REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR...

156
Florida Department of Transportation District Seven DESIGN-BUILD REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4 th Street North) to South of SR 60 Pinellas and Hillsborough Counties, Florida Financial Project Number(s): 422904-2-52-01, 422904-4-52-01, 422904-9-52-01, 444184-1-52-01 Federal Aid Project Number(s): D718-055-B, D718-056-B Contract Number: E7R10

Transcript of REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR...

Page 1: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Florida Department of Transportation

District Seven

DESIGN-BUILD

REQUEST FOR PROPOSAL

for

I-275 Howard Frankland Bridge from North of SR 687 (4th

Street North) to South of SR 60

Pinellas and Hillsborough Counties, Florida

Financial Project Number(s):

422904-2-52-01, 422904-4-52-01, 422904-9-52-01, 444184-1-52-01

Federal Aid Project Number(s):

D718-055-B, D718-056-B

Contract Number: E7R10

Page 2: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Page i

Table of Contents

I. Introduction. .......................................................................................................................1 A. Design-Build Responsibility .................................................................................. 5 B. Department Responsibility .................................................................................... 6

II. Schedule of Events. .............................................................................................................7

III. Threshold Requirements. ................................................................................................10 A. Qualifications ....................................................................................................... 10 B. Joint Venture Firm ............................................................................................... 10 C. Price Proposal Guarantee ..................................................................................... 10 D. Pre-Proposal Meeting .......................................................................................... 10 E. Technical Proposal Page-Turn Meeting............................................................... 11 F. Question and Answer Written Responses ............................................................ 11 G. Protest Rights ....................................................................................................... 12 H. Non-Responsive Proposals .................................................................................. 12 I. Waiver of Irregularities ........................................................................................ 13 J. Modification or Withdrawal of Technical Proposal ............................................ 14 K. Department’s Responsibilities ............................................................................. 14 L. Design-Build Contract ......................................................................................... 14

IV. Disadvantaged Business Enterprise (DBE) Program. ....................................................14 A. DBE Availability Goal Percentage: ..................................................................... 14 B. DBE Supportive Services Providers: ................................................................... 15 C. Bidders Opportunity List: .................................................................................... 15

V. Project Requirements and Provisions for Work. ..........................................................15 A. Governing Regulations: ....................................................................................... 15 B. Innovative Aspects:.............................................................................................. 18 C. Geotechnical Services: ......................................................................................... 22 D. Department Commitments: .................................................................................. 23 E. Environmental Permits: ....................................................................................... 24 F. Railroad Coordination: ........................................................................................ 26 G. Survey: ................................................................................................................. 27 H. Verification of Existing Conditions: .................................................................... 27 I. Submittals: ........................................................................................................... 27 J. Contract Duration: ............................................................................................... 31 K. Project Schedule: ................................................................................................. 31 L. Key Personnel/Staffing: ....................................................................................... 33 M. Partner/Teaming Arrangement: ........................................................................... 33 N. Meetings and Progress Reporting: ....................................................................... 34

Page 3: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Page ii

O. Public Involvement: ............................................................................................. 35 P. Quality Management Plan (QMP): ...................................................................... 36 Q. Liaison Office: ..................................................................................................... 37 R. Engineers Field Office: ........................................................................................ 37 S. Schedule of Values: ............................................................................................. 37 T. Computer Automation: ........................................................................................ 38 U. Construction Engineering and Inspection: ........................................................... 38 V. Testing: ................................................................................................................ 38 W. Value Added: ....................................................................................................... 39 X. Adjoining Construction Projects: ......................................................................... 39 Y. Issue Escalation: .................................................................................................. 40

VI. Design and Construction Criteria. .................................................................................40 A. General: ................................................................................................................ 40 B. Vibration and Settlement Monitoring: ................................................................. 42 C. Geotechnical Services: ......................................................................................... 43 D. Utility Coordination: ............................................................................................ 45 E. Roadway Plans:.................................................................................................... 48 F. Geometric Design: ............................................................................................... 51 G. Design Documentation, Calculations, and Computations: .................................. 54 H. Structure Plans: .................................................................................................... 55 I. Specifications: ...................................................................................................... 63 J. Shop Drawings:.................................................................................................... 64 K. Sequence of Construction: ................................................................................... 64 L. Stormwater Pollution Prevention Plans (SWPPP): .............................................. 65 M. Temporary Traffic Control Plan: ......................................................................... 65 N. Environmental Services/Permits/Mitigation: ....................................................... 67 O. Signing and Pavement Marking Plans: ................................................................ 70 P. Lighting Plans: ..................................................................................................... 72 Q. Intelligent Transportation System (ITS) Plans: ................................................... 74 R. Landscape Opportunity Plans: ........................................................................... 136 S. Tolling Infrastructure Requirements: ................................................................. 137

VII. Technical Proposal Requirements: ..............................................................................138 A. General: .............................................................................................................. 138 B. Submittal Requirements: .................................................................................... 139 C. Evaluation Criteria: ............................................................................................ 140 D. Final Selection Formula: .................................................................................... 143 E. Final Selection Process: ..................................................................................... 143 F. Stipend Awards: ................................................................................................. 144

VIII. Bid Proposal Requirements. .........................................................................................144 A. Bid Price Proposal: ............................................................................................ 144

Page 4: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Page iii

ATTACHMENTS

The Attachments listed below are hereby incorporated into and made a part of this Request for Proposal

(RFP) as though fully set forth herein.

A001_Project_Advertisement

A002_Bid_Price_Proposal

A002.A_Bid_Blank.pdf

A002.B_Design_Build_Proposal_of_Proposer.pdf

A002.C_Design_Build_Bid_Proposal_Form.pdf

A002.D_Bid_or_Proposal_Bond.pdf A003_Specifications

A003.01_Division_I_Design-Build_Specifications (To be provided by Addendum)

A003.01.A_Division_I_Specs_ 20XX_XX_XX.pdf

A003.02_Division_II_and_III_Special_Provisions (To be provided by Addendum)

A003.02.A_SP1010000DB_Mobilization_ 20XX_XX_XX.pdf

A003.02.B_SP1050813DB_Cont_Quality_Control_Gen_Req_ 20XX_XX_XX.pdf

A003.02.C_SP4550000DB_Structures_Found_ 20XX_XX_XX.pdf

A003.02.D_DEV475-115_Value_Added_Bridge_Comp_20XX_XX_XX.pdf

A003.02.E_DEV688_RWIS_20XX_XX_XX.pdf

A003.02.F_DEV993_ELM_20XX_XX_XX.pdf

A003.03_Technical_Special_Provisions

A003.03.A_TSP400_ConcSealer_20XX_XX_XX.pdf

A004_Approved_Typical_Section_Package

A004.A_422904_I275HFB_DraftTypSectPack_2018-12-06.pdf

A005_Approved_Pavement_Design

A005.A_422904_I275HFB_ApprovedPavtDesignRep_2018-12-28.pdf

A006_Approved_Design_Variations_and_Exceptions

A006.A_422904_DraftShldrWidthVar_2018-12-04.pdf

A007_Right_of_Way_Maps

A007.A_15190-4010_(5250)_SR93_1957-02-20.pdf

A007.B_15190-4030_SR93_1958-11-03.pdf

A007.C_10190-406(409)_SR93_HowardFrankland_1957-12-31.pdf

A007.D_10190-1410-2583981_SR93EastEndofHFBCswy_1996-02-29.pdf

A007.E_10190-2410-2583981_SR93HFBtoHimesAve_2016-06-10.pdf

A008_2016_General_Tolling_Requirements_(GTR)_with_Addendum_1*

A009_Initial_Construction_Limits

A009.A_HFBInitialConstLimits_2019-02-28.pdf

A010_Lighting_Design_Analysis_Report_Guidelines

A010.A_LDAR_Guidelines_2018_12_06.pdf

A011_ Transit_Design_Criteria

A011.A_TBNext_HFB_Transit_Design_Criteria_v3.1_2018-11-01.pdf

A011.B_TBNext _HFB_Stray_Current_Criteria_2019-03-01.pdf

A012_Toll_Siting_Technical_Memorandum

A012.A_Draft_Toll_Siting_Technical_Memorandum_2019-01-25.pdf

A013_Toll_Site_Schedule_of_Values_Template (To be provided by Addendum)

A014_MSE_Wall_Panel_Aesthetic_Details (To be provided by Addendum)

A015_FHWA_1273

Page 5: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Page iv

A015.A_FHWA_1273_2012-05-01.pdf

A016_FAA_7460_Determination (To be provided by Addendum)

A017_TIA_Requirements (To be provided by Addendum)

A018_Quality_Assurance_and_Quality_Control_Requirements

A018.A_Turnpike_Quality_Control_and_Assurance_Process_2018-05-02.pdf

A019_FTE_Requirements

A019.A_FTE_Shop_Drawing_Review_Process_2019-02-27.pdf

A020_SunGuide_TMC_Information (To be provided by Addendum)

A021_Overlook_and_ITS_Pilaster_Details

A021.A_ITS_Pilaster_2018-12-11.pdf

A021.B_ITS_PilasterDGN_2018-12-11.dgn

A021.C_Overlook_Detail_201X-XX-XX.pdf (To be provided by Addendum)

A021.D_Overlook_DetailDGN_201X-XX-XX.dgn (To be provided by Addendum)

A022_ITS_Criteria

A022.A_MVDS_Calibration_2014-04-28.pdf

A022.B_ITSFM_Functional_Req_2016-02-05.pdf

A023_Emergency_Access_Gate_Requirements

A023.A_Click2Enter_2019-01-17.pdf

A023.B_AASADV-1000KeypadEliteGates_2019-01-17.pdf

*To obtain the 2016 General Tolling Requirements (GTR) with Addendum 1, the Design-Build Firm shall

complete the Exempt Documents Request Form No. 050-020-26 available at https://fms.fdot.gov/. Submit the form, along with the required documentation referenced on the form, to the Florida’s Turnpike

Enterprise Public Records Custodian at [email protected].

REFERENCE DOCUMENTS

The following documents are being provided with this RFP. Except as specifically set forth in the body of

this RFP, these documents are being provided for reference and general information only. They are not

being incorporated into and are not being made part of the RFP, the contract documents or any other

document that is connected or related to this Project except as otherwise specifically stated herein. No

information contained in these documents shall be construed as a representation of any field condition or

any statement of facts upon which the Design-Build Firm can rely upon in performance of this contract.

All information contained in these reference documents must be verified by a proper factual investigation.

The bidder agrees that by accepting copies of the documents, any and all claims for damages, time or any

other impacts based on the documents are expressly waived.

R001_Exempt_Documents

R001.A _150210_Initial_Br_Inspect_Rep_19910715.pdf

R001.B _Br_No_150107_HFB_Br_Insp_Rpt_20160929.pdf

R001.C _Br_No_150210_HFB_Br_Insp_Rpt_20160929.pdf

R001.D _NB_HFB_Condition_Summary_20130429.pdf

R001.E _1990-D7_EDMS-1791681-v1-COMP_INVENTORY_DATA_RPT_20161102.pdf

R001.F _1990-D7_EDMS-1791682-v1-CHANNEL_PROFILE_20161102.pdf

R001.G _1990-D7_EDMS-1791683-v1-BR_INSP_RPT_150210_ADDEND_20160929.pdf

R001.H _1990-D7_EDMS-1791684-v1-

ROUT_UNDWAT_BR_INSP_RPT_150210_20160801.pdf

R001.I _430706-2-52-01_Br_Repair_Plans_150107-150136_20150723.pdf

Page 6: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Page v

R001.J _427455-1-52-01_Br_Repair_Plans_150107_20120716.pdf

R001.K _15190-3487_1519-201_150107_Partial_Br_Plans_19560901.pdf

R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

R001.M _423478-1-52-01_Bearing_Pad_Replacement_150107_20081208.pdf

R001.N _427049-1-52-01_Bearing_Pad_Replacement_150210_20101206.pdf

R001.O _15190-3479_Br_Plans_150210_19870201.pdf

R001.P _15190-3908_Partial_Br_Plans_150224_19931214.pdf

R001.Q _Br_Plans_150210_SPN_15190-3479_Final_Plans_19870325.pdf

R001.R_BrNo150107InspRpt_2018-09-30.pdf

R001.S_BrNo150210InspRpt_2018-09-27.pdf

R002_Concept_Plans

R002.A_HFB_ROADWAY_Draft_CDP_2018-09-10.pdf

R002.B_HFB_STRUCTURES_Draft_CDP_2018-09-10.pdf

R002.C_HFB_ITS_Draft_CDP_2018-11-01.pdf

R002.D_PLANRD_ROLL_PINELLAS_2018-09-10.pdf

R002.E_PLANRD_ROLL_HILLS_2018-09-10.pdf

R002.F_SunGuideTMCContRmOpt2_2019_01_28.pdf

R002.G_SunGuideTMCContRmSection_2019_01_10.pdf

R002.H_HFBCADD_2018-12-12.zip

R002.I_AerialNAD83FLHFB_2019-02-04.zip

R002.J_SunGuideCADD_2019-01-28.zip

R003_PD&E_Documents

R003.01_November_2017_Public_Hearing

R003.01.A_HFB_Draft_PER_With_Appendix_20171023.pdf

R003.01.B_HFB_PDE_Final_CRAS_20121004.pdf

R003.01.C_Draft_HFB_CatEx_20171023.pdf

R003.01.D_Draft_NRE_HFB_20171023.pdf

R003.01.E_HFBS_Public_Hearing_Display_Boards_Web_20171114.pdf

R003.01.F_HFB_PD&E_Draft_Geotech_Tech_Memo_20120601.pdf

R003.02_Final_Documents

R003.02.A_HFB_Final_PER_Complete_20180409.pdf

R003.02.B_HFB_C&C_Report_20180306.pdf

R003.02.C_NRE_HFB_20171023.pdf

R003.02.D_CE2_Type2CE_DetRpt_NB_20180504.pdf

R003.02.E_CE2_Type2CE_AttachA_20180501.pdf

R003.02.F_CE2_Fig1_ProjectLocation_HFB_PD&E_20171016.pdf

R003.02.G_CE2_Fig2_Pref_Alt_Br_Typ_Sect_20180108.pdf

R003.02.H_CE2_Fig3_Pref_Alt_for_Rdwy_Approach_20180108.pdf

R003.02.I_CE2_Env_Doc_Subm_Form_Req_for_App_(Approved)_NB_20180504.pdf

R003.02.J_HFB_Commitments_20180523.pdf

R003.03_424501-1_54thAveStoNof4th_Documents

R003.03.A_424501-1_I-275_PDE_Pinellas_AQM_2015-06-29.pdf

R003.03.B_424501-1_I-275_PDE_Pinellas_SMF_2016-04-01.pdf

R003.03.C_424501-1_I-275_PDE_Pinellas_BPQ_2015-11-10.pdf

R003.03.D_424501-1_I-275_PDE_Pinellas_CCR_2016-04-01.pdf

R003.03.E_424501-1_I-275_PDE_Pinellas_CSER_2016-04-01.pdf

R003.03.F_424501-1_I-275_PDE_Pinellas_DTTM_2016-04-01.pdf

R003.03.G_424501-1_I-275_PDE_Pinellas_LHM_2016-04-01.pdf

R003.03.H_424501-1_I-275_PDE_Pinellas_NSR_2016-04-01.pdf

Page 7: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Page vi

R003.03.I_424501-1_I275_NSR_Addendum_Gandy_to_4th_St_2016-07-16.pdf

R003.03.J_424501-1_I-275_PDE_Pinellas_FPER_2016-07-16.pdf

R003.03.K_424501-1_I-

275_PDE_Pinellas_SMF_Site_Recon_Survey_Tech_Memo_2016-01-19.pdf

R003.03.L_424501-1_I-275_PDE_Pinellas_Public_Hearing_Scrapbook_2015-09-29.pdf

R003.03.M_424501-1_I-275_PDE_Pinellas_PIP_2016-04-01.pdf

R003.03.N_424501-1_I-275_PDE_Pinellas_Type_2_CE_2016-07-16.pdf

R003.03.O_424501-1_I-275_PDE_Pinellas_WEBAR_2016-04-01.pdf

R003.04_444184-1_I275HFBTrailProject

R003.04.A_444184-1_I275HFBTrailConnectCRASApproval_2018-10-15.pdf

R003.04.B_444184-1_I275HFBTrailConnectCRASMemo_2018-10-15.pdf

R003.04.C_444184-1_I275HFBTrailConnectionApprStatusofEnvCert_2018-11-28.pdf

R003.04.D_444184-1_I275HFBTrailConnectType1CatExChklistAppr_2018-11-28.pdf

R004_Geotech_Data

R004.01_1990_Test_Pile_Drilled_Shaft_Data

R004.01.A_HFB_Load_Test_Foundation_Test_Locations_19860927.pdf

R004.01.B_Load_Test_Program_Description_19860927.pdf

R004.01.C_Proj_Plan_and_Test_Site_Layout_19860927.pdf

R004.01.D_Final_Foundation_Report_19861219.pdf

R004.01.E_Plan_Info_and_Rep_of_Data_Collection_Vol_I_19850917.pdf

R004.01.F_Rep_of_Data_Collection_Vol_II_19850917.pdf

R004.02_Terracon_Geotech_Report

R004.02.A_Geotech_Data_Rep_422904-4_422904-2_HFB_20180522.pdf

R004.02.B_Geotech_Data_Rep_422904-4_422904-2_HFB_Boring_Loc_20180522.pdf

R004.02.C_Top_of_Limestone_Contour_Map_20180522.kmz

R004.02.D_Boring_Locations_CADD_20180522.dgn

R004.02.E_MASTER_SPREADSHEET_20180522.xlsx

R004.02.F_Boring_Location_20180522.kmz

R004.03_Load_Test_Papers_150210

R004.03.A_Deep_Found_for_a_5000_Meter_Long_Br_19951103.pdf

R004.03.B_Load_Test_Information_19951103.pdf

R004.04_Bridge_150210_Geotech

R004.04.A_HFB_SB_150210_Pier_Locations_19870201.pdf

R004.04.B_HFB_SB_150210_Borings_19870201.pdf

R004.04.C_HFB_Pile_Log_Summary_East_Piers_19870102.pdf

R004.04.D_HFB_Pile_Log_Summary_West_Piers_19870102.pdf

R004.04.E_Exist_SB_I-275_Driven_Pile_ Info_19870201.xlsx

R005_Environmental_Permits

R005.01_US_Coast_Guard

R005.01.A_USCG_Permits_for_1960_19560905_and_1990_19921105_Bridges.pdf

R005.01.B_Elev_view_1990_HFB_45.2_Vert_Clearance_19861229.pdf

R005.01.C_HFB_Final_USCG_Bridge_Permit_App_2018-07-09.pdf

R005.01.D_USCG_Permit#_XXXXXX

R005.02_SWFWMD

R005.02.A_HFB_Preliminary_ERP_Application_2018-07-20.pdf

R005.02.B_HFB_Final_SWFWMD_Permit_App_2018-09-10.pdf

R005.02.C_HFB_PLANS_ROADWAY_PERMIT_2018-09-07.pdf

R005.02.D_HFB_SWFWMDAppNo771694_RAIResp_2018-12-19.pdf

R005.02.E_SWFWMD_Permit#_43001034.012_2019_01_29.pdf

Page 8: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Page vii

R005.03_USACE

R005.03.A_HFB_Final_USACE_Eng_Form_4345_2018-07-02.pdf

R005.03.B_HFB_USACE_package_to_support_4345_2018-07-20.pdf

R005.03.C_HFB_Biological_Evaluation_Rev1-1_2018-08-20.pdf

R005.03.D_HFB_Draft_Barge_Seagrass_Cautionary_Zones_2018-09-01.pdf

R005.03.E_HFB_Repl_USACE_Add_LTR_2018-09-12.pdf

R005.03.F_USACE_Permit#_XXXXXX.pdf

R005.04_HydroacousticInformation

R005.04.A_TechGuideHydroacousticPileDrivingEffects_2015-11-02.pdf

R005.04.B_NMFS_Spreading_Loss_Calculator

R005.04.C_NMFS_Impact_Pile_Driving_Calculator_FINAL_Feb_2015

R005.04.D_NMFS_Vibratory_Pile_Driving_Calculator_Final_Feb_2015

R006_Survey_Data

R006.01_Miscellaneous_ROW_Exhibits-Graphics

R006.01.A_HFB_Bridge_ROW_Exhibit-Draft_20180405.pdf

R006.01.B_HFB_Channel_Exhibit_20180612.pdf

R006.01.C_HFB_Existing_Access_Rd_Bridge_Clearance_20180718.pdf

R006.02_412531-1_SR93_I-275_SR60_to_Spruce_St

R006.02.01_Survey_Info_20180718

R006.02.01.A_CS4125311_20180718.dgn

R006.02.01.B_Project_Data_Sht_ SR687_4th_20180718.docx

R006.02.01.C_SURVRD01_20180718.dgn

R006.02.02_Bridge_Obscured_Areas

R006.02.02.A_SURVRD01_I275_Bridges_20180718.dgn

R006.02.03_Westshore_Ramp

R006.02.03.A_BRIDGE_SURFACE_20180718.tin

R006.02.03.B_DTM_SURFACE_20180718.tin

R006.02.03.C_SURVRD01_20180718.dgn

R006.03_430900-1_SR687_4th_Street

R006.03.01_RWCS

R006.03. 01.A_CS4309001_20180718.dgn

R006.03.01.B_CSCOVR01_20180718.dgn

R006.03.01.C_CSDETL03_20180718.dgn

R006.03.01.D_CSDETL04_20180718.dgn

R006.03.01.E_CSDETL05_20180718.dgn

R006.03.01.F_CSDETL06_20180718.dgn

R006.03.01.G_CSDETL07_20180718.dgn

R006.03.01.H_CSDETL08_20180718.dgn

R006.03.01.I_CSDETL09_20180718.dgn

R006.03.01.J_CSDETL10_20180718.dgn

R006.03.01.K_CSDETL11_20180718.dgn

R006.03.01.L_CSDETL12_20180718.dgn

R006.03.01.M_CSKEYM02_20180718.dgn

R006.03.02_CADD

R006.03.02.A_algnrd01_20180718.dgn

R006.03.02.B_BL_References20180718.dgn

R006.03.02.C_Check_Sections20180718.dgn

R006.03.02.D_DREXRD01_20180718.dgn

R006.03.02.E_GDTMRD01_20180718.dgn

Page 9: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Page viii

R006.03.02.F_GDTMRD02_20180718.dgn

R006.03.02.G_RWDTRD01_20180718.dgn

R006.03.02.H_SR687_20180718.inp

R006.03.02.I_TOPORD01_20180718.dgn

R006.03.02.J_UTEXRD01_20180718.dgn

R006.03.02.K_Project_Data_Sheet_SR687_4th_20180718.docx

R006.04_HFB_Alignment_ROW_3D_Sidescan

R006.04.01_Exhibits

R006.04.01.A_Channel_Exhibit_20180718.pdf

R006.04.02_CADD_Info

R006.04.02.A_ALGNRD_HFB90_20180718.dgn

R006.04.02.B_ALGNRD_HFB90_20180718.kmz

R006.04.02.C_ALGNRD01_HFB60_20180718.dgn

R006.04.02.D_align_60_20180718.inp

R006.04.02.E_blhfb90_20180718.inp

R006.04.02.F_GDTMRD01_DGN_20180718.dgn

R006.04.02.G_GDTMRD01_20180718.tin

R006.04.02.H_RWDTRD01_20180718.dgn

R006.04.02.I_SURVRD01_HFB_20180718.dgn

R006.04.02.J_Project_Data_Sht_HFB_Align_RW_Design_20180718.docx

R006.05_HFB_Bathymetric_Surveys

R006.05.A_SURVRD01-Hydro_20180718.dgn

R006.05.B_SURVRD01_20180718.dgn

R006.05.C_Project_Data_Sht_HFB_Hydro_20180718.docx

R006.06_HFB_Pinellas_Approach-Gateway_Merge

R006.06.01_Survey_Info

R006.06.01.A_GATEWAY-HFB_MERGE_20181108.dgn

R006.06.01.B_Project_Data_Sht_HFBGateway_20180718.docx

R006.06.01.C_Gateway-HFBMergeTIN_20181108

R006.06.02_437199-6_Pinellas_Approach_Data

R006.06.02.A_422904-SURVRD01_20180718.dgn

R006.06.02.B_CTLRD01_20180718.dgn

R006.06.02.C_CTLRD02_20180718.dgn

R006.06.02.D_CTLRD03_20180718.dgn

R006.06.02.E_CTLRD04_20180718.dgn

R006.06.02.F_GDTMRD01_20180718.tin

R006.06.02.G_SURVRD01_20180718.dgn

R006.06.02.H_Cross_Section_Compare_20180718.txt

R006.06.02.I_xsections_20180718.xls

R006.07_HFB_RW_Maps-Control_Surveys

R006.07.A_1519-403_Shts_1-2_20180718.pdf

R006.07.B_10190-406_409_SR400_Howard_Frankland1957_20180718.pdf

R006.07.C_10270-1050_SR60_1957_20180718.pdf

R006.07.D_15190-1401-7147865_SR93_rwcs1997_20180718.pdf

R006.07.E_15190-4010_5250_SR400_nka_SR93_1939_20180718.pdf

R006.07.F_SEG_4-5_2583981_SR93_I275-HFB-Himes_Ave_mon_2016_20180718.pdf

R006.07.G_SEG_4-5_Genesis-RWmaps_20180718.pdf

R006.07.H_SEG_4_10190-4125311_SR93_rwcs_2012_20180718.pdf

R006.08_HFB_CypressDredgeHole

Page 10: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Page ix

R006.08.A_PRELIM_HFB_CypressDredgeHole_Topo_AIM-Report_2018-06-28.pdf

R006.08.B_PRELIM_SURVRD01_CypressDredgeHole_Topo_2018-06-28.dgn

R006.08.C_HFB_CypressDredgeHole_Topo_AIM-Report_2018-08-10.pdf

R006.08.D_SURVRD01_CypressDredgeHole_Topo_2018-08-10.pdf

R006.08.E_SURVRD01_CypressDredgeHole_Topo_2018-08-10.dgn

R006.09_430500-1_SR687_4thStBrRepl

R006.09.A_430500-1_ALGNRD01_2018-11-08.dgn

R006.09.B_430500-1_CTLRD01_2018-11-08.dgn

R006.09.C_430500-1_CTLRD02_2018-11-08.dgn

R006.09.D_430500-1_CTLRD03_2018-11-08.dgn

R006.09.E_430500-1_RWDTRD01_2018-11-08.dgn

R006.09.F_430500-1_SURVRD01_2018-11-08.dgn

R006.09.G_430500-1_CTLSheetsSigned_2018-11-08.pdf

R006.09.H_430500-1_SR687GPSDataSheets_2018-11-08.pdf

R006.09.I_430500-1_SR687BM_Forms_2018-11-08.pdf

R006.09.J_430500-1_HYDRODepthsApplied_2018-11-08.txt

R006.09.K_430500-1_job015_2018-11-08.gpk

R007_ITS_Documents

R007.01_ITS_Asbuilts

R007.01.A_412531-3_I275NBExittoSR60_2009-10-05.pdf

R007.01.B_407233-2_I275HFB54thAveNtoKennedyFinalAbuilts_2007_07_27.pdf

R007.01.C_407233-2_I275HFB54thAveNtoKennedyFinalAbuiltsBlk-

Wht_2007_07_27.pdf

R007.01.D_407232-1_TBSGCenterFinalAsBuilt_2004-07-13.pdf

R007.02_ITS_Details

R007.02.A_District_7_Design_Standards_2017-05-05.pdf

R007.02.B_FDOT_D7_OTDR_Report_Example_V2.2_2018-08-28.pdf

R007.02.C_Parts_Inventory_I275_MileMarker_31to41_2018-09-10.pdf

R007.02.D_ITSWireExample_2016-09-08.pdf

R008_Asbuilt_Information

R008.A_427033-2-52-01_Barrier_Wall_on_Hills_Co_side_11x17_20101202.pdf

R008.B_15190-3446_Sheet_Pile_Details_150210_19951031.pdf

R008.C_HFB_ExistLightInfo_1990-01-01.pdf

R009_Master_Signing_Plan

R009.A_HFB-1_MSP_DRAFT_111618.pdf

R009.B_HFB-2_MSP_DRAFT_111618.pdf

R010_Other_Project_Correspondence

R010.A_March_2018_Utility_Payment_2018-03-01.pdf

R010.B_April_2018_Utility_Payment_2018-04-01.pdf

R011_Seawall_Inspection_Reports

R011.A_Howard_Frankland_Seawall_Analysis_2015-08-18.pdf

R011.B_Howard_Frankland_Causeway_South_Seawall_2017-10-17.pdf

R012_Coastal_Model

R012.A_Coastal_Modeling_Results_UPDATE_2018-06-04.pdf

R012.B_100_Year_Velocity_Vectors_2018-06-04.mp4

R012.C_100_Year_Storm_Surge_2018-06-04.mp4

R013_Prelim_Light_Calc

R013.A_150210_Prelim_Light_Calc_2018-09-28.pdf

R013.B_150210_Light_Photo_Analysis_2018-09-28.agi

Page 11: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Page x

R014_Pavement_Info

R014.A_441111-1_Pavement_Design_2018-05-24.pdf

R014.B_422904_Pavement_Eval_Rep_2018-04-25.pdf

R015_Utility_Coord

R015.01_Util_Owner_Correspondence

R015.01.A_Bright_House_2018-06-22.pdf

R015.01.B_Centurylink_Enterprise_2018-06-22.pdf

R015.01.C_CityofTampa_WW_Not_Inv_2018-06-22.pdf

R015.01.D_DukeEnergy_4th_I275_2018-06-22.pdf

R015.01.E_Frontier_Exist_DB_2018-06-22.pdf

R015.01.F_MCI_Verizon_Bus_XO_Not_Inv_2018-06-22.pdf

R015.01.G_WOW_Not_Inv_2018-06-22.pdf

R015.02_Design_Ticket_Util_Cont

R015.02.A_S3_Utility_Cont_List_2018-06-22.pdf

R015.03_Exist_Util_Own_Map

R015.03.A_Exist_Util_Own_Map_2018-06-22.pdf

R015.04_Sunshine_811_Design_Ticket

R015.04.A_S3_I-275-4thStN_Inter_2018-06-22.pdf

R015.04.B_S3_Pinellas-HillsCoLine-SR60_2018-06-22.pdf

R015.05_S3_Load_Center_Locations

R015.05.A_DukeEnergyServPt_2018-10-08.pdf

R015.05.B_TECOServPt_2018-10-08.pdf

R016_Bridge_Hydraulics

R016.A_422904_Br_Hyd_Memo_2018-09-19.pdf

R017_Project_Management_Plan

R017.A_422904_PMP_2018-08-20.pdf

R017.B_422904_PMP_Appr_Ltr_2018-08-21.pdf

R018_Contamination_Report

R018.A_422904_Br150107_HFBACMSurv_2005-08-23.pdf

R019_Long_Range_Estimates

R019.A_422904-2-52-01_2018-03-23.pdf

R019.B_422904-4-52-01_2018-03-09.pdf

R019.C_422904-9-52-01_2018-09-11.pdf

R019.D_444184-1-52-01_2018-08-31.pdf

R020_Emergency_Access_Gate_Information

R020.A_BarrierGateAssemblyManual_2012-07-01.pdf

R021_Structures

R021.A_DraftBridgeConceptDevMemo_2019-01-15.pdf

R022_Bus_on_Shoulder_Technical_Memorandum

R022.A_Bus_on_Shoulder_Technical_Memorandum_2019-XX-XX.pdf (To be provided by

Addendum)

Page 12: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 1 of 145

I. Introduction.

The Florida Department of Transportation (Department) has issued this Request for Proposal (RFP) to solicit

competitive bids and proposals from Proposers for the design and construction of the replacement of the

existing northbound I-275 (SR 93) Howard Frankland Bridge over Tampa Bay (Existing Bridge No. 150107)

in Pinellas and Hillsborough Counties, Florida. The anticipated project limits begin approximately 400 feet

south of the SR 687 (4th Street North) overpass in Pinellas County (Section 15190; milepost 14.3) and end

approximately 300 feet south of the Kennedy Blvd. overpass in Hillsborough County (Section 10190; milepost

1.7). In general, the scope of work includes all investigations, design, permitting, coordination, final approved

construction documents and construction activities necessary to complete the Project as detailed below.

It is the Department’s intent to promote the use of innovative design concepts, components, details, and

construction techniques for bridge structures as discussed in Chapter 121 of the FDOT Design Manual

(FDM). The Design-Build Firm may submit a Technical Proposal that includes innovative concepts if they

are discussed with the Department and approved in accordance with Chapter 121 of the FDM using the

Alternative Technical Concept (ATC) process.

Project Description

The project consists of construction of a new southbound bridge carrying I-275 over Tampa Bay (Bridge No.

150303) and removal of the existing northbound bridge over Tampa Bay (Bridge No. 150107). In general, the

Project elements include:

• Construct the proposed southbound I-275 bridge over Tampa Bay (Bridge No. 150303) to the north of

the existing southbound I-275 bridge (Bridge No. 150210). The proposed bridge will carry four

southbound general use lanes, two southbound express lanes, two northbound express lanes, and a

shared use path. The approved typical section is provided in Attachment A004.A.

• Remove the existing northbound I-275 bridge over Tampa Bay (Bridge No. 150107). Place the

northbound general use lanes on the former southbound bridge (Bridge No. 150210) in the final

configuration.

• Widen, reconstruct, and/or mill and resurface I-275 from approximate Sta. 1622+17

(Southbound/Northbound) to approximate Sta. 1950+93 (Southbound) and approximate Sta. 105+00

(Survey CL) (Northbound) to provide the lane configurations depicted in the Typical Section Package

in Attachment A004.A and the Roadway Concept Plans in Reference Document R002.A.

• Reconstruct/widen Ramp B (as defined in the Roadway Concept Plans) as necessary to tie into the

existing ramp.

• Construct a 12-ft. wide shared use path on both causeway approaches and along the proposed

southbound bridge, beginning at approximate Sta. 1642+00. The shared use path shall transition to 10-

ft wide at approximate Sta. 694+15 (Baseline SUP Hil) and terminate at Reo St. The shared use path

shall be grade separated over the maintenance access roads and include barrier and fence separation

from I-275 mainline and ramp shoulders throughout.

• Construct an elevated portion of the shared use path over the existing ditch from approximate Sta.

687+83 (Baseline SUP Hil) to approximate Sta. 698+23 (Baseline SUP Hil) that shall have a concrete

riding surface and include 48” Aluminum Special Height Bicycle Railing (Index 515-062).

• Construct new access roads providing maintenance vehicle access from the shoulder of southbound

I-275 to the bridge abutment locations. Reconstruct the existing access road connections to the

northbound I-275 shoulders.

• Construct toll sites related to the proposed express lanes in accordance with the General Tolling

Requirements (GTR). The proposed infrastructure to support tolling includes a multidisciplinary

Page 13: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 2 of 145

design approach. The Design-Build Firm shall review the GTR for a comprehensive identification

of the tolling requirements for the design and construction of a complete toll site.

• Mill, resurface, and re-stripe all friction course outside the Project limits used for Maintenance of

Traffic (MOT) transitions.

• Construct all pertinent drainage systems, lighting, ITS, and signing and pavement markings.

The Design-Build Firm shall not perform any construction activities, including those required for temporary

traffic control, south of the line labeled “Initial Construction Limits” in Attachment A009.A prior to

January 3, 2023 so as not to interfere with construction and traffic control activities associated with the

adjacent Gateway Expressway project (FPID 433880-1 & 424501-2).

Causeway Constructability Package

The Design-Build Firm shall submit a Causeway Constructability Package to the Department for review

prior to the deadline specified in the Schedule of Events. This package shall detail the proposed causeway

widening and seawall construction sequence and approach. The package shall be submitted in electronic

format (PDF) and shall include the following items at a minimum:

a. Provide plan sheets (11” x 17”) depicting the step-by-step construction sequence of the

causeway widening(s).

b. Depict construction equipment and construction access.

c. Provide general information regarding the source of fill material(s).

d. Show and describe turbidity control measures.

e. Show and/or describe other environmental impact reduction measures.

f. Identify any anticipated permitting issues.

g. Address disposition of existing seawall, including removal at toll gantry locations.

The Department will discuss specifics and provide initial comments or request additional information on

the Causeway Constructability Package at One-on-One ATC Discussion Meeting No. 2, which will be

mandatory for all Design-Build Firms. Formal written comments will be provided by the Department

within two weeks following ATC Discussion Meeting No. 2. The Design-Build Firm shall prepare and

submit a final package incorporating comments provided by the Department prior to the deadline listed in

the Schedule of Events. The final package shall incorporate revisions to address all RFP addendums issued

prior to the submittal deadline. All revisions to the previous submittal shall be highlighted in such a manner

to distinguish the revision or update.

After review of the final Causeway Constructability Package, the Department will provide one of the

following:

a. Formal acceptance of the Causeway Constructability Package as submitted.

b. Conditional Acceptance of the Causeway Constructability Package with comments that

must be incorporated within the Technical Proposal submittal to be declared responsive.

c. Rejection of the Causeway Constructability Package with comments describing the reasons

for rejection.

Failure of a Design-Build Firm to obtain acceptance of a Causeway Constructability Package may result in

the Design-Build Firm being declared non-responsive.

Page 14: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 3 of 145

Right of Way

It is the Department’s intent that all Project construction activities be conducted within the existing Right

of Way (see Attachment A007). The Design-Build Firm may submit a Technical Proposal that requires the

acquisition of additional Right of Way if the subject acquisition was approved during the Alternative

Technical Concept (ATC) process. Any Technical Proposal that requires the acquisition of additional Right

of Way will not extend the contract duration as set forth in the Request for Proposal under any

circumstances. The Department will have sole authority to determine whether the acquisition of additional

Right of Way on the Project is in the Department’s best interest, and the Department reserves the right to

reject the acquisition of additional Right of Way.

If a Design-Build Firm intends to submit a Technical Proposal that requires the acquisition of additional

Right of Way, the Design-Build Firm shall discuss such a proposal with the Department as part of the ATC

process. If a Design-Build Firm submits a Technical Proposal that requires the acquisition of additional

Right of Way and the Design-Build Firm fails to obtain Department approval as part of the ATC process,

then the Department will not consider such aspects of the Proposal during the Evaluation process. If the

Design-Build Firm’s Technical Proposal requires additional Right of Way approved by the ATC process,

the additional Right of Way will be required to be directly acquired by the Department. The Design-Build

Firm shall submit, along with the Technical Proposal, Right of Way maps and legal descriptions including

area in square feet of any proposed additional Right of Way parcels in the Technical Proposal. The

additional Right of Way will be acquired by the Department in accordance with all applicable state and

federal laws, specifically including but not limited to the Uniform Relocation Assistance and Real Property

Acquisition Policies for Federal and Federally Assisted Programs (42 USC Chapter 61) and its

implementing regulations. This includes completing reevaluations and National Environmental Policy Act

(NEPA) documentation as appropriate. All costs concerning the acquisition of additional Right of Way will

be borne solely by the Design-Build Firm. These costs include, but are not limited to consultant acquisition,

appraisal services, court fees, attorney and any expert fees, property cost, etc. Additional Right-of-Way

would involve further coordination and proprietary authorizations with, but not limited to, Port Tampa Bay,

the City of Tampa, the City of St. Petersburg, Pinellas County, and the Florida Department of

Environmental Protection. If additional right of way is proposed, the Design-Build Firm shall provide with

the ATC submittal a letter from the proprietary entity(ies) stating their agreement in principle with the

additional right of way acquisition. Additionally, any work or staging that occurs beyond the anticipated

project footprint may result in impacts to seagrass beds located adjacent to the Project and consequently,

additional permitting activities or permit modification with the regulatory agencies. The Department will

have sole discretion with respect to the entire acquisition process of the additional Right of Way.

If the Design-Build Firm’s Technical Proposal requires additional Right of Way, the acquisition of any such

Right of Way shall be at no cost to the Department, and all costs associated with securing and making ready

for use such Right of Way for the Project shall be borne solely by the Design-Build Firm as a part of the

Design-Build Firm’s Lump Sum Price Bid. The Department will not advance any funds for any such Right

of Way acquisition and the Design-Build Firm shall bear all risk of delays in the acquisition of the additional

property, regardless of cause or source. No additional contract time will be granted.

The Design Build Firm shall provide to the Department an estimate of the purchase price of the land from

the property owner and any conditions related to the purchase. The Department will provide to the

successful Design-Build Firm an estimate of all costs related to the acquisition and use of the additional

Right-of-Way for the project. At the time the Design-Build Firm returns the executed contract to the

Department, the Design-Build Firm will provide the Department funds equal to the amount of the

Department’s estimate along with a Letter of Credit approved by the Department in an amount equal to

100% of the Department’s estimate. If additional funds beyond the Department’s estimate are anticipated,

Page 15: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 4 of 145

the Design-Build Firm shall be solely responsible for all such costs and provide the same to the Department

upon ten (10) days written notice from the Department. The Letter of Credit is for the purpose of securing

the obligations of the Design-Build Firm with respect to the acquisition and use of additional Right-of-

Way. The Letter of Credit will be released upon the Department’s determination that all costs related to

the acquisition of and making ready for use of the additional Right-of-Way have been satisfied. Any

remaining funds provided will be returned to the Design-Build Firm.

Any additional Right of Way must be acquired prior to the commencement of any construction on or

affecting the subject property. The Design-Build Firm waives any and all rights or claims for information,

compensation, or reimbursement of expenses with respect to the Design-Build Firm’s payment to the

Department for costs associated with the acquisition of the additional Right of Way. The additional Right-

of-Way cannot be used for any construction activity or other purpose until the Department has issued an

applicable parcel clear letter or a Right of Way Certification for Construction.

If the Department’s attempt to acquire the additional Right of Way is unsuccessful, then the Design-Build

Firm shall provide a design of the Project within existing Right of Way and be required to complete the

Project solely for the Lump Sum Price Bid, with no further monetary or time adjustments arising therefrom.

Under no circumstances will the Department be liable for any increase in either time or money impacts the

Design-Build Firm suffers due to the Design-Build Firm’s proposed acquisition of additional Right of Way,

whether or not the acquisition is successful.

Information regarding the Tampa Bay submerged lands easements/transportation right of way including the

Trustees of the Internal Improvement Trust Fund (TIITF) easement within Pinellas County and the Port

Tampa Bay easement within Hillsborough County is contained in Reference Document R006.01.A.

