MDX PROCUREMENT/CONTRACT NO.: RFP MDX WORK PROGRAM NO.:

Size: px
Start display at page:

Download "MDX PROCUREMENT/CONTRACT NO.: RFP MDX WORK PROGRAM NO.:"

Transcription

1 MDX PROCUREMENT/CONTRACT NO.: RFP MDX WORK PROGRAM NO.: MDX PROJECT/SERVICE TITLE: DESIGN-BUILD SERVICES FOR SR 836 OPERATIONAL, CAPACITY AND EXHIBIT A DESIGN-BUILD SCOPE OF SERVICES REVISED

2 TABLE OF CONTENTS 1 SCOPE OF SERVICES, PROJECT REQUIREMENTS AND PROVISIONS FOR WORK PROJECT DESCRIPTION General Roles and Responsibilities PROJECT REQUIREMENTS AND PROVISIONS FOR WORK Governing Regulations Roadway Design Activities Drainage Design Activities Structural Design Activities Geotechnical Services Signing and Pavement Marking Design Activities Signalization Design Activities Roadway Lighting Design Activities Intelligent Transportation Systems (ITS) Toll Collection Infrastructure Assessment for Toll Collection Interruption ENVIRONMENTAL PERMITS Financial Responsibilities Storm Water and Surface Water Permits MIAMI-DADE COUNTY AVIATION DEPARTMENT SURVEY SOUND BARRIERS Public Involvement Outdoor Advertising Barrier Material Optional Services-Transparent Noise Barriers VERIFICATION OF EXISTING CONDITIONS SUBMITTALS Plans and Calculations Project Schedule Design Task/Schedule Design Plans and Design Documentation As Built Plans Shop Drawings CONTRACT DURATION KEY PERSONNEL/STAFFING Exhibit A, Design-Build Scope of Services Revised Page i

3 1.11 MEETINGS AND PROGRESS REPORTING PUBLIC INVOLVEMENT General Community Awareness Public Meetings Public Workshops, Information Meetings Public Involvement Data QUALITY MANAGEMENT PLAN Design Construction LIAISON OFFICE Field Office SCHEDULE OF VALUES COMPUTER AUTOMATION CONSTRUCTION ENGINEERING AND INSPECTION TESTING DESIGN-BUILD FIRM CONTRACTOR GUARANTEED/VALUE ADDED ADJACENT CONSTRUCTION PROJECTS Exhibit A, Design-Build Scope of Services Revised Page ii

4 1 SCOPE OF SERVICES, PROJECT REQUIREMENTS AND PROVISIONS FOR WORK This section sets forth the requirements regarding design, construction, and traffic control during Construction, including requirements relative to project management, quality control/quality assurance (QA/QC), scheduling, and coordination with Miami-Dade Expressway Authority (MDX), other agencies and stakeholders including FDOT, Miami-Dade County, City of Miami and local governments, utilities, permitting agencies, other contractors, and the public. The Design-Build Scope of Services is intended to provide the requirements of finished Work while allowing the Design Build Firm to develop innovative solutions. An innovative solution does not include revisions to specifications, standards or established MDX policies. Innovation should be limited to Design Build Firm s means and methods and approach to the Project. An innovative solution shall not include changes to the description of work to be designed and constructed as described in the Solicitation Documents. All innovative solutions shall be identified separately as such in the Technical Proposal. 1.1 PROJECT DESCRIPTION General MDX Work Program No.83628: Design-Build Services for SR 836 Operational, Capacity and Interchange Improvements (the Project ) will retrofit the existing facility with general improvements as shown in the State Environmental Impact Report (SEIR) as modified by the Conceptual Plans. It is the Design-Build Firm responsibility to obtain approval from MDX for the SEIR reevaluation to reflect the approved Final Design concept. The Project design shall not preclude the design of future elements as identified in Exhibit D, Conceptual Plans, which is attached as an exhibit to the RFP. The Project will provide the following improvements from west of NW 57 th Avenue to NW 17 th Avenue: Add one through lane on eastbound SR 836 from east of NW 57th Avenue to east of NW 27th Avenue and in the westbound direction from west of NW 17th Avenue to east of NW 57th Avenue. Add an eastbound auxiliary lane between NW 57th Avenue and NW 42 nd Avenue. Eliminate the current westbound loop off-ramp to improve safety at the NW 57th Avenue Interchange. Eliminate the existing left lane exit and entrance ramps at the NW 42 nd Avenue Interchange to improve safety and reduce weaving between the expressway lanes and on/off ramps. Reconstruct the NW 27th Avenue Interchange to improve safety and reduce congestion by eliminating the existing westbound loop off-ramp to southbound NW 27th Avenue and the eastbound loop off ramp to northbound NW 27th Avenue. Improve local roads at intersection off-ramps to reduce traffic and backups onto SR 836. Exhibit A, Design-Build Scope of Services Revised Page 1

5 New signals for the NW 27th Avenue, NW 37th Avenue, NW 45th Avenue and NW 57th Avenue ramps and at the intersection of NW 42 nd Avenue and NW 14 th Street. Construction/reconstruction of retaining walls and gravity walls at various locations. Reconstruction and improvements to the existing drainage system, including potential new inlets. Construction/reconstruction/improvement to detention/retention areas. Relocation of the existing MDX Fiber optic line and ITS components. Replacement/Relocation of ORT Gantries installed as part of MDX Project No and impacted by the Project. ORT infrastructure on mainline, westbound direction, at the tolling locations in the vicinity of NW 17 th Avenue and NW 57 th Avenue. Replacement of overhead DMS sign structure located west of NW 57th Avenue. Replacement of roadway lighting system. New cantilever and overhead sign structures. Removal and reconstruction of the median barrier wall within the limits of the Project, including the installation of continuous conduit runs and pull boxes. The Design Build Firm shall be responsible for the coordination of all improvements for the Project including: Permitting and all necessary coordination with FAA/Miami Dade County Aviation Department. Permitting and all necessary coordination with SFWMD. Utility relocation/coordination. Uninterrupted collection of tolls Roles and Responsibilities The Design Build Firm shall be responsible for the preliminary and final design, engineering analysis, QA/QC, traffic control, coordination with other projects, FDOT, MDX, Miami-Dade County, City of Miami, and other local agencies in the construction of the Project. The Design Build Firm is also responsible to maintain the Project Site in a manner acceptable to MDX for the duration of the Contract. This includes, but it is not limited to, maintenance of the existing lighting system, existing signal system, existing tolling facilities, ITS, existing turf, landscaping, and existing signing. Exhibit A, Design-Build Scope of Services Revised Page 2

6 The Design Build Firm shall be responsible for obtaining all permits for Construction. The Engineer of Record for the Design Build Firm shall prepare a set of Construction Documents to be used to build the Project. The Design Build Firm will contract with an independent Quality Control Engineer to ensure the Project is constructed in accordance with the Construction Documents. The Design Build Firm shall be responsible to deliver accurate as built documents at the end of the Project. Elements of work may include, but not be limited to, survey, geotechnical, roadways, structures, drainage, utilities, traffic control, storm water pollution prevention, signing and pavement markings, conventional roadway lighting, signalization, landscaping, tolling components at the existing tolling sites and noise barriers. The Design Build Firm shall investigate and become familiar with all elements of the Project inclusive of the Solicitation Documents. The Design Build Firm shall use this Exhibit A, Design-Build Scope of Services, State Environmental Impact Report (SEIR), Concept Reports, Concept Plans and Technical Exhibits as references for the Design and Construction of the Project, unless otherwise directed by MDX. The Design-Build Firm shall support MDX in the Right-of-Way acquisition program and as such may be required to provide Expert Witness Services. The Design-Build Firm shall be prepared to submit Phase I (30%) plans within one hundred and twenty (120) Calendar Days of Notice to Proceed for all locations where the need to acquire additional Right-of- Way has been identified. MDX will provide contract administration, management services, Construction Engineering & Inspection (CE&I) Services and quality acceptance review of all work associated with the development and preparation of the contract plans and construction of the improvements. MDX will provide job specific information and/or functions as outlined in this document. 1.2 PROJECT REQUIREMENTS AND PROVISIONS FOR WORK Governing Regulations The services performed by the Design Build Firm shall be in compliance with all applicable MDX and FDOT manuals and guidelines. MDX and the FDOT manuals and guidelines; and Exhibit B, Design and Construction Criteria, which is attached as an exhibit to the RFP, incorporate by requirement or reference all applicable state and federal regulations. Unless stipulated otherwise, the edition current at the time of the submittal of the Technical Proposal, release of the RFP, including updates and FDOT Temporary Design Bulletins of the following manuals and guidelines, shall be used in the performance of the Work. It shall be the Design Build Firm's responsibility to acquire and utilize the necessary manuals that apply to the Work required to complete the Project. The following is a list of applicable documents, which is not intended to be all inclusive: Florida Department of Transportation Roadway Plans Preparation Manual (PPM) Florida Department of Transportation Facilities Design Manual Florida Department of Transportation Design Standards Florida Department of Transportation Location Survey Manual Florida Department of Transportation Right of Way Mapping Handbook Florida Department of Transportation Right of Way Mapping CADD Handbook Exhibit A, Design-Build Scope of Services Revised Page 3

