Exhibit A Mn/DOT Contract No

Size: px
Start display at page:

Download "Exhibit A Mn/DOT Contract No"

Transcription

1 Exhibit A Mn/DOT Contract No SCOPE OF WORK AND DELIVERABLES Preliminary Design Red Wing US 63 Bridge and Approach Roadways State Project (SP) SCOPE OVERVIEW... 2 SCHEDULE... 2 PROJECT TASK LIST... 3 TASK A - PROJECT MANAGEMENT... 3 TASK B - PUBLIC AND AGENCY INVOLVEMENT... 3 TASK C - DATA COLLECTION AND ANALYSIS... 4 TASK D - SCOPING... 5 TASK E - BRIDGE FEASIBILITY STUDY AND CONCEPT EVALUATION... 6 TASK F - ALTERNATIVE SELECTION... 7 TASK G - PRELIMINARY GEOMETRIC LAYOUT... 7 TASK H - ENVIRONMENTAL DOCUMENTS... 7 TASK I - FINAL GEOMETRIC LAYOUT... 7 TASK J - PRELIMINARY BRIDGE DESIGN AND PLAN PREPARATION... 7 TASK K - COST ESTIMATING... 8 TASK L - STAGING PLAN... 8 TASK M - DESIGN MEMORANDUM... 8 TASK N - MUNICIPAL APPROVAL OF FINAL LAYOUT & OFFICIAL MAPPING... 8 Scope of Work and Deliverables: Preliminary Design for Red Wing US TH 63 Bridge and Approach Roadways 1

2 SCOPE OVERVIEW Exhibit A Mn/DOT Contract No The State of Minnesota is proceeding with development of the Red Wing Bridge and Route Improvement Project through the preliminary design phase. The Red Wing Bridge and Route Improvement Project includes US Highway 63 (US 63) Bridge No over the Mississippi River and Bridge No over US Highway 61 (US 61), as well as the highway connections to US 61, Minnesota Trunk Highway 58 (TH 58), and approach roadways in the State of Wisconsin. This scope of work includes the following components: 1. All tasks necessary to complete scoping and environmental documentation for the bridges, highway connections, and approach roadways, including proposed roadway/route improvements within the City of Red Wing and in the State of Wisconsin (if necessary). An Environmental Assessment (EA) document will be assumed as the basis for beginning preliminary design. 2. All tasks necessary to complete preliminary design for the approach roadways and conceptual study of roadway/route improvements within the City of Red Wing and in the State of Wisconsin (if necessary). 3. All preliminary bridge engineering required to complete preliminary plans and/or bridge type selection for rehabilitation or replacement of Bridge Nos and All preliminary bridge engineering required to complete the bridge type selection for other approach bridges (if necessary), and the location and profile establishment for the design of the approach roadways. Contractor will complete all necessary scoping, project management, public involvement, environmental impact investigation and documentation, traffic engineering, staging considerations, lifecycle cost determination, preliminary geometric layout, value engineering support, and other data collection required to determine a preferred alternative for rehabilitation or replacement of Bridge No. 9040, a preferred alternative for rehabilitation, replacement, or elimination of Bridge No. 9103, and a preferred alternative for the approach roadways/route improvements and bridges in the project area. Contractor will present to State for approval all deliverables resulting from these tasks. In addition, Contractor will complete all necessary work to produce a preliminary structure plan for rehabilitation or replacement of Bridge No and Bridge No. 9103, a final geometric layout for the approach alignments and a preliminary staging plan for constructing the project. Bridges in the approach roadways will be identified as to length, width, number of spans, and type of structure. Contractor is required to assist State s Project Manager with project coordination among responsible government agencies and other stakeholders. Extensive coordination will be required with Mn/DOT s District 6 Office and the Mn/DOT s Bridge Office staff. Coordination with other State functional areas will also be required. External coordination is also anticipated to be extensive and will include several federal, State and local governmental units. Schedule (Unless otherwise identified below, dates for milestones will be as determined in the baseline critical path schedule submitted following contract execution): TAC meetings... initial meeting within 30 days of contract execution Scoping Meeting(s) Environmental Agency Workshop Bridge Feasibility Study Report... February 2013 Preliminary Structure Recommendations & Staging Considerations Preliminary Roadway Approach Concept Recommendations Preliminary Geometric Layout & Value Engineering... June 2013 EA Documents... November 2013 Final Geometric Layout Preliminary Bridge Design & Structure Recommendations... January 2014 Preliminary Staging Plan Design Memorandum... February 2014 Municipal Consent Official Map... May 2014 Final Delivery of all project documents... June 2014 Scope of Work and Deliverables: Preliminary Design for Red Wing US TH 63 Bridge and Approach Roadways 2