It is anticipated that the St. Petersburg monument located west of I-275 north of the 4th St. N. exit ramp will

be relocated by the City of St. Petersburg prior to NTP.

Landscaping

The Design-Build Firm shall include a Landscape Architect duly authorized to practice Landscape

Architecture in the State of Florida consistent with State Statute 481 part II. The Design-Build Firm’s

Landscape Architect (DBLA) shall review and identify future unencumbered landscape areas for this

Project. This Project shall reserve landscape opportunities along the roadway approaches to the Howard

Frankland Bridge within the Project limits and implement the FDOT Highway Beautification Policy.

Landscape construction will be performed by others and not included with this Project. Areas shall be

identified in the Design-Build Firm’s Proposal Plans as “future landscape areas to be constructed by others”.

Coordination will be required by the Design-Build Firm and the District Landscape Architect. Coordination

between Design-Build Firm’s Landscape Architect, the District Landscape Architect and Engineer will be

required during the Design-Build plans development process to ensure landscape opportunities are

accommodated within the project limits. The DBLA shall be included in the project kick-off meeting and

subsequent progress meetings.

It is the intent to always preserve existing vegetation including trees and palms that do not conflict with

proposed improvements. Tree and palm protection shall comply with FDOT Standard Plans Index 110-

100. It will be the responsibility of the Design-Build Firm to identify and remove all Category 1 invasive

exotics, as defined by the Florida Exotic Pest Plant Council (www.fleppc.org), from within the Project

Limits.

All turf used shall be bermuda grass.

Page 16: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 5 of 145

A. Design-Build Responsibility

The Design-Build Firm shall be responsible for survey, geotechnical investigation, design, preparation of

all documentation related to the acquisition of all permits not acquired by the Department, preparation of

any and all information required to modify permits acquired by the Department if necessary, maintenance

of traffic, demolition, and construction on or before the Project completion date indicated in the Proposal.

The Design-Build Firm shall coordinate all utility relocations.

The Design-Build Firm shall be responsible for compliance with Design and Construction Criteria (Section

VI) which sets forth requirements regarding survey, design, construction, and maintenance of traffic during

construction, requirements relative to Project management, scheduling, and coordination with other

agencies and entities such as state and local government, utilities and the public.

The Design-Build Firm shall be responsible for reviewing the approved Environmental Documents of the

PD&E Studies.

The Design-Build Firm is responsible for coordinating with the District Environmental Management Office

(EMO) regarding any engineering information related to Environmental Reevaluations. The Design-Build Firm

will not be compensated for any additional costs or time associated with Reevaluation(s) resulting from

proposed design changes.

The Design-Build Firm may propose changes which differ from the approved Interchange Access Request (if

applicable) and/or the Project Development & Environment (PD&E) Study. Proposed changes must be

coordinated through the Department. If changes are proposed to the configuration, the Design-Build Firm shall

be responsible for preparing the necessary documentation required for the Department to analyze and satisfy

requirements to obtain approval of the Department, and if applicable, the Office of Environmental Management

(OEM) for the NEPA document, or FHWA for the Interchange Access Request document, and other actions

per 23 CFR 636 that require FHWA review and approval. The Design-Build Firm shall provide the required

documentation for review and processing. Approved revisions to the configuration may also be required to be

included in the Reevaluation of the approved environmental document per Section VI.N (Environmental

Services/Permits/Mitigation) of the RFP. The Design-Build Firm will not be compensated for any additional

costs or time resulting from proposed changes.

The Design-Build Firm shall examine the Contract Documents and the site of the proposed work carefully

before submitting a Proposal for the work contemplated and shall investigate the conditions to be encountered,

as to the character, quality, and quantities of work to be performed and materials to be furnished and as to the

requirements of all Contract Documents. Written notification of differing site conditions discovered during the

design or construction phase of the Project will be given to the Department’s Project Manager. The Design-

Build Firm shall anticipate encountering highly variable geotechnical subsurface conditions on this project and

such highly variable subsurface conditions will not be considered as differing site conditions by the

Department.

The Design-Build Firm shall examine boring data, where available, and make their own interpretation of

the subsoil investigations and other preliminary data, and shall base their bid on their own opinion of the

conditions likely to be encountered. The submission of a proposal is prima facie evidence that the Design-

Build Firm has made an examination as described in this provision.

The permit applications submitted by the Department depict a foundation type of 30” square prestressed

concrete piles for the Howard Frankland Bridge. This foundation type has been permitted based on

Page 17: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 6 of 145

available hydroacoustic noise data, however the Design-Build Firm is not obligated to use the foundation

type depicted in the permit drawings. The Design-Build Firm is responsible for selecting the foundation

type and may elect to use alternate foundation types or multiple foundation types within the limits of the

Howard Frankland Bridge, with the understanding that the Design-Build Firm is responsible for all

associated permit modifications, means and methods modifications needed to obtain said permits including

additional seagrass mitigation costs, and any additional necessary agency approvals.

If the Design-Build Firm proposes square prestressed concrete piles with a size of 30” or less, noise

monitoring will not be required by NMFS during construction. However, if larger prestressed concrete

piles or alternate pile materials of any size are proposed, the Design-Build Firm will be responsible for

recalculation of the low-noise corridor using actual test pile data from a Design-Build Firm defined

Hydroacoustic Management Plan accepted by NMFS during consultation. If monitoring is required by

NMFS and noise levels exceed 150 dB at any point during construction, the pile driving activities shall

immediately be terminated until noise levels recede to tolerable levels (less than 150 dB).

The Design-Build Firm shall demonstrate good Project management practices in conformance with the

Department’s Project Management Handbook while working on this Project. These include communication

with the Department and others as necessary, management of time and resources, and documentation.

Beginning at Construction Mobilization, the Design-Build Firm will provide litter removal and mowing

within the project limits in accordance with Specification Section 107 (litter removal to take place just

before each mowing operation). The litter removal and mowing operations shall be carried out by the

Design-Build Firm every 30 calendar days for the contract duration and anytime the length of the grass

exceeds 12 inches. The exact timing for each litter removal and mowing application shall be coordinated

with, and approved by, the Department in advance of each operation.

The Design-Build Firm shall take responsibility for the routine maintenance of Bridge No. 150210

beginning when traffic is first shifted from Bridge No. 150210 to Bridge No. 150303 and continuing

through Final Acceptance of the Project.

The Design-Build Firm shall be responsible for the payment of all power costs associated with the operation

of all powered devices (temporary or permanent) operating within the Project limits for the Contract

duration. Previous power bills are provided in Other Project Correspondence (Reference Document R010)

for reference purposes.

The Design-Build Firm shall synchronize data gathering opportunities with the University of North Florida

(UNF), who will be independently measuring underwater noise levels during the Design-Build Firm’s pile

driving activities under a research project (442745-1-C2-01) contracted by the Department. The Design-

Build Firm shall accommodate UNF while on the project site during construction, so that data gathering

can proceed in a coordinated effort. The Design-Build Firm shall not impact the data gathering activities or

equipment (buoys, etc.).

Required Contract Provisions for Federal-Aid Construction Contracts are provided in Attachment A015.A.

B. Department Responsibility

The Department will provide contract administration, management services, construction engineering

inspection services, environmental oversight, and quality acceptance reviews of all work associated with

the development and preparation of the contract plans, permits, and construction of the improvements. The

Department will provide Project specific information and/or functions as outlined in this document.

Page 18: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 7 of 145

The Department shall have oversight, review, and approval authority of the permitting process.

The Department will determine the environmental impacts and coordinate with the appropriate agencies

during the preparation of NEPA Reevaluations. For federal projects, NEPA Reevaluations will be processed

by the Department’s EMO office for approval by OEM pursuant to 23 U.S.C. §327 and a Memorandum of

Understanding dated December 14, 2016 and executed by the FHWA and the Department.

Department responsibilities related to tolling are provided in the GTR (Attachment A008).

II. Schedule of Events.

Below is the current schedule of the events that will take place in the procurement process. The Department

reserves the right to make changes or alterations to the schedule as the Department determines is in the best

interests of the public. Proposers will be notified sufficiently in advance of any changes or alterations in

the schedule. Unless otherwise notified in writing by the Department, the dates indicated below for

submission of items or for other actions on the part of a Proposer shall constitute absolute deadlines for

those activities and failure to fully comply by the time stated shall cause a Proposer to be disqualified.

Date Event

November 26, 2018 Planned Advertisement

December 10, 2018 Official Advertisement

January 16, 2019 Letters of Interest for Phase I of the procurement process due in District

Office by 12:00 pm local time

February 5, 2019 Proposal Evaluators submit Letter of Interest Scores to Contracting Unit

5:00 pm local time

February 7, 2019 Contracting Unit provides Letter of Interest scores and Proposal

Evaluators comments to Selection Committee 5:00 pm local time

February 12, 2019 Public Meeting of Selection Committee to review and confirm Letter of

Interest scores 1:30 pm local time

February 12, 2019

Notification to Responsive Design-Build Firms of the Letter of Interest

scores 5:00 pm local time

February 15, 2019

Deadline for all responsive Design-Build Firms to affirmatively declare

intent to continue to Phase II of the procurement process 5:00 pm local

time

February 18, 2019 Public Meeting of Selection Committee to determine the Shortlist 8:00 am

local time

February 18, 2019 Shortlist Posting 12:00 pm local time

March 1, 2019 Final RFP provided to shortlisted Design-Build Firms 5:00 pm local time

March 12, 2019

Mandatory Pre-Proposal Meeting at 10:00 am local time at:

Florida Department of Transportation District 7 Headquarters

11201 N. Malcolm McKinley Dr., Tampa, FL 33612

All Utility Agency/Owners that the Department contemplates an

adjustment, protection, or relocation is possible are to be invited to the

Mandatory Pre-Proposal Meeting.

March 12, 2019

Utility Pre-Proposal Meeting facilitated by the District Utility Engineer at

10:00 am local time at:

Florida Department of Transportation District 7 Headquarters

11201 N. Malcolm McKinley Dr., Tampa, FL 33612

Page 19: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 8 of 145

March 19, 2019

Deadline for Design-Build Firm to request participation in One-on-One

Alternative Technical Concept Discussion Meeting No. 1, 5:00 pm local

time

March 26, 2019

Deadline for Design-Build Firm to submit preliminary list of Alternative

Technical Concepts prior to One-on-One Alternative Technical Concept

Discussion Meeting No. 1, 5:00 pm local time

April 11, 2019 One-on-One Alternative Technical Concept Discussion Meeting No. 1.

120 Minutes will be allotted for this Meeting.

April 11, 2019

Deadline for Design-Build Firm to submit preliminary list of Alternative

Technical Concepts prior to One-on-One Alternative Technical Concept

Discussion Meeting No. 2, 5:00 pm local time

April 11, 2019 Deadline for Design-Build Firm to submit the Causeway Constructability

Package as described in the Introduction of this RFP, 5:00 pm local time

May 1, 2019

One-on-One Alternative Technical Concept Discussion Meeting No. 2.

This meeting is Mandatory for all Design-Build Firms. 90 Minutes will

be allotted for this Meeting, including discussion of the Design-Build

Firm’s Causeway Constructability Package.

May 1, 2019

Deadline for Design-Build Firm to request participation in One-on-One

Alternative Technical Concept Discussion Meeting No. 3, 5:00 pm local

time

May 6, 2019

Deadline for Design-Build Firm to submit preliminary list of Alternative

Technical Concepts prior to One-on-One Alternative Technical Concept

Discussion Meeting No. 3, 5:00 pm local time

May 8, 2019

One-on-One Alternative Technical Concept Discussion Meeting No. 3. 90

Minutes will be allotted for this Meeting, including continuing discussion

of the Design-Build Firm’s Causeway Constructability Package.

May 24, 2019 Deadline for submittal of Alternative Technical Concept Proposals 5:00

pm local time.

May 24, 2019 Final deadline for submission of requests for Design Exceptions or Design

Variations 5:00 pm local time.

June 14, 2019 Addendum issued for approved Design Exceptions 5:00 pm local time.

June 21, 2019

Deadline for Design-Build Firm to request participation in One-on-One

Alternative Technical Concept Discussion Meeting No. 4, 5:00 pm local

time

June 21, 2019

Deadline for Design-Build Firm to submit preliminary list of Alternative

Technical Concepts prior to One-on-One Alternative Technical Concept

Discussion Meeting No. 4, 5:00 pm local time

June 26, 2019

One-on-One Alternative Technical Concept Discussion Meeting No. 4. 60

Minutes will be allotted for this Meeting. This ATC meeting is for

continuing discussion on ATCs submitted prior to May 24, 2019 for which

the Department requested additional information and were not approved

or for new ATCs that are a direct response to an Addendum issued on or

after May 9, 2019. No other new ATC submittals will be accepted after

the May 24, 2019 deadline.

July 3, 2019

Deadline for submittal of Alternative Technical Concept Proposals for

which the Department requested additional information and were not

approved or for new ATCs that are a direct response to an Addendum

issued on or after May 9, 2019. Deadline is 5:00 pm local time.

Page 20: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 9 of 145

July 3, 2019

Deadline for Design-Build Firm to submit the Final Causeway

Constructability Package as described in the Introduction of this RFP,

5:00 pm local time

July 16, 2019 DDE completes review of ATCs and Causeway Constructability Package

and notifies Design-Build Firms.

July 26, 2019

Deadline for submittal of questions, for which a response is assured, prior

to the submission of the Technical Proposal 5:00 PM local time. All

questions shall be submitted to the Pre-Bid Q&A website.

July 30, 2019

Deadline for the Department to post responses to the Pre-Bid Q&A

website for questions submitted by the Design-Build Firms prior to the

submittal of the Technical Proposal 5:00 pm local time.

August 2, 2019 Technical Proposals due in District Office by 12:00 pm local time

August 2, 2019 Deadline for Design-Build Firm to “opt out” of Technical Proposal Page

Turn meeting 5:00 pm local time.

August 13, 2019 Technical Proposal Page Turn Meeting. Times will be assigned during the

Pre-Proposal Meeting. 30 Minutes will be allotted for this Meeting.

September 9, 2019

Question and Answer Written Reponses. Deadline for the Department to

provide a list of questions/clarifications for the Design-Build Firm to

answer.

September 16, 2019 Deadline for submittal of Written Responses to the Department’s

questions/clarifications from the Design-Build Firm 5:00 pm local time

September 23, 2019

Deadline for submittal of follow up questions to previously submitted

Written Responses to the Department’s questions/clarifications from the

Design-Build Firm 5:00 pm local time

September 23, 2019

Deadline for submittal of questions, for which a response is assured, prior

to the submission of the Price Proposal 5:00 pm local time. All questions

shall be submitted to the Pre-Bid Q&A website.

September 30, 2019 Deadline for submittal of Written Responses to the Department’s follow

up questions. 5:00 pm local time

September 30, 2019

Deadline for the Department to post responses to the Pre-Bid Q&A

website for questions submitted by the Design-Build Firms prior to the

submittal of the Price Proposal 5:00 pm local time.

October 4, 2019

Deadline for the Design-Build Firm to submit a written statement per

Section III.F, Question and Answer Written Responses. Deadline is 5:00

pm local time.

October 8, 2019 Price Proposals due in District Office by 2:30 pm local time.

October 8, 2019

Public announcing of Technical Scores and opening of Price Proposals at

2:30 pm local time at:

Florida Department of Transportation District 7 Headquarters

11201 N. Malcolm McKinley Dr., Tampa, FL 33612

October 14, 2019 Public Meeting of Selection Committee to determine intended Award

9:00 am local time

October 14, 2019 Posting of the Department’s intended decision to Award 5:00 pm local

time

November 1, 2019 FHWA Concurrence to Award

November 8, 2019 Anticipated Award Date

November 25, 2019 Anticipated Execution Date

December 10, 2019 Anticipated Notice to Proceed

Page 21: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 10 of 145

III. Threshold Requirements.

A. Qualifications

Proposers are required to be pre-qualified in all work types required for the Project. The technical

qualification requirements of Florida Administrative Code (F.A.C.) Chapter 14-75 and all qualification

requirements of F.A.C. Chapter 14-22, based on the applicable category of the Project, must be satisfied.

B. Joint Venture Firm

Two or more Firms submitting as a Joint Venture must meet the Joint Venture requirements of Section 14-

22.007, F.A.C. Parties to a Joint Venture must submit a Declaration of Joint Venture and Power of Attorney

Form No. 375-020-18, prior to the deadline for receipt of Letters of Interest.

If the Proposer is a Joint Venture, the individual empowered by a properly executed Declaration of Joint

Venture and Power of Attorney Form shall execute the proposal. The proposal shall clearly identify who

will be responsible for the engineering, quality control, and geotechnical and construction portions of the

Work. The Joint Venture shall provide an Affirmative Action Plan specifically for the Joint Venture.

C. Price Proposal Guarantee

A Price Proposal guaranty in an amount of not less than five percent (5%) of the total bid amount shall

accompany each Proposer’s Price Proposal. The Price Proposal guaranty may, at the discretion of the

Proposer, be in the form of a cashier’s check, bank money order, bank draft of any national or state bank,

certified check, or surety bond, payable to the Department. The surety on any bid bond shall be a company

recognized to execute bid bonds for contracts of the State of Florida. The Price Proposal guaranty shall

stand for the Proposer’s obligation to timely and properly execute the contract and supply all other

submittals due therewith. The amount of the Price Proposal guaranty shall be a liquidated sum, which shall

be due in full in the event of default, regardless of the actual damages suffered. The Price Proposal guaranty

of all Proposers shall be released pursuant to 3-4 of the Division I Design-Build Specifications.

D. Pre-Proposal Meeting

Attendance at the pre-proposal meeting is mandatory. Any Short-Listed Design-Build Firm failing to attend

will be deemed non-responsive and eliminated from further consideration. The purpose of this meeting is

to provide a forum for the Department to discuss with all concerned parties the proposed Project, the design

and construction criteria, Critical Path Method (CPM) schedule, method of compensation, instructions for

submitting proposals, Design Exceptions, Design Variations, identification and use of DBE supportive

services, and other relevant issues. In the event that any discussions at the pre-proposal meeting require

official additions, deletions, or clarifications of the Request for Proposal, the Design and Construction

Criteria, or any other document, the Department will issue a written addendum to this Request for Proposals

as the Department determines is appropriate. No oral representations or discussions, which take place at

the pre-proposal meeting, will be binding on the Department. FHWA will be invited on Projects of Division

Interest (PoDIs), in order to discuss the Project in detail and to clarify any concerns. Proposers shall direct

all questions to the Department’s Question and Answer website:

https://fdotwp1.dot.state.fl.us/BidQuestionsAndAnswers/

Page 22: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 11 of 145

Failure by a Proposer to attend or be represented at the pre-proposal meeting will constitute a non-responsive

determination of their bid package. Bids found to be non-responsive will not be considered. All Proposers

must be present and signed in prior to the start of the mandatory pre-proposal meeting. The convener of the

meeting will circulate the attendee sign in sheet at the time the meeting was advertised to begin. Once all

Proposers have signed, the sign in sheet will be taken and the meeting will “officially” begin. Any Proposer

not signed in at the “official” start of the meeting will be considered late and will not be allowed to propose

on the Project.

E. Technical Proposal Page-Turn Meeting

The Department will meet with each Proposer, formally for thirty (30) minutes, for a page-turn

meeting. FHWA will be invited on Projects of Division Interest (PoDIs). The purpose of the page-turn

meeting is for the Design-Build Firm to guide the Technical Review Committee through the Technical

Proposal, highlighting sections within the Technical Proposal that the Design-Build Firm wishes to

emphasize. The page-turn meeting will occur between the date the Technical Proposal is due and the

Question and Answer Written Responses occurs, per the Schedule of Events section of this RFP. The

Department will terminate the page-turn meeting promptly at the end of the allotted time. The Department

will record all of the page-turn meeting. All recordings will become part of the Contract Documents. The

page-turn meeting will not constitute discussions or negotiations. The Design-Build Firm will not be

permitted to ask questions of the Technical Review Committee during the page-turn meeting. Roll plots

submitted with the Technical Proposal and an unmodified aerial or map of the Project limits provided by

the Design-Build Firm are acceptable for reference during the page-turn meeting. The unmodified aerial or

map may not be left with the Department upon conclusion of the page turn meeting. Use of other visual

aids, electronic presentations, handouts, etc., during the page turn meeting is expressly prohibited. Upon

conclusion of the thirty (30) minutes, the Technical Review Committee is allowed five (5) minutes to ask

questions pertaining to information highlighted by Design-Build Firm. Participation in the page-turn

meeting by the Design-Build Firm shall be limited to eight (8) representatives from the Design-Build Firm.

Design-Build Firms desiring to opt out of the page-turn meeting may do so by submitting a request to the

Department.

F. Question and Answer Written Responses

The Department will provide all proposed questions to each Design-Build Firm as it relates to their Technical

Proposal approximately 1 (one) week before the written Q & A letter is due.

The Design-Build Firm shall submit to the Department a written letter answering the questions provided by

the Department. The questions and written answers/clarifications will become part of the Contract

Documents and will be considered by the Department as part of the Technical Proposal.

The Design-Build Firm shall provide, by the deadline shown in the Schedule of Events of this RFP, the

following written statements:

“[insert name of the Design-Build Firm] confirms that, despite any provision in the Design-Build Firm’s

Technical Proposal or any Q&A written response letter that may be inconsistent with the other requirements

of the Contract Documents, [insert name of the Design-Build Firm] intends to comply fully with the

requirements otherwise provided for in the Contract Documents, except for, pursuant to Subsection 5-2

Coordination of Contract Documents of the Design-Build Division I Specifications, any [insert name of

Design-Build Firm]’s statements, terms, concepts or designs that can reasonably be interpreted as offers to

provide higher quality items than otherwise required by the other Contract Documents or to perform services

Page 23: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 12 of 145

or meet standards in addition to or better than those otherwise required which such statements, terms,

concepts and designs are the obligations of [insert name of the Design-Build Firm].”

“[insert name of the Design-Build Firm] confirms the Department has made it known that the geotechnical

subsurface conditions are highly variable and information provided by the Department or acquired

independently by [insert name of the Design-Build Firm] has been used by [insert name of the Design-Build

Firm] to assess the magnitude of the highly variability and to include in the price proposal all costs and

schedule risks to be able to successfully complete the Project.”

“[insert name of the Design-Build Firm] further covenants and warrants that [insert name of the Design-

Build Firm] consulted with employees or contractors with sufficient geotechnical expertise to examine the

site’s subsurface conditions and has had sufficient time to examine the site of the Project to determine the

character of the subsurface materials and conditions to be encountered; that [insert name of the Design-Build

Firm] is fully aware and knows of the character of the subsurface materials and conditions to be encountered;

that [insert name of the Design-Build Firm] has reviewed all geotechnical data and at a minimum accounted

for pile/shaft lengths/capacities commensurate with the variability encountered at the existing 1990 bridge

(see geotechnical data in Reference Document R004) and all costs are included in the submitted Price

Proposal.”

The Design-Build Firm shall submit these statements in one single document. In case of the failure of the

Design-Build Firm to timely provide such a written statement, the Department may determine the Design-

Build Firm to be deemed non-responsive.

G. Protest Rights

Any person who is adversely affected by the specifications contained in this Request for Proposal must file

a notice of intent to protest in writing within seventy-two hours of the posting of this Request for Proposal.

Pursuant to Sections 120.57(3) and 337.11, Florida Statutes, and Rule Chapter 28-110, F.A.C., any person

adversely affected by the agency decision or intended decision shall file with the agency both a notice of

protest in writing and bond within 72 hours after the posting of the notice of decision or intended decision,

or posting of the solicitation with respect to a protest of the terms, conditions, and specifications contained

in a solicitation and will file a formal written protest within 10 days after the filing of the notice of protest.

The formal written protest shall be filed within 10 days after the date of the notice of protest if filed. The

person filing the Protest must send the notice of intent and the formal written protest to:

Clerk of Agency Proceedings

Department of Transportation

605 Suwannee Street, MS 58

Tallahassee, Florida 32399-0458

Failure to file a notice of protest or formal written protest within the time prescribed in section 120.57(3),

Florida Statutes, or failure to post the bond or other security required by law within the time allowed for

filing a bond shall constitute a waiver of proceedings under Chapter 120 Florida Statutes.

H. Non-Responsive Proposals

Proposals found to be non-responsive shall not be considered. Proposals may be rejected if found to be in

nonconformance with the requirements and instructions herein contained. A proposal may be found to be

non-responsive by reasons, including, but not limited to, failure to utilize or complete prescribed forms,

Page 24: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 13 of 145

conditional proposals, incomplete proposals, indefinite or ambiguous proposals, failure to meet deadlines

and improper and/or undated signatures.

Other conditions which may cause rejection of proposals include evidence of collusion among Proposers,

obvious lack of experience or expertise to perform the required work, submission of more than one proposal

for the same work from an individual, firm, joint venture, or corporation under the same or a different name

(also included for Design-Build Projects are those proposals wherein the same Engineer is identified in

more than one proposal), failure to perform or meet financial obligations on previous contracts, employment

of unauthorized aliens in violation of Section 274A (e) of the Immigration and Nationalization Act, or in

the event an individual, firm, partnership, or corporation is on the United States Department of Labor’s

System for Award Management (SAM) list.

The Department will not give consideration to tentative or qualified commitments in the proposals. For

example, the Department will not give consideration to phrases as “we may” or “we are considering” in the

evaluation process for the reason that they do not indicate a firm commitment.

Proposals will also be rejected if not delivered or received on or before the date and time specified as the

due date for submission.

Any proposal submitted by a Proposer that did not sign-in at the mandatory pre-proposal meeting will be

non-responsive.

I. Waiver of Irregularities

The Department may waive minor informalities or irregularities in proposals received where such is merely

a matter of form and not substance, and the correction or waiver of which is not prejudicial to other

Proposers. Minor irregularities are defined as those that will not have an adverse effect on the Department's

interest and will not affect the price of the Proposals by giving a Proposer an advantage or benefit not

enjoyed by other Proposers.

1. Any design submittals that are part of a proposal shall be deemed preliminary only.

2. Preliminary design submittals may vary from the requirements of the Design and

Construction Criteria. The Department, at their discretion, may elect to consider those

variations in awarding points to the proposal rather than rejecting the entire proposal.

3. In no event will any such elections by the Department be deemed to be a waiving of the

Design and Construction Criteria.

4. The Proposer who is selected for the Project will be required to fully comply with the

Design and Construction Criteria for the price bid, regardless that the proposal may have

been based on a variation from the Design and Construction Criteria.

5. Proposers shall identify separately all innovative aspects as such in the Technical Proposal.

An innovative aspect does not include revisions to specifications or established Department

policies. Innovation should be limited to Design-Build Firm’s means and methods,

roadway alignments, approach to Project, use of new products, new uses for established

products, etc.

Page 25: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 14 of 145

6. The Proposer shall obtain any necessary permits or permit modifications not already

provided.

7. Those changes to the Design Concept may be considered together with innovative

construction techniques, as well as other areas, as the basis for grading the Technical

Proposals in the area of innovative measures.

J. Modification or Withdrawal of Technical Proposal

Proposers may modify or withdraw previously submitted Technical Proposals at any time prior to the

Technical Proposal due date. Requests for modification or withdrawal of a submitted Technical Proposal

shall be in writing and shall be signed in the same manner as the Technical Proposal. Upon receipt and

acceptance of such a request, the entire Technical Proposal will be returned to the Proposer and not

considered unless resubmitted by the due date and time. Proposers may also send a change in sealed

envelope to be opened at the same time as the Technical Proposal provided the change is submitted prior

to the Technical Proposal due date.

K. Department’s Responsibilities

This Request for Proposal does not commit the Department to make studies or designs for the preparation

of any proposal, nor to procure or contract for any articles or services.

The Department does not guarantee the details pertaining to borings, as shown on any documents supplied

by the Department, to be more than a general indication of the materials likely to be found adjacent to holes

bored at the site of the work, approximately at the locations indicated.

L. Design-Build Contract

The Department will enter into a Lump Sum contract with the successful Design-Build Firm. In accordance

with Section V, the Design-Build Firm will provide a schedule of values to the Department for their

approval. The total of the Schedule of Values will be the lump sum contract amount.

The terms and conditions of this contract are fixed price and fixed time. The Design-Build Firm’s submitted

bid (time and cost) is to be a lump sum bid for completing the scope of work detailed in the Request for

Proposal.

IV. Disadvantaged Business Enterprise (DBE) Program.

A. DBE Availability Goal Percentage:

The Department of Transportation has an overall, race-neutral DBE goal. This means that the State’s goal

is to spend a portion of the highway dollars with Certified DBEs as prime Design-Build Firms or as

subcontractors. Race-neutral means that the Department believes that the overall goal can be achieved

through the normal competitive procurement process. The Department has reviewed this Project and

assigned a DBE availability goal shown in the Project Advertisement (see Attachment A001) and on the

bid blank/contract front page under “% DBE Availability Goal.” The Department has determined that this

DBE percentage can be achieved on this Project based on the number of DBEs associated with the different

types of work that will be required.

Page 26: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 15 of 145

Under 49 Code of Federal Regulations Part 26, if the overall goal is not achieved, the Department may be

required to return to a race-conscious program where goals are imposed on individual contracts. The

Department encourages Design-Build Firms to actively pursue obtaining bids and quotes from Certified DBEs.

The Department is reporting to the Federal Highway Administration the planned commitments to use DBEs,

as well as actual dollars paid to DBEs. This information is being collected through the Department’s Equal

Opportunity Compliance (EOC) system. Additional requirements of the Design-Build Firm may be found in

Chapter 2 of the FDOT Equal Opportunity Construction Contract Compliance Manual.

B. DBE Supportive Services Providers:

The Department has contracted with a consultant, referred to as DBE Supportive Services Provider, to provide

managerial and technical assistance to DBEs. This consultant is also required to work with prime Design-Build

Firms, who have been awarded contracts, to assist in identifying DBEs that are available to participate on the

Project. The successful Design-Build Firm should meet with the DBE Supportive Services Provider to discuss

the DBEs that are available to work on this Project. The current DBE Supportive Services Provider for the

State of Florida can be found in the Equal Opportunity website

at: http://www.fdot.gov/equalopportunity/serviceproviders.shtm

C. Bidders Opportunity List:

The Federal DBE Program requires States to maintain a database of all Firms that are participating, or

attempting to participate, on DOT-assisted contracts. The list must include all Firms that bid on prime

contracts or bid or quote subcontracts on DOT-assisted Projects, including both DBEs and Non-DBEs.

A Bid Opportunity List must be submitted through the Equal Opportunity Compliance (EOC) system which is

available at the Equal Opportunity Office Website. This information must be entered into the Equal

Opportunity Compliance System within 3 business days of submission of the bid or proposal. Failure to enter

Bid Opportunity List information cannot be waived as a minor irregularity.

V. Project Requirements and Provisions for Work.

A. Governing Regulations:

The services performed by the Design-Build Firm shall be in compliance with all applicable Manuals and

Guidelines including the Department, FHWA, AASHTO, and additional requirements specified in this

document. Except to the extent inconsistent with the specific provisions in this document, the current

edition, including updates, of the following Manuals and Guidelines shall be used in the performance of

this work. Current edition is defined as the edition in place and adopted by the Department at the date of

advertisement of this contract with the exception of the Standard Specifications for Road and Bridge

Construction (Divisions II & III), Special Provisions and Supplemental Specifications, Manual on Uniform

Traffic Control Devices (MUTCD), Standard Plans and Interim Revisions. The Design-Build Firm shall

use the edition of the Standard Specifications for Road and Bridge Construction (Divisions II & III), Special

Provisions and Supplemental Specifications, Standard Plans and Interim Revisions in effect at the time the

bid price proposals are due in the District Office. The Design-Build Firm shall use the 2009 edition of the

MUTCD (as amended in 2012). It shall be the Design-Build Firm's responsibility to acquire and utilize the

necessary manuals and guidelines that apply to the work required to complete this Project. The services

will include preparation of all documents necessary to complete the Project as described in Section I of this

document.

Page 27: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 16 of 145

1. Florida Department of Transportation (FDOT) Design Manual (FDM) http://www.fdot.gov/roadway/FDM/

2. Florida Department of Transportation Specifications Package Preparation Procedure http://www.fdot.gov/programmanagement/PackagePreparation/Handbooks/630-010-

005.pdf

3. Florida Department of Transportation Standard Plans

http://www.fdot.gov/design/standardplans/SPRBC.shtm

4. Florida Department of Transportation Standard Specifications for Road and Bridge Construction (Divisions II & III), Special Provisions and Supplemental Specifications http://www.fdot.gov/programmanagement/default.shtm

5. Florida Department of Transportation Surveying Procedure 550-030-101 http://fdotwp1.dot.state.fl.us/ProceduresInformationManagementSystemInternet/FormsAndProcedures/ViewDocument?topicNum=550-030-101

6. Florida Department of Transportation EFB User Handbook (Electronic Field Book) http://www.fdot.gov/geospatial/doc_pubs.shtm 7. Florida Department of Transportation Drainage Manual

http://www.fdot.gov/roadway/Drainage/ManualsandHandbooks.shtm 8. Florida Department of Transportation Soils and Foundations Handbook

http://www.fdot.gov/structures/Manuals/SFH.pdf

9. Florida Department of Transportation Structures Manual http://www.fdot.gov/structures/DocsandPubs.shtm

10. Florida Department of Transportation Computer Aided Design and Drafting (CADD)

Manual http://www.fdot.gov/cadd/downloads/publications/CADDManual/default.shtm

11. Standard Plans Instructions http://www.fdot.gov/design/standardplans/SPRBC.shtm

12. AASHTO – A Policy on Geometric Design of Highways and Streets https://bookstore.transportation.org/collection_detail.aspx?ID=110

13. MUTCD - 2009

http://mutcd.fhwa.dot.gov/

14. Safe Mobility for Life Program Policy Statement http://www.fdot.gov/traffic/TrafficServices/PDFs/000-750-001.pdf

15. Traffic Engineering and Operations Safe Mobility for Life Program http://www.fdot.gov/traffic/TrafficServices/SafetyisGolden.shtm/

16. Florida Department of Transportation American with Disabilities Act (ADA) Compliance – Facilities Access for Persons with Disabilities Procedure 625-020-015 https://fdotwp1.dot.state.fl.us/ProceduresInformationManagementSystemInternet/?viewBy=0&procType=pr

17. Florida Department of Transportation Florida Sampling and Testing Methods http://www.fdot.gov/materials/administration/resources/library/publications/fstm/disclaimer.shtm

Page 28: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 17 of 145

18. Florida Department of Transportation Flexible Pavement Coring and Evaluation Procedure http://www.fdot.gov/materials/administration/resources/library/publications/materialsmanual/documents/v1-section32-clean.pdf

19. Florida Department of Transportation Design Bulletins and Update Memos http://www.fdot.gov/roadway/Bulletin/Default.shtm

20. Florida Department of Transportation Utility Accommodation Manual http://www.fdot.gov/programmanagement/utilities/UAM.shtm

21. AASHTO LRFD Bridge Design Specifications https://bookstore.transportation.org/category_item.aspx?id=BR

22. Florida Department of Transportation Flexible Pavement Design Manual

http://www.fdot.gov/roadway/PM/publicationS.shtm

23. Florida Department of Transportation Rigid Pavement Design Manual http://www.fdot.gov/roadway/PM/publicationS.shtm

24. Florida Department of Transportation Pavement Type Selection Manual http://www.fdot.gov/roadway/PM/publicationS.shtm

25. Florida Department of Transportation Right of Way Manual http://www.fdot.gov/rightofway/Documents.shtm

26. Florida Department of Transportation Traffic Engineering Manual http://www.fdot.gov/traffic/TrafficServices/Studies/TEM/tem.shtm

27. Florida Department of Transportation Intelligent Transportation System Guide Book http://www.fdot.gov/traffic/Doc_Library/Doc_Library.shtm

28. Federal Highway Administration Checklist and Guidelines for Review of Geotechnical Reports and Preliminary Plans and Specifications http://www.fhwa.dot.gov/engineering/geotech/pubs/reviewguide/checklist.cfm

29. AASHTO Guide for the Development of Bicycle Facilities

https://bookstore.transportation.org/collection_detail.aspx?ID=116

30. Federal Highway Administration Hydraulic Engineering Circular Number 18 (HEC 18). http://www.fhwa.dot.gov/engineering/hydraulics/library_arc.cfm?pub_number=17

31. Florida Department of Transportation Manual of Uniform Minimum Standards for Design,

Construction and Maintenance for Streets and Highways http://www.fdot.gov/roadway/FloridaGreenbook/FGB.shtm

32. Florida Department of Transportation Project Development and Environment Manual, Parts 1 and 2 http://www.fdot.gov/environment/pubs/pdeman/pdeman1.shtm

33. Florida Department of Transportation Driveway Information Guide

http://www.fdot.gov/planning/systems/programs/sm/accman/pdfs/driveway2008.pdf

34. AASHTO Highway Safety Manual http://www.highwaysafetymanual.org/

35. Florida Statutes http://www.leg.state.fl.us/Statutes/index.cfm?Mode=View%20Statutes&Submenu=1&Tab=statutes&CFID=14677574&CFTOKEN=80981948

Page 29: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 18 of 145

36. Florida Department of Transportation Equal Employment Opportunity Construction

Contract Compliance Manual https://www.fdot.gov/equalopportunity/contractcompliancemanual.shtm

B. Innovative Aspects:

All innovative aspects shall be identified separately as such in the Technical Proposal.

An innovative aspect does not include revisions to specifications, standards or established Department

policies. Innovation should be limited to Design-Build Firm’s means and methods, roadway alignments,

approach to Project, etc.

1. Alternative Technical Concept (ATC) Proposals

The Department has chosen to incorporate in the Design-Build method of project delivery the process

whereby Design-Build Firms may propose innovative technical solutions for the Department’s approval

which meet or exceed the goals of the project. The process involves the submission of an Alternative

Technical Concept (ATC) as outlined below. This process has shown to be very cost effective in providing

the best-value solution which often times is a result of the collaborative approach of the contractor and their

designer which is made possible with the Design-Build project delivery method and the ATC process.

The ATC process allows innovation, flexibility, time and cost savings on the design and construction of

Design-Build Projects while providing the best value for the public. Any deviation from the RFP that the

Design-Build Firm seeks to obtain approval to utilize prior to Technical Proposal submission is, by

definition, an ATC and therefore must be discussed and submitted to the Department for consideration

through the ATC process. ATCs also include items defined in FDM Chapter 121.3.2 as modified below:

Delete FDM Chapter 121.3.2(6)(h) and replace with the following:

(h) Prefabricated Bridge Elements and Systems (PBES), PBES connection details and mock-up

testing requirements.

The proposed ATC shall provide an approach that is equal to or better than the requirements of the RFP, as

determined by the Department. ATC Proposals which reduce scope, quality, performance, or reliability

should not be proposed. A proposed concept does not meet the definition of an ATC if the concept is

contemplated by the RFP.

For this Project, the Department considers the following to be requirements of the Project that are not to be

changed by the Design-Build Firms:

• Department Commitments (Section V.D of this RFP)

• Approved Pavement Design (Attachment A005.A)

• Number of Lanes, Lane Widths, and Shoulder Widths as shown in the Typical Section

Package (Attachment A004.A)

• No dredge and fill in wetlands or surface waters (including upland cut ditches), as defined in

the Permit Plans, north of mile marker 0.500 (Section 10190000) (Section VI.N of this RFP)

• Requirement to provide a grade separated shared use path over the Access Roads at each end

of Bridge No. 150303 (Section VI.F of this RFP)

Page 30: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 19 of 145

• Requirement that the centerline of piers and span lengths for Bridge No. 150303 shall match

those of Bridge No. 150210 to remain within 1500-ft. on each side of the navigation channel

(Section VI.H of this RFP)

• Use of 42” Single-Slope Traffic Railings at the locations depicted in the Typical Section

Package in Attachment A004.A

• Requirement that the weave distances between express lanes ingress and egress points and

the nearest general use ramps served shall not be reduced relative to the distances depicted

in the Concept Plans (Section VI.F of this RFP).

The Department will keep all ATC submissions confidential prior to the Final Selection of the Proposer to

the fullest extent allowed by law, with few exceptions. Although the Department will issue an addendum

for all ATC Proposals contained in the list below, the Department will endeavor to maintain confidentiality

of the Design-Build Firm’s specific ATC proposal. Prior to approving ATC’s which would result in the

issuance of an Addendum as a result of the item being listed below, the Design-Build Firm will be given

the option to withdraw previously submitted ATC proposals. Any approved ATC Proposal related to

following requirements described by this RFP shall result in the issuance of an Addendum to the RFP:

• New Design Exceptions required or modifications to Department approved Design

Exceptions already provided in Attachment A006.

• Significant changes in scope as determined by the Department.

The following requirements described by this RFP may be modified by the Design-Build Firm provided

they are presented in the One-on-One ATC discussion meeting, as defined below, and submitted to the

Department for review and approval through the ATC process described herein. The Department may deem

a Proposal Non-Responsive should the Design-Build Firm include but fail to present and obtain Department

approval of the proposed alternates through the ATC process. Department approval of an ATC proposal

that is related to the items listed below will NOT result in the issuance of an Addendum to the RFP.

• Modifications to the horizontal geometry depicted in the Roadway Concept Plans (Reference

Document R002.A) exceeding 2-ft. at any location.

• Modifications to the vertical geometry depicted in the Roadway Concept Plans (Reference

Document R002.A) that lower the roadway or shared use path profile or that raise the

roadway or shared use path profile by 2-ft. or more at any location.

• Modifications to the Typical Section Package (Attachment A004.A) directly related to

modifications to the horizontal and/or vertical geometry.

• Modifications to the toll site locations deviating from the Toll Siting Technical Memorandum

in Attachment A012.

• Modifications to the express lanes signing, as depicted in the Master Signing Plan (Reference

Document R009).

• New Design Variations required or modifications to Department approved Design Variations

already provided in Attachment A006.

• Modifications to the seawall locations and riprap limits depicted in the Roadway Concept

Plans (Reference Document R002.A).