7 Florida Department of Transportation EFB User Guide (Electronic Field Book) Florida Department of Transportation Soils and Foundations Handbook Florida Department of Transportation LRFD Structures Design Guidelines Florida Department of Transportation LFD Structures Design Guidelines Florida Department of Transportation Computer Aided Design and Drafting (CADD) Manual Florida Department of Transportation CADD Production Criteria Handbook Florida Department of Transportation CADD Structures Standards Manual Florida Department of Transportation Structures Detailing Manual American Association of State Highway and Transportation Officials (AASHTO) A Policy on Geometric Design of Highways and Streets Manual on Uniform Traffic Control Devices Manual of Uniform Minimum Standards for Design, Construction, and Maintenance of Streets and Highways Elder Road User Program Americans with Disabilities Act U.S. Department of Labor Occupational Safety and Health Administration (OSHA) requirements MDX General Specifications for Design Build Florida Department of Transportation Standard Specifications for Road and Bridge Construction Division II and III. Florida Department of Transportation Supplemental Specifications Florida Department of Transportation Structures Design Office Standard Drawings Florida Department of Transportation Field Sampling and Testing Manual Florida Department of Transportation Pavement Coring and Evaluation Procedure In situ Soil Improvement Techniques AASHTO AGC ARTBA Task Force 27 Ground Modification Techniques Florida Department of Transportation Rigid Pavement Design Manual Florida Department of Transportation Flexible Pavement Design Manual Florida Department of Transportation Design Standards for Design, Construction, Maintenance, and utility Operations on the State Highway System Florida Department of Transportation Utility Accommodation Manual Florida Department of Transportation Construction Project Administration Manual SFWMD Permit Information Manual, Volume IV Florida Department of Transportation Drainage Manual RER Policy for Design of Drainage Structures Chapter 6 of the Basis of Review for Surface Water Management Permit Applications Section of the SFWMD Permit Volume IV The critical storm frequency duration analysis, as described in Chapter FAC Florida Department of Transportation Technical Memorandum for Design of French Drains Miami Dade County Public Works Department Design Standards MDX Construction Procedures and Administration Manual MDX Enhancement Manual DERM Tree Removal Permit Application Package, Section Miami Dade County Code Landscape Manual, Miami Dade County Department of Planning and Zoning, Landscape Code, Chapter 18A Rule 61G17 6, F.A.C., Minimum Technical Standards for Professional Surveyors and Mappers Exhibit A, Design-Build Scope of Services Revised Page 4

8 Florida Department of Transportation Traffic Control and Safe Practices Manual Florida Department of Transportation, Florida Highway Landscape Guide American National Standards Institute American Concrete Institute American Society for Testing and Materials National Electric Code Underwriters Laboratory Florida Building Code Florida Administrative Code Florida Statutes Roadway Design Activities General: The Design-Build Firm shall prepare the roadway plans package using the conceptual plans provided in Exhibit D, Conceptual Plans, which is attached as an exhibit to the RFP Typical Sections - Mainline and Ramps The conceptual typical sections are provided in the Conceptual Plans. The dimensions of the roadway and shoulders shall not be altered. The Design-Build Firm shall be responsible for developing and obtaining approval from MDX of the Typical Section Package for the Project prior to the Phase II plans submittal Major Intersections / Interchanges The following interchanges are anticipated to be impacted by the improvement associated with the Project. It shall be the responsibility of the Design-Build Firm to coordinate with all local agencies that will be impacted by the construction of the Project, including all coordination related to the following intersections: SR 836/NW 57 th Avenue. SR 836/NW 45 th Avenue. SR 836/NW 42 nd Avenue. SR 836/NW 37 th Avenue. SR 836/NW 27 th Avenue. SR 836/NW 17 th Avenue. NW 42 nd Avenue/NW 14 th Street. Exhibit A, Design-Build Scope of Services Revised Page 5

9 Variations/Exceptions: The Design-Build Firm shall be responsible to apply for and be granted any design variations and design exceptions for the project. It shall be the ultimate responsibility of the Design-Build Firm to obtain all variations/exceptions prior to the Release-for-Construction (RFC) authorization from MDX. Designs shall meet or exceed all FDOT criteria established in the FDOT Plans Preparation Manual, unless specified otherwise. A preliminary list of Design Variations and Exceptions has been noted for reference to the Design-Build Firm and it is not intended to be inclusive of all the Variations and Exception on the Project. It shall be the responsibility of the Design-Build Firm to identify any and all design elements not meeting criteria, and to prepare all the necessary Design Exception and/or Design Variation documentation for ultimate approval by MDX. The following is a list of preliminary Design Variations and Exceptions identified on the Project: Design Variations: 1) Design Speed for SR 836 Mainline west of NW 42 nd Avenue 2) Number of lanes sloped in the same direction a. SR 836 Eastbound b. SR 836 Westbound 3) Horizontal Curve Length 4) Border Width 5) Superelevation a. NW 42 nd Avenue SB to WB b. NW 42 nd Avenue SB to WB 2 on ramp c. 37th Avenue WB off ramp (one substandard curve) 6) Structural capacity due to deficient load ratings a. Bridge 6 (Bridge # ) SR 836 Westbound over NW 42nd Avenue b. Bridge 12 (Bridge # ) SR 836 Westbound over NW 37th Avenue c. Bridge 13 (Bridge # ) SR 836 Eastbound over NW 37th Avenue d. Bridge 15 (Bridge # ) SR 836 Westbound over NW 34th Avenue e. Bridge 16 (Bridge # ) SR 836 Eastbound over NW 34th Avenue Exhibit A, Design-Build Scope of Services Revised Page 6

10 Design Exceptions: 1) Vertical Clearance 2) Vertical Alignment 3) Ramp Design Speed a. NW 42 nd Avenue NB to WB loop b. NW 42 nd Avenue SB to EB loop c. NW 27 Avenue EB off ramp d. NW 27 Avenue WB off ramp e. NW 27 Avenue NB to WB loop f. NW 27 Avenue SB to EB loop The DESIGN-BUILD FIRM shall make every effort to provide a design that minimizes or eliminates the need for additional Design Variations and/or Exceptions above those identified above. The Design-Build s Engineer of Record shall sign Design Exception and Design Variation requests and submit to MDX for final approval, following the guidelines as outlined in Chapter 23, Volume I of the FDOT Plans Preparation Manual. The Design-Build Firm shall provide a complete and approved Design Exception and/or Variation Package prior to the Phase II submittal. Although it is anticipated that all the Design Exceptions and Design Variations will be approved by MDX as part of this project, the Design-Build Firm s Engineer of Record will be responsible for obtaining any Design Exceptions and/or Design Variations approvals that impact any FDOT facility directly from FDOT Pavement Design Package: The Design-Build Firm shall be responsible for preparing the pavement design and pavement design package for the project in accordance with the Flexible and/or Rigid Pavement Design Manual. The pavement designs to be prepared shall include at minimum: Mainline milling and resurfacing; Mainline widening (including outside shoulder); and Interchange ramps (including new shoulders) Data Collection All necessary data collection required for the pavement design above and beyond the information detailed in Exhibit K, ESAL Information, which is attached as an exhibit to the RFP, shall be the responsibility of the Design-Build Firm. For shoulder design use three percent (3%) of the mainline ESAL. Exhibit A, Design-Build Scope of Services Revised Page 7

11 1.2.3 Drainage Design Activities Minimum Design Parameters. Minimum Design Period. Mainline widening and ramp reconstruction twenty (20) Years. Mainline milling and resurfacing twenty (20) Years. Minimum Design Reliability ninety percent (90%). Minimum Roadbed Resilient Modulus 12,000 PSI (LBR 40). Minimum Base Group Per Flexible Pavement Design Manual. Minimum Structural Course Per Flexible Pavement Design Manual. Friction Course Mainline and Ramps Per Flexible Pavement Design Manual. Minimum milling One and one half inches (1½ ). Modified Binder PG Per Flexible Pavement Design Manual. Refer to the Report of Geotechnical Exploration which is included in the SEIR for reference. The Design-Build Firm shall be responsible for the analysis, calculation, design, and documentation of all drainage elements necessary to meet all applicable standards and permitting requirements. The analysis of the drainage system shall be comprehensive and include existing elements of the drainage system that have the potential to be impacted by the proposed improvement. Refer to the SEIR for additional information Structural Design Activities The Design-Build Firm shall be responsible for the design of all the proposed structures and retaining walls on the Project. Additional information related to the existing bridges can be found in the SEIR. The Design-Build Firm shall not preclude the design of future elements identified in Exhibit D, Conceptual Plans, which is attached as an exhibit to the RFP. At a minimum the following bridges will require improvements under this project: Exhibit A, Design-Build Scope of Services Revised Page 8

12 Existing SR 836 Bridges to be Widened (from west to east) Eastbound and Westbound Bridges over NW 57th Avenue. Eastbound and Westbound Bridges over the C-4 (Tamiami) Canal. Eastbound and Westbound Bridges over NW 45th Avenue. Eastbound and Westbound Bridges over NW 42nd Avenue. Eastbound and Westbound Bridges over NW 37th Avenue. Eastbound and Westbound Bridges over NW 34th Avenue. Eastbound and Westbound Bridges over NW 29th Avenue. Eastbound and Westbound Bridges over NW 27th Avenue. Westbound Bridge over NW 11th Street. Westbound Bridge over NW 22nd Avenue. Eastbound and Westbound Bridges over the Lawrence Canal. New Bridges Eastbound CD over the C-4 Canal. Eastbound CD over NW 45th Avenue. Eastbound CD Flyover connecting to NW 42nd Avenue. Eastbound Ramp Bridge over NW 29th Avenue for exit to NW 27th Avenue. Westbound CD over NW 45th Avenue. Westbound CD over NW 42nd Avenue and NW 14th Street. Westbound Ramp Bridge over NW 14th Street for exit to NW 42nd Avenue. Westbound Ramp Bridge over NW 37th Avenue. Westbound Ramp Bridge over NW 34th Avenue. Westbound Ramp Bridge over the Lawrence Canal from NW 17th Avenue. Westbound Ramp Bridge over NW 17th Avenue. Exhibit A, Design-Build Scope of Services Revised Page 9

13 Additional work identified and to be completed as part of the Design-Build Scope of Services Fender System Removal at the SR 836 Bridges over the C-4 (Tamiami) Canal, refer to Exhibit L, Additional Bridge Work, which is attached as an exhibit to the RFP. Joint Replacement (Sliding Plate)/ Deck Repair, westbound Bridge over NW 11 th Street, refer to Exhibit L, Additional Bridge Work, which is attached as an exhibit to the RFP. Replacement of all existing bridge joints within the limits of the project. Miscellaneous The Design-Build Firm shall be responsible for the design of all miscellaneous structural elements within the Project limits including, but not limited to, sign structures, toll collection structures, sound barrier walls, permanent and temporary retaining walls, etc Geotechnical Services General Conditions The Design Build Firm will be responsible for identifying and performing any geotechnical investigation, analysis, and design dictated by the Project needs. All geotechnical work necessary shall be performed in accordance with the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and Supplemental Specifications (Divisions II and III only), Florida Department of Transportation Soils and Foundations Handbook and the Governing Regulations. The Design Build Firm shall provide MDX design and construction reports. The reports shall be a record set of all geotechnical information, including relevant support data Pile Foundations The Design Build Firm shall provide Geotechnical Consultant Services in accordance with the FDOT standards, policies and procedures to perform geotechnical design, foundation construction services and dynamic testing. In addition to the standard policies, the following qualifications and provisions are required: a) Production pile lengths and driving criteria shall be developed by the same engineering firm performing the dynamic pile testing under the direct supervision of a Registered Professional Engineer in the State of Florida. b) The Geotechnical Engineer must have been in responsible charge of the geotechnical foundation construction engineering and dynamic testing work on at least five (5) MDX and/or FDOT bridge projects having driven pile foundations. Exhibit A, Design-Build Scope of Services Revised Page 10