3 Exhibit A Mn/DOT Contract No PROJECT TASK LIST Contractor will complete the following tasks, as described below in the Scope of Work and Deliverables: A. Project Management B. Public and Agency Involvement C. Data Collection and Analysis 1. Traffic 2. Surveys 3. Wetlands and Hydraulics 4. Utilities D. Scoping E. Preliminary Roadway Concept, Structure Recommendations, Staging Considerations F. Alternatives Analysis, Selection and Coordination G. Preliminary Geometric Layout and Value Engineering H. Environmental Documents I. Final Geometric Layout J. Preliminary Bridge Design and Structure Recommendations K. Cost Estimating L. Preliminary Staging Plan M. Design Memorandum N. Municipal Approval of Final Layout & Official Mapping Task A - Project Management Contractor will perform all project management duties deemed necessary to effectively manage the scope, schedule, budget, and quality of the project. This task includes all project coordination (meeting facilitation and follow-up activities), tool development (Project Instructions, Gantt Charts, Work Plans, and a Quality Assurance Plan), and QA/QC functions. This task also includes monthly progress reports, invoices, file keeping and all other nontechnical work necessary to ensure all the project tasks are completed on time and within budget. Contractor will submit a baseline critical path schedule detailing task start dates/durations. Project Management Plan State will provide Contractor with an initial Project Management Plan (PMP). The PMP will be a living document that Contractor will be responsible for updating when project changes occur that impact project scope, schedule, budget, quality, risk, and/or resources. Contractor will be responsible for providing an official update to the PMP on an annual basis. The PMP shall document: (A) the procedures and processes that are in effect to provide timely information to the project decision makers to effectively manage the scope, costs, schedules, and quality of, and the Federal requirements applicable to, the project; and (B) the role of the agency leadership and management team in the delivery of the project. FHWA guidance for preparation of a PMP can be found at the following link: Risk Management - State will provide Contractor with an initial Risk Register. Contractor will actively manage risk through project development using a collaborative effort with the project stakeholders. Contractor will continually update the Risk Register to use as a tool in managing project risk. FHWA guidance for risk management tools can be found at the following link: Task B - Public and Agency Involvement State expects this project to require a significant amount of public, stakeholder, and agency involvement throughout the duration of the preliminary design phase. Contractor will be responsible for the majority of the public involvement/public relations efforts, with State oversight. Scope of Work and Deliverables: Preliminary Design for Red Wing US TH 63 Bridge and Approach Roadways 3

