provide the signal timing and traffic progression programs to the City of Cincinnati and not load the programs into the signal controllers at the signals outside of the project limits. The DBT will be required to load the timing and progression programs into the controllers at the signals located within the project limits. Signals within project limits: 1. Gilbert and MLK 2. MLK and Reading 3. Harvey, MLK and Vernon 4. MLK and NB 71, Ramps A/B 5. MLK and SB 71, Ramps C/D Signals outside of project limits: 6. Clifton and MLK 7. Burnet Woods and MLK 8. Campus Green Drive and MLK 9. Jefferson and MLK 10. Vine and MLK 11. Eden and MLK 12. Highland and MLK 13. Burnett Ave and MLK 2/25/

141 Payment All labor, materials, equipment to complete all the items described in Section 13.4 shall be paid for each intersection under ITEM 632E99000 TRAFFIC SIGNALS, (Name of Intersection) Intelligent Transportation Systems (ITS) ITS Requirements The ODOT District 8 ITS is composed of multiple field devices using various methods to communicate to the Traffic Management Center (TMC). The current ITS system consists of the following (all Stations are approximate): Fiber optic backbone located in the NB shoulder for the entire project limits (Sta to ). Fiber crossover from NB to SB at Sta Fiber optic conduit located in the SB shoulder from Sta to Fiber optic conduit crosses Ramp F at Sta to NB shoulder. Fiber optic conduit crosses by Oak St bridge (Sta ) to NB shoulder. Fiber crossover from NB to SB at Sta Fiber optic conduit in SB shoulder from Sta to Fiber crossover from NB to SB at Sta Fiber crossover from NB to SB at Sta Fiber crossover from NB to SB at Sta DMS #23 and cabinet at Sta , NB. DMS #22 and cabinet at Sta , SB. CCTV #86 at Sta Cabinet with fiber splices at Sta CCTV #85, cabinet and power service at Sta Cabinet and power service at Sta Cabinet and power service at Sta CCTV #89 at Sta Cabinet and power service at Sta If impacted by construction the DBT shall: Relocate and upgrade three (3) CCTV Cameras and poles Install new conduit and fiber Install one (1) new Ramp Meter Station Provide temporary devices and fiber. Temporary fiber shall be spliced into nearest cabinet. Replace two (2) DMS sign trusses with new supports and catwalks. The existing DMS signs shall be relocated by the DBT to the new truss. All components in the cabinet, DMS controller and network gear, will be relocated to a new cabinet. Any existing equipment necessary to make the DMS operational shall be relocated to the new truss. New DMS signs are not required as listed in Traffic Appendix-E16. Replace all physically impacted conduit in kind with two 4 multicell with 4 innerducts. Replace all physically impacted fiber in kind with 30 multi-mode, 18 single-mode, 6 fibers per buffer tube. Replace all physically impacted pullboxes with 32 round as shown in typical drawings. 2/25/

142 Maintain, extend or replace crossover conduit for fiber optic. DBT to determine if crossovers can be abandoned or relocated with concurrence from the Department. Upgrade cabinets and turn over old cabinets to ODOT Traffic Operations. Relocate or replace power services. All power services shall be metered. The following is a list of components that are included in the ODOT D8 ITS for further reference later in the section: 18 Strand Single-Mode Fiber (SMF) Optic Cable 30 Strand Multi-Mode Fiber (MMF) Optic Cable Ramp Meter Stations (RMS) Closed Circuit Television (CCTV) Cameras Fiber/Network Nodes Overhead Dynamic Message Signs (DMS) Any loss of communication to the field devices reduces the TMC s ability to mitigate traffic congestion. It is essential to the TMC that the fiber optic trunk cables remain intact until new fiber optic cable runs are completely installed and operational. If communications are lost and not repaired within the specified time period, the DBT shall be assessed time based disincentives in accordance with ITS Downtime note in Traffic Appendix-E Materials The DBT shall be solely responsible for verifying that all equipment purchased and installed for the ITS is compatible with the current system and shall communicate seamlessly with the system. The Department shall not be responsible for equipment that is purchased and/or installed that is not compatible. It is the DBT s responsibility to make the appropriate contacts, in order to make this determination. All equipment that is being relocated during construction shall be securely stored at the project field office. Any equipment that will not be reused by the DBT shall be separately secured at the project field office to await pickup by the ODOT ITS Engineer. Any equipment lost or damaged during storage shall be the DBT s responsibility and shall be replaced at no cost to the Department. The DBT shall notify the ODOT ITS Engineer that items are awaiting pickup and shall keep the items secured until picked up Conduit All newly installed conduit runs containing fiber optic cable shall be comprised of two (2) - 4 multi cell conduit containing four (4) each 1 ¼ inner ducts, stacked vertically, to allow capacity for current ODOT fiber optics and any unanticipated additional fiber optic cables. Conduit shall conform to Federal Specification WC-1094A, Rigid Non-metallic conduit (PVC) and ASTM Specification No. F512 Schedule 80. For buried conduit, 32 round pull boxes shall be installed and spaced no more than 500 feet apart. Standard Drawings for Conduit and Pull Boxes can be found at Traffic Appendix-E Tracer Wire Tracer wire shall be run inside of one 1-1/4 inch duct of the multicell conduit of all installed conduit runs. Tracer wire shall be no smaller than #12 AWG wire. The wire shall be insulated, orange in color, and constructed of copper clad steel. Approximately 10 ft. of slack of the tracer wire shall be left inside 2/25/

143 the adjacent pull-boxes connecting the conduit runs. In situations where a fiber optic cable marker is to be installed in conjunction with the tracer wire, the tracer wire shall be run through the marker and connected to terminals at the top of the marker Fiber Optic Cable Markers Fiber Optic Cable Markers shall be installed as directed by the ODOT ITS ENGINEER and/or at every pullbox containing fiber optic cable and shall be one (1) of two (2) types: TYPE 1 COTTMARK 511, FRICK FLEXPOST, CARSONITE CURV-FLEX MARKER, or Approved Equal TYPE 2 COTT BIGFINK, FRICK TESTPOST, RHINODOME TEST STATION, or Approved Equal The fiber optic cable markers shall be 6 feet in length and shall be securely placed in the ground at a depth of two (2) feet. Care shall be taken during installation not to damage any underground conduit in the vicinity. The CONTRACTOR shall use a TYPE 2 marker when the path of the fiber crosses underneath a roadway and when capable shall place a marker on both sides of the roadway at crossing. The CONTRACTOR shall connect tracer wire to terminal at top of TYPE 2 marker. TYPE 1 markers shall only be placed on straight fiber runs between pull-boxes in the shoulder and the CONTRACTOR shall be limited to the use of TYPE 1 markers so that a TYPE 2 marker shall be placed between any two (2) TYPE 1 markers. TYPE 1 markers shall not be placed in succession down a fiber path. The markers shall be orange in color and shall have the following information located on the upper portion of the marker in a readable format: WARNING CONTACT OUPS 48 HRS BEFORE DIGGING CONTACT ODOT HRS BEFORE DIGGING ODOT ITS FIBER OPTIC CABLE ITS GROUND-MOUNTED CABINETS All equipment cabinets provided shall follow the specification located in Traffic Appendix-E Section 600 of the Office of Traffic Operations Special Provisions. Any Power Distribution Cabinets installed by the DBT shall follow the specification located in Traffic Appendix-E Section 602 of the Office of Traffic Operations Special Provisions. Any removed cabinets shall be stored by the DBT for pick up by ODOT Warranty All equipment shall be warranted and guaranteed against defects and/or failure in design, materials and workmanship. The DBT shall submit the warranty terms as part of the applicable buildable unit. System components shall be warranted against all defects and/or failure in design, materials and workmanship for a period of five (5) years from the date of Final Acceptance, as recorded by Department. The equipment shall carry a manufacturer s warranty of five (5) years from the date of Final Acceptance. 2/25/

144 Said warranty shall be transferred from the DBT to the Department upon the anniversary of the DBT s one-year warranty period. Equipment covered by the manufacturers warranties shall have the registration of that component placed in the Department s name prior to Final Inspection. The warranty shall provide that, in the event of a malfunction during the warranty period, the defective system component shall be replaced with a new component within five (5) working days. The DBT shall be responsible for all labor and equipment costs for installation of the new component in year one (1) of the warranty period. In Addition, the CONTRACTOR shall be responsible for all preventive maintenance activities during year one (1) of the warranty period. In year(s) 2-5 the MANUFACTURER is responsible for replacement of the defective component or device to be installed by the Department. This replacement of the device shall occur within (5) days of formal notice from the Department. Any component that, in the opinion of the Department, fails three (3) times prior to the expiration of the warranty will be judged as unsuitable and shall be replaced by the EQUIPMENT MANUFACTURER with a new component of the same type at no cost to the Department. The unsuitable component shall be permanently removed from the project. A failure shall also be defined as the field device becoming unable to comply with the project requirements and all applicable standards. Any repairs made by a manufacturer or representative shall be documented and returned with the unit(s) when warranty unit(s) is repaired. This documentation shall include an explanation of the exact repairs made and identification of parts replaced by part number and circuit number. All warranty repairs shall be completed within thirty days of delivery of the equipment to the designated repair depot. The warranty period shall not begin until the date that the Department issues final acceptance to the project, as recorded by the Department. A log shall be maintained for all operations after the burn-in period. Any and all replacement parts, all maintenance hours and a brief description shall be reported in the log. No charges shall be incurred during the warranty period. No spare field replaceable units shall be used during the warranty period. The DBT is responsible for ensuring that the vendors or manufacturers supplying the components and providing the equipment warranties recognize The Ohio Department of Transportation as the original purchaser and owner/end user of the equipment ITS Equipment Site Locations Safe Access All ITS related equipment sites including RMS, CCTV, and Fiber Nodes to be installed during this project shall be installed in locations that provide safe access for the Department s maintenance personnel. Safe Access requires that any equipment cabinet location, ground mount or pole mount, have the following characteristics: Located outside the clear zone as defined in Section of the Location & Design Manual Volume 3 or protected by guardrail or concrete barrier meeting length of need and offset requirements as defined in Section 602 of the Location & Design Manual Volume 3. 2/25/

145 Shoulder width of at least 10 ft for a distance of at least 250ft upstream and downstream of cabinet for adequate deceleration clearance. Cabinet shall not be installed on ground that exceeds 10% grade. 3ft x 3ft square concrete work pad shall be installed at each cabinet per ODOT specification CONTROLLER WORK PADS Speed / Traveltime Coordination ODOT ITS Central Office has a contract with a vendor to install and maintain speed sensors at various locations on the freeways. The DBT shall coordinate all work with this project so as to limit downtime for these vendor-maintained speed sensors. The sensors should be maintained through the duration of the project. Relocation of sensors will be performed by the sensor vendor. There are two speed sensor locations within the project limits as follows: 1. Located on the median side of the existing truss over Southbound IR-71 with signs stating 71 South, Exit 2 42 Reading Rd Gilbert Ave 3/4 mile, and Exit 3 Taft Rd Exit Only. Truss is located south of the Lincoln Avenue bridge. 2. Located on the existing median light pole just north of the mainline bridge over Victory Parkway. The DBT shall notify the Department (who will notify Nick Hegemier in the ODOT Office of Traffic Operations OTO) a minimum of 7 calendar days in advance of needing any speed sensor(s) relocated Ramp Meter Station (RMS) RMS sites are to be installed using the ODOT plan insert sheet. The DBT shall use the specifications located in Traffic Appendix-E Section 800 of the ODOT Office of Traffic Operations Special Provisions to determine ramp type and ramp meter location. The DBT shall utilize the drawing provided in Traffic Appendix-E to ensure that the ramp meter location shall provide the minimum amount of acceleration distance to achieve the preferred merge speed (Freeway Design Speed 10 = Preferred Merge Speed). Controller equipment, communications equipment and RMS software must be equivalent and compatible with ITS software and other existing RMS sites. New Ramp Meter Station shall be installed on I-71NB ramp from McMillan Fiber Optic Interconnect Cable The ITS utilizes fiber optic interconnect cables to establish network communications with field devices. Where it is necessary to pull new fiber cable, the DBT must supply fiber optic cable, pigtails, and enclosure kits that meet or exceed ODOT fiber optics cable and equipment standards provided in Section 804/904 of the ODOT Supplemental Specifications, as well as those in Traffic Appendix-E Section 400 of the Office of Traffic Operations Special Provisions H. Power, Grounding, and Surge Suppression ITS Power The DBT is responsible for contacting Duke Energy prior to making any assumptions about new or current power services. The Department will not be held liable for any construction delays in getting power services approved. The DBT shall contact the ODOT ITS ENGINEER to obtain any additional 2/25/

146 information, not located in the appendix, regarding existing power services and devices associated with each power service. All new or updated power services shall be per ODOT specification Power Service, shall be metered and a new account created for each location. All power services shall be run through a separate 2 conduit and be separated from all other cables using an 18 pull-box marked ELECTRIC. The pull-box shall follow Portland Concrete Pull Boxes of the ODOT Construction and Material Specifications. Grounding All appropriate grounding shall be performed by the DBT and shall be performed per ODOT Construction and Material Specification GROUNDING. The grounding system at the cabinet locations shall be tied into the grounding system at the power source. Having both grounding systems connected together shall not be dependent upon the distance between the two sites. The grounding wire shall be attached to the ground rod by exothermic welding. Surge Suppression All cabinets shall have a surge protection device on the incoming power cable per ODOT specification C.5. All ITS equipment cabinets shall have loop lead-in protection per ODOT specification, where applicable. In addition to the surge suppression provided on the incoming power to the cabinet, surge suppression shall be installed protect power outlets to all devices placed in all cabinets. This surge suppression shall be capable of being plugged into a standard 5-15 outlet. This device shall meet the following minimum specifications: Energy Handling 1280 Joules UL 1499 let through rating 400 Volts Surge Current Rating 50,000 Amps Output Current 15 A System Device Downtime The intent of this section is to specify what parts of the system need to remain in service during construction, maximum downtime allowed for each device, and consequences for non-compliance. Coordination: Before work is performed, the Project Engineer, the DBT, and the ODOT ITS Engineer shall jointly conduct a pre-construction operational status check of all existing ITS devices and each devices communication status with the Traffic Management Center (TMC), including existing ITS devices location and status, and provide a copy of the certified list of the existing ITS devices within the project limits to the DBT. The status list shall include the operational, defined as having full functionality, and the non-operational components. The DBT shall coordinate with the Project Engineer and the ODOT ITS Engineer at least 7 days in advance of interrupting existing ITS devices communication with the TMC that will result in the elements being non-operational or offline. If the construction activities require existing ITS devices to be non-operational or off-line, the DBT shall make necessary arrangements to install temporary and/or relocated elements so that the allowable downtime is not exceeded, as outlined in Traffic Appendix-E Section 1000 of the ODOT Office of Traffic Operations Special Provisions. The DBT shall notify all parties (Project Engineer, ODOT ITS Engineer) at least 7 days prior to starting excavation activities. 2/25/

147 It is the DBT s responsibility to request all documents showing proposed fiber termination diagrams, fiber optic cable locations, as well as device locations. The Department shall not be responsible for loss of communications due to failure of the DBT to request and receive all supporting documentation from the ODOT ITS ENGINEER prior to beginning work. The ODOT ITS ENGINEER shall have two weeks to provide the DBT any requested documentation Communication Outage and Restoration Notification Requirements An outage is a loss of primary or secondary communication between the ITS field devices, fiber optic interconnect cables and the TMC. Restoration is the regain of communication between the ITS field devices, fiber optic interconnect cables and the TMC. The ODOT ITS ENGINEER shall provide notification via (primary) and hardcopy (secondary) to the DBT of all outages and restorations of ITS devices located within the construction limits that occur during the project timeframe. The notification shall list all affected devices, date and time of the outage, date and time of the restoration, cause of the outage, and the party responsible for the outage and restoration. The ODOT ITS ENGINEER shall be the sole determining party in determining whether an outage was caused by work done by the DBT. Downtimes shall begin using the date/time stamp from the Department s notifying the DBT of the device outage. Downtimes shall end using the date/time stamp from the ODOT notifying the DBT that the affected device passes the operational test conducted by the ODOT ITS ENGINEER. Maximum Downtimes and Repairs If the DBT is notified that existing ITS elements have been damaged, have failed or are not fully functional due to the DBT s activity, the damaged or failed ITS devices, excluding structure-related devices, shall be repaired or replaced, at the DBT s expense, within the allotted timeframe for that particular device. For structure-related devices, the DBT shall install temporary or portable ITS devices within the allotted time-frame. If fiber-optic cables are damaged due to the DBT s activities, the DBT shall install new fiber-optic cables from an original splice point or termination to an original splice point or termination, unless otherwise authorized in writing by the ODOT ITS ENGINEER. Temporary fiber-optic cables shall be spliced in the weatherproof splice enclosures as specified in the ODOT Supplemental Specifications 804/904. The amount of new fiber optic cable slack with the splice enclosures the number of new fiber optic cable splices shall be equivalent to the amount of slack and splices existing before damage or as specified in the plans, as determined by the ODOT ITS ENGINEER. Core-Aligned Fusion Splicing shall be required. The DBT shall demonstrate that repaired or replaced devices operate in a manner equal to or better that the replaced equipment. If the DBT fails to perform required repairs or replacement work within the allowable downtimes listed below, the Department may have the repair or replacement work performed by other means and the cost shall be deducted from the monies due to the DBT. The downtimes allowed for each type of ITS equipment is included in Traffic Appendix-E Section 1000 of the ODOT Office of Traffic Operations Special Provisions. 2/25/