14 c) The Geotechnical Engineer s experience shall include the pile type being proposed in the Technical Proposal. This responsible charge experience shall include verifiable and successful static, Osterberg Cell and/or Statnamic load test (as will be utilized on the project) experience, as well as Pile Driving Analyzer (PDA), WEAP computer program and CAPWAP computer program experience. d) Production pile lengths and driving criteria shall be authorized in a letter signed and sealed jointly by the Geotechnical Engineer responsible for the dynamic testing and the Geotechnical Foundation Design Engineer of Record. e) The pile foundation installation shall be supervised and certified by the Geotechnical Foundation Design Engineer of Record. These services shall include providing CTQP certified Pile Driving Technicians in the numbers necessary to comply with FDOT Standard Specifications for Road and Bridge Construction and Supplemental Specification for recording pile driving records. Provide pile driving logs to MDX within forty eight (48) hours of completing the driving of each pile. The Geotechnical Foundation Design Engineer of Record shall be responsible for addressing any foundation installation problems with the assistance and concurrence of the Geotechnical Engineer responsible for the dynamic testing Drilled Shaft Foundations The Design Build Firm is responsible for identifying and performing all geotechnical investigation, analysis, and design required for the Project in accordance with FDOT guidelines, procedures, and specifications. The Design Build Firm shall employ geotechnical and drilled shaft testing consultants with the following minimum qualifications: a) Professional engineers registered in the State of Florida with at least three (3) years of post-registration experience in drilled shaft foundation design and construction. b) The Geotechnical Foundation Design Engineer of Record must have designed and worked on at least three (3) MDX and/or FDOT bridge projects. This responsible charge experience shall include verifiable and successful implementation of static, Osterberg Cell and/or Statnamic load test results, and evaluation of pilot-hole data. All designs must be signed and sealed by the Geotechnical Foundation Design Engineer of Record. c) The drilled shaft installation shall be supervised and certified by the Geotechnical Foundation Design Engineer of Record. These services shall include providing CTQP qualified Drilled Shaft Inspectors in the numbers necessary to comply with FDOT specifications for recording drilled shaft construction records. Provide drilled shaft construction logs to MDX within forty eight (48) hours of completing the shaft. Exhibit A, Design-Build Scope of Services Revised Page 11

15 d) Use drilled shaft superintendents in responsible charge of drilling operations experienced in drilled shaft installation and testing in the State of Florida. This responsible charge experience shall include at least three (3) bridge projects. e) The Design Build Firm shall submit qualification statements for the geotechnical and non destructive testing firms to be used on the Project for approval by the MDX at least thirty (30) calendar days before beginning the design. Acceptance of the Design Build Firm s personnel does not relieve the Design Build Firm of the responsibility for obtaining the required results in the completed work Signing and Pavement Marking Design Activities The Design-Build Firm shall analyze and document Signing and Pavement Markings design activities in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current FDOT design memorandums Signalization Design Activities The Design-Build Firm shall analyze and document Signalization design activities in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums Roadway Lighting Design Activities The Design-Build Firm shall analyze and document Lighting Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums Intelligent Transportation Systems (ITS) General Conditions The Design-Build Firm is responsible for identifying and relocating all ITS devices and infrastructure in conflict with the proposed improvements. All relocated and existing to-remain MVDS, incident management CCTVs and DMS verification CCTVs within the limits of the Project shall be replaced with new devices as specified in the following sections. All proposed new devices shall be listed on the FDOT s Approved Product List (APL). Should the Design-Build Firm propose a product not on the APL, the Design-Build Firm is responsible for obtaining APL approval at no additional cost to MDX. The following projects are currently under construction and all construction/ installation included therein is to be considered as existing for purposes of this solicitation: Exhibit A, Design-Build Scope of Services Revised Page 12

16 MDX Project SR 836 Toll System Conversion. MDX Project Systemwide Implementation of Dynamic Message Signs (DMS). MDX Project SR 836 Infrastructure Modifications for Open Road Tolling. Existing ITS infrastructure within the limits of the Project includes: Dynamic Message Signs (DMS). Closed Circuit Television Cameras (CCTV). Highway Advisory Radio (HAR). Microwave Vehicle Detection Systems (MVDS). ITS power and communication infrastructure. The Design-Build Firm is responsible for the preliminary and final design, engineering analysis, QA/QC and for the construction/acquisition and installation and testing of all ITS components of the Project. All relocated new devices shall be connected to the MDX ITS fiber optic backbone at the nearest splice box and all ITS design and construction work shall be done in accordance with the latest edition of the FDOT Standard Specifications, FDOT Design Standards, FDOT Plans Preparation Manual and Exhibit B, Design and Construction Criteria, which is attached as an exhibit to the RFP. Exhibit I-6, MDX ITS Plans 57 th Ave NW 17 th Ave, which is attached as an exhibit to the RFP, details existing ITS infrastructure within the limits of the Project Dynamic Message Signs The following table identifies existing and under construction DMS sites within the limits of the Project: DMS Location SR 836 Mainline, West of NW 57 th Avenue SR 836 Mainline, East of NW 37 th Avenue SR 836 Mainline, East of NW 27 th Avenue Direction of Travel Covered Eastbound/Westbound Eastbound/Westbound Westbound The Design-Build Firm shall identify and relocate all components (DMS, verification cameras, cabinets, and power and communication infrastructure) associated with existing DMS sites in conflict with the proposed roadway improvements. Section below details responsibilities related to DMS verification cameras. Exhibit A, Design-Build Scope of Services Revised Page 13

17 The Design-Build Firm shall determine the final location of all DMS infrastructure and ensure proposed locations are not in conflict with existing and/or future MDX assets including but not limited to guide sign locations, utilities, ORT structures and any other existing traffic control devices DMS Verification Cameras The following table summarizes existing and under construction DMS verification camera sites within the limits of the project and the Design-Build Firm s responsibilities. DMS Verification Cameras Location SR 836 Mainline, West of NW 57 th Avenue SR 836 Mainline, East of NW 37 th Avenue Direction of Travel Eastbound/ Westbound Eastbound/ Westbound Design-Build Firm s Responsibility Replace existing verification camera and camera site components (including cabinets, power and communication infrastructure and poles), relocate as needed. Replace existing verification camera and camera site components (including cabinets, power and communication infrastructure and poles), relocate as needed. SR 836 Mainline, East of NW 27 th Avenue Westbound Relocate existing site components as needed (includes pole replacement) Incident Management Cameras The Design-Build Firm shall upgrade all existing camera sites within the limits of the Project; Camera sites in conflict with the proposed roadway improvements shall be relocated. Any existing cameras that may be impacted during construction shall be relocated so as to provide full continuous coverage of the complete corridor throughout the length of the project. There are eight (8) existing Incident Management Cameras within the limits of the Project; the following table summarizes the locations and the Design-Build Firm s responsibilities: Exhibit A, Design-Build Scope of Services Revised Page 14

18 Incident Management Camera Cross Street Location C086 NW 57 th Avenue C092 NW 55 th Avenue C100 NW 43 rd Avenue C108 NW 37 th Avenue C114 NW 32 nd Avenue C120 NW 27 th Avenue Design-Build Firm s Responsibility Replace existing camera and camera site components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing camera and camera site components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing camera and camera site components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing camera and camera site components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing camera and camera site components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing camera and camera site components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Exhibit A, Design-Build Scope of Services Revised Page 15

19 Incident Management Camera Cross Street Location C124 NW 23 rd Avenue C130 NW 17 th Avenue Design-Build Firm s Responsibility Replace existing camera and camera site components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing camera and camera site components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement) Microwave Vehicle Detection System MDX owns and operates MVDS sites within the limits of the Project. The Design- Build Firm shall replace all existing MVDS within the limits of the Project. MVDS sites in conflict with the proposed roadway improvements shall be relocated and replaced. Cabinets and associated equipment shall be replaced as well. The Design Build Firm shall follow the requirements within the FDOT Standard Specifications for Road and Bridge Construction and FDOT Design Standards. Microwave Vehicle Detection Site 836DW0884EW1 836DW0906EW1 Location Single detector unit on SR836 WB at mile marker 8.84 covering east and west bound lanes Single detector unit on SR836 WB at mile marker 9.06 covering east and west bound lanes Design-Build Firm s Responsibility Replace existing detector and detector components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing detector and detector components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Exhibit A, Design-Build Scope of Services Revised Page 16

20 Microwave Vehicle Detection Site 836DW0926EW1 836DW0980EW1 836DE1020EW1 836DW1080EW1 836DW1110EW1 836DE1140EW1 Location Single detector unit on SR836 WB at mile marker 9.26 covering east and west bound lanes Single detector unit on SR836 WB at mile marker 9.8 covering east and west bound lanes Single detector unit on SR836 EB at mile marker 9.26 covering east and west bound lanes Single detector unit on SR836 WB at mile marker 10.8 covering east and west bound lanes Single detector unit on SR836 WB at mile marker 11.1 covering east and west bound lanes Single detector unit on SR836 EB at mile marker 11.4 covering east and west bound lanes Design-Build Firm s Responsibility Replace existing detector and detector components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing detector and detector components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing detector and detector components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing detector and detector components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing detector and detector components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing detector and detector components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Exhibit A, Design-Build Scope of Services Revised Page 17