2. One-on-One ATC Proposal Discussion Meetings

One-on-One ATC discussion meetings may be held in order for the Design-Build Firm to describe proposed

changes to supplied basic configurations, Project scope, design criteria, and/or construction criteria. Each

Design-Build Firm with proposed changes may request a One-on-One ATC discussion meeting to describe

the proposed changes. The Design-Build Firm shall provide, by the deadline shown in the Schedule of

Page 31: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 20 of 145

Events of this RFP, a preliminary list of ATC proposals to be reviewed and discussed during the One-on-

One ATC discussion meetings. This list may not be inclusive of all ATC’s to be discussed but it should be

sufficiently comprehensive to allow the Department to identify appropriate personnel to participate in the

One-on-One ATC discussion meetings.

The purpose of the One-on-One ATC discussion meeting is to discuss the ATC proposals, answer questions

that the Department may have related to the ATC proposal, review other relevant information and when

possible establish whether the proposal meets the definition of an ATC thereby requiring the submittal of a

formal ATC submittal. The meeting should be between representatives of the Design-Build Firm and/or the

Design-Build Engineer of Record and District/Central Office staff as needed to provide feedback on the

ATC proposal. FHWA should be invited to ATC meetings for all PoDI projects. Immediately prior to the

conclusion of the One-on-One ATC discussion meeting, the Department will advise the Design-Build Firm

as to the following related to the ATC proposals which were discussed:

• The Proposal meets the criteria established herein as a qualifying ATC Proposal; therefore, an ATC

Proposal submission IS required, or

• The Proposal does not meet the criteria established herein as a qualifying ATC proposal since the

Proposal is already allowed or contemplated by the original RFP; therefore, an ATC Proposal

submission is NOT required.

The Department will return all handouts back to the Design-Build Firm except one copy to remain in the

secure procurement file.

3. Submittal of ATC Proposals

All ATC submittals must be in writing and may be submitted at any time following the Shortlist Posting

but shall be discussed and submitted prior to the deadline shown in the Schedule of Events of this RFP.

The Department will allow the submission of draft ATCs at any time following the Shortlist Posting until

the date on which the last One-on-One ATC discussion meeting is held as defined in the Schedule of

Events. The submission must be clearly marked as DRAFT. The Design-Build Firm, by submitting a Draft

ATC, understands that the purpose of the submission is to provide information to facilitate the discussion

during ATC meetings and that the Department will discuss the concept but is not obligated to reply to the

draft submission as if it were a formal ATC submittal. However, at any time prior to the formal Alternative

Technical Concept Proposal submittal, the Department may provide the Design-Build Firm with a draft

written response. The draft written response shall be considered DRAFT and be clearly marked as DRAFT.

All ATC submittals are required to be on plan sheets or on roll plots no wider than 36” and shall be

sequentially numbered and include the following information and discussions:

a) Description: A description and conceptual drawings of the configuration of the ATC or other

appropriate descriptive information, including, if appropriate, product details and if directed by

the Department, a traffic operational analysis;

b) Usage: The locations where and an explanation of how the ATC would be used on the Project;

c) Deviations: References to requirements of the RFP which are inconsistent with the proposed

ATC, an explanation of the nature of the deviations from the requirements and a request for

approval of such deviations along with suggested changes to the requirements of the RFP which

would allow the alternative proposal;

Page 32: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 21 of 145

d) Analysis: An analysis justifying use of the ATC and why the deviation, if any, from the

requirements of the RFP should be allowed;

e) Impacts: A preliminary analysis of potential impacts on vehicular traffic (during construction),

environmental impacts, community impacts, safety, and life-cycle Project and infrastructure costs,

including impacts on the cost of repair, maintenance, and operation;

f) Risks: A description of added risks to the Department or third parties associated with

implementation of the ATC;

g) Quality: A description of how the ATC is equal or better in quality and performance than the

requirements of the RFP including the traffic operational analysis if requested by the Department;

h) Operations: Any changes in operation requirements associated with the ATC, including ease of

operations;

i) Maintenance: Any changes in maintenance requirements associated with the ATC, including ease

of maintenance;

j) Anticipated Life: Any changes in the anticipated life of the item comprising the ATC;

k) *Express Lanes/Tolling Impacts: Any change that directly or indirectly modifies the express lanes

configuration, toll site or related infrastructure requirements, and/or tolling plan shall be expressly

identified, otherwise a statement affirming no impacts to toll sites shall be provided.

*The Toll Siting Technical Memorandum criteria evaluation shall be updated when an ATC is proposed

that impacts the toll site in any way.

4. Review and Approval of ATC Submittals

After receipt of the ATC submittal, the District Design Engineer (DDE), or designee, will communicate

with the appropriate staff (i.e. District Structures Design Engineer, District Construction Engineer, District

Maintenance Engineer, State Structures Design Engineer, State Roadway Design Engineer, FHWA, as

applicable) as necessary, and respond to the Design-Build Firm in writing within 14 calendar days of receipt

of the ATC submittal as to whether the ATC is acceptable, not acceptable, or requires additional

information. If the DDE, or designee, determines that more information is required for the review of an

ATC, questions should be prepared by the DDE, or designee, to request and receive responses from the

Design-Build Firm. The review should be completed within 14 calendar days of the receipt of the ATC

submittal. If the review will require additional time, the Design-Build Firm should be notified in advance

of the 14 day deadline with an estimated timeframe for completion.

Approved Design Exceptions required as part of an approved ATC submittal will result in the issuance of

an addendum to the RFP notifying all Shortlisted Design-Build Firms of the approved Design Exception(s).

Such a change will require approval by FHWA for PoDIs. Prior to approving ATCs which would result in

the issuance of an Addendum as a result of a Design Exception, the Design-Build Firm will be given the

option to withdraw previously submitted ATC Proposals.

The Department reserves the right to disclose to all Design-Build Firms, via an Addendum to the RFP, any

errors of the RFP that are identified during the One-on-One ATC meetings, except to the extent that the

Page 33: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 22 of 145

Department determines, in its sole discretion, such disclosure would reveal confidential or proprietary

information of the ATC.

Through the ATC process, the Design-Build Firm may submit, and the Department may consider, geometric

modifications to the Concept Plans or other contract requirements that will provide an engineering solution

that is better overall in terms of traffic flow and reduced congestion. The approval of ATCs related to

improvements of traffic flow and reduced congestion is at the sole discretion of the Department. It is the

Design-Build Firm’s responsibility to clearly establish in the ATC process how the engineering solution

provides a benefit to the Department and identify areas of conflict outlined in the RFP.

ATCs are accepted by the Department at the Department’s discretion and the Department reserves the right

to reject any ATC submitted. The Department reserves the right to issue an Addendum to the RFP based

upon a previously denied ATC Proposal, without regard to the confidentiality of the denied ATC Proposal. All Department approvals of ATC submissions are based upon the known impacts on the Project at the time

of submission. The Department reserves the right to require a modification or amendment to a previously

approved ATC as a result of a contract change which is issued by an addendum subsequent to the

Department’s initial approval of the ATC.

5. Incorporation of Approved ATC’s into the Technical Proposal

The Design-Build Firm will have the option to include any Department Approved ATC’s in the Technical

Proposal. The Proposal Price should reflect any incorporated ATC’s. All approved ATC’s that are

incorporated into the Technical Proposal must be clearly identified in the Technical Proposal Plans and/or

Roll Plots. The Technical Proposal shall also include a listing of the incorporated, approved ATCs.

By submitting a Proposal, the Design-Build Firm agrees, if it is not selected, to disclosure of its work

product to the successful Design-Build Firm, only after receipt of the designated stipend (if applicable) or

after award of the contract whichever occurs first.

C. Geotechnical Services:

1. General Conditions:

The Design-Build Firm shall be responsible for identifying and performing any geotechnical investigation,

analysis and design of foundations, foundation construction, foundation load and integrity testing, and

inspection dictated by the Project needs in accordance with Department guidelines, procedures and

specifications. All geotechnical work necessary shall be performed in accordance with the Governing

Regulations. The geotechnical requirements for toll facilities are provided in the GTR. The Design-Build

Firm shall be solely responsible for all geotechnical aspects of the Project.

Existing geotechnical data is included in the Reference Documents and is supplied to the Design-Build

Firm for informational purposes only. Special attention is directed to the fact that the geotechnical

subsurface conditions are highly variable throughout the Project site. The Design-Build Firm shall take

these variable subsurface conditions into account in the design and construction of the Project and shall

perform all additional geotechnical investigation, analysis, and testing necessary to sufficiently define the

subsurface conditions for the purposes of design and construction. All work related to the variable

subsurface conditions shall be included in the Price Proposal. No additional compensation (cost or time)

will be provided to the Design-Build Firm for issues arising from or related to the highly variable subsurface

conditions.

The Design-Build Firm shall perform at least two borings at each proposed pier location.

Page 34: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 23 of 145

D. Department Commitments:

The Design-Build Firm will be responsible for adhering to the following project commitments established

in the PD&E Study, with the exception of Commitment No. 1 which will be solely the responsibility of the

Department:

1. The FDOT will conduct benthic surveys during the seagrass growing season (June-September), in

order to support the permit approval process.

2. The FDOT proposes utilizing the Old Tampa Bay Water Quality Improvement Project as

mitigation for seagrass impacts. Coordination with U.S. Fish and Wildlife Service (USFWS),

National Marine Fisheries Service (NMFS), U.S. Army Corps of Engineers (USACE) and

Southwest Florida Water Management District (SWFWMD) will continue as seagrass mitigation

progresses or other options are proposed.

3. The size/style of piles, quantity of piles, number of piles driven per day, number of strikes per pile,

and other information needed in order to determine potential hydroacoustic impacts to the

smalltooth sawfish and sea turtles is unknown at this time. Further information will be provided

once a Design-Build team is selected and more details regarding design and construction related to

pile driving activities is known. Endangered Species Act Section 7 consultation will be re-initiated

with the National Marine Fisheries Service (NMFS) for smalltooth sawfish and swimming sea

turtles during the future project phases once more detailed information listed above is known for

this project. The FDOT will continue coordination with NMFS on potential impacts associated with

pile driving activities.

4. The FDOT will require the Contractor to minimize potential impacts of multiple pile driving

operations by maintaining a minimum 4,000 feet over the length of the bridge opening as a low-

noise travel corridor. This corridor should be continuous to the extent feasible, but no individual

component of the corridor will be less than 1,000 feet. Low noise corridors are defined as areas

where noise levels are below injury and behavioral disturbance thresholds. This commitment will

provide aquatic fauna a sufficiently wide low-noise corridor or corridors through the project area

without injury or disturbance.

5. The Contractor will be required to use a ramp-up procedure during the installation of piles. This

procedure allows for a gradual increase in noise level in order to give sensitive species ample time

to flee prior to initiation of full noise levels. This approach can also reduce the likelihood of any

secondary or sub-lethal effects from sound impulses associated with pile driving.

6. The FDOT will adhere to the NMFS's Sea Turtle and Smalltooth Sawfish Construction Conditions

[Appendix B of the Natural Resources Evaluation (NRE)] during construction of the project.

7. The FDOT will continue informal Endangered Species Act Section 7 consultation with the USFWS

for the Gulf Sturgeon and manatee during future project phases.

8. FDOT will incorporate the Construction Special Conditions for the protection of the Gulf Sturgeon

(Appendix B of the NRE).

9. To assure the protection of wildlife during construction, the FDOT will implement a Marine

Wildlife Watch Plan (MWWP), which will include the most current version of the Florida Fish and

Wildlife Conservation Commission (FWC) Standard Manatee Conditions for In-Water Work. The

FDOT will require the construction Contractor to abide by these guidelines during construction.

Appendix B of the NRE provides an example of the most current Standard Manatee Conditions for

In-Water Work (2011).

10. No nighttime in-water work will be performed. In-water work can be conducted from official

sunrise until official sunset times.

11. Special conditions for manatees will be addressed during construction and include the following:

Page 35: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 24 of 145

a. Two dedicated (minimum one primary), experienced manatee observers will be present

when in-water work is performed. Primary observers should have experience observing

manatees in the wild on construction projects similar to this one;

b. All siltation barriers or coffer dams should be checked at least twice a day, in the morning

and in the evening, for manatees that may become entangled or entrapped at the site.

c. Barges will be equipped with fender systems that provide a minimum standoff distance of

four feet between wharves, bulkheads and vessels moored together to prevent crushing

manatees. All existing slow speed or no wake zones will apply to all work boats and barges

associated with construction; and

d. Although culverts are unlikely for this project, any culverts larger than eight inches and

less than eight feet in diameter should be grated to prevent manatee entrapment. The

spacing between the bridge pilings will be at least 60 inches to allow for manatee

movement in between the pilings. If a minimum of 60-inch spacing is not provided between

piles, further coordination will be conducted with the USFWS.

12. No blasting is proposed for this project. If blasting is required, formal Section 7 Consultation will

be initiated with the USFWS for the manatee and with the NMFS for swimming sea turtles and the

smalltooth sawfish. A blast plan and MWWP would be developed and submitted to the USFWS,

NMFS and FWC for their approval prior to beginning blasting activities.

13. No dredging is proposed for this project. If dredging is required, Section 7 Consultation will be re-

initiated with the USFWS for the manatee.

14. The new replacement bridge will be designed to be able to handle the structural loads of a future

Light Rail Transit (LRT) system in the future.

E. Environmental Permits:

1. Storm Water and Surface Water:

Plans shall be prepared in accordance with Chapters 373 and 403 (F.S.) and Chapters 40 and 62 (F.A.C.).

Water quality treatment for the new lanes on the Howard Frankland Bridge will be addressed through

compensatory treatment credits that were created under the Old Tampa Bay Water Quality Improvements

Project (439206-1) issued under ERP 43000920.017.

2. Permits:

The Design-Build Firm shall note that part of this Project is located within an Outstanding Florida Water

(OFW) and an Aquatic Preserve (Pinellas County).

The Department has begun and will oversee the permitting process until the Design-Build Firm’s contract

is executed. This was done in a good faith effort to attempt to reduce the time required for the Design-Build

Firm to complete the permitting process. The Department has submitted an ERP application to the

SWFWMD, a Standard Permit application to the USACE, and a U.S. Coast Guard permit application (see

Reference Documents). The fact that the permitting process has been initiated by the Department in no way

alleviates the Design-Build Firm from the responsibility of acquiring the aforementioned permits or any

other responsibilities outlined herein. The responsibility of the Design-Build Firm to continue with and

finalize the permitting process with the aforementioned agencies, and any other agencies which the Firm

may be required to obtain a permit(s) from, will start upon contract execution. It will be the responsibility

of the Design-Build Firm to contact the District Environmental Permit Office in order to obtain information

regarding the status of the application, any copies of previous correspondence, etc. that the Design-Build

Firm may need in order to take over the permitting process. The Design-Build Firm will in no way hold the

Page 36: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 25 of 145

Department responsible for the duration of the remainder of the permitting process.

Agency SWFWMD USACE USCG

Application No. 771694 SAJ-2018-01907 16591/2996

Submittal Date 9/10/2018 7/2/2018 7/10/18

Permit No. 43001034.012

The permit applications submitted by the Department were based on preliminary information from the

layout conceptually depicted in Permit Concept Plans (See Reference Document R005.02.C). The Design-

Build Firm is not held to the information submitted in the permit applications unless it is in accordance with

otherwise specified requirements as outlined in this RFP. The Design-Build Firm is responsible for

modifying the sketches and amending the permit applications and/or issued permits as necessary to

accurately depict the final design.

The Design-Build Firm shall be responsible for any necessary permit time extensions or re-permitting in

order to keep the environmental permits valid throughout the construction period. The Design-Build Firm

shall provide the Department with draft copies of any and all permit applications, including responses to

agency Requests for Additional Information, requests to modify the permits and/or requests for permit time

extensions, for review and approval by the Department prior to submittal to the agencies.

All applicable data shall be prepared in accordance with Chapter 373 and 403, Florida Statutes, Chapters

40 and 62, F.A.C.; Rivers and Harbors Act of 1899, Section 404 of the Clean Water Act, 23 CFR 771, 23

CFR 636, 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. Preparation of all documentation related to the acquisition of

all applicable permits will be the responsibility of the Design-Build Firm. Preparation of complete permit

application packages will be the responsibility of the Design-Build Firm. The Design-Build Firm is

responsible for the accuracy of all information included in permit application packages. As the permittee,

the Department is responsible for reviewing, approving, and signing, the permit application package

including all permit modifications or subsequent permit applications. This applies whether the Project is

Federal or state funded. Once the Department has approved the permit application, the Design-Build Firm

is responsible for submitting the permit application to the environmental permitting agency. A copy

(electronic and hard copy) of any and all correspondence with any of the environmental permitting agencies

shall be sent to the District Environmental Permits Office. If any agency rejects or denies the permit

application, it is the Design-Build Firm’s responsibility to make whatever changes necessary to ensure the

permit application is approved.

The Design-Build Firm will be required to pay all permit and public notice fees. Any fines levied by

permitting agencies shall be the responsibility of the Design-Build Firm. The Design-Build Firm shall be

responsible for complying with all permit conditions.

The Design-Build Firm shall be responsible for filing a Notice of Intent and obtaining coverage to use

Generic Permit for Stormwater Discharge from Large and Small Construction Activities per FDEP for 62-

621.300(4)(b).

The Department will be responsible for providing mitigation of the wetland and seagrass impacts identified

in the permit applications, which are based on the Permit Concept Plans provided as Reference Document

R005.02.C. Mitigation is currently proposed using the Old Tampa Bay Water Quality Improvement Project

(439206-1) which is still under construction.

Page 37: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 26 of 145

If any design modifications by the Design-Build Firm propose to increase the amount of wetland or seagrass

impacts, the Design-Build Firm shall be responsible for providing the Department information on the amount

and type of wetland or seagrass impacts as soon as the impacts are identified (including temporary impacts

and/or any anticipated impacts due to construction staging, mooring of work vessels, or construction

methods). Prior to submitting a permit modification to a regulatory agency, the Design-Build Firm shall

provide the Department a draft of all supporting information. The Department will have up to 15 calendar

days (excluding weekends and Department observed holidays) to review and comment on the draft permit

application package. The Design-Build Firm will address all comments by the Department and obtain

Department approval, prior to submittal of the draft permit application package. The Design-Build Firm shall

be solely responsible for all time and costs associated with providing the required information to the

Department, as well as the time required by the Department to perform its review of the permit application

package, prior to submittal of the permit application(s) by the Design-Build Firm to the regulatory

agency(ies).

Any additional mitigation required due to design modifications proposed by the Design-Build Firm shall

be the responsibility of the Design-Build Firm and shall be satisfied through the purchase of mitigation

bank credits, if available. The Design-Build Firm shall purchase credits directly from a permitted mitigation

bank. In the event that permitted mitigation bank credits are unavailable or insufficient to meet the project

needs, the Design-Build Firm will be responsible for providing alternative mitigation consistent with the

provisions of Section 373.4137, Florida Statutes, Section 404 of the Clean Water Act (33 U.S.C. 1344),

Section 10 of the Rivers and Harbors Act of 1899 (33 U.S.C. 403), and Section 103 of the Marine Protection,

Research, and Sanctuaries Act of 1972 (33 U.S.C. 1413), and acceptable to all applicable permitting

agency(ies). The Design-Build Firm shall be solely responsible for all costs associated with permitting

activities and shall include all necessary permitting activities in their schedule.

The Department will survey the seagrass areas outside of the permitted limits of construction before, during,

and after construction in order to determine if construction means and methods have resulted in additional

seagrass impacts previously unaccounted for. If it is determined that additional seagrass impacts have

occurred, the Design-Build Firm shall be responsible for mitigation of the additional impacts.

However, notwithstanding anything above to the contrary, upon the Design-Build Firm’s preliminary

request for extension of Contract Time, pursuant to 8-7.3, being made directly to the District Construction

Engineer, the Department reserves unto the District Construction Engineer, in their sole and absolute

discretion, according to the parameters set forth below, the authority to make a determination to grant a

non-compensable time extension for any impacts beyond the reasonable control of the Design-Build Firm

in securing permits. Furthermore, as to any such impact, no modification provision will be considered by

the District Construction Engineer unless the Design-Build Firm clearly establishes that it has continuously

from the beginning of the Project aggressively, efficiently and effectively pursued the securing of the

permits including the utilization of any and all reasonably available means and methods to overcome all

impacts. There shall be no right of any kind on behalf of the Design-Build Firm to challenge or otherwise

seek review or appeal in any forum of any determination made by the District Construction Engineer under

this provision.

F. Railroad Coordination:

Railroad coordination will not be required for this Project. There are no railroads within the project limits.

Page 38: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 27 of 145

G. Survey:

The Design-Build Firm shall perform all surveying (Terrestrial, Mobile and/or Aerial) and mapping

services necessary to complete the Project. Survey services must also comply with all pertinent Florida

Statutes (Chapters 177 and 472, F.S.) and applicable rules in the Florida Administrative Code (Rule Chapter

5J-17, F.A.C.). All field survey data will be furnished to the District Surveyor in a Department approved

digital format, readily available for input and use in CADD Design files. All surveying and mapping work

must be accomplished in accordance with the Department’s Surveying and Mapping Procedure, Topic No.

550-030-101, and the Surveying and Mapping Handbook.

The Design-Build Firm shall provide final Right of Way survey and mapping services unless the

Department determines it is not needed for the Project. The scope of work shall include performing

appropriate Right of Way survey for the proposed Project, including mainline alignment, side streets as

needed, as well as all Right of Way interests.

The Design-Build Firm shall provide final Right of Way maps unless the Department determines it is not

needed. These maps and any associated sketches, legal descriptions and all associated necessary

documentation, field data collection and any other supporting documentation shall be included as part of

the Construction Set of plans submitted by the Design Build Firm.

H. Verification of Existing Conditions:

The Design-Build Firm shall be responsible for verification of existing conditions, including research of all

existing Department records and other information.

By execution of the contract, the Design-Build Firm specifically acknowledges and agrees that the Design-

Build Firm is contracting and being compensated for performing adequate investigations of existing site

conditions sufficient to support the design developed by the Design-Build Firm and that any information is

being provided merely to assist the Design-Build Firm in completing adequate site investigations.

Notwithstanding any other provision in the contract documents to the contrary, no additional compensation

will be paid in the event of any inaccuracies in the preliminary information.

I. Submittals:

1. Component Submittals:

The Design-Build Firm may submit components of the contract plans set instead of submitting the entire

contract plan set; however, sufficient information from other components must be provided to allow for a

complete review. In accordance with the FDOT Design Manual, components of the contract plans set are

roadway, signing and pavement marking, signalization, ITS, lighting, landscape, architectural, structural,

and toll facilities. Refer to the GTR (Attachment A008) for Tolls subcomponent submittal requirements.

The Design-Build Firm may divide the Project into separate areas and submit components for each area;

however, sufficient information on adjoining areas must be provided to allow for a complete review.

Submittals for bridges are limited to foundation, substructure, and superstructure. For bridges over

navigable waterways, submittals are limited to approach foundation, approach substructure, approach

superstructure, main unit foundation, main unit substructure, and main unit superstructure. Further dividing

the foundation, substructure, or superstructure into individual elements (i.e. Pier 2, Abutment 1, Span 4,

etc.) will not be accepted.

Page 39: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 28 of 145

Category 1 and 2 bridge submittals shall contain the following:

• Plan sheets for the component under review developed to the specified level of

detail (i.e. 90% plans, Final plans, etc.).

• A complete set of the most developed plan sheets for all other major elements of

the bridge. These sheets shall be marked “For Information Only” on the index

sheet. In no case shall a plan sheet be less than 30% complete.

• Design documentation including a complete set of calculations, geotechnical

reports, pertinent correspondence, etc. in support of the 90% and final component

submittals.

• For category 2 bridges, component submittals shall also include independent peer

review documentation.

2. Phase Submittals:

The Design-Build Firm shall provide the documents for each phase submittal listed below to the

Department’s Project Manager. The particular phase shall be clearly indicated on the documents. The

Department’s Project Manager will send the documents to the appropriate office for review and comment.

Once all comments requiring a response from the Design-Build Firm have been satisfactorily resolved as

determined by the Department, the Department’s Project Manager will initial, date and stamp the signed

and sealed plans and specifications as “Released for Construction.”

Submit for the Department’s review and approval the Independent Peer Review Firm’s comments, design

verification calculations, and the EOR’s response to the Independent Peer reviewer’s comments in

conjunction with the submittal of the 90% component bridge plans for Category 2 Bridge

Structures. Include the list of Category 2 structures and the relevant Work Group which the Independent

Peer Review Firm is qualified for.

90% Phase Submittal

• 5 copies of 11” X 17” plans (all required components)

• 1 signed and sealed geotechnical report

• 4 copies of signed and sealed geotechnical report

• 4 copies of Settlement and Vibration Monitoring Plan (SVMP) for Department

acceptance and update throughout the construction period

• 1 signed and sealed Bridge Hydraulic Report

• 1 copy of design documentation

• 1 copy of Technical Special Provisions

• 1 copy of Landscape Opportunity Plans

• 1 copy of Bridge Load Rating Calculations

• 1 copy of Completed Bridge Load Rating Summary Detail Sheet

• 1 copy of Load Rating Summary Form

• 1 copy of all permit modification packages and supporting documentation

• 1 copy of the Independent Peer Review Certification Letter

• 1 copy of Independent Peer Review Firm’s comments, design verification

calculations, and the EOR’s response to the Independent Peer Reviewer’s

comments

• 1 copy of the Independent Peer Review Component Plan QA/QC check prints

• CADD Files including 3D Design Files

Page 40: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 29 of 145

• 5 DVDs containing the above information in PDF format

• 1 DVD with all QC plans and documentation for each component submittal

The Department will designate in the review comments if the next submittal will be a

resubmittal of the 90% phase submittal or if the plans and supporting calculations are

significantly developed to proceed to the Final Submittal. If the Department requires

more than two resubmittals, a submittal workshop between the Department and the

Design-Build Firm must be held to resolve any outstanding issues or comments.

Final Submittal

• 2 sets of signed and sealed 11” X 17” plans (all required components)

• 5 copies of signed and sealed 11” X 17” plans

• 1 set of signed and sealed design documentation

• 1 copy of signed and sealed design documentation

• 4 copies of Settlement and Vibration Monitoring Plan (SVMP)

• 1 copy of Landscape Opportunity Plans

• 1 copy of all regulatory agency authorized permits • 4 sets of final documentation • 1 signed and sealed copy of the Bridge Load Rating Summary Detail Sheet

• 1 signed and sealed copy of the Load Rating Summary Form

• 1 signed and sealed copy of Construction Specifications Package or Supplemental

Specifications Package

• 4 copies of signed and sealed Construction Specifications Package or

Supplemental Specifications Package

• 2 sets of electronic copies of Technical Special Provisions on CD

• Independent Peer Reviewer’s signed and sealed cover letter that all comments have

been addressed and resolved.

• Expand the Peer Review Certification letter to state that the Design-Build Firm has

provided the Independent Peer Reviewer with all Department or Department

representative Electronic Review Comments (ERC); that the comments have been

reviewed and have been attached to the Certification Letter; and that the comments

have been accounted for in the review.

• Independent Peer Review Firm’s comments, design verification calculations, and

the EOR’s response to the Independent Peer reviewer’s comments

• 1 copy of the Independent Peer Review Component Plan QA/QC check prints

• 1 set of authorized environmental permits

• 1 signed and sealed copy of erosion control plan approved by the appropriate

agencies.

• CADD Files including 3D Design Files

• 5 DVDs containing the above information in PDF format

• 1 DVD with all QC plans and documentation for each component submittal

The Design-Build Firm shall provide a list of all changes made to the plans or specifications

that were not directly related to the 90% plans review comments. Significant changes (as

determined by the Department) made as a part of the Final submittal, that were not

reviewed or provided in response to the 90% submittal comments, may require an

additional review phase prior to stamping the plans or specifications “Released for

Construction.” The Design-Build Firm shall provide a signed certification that all

Page 41: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 30 of 145

Electronic Review Comments (ERC) have been resolved to the Department’s satisfaction

as a requirement before obtaining “Released for Construction” plans.

3. Requirements to Begin Construction:

The Department’s indication that the signed and sealed plans and specifications are “Released for

Construction” authorizes the Design Build Firm to proceed with construction based on the contract plans

and specifications. The Department’s review of submittals and subsequent Release for Construction is to

assure that the Design-Build Firm’s EOR has approved and signed the submittal, the submittal has been

independently reviewed and is in general conformance with the contract documents. The Department’s

review is not meant to be a complete and detailed review. No failure by the Department in discovering

details in the submittal that are released for construction and subsequently found not to be in compliance

with the requirements of the contract shall constitute a basis for the Design-Build Firm’s entitlement to

additional monetary compensation, time, or other adjustments to the contract. The Design-Build Firm shall

cause the Engineer of Record to resolve the items not in compliance with the contract, errors or omissions

at no additional cost to the Department and all revisions are subject to the Department’s approval. For

Category 2 Bridge Designs, it is the Design-Build Firm’s responsibility to ensure that the Final Independent

Peer Reviewer’s Certification is still applicable to the “Released for Construction” plan set and that no

material changes have been made since the Independent Peer Review. The Design-Build Firm may choose to begin construction prior to completion of the Phase Submittals and

the Department stamping the plans and specifications Released for Construction except for bridge

construction. To begin construction, the Design-Build Firm shall submit signed and sealed plans for the

specific activity; submit a signed and sealed Construction Specifications Package or Supplemental

Specifications Package; obtain regulatory permits as required for the specific activity; obtain utility

agreements and permits, if applicable; and provide five (5) days notice before starting the specific activity.

The plans to begin construction may be in any format including report with details, 8 1/2” X 11” sheets, or

11” X 17” sheets, and only the information needed by the Design-Build Firm to construct the specific

activity needs to be shown. Beginning construction prior to the Department stamping the plans and

specifications Released for Construction does not reduce or eliminate the Phase Submittal requirements.

To begin toll equipment building construction, permit review and approvals must be complete and the

Design-Build Firm shall obtain an executed building permit application from the building department along

with State Fire Marshal approval.

4. As-Built Set:

The Design-Build Firm's Professional Engineer in responsible charge of the Project’s design shall

professionally endorse (sign, seal, and certify) the As-Built Plans, the special provisions and all reference

and support documents. The professional endorsement shall be performed in accordance with the FDOT

Design Manual.

The Design-Build Firm shall complete the As-Built Plans as the Project is being constructed. All changes

made subsequent to the “Released for Construction” Plans shall be signed/sealed by the EOR. The As-

Built Plans shall reflect the “Released for Construction” design and shall include all changes initiated by

the Design-Build Firm or the Department in the form of revisions. The As-Built Plans shall be submitted

a minimum of 30 calendar days prior to Project completion for Department review and acceptance as a

condition precedent to the Department’s issuance of Final Acceptance. The submittal shall include As-

Built plans, as described above, and surveys meeting the requirements of Design-Build Division I

Specification 7-2.3, As-Built Drawings and Certified Surveys.

Page 42: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 31 of 145

The Department shall review, and when found in compliance with the SWFWMD, U.S. Coast Guard, and

USACE permit requirements, accept the As-Built Plans prior to issuing Final Acceptance of the Project.

The Department shall accept the As-Built Plans and related documents when in compliance with Design-

Build Division I Specification 7-2.3, As-Built Drawings and Certified Surveys, and the As-Built

Requirements provided in Attachment A003.01.

The Design-Build Firm shall furnish to the Department, upon Project completion, the following:

• 1 set of 11” X 17” signed and sealed As-Built plans, drawings and Certified

Surveys

• 3 sets of 11" X 17” copies of the signed and sealed As-Built plans, drawings and

Certified Surveys (including as-built channel survey)

• 1 copy of Landscape Opportunity Plans

• 1 signed and sealed copy of the Bridge Load Rating Summary Form and

Calculations based on as-built conditions

• 4 sets of final documentation (if different from final component submittal)

• 4 sets of survey information, including electronic files and field books

• CADD Files

• 2 Final Project DVDs

5. Milestones:

Component submittals, in addition to the plan submittals listed in the previous section will be required. In

addition to various submittals mentioned throughout this document the following milestone submittals will

be required.

• Permit Authorizations from SWFWMD, U.S. Coast Guard, and USACE

• Preliminary Lighting Design Analysis Report (LDAR)

• Maintenance of Communication Plan

• Hydroacoustic Methods/Management Plan (if necessary)

J. Contract Duration:

The Department has established a Contract Duration of 1680 calendar days for the subject Project.

K. Project Schedule:

The Design-Build Firm shall submit a Schedule, in accordance with Subarticle 8-3.2 (Design-Build

Division I Specifications). The Design-Build Firm’s Schedule shall allow for up to fifteen (15) calendar

days (excluding weekends and Department observed Holidays) review time for the concurrent

Department/FHWA review of all submittals with the exception of Category 2 structures submittals. The

review of Category 2 structures submittals requires Central Office involvement and the Schedule shall allow

for up to twenty (20) calendar days (excluding weekends and Department observed Holidays) for these

reviews.

The Design-Build Firm shall provide a submittal schedule a minimum of 60 calendar days prior to the

Department’s receipt of the first submittal. All required submittals shall be shown in the schedule. The

Page 43: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 32 of 145

schedule shall be further broken down to detail the Design-Build Firm’s expected component submittals

and Project areas. At a minimum, the schedule shall show all steps of the submittal process including:

a) When the Department will receive submittals;

b) When the Department will provide comments within the time periods as specified above;

c) The Department reviewers accept or deny the Design-Build Firm’s responses to comments within

10 calendar days (excluding weekends and Department observed holidays).

The Department will perform the review of Foundation Construction submittals in accordance with Section

455.

The following Special Events have been identified in accordance with Specification 8-6.4:

• Super Bowl LV events from 12:00 am on the Sunday before the Game to 11:59 pm on

the Monday after the game (January 31, 2021 – February 8, 2021).

At a minimum, the activities included in the Schedule shall be those listed in the Schedule of Values and

those listed below:

• Anticipated Award Date

• Design Workshop

• Design Survey

• Geotechnical Investigation

• NEPA Reevaluation (If necessary)

• Acquisition of additional Right of Way proposed by the Design-Build Firm (If

applicable)

• Roadway Design

• Foundation Design

• Substructure Design

• Superstructure Design

• Wall Design

• Signing and Pavement Marking Design

• Intelligent Transportation System Design

• Regional Transportation Management Center (RTMC) Control Room Retrofit Design

• Toll Site Design

• Signalization Design (If applicable)

• Lighting Design

• Maintenance of Traffic Design

• Design Submittals

• Submittal Reviews by the Department and FHWA

• Document Reviews by the Department and FHWA

• Design Review / Acceptance Milestones

• Comment Resolution

• Shop Drawing Submittals

• Other Contractor-Initiated Submittals including RFI’s, RFM’s, RFC’s, and NCR’s

• Permit Submittals

• Environmental Permit Acquisition

Page 44: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 33 of 145

• Hydroacoustic Management (Test Pile Evaluation) and Monitoring Plans Approvals

• Utility Clearance

• Materials Quality Tracking

• Start of Construction

• Construction Mobilization

• Clearing and Grubbing

• Erosion Control and Mixing Zone Monitoring Plans

• Dewatering Plans

• Embankment/Excavation

• Roadway Construction

• Foundation Construction

• Substructure Construction

• Superstructure Construction

• Wall Construction

• Signing and Pavement Marking Construction

• Intelligent Transportation System Construction

• RTMC Control Room Retrofit Construction

• Toll Site Construction

• Toll Equipment Contractor’s Installation and Testing

• Toll Systems End to End Testing

• Signalization Construction (If applicable)

• Lighting Construction

• Landscape Opportunity Plans

• Maintenance of Traffic Set-Up (per duration)

• Utility Relocations (If applicable)

• As-built Preparation and Review Coordination

• Holidays and Special Events (shown as non-work days)

• Additional Construction Milestones as determined by the Design-Build Firm

• Final Completion Date for All Work

L. Key Personnel/Staffing:

The Design-Build Firm’s work shall be performed and directed by key personnel identified in the Letter of

Interest and/or Technical Proposal by the Design-Build Firm. In the event a change in key personnel is

requested, the Design-Build Firm shall submit the qualifications of the proposed key personnel and include

the reason for the proposed change. Any changes in the indicated personnel shall be subject to review and

approval by the District Construction Engineer. The Department shall have sole discretion in determining

whether or not the proposed substitutions in key personnel are comparable to the key personnel identified

in the Letter of Interest and/or Technical Proposal. The Design-Build Firm shall have available professional

staff meeting the minimum training and experience set forth in Florida Statute Chapter 455. The Design-

Build Firm shall also provide compliance staff experienced with the Department’s equal opportunity

contract compliance process.

M. Partner/Teaming Arrangement:

Partner/Teaming Arrangements of the Design-Build Firm (i.e., Prime Contractor or Lead Design Firm)

cannot be changed after submittal of the Letter of Interest without written consent of the Department. In the

event a change in the Partner/Teaming Arrangement is requested, the Design-Build Firm shall submit the

reason for the proposed change. Any changes in the Partner/Teaming Arrangement shall be subject to

Page 45: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 34 of 145

review and approval by the Department’s Chief Engineer. The Department shall have sole discretion in

determining whether or not the proposed substitutions in Partner/Teaming Arrangements are comparable

to the Partner/Teaming Arrangements identified in the Letter of Interest and/or Technical Proposal.

N. Meetings and Progress Reporting:

The Design-Build Firm shall anticipate periodic meetings with Department personnel and other agencies

as required for resolution of design and/or construction issues. These meetings may include:

• Department technical issue resolution

• Local government agency coordination

• Maintenance of Traffic Workshop

• Pavement Design Meeting

• Permit agency coordination

• Scoping Meetings

• System Integration Meetings

• Design Workshops

• Progress Meetings

• Comment Resolution Meetings

• Adjacent Project Coordination Meetings

• Intelligent Transportation System Meetings

• Utility Meetings

• Public Meetings

• Project/Stakeholder Coordination Meetings

• Pre-activity Meetings

• Tolls Meetings

• DBE, OJT, DBRA, EEO Compliance Meetings

During design and construction, the Design-Build Firm shall meet with the Department’s Project Manager

on a weekly basis and provide a two week look ahead of the activities to be completed during the upcoming

weeks.

The Design-Build Firm shall, on a monthly basis, provide written progress reports that describe the items

of concern and the work performed on each task.

If necessary, the Design-Build Firm shall provide hydroacoustic noise monitoring data as recorded during

routine noise monitoring events as outlined in the Hydroacoustic Noise Monitoring Plan.

The Design-Build Firm shall meet with the Department’s Project Manager at least thirty (30) calendar days

before beginning system integration activities. The purpose of these meetings shall be to verify the Design-

Build Firm’s ITS and signalization integration plans by reviewing site survey information, proposed

splicing diagrams, IP addressing schemes, troubleshooting issues, and other design issues. In addition, at

these meetings the Design-Build Firm shall identify any concerns regarding the Integration and provide

detailed information on how such concerns will be addressed and/or minimized.

The Design-Build Firm shall provide all documentation required to support system integration meetings,

including detailed functional narrative text, system and subsystem drawings and schematics. Also included

shall be the documentation to demonstrate all elements of the proposed design which includes, but is not

Page 46: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 35 of 145

limited to: technical, functional, and operational requirements; ITS/communications; equipment;

termination/patch panels; performance criteria; and details relating to interfaces to other ITS subsystems.

System Integration Meetings will be held on mutually agreeable dates.

All action items resulting from the System Integration Meeting shall be satisfactorily addressed by the

Design-Build Firm and reviewed and approved by the Department.

O. Public Involvement:

1. General:

Public involvement is an important aspect of the Project. Public involvement includes communicating to

all interested persons, groups, and government organizations information regarding the development of the

Project. The Design-Build Firm will assist the Department in the Public Involvement effort and shall

provide support to the Department as described below. The Department will act as the Public Involvement

Consultant (PIC).

2. Public Meetings:

The Design-Build Firm shall provide all supporting materials necessary for the various public meetings,

which may include:

• Kick-off or introductory meeting

• Metropolitan Planning Organization (MPO) Meetings and MPO committee meetings

as requested Public Information Meetings

• Project open houses/construction update/virtual community meetings

• Weekly community feedback sessions

• Elected and appointed officials briefings

• Special interest groups (private groups, homeowners associations, environmental

groups, minority groups and individuals, schools and student groups)

• Open Houses

• Virtual Public Hearings

The Design-Build Firm shall accompany the CEI team at meetings when necessary for the term of the

contract.

For any of the above type meetings the Design-Build Firm shall provide all technical assistance, data and

information, display boards, printed material, video graphics, computerized graphics, etc., and information

necessary for the day-to-day exchange of information with the public, all agencies and elected officials in

order to keep them informed as to the progress and impacts that the proposed Project will create.

The Design-Build Firm shall, as determined by the Department, attend the meetings with an appropriate

number of personnel to assist the CEI/Department. The Design-Build Firm shall forward all requests for

group meetings to the CEI/Department. The Design-Build Firm shall inform the CEI/Department of any

meetings with individuals that occur without prior notice.

3. Public Workshops, Information Meetings:

The Design-Build Firm shall provide all the support services listed in No. 2 above.

Page 47: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 36 of 145

All legal/display advertisements announcing workshops, information meetings, and public meetings will

be prepared by the Design-Build Firm and provided to the Department.

The Design-Build Firm will be responsible for the legal/display advertisements for design concept

acceptance. The Design-Build Firm will be responsible for preparing and mailing (includes postage) all

letters announcing the associated workshops and information meetings after review and approval by the

Department.

4. Public Involvement Data:

The Design-Build Firm is responsible for the following:

• Coordinating with the Department.

• Identifying possible permit and review agencies and providing names and contact

information for these agencies to the Department.

• Providing required expertise (staff members) to assist the Department on an as-

needed basis.

• Preparing color graphic renderings and/or computer generated graphics to depict

the proposed improvements for coordination with the Department, local

governments, the Community Aesthetics Committee, and other agencies.

• Providing information to the Department to keep the Department website current.

The Design-Build Firm shall provide records of all public correspondence, written or verbal, to the

Department throughout the life of the Project.

The Design-Build Firm may be asked by the CEI/Department to prepare draft responses to any public

inquiries as a result of the public involvement process.

P. Quality Management Plan (QMP):

1. Design:

The Design-Build Firm shall be responsible for the professional quality, technical accuracy and

coordination of all surveys, designs, drawings, specifications, geotechnical and other services furnished by

the Design-Build Firm under this contract.

The Turnpike Quality Control and Assurance Process provided in Attachment A018.A, which supplements

the requirements of FDM Chapter 124, shall be used for all design-related activities on this project, it being

understood that all references to the Turnpike in Attachment A018.A shall be replaced with FDOT

District 7.