148 Closed Circuit Television (CCTV) Camera System The DBT shall furnish and install the CCTV equipment so that the specified areas can be monitored via the cameras and safely accessed for maintenance and repair. The CCTV System shall consist of the following elements: Camera Assembly. The dome camera assembly shall consist of a color CCTV camera, motorized zoom lens, and, pan/tilt unit inside a dome enclosure. Mounting hardware and all cabling are required to interface the camera assembly with the equipment in the field cabinet. The camera control data protocol shall be compatible with the existing protocol used in the TMC. Additional specifications for the camera assembly can be found in Traffic Appendix-E Section 100 of the ODOT Office of Traffic Operations Special Provisions. o Any cameras mounted within tunnels shall use the specification found in Traffic Appendix-E Section 101 of the ODOT Office of Traffic Operations Special Provisions. CCTV Control cable. The CCTV Camera Assembly unit shall be provided with at least 100 ft. of CCTV Control cable. This cable shall be a composite cable as described in Traffic Appendix-E. CCTV Pole see Traffic Appendix-E Section 200 of the ODOT Office of Traffic Operations Special Provisions for specifications. Field Equipment Cabinet, Ground Mounted see Traffic Appendix-E Section 600 of the ODOT Office of Traffic Operations Special Provisions for specifications GPS Coordinates / As-Built Plans Prior to the final acceptance of the project, the DBT shall provide as-built plans of the entire ITS portion of the project to the ODOT ITS Engineer in the following formats: DGN file, PDF file, and five (5) half-size plan hard copies. All hard copies shall be submitted in separate 3-ring binders, noting the contents on the outside of the binder. Included with the pdf and hard copy versions of this documentation, the DBT shall provide actual field data of all sites. This data shall include the following: GPS Coordinates of all pull boxes, cabinets, and power services with coordinating device ID Number. (Device ID # shall be provided by the ODOT ITS Engineer prior to the collection of the data). Meter numbers and Utility of all power services with their service locations Payment All labor, materials, equipment to complete all the items described in Section 13.5 shall be paid under the lump sum ITEM 690E21000 SPECIAL MISC: ITS. 2/25/

149 14 Maintenance of Traffic 14.1 MOT Restrictions LANE VALUE CONTRACT TABLE Description of Critical Lane/Ramp To Be Maintained IR-71 ALL LANES MUST BE OPEN IR-71 (HAM REMOVAL) ALL LANES MUST BE OPEN IR-71 RAMPS ALL LANES MUST BE OPEN MARTIN LUTHER KING DRIVE 2 LANES IN EACH DIRECTION AND LEFT TURN LANES MUST BE OPEN LINCOLN AVENUE 1 LANE IN EACH DIRECTION MUST BE OPEN OAK STREET 1 LANE IN EACH DIRECTION MUST BE OPEN WILLIAM HOWARD TAFT ROAD 2 LANES MUST BE OPEN MCMILLAN STREET 2 LANES MUST BE OPEN FREDONIA/STANTON/WHITTIER ROADS ALL LANES MUST BE OPEN READING ROAD ALL LANES MUST BE OPEN Restricted Time Period Time Unit Disincentive $ per time unit AS NOTED IN HOLIDAY OR EVENT CLOSURES AND AS DETAILED IN THE PERMITTED LANE CLOSURE SCHEDULE 5AM MONDAY THRU 10PM FRIDAY 1 MINUTES $125 1 MINUTES $650 AT ALL TIMES, EXCEPT MCMILLAN ON-RAMP MAY CLOSE FOR 60 CONSECUTIVE CALENDAR DAYS 1 MINUTES $125 AT ALL TIMES 15 MINUTES $125 AT ALL TIMES 15 MINUTES $125 AT ALL TIMES 15 MINUTES $125 AT ALL TIMES 15 MINUTES $125 AT ALL TIMES 15 MINUTES $125 AT ALL TIMES 15 MINUTES $125 AT ALL TIMES, EXCEPT FOR A TIME PERIOD NOT TO EXCEED 90 CONSECUTIVE CALENDAR DAYS WHEN 1 LANE IN EACH DIRECTION MUST BE OPEN VICTORY PARKWAY 1 LANE MUST BE OPEN AT ALL TIMES 2 LANES MUST BE OPEN 6AM TO 9AM (MON-FRI); 2PM TO 6PM (MON-FRI); AND FROM 2 HOURS PRIOR TO THRU 2 HOURS AFTER EVENTS LISTED IN SECTION MINUTES $ MINUTES $250 2/25/

150 14.2 Holiday or Event closures No work shall be performed and all existing lanes shall be open to traffic during the following designated holidays or events: Christmas Fourth of July New Years Labor Day Memorial Day Thanksgiving Easter 2015 All-Star Game baseball events at Great American Ballpark RiverFest The period of time that the lanes are to be open depends on the day of the week on which the holiday or event falls. The following schedule provided in Table shall be used to determine this period. Table Schedule for Lane Closures following Holidays or Events Day of holiday or event Sunday Monday Tuesday Wednesday Thursday Thursday (Thanksgiving Only) Friday Saturday Times all lanes must be open to traffic 6 AM Friday through 7 PM Monday 6 AM Friday through 7 PM Tuesday 6 AM Monday through 7 PM Wednesday 6 AM Tuesday through 7 PM Thursday 6 AM Wednesday through 7 PM Friday 6 AM Wednesday through 7 PM Monday 6 AM Wednesday through 7 PM Monday 6 AM Friday through 7 PM Monday No extensions of time shall be granted for delays in material deliveries, unless such delays are industrywide, or for labor strikes, unless such strikes are area-wide I-71 Mainline: The DBT shall maintain the same number of lanes as currently exist, except when lanes(s) may be closed to traffic in accordance with the PERMITTED LANE CLOSURE SCHEDULE. PERMITTED LANE CLOSURE TIMES ON I-71 (except as noted below) Short term lane closures are those which are permitted by the PERMITTED LANE CLOSURE SCHEDULE. These times shall not be revised without prior approval from the DISTRICT 8 WORK ZONE TRAFFIC MANAGER (Scott Kraus, , scott.kraus@dot.state.oh.us). Short term lane closures shall only be implemented when work is being continuously performed in the lane. The closure shall be removed as soon as possible after work has stopped. Permitted lane closures shall only be allowed during the times specified in the District 8, PERMITTED LANE CLOSURE SCHEDULE which is located on the ODOT website: 2/25/

151 The latest revision prior to January 31, 2014 shall be in effect for this project. Short term lane or shoulder closure shall not be in place when work is not being performed. Where existing mainline and ramp shoulder areas are being used for maintaining traffic, the existing shoulder pavement composition shall be removed and replaced in accordance to CMS 615, Pavement for Maintaining Traffic, Class A. Shoulder slopes and grade breaks shall meet design criteria. The following criteria shall be used in development of maintenance of traffic plans for IR-71 mainline: Minimum lane width: 11 ft. Minimum Design Speed: 55 MPH Minimum barrier offset: 1 foot Minimum edge of pavement offset: 2 feet See Section 11.2 for additional MOT requirements for mainline IR-71 related to the weekend overlay of HAM (mainline IR-71 over Victory Parkway) Railroad Bridge Removal (Ham SFN ) The contractor shall be permitted to detour I-71 northbound and southbound, one weekend per direction from 10pm Friday to 5 am Monday. These detours shall not occur concurrently. These weekend detours shall not take place while there is an event at Great American Ball Park, Paul Brown Stadium, or the US Bank Arena or over any holiday as defined in Section Permitted detour of I-71 shall not be permitted during closures of I-75 as part of HAM (PID 82283). The interstate will be detoured during this time via the following detour route. Southbound Detour I-71 SB, I-562 WB, I-75 SB to I-71 The Contractor will be required to close the SB entrance ramps at the following Roads: Montgomery Rd., Dana Ave. Northbound Detour I-71 NB, I-75 NB, I-562 EB to I-71 The Contractor will be required to close the NB entrance ramps at the following Roads: I-471 NB, Gilbert Ave, and Taft Fredonia Bridge Removal and Stanton Ave. Bridge Construction (HAM SFN and HAM , SFN ) 2/25/

152 The contractor may have short duration closures of I-71 to remove the steel beams on the old Fredonia Bridge and to install the new beams on the Proposed Stanton Ave. bridge between the hours of 11pm- 5am. These closures shall be a maximum of 15 minutes as per ODOT Plan Insert Sheet Short- Duration Closure of Multi-Lane Divided Highway Taft SB off Ramp from I-71 The contractor shall maintain the same number of lanes and provide the same storage length as existing. A minimum of 11 foot will be required for lane width. The contractor shall be permitted to close the ramp for 10 consecutive days between May 15 th and August 1 st. This can only occur after the Southbound off ramp from I-71 to Martin Luther King (Ramp C) is open to traffic Local Roads The MOT design criteria for all local roads shall be based on the posted speed limit. The DBT shall be aware of Section of the Cincinnati Municipal Code and plan their work accordingly. The following is an excerpt of the municipal code: Night time Construction for local Streets and Bridges listed below No person other than in the event of emergency, shall, between the hours from 9:00 p.m. to 7:00 a.m. the following day, engage in or undertake any construction or demolition activity or the operation of any mechanical, electrical or battery-operated apparatus which produces loud sound which disturbs the peace and quiet of the neighborhood within 500 feet of places of residence, hospitals or other residential institutions, without first obtaining a special permit from the director of buildings and inspections or the city engineer for such nighttime construction. For purposes of this section, construction shall include every operation regulated by the Cincinnati - Ohio Basic Building Code. The DBT shall be responsible for any and all fines assessed due to noncompliance with the City noise ordinance. Refer to Cincinnati Municipal Code for additional information. Pedestrian access shall be maintained by the use of existing, temporary, or permanent sidewalks and stairwells. Existing and temporary sidewalks shall meet the requirements of the temporary walkway detailed in SCD MT The width of existing stairwells shall not be reduced and the width of temporary stairwells shall match that of the existing stairwell. Additionally, detouring pedestrians to another facility, shown in SCD MT is not permitted Martin Luther King Bridge and Drive (Ham SFN The DBT shall maintain a minimum of two 10 foot lanes in each direction. Pedestrian traffic, including that from Stanton Ave. to MLK Drive shall be maintained along MLK Drive including over MLK Bridge. 2/25/

153 At the intersection of MLK & Reading Road, MLK and Vernon Place and MLK and Gilbert two through lanes and one left turn lane shall be provided for 150 feet on all approaches Lincoln Avenue (Ham SFN ) The contractor shall maintain one 10 foot lane in each direction. One lane of on-street parking shall be maintained on Lincoln Road from Concordia to Bathgate at all times. Maintain pedestrian traffic on one side of the road Oak Street (Ham SFN ) The contractor shall maintain one 10 foot lane in each direction. Maintain pedestrian traffic on one side of the road William Howard Taft Bridge (Ham SFN ) The DBT shall maintain a minimum of two 10 foot lanes. Maintain pedestrian traffic on one side of the road McMillan Street (Ham SFN ) The DBT shall maintain a minimum of two 10 foot lanes. Maintain pedestrian traffic on one side of the road Ramp F - Entrance Ramp from McMillan to Northbound IR-71 (Ham E SFN ) The DBT shall maintain a minimum of one 11 foot lane at all times on the McMillan NB ramp to I-71. The DBT may close the northbound entrance ramp for maximum duration of 60 consecutive calendar days once the new entrance ramp from MLK to northbound IR-71 (Ramp B) is open to traffic Fredonia Road/Stanton Road/Whittier Road The DBT shall not close the Fredonia overpass until the new section of Stanton Road from north of Beecher to Whittier is open to traffic. Maintain one 10 foot lane in each direction along Whittier. Maintain one 10 foot lane in each direction along Fredonia. 2/25/

154 Reading Road The DBT shall maintain one 10 foot lane in each direction and existing turn lanes. The DBT shall complete all work within 90 consecutive calendar days upon commencement of lane restrictions. Lane restrictions are defined as a reduction in an existing lane width, or a reduction in the number of existing lanes. Maintain pedestrian access, including access to all businesses and driveways Kentucky Fried Chicken (KFC) The portion of existing drive thru of the KFC located at the northwest quadrant of the Reading Road/Lincoln Ave within the project construction limits shall be maintained as follows. The DBT shall maintain the existing width of the KFC drive thru where the existing width is less than 11. Where the existing width is equal to or greater than 11 then a minimum of 11 shall be maintained. If it is necessary for the DBT to restrict the drive thru lane width less than the above requirements, the restriction shall occur during non-business hours only as defined by the business. Once restrictions begin then all work requiring drive thru lane width restrictions shall be completed within 14 consecutive calendar days. The DBT shall obtain a permit from the City of Cincinnati to waive the noise ordinance as necessary Gilbert Avenue The DBT shall maintain one 10 foot lane in each direction and existing turn lanes. The DBT shall complete all work within 90 consecutive calendar days upon commencement of lane restrictions. Lane restrictions are defined as a reduction in an existing lane width, or a reduction in the number of existing la nes. Maintain pedestrian access, including access to all businesses and driveways Victory Parkway The DBT shall maintain pedestrian access to the overhead pedestrian bridge. If the DBT chooses to restrict access to the overhead bridge, the DBT shall detour sidewalk out to street during the widening of the south abutment. Provide temporary signal and crosswalk at Jonathan St. when sidewalk and overhead walkway is closed. Temporary closure of Victory Parkway may be used during the setting of beams. The DBT may close Victory Parkway in 30 minutes increments from 10pm-5am. After 30 minutes the roadway shall be open till traffic is cleared. These closures may not take place on days that Walnut Hills High School has football or basketball games schedules or during any event at the Cintas Center. 2/25/

155 The DBT shall maintain a minimum of two 10 foot lanes in each direction between the hours of 6:00am- 9:00am and between 2:30pm-6:00pm Monday thru Friday and from 2 hours before till two hours after all events at the Cintas Center and football and basketball games at Walnut Hills High School. All other times a minimum of one 11 foot lane in each direction shall be maintained except as permitted above 14.5 TEM NOTES The DBT shall incorporate the following MOT Notes into the plans from the Traffic Engineering Manual: 642-3, 642-4, 642-7, 642-8, , , , , , , , , , , , , , , , , , , , , , , , , , and Truck Mounted Attenuator When the contractor is setting a short term work zone on I-71, a Truck Mounted Attenuator (TMA) must trail the operation of setting the advance warning signs or taking them down. This same truck must have a Type B flashing arrow panel mounted on it facing the rear of the truck. The contractor shall use a TMA for any application where the OMUTCD or Standard Construction Drawing uses the phrase Optional or when specified in the plan. The TMA must bring a vehicle weighing 1800 to 4500 lbs. and traveling at 60 mph to a safe controlled stop, per NCHRP 350 criteria. The manufacturer s specification shall be followed concerning the size of the truck and the connections to the TMA Maintenance of Traffic Signals and Street Lighting System See Section 13 for requirements. 15 Appendices Section 1 General General Appendix-A: Selected Alternative MLK Map General Appendix-B: Survey Control Data General Appendix-C: Mapping Quality Control Report for the LiDAR DTM General Appendix-D: ODOT and City of Cincinnati Known Projects General Appendix-E: Public Events Section 2 Document Management No Appendices Section 3 Environmental 2/25/