21 Microwave Vehicle Detection Site 836DW1165EW1 836DW1200EW1 836DW1240EW1 836DW1270EW1 836DW1300W1 836DE1300E1 Location Single detector unit on SR836 WB at mile marker covering east and west bound lanes Single detector unit on SR836 WB at mile marker 12.0 covering east and west bound lanes Single detector unit on SR836 WB at mile marker 12.4 covering east and west bound lanes Single detector unit on SR836 WB at mile marker 12.7 covering east and west bound lanes Single detector unit on SR836 WB at mile marker 13.0 covering west bound lanes Single detector unit on SR836 EB at mile marker 13.0 covering east bound lanes Design-Build Firm s Responsibility Replace existing detector and detector components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing detector and detector components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing detector and detector components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing detector and detector components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing detector and detector components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Replace existing detector and detector components (including cabinets, power and communication infrastructure and pole replacement as needed to comply with required coverage), relocate as needed (relocation includes pole replacement). Exhibit A, Design-Build Scope of Services Revised Page 18

22 Fiber Optic Backbone and Laterals The Design-Build Firm shall: Upgrade MDX s fiber optic backbone from the existing 96 count to a new 144 count single mode within the limits of the Project. Install new 12 count single mode fiber from the relocated Incident Management CCTVs and DMS to the fiber optic backbone. Install new 6 count single mode fiber from relocated verification CCTVs to DMS Conduit Infrastructure The Design-Build Firm shall replace all sections of the MDX ITS conduit infrastructure in conflict with the proposed roadway improvements. Every section in conflict shall be replaced as follows: Fiber backbone: Design, furnish, install and test four (4), 1.25-inch HDPE conduits (solid wall, SDR 11), three (3) shall be spares. Fiber lateral connections: Design, furnish, install and test two (2), 1.25-inch HDPE conduits (solid wall, SDR 11), one (1) shall be a spare. Electrical conduits: Design, furnish, install and test two (2), 1.25-inch HDPE conduits (solid wall, SDR 11), one (1) shall be a spare. In addition, the Design-Build Firm shall test all existing to-remain conduits. Testing results for new and existing to-remain conduits shall be submitted to MDX for review and approval. The Design-Build Firm is responsible for the coordination of conduit layout conflicts with municipal, county, state and federal agency right of way. For bridge mounted conduit installation the Design-Build Firm shall conduct and provide a structural analysis report. For conduit installations above or under rail road track systems or water the Design-Build Firm shall obtain all required permits and provide properly trained personnel to install the conduit. The Design-Build Firm is responsible for all fees and charges associated with installation of the conduit system on or above railroad right-of-way. The Design-Build Firm shall design, furnish and install pull boxes consisting of the type, size, and minimum quantity as required. It is the Design-Build Firm s responsibility to provide associated hardware required to provide fiber connectivity for all elements of the Project, refer to Exhibit B, Design and Construction Criteria, which is attached as an exhibit to the RFP, for details. Exhibit A, Design-Build Scope of Services Revised Page 19

23 Field Cabinets, Power and Communication Equipment The Design-Build Firm shall install furnish and install new cabinets along with all related power and communication infrastructure as detailed under previous sections of this Exhibit A, Design-Build Scope of Services and Exhibit B, Design and Construction Criteria, which is attached as an exhibit to the RFP ITS Testing Requirements The Design-Build Firm shall provide testing services as detailed in Exhibit B, Design and Construction Criteria, which is attached as an exhibit to the RFP Portable Work Zone ITS Cameras (PWZC) The Design Build Firm shall use PWZC as needed to maintain the video coverage throughout all phases of construction and during any anticipated and unanticipated downtime of existing, relocated and newly installed ITS cameras. Temporary PWZC locations shall be identified as part of the TCP plans Power Connectivity The Design-Build Team shall be responsible for determining the adequate power connectivity of the existing ITS devices determined to be in conflict with the roadway widening final design. In the event of a power cut due to construction activities, the Design-Build Team shall repair the damaged conduit and replace the damaged power conductors Toll Collection Infrastructure The Project includes reconstruction of existing ramp tolling zones on NW 27 th Avenue and NW 57 th Avenue and improvements to the mainline toll collection point at NW 17th Avenue and NW 57 th Avenue. Reference Exhibit D-7, MicroStation Design Files and Exhibit I-4, 83624, both attached as exhibits to the RFP. The contractor shall coordinate with the MDX System Integrator (SI) and provide the tolling civil components as detailed on Exhibit D-9, MDX Toll System Integrator Toll Site Civil Construction Requirements and Exhibit B, Design and Construction Criteria, both attached as exhibits to the RFP. The Design-Build Firm shall be responsible for ensuring that toll collection is not interrupted. Any interruption of toll collection without prior authorization from MDX will not be allowed. If toll collection interruption occurs as a result of the operation of the Design-Build Firm, the Design-Build Firm will be responsible for any lost revenue. All lane closure operations shall be performed in accordance with requirements detailed under Traffic Control Restrictions section of Exhibit B, Design and Construction Criteria, which is attached as an exhibit to the RFP. The Design Build Firm shall be responsible to review all Technical Exhibit Reference Documents and develop the design for all toll collection project components in accordance with criteria defined within the Solicitation Documents. Existing toll collection areas constructed under MDX Project No that will be impacted include: Exhibit A, Design-Build Scope of Services Revised Page 20

24 Westbound off ramp to NW 57 th Avenue (836-SB57-R-WB). Eastbound off ramp to southbound NW 27 th Avenue (836-SB27-R-EB). Eastbound off ramp to northbound NW 27 th Avenue (836-NB27-R-EB). Westbound on ramp from southbound NW 27 th Avenue (836-SB27-R-WB). Westbound on ramp from northbound NW 27 th Avenue (836-NB27-R-WB). New toll collection areas shall be constructed at the following locations: New Westbound off ramp to NW 57th Avenue (Single Lane Gantry Cantilever). New Eastbound off ramp to NW 27th Avenue (Multi Lane Gantry Overhead). New Westbound on ramp from NW 27th Avenue (Single Lane Gantry Cantilever). Civil infrastructure will be required at the following tolling locations: Westbound mainline at NW 17th Avenue (widening). Westbound mainline at NW 57th Avenue (widening) Assessment for Toll Collection Interruption Any adverse impacted to revenue at any of the toll collection locations within the Project limits as a result of the Design-Build Firm operations will result in an Assessment for Toll Collection Interruption according to the following schedule: Tolling Location Daily Assessment ML-EB $49, ML-WB $49, SB57-R-WB $2, NB57-R-EB $2, SB27-R-EB $ NB27-R-EB $ NB27-R-WB $ SB27-R-WB $ ML-EB $55, ML-WB $55,300 Exhibit A, Design-Build Scope of Services Revised Page 21

25 1.3 ENVIRONMENTAL PERMITS Financial Responsibilities The Design Build Firm will be responsible to pay all permit fees for any permits not previously acquired by the MDX. In the event the Design Build Firm s design requires wetland mitigation, coordination with MDX/FDOT will be required prior to contacting the applicable regulatory agencies. The cost of additional mitigation shall be the responsibility of the Design Build Firm. Any fines levied by permitting agencies shall also be the responsibility of the Design Build Firm Storm Water and Surface Water Plans shall be prepared in accordance with Chapter 62 25, Regulation of Storm Water Discharge, Florida Administrative Code, the FDOT Plans Preparation Manual, FDOT Drainage Manual, and the FDOT District Six Drainage Guidelines Permits All applicable data shall be prepared in accordance with Chapter 373 and 403, Florida Statutes, Chapters 40 and 62, Florida Administrative Code; Rivers and Harbors Act of 1899, Section 404 of the Clean Water Act, and parts 114 and 115, Title 33, Code of Federal Regulations. In addition to these federal and state permitting requirements, any dredge and fill permitting required by local agencies shall be prepared in accordance with their specific regulations. Acquisition of all applicable permits will be the responsibility of the Design Build Firm. Preparation of complete permit packages will be the responsibility of the Design Build Firm. MDX is in the process of obtaining a Conceptual Environmental Resource Permit (ERP) application for the Project and will be provided to the shortlisted firms upon execution of the permit by SFWMD. It shall be the responsibility of the Design-Build Firm to obtain final and approved permits for the work including, but not limited to, the final ERP and Right of Way Occupancy Permit including all support documentation and permit sketches. MDX will be responsible for obtaining the Conceptual ERP and before the Notice to Proceed is issued. MDX s responsibility for the permit applications shall end upon successfully being issued the permit mentioned above for the construction of this project. All efforts for the final ERP, Right-of-Way Occupancy Permit, as well as any permit modifications resulting from changes in the design or construction prior or after the award of the project shall be the responsibility of the Design Build Firm. The Design-Build Firm shall be responsible for coordinating and obtaining all other permits, including modifications to permits already issued to MDX, necessary to complete the proposed work. This will include coordination with agencies (i.e. FDOT, SFWMD, DERM, FAA, etc.), data collection, analysis, documentation, preparation of application package, and any other activity necessary to successfully obtain the permits being required. Exhibit A, Design-Build Scope of Services Revised Page 22

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES 1 PURPOSE... 3 2 PROJECT DESCRIPTION... 5 3 PROJECT COMMON AND PROJECT GENERAL TASKS... 6 4 ROADWAY

More information

EXISTING ROADWAY CONDITION ASSESSMENT REPORT (ERCAR) SAMPLE OUTLINE

EXISTING ROADWAY CONDITION ASSESSMENT REPORT (ERCAR) SAMPLE OUTLINE EXISTING ROADWAY CONDITION ASSESSMENT REPORT (ERCAR) SAMPLE OUTLINE The Existing Roadway Condition Assessment Report (ERCAR) should include the evaluation of all elements against new construction criteria.

More information

I-395 Reconstruction MDX SR Improvements I-95 Concrete Pavement Reconstruction

I-395 Reconstruction MDX SR Improvements I-95 Concrete Pavement Reconstruction I-395 Reconstruction MDX SR 83611 Improvements I-95 Concrete Pavement Reconstruction FTBA Conference February 10, 2016 Presentation Outline Project Overview I-395 Reconstruction MDX SR 83611 I-95 Pavement

More information

WELCOME. Public Meeting for I-35 / I-44 Interchange. October 6, 2015

WELCOME. Public Meeting for I-35 / I-44 Interchange. October 6, 2015 WELCOME Public Meeting for I-35 / I-44 Interchange October 6, 2015 TEAM INTRODUCTIONS PURPOSE OF THIS MEETING is to present the alternative alignments for the I-35/I-44 and I-35/NE 63rd Street Interchanges

More information

EXHIBIT A SCOPE OF SERVICES FOR DISTRICTWIDE CONSULTING ENGINEERNG SERVICES STRUCTURES DESIGN

EXHIBIT A SCOPE OF SERVICES FOR DISTRICTWIDE CONSULTING ENGINEERNG SERVICES STRUCTURES DESIGN EXHIBIT A SCOPE OF SERVICES FOR DISTRICTWIDE CONSULTING ENGINEERNG SERVICES STRUCTURES DESIGN Financial Project ID: 417069-1-32-04 Work Program Item No.: N/A Federal Aid Project ID: County/Section No.:

More information

Active Traffic Management in Michigan. Patrick Johnson, P.E. HNTB Michigan Inc.