The Design-Build Firm shall provide a Design Quality Management Plan, which describes the Quality

Control (QC) procedures to be utilized to verify, independently check, and review all design drawings,

specifications, and other documentation prepared as a part of the contract. In addition the QMP shall

establish a Quality Assurance (QA) program to confirm that the Quality Control procedures are followed.

The Design-Build Firm shall describe how the checking and review processes are to be documented to

verify that the required procedures were followed. The Design-Build Firm shall submit a QMP within

fifteen (15) working days following issuance of the written Notice to Proceed. A marked up set of prints

from the Quality Control review will be sent in with each review submittal. The responsible Professional

Page 48: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 37 of 145

Engineers or Professional Surveyor that performed the Quality Control review, as well as the QA manager

will sign a statement certifying that the review was conducted.

The Design-Build Firm shall, without additional compensation, correct all errors or deficiencies in the

surveys, designs, drawings, specifications and/or other services.

2. Construction:

The Design-Build Firm shall be responsible for developing and maintaining a Construction Quality Control

Plan in accordance with Section 105 of Standard Specifications which describes their Quality Control

procedures to verify, check, and maintain control of key construction processes and materials.

The sampling, testing and reporting of all materials used shall be in compliance with the Sampling, Testing

and Reporting Guide (STRG) provided by the Department. The Design-Build Firm will use the

Department’s database(s) to allow audits of materials used to assure compliance with the STRG. The

Department has listed the most commonly used materials and details in the Department’s database. When

materials being used are not in the Department’s database list, the Design-Build Firm shall use appropriate

material details from the STRG to report sampling and testing. Refer to the State Materials Office website

for instructions on gaining access to the Department’s databases:

http://www.fdot.gov/materials/quality/programs/qualitycontrol/contractor.shtm

Prepare and submit to the Engineer a Job Guide Schedule (JGS) using the Department database in

accordance with Section 105 of Standard Specifications.

The Department shall maintain its rights to inspect construction activities and request any documentation

from the Design-Build Firm to ensure quality products and services are being provided in accordance with

the Department’s Materials Acceptance Program.

The Department shall maintain its rights to inspect construction activities and request any documentation

from the Design-Build Firm to ensure maximum underwater noise levels are in accordance with the Design-

Build Firm’s Hydroacoustic Monitoring Plan as accepted by the NMFS.

Q. Liaison Office:

The Department and the Design-Build Firm will designate a Liaison Office and a Project Manager who

shall be the representative of their respective organizations for the Project.

R. Engineers Field Office:

An Engineers Field Office is not required for this project.

S. Schedule of Values:

The Design-Build Firm is responsible for submitting estimates requesting payment. Estimates requesting

payment will be based on the completion or percentage of completion of tasks as defined in the schedule

of values. Final payment will be made upon final acceptance by the Department of the Design-Build

Project. Tracking DBE participation will be required under normal procedures according to the

Construction Project Administration Manual. The Design-Build Firm must submit the schedule of values

Page 49: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 38 of 145

to the Department for approval. No estimates requesting payment shall be submitted prior to Department

approval of the schedule of values.

Upon receipt of the estimate requesting payment, the Department’s Project Manager will make judgment

on whether or not work of sufficient quality and quantity has been accomplished by comparing the reported

percent complete against actual work accomplished.

Submit the schedule of values for each toll site using the Toll Site Schedule of Values Template included

as Attachment A013.

T. Computer Automation:

The Project shall be developed utilizing computer automation systems in order to facilitate the development

of the contract plans. Various software and operating systems were developed to aid in assuring quality

and conformance with Department policies and procedures. The Department supports MicroStation and

GEOPAK as its standard graphics and roadway design platform as well as Autodesk’s AutoCAD Civil 3D

as an alternate platform. Seed Files, Cell Libraries, User Commands, MDL Applications and related

programs developed for roadway design and drafting are in the FDOT CADD Software Suite. Furnish As-

Built documents for all building related components of the Project in AutoCAD format. It is the

responsibility of the Design-Build Firm to obtain and utilize current Department releases of all CADD

applications.

The Design-Build Firm will be required to furnish the Project's CADD files after the plans have been

Released for Construction. The Design-Build Firm's role and responsibilities are defined in the

Department's CADD Manual. The Design-Build Firm will be required to submit final documents and files

which shall include complete CADD design and coordinate geometry files in MicroStation and/or

AutoCAD design files format.

As part of the As-Built Set deliverables, field conditions shall be incorporated into MicroStation and/or

AutoCAD design files. Use the cloud revision utility as well as an “AB” revision triangle to denote field

conditions on plan sheets.

U. Construction Engineering and Inspection:

The Department is responsible for providing Construction Engineering and Inspection (CEI) and Quality

Assurance Engineering.

The Design-Build Firm is subject to the Department’s Independent Assurance (IA) Procedures.

V. Testing:

The Department or its representative will perform verification and resolution sampling and testing activities

at both on site as well as off site locations such as pre-stress plants, batch plants, structural steel and weld

fabrication plants, etc. in accordance with the latest Specifications.

The Design-Build Firm shall give the Department 48 hour notice prior to performing any pile or sheet pile

driving activities. The Department or its representative will perform verification and noise level sampling

activities if necessary during all pile or sheet pile driving activities in accordance with the Interim criteria

to determine injury to fish from pile driving activities, which has been issued by memorandum from the

Page 50: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 39 of 145

Fisheries Hydroacoustic Working Group (National Oceanographic and Atmosphere Administration

(NOAA), U.S. Fish and Wildlife service (USFWS), and FHWA).

.

W. Value Added:

The Design-Build Firm may provide Value Added Project Features, in accordance with Article 5-14 of the

Specifications for the following features:

• Roadway features

• Roadway drainage systems

• Approach slabs

• Superstructure

• Substructure

• Concrete defects

• Structural steel defects

• Post-tensioning systems

• And any other products or features the Design-Build Firm desires

The Design-Build Firm shall develop the Value Added criteria, measurable standards, and remedial work

plans in the Design-Build Firm's Technical Proposal for features proposed by the Design-Build Firm.

X. Adjoining Construction Projects:

The Design-Build Firm shall be responsible for coordinating all design, permitting, and construction

activities with other construction Projects that are impacted by or impact this Project. This includes Projects

under the jurisdiction of local governments, the Department, other regional and state agencies, or private

entities. Adjoining construction projects include, but are not limited to:

• Gateway Expressway and I-275 from South of Gandy Boulevard to North of 4th Street

North (New Road Construction/Add Lanes & Reconstruct, FPID 433880-1 &

424501-2)

• SR 687 (4th Street) from South of I-275 (SR 93) to North of 119th Avenue (New Bridge

Construction, FPID 430500-1)

• I-275 (SR 93) from South of Kennedy Blvd. to South of Lois Ave. (Add Lanes &

Reconstruct, FPID 441111-1)

• I-275 (SR 93) from South of SR 60 to South of Willow Ave. (New Road

Construction/Add Lanes & Reconstruct, FPID 433535-7 & 434045-2)

Page 51: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 40 of 145

The Design-Build Firm shall consider and include in the Construction Plans and Bid Price Proposal, any

and all temporary detours or diversions required to facilitate traffic movements into and out of the project

limits; notwithstanding the alignment, lane positioning and/or grade differences of traffic conditions on

those adjacent projects.

Y. Issue Escalation:

In the event issues arise during prosecution of the work, the resolution of those issues will be processed as

described below unless revised by a Project specific Partnering Agreement:

The escalation process begins with the Construction Project Manager. All issues are to be directed to the

Construction Project Manager. If the issue cannot be resolved by the Construction Project Manager in

coordination with the Resident Engineer and Design Project Manager as applicable, the Construction

Project Manager shall forward the issue to the District Construction Engineer and, if necessary, the District

Utilities Office who will coordinate with the District Design Engineer and District Utilities Administrator,

as applicable. Each level shall have a maximum of five (5) calendar days (excluding weekends and

Department observed holidays) to answer, resolve, or address the issue. The Design-Build Firm shall

provide all supporting documentation relative to the issue being escalated. The five (5) calendar day period

(excluding weekends and Department observed holidays) begins when each level in the issue escalation

process has received all required supporting documentation necessary to arrive at an informed and complete

decision. The five (5) calendar day period (excluding weekends and Department observed holidays) is a

response time and does not infer resolution. Questions asked by the Department may be expressed verbally

and followed up in writing within one (1) calendar day (excluding weekends and Department observed

holidays). Responses provided by the Design-Build Firm may be expressed verbally and followed up in

writing within one (1) working day. Once a response is received from the District Construction Engineer,

the Construction Project Manager will respond to the Design-Build Firm in a timely manner but not to

exceed three (3) calendar days (excluding weekends and Department observed holidays).

The Design-Build Firm shall provide a similar issue escalation process for their organization with personnel

of similar levels of responsibility.

Should an impasse develop, the Dispute Review Board shall assist in the resolution of disputes and claims

arising out of the work on the Contract.

VI. Design and Construction Criteria.

A. General:

All design and construction work completed under the Contract shall be in accordance with the United

States Standard Measures.

The Design-Build Firm shall schedule and participate in a design workshop prior to the 90% submittal. The

design workshop shall occur within 3 weeks following NTP with the primary objective of resolving

technical issues and/or comments relating to the Technical Proposal.

The Design-Build Firm shall be responsible for the following:

• The Design-Build Firm shall dispose of all cleared and grubbed material off-site. Burning

of material and/or debris is prohibited within the project limits.

Page 52: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 41 of 145

• The Design-Build Firm shall identify all proposed stock piling locations prior to use. All

locations shall be approved by the Department prior to use. No stock piles shall be placed

in wetlands.

• All existing pavement (concrete or asphalt, base, and subgrade) not incorporated into the

final roadway typical section shall be completely removed. The finished grade within these

areas shall be harmonized with the existing grade such that positive drainage is achieved.

Turf shall be placed in all disturbed areas.

• The Design-Build Firm shall perform both a pre-construction and post-construction scan

(both multi-beam and side-scan) of the Tampa Bay waterway. The limits of the scan shall

extend 50-ft. north of proposed Bridge No. 150303 and 50-ft. south of existing Bridge No.

150107 to be removed. The scan shall include the full width of the waterway within these

limits. The CEI shall approve the preconstruction scan before any construction activities

take place within Tampa Bay.

• The Design-Build Firm shall develop a hydroacoustic noise management and monitoring

plan to verify means and methods and a minimum separation distance needed between each

pile driving operation and a total quiet zone distance to avoid adverse behavioral effects on

fish and marine mammals. After Department review, the plan shall be submitted to NMFS

for written approval prior to any pile driving operations (if necessary).

Emergency Access Gates

The Design-Build Firm shall provide Emergency Access Gates (EAGs) in the median barrier at the

locations shown in the Roadway Concept Plans (8 total). Each EAG shall provide a continuous crashworthy

longitudinal barrier between the express lanes and the adjacent express lanes or general use lanes. The

EAGs shall conform to the following requirements:

• The EAGs shall be interconnected to the ITS network and operational from the District Seven

SunGuide Center. The following additional modes of operation shall be provided for each EAG:

o Numerical keypad

o Remote control

o Manual operation in the event of an emergency

• The EAGs shall be designed such that each EAG can be operated independently.

• The model of the EAG, keypad, and remote control system shall be as identified in Attachment

A023.

• A total of 8 remotes shall be provided for the EAG system. Four of the remotes shall be capable of

operating each of the four EAGs along the barrier between the northbound and southbound express

lanes. The remaining four remotes shall be capable of operating each of the four EAGs along the

barrier between the southbound express lanes and the southbound general use lanes.

Airport Coordination

The Department is in the process of obtaining Federal Aviation Authority (FAA) 7460 approvals (see

Attachment A016) for representative permanent construction critical points on the Project related to the

Tampa International Airport (TIA) and Hillsborough County Aviation Authority (HCAA). In addition to

Page 53: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 42 of 145

complying with the requirements set forth in Attachment A017, it shall be the Design-Build Firm's

responsibility to provide the following:

• Extend the durations of the existing FAA 7460 approvals or obtain new FAA 7460 approvals, as

necessary, to accommodate the Design-Build Firm’s schedule.

• Confirm that all design and construction complies with the FAA 7460 approvals.

• Obtain new FAA 7460 approvals, as necessary, for the actual design and construction.

• Obtain all FAA 7460 approvals for temporary impacts.

Coordinate with the FAA and HCAA, and comply with all requirements associated with the approvals

necessary to construct the Project. All efforts with FAA and HCAA shall be coordinated with the District

Aviation & Seaport Administrator, but the Design-Build Firm is responsible for all submittals to TIA and

FAA.

B. Vibration and Settlement Monitoring:

The Design-Build Firm shall be responsible for the identification of and coordination with vibration

sensitive sites impacted by the Work for the duration of the construction period.

The Design-Build Firm is responsible for evaluating the need for, design of, and the provision of any

necessary precautionary features to protect existing structures from damage, including, at a minimum,

selecting construction methods and procedures that will prevent damage. The Design-Build Firm shall

submit for Department acceptance a Settlement and Vibration Monitoring Plan (SVMP) as part of the 90%

plans submittal and update the SVMP throughout the Construction Period. The Design-Build Firm is

responsible for establishing maximum settlement and vibration thresholds equivalent to or lower than the

Department Specification requirements for all construction activities, including vibratory compaction

operations and excavations.

Submittals for Settlement and Vibration Monitoring Plan (SVMP) shall include the following as a

minimum:

• Identify any existing structures that will be monitored for vibrations during the

construction period.

• Establish the maximum vibration levels for the existing structures that must not be

exceeded.

• Identify any existing structures that will be monitored for settlement during the

construction period.

• Establish the maximum settlement levels for the existing structures that must not

be exceeded.

• Identify any existing structures that require pre-construction and post-construction

surveys.

The Department will perform the review of Vibration and Settlement submittals in accordance with

Department Specifications.

Page 54: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 43 of 145

C. Geotechnical Services:

Driven Pile Foundations for Bridges and Major Structures

The Design-Build Firm shall determine whether the resistance factors used for pile design will be based on

static/statnamic load testing. Prepare a Technical Special Provision (TSP) for tests other than the Modified

Quick Test, such as Bidirectional (Osterberg Cell) Load Test or Statnamic Load Test. For Bidirectional

Load Tests use the same loading and unloading intervals, as well as the same loading times specified for

the Modified Quick Test. Comply with the instrumentation requirements of 455-2.4. Before the resistance

factors for static/statnamic load testing may be used for pile foundations in any of the following areas of

the Project, a minimum number of successful load tests must be performed in representative locations of

that area:

• Between the area from borings TB 1E and TB 15E (minimum one test)

• Between the area from borings TB 21E and TB 56W (minimum one test)

• Between the area from borings TB 52W and TB 20W (minimum one test)

• Between the area from borings TB 16W and TB 1W (minimum one test)

The Design-Build Firm shall be responsible for the following:

1. Selection of pile type and size.

2. Selection of test pile lengths, locations and quantity of test piles.

3. Selection of pile testing methods.

4. Determining the frequency of such testing unless otherwise stated herein.

5. Performance of the selected test pile program, including dynamic load test

personnel and equipment. The Department may observe the installation of test

piles and all pile testing.

6. Preparing and submitting a Pile Installation Plan for the Department’s acceptance.

7. Selection of production pile lengths.

8. Development of the driving criteria.

9. Driving piles to the required capacity and minimum penetration depth. A minimum

of one Dynamic Load Test shall be performed at each column footing location as

either a test pile or to verify the capacity of the deepest pile driven in the pier.

10. Inspecting and Recording the pile driving information.

11. Submitting Foundation Certification Packages.

12. Providing safe access and cooperating with the Department in verification of the

piles, both during construction and after submittal of the certification package.

Drilled Shaft Foundations for Bridges and Miscellaneous Structures

The Design-Build Firm shall determine whether the resistance factors used for drilled shaft design will be

based on static/statnamic load testing. Prepare a Technical Special Provision (TSP) for tests other than the

Modified Quick Test, such as Bidirectional (Osterberg Cell) Load Test or Statnamic Load Test. For

Bidirectional Load Tests use the same loading and unloading intervals, as well as the same loading times

specified for the Modified Quick Test. Comply with the instrumentation requirements of 455-2.4. Before

the resistance factors for static/statnamic load testing may be used for drilled shafts in any of the following

Page 55: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 44 of 145

areas of the Project, a minimum number of successful load tests must be performed in representative

locations of that area:

• Between the area from borings TB 1E and TB 15E (minimum one test)

• Between the area from borings TB 21E and TB 56W (minimum one test)

• Between the area from borings TB 52W and TB 20W (minimum one test)

• Between the area from borings TB 16W and TB 1W (minimum one test)

The Design-Build Firm shall be responsible for the following:

1. Evaluating geotechnical conditions to determine the drilled shaft diameter and length and

construction methods to be used.

2. Performing the subsurface investigation and drilling pilot holes prior to establishing the

drilled shaft tip elevations and socket requirements. For redundant drilled shaft bridge

foundations, perform at least one test boring in accordance with the Soils and Foundations

Handbook at each bent/pier.

3. Determining the locations of the load test shafts and the types of tests that will be

performed.

4. Performing pilot borings for test holes (also known as test shafts or method shafts) and

load test shafts and providing the results to the Department at least one (1) working day

before beginning construction of these shafts.

5. Preparing and submitting a Drilled Shaft Installation Plan for the Department’s acceptance.

6. Constructing the method shaft (test hole) and load test shafts successfully and conducting

thermal integrity tests on these shafts.

7. Providing all personnel and equipment to perform a load test program on the load test

shafts.

8. Determining the production shaft lengths.

9. Documenting and providing a report that includes all load test shaft data, analysis, and

recommendations to the Department.

10. Constructing all drilled shafts to the required tip elevation and socket requirement in

accordance with the specifications.

11. Inspecting and documenting the construction of all drilled shafts in accordance with the

specifications.

12. Performing Cross-Hole Sonic Logging (CSL) or Thermal Integrity tests on all

nonredundant drilled shafts supporting bridges. For redundant drilled shaft bridge

foundations and drilled shafts for miscellaneous structures, perform CSL or Thermal

Integrity testing on any shaft suspected of containing defects.

13. Repairing all detected defects and conducting post repair integrity testing using 3D

tomographic imaging and gamma-gamma density logging.

14. Submitting Foundation Certification Packages in accordance with the specifications.

15. Providing safe access, and cooperating with the Department in verification of the drilled

shafts, both during construction and after submittal of the certification package.

16. Complying with the tolling gantry foundation requirements provided in the GTR.

Spread Footing Foundations

The Design-Build Firm shall be responsible for the following:

Page 56: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 45 of 145

1. Evaluating geotechnical conditions and designing the spread footing.

2. Constructing the spread footing to the required footing elevation, at the required soil or

rock material, and at the required compaction levels, in accordance with the specifications.

3. Inspecting and documenting the spread footing construction.

4. Submitting Foundation Certification Packages in accordance with the specifications.

5. Providing safe access, and cooperating with the Department in verification of the spread

footing, both during construction and after submittal of the certification package.

6. Complying with the tolling gantry foundation requirements provided in the GTR.

Specialty Geotechnical Services Requirements

Specialty geotechnical work is any alternative geotechnical work not covered by Department Specifications

and requires the development of a Technical Special Provision (TSP). Any TSP for geotechnical work shall

include the following:

• Criteria of measurable parameters to be met in order to accept the specialty geotechnical work.

• A field testing and instrumentation program to verify design assumptions and performance.

• A quality control program to be performed by the Design-Build Firm that includes sampling and

testing to ensure the material quality, products, and installation procedures meet, requirements.

• A verification testing program to be performed by the Geotechnical Foundation Design Engineer

of Record (GFDEOR) that includes inspection, sampling, and testing to verify the material,

products, and procedures meet requirements. The TSP shall include language providing separate

lab samples to be used for the Department’s independent verification.

• A certification process.

After construction of the specialty geotechnical work, the Design-Build Firm shall submit a certification

package for Department’s review within 30 calendar days of completion of the work. The certification

package shall include the results of all the field testing, instrumentation and lab testing performed and a

signed and sealed letter by the GFDEOR certifying that the specialty geotechnical work meets the

requirements. The Department may issue comments and require additional verification testing.

D. Utility Coordination:

The Design-Build Firm shall be responsible for coordinating with all Utility Agency/Owners (UA/Os) that

have utilities within the Project Right-of-Way and shall comply with the Contract Documents including

Rule 14-46.001 (Utility Accommodation Manual) in performing the Utility Adjustment Work.

The Design-Build Firm shall perform all utility coordination duties and responsibilities required in this

RFP.

The Design-Build Firm shall utilize a single dedicated person responsible for managing all utility

coordination. This person shall be contractually referred to as the Utility Coordination Manager (UCM)

and shall be identified in the Design-Build Firm’s proposal. The Design-Build Firm shall notify the

Department in writing of any change in the identity of the UCM. The UCM shall have the following

knowledge, skills, and abilities:

1. A minimum of 4 years of experience performing utility coordination in accordance

with Department standards, policies, and procedures.

2. Knowledge of the Department plans production process and utility coordination

practices.

Page 57: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 46 of 145

3. Knowledge of Department agreements, standards, policies, and procedures.

The Design-Build Firm’s UCM shall be responsible for managing all utility coordination, including, but

not limited to, the following:

1. Ensuring that all utility coordination and activities are conducted in accordance

with the requirements of the Contract Documents.

2. Identifying all existing utilities and coordinating any new installations.

3. Coordinating the Design-Build Firm’s Subsurface Utility Engineering (SUE)

efforts.

4. Reviewing proposed utility permit application packages and recommending

approval/disapproval of each permit application based on the compatibility of the

permit as related to the Design-Build Firm’s plans.

5. Scheduling and conducting utility meetings, preparing and distributing minutes of

all utility meetings, and ensuring expedient follow-up on all unresolved issues.

6. Distributing all plans, conflict matrices and changes to affected Utility

Agency/Owners and making sure this information is properly coordinated.

7. Identifying, preparing, reviewing and facilitating any agreement required for any

utility work needed through final approval and execution. The UCM shall also be

responsible for monitoring and reporting the performance of all involved parties

under said agreement.

8. Preparing, reviewing, approving, signing, and coordinating the implementation of

and submitting to the Department for review, all Utility Agreements.

9. Resolving utility conflicts.

10. Obtaining and maintaining all appropriate “Sunshine State One Call of Florida”

tickets.

11. Performing Constructability Reviews of plans prior to construction activities with

regard to the installation, removal, temporary removal, de-energizing,

deactivation, relocation, or adjustment of utilities.

12. Providing periodic Project updates to the Department Project Manager and District

Utility Office as requested.

13. Coordination with the Department on any issues that arise concerning

reimbursement of utility work costs between the Department and the utility.

14. Complying with the electrical and communications requirements for toll facilities

provided in the GTR.

The following Utility Agency/Owners (UA/Os) have been identified by the Department as having facilities

within the Project corridor for which the Department contemplates an adjustment, protection, or relocation

is possible. Also provided below is a determination made by the Department as to the eligibility of

reimbursement for each UA/O identified herein along with an identification of whether the UA/O or the

Design-Build Firm will be responsible for performing the utility work.

Table A – Summary of Department Contemplated Adjustment, Protection, or Relocation

UA/O Utility Relocation Type Cost Estimate Lump Sum Bid

Duke Energy Distribution None N/A N/A

Tampa Electric Distribution None N/A N/A

Frontier Communications None N/A N/A

Page 58: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 47 of 145

Table B - Summary of UA/Os having facilities within the Proposed Project Limits

UA/O Contact Information Design-Build Firm

Responsibility

Duke Energy Distribution

(Pinellas County)

Arthur Gilmore

(727) 893-9255

[email protected]

Coordination and

Schedule

Tampa Electric Company

Distribution

(Hillsborough County)

Dan Breznay

(813) 275-3037

[email protected]

Coordination and

Schedule

Frontier Communications

(Hillsborough County)

Randall James

(813) 892-9692 / (813) 947-5402 cell

[email protected]

Coordination and

Schedule

Advanced Utility Coordination:

The Department has conducted limited advanced utility coordination with the UA/Os. Information

pertaining to this coordination is included in the Attachments and Reference Documents.

Location of Existing Utilities:

The Design-Build Firm shall be responsible for determining the locations of UA/O facilities within the

Project by Subsurface Utility Engineering during the design phase. Although the Preliminary Design Plans

may depict utility locations, actual locations are uncertain. The Design-Build Firm shall coordinate with

each UA/O prior to any and all work impacting utilities. During the construction phase additional Level A

locates will be required and shall be performed by the Design-Build Firm to resolve conflicts.

The Design-Build Firm shall be responsible for utility locates (Sunshine 811 and others) of new and

relocated utilities for the entire duration of the Project.

Emergency Action Plan:

Within 30 days of contract execution, the Design-Build Firm shall coordinate with the Department and the

UA/Os to develop and submit for Department concurrence an action plan that addresses the steps and

processes to follow in the advent of unforeseen events such as: encountering of unknown utilities; disruption

of utility service; or the UA/O does not perform.

Permits:

The Design-Build Firm shall coordinate utility permit submittals with the UA/Os. For FDOT Utility permit

submittals, the Design-Build Firm’s UCM will ensure that each UA/O provides timely submittals for

relocation permits into the online One-Stop Permitting (OSP) system. The Design-Build Firm’s UCM shall

submit a written assessment of the UA/O’s permit request into the OSP system confirming that each UA/O

permit submittal meets the requirements of the proposed design, or that modifications to the permit

submittal are required. Permit approval will not be provided until this confirmation is input into OSP.

The Design-Build Firm’s UCM shall also provide written assessment to any non-FDOT facility owner

regarding utility permit submittals.

Page 59: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 48 of 145

The Design-Build Firm shall make every attempt to avoid existing utilities and minimize impacts. During

the design phase, Level A locates shall be completed by the Design-Build Firm for all proposed new and

adjusted utilities at potential conflicts points in accordance with FDM Chapter 221. Ninety percent and

Final plans shall be provided to the Department showing existing, adjusted, and proposed utility locations

(based on Level A locates) and their relationship to the proposed construction.

The Design-Build Firm shall not have any construction phasing or sequencing that relies on outages of

existing electric lines, unless the Design-Build Firm secures approval from the electric line owner (Duke

Energy or Tampa Electric Company). The Design-Build Firm shall be aware that approval for outage is

highly unlikely. Construction means and methods that do not require outages shall be anticipated.

Duke Energy Distribution:

Duke Energy Distribution has overhead lines from the south along the east side of 4th Street North,

terminating on the east side of the northbound ramp onto the Howard Frankland Bridge causeway. The

Concept Plans (Reference Document R002) indicated there should not be any conflict with the overhead

lines. This terminus also serves as the existing electric service point for the Pinellas County side of the

Project that provides service points strictly for the Department. There shall be no additional electric service

points for this Project, therefore, Duke Energy Distribution should have no proposed utility work for this

Project. The Design-Build Firm shall be responsible for identifying and paying any costs associated with

providing additional electrical equipment and/or power requirements from the service point.

Tampa Electric Company Distribution:

Tampa Electric Company Distribution does not have facilities within the limits of the Project, however, the

Hillsborough County side of the Project is served by Tampa Electric Company Distribution. The existing

electric service point is located east of the Project on the south side of the exit ramp from the Howard

Frankland Bridge to Kennedy Boulevard. Tampa Electric Company Distribution is supplying a service

point strictly for the Department. There shall be no additional electric service points for this Project,

therefore, Tampa Electric Company Distribution should have no proposed utility work for this Project. The

Design-Build Firm shall be responsible for identifying and paying any costs associated with providing

additional electrical equipment and/or power requirements from the service point.

Frontier Communications:

Frontier Communications has approximately 8,610 feet of 25-pair copper that has been placed out of service

along the south side of the Project from the east end of the Howard Frankland Bridge span, along the south

side of the causeway portion of the Howard Frankland Bridge to the end of the Project. Frontier

Communication’s records do not indicate any conduit. Frontier Communications has no plans to remove

the line or propose any new utility work for this Project.

E. Roadway Plans:

General:

The Design-Build Firm shall prepare the Roadway Plans Package. This work effort includes the roadway

design and drainage analysis needed to prepare a complete set of Roadway Plans, Temporary Traffic

Control Plans, Environmental Permits and other necessary documents.

Page 60: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 49 of 145

Design Analysis:

The Design-Build Firm shall develop and submit their own signed and sealed Typical Section Package and

Pavement Design Package for review and concurrence by the Department and FHWA. The Design-Build

Firm’s Typical Section Package shall conform to either the approved Typical Section Package in

Attachment A004.A or an alternate typical section package approved through the ATC process. The

Design-Build Firm’s Pavement Design Package shall conform to the approved Pavement Design Package

provided in Attachment A005.A.

Any deviation from the Department’s design criteria will require a Design Variation and any deviation from

AASHTO will require a Design Exception. All such Design Variations and Design Exceptions must be

approved.

The Design-Build Firm is required to submit and obtain approval of any additional Design Exceptions or

Design Variations including modifications to the previously approved Design Exceptions or Design

Variations for the Project.

Portions of the approach roadways impacted by construction or traffic control operations shall be restored

to a condition equal to or better than the existing condition and the means of restoration shall be submitted

for the Department’s approval.

All design for the Project shall be completed using 3D design as specified in the FDOT CADD Manual.

Roadway design, pavement design, and design analysis requirements for toll facilities are provided in the

GTR.

The submittal packages shall include the following:

1. Roadway Design:

See FDM Chapter 301 for Roadway Design sheets, elements and completion level

required for each submittal.

2. Typical Section Package:

• Transmittal letter

• Location Map

• Roadway Typical Section(s)

1. Pavement Description (Includes milling depth)

2. Minimum lane, shoulder, median widths

3. Slopes requirements

4. Barriers

5. Right-of-Way

• Data Sheet

• Design Speed

3. Pavement Design Package:

• Pavement Design (for permanent pavement and any temporary pavement)

1. Minimum design period

2. Minimum ESAL’s

Page 61: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 50 of 145

3. Minimum design reliability factors

4. Resilient modulus for existing and proposed widening (show

assumptions)

5. Roadbed resilient modulus

6. Minimum structural asphalt thickness

7. Cross slope

8. Identify the need for modified binder

9. Pavement coring and evaluation

10. Identify if Crack Relief Layer is required

11. Minimum milling depth

12. Toll gantry pavement design requirements provided in the GTR.

The following documents are an Attachment to this RFP and shall be used by the Design-Build Firm in the

development of the pavement design:

• Approved Pavement Design

• GTR (Section 13)

Use of the Mechanistic-Empirical Pavement Design Guide (MEPDG) for pavement design shall not be

allowed.

4. Drainage Analysis:

The Design-Build Firm shall be responsible for designing the drainage and stormwater management

systems. All design work shall be in compliance with the Department’s Drainage Manual; Florida

Administrative Code, chapter 14-86; Federal Aid Policy Guide 23 CFR 650A; and the requirements of the

regulatory agencies. This work will include the engineering analysis necessary to design any or all of the

following: cross drains, French drains, underdrains, edgedrains, roadway ditches, outfall ditches, storm

sewers, retention/detention facilities, interchange drainage and water management, other drainage systems

and elements of systems as required for a complete analysis. Full coordination with all permitting agencies,

the district Environmental Management section and Drainage Design section will be required from the

outset. Full documentation of all meetings and decisions are to be submitted to the District Drainage Design

section. These activities and submittals shall be coordinated through the Department’s Project Manager.

The exact number of drainage basins, outfalls and water management facilities (retention/detention areas,

weirs, etc.) will be the Design-Build Firm’s responsibility.

If any existing cross drain within the project limits needs to be extended, the entire cross drain shall be

replaced in lieu of extension. No existing pipes within the project limits shall remain in service. All existing

pipes that will be placed out of service shall be removed.

The Design-Build Firm will consider optional culvert materials in accordance with the Department’s

Drainage Manual Criteria.

All precast storm sewer manholes and inlets shall have resilient connectors. The Design-Build Firm shall

include the type of resilient connectors for each structure in the drainage structure shop drawing submittals.

Refer to Chapter 3.12.3 of the FDM for conditions where resilient connectors will not be required.

All drainage grates and manhole covers shall be hot-dip galvanized.

Page 62: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 51 of 145

Prior to proceeding with the Drainage Design, the Design-Build Firm shall meet with the District Drainage

Engineer and District Environmental Permit Coordinator. The purpose of this meeting is to provide

information to the Design-Build Firm that will better coordinate the Preliminary and Final Drainage Design

efforts. This meeting is Mandatory and is to occur fifteen (15) calendar days (excluding weekends and

Department observed holidays) prior to any submittals containing drainage components.

The Design-Build Firm shall provide the Department’s District Drainage Engineer a signed and sealed

Drainage Design Report. It shall be an As-Built Plan of all drainage computations, both hydrologic and

hydraulic. The engineer shall include all necessary support data. The Drainage Design Report shall

accompany all phase submittals.

All drainage calculations shall require the District Drainage Engineer’s approval. All pertinent design

documentation or existing permit information required for the Project and prepared by others shall be

verified by the Design-Build Firm before being incorporated into the corresponding sections of the Project

design documentation. The Design-Build Firm shall assume responsibility for all aspects of the Project

drainage design.

The Design-Build Firm shall have a Registered Professional Engineer in Florida who specializes in coastal

engineering on staff. The Design-Build Firm shall provide a Bridge Hydraulics Report and Bridge

Hydraulics Recommendation Sheet and submit to the Department for approval. The Bridge Hydraulics

Report and Bridge Hydraulics Recommendation Sheet shall be completed and signed and sealed by the

qualified coastal engineer. The coastal engineer shall have a M.S. or Ph.D. in coastal engineering or a

related engineering field and/or have extensive experience (as demonstrated by technical publications in

technical journals with peer review) in coastal hydrodynamics and sediment transport processes.

The coastal engineer shall demonstrate the existing and proposed circulation patterns in the waterway at

the location of the proposed structure via Computational Fluid Dynamics (CFD) modeling. The calculations

(modeling) shall capture the maximum, minimum, and mean flow volumes and amplitudes at ebb and flood

tide at the proposed structure in the existing and proposed conditions. The calculations shall provide

detailed descriptions of all areas of erosion and deposition, including existing depressions that can result in

debris traps and zones of stratified water. There shall be no significant difference between existing and

proposed circulation patterns, which shall be demonstrated by modeling.

The Design-Build Firm shall complete a Hydroplaning Risk Analysis and it must be submitted concurrently

with the Pavement Design Package to the Department for approval.

Drainage and grading requirements for toll facilities are provided in the GTR.

The Design-Build Firm shall close out all open permits and ensure that the Project is transferred to the

operations phase.

Offsite compensatory treatment is being proposed for the design depicted in the Concept Plans. The Design-

Build Firm is responsible for providing treatment for the total remaining impervious pavement for the

Project if the offsite compensatory treatment is not available for any reason.

F. Geometric Design:

The Design-Build Firm shall prepare the geometric design for the Project using the Standard Plans and

criteria that are most appropriate with proper consideration given to the design traffic volumes, adjacent

land use, design consistency, aesthetics, ADA requirements, and this document.

Page 63: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 52 of 145

The design elements shall include, but not be limited to, the horizontal and vertical alignments, lane widths,

shoulder widths, median widths, cross slopes, borders, sight distance, side slopes, front slopes and ditches.

The geometric design developed by the Design-Build Firm shall be an appropriate engineering solution that

is not merely an adherence to the minimum AASHTO and/or Department standards.

The Design-Build Firm shall use design criteria as specified in the FDOT Design Manual (FDM) for this

Project unless otherwise noted.

Modifications to the horizontal geometry depicted in the Roadway Concept Plans (Reference Document

R002.A) exceeding 2-ft. at any location shall require Department approval through the ATC process.

Modifications to the vertical geometry depicted in the Roadway Concept Plans (Reference Document

R002.A) that lower the roadway or shared use path profile or that raise the roadway or shared use path

profile by 2-ft. or more at any location shall require Department approval through the ATC process.

Water ponding shall not be allowed on shoulders in superelevated sections.

The Design-Build Firm shall be responsible for the following items:

I-275

a. The design speed shall be 70 mph.

b. The design vehicle shall be WB-62FL.

c. I-275 shall be designed to Interstate standards.

d. The maximum longitudinal grade shall not exceed 2% on the Howard

Frankland Bridge.

e. The weave distances between express lanes ingress and egress points and the

nearest general use ramps served shall not be reduced relative to the distances

depicted in the Concept Plans.

f. Express Lane Markers (ELMs) shall be spaced at 5 feet longitudinally in

accordance with the FDOT Traffic Engineering Manual. ELMs shall be

orange in color and shall meet the requirements of the ELM Developmental

Specification (Dev993) provided in Attachment A003.02.F. The ELMs shall

have a height of 36 inches above the pavement surface except at locations

identified in the approved Horizontal Stopping Sight Distance (HSSD) Design

Variation where the ELM height shall be 24 inches above the pavement

surface.

g. Provide Opaque Visual Barrier (Index 521-010) on all I-275 rigid barriers

separating opposing directions of traffic from Sta. 1719+16 (BL SB SR93) to

Sta. 1917+34 (BL SB SR93). Modifications to the opaque visual barrier limits

associated with geometric modifications to the Concept Plans shall be

submitted for approval through the ATC process.

Page 64: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 53 of 145

h. The following requirements shall be included in the roadway design so as not

to preclude future bus on shoulder operation on the inside shoulder of the I-275

express lanes in each direction:

i. Full depth shoulder pavement matching the pavement design for the

adjacent roadway shall be provided for all outside express lanes

shoulders within the limits depicted in the Concept Plans.

ii. Inside shoulder cross slopes for the express lanes shall be no greater

than 4%.

iii. All proposed drainage inlets within the inside shoulders of the express

lanes shall be Type 1 or Type 2 Median Barrier Inlets (Index 425-030).

Ramps

a. The design speed shall be 50 mph.

Access Road

a. The design speed shall be 25 mph.

Shared Use Path

a. Unless specified elsewhere in this RFP, the minimum clear width for the

shared use path shall be 12-ft.

b. The maximum longitudinal grade for the shared use path shall be 5%.

c. The maximum change in longitudinal grade without a vertical curve for the

shared use path shall be 1% with a minimum distance between PI’s of 100-ft.

Miscellaneous

a. Where roadside slopes are used, the slopes shall conform to FDM Table

215.2.3 subject to the following additional requirements:

i. At locations where roadside barriers are provided, the magnitude of

proposed slopes shall not exceed the value specified in FDM Table

215.2.3 or 1:4, whichever is steeper. Slopes may be steepened to 1:3

where necessary to minimize mangrove impacts.

ii. Roadside barriers may only be used in locations where permitted by

FDM Table 215.2.3, where required by applicable design criteria, or

where clear zone cannot be provided due to right of way or other

constraints.

iii. Where clear zone is not provided and roadside barrier is present, the

flatter slope specified in FDM Table 215.2.3 for areas inside the clear

zone may be omitted.

Page 65: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 54 of 145

iv. The Roadway Geotechnical Report shall include a soil stability

analysis for all proposed slopes that are steeper than 1:4 (vertical to

horizontal) and include recommendations for erosion control

measures to be applied on the slopes. The slopes shall be designed

and constructed in accordance with the recommendations of the

Geotechnical Report.

b. The access roads at each end of Bridge No. 150210 shall be reconstructed to

provide 10-ft of vertical clearance beneath the existing bridge to remain. The

finished grade shall be harmonized such that positive drainage is achieved. The

access road shall be fully reconstructed on the Hillsborough County side and

outside the areas of reconstruction on the Pinellas County side, the access road

shall be milled and resurfaced within the limits depicted in the Roadway

Concept Plans.

c. All FDOT fencing along limited access right of way lines shall remain in place

unless otherwise specified. The fencing may be temporarily removed where

necessary for construction and shall be replaced nightly. FDOT fencing

damaged during construction shall be replaced with new 6-ft. high Type B

fencing. New 6-ft. high Type B fencing shall be installed at the locations

depicted in the Roadway Concept Plans and Typical Section Package. Type

B fencing shall be constructed in accordance with the FDOT Standard Plans.

d. All areas shaded from direct sunlight under proposed bridges and existing

bridges (from 2 feet outside of drip line to drip line) not otherwise paved shall

be paved with 4 inches of concrete, except in areas of wetlands.

G. Design Documentation, Calculations, and Computations:

The Design-Build Firm shall submit to the Department design documentation, notes, calculations, and

computations to document the design conclusions reached during the development of the construction

plans.

The design notes and computation sheets shall be fully titled, numbered, dated, indexed, and signed by the

designer and the checker. Computer output forms and other oversized sheets shall be folded to a standard

size 8½" x 11". The data shall be in a hard-back folder for submittal to the Department. At the Project

completion, a final set of design notes and computations, signed by the Design-Build Firm, shall be

submitted with the As-Built Plans and tracings.

The design documentation, notes, calculations and computations shall include, but not be limited to the

following data:

1. Standard Plans and criteria used for the Project

2. Geometric design calculations for horizontal alignments

3. Vertical geometry calculations

4. Documentation of decisions reached resulting from meetings, telephone

conversations or site visits

5. Lighting Design Analysis Report (LDAR)

6. Electrical calculations for the lighting system

Page 66: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 55 of 145

H. Structure Plans:

1. Bridge Design Analysis:

a. The Design-Build Firm shall submit to the Department final signed and

sealed design documentation prepared during the development of the

plans.

b. The Design-Build Firm shall insure that the final geotechnical and

hydraulic recommendations and reports required for bridge design are

submitted with the 90% bridge plans.

c. The Design-Build Firm shall "Load Rate" all bridges in accordance with

the Department Procedure 850-010-035 and the Structures Manual. The

Bridge Load Rating Calculations, the Completed Bridge Load Rating

Summary Detail Sheet, and the Load Rating Summary Form shall be

submitted to the Department for review with the 90% superstructure

submittal. The final Bridge Load Rating Summary Sheet and Load Rating

Summary Form shall be submitted to the Department for review with the

Final superstructure submittal. A final, signed and sealed Bridge Load

Rating, updated for as-built conditions, shall be submitted to the

Department for each phase of the bridge construction prior to placing

traffic on the completed phase of the bridge. A final, signed and sealed

Bridge Load Rating, updated for the as-built conditions as part of the As-

Built Plans submittal shall be submitted to the Department before any

traffic is placed on the bridge. The Bridge Load Rating shall be signed

and sealed by a Professional Engineer licensed in the State of Florida.

d. The Design-Build Firm shall evaluate scour on all bridges over water using

the procedures described in the FDOT Bridge Scour Manual (2005), HEC

18, the various editions of HEC-25, “Tidal Hydrology, Hydraulics, and

Scour at Bridges” (FHWA 2004), “Highways in the Coastal Environment”

(Volume 1 – FHWA 2008) (see HEC-18, Sections 9.7 and 9.8),

“Highways in the Coastal Environment: Assessing Extreme Events”

(Volume 2 – FHWA 2014), and the U.S. Army Coastal Engineering

Research Center, 2002, Coastal Engineering Manual, EM 1110-2-1100.