156 Environmental Appendix-A: Not Used Environmental Appendix-B: Federally Endangered Indiana Bat Habitat Locations Environmental Appendix-C: Historic Districts/Properties Located Within and Near the Proposed MLK Construction Limits Environmental Appendix-D: Flood Insurance Rate Map (FIRM) Index for 100-Year FEMA Protected Floodplains Environmental Appendix-E: OEPA Notification of Demolition & Renovation Form Environmental Appendix-F: OEPA Notice of Intent (NOI) Form Environmental Appendix-G: Not Used Environmental Appendix-H: Supporting Environmental Coordination Reports Sections 4 Utilities Section 5 Utility Relocation Utilities-A: SUE Documents (includes Utilities Appendix-A SUE Documents_ dgn) Utilities-B: Identified Utility Impacts Utilities-C: Duke Energy Transmission Tower Height Utilities-D: Duke Electric Whittier Substation Utilities-E: Greater Cincinnati Water Works Record Plans Utilities-F: NOT USED Utilities-G: Verizon Plans Utilities-H: Duke Electric Record Plans Utilities-I: Duke Gas Record Plans Utilities-J: Cincinnati Bell Telephone Record Plans Utilities-K: City of Cincinnati Traffic Record Plans Utilities-L: Metropolitan Sewer District Record Plans Utilities-M: Windstream Record Plans Utilities-N: Duke Electric Relocation Plans Section 6 Right of Way Right of Way Appendix-A: Total Take RW Plans Right of Way Appendix-B: Partial/Temporary Take RW Plans Right of Way Appendix-C: Right of Way Acquisition Status Section 7 Geotechnical Geotechnical Appendix-A: Retaining Wall Pattern Section 8 Pavement No Appendices Section 9 Roadway Roadway Appendix-A Plans Roadway Appendix-B IJS Roadway Appendix-C Jersey Barrier Roadway Appendix-D Top Soil Detail Roadway Appendix-E Washington Terrace Avoidance Detail Roadway Appendix-F Curb Ramp Detail Roadway Appendix-G Design Designations Roadway Appendix-H Design Exception Report 2/25/

157 Roadway Appendix-I Concrete Quality Control Notes Roadway Appendix-J Minimum Turn Lane Lengths Section 10 Drainage Drainage Appendix-A Sanitary and Combined Sewer Drainage Appendix-B Storm Water Detention Section 11 Structures Structures Appendix-A Post-Tensioning Structures Appendix-B Aesthetic Treatment Requirements Section 12 Not Used No Appendices Section 13 Traffic Traffic Appendix-A: Pavement Markings Traffic Appendix-B: Signing Traffic Appendix-C: Lighting Traffic Appendix-D: Signals Traffic Appendix-E: ITS Section 14: Maintenance of Traffic No Appendices 16 References Existing Plans: o Archive 08C1265 (HAM-ARTIMIS phase II) o Archive 08C1266 (rehab) o Archive 08C1436 (rehab) o Archive 08C1594 (HAM-ARTIMIS) o Archive 08C1604 (rehab) o Archive 08C1892 (rehab) o Archive 08C2090 (fence) o Archive 08C2560 (original) o Archive 08C2561 (rehab) o Archive 08C2667 (retrofit) o Archive 08C2737 (EQUIP. REPLACEMNT ARTIMIS) o Archive 08C2989 (Landscaping) o Archive 08C3268 (ARTIMIS RETROFIT) o Archive 08C3279 (mowing) o Permit Archive (Railroad Tunnel Cap) Archive 08C3451 (rehab) HAM Line Grade Typical Plans (7/1/13) 2/25/

158 CADD and Geopak Files: o 77628_geometry.dgn o 77628BC001_20 SC.dgn o 77628BC001_50 SC.dgn o 77628BD002.dgn o 77628BF001.dgn o 77628BP001.dgn o 77628BR001.dgn o 77628BU001.dgn o EX_DRAINAGE_VBA.dgn o job071.gpk o jobvba.gpk o CMT Bridges.dgn Drainage Files: o 77628BD002.dgn o EX_DRAINAGE_VBA.dgn o HAM-71 Drainage File.kmz o jobvba.gpk o Drainage Report Environmental Document Categorical Exclusion Level 4 (CE4) HAM IJS Alt 2 Synchro.zip HCS Alternative 2 IJS BUILD.zip HCS No-Build.zip ITS Information o DMS_Support_Standards.zip o PID_90683_DMS_Cut_Sheets.zip 2/25/

159 HAM-71 & Dr. Martin Luther King, Jr. Interchange Design Build Project Scope HAM PID February 2517, 2014 Comment [ADD#8_1]: Revised

160 Contents 1 General Project Context & Introduction Project Requirements Environmental Commitments Basic Configuration Conceptual Plans and Reference Documents Project Location and Limits Maintaining Agencies Major Plan Submissions to the Department Project Management Plan Public Information and Communication Crisis Management Design Submission Requirements As-Built Construction Plans Project Datum and Survey Control Construction Noise (City of Cincinnati) Airway Highway Clearance for Airports and Heliports Limited Access Governing Regulations Supplemental Specifications and Standard Construction Drawings Coordination with Other Projects Field Office Copier, Printer, Fax, and Scanning System Specifications Preconstruction Audio-Video Color Recording General Digital Video Information Digital Video Coverage Sustainability Document Management Environmental Items NEPA /1725/2014 1

161 3.2 Ecological Resources Cultural Resources Section 4(f) Resources Not Used Hazardous Materials/Waste Non-Use of Asbestos-Containing Materials: Site Specific Health and Safety Plan (SSHSP): Work Involving Non-Regulated Materials: Buildings Demolished: Bridge/Structure Asbestos - Notification Requirements Involving the Renovation and Demolition of Structures, as per OAC : Asbestos Contaminated Debris & Solid Waste: Control of Air Emissions, Leachate, Surface Water Run-On/Off, Explosive and Toxic Gas Migration, and the Protection of Ground Water as per OAC : Petroleum Contaminated Soils (PCS): Underground Storage Tanks (USTs): Low Strength Mortar (LSM) Protection of Groundwater: Environmental Justice: Pedestrian and bicycle accommodations: Fredonia Bridge Replacement: Union Street, Savoy Place, and Van Buren Avenue Connection: Permitting Requirements: /401 USACE Waterway Permits National Pollutant Discharge Elimination System (NPDES) Permit Floodplain Impacts Public Involvement Utilities General Governing Regulations for Utility Design and Construction Utility Contacts Utility coordination Scheduling of Utility Relocation Work /1725/2014 2

162 5.1.2 Deadlines and Delays Changes to the Utility Work Utility Owner to Perform Inspections Reimbursement Process Continuity of Utility Service Existing Utility Locations Underground Utilities Overhead Utilities Known Utility Conflicts Protection of Utility Facilities Existing Utility Facilities that Cannot Be Impacted by the Proposed Work Known Utility Facility Relocations Cincinnati Metropolitan Sewer District (MSD) Sanitary and Combined Sewer Cincinnati Stormwater Management Utility (SMU) Greater Cincinnati Water Works (GCWW) City of Cincinnati Department of Transportation and Engineering Other Utility Facility Relocations Duke Energy Electric Relocation Duke Energy Gas SUE Right-of-Way General Monument Construction Asbestos Testing Billboard on Martin Luther King Boulevard Geotechnical Subsurface Exploration Design and Construction Requirements Subgrade Treatment Permissible Slopes Retaining Walls Payment Pavements /1725/2014 3

163 8.1 Pavement Design Interstate Mainline, Ramps and Shoulders New Full Depth Flexible Sections (replaced shoulders, widen pavement, etc.) IR 71 & Existing Ramp TH: Plane and Pave locations New Full Depth Exit and Entrance Ramps City Streets Full Depth Sections Plane and pave locations Pavement Notes Roadway Governing Regulations Basic Configuration Roadway Plans Additional Mainline and Ramp requirements Additional City Street requirements: Design Designations Design Exceptions: Concrete Testing: Inspection and Compaction Testing of Unbound Materials Pay Items: Drainage Project Requirements Interstate Mainline and Ramps General Design for Storm Sewers Discharge Controls for Combined Sewers MSD Regulations Discharge Controls for Storm Sewers City of Cincinnati Regulations Detention / BMP Local Streets General Design for Storm Sewers and Combined Sewers Discharge Controls for Combined Sewers MSD Regulations Storm Sewers Connections to Existing Storm or Combined Sewers Payment /1725/2014 4

164 11 Structures Governing Regulations General Bridge Criteria Foundations Substructures Structure Type Requirements and Limitations Superstructure Deck Approach Slabs Barriers Concrete Vandal Protection Fencing Sealing of Concrete Surfaces Non-Epoxy Bridge Load Ratings Weekend Overlay Note: Criteria for Bridges Bridges within project Limits: Existing Railroad Tunnels and Rail Line South of MLK Bridge No. HAM , McMillan Street over IR Bridge No. HAM E, NB ramp F Bridge No. HAM , William Howard Taft Road over IR Bridge No. HAM , Oak Street over IR Bridge No. HAM , Lincoln Avenue over IR Bridge No. HAM , Dr. Martin Luther King over IR Bridge No. HAM , Abandoned Conrail Railroad Bridge over IR Bridge No. HAM , SFN , Stanton Avenue over IR Bridge No. HAM , Fredonia Avenue over IR Bridge No. HAM , Blair Avenue over IR Bridge No. HAM , IR 71 over Victory Parkway Bridge No. HAM VCTRY 3691, Pedestrian bridge over Victory Parkway Not Used Traffic Control /1725/2014 5

165 13.1 Pavement Markings and Delineators Pavement Marking Requirements and Locations: Raised Pavement Markers (RPM) Requirements and Locations: Delineators Barrier Reflectors Object Markers Payment Signing Flat Sheet Signs Extrusheet Signs Ground Mounted Post Supports Ground Mounted Beam Supports Overhead Supports Wayfinding Signs Bike Signs Payment Lighting Points of Contact for Street Lighting Highways and Streets to Be Lighted Highway Lighting Standards ODOT Facilities Street Light Standards City Facilities Outages Foundations Combination Signal Support Circuitry Requirements Payment Traffic Signals General Description of Intersections Gilbert and MLK MLK and Reading Lincoln, Reading and University Harvey, MLK and Vernon MLK and NB 71, Ramps A/B /1725/2014 6

166 MLK and SB 71, Ramps C/D McMillan and NB 71, Ramp F Reading and Whittier Gilbert and Lincoln Buena Vista, Gilbert and Walter Points of Contact for Traffic Signals Signal Supports Vehicular Signal Heads with LED Lamp Units Pedestrian Heads, Features and Accommodations Pull box Conduit Cable and Wire: Controller and Cabinet Signal Interconnect Power Service Emergency Vehicle Preemption Equipment Removal, Salvage and Disposal Final Acceptance and Guarantee Maintenance of Traffic Signals System Analysis Payment Intelligent Transportation Systems (ITS) ITS Requirements Materials Warranty ITS Equipment Site Locations Safe Access Speed / Traveltime Coordination Ramp Meter Station (RMS) Fiber Optic Interconnect Cable H. Power, Grounding, and Surge Suppression ITS System Device Downtime Communication Outage and Restoration Notification Requirements /1725/2014 7

167 Closed Circuit Television (CCTV) Camera System GPS Coordinates / As-Built Plans Payment Maintenance of Traffic MOT Restrictions Holiday or Event closures I-71 Mainline: Railroad Bridge Removal (Ham SFN ) Fredonia Bridge Removal and Stanton Ave. Bridge Construction (HAM SFN and HAM , SFN ) Taft SB off Ramp from I Local Roads Martin Luther King Bridge and Drive (Ham SFN Lincoln Avenue (Ham SFN ) Oak Street (Ham SFN ) William Howard Taft Bridge (Ham SFN ) McMillan Street (Ham SFN ) Ramp F - Entrance Ramp from McMillan to Northbound IR-71 (Ham E SFN ) Fredonia Road/Stanton Road/Whittier Road Reading Road Gilbert Avenue Victory Parkway TEM NOTES Truck Mounted Attenuator Maintenance of Traffic Signals and Street Lighting System Appendices References /1725/2014 8

168 1 General 1.1 Project Context & Introduction Project - I-71 & Martin Luther King New Interchange Construction: This project is a comprehensive improvement of the local street network and the I-71 corridor in the Uptown area of the City of Cincinnati. Martin Luther King + Existing Taft/McMillan Ramps This project will construct a new combined tight diamond and folded diamond interchange at Martin Luther King Drive. The existing entrance ramp from McMillan Street and the existing exit ramp to Taft Road will remain in service once the project is complete. This configuration will improve access to the Uptown area by providing full access to/from I-71 at Martin Luther King Drive as well as maintaining access to the Taft Road/McMillan Street area. Following is a location map of the work involved as part of this project. The full version of this map is located in General Appendix-A. 2/1725/2014 9

169 2/1725/

170 1.2 Project Requirements The major goals of the project are to reduce travel times, simplify wayfinding, and promote economic vitality within the Uptown area of Cincinnati and neighboring communities. In addition, the project will improve safety as a result of updating roadway design to modern standards, reducing conflicting traffic on I-71, and reducing congestion on the adjacent surface streets. To this effect, the Design-Build Team (DBT) shall: Begin substantial field work prior to July 31, Substantial field work is defined as activities on the Critical Path excluding Mobilization, Maintenance of Traffic, Construction Layout, Clearing and Grubbing, Erosion Control, and other items that are not permanently incorporated into the final project. Complete all work with the exception of surface course, final pavement markings, and bridge painting by October 1, 2016, and all work shall be completed by June 30, Maintain traffic in accordance with the OMUCTD, ODOT Standard Construction Drawings and Section Environmental Commitments The Project shall be in compliance with all I-71 & MLK Environmental Documents provided to the DBT. Please refer to Section 3 for additional information. The DBT shall be knowledgeable of the Project s environmental record and the basis for the Project Decision. The DBT shall design and construct the Project in a manner that does not increase Project documented environmental impacts and does not increase the severity of each impact based on context and intensity individually or in accumulation with other Project impacts. 1.4 Basic Configuration The Project scope in its entirety along with elements of Roadway Appendix-A (see section for details) and the Interchange Justification Study (IJS) provided in Roadway Appendix-B constitute the Basic Configuration (see section for details). The design-build price proposal shall be consistent with the Basic Configuration subject only to such changes as may have been approved by the Department in accordance with the Alternative Technical Concepts, as described in the ITP/RFQ document. Comment [ADD#8_2]: Deleted Comment [ADD#8_3]: Added 1.5 Conceptual Plans and Reference Documents The DBT shall be solely responsible for design and construction for this contract in accordance with the Contract Documents and Basic Configuration Documents. Contract Documents consist of contractual requirements. 2/1725/

171 Basic Configuration Documents are Contract Documents that contain elements of the Basic Configuration. These Basic Configuration elements shall be considered to be contract requirements. Please refer to Section 15 for a list of appendices, which represent Contract Documents. Reference Documents contained in the RFP are provided for informational purposes to assist the Proposers in preparing their Price Proposals, but the Reference Documents do not represent requirements binding on the Design-Builder. The Department makes no representation or warranty as to the accuracy, adequacy, applicability, or completeness of the Reference Documents. Except to the extent set forth to the contrary in the Contract, reliance upon the Reference Documents shall be at the Proposer s risk, and the Department shall have no liability or obligation as a result of the inaccuracy, inadequacy, inapplicability, or incompleteness of the Reference Documents, regardless of the contents thereof. Please refer to Section 16 for a list of reference documents. Each Proposer is responsible for reviewing Roadway Appendix-A in advance of submitting its bid, for purposes of assessing their adequacy for meeting the Contract requirements, and determining whether any changes are necessary or advisable. The Design-Builder shall be solely responsible for Project design and construction in accordance with the Contract. Contract Documents and Basic Configuration Documents have a Version Date. The Version Date represents the most recent Contract Document or Basic Configuration Document. Appendices that represent specifications, design standards, etc. may also have an Issue Date. The Issue Date represents the most recent publication date of the appendix item (by ODOT, City of Cincinnati, or others). 1.6 Project Location and Limits The project is located north of downtown Cincinnati, and involves work on I-71 and several city streets. The project limits shall be as set forth in the elements of Roadway Appendix-A and the Interchange Justification Study (IJS) provided in Roadway Appendix-B which constitute the basic configuration within the provided project right of way limits. The project limits are generally summarized as follows, including but not limited to: Work on I-71 NB extends from approximately 500 south of McMillan Street to approximately 1,500 north of the I-71 NB Bridge over Victory Parkway including all entrance and exit ramps. Work on I-71 SB extends from approximately 1,000 north of McMillan Street to approximately 100 north of the I-71 SB Bridge over Victory Parkway including all entrance and exit ramps. Work on Martin Luther King Drive is between approximately 300 west of Vernon Place and Lincoln Avenue Work on Reading Road is between Linton Street and approximately 70 north of Hickman Avenue. Work on University Avenue is between approximately 450 west of Reading Rd. to Reading Rd. Work on Lincoln Avenue is between Reading Rd. and May Street. 2/1725/