4 Exhibit A Mn/DOT Contract No State intends to use this project as a Pilot Project to implement several new initiatives to guide the public and executive involvement process. These initiatives will ensure that all stakeholders interests are considered and that the "right project" is developed based on the given environmental, financial, and other constraints. Some examples of these initiatives include In This Together, Complete Streets, Livability, Context Sensitive Solutions, Flexibility in Design, and Sustainability. State will provide guidance and assistance for Contractor to integrate certain initiatives into the project development process, as appropriate. Task B.1: Public Involvement Plan -Contractor will provide a Public Involvement Plan that supports State in developing and maintaining a consistent level of public communication with the goal of establishing trust, public awareness and understanding of the Project. Activities described in Contractor s Public Involvement Plan will be implemented and managed by Contractor. Contractor will meet with State, public and other appropriate representatives to prepare, modify, implement, and evaluate Contractor s Public Involvement Plan. Task B.2: Public Facilitator - Contractor will provide a Public Facilitator to assess and guide public involvement for the Project. State places a high level of importance on public involvement for the Project due to the complexity, constraints, and sensitive areas of the Project, as well as the number of stakeholders. The designated Public Facilitator will implement collaborative and innovative techniques to facilitate public involvement. Task B.3: Meetings - Contractor will prepare for and facilitate all meetings necessary to engage the public and stakeholders in the project and to gain acceptance of the preferred alternative. These meetings include, but are not limited to, an environmental agency kick-off workshop, environmental agency progress review meetings, additional agency meetings, public information meetings, meetings with local landowners, business owners, and residents, and meetings with other stakeholders, as necessary. Task B.4: Visual Quality Planning Process - Contractor will conduct all Work necessary to meet visual quality management requirements, including establishing a Visual Quality Advisory Committee, producing a Visual Quality Manual, and providing graphics and animations for public and agency involvement. Contractor will implement a public Visual Quality Planning Process that incorporates ongoing agency, stakeholder, and public input through the representatives on the Visual Quality Advisory Committee. Acceptable visual quality planning employs a systematic process that explores, documents, and illustrates consensus decision-making by recommending feasible design solutions and options that successfully avoid, minimize, or reduce adverse visual impacts while further enhancing elements of existing visual quality. Contractor shall provide graphic support to capture ideas and concepts brought forth during the visual quality planning process. Visual Quality Manual Contractor will prepare a Visual Quality Manual (VQM) with sufficient detail to successfully communicate design intent for the final design and construction of the project. The VQM shall document the results and outcomes of the Visual Quality Planning Process and of the VQAC's work. The VQM shall include design guidelines, directives, and recommendations documented by plan layouts, elevations, sections, and details drawn to scale, and text annotations with design intent and/or construction directives. Information on cost analysis comparisons and maintenance requirements will be included. Graphic Support and Animation - Contractor will produce up to 24 visualizations (photo renderings, drawings, computer-generated images, etc.) to portray all elements defined in the VQM. These visualizations include plan, elevation, isometric, and perspective views, and details of portions of the project and/or individual elements. Contractor will produce up to three 3-D animations of the corridor. The animations will be developed using information gathered during the Visual Quality Planning Process and the preparation of the VQM. Contractor will produce all graphic information, including sketches and 2-D drawings, required for 3-D animation. Task C - Data Collection and Analysis Task C.1: Traffic Projections and Modeling Contractor will project year 2022, 2042, & 2072 intersection turning movements, roadway ADTs, and equivalent single axle loads (ESALs) for the study area intersections and roadways for each of the concepts developed in Task E. Contractor will utilize the projections to recommend lane and turn lane numbers and lengths for the concepts. State will provide existing intersection turning movements and roadway ADTs, as well as 2022, 2042, & 2072 ADT forecasts for all of the existing roadways in the study area. Contractor will perform traffic analysis utilizing Synchro/SimTraffic software to project the study area intersection delays, level of service (LOS), and queuing for years 2022 & Scope of Work and Deliverables: Preliminary Design for Red Wing US TH 63 Bridge and Approach Roadways 4