Active Traffic Management in Michigan. Patrick Johnson, P.E. HNTB Michigan Inc. Active Traffic Management in Michigan Patrick Johnson, P.E. HNTB Michigan Inc. Active Traffic Management (ATM) Active Traffic Management Strategies: Dynamic Lane Use Dynamic Shoulder Use Queue Warning

More information

MAINTENANCE OF TRAFFIC NOTES

MAINTENANCE OF TRAFFIC NOTES MAINTENANCE OF TRAFFIC NOTES GENERAL: 1. THE REGULATORY SPEED USED FOR MOT CALCULATIONS FOR EACH FACILITY ARE NOTED BELOW. MODIFICATIONS TO THE REGULATORY SPEED MAY REQUIRE RESUBMITTAL OF THE MOT PLAN.

More information

EXISTING ROADWAY CONDITION ASSESSMENT REPORT (ERCAR) SAMPLE OUTLINE

EXISTING ROADWAY CONDITION ASSESSMENT REPORT (ERCAR) SAMPLE OUTLINE EXISTING ROADWAY CONDITION ASSESSMENT REPORT (ERCAR) SAMPLE OUTLINE The Existing Roadway Condition Assessment Report (ERCAR) should include the evaluation of all elements against new construction criteria.

More information

Pensacola Bay Bridge Replacement Design Build. Industry Forum. Kerrie Harrell, P.E. District 3 Consultant Project Management Engineer

Pensacola Bay Bridge Replacement Design Build. Industry Forum. Kerrie Harrell, P.E. District 3 Consultant Project Management Engineer Pensacola Bay Bridge Replacement Design Build Industry Forum Kerrie Harrell, P.E. District 3 Consultant Project Management Engineer Project Location 2 GENERAL PROJECT INFORMATION Replacement of the structurally

More information

Project Team. D6 South Miami-Dade Resident Engineer Erik Padron, P.E. D6 Construction Project Manager Dari Vorce

Project Team. D6 South Miami-Dade Resident Engineer Erik Padron, P.E. D6 Construction Project Manager Dari Vorce Project Team D6 South Miami-Dade Resident Engineer Erik Padron, P.E. D6 Construction Project Manager Dari Vorce D6 Design Project Manager Ali Toghiani, P.E. CEI: AIM Engineering and Surveying Francis Chin,

More information

MAINTENANCE OF TRAFFIC NOTES

MAINTENANCE OF TRAFFIC NOTES MAINTENANCE OF TRAFFIC NOTES GENERAL: 1. THE REGULATORY SPEED USED FOR MOT CALCULATIONS FOR EACH FACILITY ARE NOTED BELOW. MODIFICATIONS TO THE REGULATORY SPEED MAY REQUIRE RESUBMITTAL OF THE MOT PLAN.

More information

EXHIBIT "A" SCOPE OF SERVICES FOR DISTRICT 7 AREAWIDE LIGHTING DATABASE & ASSESSMENT CONTINUING SERVICES FINANCIAL PROJECT NO.

EXHIBIT A SCOPE OF SERVICES FOR DISTRICT 7 AREAWIDE LIGHTING DATABASE & ASSESSMENT CONTINUING SERVICES FINANCIAL PROJECT NO. EXHIBIT "A" SCOPE OF SERVICES FOR DISTRICT 7 AREAWIDE LIGHTING DATABASE & ASSESSMENT CONTINUING SERVICES FINANCIAL PROJECT NO. 443787 1 72 01 Revised: 07/05/18 06/29/18 TABLE OF CONTENTS PAGE NO. I. PURPOSE...

More information

Conceptual Design Report

Conceptual Design Report Conceptual Design Report I-244/Arkansas River Multimodal Bridge Tulsa, Oklahoma Prepared for the Oklahoma Department of Transportation Prepared by: August 2009 I-244 / ARKANSAS RIVER MULTIMODAL BRIDGE

More information

Design-Build Selmon West Extension

Design-Build Selmon West Extension TAMPA-HILLSBOROUGH COUNTY EXPRESSWAY AUTHORITY Letter of Clarification No. 1 FOR REQUESTS FOR PROPOSALS Design-Build Selmon West Extension Page 1 of 8 Letter of Clarification No. 1 ~ Date of Letter of

More information

NOTICE TO DESIGN PROFESSIONALS / CONTRACTORS REQUEST FOR LETTERS OF INTEREST S.R. 408/ S.R. 417 INTERCHANGE IMPROVEMENTS PHASE 2 PROJECT NO.

NOTICE TO DESIGN PROFESSIONALS / CONTRACTORS REQUEST FOR LETTERS OF INTEREST S.R. 408/ S.R. 417 INTERCHANGE IMPROVEMENTS PHASE 2 PROJECT NO. NOTICE TO DESIGN PROFESSIONALS / CONTRACTORS REQUEST FOR LETTERS OF INTEREST S.R. 408/ S.R. 417 INTERCHANGE IMPROVEMENTS PHASE 2 PROJECT NO. 253G, CONTRACT NO. 001266 The Central Florida Expressway Authority

More information

District No.: Applicant: Type of Work:

District No.: Applicant: Type of Work: Fee: Permit No.: District No.: Applicant: Type of Work: FOR DEPARTMENT USE ONLY APPLICATION AND ANNUAL PERMIT FOR TELECOMMUNICATION OCCUPANCY OF NEVADA DEPARTMENT OF TRANSPORTATION RIGHT-OF-WAY (Under

More information

The Gateway Expressway FTBA Conference. February 2-3, 2017

The Gateway Expressway FTBA Conference. February 2-3, 2017 The Gateway Expressway FTBA Conference February 2-3, 2017 256996-1 SR 686 (Roosevelt Blvd.) at CR 611 (49th St. N) PD&E 256866-1 Segment 2A 256997-1 SR 686 (Roosevelt Blvd.) from 49th St. Bridge to north

More information

PRESENTATION FOR: Construction Engineering and Inspection-Wiles Road from Riverside Drive to Rock Island Road. RFP No. J P1

PRESENTATION FOR: Construction Engineering and Inspection-Wiles Road from Riverside Drive to Rock Island Road. RFP No. J P1 PRESENTATION FOR: Construction Engineering and Inspection-Wiles Road STAFFING MATRIX Construction Engineering and Inspection-Wiles Road JAMES JEFFERS, P.E. Senior Project Engineer Years of Experience:

More information

TURNPIKE PLANS PREPARATION AND PRACTICES HANDBOOK (TPPPH) VOLUME 1

TURNPIKE PLANS PREPARATION AND PRACTICES HANDBOOK (TPPPH) VOLUME 1 TURNPIKE PLANS PREPARATION AND PRACTICES HANDBOOK (TPPPH) VOLUME 1 FLORIDA S TURNPIKE ENTERPRISE PRODUCTION DESIGN DEPARTMENT OCOEE, FL June 2016 January 3, 2017 Addendum #2 The following are changes,

More information

Engineering Design Services for Safety Improvements along CR 476 from the Hernando County Line to US 301 (SR 35) Sumter County, Florida

Engineering Design Services for Safety Improvements along CR 476 from the Hernando County Line to US 301 (SR 35) Sumter County, Florida Engineering Design Services for Safety Improvements along CR 476 from the Hernando County Line to US 301 (SR 35) Sumter County, Florida November 7, 2014 SUBMITTED BY: Dewberry Bowyer-Singleton 520 South

More information

395 Express Lanes Project Design-Build Procurement Industry Outreach. March 23, 2016

395 Express Lanes Project Design-Build Procurement Industry Outreach. March 23, 2016 395 Express Lanes Project Design-Build Procurement Industry Outreach March 23, 2016 INTRODUCTIONS Karl Rohrer, Head of Delivery, Transurban Susan Shaw, Regional Transportation Program Director, VDOT Sean

More information

EXHIBIT "A" County Road 54 (Wesley Chapel Boulevard) (from North of Magnolia Boulevard to Oakley Boulevard) Work Order No. C-1640.

EXHIBIT A County Road 54 (Wesley Chapel Boulevard) (from North of Magnolia Boulevard to Oakley Boulevard) Work Order No. C-1640. EXHIBIT "A" County Road 54 (Wesley Chapel Boulevard) (from North of Magnolia Boulevard to Oakley Boulevard) Work Order No. C-1640.00 SECTION I PURPOSE This document describes the scope of work and the

More information

SCOPE OF SERVICES FOR FINANCIAL PROJECT ID(S) WIDEN HEFT- N OF CAMPBELL DR TO N OF TALLAHASSEE RD (MP4-6)(4TO6 W/EL) Miami-Dade County

SCOPE OF SERVICES FOR FINANCIAL PROJECT ID(S) WIDEN HEFT- N OF CAMPBELL DR TO N OF TALLAHASSEE RD (MP4-6)(4TO6 W/EL) Miami-Dade County SCOPE OF SERVICES FOR FINANCIAL PROJECT ID(S). 444111-1-32-01 WIDEN HEFT- N OF CAMPBELL DR TO N OF TALLAHASSEE RD (MP4-6)(4TO6 W/EL) Miami-Dade County Florida s Turnpike Enterprise 1 PURPOSE... 4 2 PROJECT

More information

MDX Contract #: RFP MDX Work Program #: ETDM #: 11501

MDX Contract #: RFP MDX Work Program #: ETDM #: 11501 SR 874/Don Shula Expressway Ramp Connector Project Development & Environment (PD&E) Study PUBLIC HEARING December 8, 2011 MDX Contract #: RFP-09-04 MDX Work Program #: 87410.011 ETDM #: 11501 1 This Public

More information

SCOPE 1.0 General Requirements

SCOPE 1.0 General Requirements SCOPE 1.0 General Requirements This section outlines a general list of the responsibilities and requirements for the GEC. It is anticipated that the GEC will be used to support and supplement MnDOT staff