172 Work on Gilbert Avenue is between Lincoln Avenue and approximately 600 east of Buena Vista Place. Work on Whittier Street is approximately 40 of approach work at the Reading Rd. intersection. Work on Hickman Avenue is approximately 50 of approach work at the Reading Rd. intersection. Work on Concordia Street is approximately 25 of approach work at the Lincoln Avenue intersection. Work on Foraker Avenue is approximately 50 of approach work at the Gilbert Avenue intersection. Work on Beecher Street is approximately 100 of approach work at the Gilbert Avenue intersection. Work on Buena Vista Place is approximately 50 of approach work at the Gilbert Avenue intersection including the approach to Walter Avenue from Buena Vista Place. Work on Winslow Avenue is approximately 100 of approach work at the Lincoln Avenue intersection. Work on Bowman Terrace is approximately 50 of approach work at the Reading Rd. intersection. Work on Union Street is approximately 70 of approach work at the Reading Rd. intersection. Work on Bartle Avenue is approximately 60 of approach work at the Martin Luther King Drive intersection. Work on Savoy Place is a Cul-De-Sac terminating at Martin Luther King Drive. Work on Van Buren Avenue is a new alignment connector between Borrman Avenue and Van Buren Avenue adjacent to Martin Luther King Drive. Work on Stanton Avenue is between the Martin Luther King Drive overpass to Whittier Street. Work on Whittier Street is between approximately 75 west of the Stanton Avenue intersection and the tie in at Fredonia Avenue. Work on Kerper Avenue is a Cul-De-Sac terminating at Martin Luther King Drive. Work on McMillan Street is between Essex Place and May Street. Comment [ADD#8_4]: Added 1.7 Maintaining Agencies The table below indicates the maintaining agencies of roadways that are designed and constructed as part of this contract or shall be crossed by a new bridge or other structure as part of this contract. Table 1.7: Maintaining Agencies Roadway Maintaining Agency I-71 NB Ohio Department of Transportation I-71 SB Ohio Department of Transportation I-71 Ohio Department of Transportation Ramp A - NB Exit to MLK Ohio Department of Transportation Ramp B - NB entrance from MLK Ohio Department of Transportation 2/1725/

173 Roadway Ramp C -SB Exit to MLK Ramp D - SB Entrance from MLK Ramp E - SB Exit to William H. T. Ramp F -NB Entrance from McMillan Ramp TH - Existing SB exit to WHT Martin Luther King Drive (CR 612) Reading Road (US 42) Gilbert Avenue (US 22) Whittier Street Stanton Avenue Van Buren & Borrman connector McMillan Ave. (CR 605) William Howard Taft Ave. (CR 606) Fredonia Ave. University Avenue (CR 663) Lincoln Avenue (CR 663) Hickman Avenue Concordia Street Foraker Avenue Beecher Street Buena Vista Place Winslow Avenue Bowman Terrace Union Street Bartle Avenue Savoy Place Van Buren Avenue Kerper Avenue Oak Burnet Highland Victory Parkway Blair May Maintaining Agency Ohio Department of Transportation Ohio Department of Transportation Ohio Department of Transportation Ohio Department of Transportation Ohio Department of Transportation City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati City of Cincinnati 1.8 Major Plan Submissions to the Department The DBT shall submit the plans listed below in draft and final format to the Department for review and comment: 2/1725/

174 A. Project Management Plan B. Public Information Plan Review and comment by the Department does not constitute approval of these plans. Additional submittals to the Department are required in accordance with the contract and shall be identified in the Project Management Plan (PMP) Project Management Plan The DBT shall develop and implement a written Project Management Plan (PMP) for all elements of the Project, including, but not limited to, management, administration, design, geotechnical investigations, construction, testing, and environmental monitoring and compliance. The DBT shall consult with the Department for input into and review of the PMP. Table 1-1 presents a general overview of the project management process. The DBT shall engage the Department in the PMP development process to facilitate the process and ensure understanding. The Department s participation in the development of the PMP does not waive the DBT s responsibility for the quality of the Work, nor does it ascribe any responsibility to the Department for the Work. Further, this involvement does not preclude subsequent rejection of the PMP by the Department. The implemented PMP shall accomplish the following quality functions and objectives: A. Successfully achieve the goals of the Project listed in Section 1.2, Project Requirements B. Successfully deliver the Project within the accepted Critical Path Method (CPM) schedule for the Project C. Construct a high quality Project as described in the contract documents D. Provide a complete quality program that uses quality control, verification and quality assurance principals to eliminate non-conforming items and ensure that any non-conforming items are detected and corrected The PMP shall address the responsibilities for each of the following quality components: A. Procedures for Design Quality Control performed by the DBT Designer B. On-site Process Quality Control Inspection and Process Quality Control Testing performed by the DB Contractor C. Checkpoints, checkpoint reviews, and verification procedures to be performed. The PMP will delineate how the DBT will ensure that all disciplines, aspects and elements of the Work will comply with the requirements of the Contract Documents and that all materials incorporated into the Work will perform satisfactorily for the purpose intended and conform to the contract requirements. The DBT may use any nationally accepted format for the PMP. The Department shall approve or reject each PMP submission within 15 Working Days following Department s receipt of the PMP. After the PMP has been approved, any revisions to the Plan, staffing levels, or key quality personnel shall require prior written Department approval. If the DBT chooses to 2/1725/

175 submit an interim CPM schedule, the Department will allow the submittal of an interim PMP for the same period as the approved interim CPM. The associated interim PMP shall be approved by the Department before work under the interim CPM schedule can progress. The interim PMP must cover quality functions for the work to be performed in the interim CPM. As part of the PMP acceptance process, the Department will evaluate Quality Assurance (QA) alternatives and determine the level of QA to be performed for both design and construction. Alternative QA options, if any, will be evaluated by the Department as part of this process. Table 1-1: PMP Section References PMP Component PMP Component Description Management Describe the quality management organization of the DBT to include Key Staff and Qualifications. Administration Describe the procedures for coordinating and ensuring the consistency and quality of all Work performed or provided for the Project by all participants. Design related Investigations and Testing A. Describe and define the procedures for ensuring the quality and documentation of project geotechnical investigations and testing. B. Describe and define the procedures for ensuring the quality and documentation of field surveying for the project mapping coordinate system. C. Provide assurance of qualifications of all laboratories performing any testing as part of the Design process. Design Describe design quality management practices and processes that are intended to: A. Place responsibility for design quality on the DBT. B. Ensure that Work is designed and built in accordance with the contract. C. Ensure that all design documents are prepared in accordance with Department practices and meet all the requirements of the contract. D. Ensure reviews are in compliance with the contract requirements and the accepted PMP. E. Ensure that reviews of all design elements are completed and include all involved agencies (e.g., Department [District and Central office], FHWA, City of Cincinnati, utilities, etc.). F. Allow the Department to fulfill its responsibility of exercising due diligence in overseeing the overall design process and design of individual buildable unit segments as defined by the CPM schedule. Construction Describe construction quality management requirements that are intended to: A. Place responsibility for construction quality on the DBT. 2/1725/

176 PMP Component Environmental Compliance and Monitoring Maintenance of Public Facilities PMP Component Description B. Ensure that Work is constructed in accordance with the contract, plans, and specifications. C. Allow the Department to fulfill its responsibilities of exercising due diligence in overseeing the construction. Describe the methods, processes and procedures to provide for the effective implementation and documentation of the environmental protection, training, compliance and monitoring program. Specify procedures to be followed in the maintenance of detours constructed on the project and off-site haul roads for controlling noise, dust and debris associated with the construction and hauling operations. Such procedures will provide the public with safe and effective alternative routes, as well as safe and convenient access to residences and businesses affected by construction activities. All costs associated with this PMP shall be incidental to the project Public Information and Communication General Providing clear, consistent, and timely messaging is an essential element to successful Project delivery. The public information consists of many tasks including responding to public inquiries and complaints; coordination with the media; preparing regular traffic updates, press releases, web updates and photo and video documentation; and coordinating with local jurisdictions, transit providers, emergency service providers, and local neighborhood, community, and business groups. To support this effort, the Department will share clear, concise, and timely information with the public, elected officials, community leaders, businesses, and the news media. The DBT shall work with the Department to achieve the following public information and community relations goals: A. Support the successful delivery of the Project. B. Provide information to individuals and entities directly affected by construction in as proactive, responsive, and complete manner as possible. C. Reinforce positive Department relationships with associated agencies, individuals, and community and business groups. D. Increase understanding of the importance of the Project to the mobility and economic vitality of the local community, region, and the State. General requirements of the Public Involvement, Communication, for the Project are included herein, along with a definition of the respective responsibilities of the DBT and the Department. The requirements described in this Section are the minimum requirements of the Contract Documents. The 2/1725/

177 DBT shall work with the Department to ensure that all Public Involvement and Communications requirements are addressed Joint Communications Effort Development and dissemination of public information for the Project requires the integration of resources and labor between the Department and the DBT. Joint communications will educate and inform the public, establish expectations, and play a significant role in delivering a successful Project Communications Planning Meeting and Construction Communications Public Information Plan (PIP) The DBT s Point of Contact (POC), as described later in this Section, shall prepare a Draft Construction Communications Public Information Plan (PIP) with input from the District s and the City s Public Information Officers (or designee). The content of the Draft PIP will be the subject of a communications planning meeting to be held within 30 Calendar Days of completion of the Draft PIP. The Department will organize the meeting. The Department, City, and the POC will present the Draft PIP to the DBT s Project Manager, the Department's Project personnel and communications staff, and anyone else necessary to ensure proper review of the content in the Final PIP. The Draft PIP shall describe the Project's Communications Plan and the critical role of the Communications Plan to the overall success of the Project. The Draft PIP shall outline the internal processes of the DBT (procedures, timing, responsibilities, methodology, and personnel) to ensure a consistent gathering and dissemination of information to the Department. The plan shall outline how the POC will ensure a timely and consistent response from the various components of the DBT. The Draft PIP shall also describe the Department s approach to public involvement, public outreach, communications goals, and significant public relations risks and benefits, and how the DBT shall support these processes. The PIP shall outline a process for managing the review and resolution of comments for all communications materials, both within the DBT s team and within the Department. The Department will work with the POC to incorporate any agreed-upon revisions to the PIP discussed at the meeting and distribute the Final PIP to all participants of the meeting within 30 Calendar Days after the meeting. The Final PIP shall provide the framework for communicating and disseminating information, and for responding to public inquiries, comments, and requests. The Final PIP shall also include performance-monitoring processes and tools to be used by the Department to assess the progress and measure the success of the overall communications efforts. The Department shall supply any tools or processes mentioned above. Comment [ADD#8_5]: Added The DBT is responsible for preparing and submitting the PIP to the Department, with input from the City and the Department DBT s Role in Public Information Efforts The DBT shall assist the Department in identifying and implementing ways of informing the public, individual property owners, and broader communities about design and construction activities that directly affect them. The Department will be responsible for responding to all public information requests, with support from the DBT. 2/1725/

178 The DBT shall assist the Department by providing draft responses to correspond to Project-specific information requests; however, the Department will be responsible for responding to all correspondence. The DBT shall maintain a copy of such responses in a Public Comment Database Public Information Point of Contact The DBT shall identify a POC for all public information issues to support the Department. The POC shall work with the Department to maintain public satisfaction with the Project. The POC shall have experience coordinating information on highway improvement projects. The POC s professional experience shall include the following: A. Developing, providing, and presenting information to the public. B. Developing and implementing public involvement and community relations programs. The POC shall be readily available by telephone during all business hours with immediate computer and access. During critical construction activities and emergencies, the POC shall be available 24 hours per day, seven days per week. The POC shall have full access to all of the DBT s Project details that may be relevant to the public, public agencies, emergency service providers, businesses, media, and other interested parties. The POC shall be able to provide to the Department information related to the Project continually throughout the Project Project Contacts The DBT shall provide the Department with a prioritized after-hours Project Contact List. The list shall include, at a minimum, the contact information for the DBT s POC and Project Manager, including home and mobile phone numbers and addresses. The DBT shall provide any changes to the list to the Department immediately DBT Public Information Specifications These requirements are in addition to those found in CM&S Meetings The POC shall attend all progress meetings. The POC shall meet with Department staff more frequently, as directed by the Department, in the initial months of the Project to learn about Project specifics and expectations. The DBT shall be available to attend and participate in 16 community council meetings per year Weekly Progress Reports The DBT shall provide a brief Weekly Progress Report to the Department summarizing progress made the previous week and including activities to be performed within the next two weeks. The weekly Progress Report is intended to describe the Project to individuals outside of the industry. Providing a CPM Schedule update, while potentially adding value to the report, is not the required content. It shall adequately summarize and describe the work in a manner which allows the reader to understand the high-level executive issues of the project. The report shall highlight: 2/1725/

179 Major work completed Major impacts to the project and reasons (weather, unexpected issues encountered, accidents, etc) Explanations of and reasons for highly visible work impacting motorists and stakeholders General progression of major work items (i.e. estimates of Concrete placed, quantity and area of asphalt placed, estimates of steel used, etc) General manpower counts and equipment being employed (included estimated minorities mancounts/firms) Upcoming traffic pattern changes and weekly lane closures (temporary and permanent on local routes and interstate routes) Upcoming major components of work, and other items of general public interest Utility conflicts and interruptions Impacts to bus stop locations Impacts to on-street parking Other impacts as identified by the DBT, Department, and City The report shall also include a minimum of 10 digital photos specific to the major work completed within the report with a description of location for each photo (location and orientation). The report shall also describe any contact with project stakeholders and the contact information (if new). The DBT shall submit the Report by every Monday to the designated Department Public Information Lead for the Project Construction Information Dissemination CONSTRUCTION NOTIFICATION The Contractor will advise the Project Engineer a minimum of fourteen (14) days prior to the following: the start of construction activities, lane restrictions, lane closures, and or road closures. The Project Engineer will forward this information to the following: District Public Information Officer (PIO) by FAX at (513) or at D08.PIO.Form@dot.state.oh.us District Permit Section by FAX at (513) or at tom.makris@dot.state.oh.us Central Office Special Haul Permits Section by FAX at (614) or at hauling.permits@dot.state.oh.us City of Cincinnati Director of Communications (Meg Olberding) by FAX at (513) or at Meg.Olberding@cincinnati-oh.gov The PIO will, in turn, notify the public, the local emergency services, affected schools and businesses, and any other impacted local public agency of any of the above mentioned items, via media sources Traffic Conditions The DBT shall inform the Department Project Manager of any unusual traffic conditions, such as road obstructions, within 15 minutes of detection. 2/1725/

180 Correspondence and The Department will forward , letters, and other forms of correspondence from the public regarding design and construction issues to the DBT for draft responses. The DBT shall assist the Department by providing draft responses to correspond as requested; however, the Department will be responsible for responding to all correspondence. The DBT shall forward to the Department all requests the DBT receives for Project-related information via telephone, , and letters. Project-related correspondence shall include communications from the public, businesses, community groups, and government entities affected by the Project. If the requests require responses, the DBT shall draft responses. The Department will be responsible for responding Photographs and Video The DBT shall provide the Department with access to the entire construction site for obtaining photos and video. The Department may document the construction, public outreach meetings, and other Project-related events using photographs and video. The photographs and videos will be used for public communications, media relations, and Department archival purposes. Any additional photographs and video taken by the DBT during construction of the Project shall be provided to the Department when requested. The Department will work with DBT concerning any released media which could contain sensitive information as judged by the DBT or the Department, but the Department retains the final decision on the release of media Events The City and the Department will develop and maintain a list of public events, which will be updated monthly and communicated with the DBT. The list of public events is provided as General Appendix-E Public Events. The DBT shall coordinate, communicate, and provide a plan to minimize construction impacts for public events held by public and private entities. All of this information will be included in the PIP. Comment [ADD#8_6]: Added Media Relations The Department will be the media spokesperson. The DBT shall provide the Department with information and access to key Project staff for press interviews, as requested. At the request of the Department, the DBT shall participate in media interviews or other media information support activities. When participating in media inquiries and interviews, the DBT shall provide information that complies with Department messaging and other standards, including requirements for advance Project information, Project progress and accountability, and timely response to media inquiries. The DBT shall provide information that meet local broadcast and print media requirements and deadlines. The Department will release information to the news media. If the DBT is contacted to participate in media interviews, the DBT shall coordinate the media requests with the Department. The Department shall host and maintain social media sites (i.e. District 8 website, Facebook, Twitter). Comment [ADD#8_7]: Added 2/1725/