5 Exhibit A Mn/DOT Contract No Task C.2: Location Surveys - Contractor will conduct up to 120 hours of location survey work to check on critical locations involving such features as utilities, property boundaries, or other factors to determine engineering or environmental feasibility. Survey information will be provided in formats for incorporation into base mapping. Task C.3: Wetland and Other Water Features Surveys - Contractor will conduct surveys of wetlands and other water features, to an accuracy of +/- 2 feet, in order to record the type and boundaries of each type delineated along the Preferred Alternative. Task C.4: Drainage Surveys - Contractor will perform field survey work on the Preferred Alternative alignment for the provision of data to be used in this Scope of Work. Contractor will field verify all existing ditch grades, culverts and storm sewers in the project area that may immediately impact drainage to, on and from the proposed right of way of the Preferred Alternative alignment. Culvert surveys will include culvert sizes, locations, types, condition and invert elevations. Task C.5: Preliminary Hydraulics - Contractor will provide mapping and analyses of the basic surface water management features for all alternatives considered. This includes data collection and review, determination of watersheds greater than 100 acres, drainage areas affecting highway and bridge facilities, major water crossings, potential pond locations, existing and preliminary proposed impervious area and water quality volumes, and hydraulic studies for above items, as deemed necessary for performing environmental studies for alternatives. Task C.6: Detailed Hydraulic Analysis - Contractor will conduct a hydraulic study on the Preferred Alternative alignment consistent with the policies of the Mn/DOT Drainage Manual. This includes, but is not limited to, determination of preliminary sizes and locations of side road bridges, culverts, drop inlets, and other drainage structures, as well as erosion control recommendations. Data, maps, and a summary of analyses shall be provided in a Preliminary Hydraulic Report and Hydraulic Study Technical Memo. NOTE: For drainage features located in Wisconsin, the drainage design will be in conformance with the WisDOT Facilities Development Manual (FDM). Task C.7: Utilities Analysis - Contractor will conduct a utilities analysis on the Preferred Alternative alignment including: 1) data collection 2) review invoice utility information 3) create utility owner database 4) survey significant in-place utilities 5) identify major utility impacts 6) prepare utility exhibits. NOTE: Utility Coordination for facilities located in Wisconsin will follow the Trans 220 process. Task C.8: Topographic Surveys Contractor will conduct additional surveys determined to be needed to complete the project, based upon examination of State delivered survey data. State will provide a photographic base map with a digital terrain model and will provide existing alignments of all roadways, bridges, and inplace right-of-way. Task C.9: Bridge Surveys Contractor will augment State supplied data with bridge survey as needed to support bridge studies and preliminary bridge design. State will provide the underwater river topography (bathymetry). Task C.10: Bridge Hydraulic Analysis State will conduct all hydraulic analyses required to support preliminary bridge design, coordination with permitting agencies and the preparation of environmental documentation. State will prepare a Bridge Hydraulics Letter for the preferred alternative. Task C.11: Foundation Investigation State will conduct all geotechnical field work required to support bridge studies and preliminary bridge design. State will supply foundation data to Contractor and produce the Foundation Analysis and Design Recommendations (FADR). Task D - Scoping Contractor will meet with State and selected Stakeholder representatives to determine the Project Purpose and Need, define the general Project Limits, discuss and evaluate the range of feasible alternatives, determine SEE issues to address, etc. Based on information discussed and gathered at the Scoping and Public Information meetings, State will provide guidance regarding the Environmental Document for the Project. Scope of Work and Deliverables: Preliminary Design for Red Wing US TH 63 Bridge and Approach Roadways 5