The Design Build Firm shall produce CFD models, based on the design,

showing hurricane storm surge velocity and direction for both upsurge and

down surge events. e. The Engineer of Record for bridges shall analyze the effects of the

construction related loads on the permanent structure. These effects

include but are not limited to: construction equipment loads, change in

segment length, change in construction sequence, etc. The Engineer of

Record shall review all specialty engineer submittals (camber curves,

falsework systems, etc.) to ensure compliance with the contract plan

requirements and intent.

2. Criteria

The Design-Build Firm shall incorporate the following into the design of this facility:

Page 67: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 56 of 145

a. All plans and designs are to be prepared in accordance with the Governing

Regulations of Section V.A.

b. Critical Temporary Retaining Walls: Whenever the construction of a

component requires excavation that may endanger the public or an existing

structure that is in use, the Design-Build Firm must protect the existing

facility and the public. If a critical temporary retaining wall is, therefore,

required during the construction stage only, it may be removed and reused

after completion of the work. Such systems as steel sheet pilings, soldier

beams and lagging or other similar systems are commonly used. In such

cases, the Design-Build Firm is responsible for designing and detailing the

wall in the set of contract plans. These plans must be signed and sealed

by the Structural Engineer in responsible charge of the wall design.

c. The LRFD Operational Importance Factor shall be 1.0 for all bridges.

d. The live load deflection limit for spans carrying vehicular and pedestrian

traffic shall be L/1000, where L is the span length.

e. The minimum environmental classifications for all bridges are as follows:

Superstructure Substructure

Concrete Steel

Extremely

Aggressive*

Extremely

Aggressive*

Extremely

Aggressive*

*Due to Chloride Content > 6,000 ppm.

f. The maximum begin bridge station shall be Sta. 1745+64.75 and the

minimum end bridge station shall be Sta. 1904+08.75 for Bridge No.

150303.

g. The minimum bridge low member elevation within the limits of the

navigation channel shall be EL. 49.03-ft NAVD.

h. The minimum vertical clearance over the access roads at each end of

Bridge Nos. 150210 and 150303 shall be as follows:

i. Bridge Nos. 150210 and 150303: 10’-0”

ii. Standalone pedestrian bridges: 15’-0”

i. The bridge deck surface for the roadway portion of Bridge No. 150303

(travel lanes and shoulders for the general use lanes, southbound express

lanes, and northbound express lanes) shall be located on a single plane

when viewed in section along the entire length of the bridge.

j. The existing fender system for Bridge Nos. 150107 and 150210 shall be

completely removed and the piles fully extracted. Provide a new fender

system within the navigation channel span of Bridge Nos. 150210 and

150303. The fender system design shall conform to the General Notes

Page 68: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 57 of 145

provided in Structures Detailing Manual (SDM) 24.2 and the following

supplemental criteria:

i. The minimum horizontal clearance between fenders for Bridge Nos.

150210 and 150303 shall be 75’-0”.

ii. Piles shall consist of reinforced thermoplastic structural shapes or

concrete piles with fiber reinforced polymer (FRP) prestressing

strands and reinforcement.

iii. Pile splices are permitted only where low headroom conditions exist

that would prevent installation of full length piles. All pile splices

shall be located below the mean low water elevation in the final

condition.

iv. The required Energy Absorption Capacity (EAC) shall be

1387 kip-ft.

v. The fender system shall not be attached directly to a bridge pier or

footing. The minimum offset between the back of the fender system

and the near face of the adjacent pier or footing shall be 10-ft.

vi. The fender system deflection shall be limited to prevent the fender

system from striking the adjacent bridge pier or footing during

design impact.

vii. Provide full length catwalks with a minimum width of 2’-4” and

FRP open grating for the walking surface.

viii. Replace the existing access ladders and platforms providing access

from the superstructure of Bridge No. 150210 to the existing fender

system.

ix. Provide and maintain temporary navigation lights during

construction until the permanent navigation lights are operational.

k. The centerline of navigation channel for Bridge No. 150303 shall coincide

with the existing centerline of navigation channel for Bridge No. 150210

as defined in the Structures Concept Plans (Reference Document R002.B).

l. The vertical clearance of the superstructure shall be a minimum of 1-ft.

above the 100-year design wave crest elevation including the storm surge

elevation and wind setup. For design purposes, the low member elevation

to satisfy this requirement shall be taken as no less than 18.5-ft. NAVD.

m. Apply a Silicone Acrylic Concrete Sealer to all proposed bridges in

accordance with the Technical Special Provision provided in Attachment

A003.03.A. Surfaces to be coated are as follows:

i. Exterior vertical surfaces of outside traffic barriers.

ii. External edge of deck slab (coping).

iii. Underside of deck overhang at exterior beams (standalone

pedestrian bridges only)

iv. External face of exterior beams (standalone pedestrian bridges

only)

v. All exposed surfaces of piers (standalone pedestrian bridges only).

Page 69: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 58 of 145

n. All permanent retaining walls, with the exception of sea walls, shall have

a concrete facing on the exposed face. The concrete facing shall extend to

no less than 1’-0” below the finished ground line.

o. MSE wall panel finish shall be fractured fin (see Standard Plans Index

534-200) on the Pinellas County side and Coral Shell Pattern Texture

panels on the Hillsborough County side (see Attachment A014 for details).

All MSE wall panels shall have a nominal size of 5-ft. x 5-ft.

p. Provide full-height cheek walls at the following locations:

i. Exposed ends of all end bents.

ii. Exposed ends of piers where the difference in the exterior beam

depth in adjacent spans is greater than 9”.

iii. Exposed ends of piers where the ends of exterior beams in adjacent

spans are offset in plan.

iv. Exposed ends of piers where beams in adjacent spans are of

dissimilar materials.

q. Changes in beam depth between adjacent spans shall be limited to 9”.

r. All proposed structural steel shall be painted in accordance with Sections

560 and 975 of the Specifications.

s. Use of uncoated weathering steel is not permitted.

t. Intermediate pile bents or shaft bents shall not be permitted. Bridge piers

are required for intermediate supports.

u. The pier type at each pier location for Bridge No. 150303 shall correspond

to the following, where H is the height of the pier defined as the distance

from the top of footing to the top of cap elevation at the Baseline of SB

SR 93:

i. H > 24-ft.: Hammerhead

ii. H < 24-ft.: Multi-column

v. Hammerhead type piers for Bridge No. 150303 shall consist of no more

than three individual single column hammerheads side-by-side. The

column and cap of each individual single column hammerhead shall have

a shape and proportions similar to the hammerhead piers of existing Bridge

No. 150210 to remain.

w. Multi-column piers for Bridge No. 150303 shall have no more than five

columns and shall have rectangular columns and tapered cap overhangs

similar to the multicolumn piers of existing Bridge No. 150210 to remain.

x. Voided pier columns shall not be permitted.

y. All bridge foundations shall be deep foundations.

Page 70: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 59 of 145

z. The clear distance between bridge piles shall be at least 60 inches to allow

for manatee movement between the piles. If a minimum clear distance of

60 inches is not provided between the piles, further coordination will be

required with USFWS.

aa. The use of geosynthetic reinforced soil (GRS) abutments or spread

footings behind MSE walls in lieu of pile supported or shaft supported end

bents is prohibited.

bb. All footings located in the water shall be waterline footings.

cc. The existing piles for the piers supporting the navigation channel span of

Bridge No. 150107 shall be completely removed. Removal of the

remaining piles for this structure shall be in accordance with the FDOT

Specifications. The Design-Build Firm shall provide to the Department

an as-built survey of the locations of any existing piles for Bridge No.

150107 that are not completely removed.

dd. Design navigation lighting (Standard Plans Index 510-001), lateral

lighting, daymarks, and vertical clearance gauges for Bridge Nos. 150210

and 150303 per Title 33 Code of Federal Regulations (CFR) Part 118 and

the USCG Bridge Lighting and Other Signals Manual.

ee. Expansion joints at all locations, with the exception of the channel span

unit of Bridge No. 150303, shall consist of Strip Seals (Index 458-100) or

Poured Joint with Backer Rod (Index 458-110).

ff. The following repairs shall be made to the existing finger joints of Bridge

No. 150210 (numbering of substructure units is from south to north):

i. Replace the entire joint assembly over the full width of the bridge at

End Bent 1 and Piers 25, 29, and 49.

ii. For all existing joint assemblies to remain, replace all bolts

connecting the finger plates to the remainder of the joint assembly.

iii. For all existing joint assemblies to remain, repair all spalled concrete

in the joint headers using concrete repair materials meeting the

requirements of the Specifications.

gg. Lightweight concrete shall not be permitted for any structural applications.

hh. Bridge deck scuppers (open deck drains) shall have a diameter of 4 inches

and the scupper pipes shall extend 1-ft below the bottom of the deck.

ii. Drainage for the shared use path on bridges shall be provided by way of

drainage slots in the base of the concrete parapet. The drainage spread

analysis for the shared use path shall be based on 8” x 3.5” slots with a

maximum spacing of 30 feet and a maximum allowable spread of 6 feet

resulting from a rainfall intensity of 4.0 inches per hour.

jj. All elements of proposed permanent bridge drainage systems shall be

hidden from view.

Page 71: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 60 of 145

kk. Conduits for lighting or utilities shall not be mounted to exposed faces of

bridge elements or retaining walls.

ll. Three 2-in. diameter conduits in accordance with Standard Plans Index

630-010 shall be installed in all new concrete traffic railings/barriers

mounted on bridges and retaining walls.

mm. Two 1 ¼-in. diameter conduits, one 1-in. diameter conduit, and one 2-in.

diameter conduit shall be installed in the concrete parapet on the outside

of the shared use path to accommodate ITS requirements. All conduits

shall be installed in accordance with the details for 2” conduit provided in

Index 630-010.

nn. Pedestrian railing for the shared use path on bridges and retaining walls

shall consist of 27” Concrete Parapet with Special Height

Pedestrian/Bicycle Bullet Railing (Index 521-820 & 515-022).

oo. Shared use path scenic overlooks shall be constructed at the locations

depicted in the Structure Concept Plans (Reference Document R002.B)

and shall conform to the details provided in Attachment A021.

pp. ITS pilasters shall be constructed at the locations depicted in the ITS

Concept Plans (Reference Document R002.C) and shall conform to the

details provided in Attachment A021.A.

qq. For permanent retaining walls, partial height walls such as perched walls

or toe-walls, as defined in the FDOT Structures Manual, shall not be

permitted.

rr. MSE wall backfill shall meet the requirements of the FDOT

Specifications. Alternate materials for MSE backfill shall not be

permitted.

ss. All proposed sea walls shall be designed to resist anticipated maximum

scour as predicted by CFD modeling and calculations in accordance with

HEC-18. In no case shall the foundation embedment (top of any required

wall support piles or bottom of sheet pile) be less than the exposed wall

water depth measured from the mean high water elevation.

tt. The proposed sea walls and riprap shall be constructed at the locations

shown in the Roadway Concept Plans unless otherwise approved through

the ATC process.

uu. Any MSE wall located within 60-ft. of the toll gantry centerline must

utilize non-metallic straps.

vv. Portions of the existing seawalls located within 60-ft. of a toll gantry

centerline shall be completely removed.

Page 72: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 61 of 145

ww. Bridge No. 150303 and retaining walls shall be designed to accommodate

the future conversion of the clear roadway width for the proposed

northbound express lanes to a light rail transit (LRT) corridor without the

need to strengthen or reconstruct any bridge elements constructed with this

project. The superstructure for the portion of the bridge supporting the

northbound express lanes and future LRT shall be separated from the

remainder of the superstructure using a 1” longitudinal joint in the bridge

deck. The longitudinal joint shall be located on the low side of the median

barrier separating the northbound and southbound express lanes, no

greater than 1’-0” from the edge of the barrier. No other open or sealed

longitudinal joints in the bridge deck will be permitted. Detailed design

criteria for the portion of the structure subject to future LRT loading are

provided in Attachment A011.A.

xx. Standalone pedestrian bridges shall be designed for the vehicle load

defined in the AASHTO Guide Specifications for the Design of Pedestrian

Bridges.

yy. The beams and deck of all standalone pedestrian bridges shall be concrete.

zz. The Design-Build Firm shall request structure numbers from the District

Structures Maintenance Office for the standalone pedestrian bridges and

all new miscellaneous structures on the project.

aaa. Design Toll Gantry structures as required by the Toll Siting Technical

Memorandum and all applicable criteria in the GTR.

bbb. The top surface of all prestressed concrete piles shall be sealed with a Type

F-1 or Type F-2 epoxy (minimum 1/16” thick) after the pile is cut to the

final pile cutoff elevation. The epoxy seal shall be applied in the same

work shift as the pile cutting operation.

ccc. The minimum bridge deck thickness for interior bays or overhangs

supporting 42” Single-Slope Traffic Railing (Index 521-428) shall be

10 ½”, including ½” sacrificial thickness.

ddd. All light pole assemblies, CCTV poles and sign structures north of Sta.

50+00 (CL Exist. 93), including the proposed Exit 39 ½-mile sign at

approximate Sta. 50+50 as shown in the Master Signing Plan (Reference

Document R009), shall be painted with federal color FED-STD-595B

shade 17778. The back of the sign panels including wind beams and

hangers as well as all other structural supports, hardware, and luminaire

support members located behind sign panels shall be painted with federal

color FED-STD-595B shade 20372. Powder coating shall be provided by

a Department approved fabricator or a Department approved powder

coater. Exposed portions of foundations for the aforementioned

miscellaneous structures shall receive a Silicone Acrylic Concrete Sealer

finish (see Attachment A003.03.A) using federal color FED-STD-595B

shade 27778. Exposed conduit, where permitted, shall be painted to match

the element to which it is being connected.

Page 73: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 62 of 145

eee. Bridge traffic railing mounted supports for overhead sign structures shall

not be permitted except at median traffic railings as shown in Index 521-

001. At outside bridge traffic railings, overhead sign structure supports

shall be mounted on pedestals behind the bridge traffic railings.

Vessel Collision Design

For bridges over navigable waterways, the following vessel collision forces have been established for the

project:

Bridge No. 150303 Vessel Collision Forces

Ship Impact – minimum equivalent static forces (kips)

applied per AASHTO LRFD

Distances are from channel centerline to centerline of pier

measured along bridge alignment

Distance

(ft)

Transverse (kips)

(AF = 1/10000 years)

< 750 2000

750 to < 1500 1200

1500 to < 2250 500

> 2250 200

Notes:

1. AF = Annual frequency of collapse

2. All piers within the waterway shall be designed for vessel collision.

The centerline of piers and span lengths for Bridge No. 150303 shall match those of Bridge No. 150210 to

remain within 1500-ft. on each side of the navigation channel.

Piers located within a distance of 1500-ft. on either side of navigation channel centerline shall comply with

the requirements specified in Structures Design Guidelines (SDG) 2.11.11.

As referenced in SDG Figure 2.11.11-1, all struts connecting substructure elements shall be designed for

Vessel Impact forces. All struts connecting pier footings shall have a depth equal to that of the connected

footings.

Prefabricated Bridge Elements and Systems

All Prefabricated Bridge Elements and Systems (PBES) shall be submitted to the Department for approval

through the Alternative Technical Concept (ATC) process. The ATC submittal shall address connection

details and mock-up testing requirements for each PBES connection proposed.

The following requirements shall apply to PBES:

Page 74: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 63 of 145

a. PBES shall conform to the requirements of Structures Detailing Manual (SDM) Chapter

25 unless deviations to the PBES detailing or design requirements of SDM Chapter 25 are

approved through the ATC process. There will be no exceptions to this requirement.

b. All reinforcing located at PBES substructure and foundation component connection

interfaces (i.e. precast to cast-in-place or precast to precast) except pile splices shall consist

of stainless steel bars. Examples include but are not limited to reinforcing bars penetrating

into pocket connections, closure pours, and corrugated sleeves.

c. In addition to the requirements of SDM 25.3.G, PBES component connections shall be

detailed for the worst-case combination of tolerances that include fabrication and erection

tolerances. If multiple connection details are to be enveloped under one unique mock-up

testing procedure, the test shall represent the most stringent (“worst-case”) detail

considering geometry, site conditions, equipment needs, etc. Specify saw cuts through the

mock-up at the worst possible location for the voids to develop. The mock-up test

acceptance standards shall include the following minimum criteria:

i. For voids greater than ¼” in length or width, the percent of voids shall be less than

2% as measured on the cross-sectional area of the connection pocket saw cut.

ii. In no case shall an individual void size exceed 2 cubic inches.

Final acceptance of connection details is contingent upon a successful mock-up test. The Department in its

sole discretion shall determine if the mock-up test is successful. In the case of a mock-up test failure, submit

revised construction processes and connection details for approval prior to repeating the mock-up test.

Repeat the mock-up test as necessary until successful results are achieved.

I. Specifications:

The Division I Design-Build Specifications along with required Division II and III Special Provisions and

Technical Special Provisions are provided in Attachment A003.

Department Specifications may not be modified or revised. Technical Special Provisions shall be written

only for items not addressed by Department Specifications, and shall not be used as a means of changing

Department Specifications. Technical Special Provisions for toll facilities are provided in the GTR.

The Design-Build Firm shall prepare and submit a signed and sealed Construction Specifications Package

for the Project, containing all applicable Division II and III Special Provisions and Supplemental

Specifications from the Specifications Workbook in effect at the time the Bid Price Proposals were due in

the District Office, along with any approved Developmental Specifications and Technical Special

Provisions that are not part of this RFP. Any subsequent modifications to the Construction Specifications

Package(s) shall be prepared, signed and sealed as a Supplemental Specifications Package. The

Specifications Package shall be prepared, signed and sealed by the Design-Build Firm’s Engineer of Record

who has successfully completed the mandatory Specifications Package Preparations Training.

The website for completing the training is at the following URL address:

http://www2.dot.state.fl.us/programmanagement/PackagePreparation/TrainingConsultants.aspx

Specification Workbooks are posted on the Department’s website at the following URL address:

Page 75: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 64 of 145

https://fdotewp1.dot.state.fl.us/SpecificationsPackage/Utilities/Membership/login.aspx?ReturnUrl=%2fSpe

cificationsPackage%2fdefault.aspx

Upon review and approval by the Department, the Construction Specifications Package will be stamped

“Released for Construction” and initialed and dated by the Department.

Attachment A008 contains additional Department specifications that relate to the toll equipment buildings,

tolling infrastructure, and toll equipment gantry structures. A separate set of Technical Special Provisions

shall be provided for the toll equipment building and tolling infrastructure equipment to accompany the

building permits.

J. Shop Drawings:

The Design-Build Firm shall be responsible for the preparation and approval of Shop Drawings. Shop

Drawings shall be in conformance with the FDOT Design Manual. Shop Drawing submittals must be

accompanied by sufficient information for adjoining components or areas of work to allow for proper

evaluation of the Shop Drawing(s) submitted for review. When required to be submitted to the Department,

Shop Drawings shall bear the stamp and signature of the Design-Build Firm’s Engineer of Record (EOR),

and Specialty Engineer, as appropriate. All “Approved” and “Approved as Noted” Shop Drawings

submitted to the Department shall also include QA/QC check prints. Shop Drawings shall not be submitted

to the Department until the associated plans have been Released for Construction. The Department shall

review the Shop Drawing(s) to evaluate compliance with Project requirements and provide any findings to

the Design-Build Firm. The Department’s procedural review of Shop Drawings is to assure that the Design-

Build Firm’s EOR has approved and signed the drawing, the drawing has been independently reviewed and

is in general conformance with the plans. The Department’s review is not meant to be a complete and

detailed review. Upon review of the Shop Drawing, the Department will initial, date, and stamp the drawing

“Released for Construction” or “Released for Construction as Noted.”

Shop Drawings submitted for tolling infrastructure shall include all applicable equipment, materials, and

products as shown on the plans or as described in the applicable Specification section(s) for the item being

submitted. Incomplete or partial Shop Drawings are not acceptable.

The Design-Build Firm shall submit all shop drawings for the tolling infrastructure as required in the

Florida’s Turnpike Enterprise (FTE) Shop Drawing Review Process for Design-Build Projects which is

included as Attachment A019.A. Shop Drawing submittals must be accompanied by sufficient information

for adjoining components or areas of work to allow for proper evaluation of the shop drawing(s) submitted

for review.

For shop drawing coordination related to tolling infrastructure, please contact the Shop Drawing Review

Office at Florida’s Turnpike Enterprise Headquarters, Ocoee, FL (407) 264-3426.

K. Sequence of Construction:

The Design-Build Firm shall construct the work in a logical manner and with the following objectives as

guides:

1. Maintain or improve, to the maximum extent possible, the quality of existing traffic

operations, both in terms of flow rate and safety, throughout the duration of the Project.

2. Minimize the number of different Temporary Traffic Control Plan (TTCP) phases, i.e.,

number of different diversions and detours for a given traffic movement.

Page 76: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 65 of 145

3. Take advantage of newly constructed portions of the permanent facility as soon as

possible when it is in the best interest of traffic operations and construction activity.

4. Maintain reasonable direct access to adjacent properties at all times, with the exception

in areas of limited access Right-of-Way where direct access is not permitted.

5. Coordinate with adjacent construction Projects and maintaining agencies.

L. Stormwater Pollution Prevention Plans (SWPPP):

The Design-Build Firm shall prepare a Storm Water Pollution Prevention Plan (SWPPP) as required by the

National Pollution Discharge Elimination System (NPDES). In part, the plan shall be a site-specific erosion

control plan signed and sealed by a Registered Professional Engineer in Florida and include the following

for sections of the Project:

• A site evaluation of how and where pollutants may be mobilized by stormwater;

• A site plan for managing stormwater runoff;

• Identification of appropriate erosion and sediment controls and stormwater best management

practices (BMPs) to reduce erosion, sedimentation, and stormwater pollution;

• Offsite facilities, including, but not limited to, staging areas, casting yards, and laydown yards;

• A maintenance and inspection schedule;

• A recordkeeping process;

• Identification of stormwater discharge points; and

• Mixing zones based on the Design-Build Firm’s design.

The Design-Build Firm shall refer to the Department’s Project Development and Environment Manual and

Florida Department of Environmental Protection (FDEP) Rule 62-621.300(4)(a) for information in regard

to the SWPPP. The SWPPP and the Design-Build Firm’s Certification (FDEP Form 62-621.300(4)(b) NOTICE OF INTENT (NOI) TO USE GENERIC PERMIT FOR STORMWATER DISCHARGE FROM

LARGE AND SMALL CONSTRUCTION ACTIVITIES) shall be submitted for Department review and

approval. Department approval must be obtained prior to beginning construction activities.

The Design-Build Firm shall comply with the Turbidity Monitoring and Mixing Zone plans and narrative

provided with the environmental permits unless alternative plans are provided, approved by the Department,

and permitted as part of a modification. The Design-Build Firm will be responsible for monitoring turbidity

in areas where construction activity is occurring as outlined in the environmental permit documents.

The Design-Build Firm shall check all siltation barriers or cofferdams at least twice a day, in the morning

and in the evening, for manatees, sea turtles or fish that may become entangled or entrapped in the site and

released.

M. Transportation Management Plan:

The Design-Build Firm must develop a Transportation Management Plan for this Project in accordance

with the Department’s FDOT Design Manual.

1. Temporary Traffic Control Plans:

The Temporary Traffic Control Plan shall address navigational traffic in addition to vehicular traffic. The

Design-Build Firm shall keep the existing navigation channel open and unobstructed to vessel traffic

throughout all phases of construction. The Design-Build Firm shall develop a recreational boat navigation

Page 77: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 66 of 145

plan in coordination with the U.S. Coast Guard to protect recreational boaters from navigational hazards

during construction.

During all phases and all times of construction, minimum lane widths on I-275 shall be 11-ft., with at least

one 12-ft. lane in each direction. In addition to the requirements of FDM 215.4.6.6, a minimum 10-foot

lateral offset from the edge of the traveled way to the barrier is required on at least one side of the roadway

on the Howard Frankland Bridge at all times. A Design Variation is provided in Attachment A006.A for

areas where satisfying the requirements of FDM 215.4.6.6 is considered impractical. For ramps, minimum

lane width shall be 12-ft. and the minimum paved shoulder width shall be 2-ft. during all traffic control

phases. Existing acceleration and deceleration lengths for ramps shall not be reduced during times when

lane closures are restricted.

Travel lanes comprising of a multi-lane section in one direction shall not be split from each other to facilitate

maintenance of traffic except in conjunction with approved temporary lane closures.

The Design-Build Firm shall provide the necessary traffic control devices that prohibit entrance into the

newly constructed Express Lanes ingress ramps and shall maintain the traffic control devices until FTE and

the Department issue approval for Express Lanes opening or Final Acceptance.

Should the Design-Build Firm elect to use the existing roadway shoulders for temporary traffic control on

a temporary basis, the Design-Build Firm shall modify the existing cross slope to match the adjacent lane

and remove rumble strips. The Design-Build Firm shall be responsible for providing the required structural

integrity and maintenance of the shoulder. When no longer needed for temporary traffic control, the Design-

Build Firm shall construct the shoulder to the required width and cross slope, including ground-in rumble

strips. The Design-Build Firm shall mill and resurface the entire shoulder a minimum of 2 inches in depth

after any temporary modifications are removed.

Throughout all milling operations, the Design-Build Firm shall use a self-contained vacuum type mobile

broom, or equivalent, for cleanup of milled dust material.

For any existing asphalt roadways where eradication of temporary or permanent striping is required to

accommodate lane shifts or diversions, a full width overlay or full width milling and resurfacing of the

travelled way shall be the only acceptable means of pavement marking eradication.

There will be no pavement marking eradication permitted after the final asphalt course is placed. Any

existing roadways that have temporary striping eradicated shall have the full width of the existing top

pavement course milled and resurfaced prior to Final Acceptance.

2. Traffic Control Restrictions:

There will be NO LANE CLOSURES allowed during the following hours:

• I-275 (NB & SB)

o NO SINGLE LANE CLOSURES ALLOWED from 6:00 a.m. to 9:00 p.m. 7 days a week.

o NO DOUBLE LANE CLOSURES ALLOWED from 6:00 a.m. to 11:00 p.m. 7 days a

week.

There will be NO PACING OPERATIONS allowed between the hours of 5:00 a.m. to midnight. There

will be no DETOURS allowed.

Page 78: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 67 of 145

A lane may only be closed during active work periods. All lane closures, including ramp closures, must be

reported to the local emergency agencies and the District Seven public information officer a minimum of

15 days prior to each closure. Also, the Design-Build Firm shall develop the Project to be able to provide

for all lanes of traffic to be open in the event of an emergency.

In addition to the restrictions above, NO LANE CLOSURES or PACING OPERATIONS are allowed on

the Project during the times shown below so as to minimize potential impacts to the following events:

• Two hours before, two hours after, and during all events at Amalie Arena with an

anticipated crowd of 15,000 or higher

• Two hours before, two hours after, and during all events at Raymond James Stadium

(Tampa Stadium) with an anticipated crowd of 35,000 or higher

• Two hours before, two hours after, and during all events at Tropicana Field with an

anticipated crowd of 20,000 or higher

• Two hours before, two hours after, and during all events in Downtown Tampa, MacDill

Air Force Base, Bayshore Blvd, Ybor City, and St. Petersburg with an anticipated

crowd of 20,000 or higher

The Design-Build Firm shall provide 30 calendar days minimum notice to Emergency Services prior to

opening the toll lanes to traffic and shall allow access for review of the facility.

The vertical limitation for crane heights used during construction shall adhere to Federal Aviation

Administration (FAA) requirements.

Temporary traffic control requirements pertaining to tolling facilities are provided in the GTR. Toll lanes

may be used for traffic control purposes for temporary shifts, or diversions during construction, but only

prior to the start of tolling and as approved by the Department.

Hurricane Readiness Plan:

Within 30 calendar days following NTP, the Design-Build Firm shall submit a Hurricane Readiness Plan

which will address the measures the Design-Build Firm will implement in preparation for a hurricane or

any other catastrophic event. The Plan shall also stipulate the measures to be taken post-event. The Plan

shall address equipment and activities on land, air, and in the water (as applicable).

ALL LANES AND AVAILABLE SHOULDERS WITHIN THE PROJECT LIMITS MUST BE OPEN

TO TRAFFIC DURING AN EVACUATION NOTICE OF A HURRICANE OR OTHER

CATASTROPHIC EVENT AND SHALL REMAIN OPEN FOR THE DURATION OF THE

EVACUATION EVENT AS DIRECTED BY THE ENGINEER.

N. Environmental Services/Permits/Mitigation:

The Design-Build Firm will be responsible for preparing designs and proposing construction methods that

are permittable. The Design-Build Firm will be responsible for any required permit and associated public

notice fees. All permits required for a particular construction activity will be acquired prior to commencing

the particular construction activity. Delays due to incomplete or erroneous permit application packages,

agency rejection, agency denials, agency processing time, or any permit violations, except as provided

Page 79: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 68 of 145

herein, will be the responsibility of the Design-Build Firm, and will not be considered sufficient reason for

a time extension or additional compensation.

As the permittee, the Department is responsible for reviewing, approving, and signing the permit application

package including all permit modifications, or subsequent permit applications.

There shall be no dredge and fill in wetlands or surface waters (including upland cut ditches) north of mile

marker 0.500 (Section 10190000).

Cranes shall be equipped with strobe lights or flags.

The Department has conducted an investigation of the Project site and determined that seagrass beds exist

immediately to the north and south of the proposed Project. Maps depicting the location of seagrass beds

have been included in USACE, SWFWMD, and USCG permit applications. As part of the construction of

the proposed Project, all efforts should be taken to avoid impacts to adjacent seagrass beds, including

temporary impacts due to temporary equipment/material staging. As required as part of the permits, Best

Management Practices (BMPs) should be employed throughout construction to prevent offsite

turbidity/sedimentation into the adjacent seagrass beds. Impacts to seagrass beds on the southeast side of

the corridor must be avoided. The Department will monitor the seagrass beds immediately adjacent to the

limits of construction before, during and after construction of the entire project.

Prior to beginning construction, the limits of all existing seagrass beds to remain shall be marked with buoys

or PVC pipe markers by the Design-Build Firm. The Design-Build Firm shall maintain all buoys and pipe

markers for the duration of the Project. PVC pipe markers shall be used where feasible based on water

depth.

Since this Project is mostly an in-water work construction project, it is anticipated that numerous barge and

other vessels will be used during construction. Mooring of these vessels shall be done within the

Department’s existing right of way unless additional approvals from FDEP, Port Tampa Bay (PTB), and

USCG are obtained. Vessel caution zones have been established to protect remaining seagrass beds adjacent

to the construction limits (NW of corridor). No mooring of vessels shall occur in these areas overnight.

Brief use in these areas during high water levels / tides are anticipated and use is at the Design-Build Firm’s

risk. See the permit applications.

The Design-Build Firm shall continue to coordinate with the US Coast Guard, PTB, USFWS and NMFS,

and other applicable agencies as project design, environmental permitting, and the development of specific

construction means and methods progress.

The Department has reentered into consultation with the NMFS to define in-water work to be limited to

work below the water’s surface such as pile driving and sheet pile driving. The restrictions will not restrict

low-noise movement of materials or other barge and vessel operations.

Interim criteria to determine injury to fish from pile driving activities has been issued by memorandum

from the Fisheries Hydroacoustic Working Group (National Oceanographic and Atmosphere

Administration (NOAA)), U.S. Fish and Wildlife service (USFWS), and FHWA, and is included in

Reference Document R005.04.A.

Listed aquatic species have the potential to occur within the vicinity of the Project area and include the

West Indian manatee, five species of sea turtle (loggerhead, green sea, leatherback, Kemp’s ridley,

hawksbill) and two species of fish (gulf sturgeon and smalltooth sawfish). The Interim criteria outline sound

Page 80: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 69 of 145

pressure levels (from pile driving activities) that will result in adverse behavioral effects that can decrease

the ability of these species to avoid predators. Adverse behavioral effects include, but are not limited to,

physical injury, death, changes in or disruption of behaviors (migration, feeding, breeding, resting), and

any type of hearing loss.

The Department has held informal consultation with NMFS during the PD&E phase and has made

commitments regarding protection of listed species. The commitments are based on a noise “action area”

(1037-ft radius) associated with driving a maximum size of 30-inch x 30-inch concrete piles. Based on

these preliminary calculations and coordination with NMFS, a maximum of 5 pile driving activities could

be ongoing concurrently if 1000 feet of separation is maintained between each action area and that a total

of 4000 feet of ‘quiet zone’ (background noise levels) is present at all times. For example, one combination

could be providing a distance between two rigs of 3074-ft (action area radius of rig 1 = 1037-ft + 1000-ft

quiet zone + action area radius of rig 2 = 1037-ft). This can be repeated across the bay, up to 5 rigs, if there

is a total of 4000-ft of quiet zones at any one time. See reference documents for more information.

If the Contractor alters the project construction methodology from that described in the previous paragraph,

particularly pile-driving specifics, ESA Section 7 consultation will be required to be re-initiated by the

Design-Build Firm with the USFWS and NMFS to further assess potential effects of underwater noise on

listed species. The Design-Build Firm shall develop a methods/management plan to verify that their

proposed means and methods will meet the commitments. The methods/management plan shall include all

the information as shown in the Table 4.2 in Reference Document R005.04.A. Information collected in the

Pile Driving Log (Form 700-010-60) regarding equipment type, driving method, number of hammer strikes,

measured hammer energy, cushion block wearing, etc. will be necessary. Upon completion of test pile

driving, documentation, and underwater noise data measurements, the Design-Build Firm shall determine

the number of pile driving activities that could be ongoing concurrently, and the total area of “quiet zone”

needed to prevent adverse behavior in listed aquatic species in Tampa Bay.

The Design-Build Firm can evaluate methods of noise abatement during test pile driving to support

additional pile driving activities if actual field data measurements with the abatement methods are obtained

during test pile driving. The Department will review all data collected prior to the Design-Build Firm

submitting the data to USFWS/NMFS for concurrence. The Design-Build Firm shall also develop a

monitoring plan for Department review prior to informal consultation with the USFWS and the NMFS.

Also, the Section 7 consultation with NMFS (and subsequently the issued federal permits for the project)

were based on the assumption that the steel pipe piles for the temporary trestle and the sheet piles would be

driven by vibratory hammer, and not an impact hammer (but with 5 or less strikes to proof the piles/sheets

with an impact hammer). The Department does not require that the Design-Build Firm use a vibratory

hammer to install the steel pipe piles or sheet piles; however, should the Design-Build Firm elect to use any

other method other than a vibratory hammer to install the pipe piles and sheet piles, then Section 7

consultation will need to be re-initiated and noise abatement and a monitoring program will likely be

required.

The Design-Build Firm will implement the “Manatee and Sea Turtle Watch Program Guidelines” and “Sea

Turtle and Smalltooth Sawfish Construction Conditions,” and the “Construction Provisions Gulf Sturgeon

Guidelines.” Note that no suitable sea turtle nesting beaches are found in the project area and protective

measures are for turtles in open water only.

Metals based paint coatings (including lead) can be found on the main channel span of existing Bridge No.

150107, particularly lead primer on surfaces that will be exposed during demolition. Red lead soaked felt

Page 81: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 70 of 145

pads under bearings are likely throughout. The Design-Build Firm shall be responsible for complying with

applicable testing, handling, and disposal requirements.

An asbestos-containing material (ACM) survey has been performed for existing Bridge No. 150107. The

survey is provided in the Reference Documents. No asbestos-containing materials were identified in the

survey for Bridge No. 150107.

Asbestos survey report(s) (see Reference Documents) shall be kept by the Design-Build Firm on the

construction site and shall be available for review upon request.

For bridge structures to be renovated or demolished, the Design-Build Firm shall submit a National

Emission Standard for Hazardous Air Pollutants (NESHAP) notification to the appropriate regulatory

authorities and, if necessary, the asbestos survey report and required fee. This is required for all demolitions

even if no ACM is present. Portions of Bridge No. 150107 to be demolished are located in Pinellas and

Hillsborough Counties. The Pinellas County Air Quality Division can provide information about asbestos

renovation and demolition requirements. The following link may also be useful:

http://www.pinellascounty.org/environment/airquality/default.htm. The Environmental Protection

Commission of Hillsborough County can provide information about asbestos renovation and demolition

requirements. The following link may also be useful: http://www.epchc.org/divisions/air-

management/asbestos-program. A copy of all notifications shall be provided to the Department’s

Construction Project Manager and the District Contamination Impact Coordinator.

The following Project specific Environmental Services/Permits have been identified as specific requirements

for this project:

1. Cultural Resources

2. Section 4(f) (federal projects only)

3. Wetlands and Mitigation

4. Wildlife and Habitat

5. Water Quality

6. Contaminated Materials

a. National Emission Standard for Hazardous Air Pollutants (NESHAP)

b. National Pollutant Discharge Elimination System (NPDES)

O. Signing and Pavement Marking Plans:

The Design-Build Firm shall prepare signing and pavement marking plans in accordance with Department

criteria. The Project includes constructing new overhead cantilever and span truss sign structures to guide

motorists through tolled and non-tolled roadways throughout the Project. The Design-Build Firm shall

replace all sign panels throughout the Project as shown in Reference Document R009. Begin and end

signing limits will extend beyond begin and end Project limits, and other limits of construction, to

adequately inform the drivers of downstream decision points. All overhead signs shall conform to FDM

criteria for sign lighting.

The Design-Build Firm shall be responsible to field inventory all Outdoor Advertising (ODA) signs within

the project limits and perform a line of sight assessment for all existing to remain and proposed roadway

signs. The assessment shall result in the Design-Build Firm avoiding and/or minimizing line of sight

obstructions with the ODA signs in compliance with the MUTCD, applicable policies and standards.

A Conceptual Master Signing Plan (MSP) has been provided by the Department (Reference Document

R009) identifying sign locations and messages within the Project limits. No structural analysis was

Page 82: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 71 of 145

performed for the Conceptual Master Signing Plan. The proposed signage layout and sign locations shown

in the Conceptual MSP are approximate. The Design-Build Firm shall adjust the layout/locations as per

field conditions to accommodate their proposed design.

Provide pavement marking messages/shields within the project limits as depicted in the Conceptual Master

Signing Plan (Reference Document R009).

The Conceptual Master Signing Plan (Reference Document R009) depicts certain sign panels for “Future

Construction.” The Design-Build Firm shall design all sign panels identified for “Future Construction”, and

shall include the design as part of the Signing and Pavement Marking Plans, with those sign panels labeled

“Future Construction.”

The Design-Build Firm shall design and construct all sign support structures and foundations associated

with the “Future Construction” sign panels to account for the additional and/or larger sign panels required

for “Future Construction.”

The Design-Build Firm will not be responsible for supplying and constructing, as part of this project, sign

panels identified for “Future Construction.”

Unless approved by the Department, overhead and cantilever sign structures shall not be placed in areas

conflicting with the future identified improvements defined by this RFP or shown in the Approved Typical

Section Package (Attachment A004.A) and/or the Concept Plans (Reference Document R002).

All existing sign panels within the project limits and the limits of advance signing, as depicted in the

Conceptual Master Signing Plan (Reference Document R009), shall be completely replaced and all

additional guide signs shown in the Conceptual Master Signing Plan shall be provided unless otherwise

approved by the Department. Not all signs (regulatory, warning, recreational or cultural, general service or

logo, preferential or managed lane, emergency, ramp designation, mile post etc.) required for complete

signing installations are shown in the Conceptual Master Signing Plan.

The Design-Build Firm shall be responsible for the design of all new or retrofit sign supports (post, overhead

span, overhead cantilever, bridge mount and any applicable foundations). The Design-Build Firm shall

show all details (anchor bolt size, bolt circle, bolt length, etc.) as well as all design assumptions (wind loads,

support reactions, etc.) used in the analysis. Mounting types for various signs shown in Reference

Document R009 shall not be changed by the Design-Build Firm (i.e. if the proposed or existing sign is

shown as overhead it shall be overhead and not changed to ground mount) unless approved by the

Department. Any existing sign structure to be removed shall not be relocated and reused, unless approved

by the Department.

The structural design for any existing sign support structures to remain shall be evaluated for any new or

modified sign panels. This evaluation shall be in accordance with the applicable codes, manuals, and

guidelines specified in Section V.A of this RFP. Any existing sign structure supporting new or modified

sign panels that does not meet the applicable criteria shall be replaced by the Design-Build Firm.

All installed over-lane sign structures shall have a duplex coating system consisting of hot dipped

galvanized steel with a protective paint system.

The Design-Build Firm shall provide mile markers at 0.5 mile intervals along the entire I-275 mainline in

both directions within the project limits.

Page 83: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 72 of 145

All above ground hazards (e.g., sign structures, overhead structures, signal and light poles) shall be placed

at the required clear zones as applicable by the design standards. It will not be acceptable to place guardrails

or barrier walls for the sole purpose of protecting those elements placed in the clear zones.

It shall be the Design-Build Firm’s responsibility to field inventory and show all existing signs within the

Project limits and address all signage within the Project limits. Existing single and multi-post sign

assemblies impacted by construction shall be entirely replaced and upgraded to meet current standards.

Cross sections shall be provided for all multi-post signs related to tolling.

Electrical power required for existing and new signage shall be provided only from existing electrical

service points. No new electrical service points are to be added with this Project.

Refer to the FDOT Traffic Engineering Manual for express lanes signing and marking requirements.

P. Lighting Plans:

The Design-Build Firm shall provide a lighting design and a lighting analysis, and prepare lighting plans

in accordance with Department criteria. The Design-Build Firm shall be responsible for the design and

construction of all lighting for the roadway, including roadway bridges, within the limits of proposed

pavement construction. The proposed light poles shall be located on the outer parapets of the new

southbound bridge and shall illuminate the travel lanes as well as the full shoulder (paved and/or unpaved)

widths.

Lighting levels matching the existing or permanent conditions shall be maintained at all times during

construction.