181 Ground Breaking and Ribbon Cutting Events The DBT shall coordinate with the Department and attend and participate in the ground-breaking and ribbon cutting events. The Department will be responsible for all rental costs including chairs, tents, press risers, stages, skirting, sound equipment, and other equipment needed. The DBT s POC shall assist the Department with the planning of these events. The DBT shall provide costs to the Department for the following: 1. Rental cost for audio equipment for one groundbreaking and one ribbon-cutting event. Such equipment would include, but is not limited to, a microphone, speakers, speaker stands, multimedia press box, and a portable power source. 2. Cost to rent 50 chairs for each event and to provide a tent for each event if inclement weather (rain) is predicted. 3. Cost to print 100 programs and to print one banner for each event. Comment [ADD#8_8]: Added Introductory Briefing with Stakeholders Within 60 Calendar Days of Award, the DBT shall conduct an introductory briefing with City of Cincinnati Staff, the Department, and key stakeholders to present major aspects of the Project such as scope, estimated schedule, impacts, contacts, construction phasing, maintenance of traffic, public involvement and communications, aesthetics and enhancements, demolitions, and bridge construction. The Department will be responsible for inviting all attendees. At this meeting the stakeholders will be notified to contact project personnel whenever noise sensitive events may require special accommodations by the DBT and the Department. These accommodations will be provided if possible Utility Interruptions In the event of a utility interruption, the DBT shall notify the Utility Owner in accordance with utility company standards and local emergency services Payment Information Payment for all work in Section shall be incidental to the project Crisis Management In the event of a crisis, the DBT shall coordinate with the District s Emergency Coordinator. Traffic incident management will be handled through the use of the Quick Clear Program. Payment for all work in this section shall be included in the lump sum payment for MOT Dissemination of Emergency Information The DBT shall establish and manage an emergency response call list. All appropriate personnel shall be included on the call list for immediate response in the event of an emergency. The call list shall be divided into areas of expertise, so the proper people are contacted for specific emergency situations. The following Department personnel shall be included on the call list for notification of all emergencies: A. The Department Project Manager B. Public information staff 2/1725/

182 C. Traffic Management Center The following DBT personnel shall be included on the call list for notification of all emergencies: A. DB Contractor Project Manager/Engineer B. DBT Project Manager C. Work Zone Traffic Engineering Manager D. DBT s POC The personnel on the call list shall be agreed upon at the crisis management meeting (see below) between the Department and the DBT. At the crisis management workshop, the Department and the DBT shall also agree upon appropriate staff from the City of Cincinnati and other stakeholders to be included on the call list for notification of all emergencies. In addition, the DBT shall provide prompt information and assistance as requested by the Department during an emergency. The DBT shall provide the Department with updated emergency call list promptly when changes are made to the list Crisis Management Meeting Prior to physical construction, the DBT shall schedule a crisis management meeting with the Department and the City to discuss protocols and potential emergency situations. The Department will be responsible for inviting attendees. The DBT shall attend the meeting and provide information and feedback. Follow-up meetings will be held following any crisis situations and/or at the Department s discretion. The DBT shall identify protocol for communicating information to the emergency service providers regarding access to the Project area for emergency vehicles. The DBT shall work with the Department to ensure proper outreach of this information to all pertinent emergency service providers Design Submission Requirements The Department manuals contain requirements for multiple design review submissions required as part of their Design Bid Build processes. All design information normally submitted as part of these design reviews must be submitted as part of an interim and/or final review for this project. Provide up to six (6) hard copies and one (1) electronic file (PDF format for reports and PDF & TIF format conforming to Department standards for the plans). The following durations shall be in the CPM Schedule for interim and final reviews and comments/approvals as follows: Table : Agency Review Time Allowances AGENCY REVIEW TIME per DESIGN SUBMISSION* Utility Company (including City of Cincinnati owned utilities) Thirty (30) consecutive Calendar Days 2/1725/

183 ODOT Fourteen (14) consecutive Calendar Days City of Cincinnati Fourteen (14) consecutive Calendar Days *Includes final review submissions to address agency comments. See Section When reviews by multiple agencies (e.g., Department, City of Cincinnati, utilities, etc.) are involved, the longest review time will control. Design submissions are limited to four concurrent submittals under review at any given time. The Department reserves the right to waive interim reviews or shorten the review period based on the complexity of submission Interim and Final Review Content Interim Review comments by each agency/utility will be provided to the DB Designer. The DB Designer will summarize comments and conduct a review meeting with all involved parties no later than two (2) days following the end of the applicable review period to finalize the buildable unit detailed design for construction. The time allotted for review meetings shall be included in the CPM. The DB Designer will then seek Final Review and concurrence from the Department for the buildable unit detailed design plans to be labeled as Released-For-Construction prior to beginning the Work. The DB Designer is required to maintain a version control log of all buildable unit detailed design submissions to ensure that all review comments have been resolved in the final review submission. The final review submission shall include a written disposition of all comments made during the formal interim review. In addition to the above requirements, the project scope may call for reviews of specific aspects of the project (e.g., Public Information Plan, etc.). Unless determined otherwise by the Department, these reviews are in addition to the interim and final reviews Design Build Designer Prequalification CONTRACTOR S CONSULTANT The Contractor must name the Consultant and all Sub-Consultant(s) in the space(s) provided below. If the Contractor is going to submit an electronic bid, then the Consultant and all Sub-Consultant(s) must be listed on the following webpage: T he Contractor must list relevant prequalification categories for prime and subconsultants 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 types must be performed by members of the Consultant Team (combination of Consultant and Sub-Consultant(s)): 2/1725/

184 ROADWAY: Bicycle Facilities and Enhancement Design Complex Roadway Design BRIDGE DESIGN: Level 2 Bridge Design Bridge Design Sub-factors (if DBT intends to utilize these components): Curved Girder Design, Post-tensioned Superstructure Design SOILS/GEOTECHNICAL SERVICES: Geotechnical Engineering Services Geotechnical Testing Laboratory Geotechnical Field Exploration Services TRAFFIC SIGNAL DESIGN: Traffic Signal System Design HIGHWAY LIGHTING DESIGN: Complex Lighting Design Consultant Firm Name: Address: List work types the Consultant will perform: Sub-Consultant Firm Name: Address: List work types the Sub-Consultant will perform: 2/1725/

185 Sub-Consultant Firm Name: Address: List work types the Sub-Consultant will perform: Restrictions on Participation in Design-Build Contracts: Any Consultant who 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. The following consultant provided these services to the Department: TranSystems As-Built Construction Plans Before final project acceptance and after construction of the entire project is completed, the DBT shall prepare a formal design submittal for the entire project that includes all the updates to the final design such as any design changes, actual field as-built changes, actual survey info, etc. in both hard copy and electronic CADD format (conforming to Department CADD standards). The DBT shall identify all changes made to the final design. 1.9 Project Datum and Survey Control Project HAM Uptown = HAM PID The project datum and survey control are: Horizontal Coordinate system: Ohio State Plane, South Zone Map projection: Lambert Conformal Conic Reference Frame: NAD83 (2011) Ellipsoid: GRS80 Vertical Orthometric height datum: NAVD88 Geoid model: GEOID12A Project Conversion 2/1725/

186 Project Adjustment Factor (P.A.F.): Project base point for scale adjustment is a concrete monument dubbed CMON 2. This monument is located near the center of the project, at Melish Place and Concordia Street Project alignment data information points is indicated in Roadway Appendix-A. The initial project base mapping was flown by a consultant in 2010 using aerial photography and a photogrammetric mapping. The data was processed by ODOT Aerial Engineering and delivered to the District in SFY Data was scaled by Aerial Engineering in May, Supplemental project mapping data has been collected by field surveying methods. Survey control was set in 2013; horizontal control values were established by static GPS methods and elevations were established by digital leveling. Additional survey control data for the project is also included as General Appendix-B. A project Digital Terrain Model (DTM) was prepared for the project in 2010 to meet the DTM accuracy requirements of ODOT Mapping Specifications. The DTM was created using LiDAR data with GPS field survey for data adjustment and accuracy calculations. The Mapping Quality Control Report for the LiDAR DTM is included as General Appendix-C 1.10 Construction Noise (City of Cincinnati) Refer to Section 14.4 for details Airway Highway Clearance for Airports and Heliports It shall be the responsibility of the DBT to obtain any necessary airway/highway/heliport clearance from the Federal Aviation Administration (FAA) for this project both permanent and during construction Limited Access This improvement shall be especially designed for through traffic and has been declared a limited access highway or freeway by action of the Director in accordance with the provisions of section of the Ohio Revised Code Governing Regulations It shall 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. ODOT standards and manuals take precedence over others listed unless noted otherwise in the Project Scope. For components not addressed by the standards listed, the applicable American Association of State Highway and Transportation Officials (AASHTO) standards and guidelines can be used as agreed to by the Department Specifications: The Standard Specifications of the State of Ohio, Department of Transportation (CMS), including changes and Supplemental Specifications shall govern this project. 2/1725/

187 The DBT shall use the following sections of the City of Cincinnati s Supplement to the State of Ohio Department of Transportation Construction and Material Specifications dated January 1, 2010 (City Supplement) for the design and construction specification for the corresponding work on city streets. If there is any conflict between the ODOT CMS and the City Supplement as applied to administration procedures, then the ODOT CMS will take precedence. The following sections are to be used for work on city streets: , , , , thru , thru , thru , thru , all of 613, thru , all of sections 1100 and The current edition, including updates released on or before January 30, 2014, 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. This is not intended to be an exhaustive list of standards and guidelines. The DBT shall be responsible for utilizing appropriate standards and guidelines for components of their design. A. American Association of State Highway and Transportation Officials (AASHTO) Publications: a. A Policy on Design Standards - Interstate System b. A Policy on Geometric Design of Highways and Streets c. Guide Design Specifications for Bridge Temporary Works d. Guide for the Development of Bicycle Facilities e. Guide Specifications for Thermal Effects in Concrete Bridge Superstructures f. Laboratory Specifications g. LRFD Bridge Construction Specifications h. LRFD Bridge Design Specifications i. Manual for Bridge Evaluation j. Manual on Subsurface Investigations k. Roadside Design Guide AASHTO Guide for the Development of Bicycle Facilities l. Standard Specifications, 17th Edition (for existing structures only) m. Standard Specifications for Highway Bridges B. ADA Accessibility Guideline US Access Board C. Public Rights-of-Way Accessibility Guidelines (PROWAG) D. American Traffic Safety Services Association (ATSSA) Portable Changeable Message Sign (PCMS) Handbook E. City of Cincinnati Standards and Publications The design and construction guidelines, manuals, and standards listed below shall be used on all City Streets. The design and construction requirements set forth shall be met or exceeded in the performance of the design and construction work required on local streets to complete this project. Use the edition listed below or the current edition, including updates released on or before January 31, 2014, as applicable: a. City of Cincinnati Standard Drawings Department of Public Works - Division of Engineering 2/1725/

188 b. City of Cincinnati Department of Transportation and Engineering Curb Ramp Design Guidelines c. City of Cincinnati Department of Public Works Sidewalk Regulation Book d. Shared-use Path Signage Use City Standard Shared-use Path Signage e. as applicable f. Stormwater Management Rules and Regulations, Part 1 Technical Reference Manual, Stormwater Management Utility (SMU) g. SMU Standard Drawings h. Rules and Regulations, The Metropolitan Sewer District (MSD) of Greater Cincinnati i. MSD Standard Drawings j. City of Cincinnati CLSM-CDF Specification k. Greater Cincinnati Water Works (GCWW) Supplemental Specifications l. Greater Cincinnati Water Works (GCWW) Laws, Ordinances, Rules & Regulations m. Greater Cincinnati Water Works (GCWW) Standard Drawings F. Federal Highway Administration (FHWA) Publications: a. Corrosion/Degradation of Soil Reinforcements for Mechanically Stabilized Earth Walls and Reinforced Soil Slopes b. Design and Construction of Driven Pile Foundations, Volumes I and II c. Drilled Shafts: Construction Procedures and Design Methods d. Geotechnical Engineering Circular Number 4, Ground Anchors and Anchored Systems e. Handbook on Design and Construction of Drilled Shafts Under Lateral Load f. HEC-14 Hydraulic Design & Energy Dissipates for Culverts and Channels g. HEC-15 Design of Roadside Channels with Flexible Linings h. HEC-21 Design of Bridge Deck Drainage i. HEC-22 Urban Drainage Design Manual, Second Edition j. Manual for Design & Construction Monitoring of Soil Nail Walls k. Manual of Uniform Traffic Control Devices (MUTCD) l. Mechanically Stabilized Earth Walls and Reinforced Soil Slopes Design and Construction Guidelines m. Subsurface Investigations Geotechnical Site Characterization n. The Cone Penetration Test o. The Pressuremeter Test for Highway Applications p. Standard Connection Publication (the Department to provide) q. 23 CFR Work Zone Safety and Mobility Project Level Procedures G. National Cooperative Highway Research Program (NCHRP) 350 Hardware Report H. National Electric Code (NEC) I. American Welding Society Bridge Welding Code J. National Electric Safety Code (NESC) K. Ohio Department of Transportation (ODOT) Publications: a. Asbestos Inspection for Bridges Guidelines 2/1725/

189 b. Bridge Design Manual, 2004 (LFD), for existing structures only c. Bridge Design Manual, 2007 (LRFD), for all new structures d. CADD Engineering Standards Manual e. Cultural Resources Manual f. Design Mapping Specifications g. Ecological Manual h. Environmental Sites Assessment Guidelines i. Geotechnical Bulletins i. GB1-Plan Subgrades ii. GB2-Special Benching and Sidehill Embankment Fills iii. GB4-Guidelines for the use of Geotechnical Instrumentation iv. GB9-Geotechnical Software j. Geotechnical Engineering Checklists k. Guidelines for Identifying Acceptable Locations for the Disposal of Waste Material and Construction Debris or the Excavation of Borrow Material within ODOT Right-of-Way l. Location and Design Manuals i. Volume One - Roadway Design, with modifications provided in Appendix GN-09. ii. Volume Two - Drainage Design iii. Volume Three - Plan Preparation m. Office of Environmental Services Handbooks and Guidelines n. Ohio Manual of Uniform Traffic Control Devices (OMUTCD) o. Pavement Design & Rehabilitation Manual p. Plan Insert Sheets q. Public Involvement Guide r. Quality Standards for Temporary Traffic Control Devices s. Qualified Products List (QPL) ( t. Railroad Coordination Policy and Procedures Manual u. Real Estate Policies and Procedures Manuals v. Roadway Safety Landscaping Guidelines w. Sign Design Manual (SDM) x. Specifications for Geotechnical Explorations y. Standard Construction Drawings (SCD s) all series z. State Highway Access Management Manual aa. Survey Manual bb. Traffic Engineering Manual (TEM) cc. Utility Manual Procedure for Utility Relocations, Adjustments and Reimbursement dd. Wireless Communication Tower Manual ee. Waterway Permit Manual ff. Construction Inspection Manual of Procedures (2013) 2/1725/

190 1.14 Supplemental Specifications and Standard Construction Drawings The DBT shall perform work, as applicable, in accordance with the most recent version of the Supplemental Specifications and Standard Construction Drawings, including revisions released on or before January 31, Use of ODOT Supplemental Specifications and Standard Construction Drawings is dependent upon DBT design and construction elections and as set forth in the project scope, Special Provisions, and other pertinent contract requirements. The DBT shall be responsible for specifying the appropriate Supplemental Specifications and Standard Construction Drawings with the buildable unit submissions. Work performed utilizing Supplemental Specifications and Standard Construction Drawings will be compensated as described in the applicable sections of the Special Provision - REVISIONS TO THE 2013 C&MS FOR TWO-STEP LOW-BID DESIGN BUILD PROJECTS INCORPORATING ATCs and the project scope Coordination with Other Projects Separate contractors may be working within the project area and Hamilton County on other construction projects on the Interstates and the surface streets. See CMS Section The DBT shall cooperate with all City of Cincinnati projects and Department projects that are in various stages of design or construction. General Appendix-D provides a list of known projects Field Office The ODOT field office will be located at 503 West 3 rd Street, Cincinnati, OH 45202, which is an ODOT owned facility. The following field office requirements are for Department forces only. DBT is responsible for determining additional project management office requirements to accommodate the DBT s Staff. The DBT shall provide the following items for use at the ODOT field office within 45 days after Contract award date. Payment for these items shall be included under ITEM 619E99000 SPECIAL FIELD OFFICE, LUMP SUM. A. A copier, printer, fax and scanner system per the specifications listed below in a. Six (6) each of the following desks and chairs and legal size file cabinets. Desks, chairs, and cabinets shall be new or like new condition. b. One (1) licensed copies of the following software: 1. Oracle Primavera Project Manager (P6) Copier, Printer, Fax, and Scanning System Specifications A. Automatic document feeder with 80-sheet ARDF B. Equipped to handle paper up to and including 11-inch x 17-inch (originals and copies) including mixed originals C. Reduction and enlargement features D. Unlimited duplexing for all size originals 8.5-inch x 11-inch through 11-inch x 17-inch 2/1725/