More information

EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID FEDERAL AID NO. D B

EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID FEDERAL AID NO. D B EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID 440225-1-32-01 FEDERAL AID NO. D118 091 B ADAPTIVE SYSTEM ON US 27 FROM HIGHLANDS AVE TO SEBRING PKWY HIGHLANDS COUNTY DISTRICT ONE June 7, 2018 TABLE

More information

TH 25 Bituminous Mill, Full Depth Reclamation and Overlay SP &

TH 25 Bituminous Mill, Full Depth Reclamation and Overlay SP & TH 25 Bituminous Mill, Full Depth Reclamation and Overlay SP 4910-29 & 0504-14 Contract No. 1002252 Project Overview is in need of professional and technical assistance to provide detail design for State

More information

Florida s Turnpike Enterprise Tentative Five-Year Work Program - FY 2015/16 thru FY 2019/20 Summary of Projects in FDOT District Four

Florida s Turnpike Enterprise Tentative Five-Year Work Program - FY 2015/16 thru FY 2019/20 Summary of Projects in FDOT District Four DISTRICT FOUR PROJECT OVERVIEW Florida s Turnpike Enterprise continues to make significant project investments in District Four. In fiscal years 2014 and 2015, current Turnpike projects total over $127

More information

MEMORANDUM: INITIAL CONCEPTS SUMMARY

MEMORANDUM: INITIAL CONCEPTS SUMMARY MEMORANDUM: INITIAL CONCEPTS SUMMARY INTRODUCTION This memo presents a summary of initial concepts that have been identified as development of the project study has progressed, along with a recommendations

More information

DRAFT SCOPE 1.0 General Requirements

DRAFT SCOPE 1.0 General Requirements DRAFT SCOPE 1.0 General Requirements This section outlines a general list of the responsibilities and requirements for the GEC. It is anticipated that the GEC will be used to support and supplement MnDOT

More information

FY STATEWIDE TRANSPORTATION IMPROVEMENT PROGRAM New Jersey Department of Transportation Project Descriptions ($ millions)

FY STATEWIDE TRANSPORTATION IMPROVEMENT PROGRAM New Jersey Department of Transportation Project Descriptions ($ millions) FY 2018-2027 WIDE TRANSPORTATION IMPROVEMENT PROGRAM NY Susquehanna and Western Rail Line Bicycle/Pedestrian Path DBNUM: NS9803 / UPC: 058018 The 4.8 mile New York, Susquehanna, and Western Railway (NYS&W)

More information

DRAFT. SR-60 7 th Avenue Intersection Control Evaluation (ICE) I-605 Corridor Improvement Project (CIP) I-605/SR-60 EA# 3101U0

DRAFT. SR-60 7 th Avenue Intersection Control Evaluation (ICE) I-605 Corridor Improvement Project (CIP) I-605/SR-60 EA# 3101U0 SR-60 7 th Avenue Intersection Control Evaluation (ICE) I-605/SR-60 EA# 3101U0 October 9, 2017 Contents 1 Purpose of ICE Memo... 1 2 Background... 1 3 Existing Interchange Deficiencies... 1 4 Context Sensitive

More information

Interstate 66 Widening from. RFQ Information Meeting. January 4, 2012 Christiana Briganti-Dunn, P.E. District Project Manager

Interstate 66 Widening from. RFQ Information Meeting. January 4, 2012 Christiana Briganti-Dunn, P.E. District Project Manager Interstate 66 Widening from Gainesville to Haymarket RFQ Information Meeting January 4, 2012 Christiana Briganti-Dunn, P.E. District Project Manager John C. Daoulas, P.E. APD Project Manager and POC Introduction

More information

FOR INTERSTATE 81 AND ROUTE 37 INTERCHANGE FREDERICK COUNTY, VIRGINIA MILEPOST 310

FOR INTERSTATE 81 AND ROUTE 37 INTERCHANGE FREDERICK COUNTY, VIRGINIA MILEPOST 310 INTERCHANGE MODIFICATION REPORT FOR INTERSTATE 81 AND ROUTE 37 INTERCHANGE FREDERICK COUNTY, VIRGINIA MILEPOST 310 PREPARED BY: VIRGINIA DEPARTMENT OF TRANSPORTATION STAUNTON DISTRICT DECEMBER 13, 2006

More information

Oklahoma Department of Transportation Environmental Programs Division Office Fax

Oklahoma Department of Transportation Environmental Programs Division Office Fax Oklahoma Department of Transportation Environmental Programs Division Office 521-3050 Fax 522-5193 Documented Categorical Exclusion (DCE) for I-40: Pavement Reconstruction and Added Lanes from the Douglas

More information

EXHIBIT A SCOPE OF SERVICES INTERCHANGE JUSTIFICATION REPORT (IJR) FOR INTERSTATE 75 AT OVERPASS ROAD

EXHIBIT A SCOPE OF SERVICES INTERCHANGE JUSTIFICATION REPORT (IJR) FOR INTERSTATE 75 AT OVERPASS ROAD Scope of Services 12/08/2008 EXHIBIT A SCOPE OF SERVICES INTERCHANGE JUSTIFICATION REPORT (IJR) FOR INTERSTATE 75 AT OVERPASS ROAD TABLE OF CONTENTS Section Pace I. 0 PROJECT DESCRIPTION........................,............................................................

More information

DISTRICTWIDE MODAL DEVELOPMENT OFFICE (MDO) RAIL CONSULTANT SERVICES SCOPE OF SERVICES FM# Ad # 19627

DISTRICTWIDE MODAL DEVELOPMENT OFFICE (MDO) RAIL CONSULTANT SERVICES SCOPE OF SERVICES FM# Ad # 19627 DISTRICTWIDE MODAL DEVELOPMENT OFFICE (MDO) RAIL CONSULTANT SERVICES SCOPE OF SERVICES FM# 433056-4-12-01 Ad # 19627 Qualification Requirements for Type of Work 99.0 I. Purpose II. Rail Services III. Administration

More information

Final Estimates Level 2

Final Estimates Level 2 Florida Department of TRANSPORTATION Final Estimates Level 2 Module 8 Final As Built Plans 11/1/2017 FDOT Final Estimates Level 2 Release 11, Module 8 1 Final As-Built Plans are important to construction,

More information

University Region FY 2023 Final Scoping Package

University Region FY 2023 Final Scoping Package September 30, 2016 University Region FY 2023 Final Scoping Package I-496/US-127 Scoping From I-96 to the I-496/US- 127 Interchange CS 33045 JN 126442 I-496/US-127 STUDY EXECUTIVE SUMMARY UNIVERSITY REGION

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: December 28, 2011 RE: RFP NUMBER: RFP TITLE: ITS Equipment Replacement in Broward County OPENING OF TECHNICAL PROPOSAL DATE: January 5, 2012 Notice

More information

I 75 PD&E STUDIES TABLE OF CONTENTS DTTM, TECHNICAL REPORT No. 2 TABLE OF CONTENTS

I 75 PD&E STUDIES TABLE OF CONTENTS DTTM, TECHNICAL REPORT No. 2 TABLE OF CONTENTS TABLE OF CONTENTS DTTM, TECHNICAL REPORT No. 2 TABLE OF CONTENTS SECTION PAGE NO. SECTION TITLE NO. EXECUTIVE SUMMARY -------------------------------------------------------------------- ES-1 1.0 INTRODUCTION

More information

ANNUAL INSPECTION REPORT 2017 TABLE OF CONTENTS

ANNUAL INSPECTION REPORT 2017 TABLE OF CONTENTS ANNUAL INSPECTION REPORT 2017 TABLE OF CONTENTS 1.0 OVERVIEW 1 1.1 MDX System Background 1 1.2 Inspection Program Objective 2 1.3 Inspection Program Scope 2 1.4 Performance Measures 3 1.5 Maintenance and

More information

Exhibit A Mn/DOT Contract No

Exhibit A Mn/DOT Contract No Exhibit A Mn/DOT Contract No. 98142 SCOPE OF WORK AND DELIVERABLES Preliminary Design Red Wing US 63 Bridge and Approach Roadways State Project (SP) 2515-21 SCOPE OVERVIEW... 2 SCHEDULE... 2 PROJECT TASK

More information

US-23 Flex Route First Active Traffic Management (ATM) System in Michigan

US-23 Flex Route First Active Traffic Management (ATM) System in Michigan Jennifer Foley Michigan Department of Transportation, Jackson, Michigan 49201 United States of America Karianne Steffen, P.E. PTOE HNTB Michigan, Inc. 3100 West Road Building 2, Suite 202 East Lansing,

More information

DRAFT AIR QUALITY TECHNICAL MEMORANDUM

DRAFT AIR QUALITY TECHNICAL MEMORANDUM AIR QUALITY TECHNICAL MEMORANDUM PROJECT DEVELOPMENT AND ENVIRONMENT STUDY STATE ROAD 60 GRADE SEPARATION OVER CSX RAILROAD Polk County, Florida Financial Project ID: 436559-1-22-01 Prepared for: Florida

More information

The TIS is to be signed and sealed by a Florida Registered Professional Engineer.