All lighting within the project limits shall be LED lighting. All lighting on existing Bridge No. 150210

shall be upgraded to LED lighting

The Design-Build Firm shall develop and submit for approval, a Load Center/Circuit/Pole Number

identification plan that is compatible with the existing lighting systems maintenance identification scheme.

Where existing roadway lighting circuit sources (services, load centers, etc.) are being removed, the Design-

Build Firm shall either:

1. Provide a new load center per current codes and all applicable criteria.

2. Identify an existing load center capable of feeding the existing and proposed lighting while

meeting all current codes and all applicable criteria.

All modified load centers shall comply with all applicable criteria and shall be in like new condition.

New light poles, luminaire arms, and luminaires shall be provided for all new and reconstruction areas for

this Project. The existing pole spacing, light poles and luminaire arms may be used for LED upgrades on

Bridge No. 150210. Existing light poles, luminaire arms, luminaires, and load centers identified for removal

shall be coordinated with the Maintaining Agency as to whether these features will become the property of

Design-Build Firm or salvaged, transported, and delivered to the Maintaining Agency for future use.

The Design-Build Firm shall perform detailed field reviews. Review and document all lighting

(poles/luminaires, sign luminaires, etc.), circuiting, load centers, service points, utility transformers, etc.,

Page 84: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 73 of 145

within the limits of lighting construction. This review includes: conductors, conduit, grounding, enclosures,

voltages, mounting heights, pull boxes, etc. This review also includes circuits outside the limits of lighting

construction that originate or touch this Project’s scope of work.

All deficiencies within the limits of lighting construction shall be identified and corrected by the Design-

Build Firm. Any deficiencies outside the limits of lighting construction shall be brought to the attention of

the Department.

After the field reviews are completed, a list of all damaged and/or non-functioning equipment shall be

documented and forwarded to the Department prior to the start of construction. All damaged and/or non-

functioning equipment within the limits of lighting construction are required to be replaced or repaired to

meet all applicable criteria and shall be in like-new condition. At the end of construction and prior to

acceptance by the Department, all roadway lighting elements and fixtures that were modified during

construction outside of the project limits shall be functioning as intended.

Existing electrical service locations shall be coordinated with and provided by Duke Energy and Tampa

Electric Company. The electrical service locations are shown in Reference Document R015.05. Each

service point shall be separately metered.

The Design-Build Firm shall comply with the requirements of each jurisdictional authority within the

Project limits. Compliance with the jurisdictional authority includes but is not limited to: field reviews,

technical meetings, special deliverable, etc. It is the Design-Build Firm’s responsibility to verify and

comply with all jurisdictional authority’s requirements.

The LDAR shall be based on FDOT guidelines and current lighting design criteria listed in the FDM. The

LDAR shall include typical sections photometric calculations to establish the proper spacing and show

compliance of the Veiling Ratio criteria as established in the FDM. Each lighting calculation zone shall be

properly identified with the area that it covers. With the results of the typical sections photometric

calculations, prepare point to point photometric calculations modeling the actual roadway layout, including

all the lighting poles required to meet the lighting criteria established in the FDM for the entire corridor.

The LDAR shall be submitted under a separate cover and approved prior to the 90% submittal. After

approval of the preliminary report, the Design-Build Firm shall submit a revised report including a detailed

lighting design analysis for each submittal.

In addition to the requirements in FDM Chapter 231, follow the Lighting Design Analysis Report

Guidelines provided in Attachment A010.A except as follows:

• Provide a location map

• Load Analysis and Voltage Drop Calculations are to be included in the Lighting Design

Documentation as described within this document

• Short Circuit Analysis, Device Coordination, and Arc Flash Hazard Analysis are not

required. However, it is required to install “High Voltage” and Arc Flash Hazard warning

signs. The Arc Flash Hazard warning sign is to be in accordance with the NFPA 70 (NEC)

All lighting fixtures shall include “bird spikes” or “bird deterrent devices” to avoid birds landing on the

fixtures and therefore extend the useful life of the housing. The Design-Build Firm is required to provide a

consistent lighting mounting height on Department poles throughout the Project limits.

Page 85: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 74 of 145

The Design-Build Firm is responsible for submitting Roadway Lighting Design Documentation with each

lighting plans submittal under a separate cover and not part of the roadway documentation. At a minimum,

the design documentation shall include:

• Phase submittal checklist

• Structural calculations for special conventional pole concrete foundations

• Letter to the power company stating the total electrical load, and requesting service and the

available fault current of transformers

• Power company confirmation letter on the requested services

• Voltage drop calculations

• Load analysis calculations

• Coordination emails, letters, and/or telephone conversation records with the Department,

Cities, Counties, Power Companies, and their maintenance department.

The Design-Build Firm is responsible for submitting voltage drop calculations showing the equation(s)

used along with the number of luminaires per circuit, the length of each segment in the circuit, the conductor

size, the conductor ohm resistance values, and the source of these values. The voltage drop incurred on each

service feeder from the service source (transformer) to the load center and the voltage drop of each circuit

from the load center to farthest load (luminaire) shall be calculated. The maximum allowable voltage drop

is seven percent calculated from the service source (transformer) to the farthest luminaire on each circuit in

the Project. All work necessary to calculate the voltage drop values for each circuit should be presented in

such a manner that it can be duplicated by the Department. Along with the voltage drop calculations, submit

load analysis calculations for each branch circuit breaker and main breaker.

The Design-Build Firm must use conductors that are resistant to saltwater, suitable for direct burial, and

spliced with submersible rated splice kits. All conductors must be placed inside conduits. Perform

insulation-test resistance on each conductor with respect to ground and adjacent phase conductors. Applied

potential shall be 1000 volts dc for 600V rated cable. Minimum test duration shall be 1 minute. Insulation-

resistance values should not be less than 100 mega ohms. Replace all cables with insulation where resistance

values are less than 100 mega ohms, with no additional costs to the Department. Test that all splices

waterproof and inspect for physical damage.

The existing lighting system and subsystems shall be shown in the plans along with the required

construction scope (e.g. poles to be removed, load centers to be removed or re-worked, conductors to be

removed, etc.).

The Design-Build Firm will be responsible for the development of the proposed lighting system via a

Lighting Design Analysis Report (LDAR), maintenance, and transition of existing lighting within the

project limits.

Q. Intelligent Transportation System (ITS) Plans:

1. General

The Design-Build Firm shall prepare Intelligent Transportation Plans in accordance with Department

criteria. The Design-Build Firm shall obtain, meet, and/or exceed all FDOT Standard Specifications for

Road and Bridge Construction (herein referred to as FDOT Standard Specifications).

Page 86: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 75 of 145

Provide ITS devices that meet the requirements of the National Transportation Communications for ITS

Protocol (NTCIP) versions supported by the District Seven SunGuide® software, version 7.1, or as directed

by the Department.

Ensure that the proposed ITS devices are on the FDOT’s Approved Product List (APL) and are compatible

with the District Seven SunGuide® software, the District Seven ITS, and the Regional Transportation

Management Center (RTMC).

Provide grounding, lightning, and surge suppression for all ITS devices and cabinets in

accordance with FDOT Standard Specifications and FDOT Standard Plans.

Determine the exact locations and quantities of the ITS devices to meet the requirements of this RFP. The

table below represents minimum quantities of new (proposed) ITS devices anticipated for this Project.

Provide design, installation, integration, testing, documentation, training, and warranty services for the

retrofit of the RTMC control room.

Provide test results for all ITS devices, RTMC Control Room Equipment, fiber optic cabling and

infrastructure, and communications network equipment signed by the Department’s CEI, Contractor, and

the District Seven ITS Representative.

ITS Device Quantity Location

Freeway DMS (FDMS) 2 See ITS Concept Plans in Reference Documents

Express Lane DMS (ELDMS) 5 See ITS Concept Plans in Reference Documents

Lane Status DMS (LSDMS) 6 See ITS Concept Plans in Reference Documents

Toll Amount DMS (TADMS) 12 See ITS Concept Plans in Reference Documents

Arterial DMS (ADMS) 1 See ITS Concept Plans in Reference Documents

CCTV Cameras 32 See CCTV Camera Subsystem Requirements

MVDS 62 See MVDS Subsystem Requirements

RWIS 1 See RWIS Subsystem Requirements

The Design-Build Firm shall prepare design plans and provide necessary documentation for the

procurement and installation of the ITS devices as well as overall system construction and integration. The

Design-Build Firm shall detail existing ITS equipment and report which devices will be removed, replaced,

or impacted by Project work. The construction plan sheets shall be in accordance with Department

requirements and include, but not be limited to:

• Project Layout / Overview sheets outlying the locations of field elements

Page 87: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 76 of 145

• Detail sheets on:

• DMS structure, DMS attachment, DMS display/layout

• CCTV camera structure, CCTV camera attachment, CCTV camera operation/layout

• MVDS structure, MVDS attachment, MVDS operation/layout

• RWIS structure, RWIS attachment, RWIS operation/layout

• Cross sections for all ITS device locations.

• Power service distribution

• Electrical riser diagrams

• Wiring and connection details

• Generator operation/layout

• Grounding details

• Conduit, pull box, and splice vault installation

• System-level block diagrams

• Device-level block diagrams

• ITS field cabinets

• Fiber optic splicing diagrams

• Link Loss Budget details

• Patch panel details and port assignments

• System configuration/Wiring diagram/Equipment interface for field equipment at

individual locations

• Maintenance of Communications (MOC) Plan

• District Seven RTMC Control Room retrofit details.

Rule 940 Compliance

The Federal Highway Administration issued Federal Title 23 CFR Rule 940 (Rule 940) entitled ITS

Architecture and Standards to ensure new projects comply to the National ITS Architecture and Standards.

The District Seven Regional ITS Architecture was developed to reflect the local needs, issues, problems,

and objectives for implementation. The Design-Build Firm shall meet the following Rule 940 compliance

requirements:

• Follow the Systems Engineering Process for the development and deployment of this Project.

• Follow and update the Project Systems Engineering Management Plan (PSEMP) for this Project.

The PSEMP shall comply with Rule 940 and the Regional ITS Architecture per FDOT Procedure

No. 750-040-003.

• Ensure compatibility for the ITS design with the FDOT District Seven Project ITS Architecture

(PITSA).

• Update and maintain the Project Requirements Traceability Verification Matrix (RTVM) through

this Project.

• Provide test plans with procedures to the Department for review and approval.

NTCIP Compliance

The Design-Build Firm shall meet the following National Transportation Communication for ITS Protocol

(NTCIP) compliance requirements:

• Implement fully NTCIP compliant subsystems for this Project.

• Utilize the Management Information Base (MIB) definitions and objects for this Project as

specified in the SR-700-4.1.1-01 Supplemental Dynamic Message Sign NTCIP Requirements

document and as directed by the Department.

Page 88: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 77 of 145

2. Design and Engineering Services:

The Design-Build Firm shall be responsible for all ITS design and engineering services relating to the

Project. All ITS components shall be new unless otherwise identified for relocation/adjustment.

The design of the new ITS shall integrate with the existing devices and communications network. The

design shall include the necessary infrastructure and components to ensure proper connection of the new

ITS components. This shall include, but not be limited to, all proposed ITS components of this Project as

well as existing sub-systems that remain or are re-deployed as the final Project.

At a minimum, the ITS work in this Project consists of the following major components:

• Fiber Optic Cable – Procurement, installation, termination, and testing of fiber optic cables and

components to complete a fully functionend communication system.

• RWIS – Procurement, installation, calibration, and testing of a complete operational RWIS.

• DMS – Includes sign support structures, static signs, and mounting brackets for LSDMS,

TADMSs, FDMSs, ELDMSs, and ADMSs. Each DMS shall have a dedicated verification CCTV

camera.

• CCTV Camera – Includes CCTV camera poles, camera lowering devices (CLDs), and mountings

to provide 100% CCTV camera coverage of the Project corridor.

• MVDS - Includes poles and mountings to detect all general use and express lanes along the

Project corridor.

• EAG – Procurement, installation, termination, and testing of fiber optic cables and components

to complete a connection between the EAG systems and the ITS network.

• Removal of any ITS components or communication infrastructure that are impacted by the

Design-Build Firm’s scope of work as approved by the Department.

• Testing of fiber optic backbone and fiber optic lateral cables furnished and installed or modified

by the Design-Build Firm.

• Testing of the ITS.

• Testing of the end-to-end express lanes system

• District Seven RTMC – Procurement, installation, and testing of a retrofit control room.

Coordinate with the Department, counties, and cities within the project limits to avoid conflicts with

landscape plans within the Department Right-of-Way. While procedures are being revised to facilitate this

increased collaboration and cooperation, the Design-Build Firm is required to ensure that the design and

construction of each ITS project and each landscape project is entirely coordinated with existing and

proposed ITS facilities and landscapes. Both programs have been determined to be important components

of the state transportation system.

a. ITS Communications Subsystem

i. Fiber Optic Cable and Components

The Design-Build Firm shall meet the following fiber optic cable and ITS device general requirements:

Page 89: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 78 of 145

• Design, procure, install, integrate, and test all backbone fiber optic cable, fiber optic lateral cables,

fiber splice enclosures, conduit, pull boxes, junction boxes, splice vaults, fittings, outer

fiberglass/steel casings, elbows, sweeps, deflection-expansion joints, mounting hardware, pulling

tape, locate wire, ground rods with clamps and ground conductors, coordination with utilities,

bridge attachment hardware, trenching and/or directional boring, any

permitting/survey/geotechnical/utility locates as required or needed, traffic control and all other

items specified herein to provide complete outside plant facilities and infrastructure for this Project.

• Furnish and install a 144-strand single mode fiber optic backbone cable on both sides of I-275

throughout the project limits as shown in the ITS Concept Plans (Reference Document R002.C).

• On the existing bridge that is to remain, connect the existing ITS devices to the new 144-strand

single mode fiber optic backbone cables using the existing single mode fiber optic lateral cables

and new fiber optic splice enclosures.

• Fiber optic connection at southern project limits:

o Splice the entire new 144-strand single mode fiber optic backbone cables to the existing

144-strand single mode fiber optic backbone cables in the existing splice vault on the

southbound side of I-275 and new splice vault on the northbound side of I-275 at the

southern project limit near 4th Street North. Coordinate with Project FPID 433880-

1/424501-2 for the existing splice vault location on the southbound side of I-275 and for

the existing fiber optic pull box location on the northbound side of I-275. Replace the

existing fiber optic pull box with a new splice vault to facilitate the splicing on the

northbound side of I-275.

• Fiber optic connection at northern project limits:

o Install new splice vault on northbound side of I-275, north of the Howard Frankland Bridge

and splice new 144-strand single mode fiber optic backbone cable located on the

southbound side of I-275 to new 144-strand single mode fiber optic backbone cable located

on the northbound side of I-275. Install new 144-strand single mode fiber optic backbone

cable along northbound I-275 to the existing HUB located near the intersection of Kennedy

Blvd. at Hoover Blvd.

• Remove the existing 72-strand single mode fiber optic backbone cable on I-275 from the existing

splice vault on the southbound side of I-275 at the southern project limit near 4th Street North to the

existing HUB located near the intersection of Kennedy Blvd at Hoover Blvd.

• Install a 12-strand single mode fiber optic lateral cable to new device sites.

• Provide 12-strand single mode fiber optic lateral cables of the same type as the fiber optic

backbone cable.

• Provide 300 feet of fiber optic cable in ITS cabinets installed on the bridge, with 150 feet of cable

on each side of the cable splice point.

• Submit for approval, at all phase submittals, detailed network diagrams depicting the

interconnections of the fiber optic cable for the backbone network and distribution/access network

with the required plans submittals for the interconnection of the subsystems. At a minimum,

diagram(s) shall include the following:

o Location, port counts and types of all switches

o ITS device connections

o Buffer tube and fiber optic count usage.

ii. Fiber Splicing and Fiber Splice Enclosure

The Design-Build Firm shall meet the following fiber splicing and fiber splice enclosure requirements:

• There shall be only one backbone buffer tube per splice tray.

Page 90: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 79 of 145

• All fibers shall be spliced everywhere fiber optic cable trunk sections meet.

• On the bridge portion only, the splice enclosures may be located inside the ITS cabinets mounted

on ITS pilasters.

iii. Fiber Patch Panels (FPP)

The Design-Build Firm shall meet the following FPP requirements:

• Provide 12-port FPPs in all ITS cabinets. Terminate and connect all lateral cable fibers in the patch

panel.

• Provide a complete assembly including: housing, front/rear lockable doors, pigtailed cassettes

loaded with connector panels and factory terminated pigtails, heat shrinks, protective tubing,

routing clips and guides, grommets, cable ties for strain relief, blank panels (as required), mounting

hardware, and all other materials and components as needed to provide a complete FPP installation.

The connector type shall be confirmed with the Department.

• Install the FPP so it is accessible to field maintenance personnel from the front and rear.

iv. Fiber Optic Connectors

The Design-Build Firm shall meet the following fiber optic connector requirements:

• Provide fiber optic connectors that are UPC polished. All unmated connectors are to have protective

caps installed.

• Fiber optic connectors shall be factory assembled and tested by the manufacturer.

v. Fiber Optic Patch Cables

The Design-Build Firm shall meet the following fiber optic patch cable requirements:

• Provide factory pre-assembled, pre-terminated duplex patch cables with either LC or SC connectors

as required.

• Compatible with and of the same fiber core size, performance, and connector type as the fiber optic

cables provided for this Project.

• Provide 3 millimeter jacketed duplex, zip-cord, riser-rated patch cables.

• Provide with lengths as required with a minimum of 1-foot slack between connected equipment.

Design-Build Firm shall coordinate with the Department prior to procurement of patch cables on

final quantity and length of fiber patch cables for this Project.

• Color will be orange for multimode and yellow for single-mode.

• Protect with dust caps on the connector ferrules.

• Provide cables that have been tested at the source of manufacture and provide test results for each

mated pair of connectors.

• Provide with qualification / certification data from the manufacturer upon request by the

Department.

vi. Fiber Optic Cable Sharing

The Design-Build Firm shall coordinate with the Department for designated fiber optic buffer assignments

as shown in the table below as part of developing a Fiber Splice Plan.

Page 91: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 80 of 145

Buffer Tube Color District Seven Fiber Assignment

Blue FDOT ITS Backbone – 10 Gbps Ethernet

Orange FDOT ITS Distribution – 100/1000 Mbps Ethernet Field Device Groups

Green FDOT ITS Expansion – 100/1000 Mbps Ethernet Field Device Groups

Brown FDOT Arterial Operations (Long Haul)

Slate FTE Arterial Operations (Field Devices)

White Statewide Communications Allocation

Red FTE Allocation

Black FTE Allocation

Yellow Special Event Allocation

Violet District to District Communications Allocation

Rose Future ITS Backbone Expansion

Aqua Future CV Expansion

vii. Fiber Splice Plan and Loss Budget Analysis

The Design-Build Firm shall meet the following Fiber Splice Plan and Loss Budget Analysis requirements:

• Attend a “Fiber Splice Plan and Management Meeting” with the Department prior to the fiber

communications design. The time and location of the meeting will be mutually agreed upon by the

Design-Build Firm and the Department.

• Provide a Fiber Splice Plan and loss budget analysis as part of the network design to demonstrate

that all optical network links will have the necessary operating margins to meet all performance

requirements. Include an additional 0.2 decibel (dB) repair margin in the Loss Budget Analysis.

• Provide expected loss at each splice and segment length as part of the Fiber Splice Plan and Loss

Budget Analysis.

• Submit the Fiber Splice Plan and Loss Budget Analysis as part of the 90% ITS Design Plans

submittal, as well as the MOC Plans submittals as specified in this RFP.

b. Network Communications

i. General Requirements

The Design-Build Firm shall meet the following network communications general requirements:

• Design, procure, install, integrate, and test all network equipment including, Layer 2 MFESs, rack

mounting hardware, power supplies, Cat-6 patch cables, fiber optic patch cables, optic transceivers,

and all other items specified herein to provide a complete and fully functional ITS network.

• Provide an ITS communications subsystem that provides an open architecture, non-proprietary,

real-time multimedia communications network, which is a redundant routed communications

network. For route redundancy, provide a minimum of two separate communications paths from

any switched port in the network.

ii. Managed Field Ethernet Switches (MFES)

In all new ITS cabinets, the Design-Build Firm shall furnish and install a new 1 Gbps Layer 2 MFES that

meets the following MFES requirements:

Page 92: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 81 of 145

• Provide a MFES that has the following features and capabilities:

o Minimum of two optical 1 Gbps Ethernet SFP/GBIC ports. Each optical port shall consist

of a pair of fibers.

o Minimum of four spare 10/100 Base-T/TX full duplex copper local ports in addition to the

local ports needed per design of each cabinet.

o Provided with either SC or LC connectors.

o Fully compatible and interoperable with the existing ITS network.

o Provisioned with licensing from the manufacturer providing Layer 2+ switching features.

o Include all agent and management software and documentation.

o Capable of being either rack mounted or DIN-rail mounted in ITS cabinets as approved by

the Department.

o Provided with a power supply / transformer as required that is also environmentally

hardened to NEMA TS-2 standards as approved by the Department.

o Provided with “fastening mechanism” type power supplies / transformers. No plug-in types

will be permitted. All corded transformers must be mountable with the ability to neatly

secure power cords.

o Provided with rubber dust caps/covers with insertion/removal handles that completely seal

the port opening for all unused copper and optical ports.

o Supports IGMP v3.

o Include fault tolerant design with built-in test and failure reporting.

• Provide a MFES that supports, at a minimum, the following security features:

o Passwords – Multi-level user passwords secures switch against unauthorized configuration.

o Secure Shell Protocol (SSH) / Secure Sockets Layer (SSL) – Extends capability of

password protection to add encryption of passwords and data as they cross the network.

o Enable / Disable Ports – Capability to disable ports so that traffic cannot pass.

o Remote Authentication Dial-In User Service (RADIUS) – Provides centralized password

management.

• Ensure that the configurations of the Layer 2 MFESs are able to be downloaded and stored on a

computer and later to be uploaded to the unit when necessary.

• Ensure that the configuration of the Layer 2 MFESs meet and/or exceed the following minimum

trouble shooting and diagnostic specifications:

o Displays the contents of a specified address

o Displays information about hardware registers for a specified port

o Displays configuration and status of physical and logical ports

o Displays detailed information about RSTP (configuration and status)

o Displays active status of the unit

iii. Local Access Layer

The Design-Build Firm shall meet the following local access layer requirements:

• Connect Layer 2 MFESs in a “leap-frog, daisy-chaining” type of architecture such that no adjacent

ITS devices are on the same fiber pair ring.

c. DMS Subsystem

i. General Requirements

The Design-Build Firm shall meet the following DMS general requirements:

Page 93: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 82 of 145

• Design, procure, install, integrate, and test a DMS subsystem that includes: DMS enclosures, sign

support structures and foundations, mounting brackets, network-manageable sign controllers,

remote re-bootable power distribution units (PDUs), a network-manageable uninterruptible power

supply (UPS) subsystem, communications devices, ITS cabinets, all cabling and connectors,

conduits, electrical services, lightning protection systems which include air terminals, down

conductors, surge protection devices and grounding array and all other items required or needed

and specified herein to provide a complete and fully operational and functional motorist

information system. • Provide a design that provides no negative visual impacts from other signage and/or lighting.

• Each DMS shall have its own sign controller.

• Provide a separate base mounted ITS cabinet a minimum of 100 feet in advance of each DMS

location to house the sign controller and required communications systems equipment.

o The ITS cabinet with the sign controller must be located to allow maintenance personnel

to visually verify the DMS messages from the sign controller cabinet.

▪ If the DMS messages cannot be viewed from the ITS cabinet with sign controller,

the Design‐Build Firm shall install a color monitor in the ITS cabinet. Live video

from the DMS’s verification CCTV camera shall be fed into the ITS cabinet for

technicians to use during maintenance and troubleshooting operations.

o House the UPS batteries in the ITS cabinet (not in the sign enclosure) for all DMS sites.

o Provide a multimode fiber optic cable connection between the sign controller in the ITS

cabinet and the sign enclosure communications / interface electronics.

o Terminate all fiber strands in a fiber patch panel with connectors and jumpers inside the

ITS cabinet as approved by the Department. Within the sign enclosure, all fiber strands are

to have connectors and be secured including slack loops as approved by the Department.

• Prior to installation, perform a water leakage test to ensure that the sign assembly was not damaged

during transport. The water leakage test procedure and results are to be approved by the

Department.

• Insert a diagram of all components illustrating all connectors and connections used to interconnect

the components, wiring diagrams and schematic drawings of all circuits in a re-sealable weather-

resistant pocket that is permanently mounted on the inside of an accessible door in the ITS cabinet

and the sign enclosure.

• Label all sign devices, components, cables and wires with permanently attached labels designed

for use in the intended environment.

ii. DMS Requirements

The Design-Build Firm shall provide a sign that meets the following sign requirements:

• Provide a high resolution 20 mm pixel pitch display.

• Provide full-color capability where each pixel is composed of multiple red, green and blue (RGB)

LEDs and capable of displaying a minimum of 32,000 colors.

• Provide signs with a matrix that displays messages that are continuous, uniform, and unbroken in

appearance to motorists and travelers.

• Provide signs that are able to display messages composed of any combination of alphanumeric text,

punctuation symbols, and graphic images across multiple frames.

• Five types of signs will be provided:

o FDMS - Walk-in full matrix, full color LED, 18-inch character, with a display area

containing a pixel matrix of 400 columns with a pixel pitch of 20 mm, capable of displaying

three lines, using an 18-inch font that meets the height to width ratio and character spacing

in the MUTCD, Section 2L.04 paragraphs 05, 06, and 08.

Page 94: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 83 of 145

o ELDMS - Walk-in full matrix, full color LED, 18-inch character, with a display area

containing a pixel matrix of 352 columns with a pixel pitch of 20 mm, capable of displaying

three lines, using an 18-inch font that meets the height to width ratio and character spacing

in the MUTCD, Section 2L.04 paragraphs 05, 06, and 08.

o LSDMS - Front access, full matrix, full color LED, 18-inch character, with a display area

containing a pixel matrix of 352 columns with a pixel pitch of 20 mm, capable of displaying

one line, using an 18-inch font that meets the height to width ratio and character spacing in

the MUTCD, Section 2L.04 paragraphs 05, 06, and 08.

o TADMS - Embedded, full matrix, full color LED, 18-inch character, with a display area

containing a pixel matrix of 144 columns with a pixel pitch of 20 mm, capable of displaying

one line, using an 18-inch font that meets the height to width ratio and character spacing in

the MUTCD, Section 2L.04 paragraphs 05, 06, and 08.

o ADMS - Front access, full matrix, full color LED, 18-inch character, with a display area

containing a pixel matrix of 288 columns with a pixel pitch of 20 mm, capable of displaying

three lines, using an 18-inch font that meets the height to width ratio and character spacing

in the MUTCD, Section 2L.04 paragraphs 05, 06, and 08.

• Provide a sign that meets the following housing face and LED display requirements:

o Group the LEDs in pixels consisting of discrete LEDs arranged in a continuous matrix

display with individual pixel addressability. Character-based matrix arrangements are not

acceptable.

o LEDs with a minimum lifetime of 100,000 hours of permanent use at an operating

temperature of 140 degrees Fahrenheit when driven at the specific forward current used for

normal daylight sign display operation. The Design-Build Firm as part of their sign

submittal is to clearly demonstrate (i.e., actual and/or extrapolated data) and/or discuss how

operations over expected extreme operating temperatures and relative humidity levels will

impact LED MTBF performance over extended time periods (percentage reduction of light

output over time).

• Deburr holes and/or surfaces where a cable passes through or runs along at any point and leave

void of any sharp edges that may damage the cable or wire passing through or along the surface.

Equip all deburred holes with a rubber or plastic grommet.

• Provide a design where all display elements and modules are solid state. No mechanical or

electromechanical elements or shutters shall be used.

• Provide a minimum of four drain holes or as accepted by the Department in the bottom of the

housing with water drain filter plug inserts or as approved by the Department. Water drain filter

plug inserts must be replaceable.

• Provide a 20A/120VAC duplex receptacle outlet for maintenance purposes within each sign

enclosure.

iii. Sign Support Structures and Components

The Design-Build Firm shall meet the following sign support requirements:

• FDMS

o Design with structure types shown in the ITS Concept Plans.

o Design with the FDMS positioned over the center of all general use travel lanes for one

direction of travel.

o Design and construct each FDMS structure with a walkway (catwalk) and safety railings

to accommodate access for maintenance without the need for lane closures.

▪ Design catwalks to extend to the center of the outside (right) shoulder.

Page 95: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 84 of 145

• ELDMS

o Design with structure types shown in the ITS Concept Plans.

o Design with the ELDMS positioned over the center of all express lanes for one direction

of travel.

o Design and construct each ELDMS structure with a walkway (catwalk) and safety railings

to accommodate access for maintenance without the need for lane closures.

▪ Design catwalks to extend to the center of the outside (right) shoulder.

• LSDMS/TADMS

o Design LSDMS/TADMS structures with sign mounting support locations for attachment

to static signs installed on the structures. The points of attachment must be located to

minimize vibration or deflection of the sign housing, and/or its structural members, and

allow ease of field attachment to the intended structure.

• ADMS

o Design with structure types shown in the ITS Concept Plans

o Design with the ADMS positioned over the outside approach lane such that a double lane

closure is not required for maintaining the entire ADMS.

All DMS shop drawings shall be signed and sealed by a Professional Engineer registered with the State of

Florida, Board of Professional Engineers.

d. CCTV Camera Subsystem

i. General Requirements

The Design-Build Firm shall meet the following general requirements:

• Design, procure, install, integrate, and test a CCTV camera subsystem that includes; CCTV camera

assemblies, mounting hardware, poles and foundations, camera lowering devices, ITS cabinets,

communications devices, remote-bootable PDUs, a network-manageable UPS subsystem, all

cabling, conduit, lightning protection systems which include air terminals, down conductors, surge

protection devices and grounding array, electrical service and all other items required or needed to

provide a complete CCTV camera subsystem.

• Demonstrate and verify CCTV coverage requirements as specified herein. The Design-Build Firm

is to conduct a 360-degree field of view video survey at the proposed camera height within a few

feet from the actual location of each proposed CCTV camera site utilizing a camera of the same

effective optical characteristics as the Design-Build Firm’s proposed CCTV camera. Clearly label

the location of the CCTV camera where the video survey is being conducted from.

o At least 4 weeks prior to performing the video survey, the Design-Build Firm shall submit

the CCTV camera survey procedures to the Department for approval. The procedures shall

document how the video survey will be performed and what materials will be used to

perform the video survey.

o The Design-Build firm shall submit the video survey to the Department for review and

approval as part of the 90% ITS Design Plans submittal. Rejected CCTV camera locations

may require additional surveys to be conducted by the original survey method, or bucket

truck with the Design-Build Firm’s proposed CCTV camera, at the Department’s

discretion, to refine the selection of the optimum site at no additional expense to the

Department. The pole location and camera height for each CCTV camera are subject to

approval by the Department.

o Provide a DVD clearly displaying the CCTV camera coverage from each proposed location

and height.

Page 96: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 85 of 145

• Integrate all new CCTV cameras into the existing District Seven RTMC video system with all new

CCTV cameras added to the existing I-275 tours.

• Include all necessary hardware and/or software at the head-end (i.e., District Seven RTMC) to

receive, decode, control and display streaming video and data from the field at the District Seven

RTMC.

• Ensure that the CCTV camera subsystem design creates multicast video streams that are able to be

shared with other TMCs in accordance with current industry standards.

ii. CCTV Camera Locations and Coverage Requirements

The Design-Build Firm shall meet the following CCTV camera locations and coverage requirements:

• Provide and submit the final locations, heights, and number of the CCTV cameras to be provided

on this Project to the Department as part of all phase submittals.

• CCTV cameras installed on the bridge structure shall be located outside of the rigid barrier on the

outside of the shared use path.

• Provide a CCTV camera subsystem which provides the following coverage:

o Incident Management:

▪ Maximum of 1/2 mile spacing on I-275.

• The maximum can be expanded to 3/5-mile spacing on the bridge for

optimizing the quantity and spacing of the ITS pilasters.

▪ 100% coverage of the I-275 lanes from shoulder-to-shoulder including the shared

use path and access roads. The coverage from existing CCTV cameras designated

to remain on the existing bridge may be accounted for to obatain 100% coverage.

The coverage from the existing CCTV cameras is shown on the ITS Concept

Plans.

▪ 100% coverage of the arterial at the interchange from shoulder-to-shoulder.

Arterial coverage is required at the interchanges for 1/2 mile in both directions on

the arterial measured from the centerline of the mainline of I-275.

▪ Coverage of I-275 and arterials shall be unobstructed from overpasses; existing

and proposed signs; existing and proposed sign structures; rigid barriers; existing

and proposed landscaping; existing and proposed lighting; and changes in

roadway geometry.

▪ Orient the CCTV camera on the pole to maximize visibility of I-275 and the

interchange ramps.

▪ Minimum mounting height of 50 feet above the highest elevation of the mainline

within 1/4 mile in each direction of the CCTV camera site.

o DMS Confirmation:

▪ Provide dedicated DMS confirmation CCTV cameras at locations that are

upstream from all Project DMS locations, to be inside of the cone of vision for

each location, and close enough such that all pixels of the DMS and any co-

located static signs text characters are readable and legible via the CCTV camera

without using zoom.

• Minimum distance from DMS shall be 100 feet.

▪ If one sign support structure has multiple DMSs of the same type (e.g., Toll

Amount Signs), then one DMS confirmation CCTV camera will be dedicated to

the group.

▪ DMS confirmation CCTV cameras shall not be considered for the 100% coverage

requirements.

Page 97: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 86 of 145

iii. Camera Assembly and Components

The Design-Build Firm shall meet the following CCTV camera assembly and components requirements:

• Provide a CCTV camera that is IP-based with internal encoder providing a minimum of two

simultaneous video streams; individually configurable (frame rate, resolution and bandwidth).

• Provide a CCTV camera that provides Pan-Tilt-Zoom (PTZ) capabilities for incident management.

• Provide a fixed or PTZ CCTV camera for dedicated DMS confirmation.

• Provide a CCTV camera that is housed in an environmental domed housing, pressurized, and is

watertight with all mounting hardware of the vertical type with no exposed camera control wiring.

• Provide a CCTV camera that is full High-Definition (HD) 1080P with minimum resolution of

1920x1080.

• Utilize Digital Signal Processor (DSP) technology and provide a camera zoom lens with an image

stabilizer to compensate for slight movements in the camera image.

iv. Camera Poles and Mounting

The Design-Build Firm shall meet the following CCTV camera pole and mounting requirements:

• Provide CCTV camera poles such that DMS confirmation CCTV cameras are installed at a

maximum height of three vertical feet above the top of the DMS.

• Designed so that the weatherhead is no more than 24 inches from the proposed CCTV camera

mounting location.

• Provide a design where each CCTV camera site is accessible by maintenance vehicles and

equipment without lane closure.

• Provide a level concrete pad area for maintenance personnel around all CCTV camera poles. The

concrete pad must provide sufficient surface area for one maintenance person to stand with the ITS

cabinet door open and a three-foot clear space. The concrete pad area must have a minimum

thickness of six inches.

• Power and communication pull boxes must be placed within the concrete pad area and flush to the

top of the concrete surface.

v. CLD

The Design-Build Firm shall meet the following CLD requirements:

• Provide a CLD on CCTV camera poles for all CCTV camera locations above 40 feet or more above

ground level at the CCTV camera pole.

• External-mounted CLDs are not to be allowed.

• Ensure the CCTV camera pole is designed and constructed such that the CLD hand holes are

oriented 180 degrees from the CCTV camera. The Design-Build Firm shall submit the details of

the placement of CLD and CCTV camera assemblies as part of the 90% phase submittal for the

Department’s review and approval.

• Provide two portable lowering tools with both a manual hand crank and a portable electric drill

motor with custom clutch adapter from the CLD manufacturer.

• No other devices on the CCTV camera pole shall interfere with the raising/lowering of any CCTV

camera on the same pole.

Page 98: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 87 of 145

e. Microwave Vehicle Detection Sensor (MVDS) Subsystem

i. General Requirements

The Design-Build Firm shall meet the following MVDS subsystem requirements:

• Design, procure, install, integrate, and test a MVDS subsystem that includes: MVDSs, poles and

foundations, mounting hardware, ITS cabinets, communications devices, remote-bootable PDUs,

network-manageable UPS subsystem, all cabling, lightning protection systems which include air

terminals, down conductors, surge protection devices and grounding array, conduit, electrical

service and all other items required or needed and specified herein to provide a complete MVDS

subsystem.

• Able to collect and process volume, speed, and occupancy data on a lane-by-lane basis for a single

direction of the roadway, including the lanes and auxiliary lanes.

• Recalibrate the MVDSs on the existing bridge structure for the final northbound lane configuration.

ii. Locations and Coverage Requirements

The Design-Build Firm shall meet the following MVDS locations and coverage requirements:

• Provide MVDSs covering all lanes and shoulders along I-275 at 1/2-mile maximum spacing for

general use lanes and at 1/4-mile maximum spacing for express lanes.

o Additional MVDSs are not required on the existing bridge structure.

• If occlusion is an issue, then the Design-Build Firm shall provide MVDSs as necessary to meet

spacing and performance parameters. The Design-Build Firm is responsible to design and

determine the final number of MVDS sites for this Project.

• More than four MVDSs shall not be located on a single pole.

• MVDSs on the bridge structure shall not be installed on the rigid barrier between the northbound

and southbound express lanes or on the rigid barrier adjacent to the outside shoulder for the

northbound express lanes.

• A single MVDS can be used to detect both general use lanes and express lanes.

• Design MVDS poles so that the weatherhead is no more than 24-inches from the MVDS device.

• Provide power to each MVDS as recommended and approved by the manufacturer. MVDS only

sites will be allowed to communicate and obtain power over multi-conductor copper cables to the

nearest ITS cabinet. Multi-conductor cables may include Ethernet cabling, RS-422/485 cabling,

and other cabling as approved by the Department. There shall be no splicing of the multi-conductor

cable. Each ITS device shall have its own multi-conductor cable. Cables cannot be shared between

multiple devices.

• Provide a design where each MVDS site is accessible by maintenance vehicles and equipment

without lane closure.

iii. MVDS Poles and Mounting

The Design-Build Firm shall meet the following MVDS pole and mounting requirements:

• Mount on dedicated poles or co-locate on CCTV camera poles. Devices co-located on poles shall

be designed with an extension arm if the CCTV camera has a lowering device. Devices shall not

be mounted on static sign structures, DMS structures, or luminaire poles.

• If installed on CCTV camera poles, the MVDS shall not interfere or block the use of the CLD.

• All devices shall be designed to not adversely impact the accuracy performance level of the MVDS.

Page 99: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 88 of 145

f. Road Weather Information System (RWIS) Subsystem

i. General Requirements

The Design-Build Firm shall meet the following RWIS general requirements:

• Design, procure, install, integrate, and test a RWIS subsystem that includes: RWIS environmental

sensors, pole/towers, mounting hardware, ITS cabinets, communications devices, remote-bootable

PDUs, network manageable UPS subsystems, lightning protection systems which include air

terminals, down conductors, surge protection devices and grounding arrays, conduit, electrical

service, and all other items required or needed and specified herein to provide a complete RWIS

subsystem that meets and/or exceeds the most current Standard or Developmental FDOT Standard

Specifications, along with the revised and/or additional requirements as specified herein.

• Furnish all new material with the most recently developed and approved product versions that meet

or exceed FDOT Developmental Specification Section 688, and listed in the FDOT’s Innovative

Product List (IPL).

• Install RWIS equipment/sensors at levels and with connections as specified by the manufacturer(s).

• Use only fiber-based Ethernet communications for this Project. No wireless communications will

be permitted.

• Utilize a cabinet for the sole purpose of the RWIS that is not co-located with any other devices on

this Project.

ii. RWIS Locations and Coverage Requirements

Review the preliminary RWIS site within the Project limits near the Howard Frankland Bridge as shown in

the ITS Concept Plans. The Design-Build Firm shall not install the RWIS near tree lines. Final site location

must be approved by the Department.

iii. RWIS Poles and Mounting

The Design-Build Firm shall meet the following RWIS poles and mounting requirements:

• Mount on a Type P-III pre-stressed concrete pole of a height required for the proper operation of

the equipment as defined by the vendor.

• Provide a level concrete pad area for the RWIS station. The pad area must provide sufficient surface

area for one maintenance person to stand with the ITS cabinet door open and a three-foot clear

space. The concrete pad area must have a minimum thickness of six inches. Power and

communication pull boxes must be placed within the concrete pad area and flush to the top of the

concrete surface.

g. Power Distribution Subsystem

i. General Requirements

The Design-Build Firm shall meet the following power distribution subsystem general requirements:

• Design, construct, install, integrate, and test an electrical power distribution subsystem within the

FDOT Right-of-Way consisting of underground power conduits and conductors, transformers,

generator backup systems, UPSs, remote resettable PDUs and all associated equipment and wiring.

Page 100: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 89 of 145

• Submit a signed and sealed Power Design Analysis Report that documents the power load, voltage

drop, generator backup calculations, and battery backup calculations. Calculate loads per National

Electric Code (NEC) requirements. All electrical equipment (including lights, fans, UPS battery

charging) shall be considered continuous loads. UPS battery charging load shall be included in the

calculated load. Maximum allowable voltage drop from the utility power service point to the ITS

cabinet and DMS housing outlets shall be less than 5%. In addition to the electrical load of the ITS

site, an additional 200W of power for future use must be provided for each new ITS cabinet. For

voltage drop calculations within the power report, the Design-Build Firm can assume that only one

of the maintenance receptacles in a cabinet will be in use at one time. This assumption shall use the

worst case scenario of one nine-amperes load at the farthest point on each circuit being used, and

shall be clearly identified within the power report.

ii. ITS Electrical Power Design Requirements

The Design-Build Firm shall meet the following ITS electrical power design minimum requirements:

• Do not locate electrical circuits 60 volts or under in same conduit or pull box with circuits over 60

volts.

• Do not locate AC electrical circuits in same conduit or pull box with DC circuits.

• Include copper wound step-up or step-down transformers as needed for each location.

• The EAG systems shall be connected to the ITS electrical sub-system and accounted for in the ITS

electrical power design.

• Provide a design that contains readily accessible, manually resettable, or replaceable circuit

protection devices (such as circuit breakers or fuses) for equipment and power source protection.