191 E. Manual and selectable automatic exposure settings F. Operate on standard voltage with no special or dedicated lines G. Stapler/finisher support with the following features: a. Paper size support for 5.5-inch x 8.5-inch to 11-inch x 17-inch/A6 to A3 b. Paper Weight support from 16 to 42 lb. Bond/ 60 to 157g/m2 c. Staple Position three (3) positions (1 staple/2 positions; 2 staples/1 position) d. Staple Capacity 50 sheets (8.5-inch x 11-inch) 30 sheets (8.5-inch x 14-inch or larger) H. 1 to 999 sort capacity I. Paper Capacity 500 sheets x four (4) trays, 50-sheet Bypass tray J. Paper Weight Support 20 to 28 lb. Bond/64 to 105g/m2 (Trays 1,2,3 & 4) 16 to 44 lb. Bond/52 to 163g/m2 (Bypass) 20 to 28 lb. Bond/64 to 105g/m2 (Duplex) K. Energy Star compliant L. Network printer capability with 10BASET/100BASETx network card M. Printer speed 35 ppm N. Network protocol support for TCP/IP O. Server Operating System for Windows Server 2008 and Windows Server 2008 R2. P. Client Print driver support for Windows 7 (32 bit and 64 bit - PCL/PS drivers) Q. Minimum print resolution of 600 x 600 dpi R. Secure printing with password or pin S. Network scanning that supports the following: a. Scan Speed 52 ipm (@200 dpi) b. Scan Area up to 11-inch x 17-inch c. Grayscale 256 levels (Color Required) d. Scanning Resolution 600 dpi e. Scanning Protocol Support TCP/IP, SMTP, SMB, FTP, POP3, NCP f. Scanning support for Scan-to- , HDD, Folder, URL, and TWAIN g. File Formats Single Page TIFF, JPEG, PDF, Multi-Page TIFF, PDF h. Address book support for multiple items i. OCR software that supports TIFF, PDF, Multi-Page TIFF, and Multi-Page PDF j. OCR software must support batch workflow processing of documents T. Minimum shared memory capacity for all options 384 MB U. Hard Disk Drive 40 GB drive for internal storage and network scanning V. Analog Fax Support for PSTN, PBX that supports the following: a. Resolution 200 x 200/100 dpi 400 x 400 dpi (optional) b Kbps with Auto Fallback c. Address Book and Auto-Dial Number Storage W. Black & White and color capable X. All copier/printer maintenance and supplies (toner, paper, etc.) 1.17 Preconstruction Audio-Video Color Recording The DBT shall provide the Department with preconstruction audio-video color recording as follows: 2/1725/

192 General A. Digital Video Recording. Construction in any area shall not start until the area has been recorded and the DVDs submitted to the Department. B. Visual Inspection. Prior to recording, all areas to be video recorded shall be investigated visually with notation made of features not readily visible by recording methods. This would include, but not be limited to, driveways, sidewalks, external building walls, culverts (size, type and condition) and manholes that may be partially buried. Record all measurements made during the inspection. C. Approvals. All recording shall be conducted in the presence of the Department unless waived by the Department. At the start of recording, the DBT shall submit a sample recording of a portion of this Project for the Department to review. The sample recording shall be approved before any other recording is allowed. D. Certification. Upon completion of the work, the DBT shall provide Certification in writing to the Department that all the requirements of the audio-video color recording for this Project were accomplished in accordance with these specifications: a. Identification. All recordings (DVDs and cases) shall be properly identified by recording number, location, and project name in a manner acceptable to the Department. b. Record. A record of the contents of each recording shall be supplied on a run sheet identifying each segment in the recording number, location, and project name in a manner acceptable to the Department. c. Inventory. A brief report and inventory of all recordings completed, referenced by location and recording number, shall be furnished to the Department upon completion of the work and delivery of the recordings. All recordings and written records shall become the property of the Department Digital Video Information A. Audio Preamble. Each recording shall begin with the current date, project name, and municipality and be followed by the general location (e.g., name of the street or property owner, location of cross country line, viewing side, and direction of progress). B. Date and Time. To preclude the responsibility of tampering or editing in any manner, all video recordings shall, by electronic means, display continuously and simultaneously generated transparent digital information to include the date and time of recording. The date information shall contain the month, day and year; for example, 10/5/83. The time information shall consist of hours, minutes, and seconds separated by colons; for example, 10:35:18. C. Stationing. The Engineering stationing shall correspond to the project stationing and include the standard Engineering symbols (e.g., 14+84). The Engineering stationing shall represent the location of the camera. If the Engineering stationing is not recorded simultaneously with recording, the stationing shall be noted on Audio Track 1. This transparent information shall appear in the lower half of the viewing screen. Houses and buildings shall be identified by an address when visible. 2/1725/

193 D. Information. Below the Engineering stationing, periodic transparent alpha-numeric information consisting of the names of the project, name of the area covered, direction of travel, viewing side, etc., shall appear Digital Video Coverage A. General. Recorded coverage shall include, but not be limited to, all existing driveways, sidewalks, curbs, ditches (drainage patterns are of particular concern), streets (including condition of paving for full width), landscaping, trees, culverts, catch basins, headwalls, fences, visible utilities and all buildings (exterior and interior if permitted by owner) located within the zone of influence of construction. Of particular concern are existing faults, fractures, defects or other imperfections. B. Streets. Unless otherwise noted, streets and street areas shall be recorded by audio-video for full width of the zone of influence of construction, including both sides of the street. The term street shall be understood to mean street, highway, interstate route, avenue, boulevard road, alley, lane, driveway, parking lot, etc., and all adjacent areas within the possible zone of the influence of construction Sustainability The Project Scope defines a number of requirements related to the implementation of sustainable practices throughout the design and construction of the Project. In addition, the DBT shall demonstrate a commitment to sustainability and shall propose additional efforts to maximize the implementation of sustainable practices in all aspects of the Project. The DBT shall consider the following in its design and construction of the project: A. Energy and Energy Efficiency. The DBT should strive to maximize energy efficiency throughout the Project. B. Community Environment. The DBT should strive to minimizing air quality degradation during construction, minimize the Project s carbon footprint, and minimize noise during construction. C. Green Building. The DBT will consider locating the Project Management Office in existing, currently unused office space, except those buildings, located within the project limits, slated for demolition. The DBT may propose the use of a LEED (Leadership in Energy and Environmental Design) certified Green Building for the Project Management Office. If the DBT makes this commitment, certification will be required per the third party independent certification procedures defined by the U.S. Green Building Council (refer to D. Recycling / Reuse / Material Reduction. The DBT should attempt to reuse and recycle material to reduce waste. 2 Document Management The DBT shall be required to coordinate the various reporting and submission activities related to the requirements of the Project and Work within the framework established by the Department for 2/1725/

194 document management. Microsoft SharePoint will support the electronic submission of all project related documentation. It will serve as a single point of reference all documentation related to this project. Oracle Primavera Contract Manager V13 will support the contract management process workflows for ongoing project management. Site-Manager shall be used for daily construction activities that will be recorded on-line remotely from construction field offices and from district and central offices. This system generates contractor estimates on request and passes that information onto accounting for payment purposes. The awarded DBT must be able to use these software systems incorporating project tasks as outlined by ODOT in to their planned processes to ensure all required project documentation and submissions shall be compatible. 3 Environmental Items 3.1 NEPA The complete Environmental Document - Categorical Exclusion Level 4 (CE4) is available as a reference file. Note that the CE4 reference file has an appendix list with multiple versions of documents designated; only the final version applies. The DBT shall adhere to all of the environmental commitments delineated in the scope and as indicated in other contract documents. 3.2 Ecological Resources Threatened & Endangered Species: Indiana Bat This project is located within the known range of the Indiana Bat (Myotis sodalis, E). According to the Ecological Resource Survey Level 1 (ESR LV1) developed for this project, five (5) trees, located within the project area, were identified as Indiana bat habitat. Only two of these trees were located within the proposed project limits. The DBT shall cut and remove these two Indiana bat roost trees between October 1 and March 31. The DBT shall contact Department District 08 staff in order to help mark those trees identified as meeting the Indiana bat habitat criteria. The Indiana bat habitat locations have been highlighted on Environmental Appendix-B Northern Long Eared Bat As of October 2013, the northern long-eared bat has been proposed to be listed as a federally endangered species. In their October 31, 2013 response to ODOT, USFWS concurred with ODOT's "may affect, not likely to affect" determination for the northern long eared bat as long as constrained cutting date restrictions were used for all tree removal within the project limits. The DBT will conform to the stipulated restricted cutting time frames of September 30 through April 1 for all tree removal. 2/1725/

195 The USFWS definition of a tree differs from that listed in the 2013 CMS, Item The DBT shall consider all trees (ash, maple, oak, etc.) (not honeysuckle or other shrubbery) greater than 3 inches in diameter, at 10 feet above ground elevation, and meeting the additional tree conditions (cavities, peeling/exfoliating bark) as included, and shall adhere to the above tree cutting time frame restrictions. 3.3 Cultural Resources Section 106/Historic Sites: In order to minimize negative effects on the listed historic sites delineated under this section, the DBT shall comply with the following requirements: NRHP, NRHP Districts, & NRHP Eligible Sites Located Within the Proposed Project Area: The Department is acquiring all right-of-way necessary for the project. No construction activity, construction staging/mobilization, or occupancy shall occur within the defined historic boundaries containing these sites outside of the proposed right of way. Access shall be maintained at all times during project construction to the listed historic sites. The historic boundary for each site listed below is provided by the registered parcel number unless otherwise specified. Historic site locations have been provided on Environmental Appendix-C. A. NRHP - The Harriet Beecher Stowe House 2950 Gilbert Avenue Auditor Parcel I.D.: Gilbert Avenue Auditor Parcel I.D.: Gilbert Avenue Auditor Parcel I.D.: Churchill Avenue Auditor Parcel I.D.: The Harriet Beecher Stowe House property is bounded along Gilbert Avenue, MLK Drive and partially along Foraker Avenue, by a stone wall. In order to protect this existing stone wall, which is historically associated with the Harriet Beecher Stowe House, the DBT shall not work on, or in any way disturb, this stone wall or any area included and contained behind the stone wall. B. NRHP - The Ford Motor Company Cincinnati Plant The historic boundary is defined by the structure only. 660 Lincoln Avenue Auditor Parcel I.D C. NRHP - First Unitarian Church of Cincinnati 2901 Reading Road / 528 Linton Place Auditor Parcel I.D D. NRHP - AGID Properties, LLC East McMillan Street / 2501 May Street Auditor Parcel I.D /1725/

196 E. NRHP District Lincoln-Melrose Historic District 844, 846, 848, 850, 852, 854 (demolished) Lincoln Avenue Auditor Parcel I.D Auditor Parcel I.D Auditor Parcel I.D Auditor Parcel I.D Auditor Parcel I.D Auditor Parcel I.D F. NRHP District Peebles Corner Historic District East McMillan Street / 2501 May Street Auditor Parcel I.D G. NRHP Eligible Washington Terrace Apartments 32 Washington Terrace Auditor Parcel I.D H. NRHP Eligible Sears & Roebuck Building The historic boundary is defined by the structure only Reading Road Auditor Parcel I.D I. NRHP Potentially Eligible Lincoln Terrace Apartments 19 Lincoln Terrace Auditor Parcel I.D NRHP, NRHP Districts & Potentially NRHP Eligible Sites Located Within Close Proximity to the Proposed Project Area: The historic boundary for each site is provided by the registered parcel number unless otherwise specified. See Environmental Attachment-C. J. NRHP - MATKEA PROPERTIES LLC 2843 Melrose Ave. Auditor Parcel I.D K. NRHP - CINCINNATI FEDERATION OF COLORED WOMENS CLUBS 1010 Chapel Street Auditor Parcel I.D L. NRHP - ALEXANDRA LIMITED PARTNERSHIP 921 William Howard Taft Road Auditor Parcel I.D Auditor Parcel I.D Auditor Parcel I.D M. NRHP - MRS K C JORDAN & ASSOCIATES INC 2601 GILBERT AVE Auditor Parcel I.D /1725/

197 N. NRHP - CHARLES RAY MELROSE PLACE, LLC 2601 MELROSE AVE Auditor Parcel I.D Auditor Parcel I.D O. NRHP - GLOBE CORPORATION 2525 ESSEX PL Auditor Parcel I.D P. NRHP - UI HOLDINGS LLC 440 E MCMILLAN AVE Auditor Parcel I.D Q. NRHP - CINCINNATI PARK BOARD Crown Street Auditor Parcel I.D R. NRHP District Vernon Place Historic District S. NRHP Potentially Eligible Kerper Avenue Apartments 3066 Kerper Avenue Auditor Parcel I.D The detour routes listed in Section 14 have been approved by the Department relative to Section 106 sites and included historic districts. Any modification to these detour routes, or use of other detour routes must be approved by the Department s Office of Environmental Services Cultural Resource Section. The DBT shall confirm that any comments provided by the Department s Office of Environmental Services Cultural Resource Section have been addressed prior to the implementation of any detour routes proposed by the DBT. Aesthetic treatments and designs which are to be incorporated into the final design are identified throughout the Project Scope. If any variations to the approved aesthetic treatments are determined necessary by the DBT, they shall first be reviewed by the Department. If any variations are submitted, the Department will have 35 days to respond. If previously unidentified archaeological or historic properties/sites, or unanticipated effects, are discovered after project construction begins, that portion of the project will stop immediately pursuant with Section of the current ODOT CMS. The DBT shall immediately contact the Department s D08 DEC and the OES-Cultural Resource Section ( ), who will in turn notify FHWA within 24 hours. No further construction in the area of discovery will proceed until the requirements of 36 CFR Section have been satisfied by the Department. Historic and prehistoric human remains are subject to protection under ORC Sections and As such, if previously unidentified human remains are discovered during construction, work in that portion of the project will stop immediately. The remains will be covered and/or protected in place in such a way that minimizes further exposure of, and damage to, the remains. The DBT shall 2/1725/

198 immediately consult with the Department s D08 DEC and the OES-Cultural Resource Section ( ). The DBT shall also immediately notify local law enforcement and the Hamilton County Coroner. 3.4 Section 4(f) Resources Section 4(f) requires consideration of sites including: Historic sites of national, state, or local significance in public or private ownership regardless of whether they are open to the public (See 23 U.S.C. 138(a) and 49 U.S.C. 303(a)). All of the properties located within and/or near the project construction limits, under the Section 106/Historic Sites portion of this contract, also qualify as Section 4(f) Resources. The Department has acquired all right-of-way necessary for the project. No construction activity, construction staging/mobilization, or occupancy shall occur within the defined historic boundaries containing these sites. Access shall be maintained at all times during project construction to the listed historic sites. The historic boundary for each site listed in Section 3.3 is provided by the registered parcel number unless otherwise specified. Historic site locations have been provided on Environmental Appendix-C. 3.5 Not Used This section is intentionally left blank. 3.6 Hazardous Materials/Waste In addition to of the current ODOT CMS, in the event that waste is discovered during construction operations within the project construction limits, at a location not previously known to be a hazardous waste facility, then work in that location will cease and the DBT will contact both the Department s Engineer, the Ohio EPA District Office and the local health Department. Additional authorization will have to be obtained before any construction activities are undertaken. Additionally, if any liquid is released from the cited waste, pursuant to ORC Emergency Planning, the DBT will immediately call the OEPA s emergency hotline at (800) (also see: ) Non-Use of Asbestos-Containing Materials: The DBT shall at no time incorporate any materials which are composed of, or contain any amounts of, asbestos. The substitution of materials which contain any amounts of asbestos will, in no circumstances, be acceptable. Upon completion of the project, the DBT shall submit a written statement of certification asserting that no asbestos containing materials were used in any portion of the construction Site Specific Health and Safety Plan (SSHSP): The DBT shall certify in writing to the Department s Engineer, within two weeks after contract execution and prior to any excavation, that the DBT has prepared a SSHSP in accordance with 29 CFR Part 2/1725/

199 for operations involving hazardous substances within the provided work limits. The DBT shall make the SSHSP available at the project site. Refer to Phase I & Phase II Environmental Site Assessments in Environmental Appendix-H. The described work shall be paid for as a part of the following pay item: ITEM 690E21000 SPECIAL- MISC: SITE SPECIFIC HEALTH AND SAFETY PLAN, LUMP SUM Work Involving Non-Regulated Materials: The DBT will determine if any excavated material is non-regulated. The work involved with this Item Special includes developing and complying with a SSHSP, handling, storage and disposal/use of nonregulated materials. This material may be used as backfill for other project purposes provided it meets the current ODOT specifications. The described work shall be paid for as a part of the Item Special Misc.: Work Involving Non-Regulated Materials pay item designated in Section Removal and Disposal of Scrap Tires: Scrap tires are deposited throughout the area defined as Site #66 under the Phase I & II ESAs. This site location encompasses much of the new loop section of the proposed interchange. The DBT shall be responsible for removing, transporting, and disposing of these scrap tires as noted. The DBT shall ensure that the tires are removed and transported in a manner that satisfies all of the appropriate OEPA regulations. Specifically, the transportation of tires is governed by OAC The disposal of tires shall be at a registered and permitted scrap tire facility as per OAC thru 65. The DBT shall furnish all of the labor, equipment, and materials necessary to remove, transport and dispose of scrap tires in a registered and permitted scrap tire facility. Payment for this work shall be made at the contract price bid as follows: ITEM 202E98000 REMOVAL MISC.: SCRAP TIRES, LUMP SUM Buildings Demolished: All applicable demolition requirements will be followed as stipulated in the current ODOT CMS, Section 202. The DBT shall not disturb any building prior to receiving the Notice of Possession and the Approval to Proceed from the Department s Engineer. In accordance with local requirements, the DBT shall coordinate all utility disconnections with the respective utility owners prior to building removal. All disconnected drains shall be sealed with masonry, precast clay or concrete stoppers. The DBT shall not utilize any of the buildings slated for removal. All buildings within the permanent right of way shall be demolished. The DBT shall ensure that all above ground surface features associated with each demolished building/property no longer remain on site, and that only a bare grass lot remains. Burning of buildings/building material shall be prohibited. The DBT shall take ownership of all removed materials except those belonging to a private or public utility. Following the completion of the demolition work and obtaining the Department Engineer s approval, 2/1725/