6 Task E - Bridge Feasibility Study and Concept Evaluation Exhibit A Mn/DOT Contract No Contractor will conduct a study of feasible bridge and alignment options to support the selection of a preferred bridge alternative for the river bridge, and the bridge over US TH 61, if necessary. This includes options for rehabilitating either existing bridge, including rehabilitation that preserves the eligibility of Bridge 9103 for the National Register of Historic Places (NRHP), which it has been determined to be eligible for. Task E.1: Bridge Feasibility Study Concurrent with preliminary transportation, social and environmental review, Contractor will identify the most promising and practical alternatives for the rehabilitation or replacement of Bridge No. 9040, and rehabilitation, replacement, or elimination of Bridge No Task E1.1 Bridge 9040 Rehabilitation Alternative Based on the observed condition of the bridge during the field inspection, the safety inspection reports, the bridge ratings and the required typical section to meet the project need, Contractor will create a Repair Recommendation Report for the approach spans. The proposed repairs will include an evaluation and recommendation of what is structurally necessary to preserve and/or strengthen the existing approach spans versus the complete replacement of the approach spans. The strength evaluation limits will be developed with guidance from Mn/DOT. The report will summarize Contractor s proposed repairs. A Repair Recommendation Report for the main spans will be completed jointly by Contractor and State. State will provide recommendations for proposed repairs to non-truss elements (substructures, bridge deck, bearings, joints, and paint system), along with a summary of truss members that have inadequate load capacity. Contractor will develop recommendations (repair or replacement strategies) for all truss members that need strengthening, and add those recommendations as a supplement to the Repair Recommendation Report provided by State. Task E1.2 Bridge 9103 Rehabilitation Alternative Based on the observed condition of the bridge during the field inspection, the safety inspection reports, the bridge ratings, and the bridge typical section, Contractor will create a Repair Recommendation Report for the bridge. The typical section for the bridge will be developed with guidance from Mn/DOT and will be based on project needs, applicable design standards, and consideration of the bridge s historic designation. The proposed repairs will include an evaluation and recommendation of what is structurally necessary to preserve the existing bridge. The report will summarize Contractor s proposed repairs. Contractor will develop cost estimates for each Bridge Rehabilitation Alternative. Contractor will conduct a methodical screening of feasible bridge rehabilitation or replacement options, with the goal of establishing a shortlist of the most promising and practical options to be carried forward for more detailed analysis. Contractor will identify alternatives which support the project purpose and need with consideration of key project goals and constraints. This feasibility study will include bridge and project cost estimates along with an assessment of risks. The level of accuracy of the cost estimates will be appropriate for planning-level analysis and decision making. Contractor will make use of project coordination meetings, public and agency involvement efforts and preliminary bridge engineering in a study of feasible bridge options. An appropriate level of engineering is expected at this phase to establish the geometrics, member sizes and impacts on other project elements. Task E.2: Bridge Concept Evaluation Contractor will identify all feasible bridge alternatives, and conduct comprehensive evaluations of the three to five most cost-effective alternatives for Bridge No and the two to three most cost-effective alternatives for Bridge No (identified in Task E.1), including the rehabilitation alternatives, to establish a basis for comparison and support the selection of the preferred alternatives. Contractor will evaluate bridge alternatives for their impact on traffic/construction staging, with consideration of Accelerated Bridge Construction (ABC) techniques to achieve the desired outcomes. The expected outcome of Task E.2 is a Concept Evaluation Report which presents the shortlisted bridge options with associated scoping-level costs, summarizes the merits and disadvantages of each option and outlines a process for alternative selection. Scope of Work and Deliverables: Preliminary Design for Red Wing US TH 63 Bridge and Approach Roadways 6