• The EOR shall contact and coordinate with the proper electrical utility company or companies to

ensure that the proposed electrical service is available at the designated locations. Each utility

contact’s name and telephone number must be placed in the electrical “Design Analysis Report”

and on the ‘released for construction electrical plans’. Electrical plans may not be released for

construction until coordination with utility companies is complete and each utility has agreed in

writing to provide electrical service to each required site.

• Provide a design that does not utilize solar power as a power solution for any ITS device and/or

subsystem for this Project.

• Provide a design that is capable of supplying nine amperes total to the maintenance receptacles

while not exceeding the supply voltage tolerance of 5 percent drop from the nominal 120 VAC

within the cabinet or any other point in the power circuit (link).

• Provide a design that does not include any exposed wiring.

• Size and install conductors according to NEC, NESC, and FDOT Standard Specifications.

• Provide all coordination of protection devices as required to minimize interruption of electrical

service to other areas of the power distribution subsystem.

• Provide outdoor-rated connections that are protected from moisture and water intrusion.

• Provide equipment that meets the latest NEMA 4X rating.

• Label power cables with one tag indicating direction or exit from underground facilities (i.e., pull

boxes, transformers, etc.) and label with the next point of connection (i.e., transformer 1 to

transformer 2).

o The Department must approve the tags used before the procurement and installation.

o All equipment must be numbered prior to tagging the cable to be accurate. The numbering

scheme shall be coordinated with the Department.

o Prior to energizing, the Department will inspect and approve the tagging.

• Electrical power design plans must include the following:

Page 101: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 90 of 145

o A design for an electrical service panel in each ITS cabinet based on the load requirement

of the ITS device(s), ITS cabinet, network equipment, UPS, and other electrical equipment

at each ITS device location.

o Clearly show all electrical requirements, electrical conduits including the electrical primary

paths from the utility points-of-service to the electrical service transformers, loads, wire

sizes, grounding, lightning and surge protection, meters, disconnects, generator plugs and

all elements necessary for a complete and functional design.

• Conduct a short circuit and protection coordination study for the designed power system and

document the study as part of the power distribution subsystem design documents.

• Any existing electrical components used to power the ITS devices on the existing bridge shall be

upgraded to meet NEC requirements.

• Provide final electrical plans that are signed and sealed by a Professional Engineer registered with

the State of Florida Board of Professional Engineers.

iii. Power Service Point

• Provide a design that minimizes the number of power service points.

• The ITS shall have a meter independent of other disciplines (e.g., lighting, tolling, etc.)

• Design and provide all power service points with the utilization of an automatically transferred

emergency generator. In the event of utility power loss, the site shall automatically transfer load to

the emergency generator. Include transformers, automatic transfer switches, and all elements

necessary to provide a complete and functioning back up system compatible with the provided

120/240VAC generator.

• Provide power service locations that are accessible by a 3/4 ton maintenance truck and that allow

refueling with fuel trucks with up to 100-foot-long hoses.

iv. PDU

Furnish and install new PDUs meeting the following minimum features and requirements inside all ITS

cabinets at all new ITS device sites within this Project’s limits:

• Provides the ability to remotely turn on and off power individually to any of the ITS and

communications/network equipment installed inside ITS cabinets.

• An internal web server interface for remote access and login.

• Battery backup must maintain connectivity during power outages.

• Web pages display power status.

• Ability to enable Auto-Ping feature to reboot devices automatically even during network outages.

• Front panel switches to allow immediate control for manual override, lockout, emergency-off and

reset.

• Digital voltage and current meters monitor current and wattage on each bus individually.

• Backlit LCD displays status and user-programmable messages.

• Multi-user logins and SYSLOG reports for management.

• Internal audio alarm with programmable warning alerts.

• Outlets & Receptacles - 12 x outlets NEMA 5-15R, 15A, or more as required based on the number

of devices.

• Two additional outlets feed un-switched power to “always-on” devices.

• Two separate power cords on A/B circuits provide a total of 30 amps of power.

• Surge Suppression - Dual Metal Oxide Varistor (MOV), 3600J rating.

• Ethernet Interface - 10/100 autosensing, Static IP, port selectable, RJ-45.

Page 102: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 91 of 145

• Internal/External Script.

• Web Controlled.

• Operating Temperature -30º to 170ºF (-34º to 76ºC).

v. Transformers

The Design-Build Firm shall meet the following transformers requirements:

• Design, construct, install, and integrate a dry-type transformer (ITS device transformer) at each of

the ITS cabinets, as required, to step-down from the voltage supplied from the underground

distribution wire to the 120/240v power requirement for that location. Aluminum wound

transformers are not acceptable.

• Equip with two 2.5 percent taps above and two 2.5 percent taps below normal voltage. All taps

must be full capacity taps. However, the Design-Build Firm shall not include the plus or minus tap

in the voltage drop calculations during the design of the power distribution subsystem.

vi. Generators and Automatic Transfer Switch (ATS) Requirements

The Design-Build Firm shall meet the following generator and ATS requirements:

• Design, construct, install, and integrate permanent diesel fuel generators that includes the

following: engine, alternator, engine generator set controls, sound attenuated engine generator set

enclosure, fuel storage tank, and ATS.

• Placed at the power service points and not located under a structure, tree or other element that may

be damaged by hot exhaust gases.

• Connected to each power feeder transformer via the ATS to automatically assume and power the

loads of the ITS cabinet in the event of an interruption of commercial power.

• Provide generators with the following characteristics:

o All generators from the same Manufacturer.

o Supplies a single phase 120/240 VAC output.

o Classified in accordance with NFPA 110 as Level 2, Type 10.

o Standby power rating in accordance with ISO 3046/1.

o Engine generator that uses an engine mounted radiator with a pusher type radiator fan.

o Doors that are hinged and removable.

o Noise reduction.

o Block heater

o Operates properly inside the sound attenuated engine generator set enclosure at rated (full)

load with the outdoor ambient temperature ranging from 0º to 105ºF (-18º to 40ºC), at up

to 100 percent condensing relative humidity.

o Wind rated in “miles per hour” by the manufacturer in accordance with the Wind-borne

Debris Region map published in the current Florida Building Code (FBC).

• Provide generators sized per the following requirements:

o Handle all of the ITS cabinets, cabinet components, power panels, circuit breakers, and all

equipment plus the load of recharging all of the UPS batteries which may be drained. The

1,000 Volt Amp (KVA) rating of the engine generator must apply while operating inside a

weather protective enclosure, and at an ambient temperature of 110 degrees Fahrenheit,

and at an elevation of 100 feet above sea level.

o Handle at least 125 percent of continuous load.

Page 103: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 92 of 145

▪ All ITS equipment loads shall be considered continuous loads for the design

calculations and the design documents. The equipment loads shall be derived from

the nameplate data or actual measured maximum continuous current.

• Design so that full standby rated output is available with varying loads for the duration of the

interruption of the normal source power.

• Provide batteries with battery rack and cables sized as necessary. A battery charger must be

provided as approved by the Department.

• Provide engine generator set controls that are compatible with District Seven existing permanent

generator hardware and software used by the Department.

o Include a module that allows connectivity between the controller and Ethernet switch. The

controller must be assigned an individual IP address and have full functionality and

monitoring of the generator at the District Seven RTMC.

o Provide with all software as required.

• Design, procure, install, and integrate a diesel fuel tank sized to fuel the generator as the redundant

power supply for 24/48 continuous hours of runtime at full/half load for the ITS devices and

communication equipment. The generator fuel tank must meet all local, state, federal, and

environmental regulations and:

o Be double wall steel construction with 110 percent spill containment.

o Include standard vent and emergency vent.

o Provide fuel leak detection wired to controller alarm.

vii. UPS Requirements

The Design-Build Firm shall meet the following UPS requirements:

• Supply all electronic components housed in and associated with the ITS cabinets with resettable

UPSs for a minimum of 15 minutes in the event of power loss. Maintenance outlets are not required

to be backed up by the UPS.

• Be provided with batteries with a replacement warranty for the period of the warranty period

specified herein. The warranty shall cover the cost of new batteries if the battery capacity falls

below one half of the original battery capacity, and cover the shipping cost to and from the

manufacturer.

• Provide a manual / maintenance by-pass switch. The switch must not cause a power outage to the

power source when it is put in by-pass mode and/or UPS mode.

• Ensure that the UPS is generator compatible to ensure power to protected equipment is free from

voltage spikes, drops, ripples, or noise when generator power is used.

• Be capable of monitoring output voltage levels for a minimum of two zones via the use of dry

contacts using the normally closed interlock switches or as directed by the Department.

• Supply a SNMP interface to determine operational status of the UPS, the internal UPS temperature

and the external temperature as recorded by a remote sensor mounted elsewhere in the cabinet, and

state of the cabinet door switch(es) (open or closed) and Surge Protection Device (SPD) failures

(open or closed SPD alarm contacts).

• Designed and integrated to send mail alerts/events over the ITS Ethernet network, such as: contact

status (door status), SPD status, power loss, battery levels, alarms, and power restored.

• Furnish, configure, and integrate any software as required to monitor the UPSs from the District

Seven RTMC.

Page 104: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 93 of 145

h. ITS Conduit, Pull Boxes, Junction Boxes, and Splice Vaults

i. General Requirements

The Design-Build Firm shall meet the following ITS conduit, pull box, junction box, and splice vault

general requirements:

• Place communications pull boxes and splice vaults away from any area prone to flooding, water

collection or water drainage. Any changes to this requirement must be approved by the Department.

• Furnish and install communications pull boxes / junction boxes with a maximum spacing of 1,000

feet.

• Furnish and install electrical pull boxes / junction boxes with a maximum spacing of 800 feet.

• Provide two electronic box marker receivers where the radio frequency of the electronic box

markers is the same as existing electronic box marker receivers currently used by District Seven.

Coordinate with the Department to obtain the existing radio frequency.

• Provide a security system on all electrical ITS pull boxes to prevent theft of copper cable. The

security system shall include, as a minimum, a system for securing the lid that includes hardened

metal bars and locks/bolts with unique keys that are compatible with the existing security system.

Ten keys shall be provided for the RTMC. The keys shall be delivered to the District upon Final

Acceptance. The security system shall also include a 12-inch thick concrete mowing apron,

supplemental security locking systems, and/or other systems designed and proven to deter theft. If

the electrical pull box is incorporated into a concrete apron with a splice vault and/or a maintenance

concrete pad, a 6-inch thick concrete mowing apron can be provided in lieu of the 12-inch thick

concrete mowing apron. The Design-Build Firm shall submit the security system to the Department

for review and approval with other required design submittals.

• Electrical ITS pull boxes shall be a minimum of 24 inches long by 18 inches wide by 12 inches

deep. Ensure that the pull box is large enough to house non-fiber cables, as required, without

subjecting the cables to bend radii less than industry standards for the types and diameters of cables

in the box.

• Provide a pull tape or rope with a tensile strength of at least 1,250 pounds in each empty or spare

conduit. Terminate the ends of the pull tape or rope to prevent them from inadvertently entering

the conduit.

• Connect all pole-mounted or above-grade enclosures or ITS cabinets with rigid aluminum conduit.

• Install conduit(s) perpendicular to the roadway when crossing an interchange ramp, crossroad or

other roadway.

ii. Non-Bridge Section

The Design-Build Firm shall meet the following requirements for the installation of ITS conduit, junction

boxes, and splice vaults not on the bridge structure:

• Communications Conduit: Provide, as a minimum, one 4-inch outer conduit with two 1¼-inch and

one 1-inch standard inside dimension ratio (SIDR) inner-ducts. The 1-inch inner-duct shall be used

for fiber optic cable, the two 1¼-inch inner-ducts shall be spares. The inner-ducts shall be colored

orange (1-inch), gray (1¼-inch) and green (1¼-inch). Install the locate wire within the outer duct.

o South of Howard Frankland Bridge, install the Communications Conduit on both sides of

the roadway.

o North of Howard Frankland Bridge, install the Communications Conduit on the

northbound side of the roadway.

Page 105: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 94 of 145

• Provide, as a minimum, two 2-inch conduit for composite / low voltage communications cables

separate from the 4-inch outer conduit.

• Electrical Conduit: Provide, as a minimum, one 2-inch conduit for ITS electrical power conductors.

Design-Build Firm will determine the number of electrical conduits depending on the number of

devices that are serviced. Electrical conduit must be separate from ITS communications conduit.

• Pull boxes and splice vaults installed on shoulders must be H20 or HS20 load rated and include a

solid bottom with provisions for weep holes and conduit entry.

• Install an electronic box marker in each pull box and splice vault. Install a minimum 10-inch

telecommunications grounding main buss-bar (TGMB) inside each fiber splice vault for grounding

the locate wire.

• The TGMB must identify the direction of each locate wire, (e.g., North I-275, South 4th St, etc.)

with a metal stamping as approved by the Department.

iii. Bridge Section

The Design-Build Firm shall meet the following requirements for the installation of ITS conduit, junction

boxes, and splice vaults on the bridge structure:

• Communications Conduit: Provide, as a minimum, two 1¼-inch and one 1-inch standard SIDR

conduits in the rigid barrier on the outside of the shared use path or as approved by the Department.

o The locate wire shall terminate in the first junction box in the rigid barrier wall.

• Provide, as a minimum, one 2-inch conduit for composite / low voltage communications cables.

o The conduit(s) shall be located in the rigid barrier wall between the southbound general

use lanes and the shared use path.

• Electrical Conduit: Provide, as a minimum, one 2-inch conduit for ITS electrical power conductors.

Install the 2-inch conduit in the rigid barrier on the outside of the shared use path or as approved

by the Department. Design-Build Firm will determine the number of electrical conduits depending

on the number of devices that are serviced. Electrical conduit must be separate from ITS

communications conduit.

• Pull boxes and splice vaults shall not be located within the deck of the shared use path.

i. ITS Cabinets and Small Equipment Enclosures

i. General Requirements

Design, procure, install, and test ITS cabinets and small equipment enclosures for CCTV camera, MVDS,

RWIS, FDMS, ADMS, ELDMS, TADMS, and LSDMS locations. ITS cabinets and enclosures shall be

sized, as required, to house all ITS equipment, network switches, fiber patch panels, power components,

surge protection, and network manageable and resettable UPS with batteries. The Design-Build Firm shall

meet the following ITS cabinet and small equipment enclosure requirements:

• Provide ITS cabinets, as a minimum, consisting of three types and sizes:

o Base Mounted Type 334 cabinet with sunshields with foundation and attachment hardware.

o Pole Mounted Type 336S cabinet with sunshields with all mounting hardware.

o Pole Mounted RWIS cabinet per Developmental Specifications Section 688-2.4 with all

mounting hardware.

o If more space is required, the Design-Build Firm may propose a larger cabinet or a

matching cabinet to house the associated equipment / components. No “piggyback” style

or “add-on” cabinets will be accepted.

• Meet the following minimum ITS cabinet location and orientation requirements:

Page 106: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 95 of 145

o Base Mounted Type 334 cabinets on the bridge shall be mounted on ITS pilasters, located

on the north side of the bridge, and be maintainable from the shared use path.

▪ The ITS pilasters shall meet all OSHA requirements and device accessibility.

▪ Pole Mounted Type 336S cabinets are not allowed on the bridge structure.

o Provide a single ITS cabinet for devices located within 300 feet to reduce construction and

maintenance costs.

o RWIS shall have its own cabinet that is not shared with other ITS devices.

o When the doors are fully opened, must allow maintenance personnel adequate space to

perform work within the FDOT Right-of-Way.

o Orient such that the ITS cabinet or the small equipment enclosure and doors avoid any

conflicts with lowering cameras.

• Provide all ITS cabinets with a minimum of two switched interior mounted NEMA 5-15R type,

120-volt, 60 Hz outdoor rated ground fault circuit interrupter (GFCI) electrical receptacles to

supply power for devices and/or maintenance equipment (including shop-vac and laptops) while in

the field. The GFCI electrical receptacles must be connected to a dedicated circuit breaker with a

minimum rating of 20 amps.

• Provide a minimum of seven 2-inch conduits into the Base Mounted Type 334 cabinets. The

conduits are to be routed as follows:

o Two 2-inch conduits to the splice vault

o Two 2-inch conduits to the electrical pull box/junction box

o Three 2-inch conduits to the composite / low voltage communications pull boxes

• Configure and organize ITS cabinets containing the same/similar type equipment as follows:

o Components must be mounted by the same means and in the same locations from one

similar cabinet to the next.

o Power cords must be connected to the same outlets.

o Devices must be plugged into the same ports on the MFES. (such as device servers would

be plugged into port seven at all cabinets).

o Fiber optic patch cables must be connected in the same way (such as the fiber heading north

is always on port one, etc.).

No loose cabling or equipment within the ITS cabinet will be permitted. All internal components must be

permanently mounted and cables must be of proper length with some slack for movement within the ITS

cabinet. No cable is to be routed across the face of the cabinet. Cables must be carefully and neatly routed

within the ITS cabinet and loosely tied so as to not crimp or deform the cables.

j. ITS Grounding, Lightning, and Surge Protection

The Design-Build Firm shall meet all ITS grounding, lightning, surge protection requirements and:

• Meet and/or exceed the requirements and/or recommendations of the NEC, UL 96A, and IEEE.

• For the ITS on the bridge structure, connect the ITS grounding system to the overall bridge

grounding system.

o Design the ITS grounding system on the bridge such that the ITS grounding system is not

in the path of least resistance for other grounding systems on the bridge.

• Include directly connected thermally protected MOVs.

• Provide a Neutral-Ground bond at the first disconnect after the step-down transformer.

• Provide a bonding jumper from the transformer neutral to ground at the transformer.

• Provide solid-state bi-directional operation for both Type 1 and Type 2 SPDs.

Page 107: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 96 of 145

k. Labeling Requirements

The Design-Build Firm shall meet the following labeling requirements:

• Submit a labeling plan to the Department based on basic parameters provided by the District

maintenance contractor as part of phase submittals for review and approval prior to procurement or

installation. The labeling plan must show how the Design-Build Firm will label each ITS device

listed herein and the mechanism and materials used to create each label.

• All labels must meet the exposure, legibility, defacement and adhesion requirements (as applicable

and depending on its location) as specified in TIA/EIA-606-A and UL 969.

• All labels must be printed or generated by a “mechanical device” (e.g., handheld/portable systems,

or a tabletop laser, inkjet, dot-matrix, or thermal-transfer printer). Handwritten labels are not

acceptable.

• Provide labels that are durable, long-lasting and resistant to UV, extreme temperatures, solvents,

chemicals, and moisture.

• Letter size shall not be smaller than 12 point (approx. 1/8-inch tall characters), include appropriate

bold font w/o serifs and be upper case (all capital letters).

• Be consistent by cable and ITS device type, be permanently printed and clearly visible during the

installation of, and normal maintenance of, the infrastructure and equipment.

• Provide labels affixed to cables that are flexible and allow for cable movements, bending, and

twisting.

• Furnish and provide all labor, equipment, supplies and materials for labeling of fiber optic cabling

(backbone and lateral cables), cabinets, enclosures, fiber patch panels, patch cables, and all

equipment as shown on the Design-Build Firm’s ITS Plans.

l. ITS Devices and Ancillary Equipment Elements Submittal Process

The Design-Build Firm shall comply with all of the following submittal requirements for ITS devices and

ancillary equipment elements:

• Provide descriptive documentation (including manufacturer cut-sheets and brochures, drawings,

manuals, etc.) for each type of ITS device and ancillary equipment element proposed for this Project

to demonstrate that the intended item fully meets the requirements as per the Contract Documents.

• All submittals are to be clearly indicated/marked on submitted materials (including manufacturer

product cut-sheets) in regards to what specific materials, parts, models, accessories, and/or

configurations are proposed.

• Each submittal shall be clearly cross referenced to the ITS RTVM by specific section(s) and/or

subsection(s) to make it clear to the reviewer what requirements within this RFP are being

referenced.

• Each submittal cover letter shall indicate whether the Design-Build Firm believes the proposed ITS

device or ancillary equipment element submitted is in full compliance with the relevant portion(s)

of the RTVM. Any exception or requested variance to the Contract Documents shall be clearly

indicated and documented in regard to justification for a change, upgrade, or modification to the

contract requirements and submitted to the Department for review and approval.

• Indicate compliance of the proposed ITS device or ancillary equipment element by the word

“Comply” followed by each paragraph number. Indicate an exception to the requirement by the

word “Exception” followed by the applicable paragraph number. Should the proposed material not

entirely comply with the requirements specified, but ultimately achieve the intent, the Design-Build

Firm shall explain fully the extent, or lack thereof, of compliance for the applicable ITS device or

ancillary equipment element proposed.

Page 108: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 97 of 145

• Submit 1 electronic copy of each submittal package to the District Seven RTMC for approval.

Any submittals that do not comply with the above requirements will be returned to the Design-Build Firm

for re-submittal. The schedule will not be adjusted as a result of re-submittals.

m. Existing ITS

An inventory of the existing ITS in included in Reference Document R007.02.C. The Department or its

designee shall conduct field surveys and provide a complete inventory with locations of all existing ITS

components and infrastructures within the Project limits within 60 calendar days of request.

The Design-Build Firm shall prepare and submit to the Department a Maintenance of Communications

(MOC) plan. The MOC plan shall detail and document existing ITS equipment and report which devices

will be removed, relocated, or impacted by Project work. Authorized removal of existing devices will be

verified operational by the Department or its designee before the Design-Build Firm is allowed to remove

or relocate the device. Temporary wireless communications shall not be allowed.

For all existing communications and devices outside the Project limits that are affected by the Project or

actions of the Design-Build Firm, the Design-Build Firm shall coordinate with the District Seven ITS

maintenance contractor to ensure continuity and working conditions of said communications and devices

such that they are not negatively impacted in any way.

n. ITS Repair Plan

The Design-Build Firm shall prepare and submit an ITS Repair Plan. The ITS Repair Plan shall outline the

procedures, resources and points of contact for a step-by-step guideline in the event the Design-Build Firm

damages any ITS infrastructure within or adjacent to the Project limits. The ITS Repair Plan must be

approved by the Department before any work within Project limits commences.

o. ITS Maintenance

The Design-Build Firm shall coordinate with Department or it’s designee for all existing ITS maintenance

activities in or adjacent to the Project limits.

p. District Seven RTMC Operations and Control Room Retrofit

i. General Requirements

The District Seven RTMC is a regional command center that houses the Department’s ITS Operations staff

who monitor traffic, disseminate traveler information and dispatch incident management services 24 hours

per day, seven days a week, 365 days a year. The District Seven RTMC is located at 11201 N. McKinley

Drive, Tampa, FL 33612. The main objective of the RTMC Control Room retrofit is to support additional

RTMC operations in preparation of the on-going and upcoming Express Lanes and toll road projects. This

work includes reconfiguring the floor plan to add additional console assemblies, adjusting the operations

floor from two to one elevation, modifying the main video wall to provide full view by operators, and

installing network and electrical cabling to support seven existing console assemblies, four new console

assemblies, and seven future console assemblies.

The Design-Build Firm shall meet the following District Seven RTMC Control Room Retrofit general

requirements:

Page 109: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 98 of 145

• Develop design plans for the RTMC Control Room reconfiguration.

• Execute a two-staged transition plan to accomplish a smooth transition with minimum disruptions

to the existing RTMC Operations and Florida Highway Patrol (FHP) Dispatch staff, systems, and

equipment during Project construction phase.

• Obtain all necessary permits to perform the work.

• Reconfigure the existing consoles as shown in Reference Document R002.F (Phase 1A) and

designated by the FDOT Operations Manager.

• Any temporary relocation and/or storage of existing console assemblies shall be approved by the

RTMC Operations Manager.

• Relocate the existing workstation computer equipment as designated by the FDOT Operations

Manager.

• Furnish and install 4 new console assemblies as shown in Reference Document R002.F (Phase 1A)

unless otherwise approved by the RTMC Operations Manager.

• Furnish and install cabling, power assemblies, floor access points, and ancillary equipment to

facilitate the layout of the existing console assemblies, new console assemblies, and future console

assemblies as shown in Reference Document R002.F (Phase 1A).

• Furnish and install cabling, power assemblies, floor access points, and ancillary equipment to

facilitate future layout as shown in Reference Document R002.F (Phase 1B).

o Any floor access points and cabling to facilitate future layout shall be covered and secured

in such a way as to meet all building and safety codes, not be a safety or tripping hazard,

and approved by the RTMC Operations Manager.

• Furnish and install 12 new Statewide Law Enforcement Radio System (SLERS) radio remotes,

pedals, cabling and other ancillary equipment for the new console assemblies.

• Furnish and install cabling and ancillary equipment to facilitate the future installation of SLERS

radios at 6 future console assemblies in the RTMC Control Room and 20 console assemblies in the

FHP Operations Room. Access to the FHP Operations Room to be coordinated with the

Department.

• Furnish and install new workstation computer equipment consisting of:

o 4 workstations for new consoles

o 27 total monitors

▪ 5 units of 32” computer display monitors

• 4 units for new consoles

• 1 unit for installation in communications equipment room

▪ 18 units of 27” computer display monitors

• 16 units for new consoles

• 2 units for installation in communications equipment room

▪ 4 central control keyboards

o Miscellaneous cabling and other peripherals

• Remove existing monitors above existing video wall and return to the Department.

• Furnish and install 10 wall mount 40” monitors and mounting brackets to the left of the video wall

as shown in Reference Document R002.F unless otherwise approved by the RTMC Operations

Manager.

• Furnish and install four-65” monitors and ceiling hanging mounts between the RTMC Control

Room operations area and the FHP Operations Room.

• Existing floor tiles to be removed and reinstalled for final floor configuration.

• Any floor tiles damaged during construction shall be replaced by the Design-Build Firm at no

additional cost to the Department.

• Provide access points in raised flooring, flooring tiles, and flooring covering for console and

console assembly equipment as shown in Reference Document R002.F (Phase 1A and Phase 1B).

Page 110: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 99 of 145

• Remove and dispose existing lighting fixtures.

• Furnish and install new indirect/direct light fixtures, and task lighting into new consoles.

• Evaluate and upgrade existing power and back-up UPS capabilities to support new work elements

including the video wall relocation.

o UPS shall be capable of providing back-up power to the Control Room and

Communications Equipment Room for 10 minutes at full load to allow systems to perform

proper shutdown.

• Furnish and install all necessary electrical components (e.g. power outlets, low voltage cabling,

conduit raceway system, etc.) necessary to support the new work elements including the video wall

relocation.

• Furnish and install all mounting hardware and support structure components necessary to relocate

the bottom row of video wall display cubes to the top.

• Furnish and install all ancillary communications and power cabling as necessary to make the video

wall operational.

• Integrate and configure the relocated video wall display cubes with the existing video wall

controller system and with existing video wall display cubes to ensure a seamless video wall

system.

• Demonstrate that the relocated video wall display cubes are fully functional and operational and

seek approval from the RTMC Operations Manager with respect to the quality of image and

graphics displayed on the system.

• Perform all required fabrication work including final fit and finish as needed for the installation of

the video wall display cubes. Perform all necessary aesthetic work as necessary to ensure that the

RTMC video wall is restored to original condition or better condition, including but not limited to

dry wall construction, painting, flooring, fabric based facade work that matches with the existing

video wall decor, etc. Any damages to the existing FDOT equipment or facility as a result of the

Design-Build Firm’s Work shall be repaired and documented by the Design-Build Firm at no

additional cost to the Department

• Evaluate and modify existing automatic sprinkler protection to allow for additional sprinkler

coverage for the Control Room, Communications Equipment Room, and Video Projection Room

as required by code.

• Evaluate, furnish, and install additional fire protection mechanisms/features (e.g. fire sprinklers and

others) to meet all applicable standards and guidelines and ensure they have easy accessibility for

regular checks and maintenance.

• Evaluate, test, and balance the HVAC systems for the temporary Control Room (during the

transition period), Control Room, Communications Equipment Room, and UPS room upon

completion of construction phase of the Project.

• Perform in person testing and training using manufacturer trained technicians.

• Provide warranty services.

o Including manufacturer’s warranties covering defects in accordance with Standard

Specifications Section 5-11 and Standard Specifications Section 608 for the timeframes

specified in this RFP document. The timeframes begin at the date of final acceptance by

the Department.

The Design-Build Firm shall be responsible for complying with all applicable local ordinances, codes,

inspections, and regulations. The Design-Build Firm shall acquire and properly display, without cost to the

Department, all necessary construction permits and/or Licenses. All work shall meet the (NEC) and (FBC).

The Design-Build Firm shall secure all the permits, make arrangements for all the connections, etc., on

relevant issues that will be required for designing, installing, and operating the Project elements. Based on

preliminary research, it is anticipated that the Design-Build Firm shall need to obtain permits from the City

Page 111: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 100 of 145

of Tampa, Hillsborough County and State Fire Marshall’s office for this Project. This information is

provided as a reference only and the Design-Build Firm is responsible to perform independent permit needs

assessment and procure permits as necessary based on the work described in this RFP document. The

Design-Build Firm shall provide all required documentation and coordinate with all agencies as necessary

to obtain the required permits to complete the Project. The Design-Build Firm shall be responsible for all

permit application fees for this Project. The Design-Build Firm shall ensure that adequate permit review

and approval time from all permit review agencies are allocated in the Project schedule.

The Design-Build Firm shall be responsible for performing all electrical related work for the installation of

the Project elements. The Design-Build Firm shall make any required changes, additions, or upgrades to

the existing electrical panels, wiring, outlets and connectors that the Design-Build Firm may deem

necessary to adequately power all of the equipment proposed for this Project. Any changes and/or additions

must be formally submitted to the Department for approval in the form of proposed plan sheets, signed and

sealed by an Electrical Engineer registered in the State of Florida. Any changes to the electrical building

wiring shall be in accordance with all applicable local codes/permits and comply with NEC. The Design-

Build Firm shall design and install each Project element to protect personnel from exposure to high voltage

during equipment construction, operation, and maintenance.

The Design-Build Firm shall be responsible for all tools and equipment necessary for accessing, removing,

and installing Project elements. These include hydraulic lift platforms, ladders, or other tools necessary to

perform the jobs described in the Contract documents.

All work persons employed by the Design-Build Firm for performing work on this Project, shall be skilled

in the relevant aspect of installation, operation, maintenance, and repair of the equipment used on this

Project by evidence of their experience and factory or manufacturer certifications. No part or attachment

shall be substituted or applied contrary to the manufacturer’s recommendations and standard practices.

The Design-Build Firm shall be responsible for the storage of the new Project elements prior to the

installation. The Design-Build Firm shall also be responsible for any storage of existing items required

during renovation and should be identified as such in the Transition Plan. The RTMC building shall not be

used for storage of the new Project elements prior to installation. All elements designated for removal shall

be replaced by the Design-Build Firm within 24 hours from removing from the RTMC.

The Design-Build Firm shall ensure that all doors and exits are accessible at all times during the

construction and installation process while maintaining security.

The Design-Build Firm shall ensure that an aesthetic appearance is attained after the installation of the

Project elements. The Design-Build Firm shall restore all disturbed areas per the Project requirements. This

includes, but is not limited to dry wall construction, painting, flooring, fabric based facade work that

matches with the existing control room decor, furniture, lighting, etc.

The Department shall be the final authority having jurisdiction regarding issues of structural integrity and

aesthetic appearance.

The Design-Build Firm shall be responsible for design, preparation of all documentation related to the

acquisition of all permits, demolition, construction, and installation on or before the Project completion

date.

The Design-Build Firm shall be responsible for verification of existing conditions, including research of all

existing Department records and other information. By execution of the contract, the Design-Build Firm

Page 112: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 101 of 145

specifically acknowledges and agrees that the Design-Build Firm is contracting and being compensated for

performing adequate investigations of existing site conditions sufficient to support the design developed by

the Design-Build Firm and that any information is being provided merely to assist the Design-Build Firm

in completing adequate site investigations. Notwithstanding any other provision in the Contract documents

to the contrary, no additional compensation will be paid in the event of any inaccuracies in the preliminary

information.

The Design-Build Firm shall follow the functional design and construction criteria specified in this section.

All electronic equipment shall be of solid-state and modular construction. Individual electrical components

in any module shall be removable and replaceable without resultant damage or reducing the life of the

module or equipment. The design shall be such as to prevent reversed assembly or installation of connectors,

fasteners, etc. Interlocks shall be installed to prevent possible malfunction or personnel hazards that might

occur by improper installation of equipment connectors or exposure to hazardous voltages or laser light

levels.

ii. Applicable Architectural Requirements

The Design-Build Firm shall design and build all renovations and additions to meet or exceed all Florida

Building Codes as listed below. The design shall provide for a cohesive and complete operational solution

to the Clients program.

2017 Florida Building Code – Existing Building

2017 Florida Building Code – Accessibility

2017 Florida Building Code – Building

2017 Florida Building Code – Energy Conservation

2017 Florida Building Code – Mechanical

2017 Florida Building Code – Plumbing

2017 Florida Building Code – Fuel Gas

The Design-Build Firm shall evaluate and modify the existing Control Room as required to accommodate

the additional consoles and their operations as described in the ITS section of this document. The entire

floor area will receive a new aluminum raised floor and floor wall base finished to accommodate the

additional and upgraded wiring. This shall be a system that is designed for easy and frequent access. In

doing so all access points and ramps shall be Americans with Disabilities Act (ADA) compatible and meet

all Florida Building Codes. The doors into the Control Room shall be replaced and reconfigured for

compliance with the ADA.

The Design-Build Firm shall also design and provide the proposed improvements as listed below at a

minimum:

• New wall, ceiling and floor finishes at all renovated areas. These finishes shall be coordinated with

the Client, all user groups and all mechanical, electrical, ITS and fire protection systems as listed

in this document. All finishes shall be appropriate to a Traffic Management Center.

• Removal of the lower level raised floor in front of video wall and add a new raised floor to match

the upper raised floor elevation.

• New Control Room consoles, including chairs and all ancillary items. Reference the ITS sections

of this document for further information.

• New furniture for printers and storage. Reference the ITS sections of this document for further

information.

Page 113: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 102 of 145

• Addition of acoustical wall and/or ceiling panels. The Design-Build Firm shall retain a qualified

Acoustical Engineer to study the existing space and the proposed design and provide a report

documenting the proposed enhancements. The report shall be submitted prior to the 90% Plans for

the Department’s review and approval.

• Due to proposed floor elevation change to match the floor in front of the video wall with the upper

raised floor elevation, the Design-Build Firm shall do the following as shown in Reference

Document R002.G:

o Raise the height of the existing video wall such that operators in back of the Control Room

has a line of sight to the video wall.

▪ Video wall shall be a minimum of 66-in. above finished floor elevation.

▪ Account for standing operator console platform being utilized in the front.

o Adjust the ceiling height in front of the video wall to account for anticipated changes in the

video wall.

o All finishes and surfaces that are damaged or modified by this scope of work shall be

brought to a new condition.

iii. Mechanical Requirements

The Design-Build Firm shall evaluate the existing HVAC system as required to support the temporary

Control Room. The Design-Build Firm shall coordinate all the temporary Control Room requirements with

the RTMC Operations Manager. The HVAC evaluation shall be performed in strict compliance with the

Florida Building Code, Mechanical – 2017, American Society of Heating, Refrigerating and Air-

Conditioning Engineers (ASHRAE) 90.1 Energy Standard for Buildings, and all local regulations that may

apply. The Design-Build Firm shall be required to provide temporary portable air conditioning units,

portable heaters, flexible ductwork, and all other ancillary equipment and materials to supplement the

existing HVAC system in the temporary Control Room, if found to be necessary. The Design-Build Firm

shall also remove all temporary HVAC equipment and restore the temporary Control Room to its previous

configuration once the new Control Room is operational and utilized.

The Design-Build Firm shall perform a mechanical design to establish the new HVAC requirements for the

new Control Room space. The Design-Build Firm shall coordinate all the new Control Room requirements

with the RTMC Operations Manager. The HVAC design work shall be performed in strict compliance with

the Florida Building Code, Mechanical – 2017, ASHRAE 90.1 Energy Standard for Buildings, and all local

regulations that may apply. The Design-Build Firm shall then modify, adjust, and/or replace the existing

Air Handling Unit, ductwork, return and supply diffusers, dampers, support systems, VAV boxes, HVAC

controls, and all other HVAC equipment and materials as necessary to fully support the new Control Room.

The Design-Build Firm shall coordinate and accommodate all improvements and modifications as

described in the Applicable Architectural Requirements section of the RFP with the HVAC system. The

Design-Build Firm shall be responsible for balancing and testing the HVAC system to ensure code

compliance and proper operation in accordance with the Contract Documents.

iv. Plumbing Requirements

The Design-Build Firm shall evaluate and confirm that the proposed additional occupant load due to the

renovation of the RTMC does not affect the total building plumbing fixture counts. The Design-Build Firm

shall coordinate all the new requirements with the RTMC Operations Manager. The plumbing evaluation

shall be performed in strict compliance with the Florida Building Code, Plumbing – 2017, and all local

regulations. The Design-Build Firm shall modify the existing plumbing system as required to comply with

new plumbing requirements, if necessary.

Page 114: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 103 of 145

v. Fire Protection Requirements

The Design-Build Firm shall evaluate and modify the existing fire protection system as required to support

the temporary Control Room.

The Design-Build Firm shall evaluate the existing fire protection system located in the new Control Room.

The Design-Build Firm shall coordinate all the new requirements with the RTMC Operations Manager.

The fire protection evaluation shall be performed in strict compliance with the National Fire Protection

Association (NFPA) 13, Standard for the Installation of Sprinkler Systems and all local regulations that

may apply. The Design-Build Firm shall then modify the existing fire protection system including piping,

fittings, valves, sprinkler heads, and hanger systems as required to fully support the new Control Room

space. The Design-Build Firm shall coordinate and accommodate all improvements and modifications as

described in the Applicable Architectural Requirements section of this RFP with the fire protection system.

vi. Electrical Requirements

The following electrical systems shall be designed and installed by the Design-Build Firm including all

necessary hardware to make them both operational and code compliant. The work shall accommodate both

temporary and permanent conditions as required for staging and construction performed by the Design-

Build Firm.

1. Power Distribution System

a. The Design-Build Firm shall upgrade existing, replace existing, or

furnish and install new electrical power distribution system

equipment to accommodate the renovations as prescribed within

this document. A minimum of 20% spare breakers shall be

provided for future use within low voltage (< 480 VAC)

distribution panels which are modified or installed as new.

b. The Design-Build Firm shall deenergize, disconnect, demolish,

and remove any unused or abandoned electrical equipment

including wires, cables, panels, raceways, conduit, boxes, panels,

breakers, disconnects, transformers, and switches.

c. Electrical equipment to be designed or replaced shall include, but

not limited to the following devices:

i. Generators

ii. UPSs

iii. Panelboards

iv. ATSs

v. Circuit Breakers and Disconnects

vi. Cable and Wiring

vii. Conduits and Raceways

viii. Junction and Pull boxes

ix. Transformers

x. Sub-stations

2. Low Voltage Distribution

a. The Design-Build Firm shall design and install a low voltage

power distribution system to accommodate the end users

(operators) console equipment such as computers, monitors,

Page 115: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 104 of 145

lighting, heating, and general daily activities as described

elsewhere in this document. This shall include:

i. Light switches

ii. 120VAC outlets (both single and double gang as required)

iii. Power-Over-Ethernet (POE) outlets

iv. Surge protected circuits (as required)

v. UPS and non-UPS circuits

vi. Emergency and non-emergency circuits

3. Fire Alarm Systems

a. The Design-Build Firm shall modify, expand, design and install a

code compliant fire alarm system to accommodate the renovations

as described within this document. The system and devices shall

be designed and installed such that they are readily accessible for

routine inspection and maintenance. Work on the fire alarm

system shall include designing and installing:

i. Smoke, heat, flow, and HVAC duct sensors.

ii. Master alarm, Annunciator panels and sub (booster) panels

iii. Signs and emergency lighting

iv. Pull stations and fire extinguishers

v. Audible and visual notification devices

vi. Provide accessibility for routine inspections

4. Electrical Studies

a. The Design-Build Firm shall perform the following studies to

confirm design and equipment installed is code and safety

compliant back to the incoming source of power for the facility

from the electrical utility provider:

i. Arc Flash Hazard risk assessment and provide labels for all

new and existing equipment modified by the Design-Build

Firm.

ii. Coordination study to properly set timings and trips on

breakers and electrical safety devices.

iii. Short Circuit study.

b. All studies shall be submitted in written format with computer

software analysis files, shop drawings for devices to be installed

or modified, device settings as determined by the studies,

schematics, and one-line diagrams.

5. Interior Lighting – Control Room and FHP Operations Room

a. The Design-Build Firm shall perform the following work to

design and install a new interior lighting system to accommodate

the operations which take place within the RTMC including the

daily activities performed in the Control Room, FHP Operations

Room, and those performed by operator at their consoles:

Page 116: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 105 of 145

i. Remove, disconnect, and dispose the existing drop track

lighting system within the Control Room and FHP Operations

Room.

ii. Design and install a new lighting system utilizing high

efficiency Light Emitting Diode (LED) type luminaires. The

interior lighting system shall be controlled via a central control

panel which can manage light levels automatically in the

operations area.

6. Code Compliance

a. The electrical power distribution, fire alarm, and lighting systems

shall be designed and modified by the Design-Build Firm in

accordance with the following codes:

i. 2017 National Electrical Code (NEC) (NFPA 70)

ii. 2017 National Electrical Safety Code (NESC) IEEE

iii. 2018 National Fire Protection Code 70E (NFPA 70E)

iv. 2013 National Fire Protection Code 72 (NFPA 72)

v. 2017 National Fire Protection Code 75 (NFPA 75)

vi. 2018 National Fire Protection Code 101 (NFPA 101)

vii. 2019 National Fire Protection Code 110 (NFPA 110)

viii. 2017 National Fire Protection Code 780 (NFPA 780)

ix. Illuminating Engineering Society (IES) RP-1-12 American

National Standard Practice for Office Lighting

x. Illuminating Engineering Society (IES) HB-10-11 Lighting

Handbook, 10th Edition

xi. Illuminating Engineering Society (IES) DG-29-11 The

Commissioning Process Applied to Lighting and Control

Systems

xii. The American Society of Heating, Refrigerating and Air-

Conditioning Engineers (ASHRAE) 90.1

q. Transition Plan

The Design-Build Firm shall develop a transition plan to accomplish a smooth transition with no disruptions

to the existing RTMC Operations staff, systems and equipment during the Project construction and

installation phase. The Design-Build Firm shall adopt a two-phased transition approach:

• Phase 1: Transition of RTMC Operations staff, systems, and equipment from existing Control

Room to a temporary area in advance to the construction phase of Project.