The TIS is to be signed and sealed by a Florida Registered Professional Engineer. CHAPTER 900. SECTION 901. DEVELOPMENT STANDARDS INFRASTRUCTURE STANDARDS 901.5. Transportation Impact Study A. Intent and Purpose The intent and purpose of the Traffic Impact Study (TIS) is to identify

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2018.05 EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0 The bid opening date is Thursday March 15, 2018 at 11:00 a.m. The following changes

More information

Chapter 18. Quality Assurance and Quality Control

Chapter 18. Quality Assurance and Quality Control Chapter 18 Quality Assurance and Quality Control The following are changes, additions or deletions to the January 2016, Topic #625-000-007, Plans Preparation Manual (PPM), for use on Turnpike projects

More information

EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID TRANSPORTATION SYSTEM MANAGEMENT & OPERATIONS (TSM&O) GENERAL CONSULTANT SERVICES

EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID TRANSPORTATION SYSTEM MANAGEMENT & OPERATIONS (TSM&O) GENERAL CONSULTANT SERVICES EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID 432430-1-32-13 TRANSPORTATION SYSTEM MANAGEMENT & OPERATIONS (TSM&O) GENERAL CONSULTANT SERVICES DISTRICT TWO November 27, 2017 Page 1 EXHIBIT A SCOPE

More information

MASTER AGREEMENT FOR BRIDGE DESIGN SERVICES SCOPE OF WORK

MASTER AGREEMENT FOR BRIDGE DESIGN SERVICES SCOPE OF WORK MASTER AGREEMENT FOR BRIDGE DESIGN SERVICES SCOPE OF WORK The professional services to be provided by the Consultant under this Agreement shall be as necessary to complete the required analyses, layouts,

More information

CLA /10.54, PID Project Description:

CLA /10.54, PID Project Description: Project Description: The proposed project will consist of widening IR 70 to three lanes from Enon Road (SLM 06.75) to the US 68 interchange ramps (SLM 10.55). IR 70 is a component of the Strategic Highway

More information

SCOPE OF WORK AND DELIVERABLES

SCOPE OF WORK AND DELIVERABLES 1.0 PROJECT OVERVIEW The State of Minnesota (State) has identified the need for the replacement of Bridge 5308, a railroad bridge that carries the Canadian Pacific Railroad (CP Rail) over Trunk Highway

More information

IMPROVING I 81 IN MARYLAND

IMPROVING I 81 IN MARYLAND IMPROVING I 81 IN MARYLAND April 25, 2017 Stephen A. Bucy, P.E. Improving I 81 in Maryland Overview: Facts SHA s Comprehensive I 81 Strategy Current Phase 1 Widening Project Update Closing Improving I

More information

LOCATION AND DESIGN DIVISION

LOCATION AND DESIGN DIVISION VIRGINIA DEPARTMENT OF TRANSPORTATION LOCATION AND DESIGN DIVISION INSTRUCTIONAL AND INFORMATIONAL MEMORANDUM GENERAL SUBJECT: Design Exceptions / Waivers SPECIFIC SUBJECT: Design Exception Request Form

More information

I. Project Overview and Limits. Project Goal

I. Project Overview and Limits. Project Goal Scope of Work and Deliverables for Subsurface Utility Engineering (SUE) for both Underground and Overhead Utilities on T.H. 10, and its Connecting Roads under S.P. 8001-40 I. Project Overview and Limits

More information

Agenda Item B.9 CONSENT CALENDAR Meeting Date: May 19, 2015

Agenda Item B.9 CONSENT CALENDAR Meeting Date: May 19, 2015 CPMS Agenda Item B.9 CONSENT CALENDAR Meeting Date: May 19, 2015 TO: FROM: Mayor and Councilmembers Rosemarie Gaglione, Public Works Director CONTACT: James Winslow, Sr. Project Manager SUBJECT: Amendment

More information

TABLE OF CONTENTS. Manual Section. Introduction 1. Using This Manual 2-3. Administrative Actions 4-6. Road and Bridge Project Types 7

TABLE OF CONTENTS. Manual Section. Introduction 1. Using This Manual 2-3. Administrative Actions 4-6. Road and Bridge Project Types 7 ii TABLE OF CONTENTS Manual Section Pages Introduction 1 Using This Manual 2-3 Administrative Actions 4-6 Road and Bridge Project Types 7 Road and Bridge Funding Programs 8-9 Project Planning and Eligible

More information

Constructability Guidelines

Constructability Guidelines Constructability Guidelines The Constructability Guidelines offer a list of items that should be considered by Constructability function personnel during the Concept Development Phase through the Final

More information

Florida Department of Transportation District Six LOW BID DESIGN-BUILD REQUEST FOR PROPOSAL. For. Arterial DMS Replacement Project, Miami-Dade County

Florida Department of Transportation District Six LOW BID DESIGN-BUILD REQUEST FOR PROPOSAL. For. Arterial DMS Replacement Project, Miami-Dade County Florida Department of Transportation District Six LOW BID DESIGN-BUILD REQUEST FOR PROPOSAL For Arterial DMS Replacement Project, Miami-Dade County Financial Projects Number(s): 417740-7-92-01 Federal

More information

Table of Contents Local Agency Guidelines Section B August 2011

Table of Contents Local Agency Guidelines Section B August 2011 Table of Contents SECTION B NON-CERTIFIED AGENCY 2 Chapter 10 Design Approval... 2 A. OVERVIEW... 2 B. DESIGN ACCEPTANCE PACKAGE (30 PERCENT)... 2 1. Traffic Data... 3 2. Right of Way... 3 3. Horizontal-

More information

AIR QUALITY TECHNICAL MEMORANDUM

AIR QUALITY TECHNICAL MEMORANDUM AIR QUALITY TECHNICAL MEMORANDUM AIR QUALITY TECHNICAL MEMORANDUM GOLDEN GLADES INTERCHANGE PD&E STUDY Miami-Dade County, Florida Financial Management Number: 428358-1-22-01 Efficient Transportation Decision

More information

SPECIAL PROVISION Description of Project, Scope of Contract and Sequence of Work

SPECIAL PROVISION Description of Project, Scope of Contract and Sequence of Work 2004 Specifications CSJ 0027-12-134 SPECIAL PROVISION 000--2823 Description of Project, Scope of Contract and Sequence of Work 1. General. The work to be performed on this project consists of furnishing,

More information

Request for Proposals. Hillsdale Pedestrian/Bicyclist Bridge Design

Request for Proposals. Hillsdale Pedestrian/Bicyclist Bridge Design Request for Proposals Hillsdale Pedestrian/Bicyclist Bridge Design Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 JUNE 13, 2013 The City of San Mateo (CITY) is accepting

More information

SPECIAL PROVISION Description of Project, Scope of Contract, and Sequence of Work

SPECIAL PROVISION Description of Project, Scope of Contract, and Sequence of Work 2004 Specifications CSJ: 0932-01-076 SPECIAL PROVISION Description of Project, Scope of Contract, and Sequence of Work 1.0 Description of Project 1.1. General. This project provides for the widening of

More information

I-64 Capacity Improvements Segment I Financial Plan Annual Update December 1, 2017

I-64 Capacity Improvements Segment I Financial Plan Annual Update December 1, 2017 I-64 Capacity Improvements Segment I Financial Plan Annual Update December 1, 2017 State Project # 0064-965-264, P101, R201, C501, B616, B617, B618, B619, B620, B621, D601, D602 Federal # NHS-064-3(479),

More information

Peterborough County Road Safety Audit Guideline Pilot

Peterborough County Road Safety Audit Guideline Pilot Peterborough County Pilot Table of Contents 1.0 Purpose... 3 2.0 Road Safety Audit Objectives... 3 3.0 Legal Issues... 3 4.0 Road Safety Audit Procedures... 4 4.1 Project Selection Criteria... 5 4.2 Scope...

More information

FEDERAL HIGHWAY ADMINISTRATION RECORD OF DECISION FOR THE LYNNWOOD LINK EXTENSION

FEDERAL HIGHWAY ADMINISTRATION RECORD OF DECISION FOR THE LYNNWOOD LINK EXTENSION FEDERAL HIGHWAY ADMINISTRATION RECORD OF DECISION FOR THE LYNNWOOD LINK EXTENSION AUGUST 2015 Table of Contents 1 Decision... 1 1.1 Project Description... 2 1.2 Basis for the FHWA Decision... 7 1.2.1

More information

Drawing Modification Summary Effective:

Drawing Modification Summary Effective: Illinois Tollway Base Sheet Revisions Section M Base Sheet Drawings Drawing Modification Summary Effective: 03-31-2017 Roadway (RDY)-Series 400 M-RDY-408 Approach Slab, Mainline Sheet 3 Added slipforming

More information

I-35W Retaining Wall Design Exhibit A - Draft Scope of Work

I-35W Retaining Wall Design Exhibit A - Draft Scope of Work Background MnDOT, Metro Transit, Hennepin County, and the City of Minneapolis are in the process of developing a project for Interstate 35W between 43 rd Street in Minneapolis and 15 th Street in Minneapolis.

More information

Highway Construction Program

Highway Construction Program Highway Construction Program Monthly Delivery Progress Report Watch List February 2017 This report focuses on Capital Highway Program projects, which have, or may have significant changes in scope, schedule,

More information

NORTHWEST CORRIDOR PROJECT. NOISE TECHNICAL REPORT 2015 Addendum Phase IV

NORTHWEST CORRIDOR PROJECT. NOISE TECHNICAL REPORT 2015 Addendum Phase IV Noise Technical Report 2015 Addendum NOISE TECHNICAL REPORT 2015 Addendum PREPARED FOR: Federal Highway Administration and Georgia Department of Transportation PREPARED BY: Parsons Brinckerhoff Project

More information

Chapter 1. General Design Information. Section 1.02 Structure Selection and Geometry. Introduction

Chapter 1. General Design Information. Section 1.02 Structure Selection and Geometry. Introduction Chapter 1 Bridge Design Manual General Design Information Section 1.02 Selection and Geometry Introduction Selection or Rehabilitation Report This section of the design manual provides guidance on the

More information

Florida Department of Transportation District 5 LOW BID DESIGN-BUILD REQUEST FOR PROPOSAL. For. I-75 Truck Parking Availability System

Florida Department of Transportation District 5 LOW BID DESIGN-BUILD REQUEST FOR PROPOSAL. For. I-75 Truck Parking Availability System Florida Department of Transportation District 5 LOW BID DESIGN-BUILD REQUEST FOR PROPOSAL For I-75 Truck Parking Availability System Sumter and Marion Counties Financial Projects Number(s): 440222-1-52-01

More information

FY STATEWIDE TRANSPORTATION IMPROVEMENT PROGRAM New Jersey Department of Transportation Project Descriptions ($ millions)

FY STATEWIDE TRANSPORTATION IMPROVEMENT PROGRAM New Jersey Department of Transportation Project Descriptions ($ millions) FY 2018-2027 WIDE TRANSPORTATION IMPROVEMENT PROGRAM ADA Central, Contract 3 DBNUM: 15419 / UPC: 154190 This contract will bring projects into compliance with current ADA design requirements that could

More information

NOVEMBER 13, 2017 S O L I C I T A T I O N N O. V P

NOVEMBER 13, 2017 S O L I C I T A T I O N N O. V P NOVEMBER 13, 2017 PRE QUALIFICATIONS R.J. Behar & Company, Inc. (RJB) has overseen in excess of $1 billion in construction projects throughout the state of Florida. Our team is fully qualified in the following

More information

Zoo Interchange Reconstruction

Zoo Interchange Reconstruction May 14, 2013 Roberto Gutierrez, PE WisDOT Chris Hager, PE - WisDOT Zoo Interchange Reconstruction Overview of Presentation overview WisDOT Southeast Region I-94 North-South I794/I-94 restriping Hoan bridge

More information

PROFESSIONAL SERVICES BULLETIN 18-2 ADDENDUM 2

PROFESSIONAL SERVICES BULLETIN 18-2 ADDENDUM 2 PROFESSIONAL SERVICES BULLETIN 18-2 ADDENDUM 2 ADDENDUM 2 does not change the due date or time. STATEMENTS OF INTEREST are due by 4:30:00 p.m. (local time) Due Date: April 24, 2018 Successful Offerors

More information

PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56

PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56 PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56 Additional Fees Additional fees may be charged by PennDOT consistent with Sections 411 and 420 of the State Highway Law and Regulations 441.4(d)

More information

Final Recommendations Identification of Improvements, Strategies, and Solutions

Final Recommendations Identification of Improvements, Strategies, and Solutions Identification of Improvements, Strategies, and Solutions Prepared by: December 2015 TABLE OF CONTENTS 1. Introduction... 1 1 2. Freight Policy Recommendations... 2 1 3. Freight Infrastructure Recommendations...