200 the resulting cavity shall be immediately filled in accordance with Item 202. Payment for all work involved with the removal, reuse or disposal of the structures demolished, including clearing & grubbing, grading, seeding, excavation and backfill of resulting cavities shall be incidental to their removal, and shall be paid for under the following pay item: ITEM 202E99200 SPECIAL- BUILDING DEMOLITION, LUMP SUM Payment for the above work shall include all labor, tools, equipment and materials necessary to complete this item of work Building Demolition (For Estimate of Cost) Bidders are hereby made aware that the buildings slated for demolition may still be occupied. Bidders are not to disturb the occupants and shall make their estimate of demolition costs, for these occupied buildings, from the provided parcel descriptions and off-premise inspection only Building Demolition Asbestos - Notification Requirements Involving the Renovation and Demolition of Structures, as per OAC : The buildings on the project have not been inspected and tested for asbestos. The DBT is required to inspect each structure slated for demolition and/or renovation for Regulated Asbestos Containing Material (RACM). The asbestos inspection must be conducted in accordance with the Ohio Administrative Code (OAC) and shall be performed by an Asbestos Hazard Evaluation Specialist (AHES), as per OAC (C). The asbestos inspection should identify the presence of asbestos, including category I and category II non-friable asbestos-containing material, as per OAC Bulk samples shall be collected as per OAC (C)(09). All analytical methods must be in accordance to 40 CFR PART 763 Asbestos, Appendix E, Subpart E, Section 1; Polarized Light Microscopy (PLM), Interim Method of the Determination of Asbestos in Bulk Insulation Samples and/or Method for the Determination of Asbestos in Bulk Building Materials, EPA 600-R The DBT shall complete an Asbestos Review Report and submit this report for review with the OEPA. The DBT is then required to file an OEPA-Notification of Demolition and Renovation Form. (See Environmental-Appendix E - OEPA Notification of Demolition & Renovation Form) with Ohio EPA-Southwest Ohio Air Quality Agency (SWOAPC), located at 250 William Howard Taft Road, Cincinnati, Ohio , with attention to Mr. Ken Wilkens, with the Hamilton County Department of Environmental Services (HCDOES), at least 10 working days prior to the initiation of construction activities in order to coordinate asbestos notification requirements for this project. This form cannot be ed or faxed to OEPA or the delegated air authority. The 10-day notification is based upon all required paperwork either being received via US mail or being dropped off at their offices. Mr. Wilkens may be contacted by telephone ( ) or ed (ken.wilkins@hamilton-co.org). The DBT will receive a copy of the authorization request which includes HCDOES s telephone number ( ) and web page address ( Abatement of all identified RACM must be conducted by an asbestos abatement contractor who is licensed by the State of Ohio. Payment for all work involved with the asbestos inspection/abatement process shall be paid for under the following pay items: ITEM 690E71000 SPECIAL - ASBESTOS ABATEMENT, INSPECTION, LUMP SUM ITEM 690E70140 SPECIAL - ASBESTOS ABATEMENT, INSULATION VERMICULITE, CU FT 2/1725/

201 ITEM 690E70100 SPECIAL - ASBESTOS ABATEMENT, FLOORING MATERIALS, SQ FT ITEM 690E70100 SPECIAL - ASBESTOS ABATEMENT, CEILING OR WALL MATERIALS, SQ FT ITEM 690E70100 SPECIAL - ASBESTOS ABATEMENT, ROOFING MATERIALS, SQ FT ITEM 690E70100 SPECIAL - ASBESTOS ABATEMENT, SIDING MATERIALS, SQ FT ITEM 690E70100 SPECIAL - ASBESTOS ABATEMENT, STUCCO, 5000 SQ FT ITEM 690E70120 SPECIAL - ASBESTOS ABATEMENT, PIPE INSULATION, 2 TAPE, 500 FT ITEM 690E70100 SPECIAL - ASBESTOS ABATEMENT, PIPE INSULATION, AIR CELL, 500 SQ FT ITEM 690E70100 SPECIAL - ASBESTOS ABATEMENT, PIPE INSULATION, TROWELED GASKET, 25 SQ FT ITEM 690E70120 SPECIAL - ASBESTOS ABATEMENT, DUCTWORK, TAPE, 500 FT ITEM 690E70100 SPECIAL MISC: ASBESTOS ABATEMENT, DUCTWORK, INSULATION, 500 SQ FT Bridge/Structure Asbestos - Notification Requirements Involving the Renovation and Demolition of Structures, as per OAC : The bridges on the project have not yet been inspected and tested for asbestos. Prior to demolition or renovation, the DBT is required to inspect each bridge slated for demolition or renovation for Regulated Asbestos Containing Material (RACM). The asbestos inspection must be conducted in accordance with the Ohio Administrative Code (OAC) and shall be performed by an Asbestos Hazard Evaluation Specialist (AHES), as per OAC (C). The inspection shall be performed on the entire structure, regardless of perceived impairments, and payment shall be included in the appropriate asbestos abatement bid item. The asbestos inspection should identify the presence of asbestos, including category I and category II non-friable asbestos-containing material, as per OAC Bulk samples shall be collected as per OAC (C)(09). All analytical methods must be in accordance to 40 CFR PART 763 Asbestos, Appendix E, Subpart E, Section 1; Polarized Light Microscopy (PLM), Interim Method of the Determination of Asbestos in Bulk Insulation Samples and/or Method for the Determination of Asbestos in Bulk Building Materials, EPA 600-R The DBT shall complete an Asbestos Review Report and submit this report for review with the OEPA. The DBT is then required to file an OEPA-Notification of Demolition and Renovation Form with Ohio EPA-Southwest Ohio Air Quality Agency (SWOAPC), located at 250 William Howard Taft Road, Cincinnati, Ohio , with attention to Mr. Ken Wilkens, with the Hamilton County Department of Environmental Services (HCDOES), at least 10 working days prior to the initiation of construction activities in order to coordinate asbestos notification requirements for this project. This form cannot be ed or faxed to OEPA or the delegated air authority. The 10-day notification is based upon all required paperwork either being received via US mail or being dropped off at their offices. (See Environmental-Appendix E - OEPA Notification of Demolition & Renovation Form) Mr. Wilkens may be contacted by telephone ( ) or ed (ken.wilkins@hamilton-co.org). The DBT will receive a copy of the authorization request which includes HCDOES s telephone number ( ) and web page address ( Abatement of all identified RACM must be conducted by an asbestos abatement contractor who is licensed by the State of Ohio. Payment for all work involved with the bridge asbestos inspection/abatement process shall be paid for under following pay items: ITEM 690E70100 SPECIAL- ASBESTOS ABATEMENT, MISCELLANIOUS MATERIALS, SQ FT ITEM 690E70120 SPECIAL - ASBESTOS ABATEMENT, UTILITY INSULATION, 500 FT 2/1725/

202 3.6.6 Asbestos Contaminated Debris & Solid Waste: Containment, Testing and Disposal of Asbestos Contaminated Debris/Solid Waste, as per OAC : All excavated materials deemed as potentially contaminated in the sites identified in the Phase I and Phase II ESA, provided in Environmental Appendix-F, will be stock piled within the project limits. In order to prevent contact with groundwater, surface, run-off/run-on and/or precipitation, all excavated materials will be stored on an impermeable membrane surrounded by bales of straw. All stockpiled materials will be tarped with plastic or other water-repellant devices to limit contact of excavated materials with precipitation and any other consequent leachate generation. The DBT shall provide the Department s Engineer with five (5) days notice prior to any excavations within the construction limits to permit for arranging any necessary testing services. The DBT is responsible for testing all stock piled material in accordance with the Department s Hazardous Waste Management Program Manual (HWMPM) as well as any other testing required by the specified landfill requirements and regulating agencies. The DBT shall provide all test results to the Department s Project Engineer. All stockpiled material shall remain on-site until analytical results are received by the Department s Engineer. Stockpiled materials will be characterized through the collection of one composite sample for each 100 cu. yds. of material. The composite sample will be collected in accordance with protocols established by the Division of State Fire Marshal s Bureau of Underground Storage Tanks Regulations (BUSTR) for the sampling of stockpiled materials. Each composite sample will be submitted to an independent laboratory for analysis of bulk asbestos content, ph (corrosivity), flash point (ignitability), reactive sulfide and cyanide (reactivity), concentrations of metals, volatile organic compounds (VOCs), and semi-volatile organic compounds (SVOCs) by the Toxicity Characteristic Leaching Procedure (TCLP). All stockpiled material providing tests results indicating a degree of contamination exceeding specified thresholds (as determined by the regulating agencies-oepa/local fire department/local health department), shall be placed in lined, leak proof, covered, roll-off boxes within the project limits. In accordance with OAC , the DBT shall properly handle, manage, transport and dispose of all of the excavated material that is considered unsuitable or surplus into a licensed (by the local health department) and permitted (by the OEPA) solid waste facility. In the event that none of the materials are characterized as hazardous waste (based on provided testing) all excess material shall be disposed of as asbestos contaminated debris. Copies of the analytical results and identification of the intended disposal facility will be submitted to the Ohio EPA prior to the removal of the material from the project site. All excess material will be disposed of in accordance with all applicable state and federal laws and regulations, including the ORC, Chapter Basis of Payment: The DBT shall furnish all of the labor, equipment and materials necessary to properly develop and comply with a SSHSP, excavate, store, test (for disposal), transport, and dispose of contaminated materials including any permits, approvals or fees within the limits identified. Work involving hazardous waste shall be paid for in accordance with the current ODOT CMS, Sections & The described work shall be paid for as a part of the following pay items: 2/1725/

203 ITEM 690E65000 SPECIAL- WORK INVOLVING NON-REGULATED MATERIALS, 100 TON ITEM 690E65002 SPECIAL- WORK INVOLVING HAZARDOUS WASTE, 500 TON ITEM 690E65010 SPECIAL -WORK INVOLVING SOLID WASTE, 3000 TON Control of Air Emissions, Leachate, Surface Water Run-On/Off, Explosive and Toxic Gas Migration, and the Protection of Ground Water as per OAC : This section applies to all materials deemed as potentially contaminated within the sites identified in the Phase I and Phase II ESA. Standard ODOT dust control measures shall be implemented as per the current ODOT CMS. All excavated materials shall be kept wet from the time of excavation until they are placed into the stockpile or lined roll-off containers and the stockpile or lined roll-off containers are covered in accordance to HCDOES guidelines. Any exposed materials in excavations (i.e., trench walls, side slopes, trench floors) will be visually evaluated for friability and dust generation potential and if appropriate, palliative measures undertaken for dust mitigation (i.e., application of water) within the limits of excavation. An Asbestos Hazard Evaluation Specialist, trained in the provisions of National Emission Standards for Hazardous Air Pollutants (NESHAP) (40 CFR Part 61, Subpart M) and certified by the Ohio Department of Health, will collect a minimum of three (3) ambient or background air samples in the project area and evaluate these samples for total particulates present in the work area, as well as asbestos content based upon either Phase Contrast Microscopy (PCM) or Transmission Electron Microscopy (TEM). On a daily basis during construction activities, the DBT, with the approval of the Department s Engineer, will establish monitoring stations within the work limits, and collect air samples at this station for analysis/testing of asbestos content by either PCM or TEM, depending on the overall level of particulates observed during construction activities. Should air monitoring test results indicate no exceedance of the Occupational Safety and Health Administration (OSHA) permissible exposure limits (PELs) for general construction through the first 21 days of excavation activities, monitoring for emissions of asbestos for the project site will be discontinued. The DBT shall comply with the provisions of the National Pollutant Discharge Elimination System (NPDES) permit for construction activities. Additionally, all potentially contaminated waters encountered during excavation activities shall remain in place (if practical) or shall be removed from the excavation and collected in temporary storage tanks and characterized for the presence of regulated constituents. Should laboratory analysis indicate that any collected waters contain concentrations of regulated constituents below the Outside Mixing Zone Average (OMZA) values under the Elsewhere column in Table 32-2 of OAC ( Ohio River water quality criteria for the protection of human health ), the Department will permit the DBT to discharge these waters back into the sewer system, in accordance with the NPDES. However, if any collected waters exceed the numeric criteria in Table 32-2 of OAC ; these waters will be transported off-site and disposed of in accordance with local, state and federal regulations Basis of Payment: The DBT shall furnish all of the labor, equipment and materials necessary to properly develop and comply with a SSHSP, handle, excavate, store, test (for disposal), transport, and dispose of the regulated 2/1725/

204 materials including any permits, approvals or fees within the limits identified. The described work shall be paid for as a part of the following pay items: ITEM 690E21000 SPECIAL- MISC: AIR EMISSION AND RUNOFF CONTROL, LUMP SUM Petroleum Contaminated Soils (PCS): There is a potential for encountering petroleum contaminated soils (PCS) at the following locations: A Gilbert Avenue, Shell Station B Reading Road, Marathon Station C. Syracuse/Fredonia multiple properties D. Blair Ave. /Delway multiple properties E Gilbert Avenue (former gas stations) F Gilbert Avenue (former gas station) G Reading Road (former gas station) and abutting parcel # In the event that PCS are encountered, the DBT must handle all excavated materials within the cited locations in accordance with the following stipulations: Material Sampling The DBT shall provide the Department s Engineer with ten (10) days notice, prior to beginning any excavation within the aforementioned limits to arrange for the necessary screening and segregation operations. All material excavated by the DBT during construction and within the specified limits shall be screened, segregated and tested by an inspector provided by the DBT and approved by the Department. Material Evaluation The inspector shall determine the regulatory classification of the specified excavated materials. The excavated materials may be classified into one or all of the following categories: Item Special (203.01) Work Involving Non-Regulated Material The inspector will determine if any of the excavated material is non-regulated. The work involved with this item includes developing and complying with a SSHSP, handling, storage, disposal and/or use of non-regulated materials. This material may be used as backfill or other project purposes, provided it meets all of the appropriate Department specifications. Item Special (203.03) Work Involving Petroleum Contaminated Soil (PCS) - The inspector will determine if any of the excavated material is PCS. The Department s Engineer will provide the DBT with the inspector s results. The DBT shall be responsible for obtaining all necessary permits and approvals in order to transport the material to a licensed (by the local health department) and permitted (by the Ohio Environmental Protection Agency) solid waste facility or a Petroleum Contaminated Soil Remediation Facility (PCSRF) for proper disposal or remediation. Prior to disposal the DBT shall contact the proposed facility to determine if there is any additional testing required for disposal or remediation at that facility. The costs for these tests are to be included as a part of this pay item. The work involved with this item includes developing and complying with a SSHSP, handling, storage, testing, disposal and remediation of PCS. When directed by the proposed facility, the DBT shall have an independent (Department approved) laboratory collect samples and test the excavated or stored materials for PCS disposal or remediation approval. Provided the PCS does not exceed the petroleum constituent 2/1725/

205 concentrations cited in the current ODOT-CMS, Item (2), it may be reused on site in accordance with OAC 1301: Temporary Storage of Contaminated Soils All excavated material, which is determined to be potentially contaminated petroleum substances, shall be stockpiled in an area provided by the DBT and approved by the Department s Engineer. The DBT shall stockpile the material in a leak proof, covered container provided by the DBT. The material shall remain on site until analytical results are received by the Department s Engineer. As an alternative, the DBT may temporarily store suspected contaminated soils on an impermeable membrane. The membrane shall be surrounded by bales of straw to prevent the suspect soils from coming into contact with the original soils. An impermeable membrane shall be placed over the stockpile to prevent contact with precipitation and/or surface run-off. The DBT may direct load the excavated materials into trucks or containers until a determination of proposed use is made by the Department s Engineer. Potential Dewatering of Excavated Areas In the event that contaminated, or other source contaminated, groundwater is encountered, during excavation operations within the proposed construction limits of the project, which require dewatering for construction purposes; the DBT shall dewater and then dispose of the captured water by methods approved of by the Department s Engineer. All water containerized by the DBT within the specified areas shall be subject to testing by a Department approved inspector provided by the DBT. The Department s Engineer will classify the water removed from the excavation into one of the following two categories: Non-Regulated Water: The Department s Engineer will determine if the water is non-regulated. The DBT will be responsible for disposal of the non-regulated water. The method for disposing of the non-regulated water shall be approved by the Department s Engineer. The work involved with this pay item includes handling, storage and disposal of the non-regulated water. Regulated Water: The Department s Engineer will determine if the water is regulated. The DBT will be responsible for disposal of the regulated water. The method for disposing of the regulated water shall be approved by the Department s Engineer. The work involved with this pay item includes handling, storage and disposal of the regulated water. General Requirement All transport vehicles used for the movement of regulated soils and/or water shall meet applicable federal, state and local regulations. The DBT shall maintain records (such as daily logs, landfill tickets, manifests, etc.) that document the source, movement and destination of each truck load of contaminated material. One copy of each of these records shall be submitted to the Department s Engineer Basis of Payment The DBT shall furnish all labor, equipment and materials necessary to properly develop a SSHSP, excavate, store, test (for disposal), transport and dispose of contaminated materials. This also includes any required approvals, fees and management of records within the specified areas. All described work in this section shall be paid for as a part of the following pay item: ITEM 690E65016 SPECIAL- WORK INVOLVING PETROLEUM CONTAMINATED SOILS, 1500 TON 2/1725/