7 Task F - Alternative Selection Exhibit A Mn/DOT Contract No.: Using the Concept Evaluation Report and alternative selection process established in Task E, Contractor will facilitate all required discussions and workshops to select a preferred alternative for the rehabilitation or replacement of Bridge No. 9040, the rehabilitation, replacement, or elimination of Bridge No. 9103, and the associated roadway approaches (may also include system improvements on US TH 63, US TH 61 and/or MN TH 58 in Red Wing). Task G - Preliminary Geometric Layout Contractor will complete the Preliminary Bridge Geometric Layout and Preliminary Roadway Geometric Layout. Contractor will prepare and analyze roadway alignment alternatives for the project area to include intersection, access, and roadway connections in downtown Red Wing and in Wisconsin. Contractor will develop and evaluate each concept alternative for compliance with Mn/DOT desirable geometric standards, utilizing strategies to avoid and/or minimize impacts to resources and right-of-way acquisition and to address context sensitive design. This evaluation will include turning path analysis, Level of Service analysis, and traffic simulation for existing and projected traffic volumes. Contractor will summarize the concept alternatives evaluated, and summarize the rationale for selection of the preferred alternative. Upon approval of a preferred alternative, Contractor will provide a Preliminary Geometric Layout, profiles and preliminary cross-sections for State review. The Preliminary Geometric Layout will include all bridges to conduct US TH 63 traffic over the Mississippi River, US TH 61, the railroad, Island Campground & Marina, and all connecting roadways and accesses. State will then provide comments to Contractor to be incorporated into the Preliminary Geometric Layout. State will furnish pavement recommendations (Materials Recommendation Letter). State will conduct a Value Engineering (VE) Analysis of the Preliminary Geometric Layout and Preferred Bridge Alternative independent of this contract. Task includes providing necessary support and materials for VE Analysis. Task H - Environmental Documents Contractor will conduct all analyses and prepare all documents necessary to complete the Environmental Review process. This work includes all environmental documentation coupled with agency and public involvement required for this project. Contractor is responsible for all reference and guidance material necessary for covering objectives, background, purpose, content format and processing. This includes supporting the Cultural Resources Investigations and Contaminated Site Investigations, Threatened & Endangered Species determination, DNR Questionnaire Response Letter, and mussel survey, which will all be completed by State. Mn/DOT CRU will be managing all Cultural Resources work and coordination. Contractor will provide proposed design information, layouts, and exhibits as required to assist Mn/DOT Cultural Resources with their investigation. Bridges 9040 and 9103 have both been reviewed for eligibility for the National Register of Historic Places. The determination for Bridge No was used that the bridge is NOT eligible for the National Register, whereas Bridge No IS eligible for the National Register. If it is determined that Bridge No cannot be rehabilitated in a manner that preserves its eligibility, Mn/DOT CRU and its consultants will conduct a study to determine the potential effect of the proposed project on the structure. Task I - Final Geometric Layout Contractor will prepare a Final Layout for State signature. Included with the Final Layout will be profiles, preliminary cross sections at 100 foot intervals, construction limits, bridge information, wall information, turning path diagrams and any other elements necessary for plan preparation and right-of-way acquisition. Submission of Final Geometric Layout will include construction limits map. Task J - Preliminary Bridge Design and Plan Preparation Upon approval of the preferred alternative by State, Contractor will conduct preliminary bridge design and prepare a Preliminary Bridge Plan. Contractor will perform necessary engineering and design to finalize the size, location and geometrics of the preferred bridge alternative. Contractor will perform bridge survey work, bridge hydraulics analysis, aesthetic design, and preliminary bridge cost estimates. Preliminary Bridge Plans and Preliminary Bridge Estimates will be submitted to State for signature. 7

8 Task K - Cost Estimating Exhibit A Mn/DOT Contract No.: Contractor will prepare cost estimates as required for evaluation of the alternatives and project programming. Contractor will complete the cost estimates in three stages: Planning-level cost estimates (for inclusion in the Feasibility Report), Scoping-level cost estimates (for inclusion in the Concept Evaluation Report and Cost Estimate Memorandum), and Preliminary Road and Bridge Cost Estimates. A benefit-cost analysis and lifecycle cost analysis for each build alternative in the environmental document will also be required. Task L - Staging Plan Contractor will prepare a preliminary staging plan outlining the travel routes for traffic through the project during the various phases of the project. This will include a plan for switching traffic from the existing lanes onto the newly constructed lanes and will identify traffic control devices needed for the staging, as well as traffic capacity, design speed and lane width. Contractor will prepare a Traffic Management Plan detailing how all modes of traffic will move through the project during construction. Task M - Design Memorandum Contractor will conduct all tasks necessary to document the major design features of the selected project alternative. The PDM will address basic design criteria and any design exceptions to the standards, as well as justification for any design exceptions. Task includes preparation of a design memorandum for bridge aesthetics. Task N - Municipal Approval of Final Layout & Official Mapping Contractor is responsible for the preparation of all materials required to gain Municipal Consent and endorsement of the Official Map. Contractor will attend meetings at local jurisdictions, present information, and provide technical assistance during the consideration of the Final Geometric Layout and Official Map. THE BALANCE OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK. 8