More information

Review of Plans and Specs from a Constructability Perspective

Review of Plans and Specs from a Constructability Perspective Review of Plans and Specs from a Constructability Perspective The Executive Regional Manager and the Project Manager, with approval of the Director of Project Management, may request the Constructability

More information

I535 NB off ramp to I35 SB over I35 and the Burlington Northern Santa Fe (BNSF) Railroad I535 NB off ramp to I35 NB over I35 and the BNSF

I535 NB off ramp to I35 SB over I35 and the Burlington Northern Santa Fe (BNSF) Railroad I535 NB off ramp to I35 NB over I35 and the BNSF Final Bridge Design Twin Ports Interchange Bridges State Project Nos. (SP) 6980-60, 6915-136, 6982-322 Exhibit A Scope of Services PROJECT OVERVIEW State has programmed the construction of the Twin Ports

More information

Design-Build and Design-Bid-Build

Design-Build and Design-Bid-Build Design-Build and Design-Bid-Build Comparison of Overall Cost and Time Question: How does the total cost and time to deliver a $55,000,000 and 814 day design-build project compare to using design-bid-build

More information

Pattullo Bridge Replacement Project. Cost Report

Pattullo Bridge Replacement Project. Cost Report Pattullo Bridge Replacement Project Cost Report January 2018 Cost Report Page i TABLE OF CONTENTS 1 PURPOSE... 1 2 BASIS FOR THE ESTIMATE... 2 2.1 Scope of the Works... 2 2.2 Scope of Capital Costs...

More information

2018 ACEC OF FLORIDA FICE OUTSTANDING PROJECT AWARDS (OPA) PROGRAM PROJECT NOMINATION FORM

2018 ACEC OF FLORIDA FICE OUTSTANDING PROJECT AWARDS (OPA) PROGRAM PROJECT NOMINATION FORM 2018 ACEC OF FLORIDA FICE OUTSTANDING PROJECT AWARDS (OPA) PROGRAM PROJECT NOMINATION FORM A. District: 1 2 3 4 5 6 7 TPK C.O. B. Nomination Category: (Select only one category) Outstanding Major Project

More information

PROFESSIONAL SERVICES BULLETIN 17-2 ADDENDUM 1

PROFESSIONAL SERVICES BULLETIN 17-2 ADDENDUM 1 PROFESSIONAL SERVICES BULLETIN 17-2 ADDENDUM 1 ADDENDUM 1 does not change the due date or time. STATEMENTS OF INTEREST are due by 4:30 p.m. (Central Standard Time) Due Date: March 27, 2017 Successful Offerors

More information

Final Design Guideline

Final Design Guideline Final Design Guideline May, 2016 July, 2011 Check the Capital Project Delivery website to ensure this is the current version Table of Contents Purpose... 1 Introduction... 1 FD Support... 1 Roadway and

More information

SPECIAL PROVISION Detours, Barricades, Warning Signs, Sequence of Work, etc.

SPECIAL PROVISION Detours, Barricades, Warning Signs, Sequence of Work, etc. 2004 Specifications CSJ 0299-04-049, Etc. SPECIAL PROVISION 000---979 Detours, Barricades, Warning Signs, Sequence of Work, etc. 1. Description of Project. A. General. This project provides for the construction

More information

DESIGN CRITERIA PACKAGE FOR A DESIGN/BUILD OF THE CITY OF LYNN HAVEN SRF WATER AND WASTEWATER IMPROVEMENTS PROJECTS

DESIGN CRITERIA PACKAGE FOR A DESIGN/BUILD OF THE CITY OF LYNN HAVEN SRF WATER AND WASTEWATER IMPROVEMENTS PROJECTS DESIGN CRITERIA PACKAGE FOR A DESIGN/BUILD OF THE CITY OF LYNN HAVEN SRF WATER AND WASTEWATER IMPROVEMENTS PROJECTS PREPARED FOR: Margo Anderson, Mayor Antonius Barnes, Commissioner Judy Tinder, Commissioner

More information

TABLE OF CONTENTS. Background of Existing Facility 3. Proposed Work 4

TABLE OF CONTENTS. Background of Existing Facility 3. Proposed Work 4 TABLE OF CONTENTS SECTION PAGE Background of Existing Facility 3 Proposed Work 4 Objective of this Report 4 Required Data 4 Pavement Design Procedure 5 Other Data Requirements 7 Pavement Structures 8 Pavement

More information

Florida Department of Transportation District Four

Florida Department of Transportation District Four 02b11/09 Florida Department of Transportation District Four DESIGN-BUILD REQUEST FOR PROPOSAL for SR 9/I-95 from South of Glades Road to South of Linton Boulevard SR 9/I-95 at SR 808/Glades Road SR 9/I-95

More information

Florida Department of Transportation District 6 LOW BID DESIGN-BUILD REQUEST FOR PROPOSAL. For. DMS Replacement Project, Miami-Dade County

Florida Department of Transportation District 6 LOW BID DESIGN-BUILD REQUEST FOR PROPOSAL. For. DMS Replacement Project, Miami-Dade County Florida Department of Transportation District 6 LOW BID DESIGN-BUILD REQUEST FOR PROPOSAL For DMS Replacement Project, Miami-Dade County Financial Projects Number(s): 417740-6-92-01 Federal Aid Project

More information

Questions Due: 12/11/14; Proposals Due 12/30/14: each by 2:00PM Central Standard Time

Questions Due: 12/11/14; Proposals Due 12/30/14: each by 2:00PM Central Standard Time 1. Q: Can you please confirm the Due Date? The Event Details on the webpage states 12/30/14, but when you click into Event Details in the Documents, it lists the Due Date as 12/5/14. A: Proposals are due

More information

CHAPTER 3 SCOPE SUMMARY

CHAPTER 3 SCOPE SUMMARY CHAPTER 3 SCOPE SUMMARY GENERAL The SDDOT is an active member of AASHTO to share common national design standards for the state highway system. The AASHTO Task Force on Geometric Design has completed the

More information

21 PAVEMENTS General Administrative Requirements Standards Personnel Certification

21 PAVEMENTS General Administrative Requirements Standards Personnel Certification 21 PAVEMENTS 21.1 General The Design-Builder shall conduct all Work necessary to meet the requirements associated with all Project pavements. The permanent pavement structure for all Project roadways is

More information

Jobs & Transportation Ramping it Up Roadway and Traffic Dan Groh, P.E.

Jobs & Transportation Ramping it Up Roadway and Traffic Dan Groh, P.E. Jobs & Transportation Ramping it Up Roadway and Traffic Dan Groh, P.E. Ohio DOT Work Zone Process Review Ohio DOT Work Zone Process Review This review was conducted by the Ohio Department of Transportation

More information

Rt. 29 Solutions Project Delivery Advisory Panel. February 18, 2016

Rt. 29 Solutions Project Delivery Advisory Panel. February 18, 2016 Rt. 29 Solutions Project Delivery Advisory Panel February 18, 2016 Agenda item 1: Introductions Project Delivery Advisory Panel Technical Team 2 Agenda item 2: Interaction and Feedback Live Streaming Feb

More information

TAMPA BAY NEXT MAJOR PROJECTS UPDATE

TAMPA BAY NEXT MAJOR PROJECTS UPDATE TAMPA BAY NEXT MAJOR PROJECTS UPDATE Marshall Hampton, FDOT District Seven Tampa Bay Next Program Manager January 18, 2019 1 2 Program Overview Funding Priorities Fiscal Year 2018 2019 2020 2021 2022 2023

More information

I-64 Capacity Improvements Segment III RFQ Information Meeting

I-64 Capacity Improvements Segment III RFQ Information Meeting I-64 Capacity Improvements Segment III RFQ Information Meeting April 5, 2017 Janet Hedrick, P.E. Design Project Manager Joseph Clarke, P.E. APD Project Manager and POC I-64 Capacity Improvements Segment

More information

2018 ACEC OF FLORIDA OUTSTANDING PROJECT AWARDS (OPA) PROGRAM PROJECT NOMINATION FORM

2018 ACEC OF FLORIDA OUTSTANDING PROJECT AWARDS (OPA) PROGRAM PROJECT NOMINATION FORM 2018 ACEC OF FLORIDA OUTSTANDING PROJECT AWARDS (OPA) PROGRAM PROJECT NOMINATION FORM A. District: 1 2 3 4 5 6 7 TPK C.O. B. Nomination Category: (Select only one category) Outstanding Major Project Outstanding

More information

ECMS. home site map help. Project: Municipal / PENNDOT Oversight Non-NHS Construction

ECMS. home site map help. Project: Municipal / PENNDOT Oversight Non-NHS Construction Page 1 of 6 S PECIAL PROVISION home site map help ECMS DOUGLAS GEORGE Project: 30979 Municipal / PENNDOT Oversight Non-NHS Construction Short Description: Pigeon Creek #30 Org Code: 1240 County: Washington

More information