206 3.6.9 Underground Storage Tanks (USTs): Based on the Phase I and II ESA, the potential to encounter both regulated and unregulated underground storage tanks (USTs) exist within the project limits. If encountered, they shall be removed in accordance with Item 202 of the current CMS. The described work shall be paid for as a part of the following pay item: ITEM 202E66500 UNDERGROUND STORAGE TANK REMOVED, 12 EACH Below is a table containing all known information regarding underground storage tanks within the construction limits. Table 3-1: Underground Storage Tank Information Site Underground Storage Tanks (USTs) Details #66 Joshua Land, Syracuse Two 500-gallon by former office One confirmed by driller, GPR did not identify any #66 Joshua Land One unknown size north of garage No access to area of UST, sample collected near pump, GPR unsuccessful #66 Joshua Land Not on BUSTR Database, property May be two 10k fiberglass tanks owner indicates that two 10k tanks and one pump on site (may only be one based on Phase II ESA Site visit and size of concrete pad) #254 Shell 2967 Gilbert Ave One 12k and one 20k To be avoided. See work restrictions per Section #1524 Former gas station 2935 Gilbert Ave Two to three USTs GPR confirmed Size of area is approximately 21 x Low Strength Mortar (LSM) Protection of Groundwater: Based on the Phase I and II ESA, in order to limit the potential for leachate migration, specifically for drainage features being installed in contaminated areas, the bedding around the proposed pipe shall be comprised of Item 613 Low Strength Mortar (LSM) as per the current ODOT CMS. The LSM shall extend from the bottom of the pipe trench to at least one level foot above the pipe. LSM may be used up to a depth of one foot below the proposed grade. No granular materials will be used in backfilling any drainage feature installations within any contaminated areas. Materials removed during trench excavation may be reused provided the conditions of CMS Item , CMS Item , and the Design Build Scope are met. Materials removed during trench excavation will be placed to a depth of approximately 1 foot below finished grade. For unpaved sections, the replaced waste materials will be topped with a 1 foot layer of clean fill, such that the excavated materials are re-capped following construction activities. Payment for work in this section will be included with the lump sum Drainage pay item. 2/1725/

207 3.7 Environmental Justice: In order to maintain local community connectivity, through multi-modal transportation options, the following transportation connections shall be installed: Pedestrian and bicycle accommodations: A 10-foot multi-purpose pathway will be provided along the north side of Martin Luther King Drive from Harvey Avenue/Vernon Place to just east of Gilbert Avenue. A 5-foot sidewalk will be provided along the south side of Martin Luther King Drive from Vernon Place/Harvey Avenue to just east of Gilbert Avenue. Sidewalks will be installed throughout the project that will tie into existing sidewalks on all side streets in the project area, providing direct connections into the neighborhoods in the area. Sidewalks will be provided along Martin Luther King Drive, Reading Road, Gilbert Avenue, Lincoln Avenue/University Avenue, Whittier Street, Van Buren Avenue, and Stanton Avenue. These sidewalks will tie into sidewalks on Hickman Avenue, Concordia Street, Foraker Avenue, Beecher Street, Buena Vista Place, Winslow Avenue, Bowman Terrace, Union Street, Bartle Avenue, Savoy Place, and Kerper Avenue. The access from Martin Luther King Drive to Van Buren Avenue (west of I-71) will be maintained through both new stairs and new sidewalk. The access from Martin Luther King Drive to Stanton (east of I-71) will be maintained through new stairs. ADA-compliant access from Martin Luther King Drive to Stanton Avenue (east of I-71) is currently provided along Beecher Street. Pedestrian crossing accommodations (including curb ramps and crosswalks) will be provided at all intersections. See Section 9 for additional requirements Fredonia Bridge Replacement: One of the most prominent comments received during the Public Involvement process was to maintain a connection over IR-71 to the existing industrial business district located along Fredonia Avenue on the west side of IR-71. See Sections 9 and 11 for additional requirements Union Street, Savoy Place, and Van Buren Avenue Connection: In order to provide this local neighborhood a connection to a signalized intersection on Reading Road via Whittier Street, a new roadway connection will be provided between Borrman Avenue and Van Buren Avenue. See Section 9 for additional requirements. 3.8 Permitting Requirements: The DBT shall construct the project in accordance with any and all applicable permits required for performing such work. This includes the permits described in the scope and any additional permits (i.e. OEPA Permits to Install (PTI)) needed that are not specifically identified in the scope. If not already 2/1725/

208 obtained by the Department, the DBT shall obtain all necessary permits and pay all charges, fees and taxes associated with these permits. The DBT shall be responsible for any fines levied by regulatory agencies as a result of their construction activities or non-compliance with any permit special or general conditions /401 USACE Waterway Permits There are no known jurisdictional waterways located within the project limits; and therefore, no impacts to jurisdictional waterways are expected. However, one stream, located east ofir-71, along Ramp F, and within close proximity to the proposed construction limits, has been identified as a jurisdictional water of the U.S. as defined by the U.S. Army Corps of Engineers. Should impacts to this waterway be required the DBT shall stop work in this area and contact the Department s Engineer immediately. At no time shall the DBT coordinate waterway permit issues directly with the permitting agencies unless directed to do so by the Department s Office of Environmental Services (OES). Work shall not commence within the waterway until the appropriate waterway permits have been obtained. The Department shall obtain the waterway permits within sixty (60) days of notification from the DBT National Pollutant Discharge Elimination System (NPDES) Permit The DBT shall minimize water sedimentation impacts through the use of Best Management Practices (BMPs) for soil erosion and sedimentation control. All temporary sediment and erosion control shall be the responsibility of the DBT. Refer to the Department s SS832, for developing the Storm Water Pollution Prevention Plan (SWPPP) and locating, furnishing, installing, and maintaining temporary sediment and erosion control. The SWPPP shall be in place prior to the initiation of any earth disturbing activity (EDA). For information about OEPA's NPDES permit requirements see and or Prior to any project related EDA taking place, the DBT shall submit to the Department, the total number of acres requiring EDA. Within 10 days of the Department receiving this information from the DBT, the Department shall submit a Notice of Intent (NOI) to OEPA for the project. The DBT is required to be a copermittee. Earth disturbing activity is not permitted prior to the OEPA issuance of a Facility Permit Number and fully executed co-permittee form. The DBT may submit their OPEA NOI electronically or with a paper form. Approval from OEPA takes 21 days and the Department has 10 days to file the NOI, therefore, these 31 days shall be accounted for within the project schedule. (See Environmental Appendix-F). Items used to implement the DBT s Erosion Control requirements are paid as per SS832 and are included in the DBT s proposal as a non-bid reference number. Payments for erosion control items which exceed the non-bid amount will be made by an Extra Work Change Order, as per Section of the current ODOT CMS. The specified unit prices in SS832 are fixed for the contract and may not be negotiated or adjusted for inflation or claimed changed conditions. This described work shall be paid for under the following pay item: 2/1725/

209 ITEM 832E99100 SPECIAL CONSTRUCTION EROSION CONTROL EACH Floodplain Impacts According to the FEMA Map Index, FM39061C0238E & FM39061C0219E are the FIRM maps associated with the project area. Printed versions of these maps are not available as the project area does not impact a 100-year FEMA protected floodplain. (See Environmental Appendix-D) 3.9 Public Involvement See Section 1 for additional requirements. 4 Utilities 4.1 General The DBT shall be responsible for coordination with the owners of all utility facilities affected by the project. The resolution of any conflicts between utility facilities and the construction of the project shall be the responsibility of the DBT. A. Any required relocation of public utility facilities shall be included in the DBT s bid (cost) and schedule. This work includes relocation of Greater Cincinnati Water Works (GCWW), Cincinnati Metropolitan Sewer District (MSD) and Cincinnati Storm Water Management (SMU) and City of Cincinnati owned facilities. Refer to Section 14 for Lighting and Signal bidding requirements and Section 14 for ITS bidding requirements. B. ODOT has initiated coordination efforts with specific private/investor owned utility companies having known conflicts with the project. The DBT shall be responsible for coordination with the private/investor owned utility facility owners as described in the scope. C. The DBT is responsible for all coordination and schedule risk for relocation of private/investor owned utility facilities, except as described in Section Deadlines and Delays. D. The DBT shall submit a listing of all utility facilities required to be relocated by the DBT s proposed work as part of each buildable unit submission. The Department will make all determinations of compensable rights related to utility facility design, relocation, modification and construction. Except as specifically indicated in the contract documents, no additional compensation or time will be granted for any delays, inconveniences, or damages sustained by the DBT due to interference from utility facilities or utility facility relocations. 4.2 Governing Regulations for Utility Design and Construction Any utility relocation work performed by the DBT shall be consistent with ODOT s utility relocation process. This work shall also be consistent with the utility owner s reasonable, written specifications, 2/1725/

210 standards of practice and construction methods, as well as any applicable ODOT, and City of Cincinnati permit requirements. The plans for the design of the utility work shall show at the minimum the following information: existing topography, right-of-way, lanes of travel and the location of the utilities. When the DBT develops utility relocation plans, these plans shall be subject to review by ODOT, the City of Cincinnati, and the involved utility, as applicable. Section 1.3 identifies specifications related to the design and construction of underground water lines, storm and sanitary sewers. All utility design, relocation, modification and construction shall be performed in accordance with these specifications or accepted industry standards as applicable. In the event of a conflict among the standards listed in Section 1.3 related to design, construction, modification or relocation of public utilities (of Greater Cincinnati Water Works (GCWW), Cincinnati Metropolitan Sewer District (MSD) and Cincinnati Storm Water Management (SMU) and City of Cincinnati), the most restrictive standard released on for before January 30, 2014 shall take precedence. In the event of a conflict among the standards listed in Section 1.3 related to design, construction, modification or relocation of private/investor owned utilities and accepted industry standards, the most restrictive standard shall take precedence. 4.3 Utility Contacts The following named utility owners maintain and operate utility facilities within the project limits. Currently available contact information is provided for each. FIBER: AT&T FIBER OPTICS (TRANSMISSION) 4435 AICHOLTZ ROAD, SUITE 300 CINCINNATI, OH CONTACT: JEFF BALLINGER PHONE: MCI/VERIZON 120 RAVINE ST AKRON, OH CONTACT: AL GUEST PHONE: WALNUT HILLS AREA COUNCIL (CLARENCE TAYLOR - COUNCIL PRESEIDENT) WINDSTREAM (formerly KDL) 1925 ENTERPRISE PKWY TWINSBURG, OHIO CONTACT: DOUGLAS H NELISSE PHONE: DUKE ENERGY TELECOM 2/1725/

211 139 E. FOURTH ST. CINCINNATI, OH CONTACT: CHRIS GEE PHONE: ELECTRIC: DUKE ENERGY CORP 5445 AUDRO DRIVE CINCINNATI, OH CONTACT: DAVE BOSSE PHONE: DUKE ENERGY CORP (DISTRIBUTION) 139 EAST 4TH ST, ROOM 467A CINCINNATI, OH CONTACT: AARON WRIGHT PHONE: MOBILE: DUKE ENERGY CORP (TRANSMISSION) 139 EAST 4TH ST, ROOM 562 CINCINNATI, OH CONTACT: MARK HELTZER, PE PHONE: GAS: DUKE ENERGY CORP (GAS) 139 EAST 4TH ST, ROOM 460A CINCINNATI, OH CONTACT: LAURA MATE PHONE: TELEPHONE: CINCINNATI BELL TELEPHONE 221 EAST 4TH ST BUILDING CINCINNATI, OH CONTACT: MARK CONNER PHONE: CATV: TIME WARNER CABLE 2/1725/

212 11252 CORNELL PARK DR CINCINNATI, OH CONTACT: KENT RIEGER PHONE: WATER: CINCINNATI WATER WORKS 4747 SPRING GROVE AVE CINCINNATI, OH CONTACT: JON HUNSEDER, PE PHONE: SEWER: METROPOLITAN SEWER DISTRICT OF GREATER CINCINNATI 1600 GEST ST CINCINNATI, OH CONTACT: ROB FRANKLIN PHONE: CITY: CITY OF CINCINNATI COMMUNICATION TECHNOLOGY SYSTEMS 805 CENTRAL AVE, SUITE 150 CINCINNATI, OH CONTACT: JACK JOHNSON PHONE: CITY OF CINCINNATI - DEPARTMENT OF TRANSPORTATION ENGINEERING ROOM 450, CITY HALL 801 PLUM ST CINCINNATI, OH CONTACT: JOHN BRAZINA PHONE: CITY OF CINCINNATI DEPARTMENT OF TRANSPORTATION ENGINEERING - TRAFFIC SIGNALS 801 PLUM ST, ROOM 320 CINCINNATI, OH CONTACT: JEFFREY E. WILHOIT, P.E. PHONE: CITY OF CINCINNATI - STREET LIGHTING 801 PLUM ST, ROOM 320 2/1725/

213 CINCINNATI, OH CONTACT: ROY A. JONES, P.E. PHONE: LIGHTING: The DBT shall coordinate with the Department as per Section 14. ITS: ITS (Formerly ARTIMIS) ODOT CENTRAL OFFICE OF TRAFFIC ENGINEERING 1980 WEST BROAD STREET COLUMBUS, OH CONTACT: JASON M. YERAY, P.E. PHONE: The DBT shall coordinate with the Department as per Section 14. STORMWATER: METROPOLITAN SEWER DISTRICT OF GREATER CINCINNATI (FOR CINCINNATI STORMWATER MANAGEMENT UTILITY) 1600 GEST ST CINCINNATI, OH CONTACT: ANDREW STORER PHONE: Utility coordination Known relocations are identified in Section 5.4. Additional relocations shall be identified by the DBT. The DBT shall design the project to minimize the scope and extent of additional relocations, where possible. When relocations are necessary, coordination of these relocations with the involved utility shall be the responsibility of the DBT. Only those utility facilities immediately affected by the proposed construction shall be relocated or adjusted. If the DBT desires the temporary or permanent adjustment of the utilities for their benefit, they shall conduct all negotiations with the utility owners and pay all costs associated with the adjustment. The DBT shall assume all schedule impacts from these relocations or adjustments. The DBT shall: a. Identify and contact the owners of all utilities within the project area to verify the nature, extent and location of their existing facilities b. Identify all impacted utility facilities c. Provide all project construction plans, SUE and geotechnical information to these utilities 2/1725/

214 d. Coordinate all work with the affected utility owners e. Schedule and conduct coordination meetings during design and construction The DBT shall be responsible for maintaining and updating the Utility Impacts Matrices to reflect their design. The Utility Impact Matrices shall be updated, at least monthly, by the DBT as necessary during the course of plan development. The DBT shall make their updated matrices available to affected utility owners, ODOT s District Utility Coordinator and Engineer. The DBT is responsible for establishing a schedule of utility coordination meetings commensurate with the complexity of each utility s relocation issues. The DBT shall notify the ODOT District Utility Coordinator at least three (3) Business Days in advance of each of the meetings. The ODOT District Utility Coordinator will participate as necessary. The DBT is responsible for keeping meeting minutes and providing this documentation to ODOT within two (2) Business Days following each meeting. The DBT shall copy the ODOT s District Utility Coordinator and Engineer on all correspondence related to utility facilities. The cost of all utility coordination shall be bid as a Lump Sum ITEM 107E99000 SPECIAL UTILITY COORDINATION. The following flowcharts provide guidance on utility facility relocations identified after contract award: 2/1725/

215 Figure 5-1: Utility Relocation Flowchart 2/1725/

216 Figure 5-2: Utility Relocation Flowchart - Public 2/1725/

217 Figure 5-3: Utility Relocation Flowchart Private/Investor Owned 2/1725/