• Phase 2: Transition of RTMC Operations staff, systems, and equipment from the temporary area to

the Control Room after completion of the construction phase of the Project.

The Design-Build Firm shall detail all the sequence of overall construction work activities and transition

plan phases 1 and 2 in a logical manner, which includes but not limited to transportation and storage of the

new equipment; disconnect and relocate of existing equipment and components; setup of temporary control

room operations; relocate of existing console assemblies and equipment, setup of new equipment and

components; install communications and power connectivity; integrate with the existing systems; calibrate

new system components; perform testing activities; troubleshoot, repair; replace all faulty equipment to

ensure that the Control Room is fully operational; and other steps as determined by the Design-Build Firm

for accomplishing the task.

Page 117: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 106 of 145

The following guidelines shall be used by the Design-Build Firm when developing the Transition Plan:

• The Design-Build Firm shall procure all necessary materials, equipment, and system components

as approved by the Department in advance to start of the transition period. The transition period

shall not begin until all the necessary materials, equipment, and system components are procured,

staged, and ready for installation. There shall be no downtime allowed for RTMC operations during

transition phases. The Design-Build Firm shall have all systems up and running prior to

implementing each of the transition phases.

• The Design-Build Firm shall prepare the temporary Control Room. At this time, the Department is

considering using the Emergency Operations Center Situation/Conference Training Room as the

temporary Control Room. • During the transition period, the Design-Build Firm shall be responsible for all operational issues

that occur within the temporary control rooms. The Design-Build Firm shall repair and rectify any

issues arising out of the Design-Build Firm supplied Project Elements and Work (faulty equipment

supplied, issues due to integration with existing system, etc.) within four hours to ensure that the

RTMC operations downtime is minimal. For all Department provided equipment, the Design-Build

Firm shall actively coordinate with the Department to repair and rectify the issue.

• The Design-Build Firm shall develop and submit an evaluation checklist along with their

recommendation and seek approval from the Department. The checklist shall contain the evaluation

criteria to ensure that the selected rooms can be used as a temporary Control Rooms. At a minimum,

the evaluation shall include, but not limited to:

o Availability and operational status of the phone lines.

o Availability and operational status of the network connections.

o Availability of space necessary for housing 24 hours, 7 days a week operations for a

minimum of 8 RTMC operations staff.

o Layout of the temporary operations staff in the temporary control room.

o Availability and operational status of the electrical infrastructure including back-up UPS

capabilities to support the temporary RTMC Operations.

o Rebalancing of HVAC to support the additional staff in the temporary Control Rooms.

• The Design-Build Firm shall coordinate with the Department for the staging the temporary control

rooms.

• The Design-Build Firm shall be required to provide temporary UPS to support the temporary

Control Rooms computer equipment.

• The Department will be responsible for the IT network configurations and phone connections in

the temporary Control Rooms. The Design-Build Firm shall work with the Department for any

issues relating to these items.

• The Department will provide all furniture (workstations, chairs, tables, etc.) for the temporary

Control Rooms. Any utilization of relocated furniture shall be submitted in the Transition Plan for

acceptance by the Department. The Design-Build Firm shall coordinate with the Department and

will be responsible for the setting up this furniture in the temporary Control Rooms.

• The Design-Build Firm shall ensure that the temporary control rooms are ready and fully equipped;

rearrange existing furniture (if needed); setup of phone equipment, handheld radio equipment and

others; check overall communications and power connectivity; integrate the new equipment with

the existing systems prior to Phase 1 of the Transition Plan.

• The Design-Build Firm shall coordinate with the Department to ensure that the actual transition of

staff from the existing RTMC control room to the temporary Control Rooms occurs during a RTMC

operator staff shift period.

• The Design-Build Firm shall execute phase 2 of the Transition Plan upon completion of the Control

Room construction and installation work. The Design-Build Firm shall relocate the existing console

Page 118: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 107 of 145

assemblies, as well as furnish and install the new console assemblies in the Control Room as shown

in Reference Document R002.F.

• The Design-Build Firm shall ensure that the Control Room is ready and fully equipped with the

new computer equipment; setup of phone equipment, radio equipment and others; new lighting;

tile flooring; overall communications and power connectivity; integrate the new equipment with

the existing systems; and other construction and installation activities prior to Phase 2 of the

Transition Plan.

• The Design-Build Firm shall coordinate with the Department to ensure that the actual transition of

staff from the temporary control rooms to the Control Room occurs during a RTMC operator staff

shift change period.

• The Design-Build Firm shall note that the flooring and tile installation for areas outside the Control

Room shall be towards the end of the construction and installation work. The Design-Build Firm

shall perform the flooring installation work during non-working hours (weekends) when the RTMC

staff is not present. The Design-Build Firm shall perform all necessary work including, but not

limited to moving the furniture, computer equipment, files, and others prior to replacing the flooring

and back to their original location after the completion of the work (or as approved by the

Department).

The Design-Build Firm shall submit the draft #1 transition plan along with 90% plans; draft #2 transition

plan along with Final plans; and final transition plan along with the final plans for the Department’s review

and approval. The Design-Build Firm shall update the transition plan based on comments obtained from

the Department during the submittal reviews.

The Design-Build Firm shall be allowed a maximum of 60 consecutive calendar days for the entire

transition period (begin of phase 1 to completion of phase 2). The transition period start time begins when

the existing system and Control room operations are offline for temporary relocation and the transition

period end time stops with the new system and Control Room operations are fully integrated, functional

and operational.

The Design-Build Firm shall coordinate with the Department for the actual working hours for the transition,

which may include work to be performed in the weekends and/or after hours to ensure minimum disruption

to the Department. The actual transition of the system shall be coordinated with the Department during the

transition plan approval process.

i. Video Wall Retrofit

In raising/replacing the Control Room flooring, the Design-Build Firm shall retrofit the video wall such

that RTMC operations staff located in the back of the control room will maintain a clear line of sight to the

video wall when RTMC operations staff located in the front are utilizing the operator consoles from a

standing position. See Reference Document R002.G. The Design-Build Firm shall evaluate and submit

options based on the provided drawings to the Department for approval. Appropriate changes include, but

not limited to, raising the section of the ceiling in front of the video wall, lighting fixtures, fire suppression

heads, smoke and heat detectors, and HVAC modifications for the purpose of retrofitting the video wall

higher in the room.

The retrofit of the video wall display cubes includes a fully detailed design, installation, integration, and

testing. Any required cabling and surge protection devices shall be considered incidental. The 10 video

monitors currently located above the top of the video wall are to be removed. Furnish and install 10 new

wall mount 40” monitors and mounting brackets to the left of the video wall and 4 ceiling mount 65”

monitors and mounting brackets between the RTMC Control Room operations area and the FHP Operations

Page 119: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 108 of 145

Room as shown in Reference Document R002.F unless otherwise approved by the RTMC Operations

Manager.

ii. FDOT Console Assemblies

Design, procure, install, integrate, and test console assemblies that includes; 4 - 27” computer display

monitors, 1 - 32” computer display monitor, 2 - workstations, 1 - keyboard, 1 - SLERS remote base

controller, 1 - desk, 1 - chair, cabling, surge protection devices, and all other items required or needed to

provide a complete console assemblies. Accommodations for a total of 4 new console assemblies shall be

provided. Configuration and floor layout of the FDOT consoles shall be per the Detailed Drawing included

in Reference Document R002.F.

iii. Monitors

i. 40” Display Monitors

The 40” display monitors shall, at minimum, meet the following attributes:

• Display

o Certified for 24/7 continuous operation

o Diagonally viewable size is 40 inches.

o Aspect Ratio is widescreen (16:9)

o Min connections: 4 HDMI; 1 VGA; 2 Display ports; 3 USB

o Optimal Resolution is:

▪ 3840 x 2160 at 60 Hz

o Backlight technology is LED

o Contrast Ratio is:

▪ 4000:1 (typical)

o Display Color > 1 Billion Colors

o Brightness is:

▪ 500 cd/m2 (typical)

o Response time is 8 ms (gray to gray)

o Viewing angle is 178o vertical/ 178o horizontal

o Pixel Pitch is 0.372mm x 0.372mm or better

o Bezel Width of .7” or better

o Display type is widescreen flat panel display

o Integrated Audio with 2 built in 10W speakers minimum.

• Electrical

o Voltage Required is 100 to 240 VAC / 50 or 60 Hz ± 3 Hz / 2.1 A (typical)

o Power consumption

o Operational is 90 W (typical) / 120W (maximum)

o Standby / Sleep is less than .5W

• Environmental

o Temperature Range Operating is 32° to 104° F

o Humidity Range Operating is 20% to 80% (non-condensing)

• Warranty – 3 years

ii. 65” Display Monitors

The 65” display monitors shall, at minimum, meet the following attributes:

Page 120: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 109 of 145

• Display

o Certified for 24/7 continuous operation

o Diagonally viewable size is 65 inches.

o Aspect Ratio is widescreen (16:9)

o Min connections: 4 HDMI; 1 VGA; 2 Display ports; 3 USB

o Optimal Resolution is:

▪ 3840 x 2160 at 60 Hz

o Backlight technology is LED

o Contrast Ratio is:

▪ 4000:1 (typical)

o Display Color > 1 Billion Colors

o Brightness is:

▪ 500 cd/m2 (typical)

o Response time is 8 ms (gray to gray)

o Viewing angle is 178° vertical / 178° horizontal

o Pixel Pitch is 0.372mm x 0.372 mm or better

o Bezel Width of .7” or better

o Display type is widescreen flat panel display

o Integrated Audio with 2 built in 10W speakers minimum.

• Electrical

o Voltage Required is 100 to 240 VAC / 50 or 60 Hz ± 3 Hz / 2.1 A (typical)

o Power consumption

▪ Operational is 90 W (typical) / 120W (maximum)

▪ Standby / Sleep is less than .5W

• Environmental

o Temperature Range Operating is 32° to 104° F

o Humidity Range Operating is 20% to 80% (non-condensing)

• Warranty – 3 years

iii. 27” Computer Display Monitors

The 27” computer display monitors shall, at minimum, meet the following attributes:

• Display

o Diagonally viewable size is 27 inches.

o Aspect Ratio is widescreen (16:9)

o Panel Type - In-plane switching

o Optimal Resolution is:

▪ 3840 x 2160 at 60 Hz

o Backlight technology is LED

o Contrast Ratio is:

▪ 1000:1 (typical)

▪ 2 Million:1 (Max) Dynamic Contrast Ratio)

o Brightness is:

▪ 350 cd/m2 (typical)

o Response time is 8 ms (gray to gray)

o Viewing angle is 178° vertical / 178° horizontal

o Color support

▪ Color Gamut (typical): Adobe RGB 99%, sRGB 100%

▪ 1.07 Billion colors (8 Bits +AFRC)

Page 121: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 110 of 145

o Pixel Pitch is 0.137 mm

o Pixel per inch (PPI) is 185

o Display type is widescreen flat panel display

o Display screen coating is antiglare with hard-coating 3H

• Electrical

o Voltage Required is 100 to 240 VAC / 50 or 60 Hz ± 3 Hz / 2.1 A (typical)

o Power consumption

▪ Operational is 90 W (typical) / 120W (maximum)

▪ Standby / Sleep is less than 1.2W

• Environmental

o Temperature Range Operating is 32° to 104° F

o Temperature Range Non-Operating

▪ Storage: -4° to 140° F

▪ Shipping -4° to 140° F

o Humidity Range Operating is 10% to 80% (non-condensing)

o Humidity Range Non-operating

▪ Storage is 5% to 90% (non-condensing)

▪ Shipping is 5% to 90% (non-condensing)

• Warranty – 3 years

iv. 32” Computer Display Monitors

The 32” computer display monitors shall, at minimum, meet the following attributes:

• Display

o Diagonally viewable size is 31.5 in.

o Aspect Ratio is widescreen (16:9)

o Panel Type - In-plane switching

o Optimal Resolution:

▪ 3840 x 2160 at 60 Hz

o Backlight technology is LED

o Contrast Ratio:

▪ 1000:1 (typical)

▪ 2 Million:1 (Max) (Dynamic Contrast Ratio)

o Brightness is 350 cd/m2 (typical)

o Response time is 8 ms (gray to gray)

o Viewing angle is 178° vertical / 178° horizontal

o Color support:

▪ Adobe RGB 99%, sRGB 100%

▪ 1.074 billion colors (10 bits)

o Pixel Pitch is 0.182 mm

o Pixels per inch (PPI) is 140

o Display type is widescreen flat panel display

o Display screen coating is antiglare with hard-coating 3H

• Electrical

o Voltage Required is

▪ 100 to 240 VAC

▪ 50 or 60 Hz ± 3 Hz

▪ 1.8 A (typical) Power Consumption

▪ Operational is 100 (typical) / 170W (maximum)

Page 122: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 111 of 145

▪ Standby / Sleep is less than 1.2W

• Environmental

o Temperature Range Operating is 32° to 104° F

o Temperature Range Non-Operating

o Storage: -4° to 140° F

o Shipping -4° to 140° F

o Humidity Range Operating is 10% to 80% (non-condensing)

o Humidity Range Non-operating

o Storage is 5% to 90% (non-condensing)

o Shipping is 5% to 90% (non-condensing)

• Warranty – 3 years

iv. Workstations

The workstations shall, at minimum, meet the following attributes:

• Windows 10 Pro 64 Operating System

• 3.4 GHz 8 Core Processor

• 128 GB SDRAM

• 1 TB of internal storage

• 8 GB Video Card

• Environmental

o Temperature Range Operating is 40° to 95° F

o Temperature Range Non-Operating

▪ Storage: -4° to 140° F

▪ Shipping -4° to 140° F

o Humidity Range Operating is 10% to 80% (non-condensing)

o Humidity Range Non-operating

▪ Storage is 10% to 90% (non-condensing)

▪ Shipping is 10% to 90% (non-condensing)

• Warranty – 3 years

v. Control Center Keyboard

The control center keyboard is used at each control room workstation to select CCTV images and control

pan, tilt, zoom for that image. It has an LCD display with adjustable contrast and color-coded tactile

elastomeric keys. The selectable keyboard protocols have a recommended standard of RS-232/ ADnet (RS-

485) for control of various matrix switching systems.

This keyboard shall have direct control of RS-232 devices via remappable keys. Cameras, presets, patterns,

views, and auxiliaries can be controlled and all system activities, including tours, salvos, and alarms, can

be controlled directly by this keyboard.

The control center keyboard shall have the following attributes:

• Variable-speed and vector-solving joysticks

• LCD with adjustable contrast

• Selectable keyboard protocols, RS-232 or ADnet (RS-485), for control of various matrix switching

systems

• Passcode protection for programming functions

Page 123: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 112 of 145

• Lens, tour, salvo, and alarm control

• ADnet (RS-485) mode

• RS-485 control of MegaPower LT

• Direct control of RS-232 devices via remappable keys

• RS-232 for MegaPower 48 Plus and MegaPower 3200 systems

• Power requirement: 12 VDC

• Power consumption: 3VA

• Operating temperature: 32 – 122 F

• Warranty – 3 years

vi. SLERS Remote Base Controller

Each workstation is equipped with a remote base controller to communicate over the available two channels

on the SLERS. The remote base controllers connect over voice over internet protocol (VoIP) to the existing

M7300 control stations located at the RTMC. The remote base controllers shall have the following

attributes:

• Input Voltage: 117/230 Vac ±20% (50/60 Hz)

• Standby Voltage: 12 – 15 Vdc

• Standby Current @ 13.8 Vdc: 287 mA (TX), 645 mA (RX), 267 mA (standby)

• Input Power (max): 8.5 W (TX), 20 W (RX), 8.5 W (Standby)

• Temperature Range: 0 to +60 deg C

• Temperature Range with LCD: 0 to +50 deg C

• Relative Humidity: 90% at 50 deg C

• Line impedance: 600 ohms (4-wire RX); 600 or > 5k ohms (4-wire TX or 2-wire)

• Line audio output: -20 dBm to +10 dBm into a 600 ohm load

• Tx hum & noise: -55 dB (ref. +10 dBm)

• Threshold of compression: -20 dBm adjustable

• Speaker audio output: 3 W into 4 ohms

• Distortion (at rated speaker output): < 3%

• RX hum & noise: -55 dB

• Frequency response: +1, -3 dB (300 to 3000 Hz except at notch frequency)

• Rx Compression: With an audio increase of 30 dB beyond the start of compression the output

increases less than 3 dB

• Tx Compression: With an audio increase of 30 dB beyond the start of compression the output

increases less than 15 to 17 dB

• Line Control: 2 or 4 wire audio

• Notch filter depth: > 45 dB (RX), > 45 dB (TX)

vii. Desks

i. General Requirements

• Plastic-laminate-faced wood furnishing of stock design

• Verify actual dimensions of existing room sizes and presented layout contiguous with

manufactured wood furnishings by field measurements before fabrication.

• Submittals

o Product Data: For each type of product indicated

Page 124: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 113 of 145

o Shop Drawings: Include plans, elevations, sections, and details drawings (in PDF format)

of console and equipment layouts for coordination of site measurements, architectural and

electrical project elements for each console type. Provide CAD (PDF format) drawings of

each console type with its specific equipment per application.

o Pre-production review, to include a drawing submittal and component listing complete

with samples of selected finish materials upon request.

o Samples for Initial Selection: For cabinet finishes and for each type of top material

indicated.

o Samples for Verification which demonstrate workmanship: 8-by-10-inch Samples for each

type of finish, including top material and the following:

▪ Section of work surface showing top and ergonomic nosing.

▪ Sample panel construction and finish materials.

o Maintain full-size Samples at Project site during construction in an undisturbed condition

as a standard for judging the completed Work. Unless otherwise indicated, approved

sample units may become part of the completed Work if in undisturbed condition at time

of Substantial Completion. Notify Architect of their exact locations.

o Warranty: Sample of special warranty.

• Quality Assurance

o Obtain all manufactured wood furnishings from single source from single manufacturer.

o Drawings indicate sizes, configurations, and finish material of manufactured wood

furnishings.

• Warranty

o Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or

replace components of manufactured wood furnishings (consoles and workstations) that

fail in materials or workmanship within specified warranty period from date of transfer.

▪ Failures include, but are not limited to, the following:

• Delamination of components or other failures of glue bond.

• Warping of components.

• Failure of operating hardware.

• Deterioration of finishes.

o LIFETIME WARRANTY on all fixed structural frame components.

o LIFETIME WARRANTY (parts) on all static exterior panels and work surface components

parts; (5 years on labor).

o LIFETIME WARRANTY (parts) on all adjustable, sliding or hinged mechanisms or parts

(5 years on labor).

ii. Product Requirements

• Provide consoles as indicated in the details included in Reference Document R002.F. The consoles

shall have the following features and capabilities:

o The console must accommodate a variety of computer, communication, display,

environmental controls and operator interface devices.

o The console shall include efficient ventilation and wire management systems.

o No metal to be used for exterior panels. All exterior panels should have a wood core for

superior acoustics and minimal sound reverberation.

o The design of the console shall address the functional, ergonomic and aesthetic

requirements of the particular working environment while complying with accepted human

factor design and ergonomic standards for viewing distance, angle, keyboard height, and

knee-well space.

Page 125: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 114 of 145

o The consoles shall be modular, reconfigurable and with an independent steel frame

structure.

o Design shall facilitate future equipment retrofits and full reconfigurations without requiring

any major modification to the structure or independent exterior cladding.

o Consoles must be available in 90 degree configurations, in order to accommodate 4

position clusters.

o Consoles must be designed in accordance with the ergonomic standards of ISO,

ANSI/HFES, BIFMA and CSA.

o The work surface platform shall have smooth edges and transitions, thus avoiding sharp

corners or potential “rib catchers” for operator safety.

o Sharp edges at the console base and in CPU cavities are not acceptable and represent

potential “knee-banger” operator safety issues. All transitions and curves must have a

minimum 5-inch radius.

o All human-machine interface-related equipment (display, keyboard, mouse, etc.) must

travel with the upper console section. Any variety or combination of input/output devices

must be accommodated by the system. Reach and viewing distances/relationships must not

be compromised when console is in standing position.

o Pinch points must be managed. All pinch points shall be managed according to the

appropriate ergonomic standard.

• Structural Frame System

o The console frame shall be constructed using a combination of precision-tooled minimum

14- gauge sheet metal (with min. yield of 27 ksi and modulus of elasticity of 29 x 106 psi)

and formed in such a way as to provide maximum buckling and torsional resistance.

Extrusions shall be constructed of thick wall, custom extruded aluminum as outlined in the

table below.

Component Alloy & Temper Yield Strength Ultimate Strength

Upper Beam 6005A-T5 31 KSI / 100 Psi 38 KSI

Lower Beam, Frame, and Door Columns 6063-T54 30 KSI 30 KSI

o Console frame to be a standalone structure that does not depend on any exterior panels for

structural integrity. The console shall have a modular design allowing multiple re-

configuration options. The base frame shall be independent of the console work-surface

thus allowing for various work-surface options without having the need to change the base

frame structure.

o The frame must accommodate the installation of an acoustical partition system.

o The horizontal frame members shall be constructed with pre-designed ports allowing for

flexible equipment mounting along the length of each module as well as the addition of

accessories after the installation without having the need to do additional drilling.

o The console frame shall have provisions for leveler legs to be incorporated into the frame.

o The frame structure shall have fully integrated cable management. The base structure will

have a minimum of 3 lateral raceways; the transition from the base to the work-surface will

have a minimum of 2 vertical raceways; and the work-surface will have a lateral raceway

location depending on the size of equipment being mounted in the console. The cable

raceways shall be continuous throughout the entire console layout thus allowing

uninterrupted cable management.

• Console Cladding

o Console panel base cladding shall be fabricated from 3/4” composite solid core with plastic

laminate faces (both sides). Panel cladding edges to receive post applied 1.4 mm PVC

edging in matching or complementary colors.

Page 126: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 115 of 145

o All panels must attach to the frame with concealed fasteners. Console access panels must

be removable without the use of tools. Front and back panels must be hinged and must be

removable and replaceable without the use of tools.

o The end gables must be constructed of a 1-inch Particle Board with minimum density of

45 lb. / ft3 and a minimum screw holding face of 247 lb, covered by plastic laminate and

use a mechanical fastening system that readily accepts future reconfigurations and

additions with no site cutting, drilling, or machining required. Wood screws shall not be

acceptable.

• Work-surface

o The core of the work-surface shall be constructed using a minimum 1” particleboard (wheat

chaff not acceptable) and shall have High Pressure Laminate (HPL) on both topside and

under side of the work-surface.

o The work-surface must be able to sustain a minimum loading in accordance to BIFMA

x5.5-2008.

o The external work-surface edge (nosing) shall have an ergonomic sloped edge to ensure

operator comfort and eliminate contact stress. The work-surface nosing must be

constructed of a high impact molded urethane edging over an extruded aluminum core.

Nosing shall be able to accommodate minimum radius bends of 12 inch (30 cm) either in

a convex or concave configuration to conform to the console design. The polyurethane

nosing must be readily replaceable if damaged in use without having to remove or replace

the entire work surface.

o The work-surface should be smooth and level and take into consideration all accepted

human factor criteria, including view, reach distances, keyboard height and knee well

space. The work-surface height must be adjustable.

o The work-surface shall be supported by an independent steel frame structure and the

actuator columns shall attach directly to the steel frame for added strength and rigidity.

• Equipment Mounting

o The console equipment mounting system shall accommodate a variety of computer,

communication, display and operator interface devices within the enclosure without

requiring the need for outboard storage. The console shall allow front or rear equipment

loading with easy interchange between the two.

o The internal frame structure shall be able to accommodate various equipment mounting

options including:

▪ Processor shelves – The shelves shall be available in a fixed, hinged-elbow slide-

out or swing-out option depending on the specific equipment application.

▪ Rack mount Shelves – The rack mount shelves shall be available as fixed or

optional slide-out. The rack mount shelves shall be available in a 2-point or 4-point

mounting configuration depending on the equipment weight or access

requirements. The 4-point rack mount shelf shall have an optional adjustable

depth-mounting bracket to accommodate varying equipment depths.

o The CPU will sit on the processor shelves that are housed within the base of the console.

All cables running between equipment shall have a 6-inch separation between power and

data. Cables from equipment shall be managed effectively within the console base frame.

The size and spacing of equipment support kits shall be variable to optimize the available

equipment mounting area and maximize the number of devices the console enclosure is

capable of accommodating.

o When using flat panel monitors, the monitors should be supported on adjustable monitor

arms suspended in a slat wall system, which allows for flexibility in mounting positions.

The console supplier must provide an articulating monitor arm, capable of triple

articulation; letting the operator tilt, rotate, raise and/or lower the flat panel monitor. The

Page 127: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 116 of 145

arm must have 8” in height adjustment and can extend a min of 18” from where it is

mounted. An optional adjustable monitor platform will be available providing a minimum

8” of travel front to back. This can be increased with a longer pole. Assumes LED monitor

on base but can upgrade to an “ARC View” with a maximum of 4 LED monitors.

o The console supplier shall provide for the following equipment and operator convenience

kits:

▪ 19” E.I.A. (483 mm) rack mount panels

▪ Pencil drawers

▪ Keyboard drawers

▪ Internal cable management trays and power bars.

• Cable Management

o The frame structure shall have fully integrated cable management.

o The base structure will have a minimum of 3 lateral raceways; the transition from the base

to the work-surface will have a minimum of 2 vertical “energy chain” raceways; and the

work-surface will have 1 lateral raceway locations depending on the size of equipment

being mounted in the console.

o The cable raceways shall be continuous throughout the entire console layout thus allowing

uninterrupted cable management.

o Consoles shall provide cable management for power cords to connect to integrated power

strips.

o Cable management on the monitor deck shall be through grommets to the underside of the

work-surface where cables will be protected by an easily accessible, enclosed, management

system, which runs cables horizontally to the energy chain.

o The cable management system will be provided and installed such that cables routed

through the cable management trays underneath the Control Room raised flooring can be

routed into the console cable management systems with easy access to both.

• Additional Operator Features

o The console supplier must provide storage modules such as mobile storage pedestals, fixed

position credenzas and printer cabinets. All accessory storage cabinets, mobile drawer

pedestals, printer enclosures, etc. must be constructed of materials and finishes to match

the console exterior. File pedestals must have 5th wheel for extra stability.

o The console system must have an optional ventilation fan and grill assembly that enhances

natural convection air currents to maintain optimum operating temperatures within the

console enclosure while minimizing fan noise.

• Partition System

o The console shall have two optional partition systems, which can be used stand alone or

together.

o The partition system must be constructed of a 3/4" (19 mm), 45 lb./ft3 Particle Board

covered by a fabric wrap supported by a durable steel cold rolled steel (modulus of

elasticity 29 x 106 psi) frame. Panels material options include acoustic Homesote, cork,

HPL or Plexiglas. Hollow core and freestanding panel systems are optional.

o Floating Partition Desktop Slat-wall System: The floating partition system must allow for

the height of the partition system to adjust as the work-surface is raised or lowered. The

desktop mounted slat-wall partition system should allow for a max height of 12 inches. An

integrated Slat-wall system is required. Slat-wall system should allow for monitor and

equipment mounting and offer the option of built in cable management raceways. Slat-wall

extrusions and all sheet metal parts are finished with a durable, black, electrostatic powder

coating.

o The partition system must be fully integrated into the console system. The Full Height

Partition System must be integrated into the base frame structure. Floating Partition

Page 128: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 117 of 145

Desktop Slat-wall Systems must be integrated into the monitor deck. A method of

reconfiguration between these two partition systems must be designed into the console in

order to accommodate future technology requirements.

viii. Chairs

• Basis-of-Design Product: Subject to compliance with requirements, provide Aeron Chair by

Herman Miller, Inc (or approved equivalent determined by Department Project Manager).

o Fully Adjustable function.

o Minimum rating of 350 lbs.

o Rated for 24/7 usage.

o Colors: Armpads-Black; Base and frame: Graphite; Seat and Back; Carbon

ix. Printers

The Design-Build Firm shall procure, install, integrate, and test the server equipment that includes 3 color

printers and 2 black and white printers. The printers shall, at minimum, meet the following attributes:

• Color Printer

o Laser printer

o Print speed up to 30 ppm (black and color)

o Print resolution up to 600 x 600 dpi (black and color)

o 1 Gigabit network connection

o Duty cycle up to 120,000 pages

o Prints up to 12” x 18” paper

o 3 paper trays

• Black and White Printer

o Laser printer

o Print speed up to 65 ppm

o Print resolution up to 1200 x 1200 dpi

o 1 Gigabit network connection

o Duty cycle up to 275,000 pages

o Prints up to 8.5” x 14” paper

o 3 paper trays

x. Server

The Design-Build Firm shall procure, install, integrate, and test the server equipment that includes 1 - server

enclosure, 9 - server blades, and 11 - copies of Microsoft Windows Server 2012 R2 Standard. The server

equipment shall replace the existing server equipment in the Communications Equipment Room. The server

equipment shall, at minimum, meet the following attributes:

• Server enclosure

o Up to 16-half-height server blades, 8-full-height server blades, and/or 8-expansion blades

o Electrical

▪ Minimum of 1 power supplies

▪ Maximum of 6 power supplies

▪ Voltage Required is

• 200 to 220 VAC

• 50 or 60 Hz

Page 129: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 118 of 145

o Environmental

▪ Temperature Range Operating is 50° to 95° F

▪ Temperature Range Non-Operating

• Storage: -22° to 140° F

• Shipping -22° to 140° F

▪ Humidity Range Operating is 10% to 90% (non-condensing)

▪ Humidity Range Non-operating

• Storage is 5% to 95% (non-condensing)

• Shipping is 5% to 95% (non-condensing)

o Warranty - 3 years

• Server blades

o Processor

▪ 14-core processor with 2.6 GHz processing speed

o Environmental

▪ Temperature Range Operating is 50° to 95° F

▪ Temperature Range Non-Operating

• Storage: -22° to 140° F

• Shipping -22° to 140° F

▪ Humidity Range Operating is 10% to 90% (non-condensing)

▪ Humidity Range Non-operating

• Storage is 5% to 95% (non-condensing)

• Shipping is 5% to 95% (non-condensing)

o Warranty - 3 years

xi. Storage Area Network

The Design-Build Firm shall procure, install, integrate, and test the storage area network equipment that

includes 2 - storage unit enclosures, 2 - virtual storage units, and 96 - storage drives. The storage area

network equipment shall replace the existing storage area network equipment in the Communications

Equipment Room. The storage area network equipment shall, at minimum, meet the following attributes:

• Virtual storage unit

o 2 systems per storage pool

o 6 core processor per controller

o 16 GB of total system cache

o 4 - 10 GB Ethernet ports

o Maximum raw capacity of 336 TB

o Maximum raw capacity per system of 168 TB

o Hot-swappable power supplies

o Hot-swappable fan modules

o 19” E.I.A. (483 mm) rack-mountable

o Environmental

▪ Temperature Range Operating is 50° to 95° F

▪ Temperature Range Non-Operating

• Storage: -22° to 140° F

• Shipping -22° to 140° F

▪ Humidity Range Operating is 10% to 90% (non-condensing)

Page 130: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 119 of 145

▪ Humidity Range Non-operating

• Storage is 5% to 95% (non-condensing)

• Shipping is 5% to 95% (non-condensing)

o Warranty - 3 years

• Storage unit enclosure

o Small Form Factor (SFF) type

o Maximum supported capacity of 288 TB

o 12 GB/s SAS drive interface

o 19” E.I.A. (483 mm) rack-mountable

o Environmental

▪ Temperature Range Operating is 50° to 95° F

▪ Temperature Range Non-Operating

• Storage: -22° to 140° F

• Shipping -22° to 140° F

▪ Humidity Range Operating is 10% to 90% (non-condensing)

▪ Humidity Range Non-operating

• Storage is 5% to 95% (non-condensing)

• Shipping is 5% to 95% (non-condensing)

o Warranty - 3 years

• Storage drive

o Small Form Factor (SFF) type

o 1.8 TB capacity

o 10,000 rpm spindle speed

o 12 GB/s SAS drive interface

o Environmental

▪ Temperature Range Operating is 50° to 95° F

▪ Temperature Range Non-Operating

• Storage: -22° to 140° F

• Shipping -22° to 140° F

▪ Humidity Range Operating is 10% to 90% (non-condensing)

▪ Humidity Range Non-operating

• Storage is 5% to 95% (non-condensing)

• Shipping is 5% to 95% (non-condensing)

o Warranty - 3 years

3. Construction and Integration Services:

The Design-Build Firm shall be responsible for all ITS construction and integration services relating to the

Project.

a. Environmental Protection Requirements

The Design-Build Firm shall meet the following environmental protection requirements:

• Provide a design where all ITS cabinets, enclosures, structures, poles, antennas, sensors, and device

mounts withstand sustained wind loads and gust wind factors in accordance with the FDOT

Structures Design Manual and local building codes as applicable.

• Provide complete protection of all ITS devices, ITS cabinets, and enclosures from roadside

pollutants, vandalism, and theft of equipment.

Page 131: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 120 of 145

• Design and maintain ITS devices to prevent performance degradation or failure due to the adverse

impact of fatigue, corrosion, and fungal growth. The Design-Build Firm shall be responsible, at

their own expense, to replace or repair any ITS device that has been reviewed and/or inspected by

the Department and determined that there is evidence of performance degradation, damage or

failure due to fatigue, internal moisture, corrosion, internal dust, or fungal growth as defined in the

approved test plan pass/fail criteria.

• Provide a design that prevents insects and rodents from attacking and damaging the ITS devices as

approved by the Department.

b. ITS Field Installation Requirements

The Design-Build Firm shall meet the following ITS field installation requirements:

• Perform site preparation and other site upgrades required for all ITS devices installations.

• Install below-ground fiber optic cable, conduit, pull boxes, and splice vaults within 10 feet of the

Right-of-Way line, or as close as possible with Department approval, without affecting existing

ITS operations. The Design-Build Firm shall highlight areas where below-ground fiber optic cable,

conduit, pull boxes, and splice vaults are located outside the 10-foot zone. Final ITS device

locations and conduit/fiber routing/running lines must be reviewed and approved by the

Department. This requirement may be adjusted as necessary with written Department approval to

coordinate with and avoid conflicts as follows:

o Existing field conditions, such as when required to cross over interchanges, ramps, and

crossroads.

o Planned future construction improvements within the Project limits such as roadway

widening.

o Existing/proposed wetlands and drainage facilities.

• Must not install any ITS device (i.e., CCTV camera, MVDS, etc.), ITS cabinet, pull box/junction

box and splice vault within the median or ditch bottoms, in or near wet areas or in areas that present

maintainability and accessibility issues.

• Design all ITS devices and infrastructure components to provide safe and clear access for

maintenance personnel. The design must take into account the following accessibility items:

o Provide safe access to ITS device locations which require bucket truck access without full

closures.

o Install ITS devices which require bucket truck access away from power lines and sloped or

wet areas.

o Install a culvert and appropriate fill material to allow foot traffic at locations which require

maintenance personnel to cross surface waters or wetlands.

o Provide a design so that ITS maintenance access areas permit safe access to ITS devices,

cabinets, and infrastructure without the need for special equipment.

o Provide concrete pads with sufficient surface area that accommodates cabinet door opening

clearance and one maintenance personnel to stand with ITS cabinet door(s) open.

c. ITS Locates

The Design-Build Firm shall locate all new ITS facilities from the time the Design-Build Firm acquires

responsibility through Final Acceptance. The Design-Build Firm shall register all new ITS facilities with

Florida State Sunshine One Call.

Page 132: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 121 of 145

d. Removed ITS Devices

The Design-Build Firm shall not take down or make offline any existing ITS device without the expressed

written permission of the District ITS Project Manager.

All ITS devices and/or ancillary equipment elements removed from the existing ITS system shall remain

the property of the owning agency, unless otherwise directed by the Department. Care shall be taken in the

removal and disassembly of all parts so as to not damage those re-usable ITS devices and/or ancillary

equipment elements. The Design-Build Firm shall conduct a field walk through with the District ITS Project

Manager or its designee to determine the field conditions of the equipment and to identify the items to be

returned to the owning agency. Once the equipment list is approved and the Department/Owner has

provided written authorization to remove said devices, the Design-Build Firm shall return the removed

devices in an operable and undamaged condition to the owning agency identified facility within 50 miles

of the Project limits.

e. Commercial Electrical Power Services

The Design-Build Firm shall establish the power service addresses and the necessary commercial electrical

power service. All fees and cost to establish commercial power service is the responsibility of the Design-

Build Firm. Once power service has been established by the Design-Build Firm, the Department or its

designee will inspect the power service for compliance with Department, NFPA, and NEC standards, and

all Contract Documents. The Design-Build Firm shall be responsible for all utility charges until Final

Acceptance.

f. Subsystem Configuration and SunGuide® Software Integration

Requirements

The Department will be responsible to integrate the ITS devices into the District Seven SunGuide®

software and the Layer 3 core switch. The Department will complete integration within 21 calendar days

(excluding weekends and Department observed holidays) of receipt of the approved configuration and

integration data and information from the Design-Build Firm. The Design-Build Firm shall meet the

following subsystem configuration and SunGuide® software integration requirements:

• Provide a design so that all Project ITS devices are operated from the District Seven RTMC using

the District Seven SunGuide® software.

• Furnish, install, and program all Layer 2 MFESs at the ITS cabinet locations. Coordinate all

programming and IP address assignments of switches with the Department.

• Provide to the Department all equipment, parts, and configuration data worksheets necessary to

integrate the ITS devices and subsystems into District Seven SunGuide® software within 21

calendar days after the approved Part 1 subsystem testing results. No integration will proceed

without approval from the Department for all equipment, parts and configuration data.

• Provide the following services to the Department prior to and during integration:

o Coordinate closely with the Department in regard to integration, communications network

equipment programming and testing during subsystem tests.

o Conduct a site survey to prepare the creation/update of the system database, configuration

files, system graphics, and any other preparatory work for the integration of the software.

o Provide all ITS device information, such as, equipment configuration diagrams,

configuration data worksheets, and other documentation (e.g., user’s manuals,

troubleshooting guides, etc.).

Page 133: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 122 of 145

o Utilize IP addressing scheme consistent with existing District Seven RTMC scheme to

create a Project-specific list for all new ITS devices that are installed as part of this Project.

The Department will provide the Design-Build Firm with as many multicast IP addresses

as are required for the CCTV camera video streams and unicast IP addresses as are required

for the remaining needs. IP address files will be provided in a Microsoft® Excel

spreadsheet format.

▪ The Design-Build Firm shall coordinate with the Department on the final IP

addressing scheme to be used.

o Configure the ITS devices for integration with the District Seven SunGuide® software,

including: link, lane, roadway, and specific device configuration data and information.

o Troubleshoot any Design-Build Firm installed field hardware and cabling issues that may

affect the integration work.

o Coordinate with the Department to validate all required documents and information.

• Provide all device configuration data worksheets necessary to populate the SunGuide® database.

The Design-Build Firm shall enter the data into the SunGuide® database at the District Seven

RTMC under the oversight of the Department. At no time will the Design-Build Firm be granted

SunGuide® software administrative rights or access to the District Seven RTMC SunGuide®

system unless otherwise approved by the Department.

• Transfer all licenses for ITS devices installed, as applicable, to the Department 15 calendar days

prior to the 30-Day Operational System Acceptance Test.

g. Device Protocol Compliance

The Design-Build Firm shall ensure that the protocol used by the ITS devices deployed and to be

controlled by the District Seven SunGuide® software is compliant with the protocols listed online at:

http://sunguidesoftware.com/about-hub/supported-protocols.

h. Device Configuration Data Worksheets

The Design-Build Firm shall meet the following device configuration data worksheet requirements:

• Collect and provide the required information about each ITS device that is to be utilized by the

District Seven SunGuide® software in coordination with the Department. Examples of information

for CCTV cameras and DMS components are identified in the device configuration data worksheets

in the tables below.

• Completed configuration data worksheets and corresponding information about other devices,

including ITS cabinets, must be submitted to and approved by the Department prior to the pre-

integration meeting.

• Participate in a pre-integration meeting to discuss the expectations of both parties during the

integration portion of this Project. Meeting time and location will be agreed upon between the

Design-Build Firm and the Department.

Table 1: CCTV Camera Configuration Data Worksheet Requirements

Data Description

CCTV Camera Name The data identifies the unique name of each CCTV camera.

Center ID The data identifies the unique name of the center where each CCTV

camera resides.

Protocol The data specifies the protocol (values: SNMP, SNMP (PMPP)) for each

CCTV camera.

Page 134: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 123 of 145

Data Description

Poll Process The data provides the name of the driver for each CCTV camera.

Manufacturer The data identifies the manufacturer of each CCTV camera.

Location Description The data describes where each CCTV camera resides.

Roadway The data identifies the roadway where each CCTV camera resides.

Direction The data identifies the direction of the roadway where each CCTV

camera is installed.

Latitude The data identifies the latitude where each CCTV camera resides.

Longitude The data identifies the longitude where each CCTV camera resides.

Op Status The data identifies the operational status (values: Active, Error, Failed,

Out Of Service) of each CCTV camera.

Address Type1

The data identifies the address type (values: pmppAddress,

commAddress) for each CCTV camera. (If pmppAddress, then the

CCTV camera uses SNMP (PMPP); if commAddress, then the CCTV

camera uses SNMP.

Address Type2

The data specifies the address type (value: portServerAddress) of

Address

Type 2.

Address The data identifies the device address of each CCTV camera.

Port Server IP The data identifies the IP address for the port server where each CCTV

camera resides.

Port Server Port Number The data identifies the port number for the port server where each CCTV

camera resides.

Community Name The data identifies the community name for each CCTV camera.

Attach to Video Device If selected, additional IP video parameters must be supplied.

Table 2: Video Configuration Data Worksheet Requirements

Data Description

Video Device IP

Address The data identifies the IP address for the CCTV camera.

Blackout The data determines if the CCTV camera is restricted.

Video Device Type The data identifies the video device type (IP video device) for the encoder.

IP Streaming Driver

ID The data identifies the unique IP video switch driver name.

Card Number The data identifies the card number for the encoder.

Manufacturer The data identifies the manufacturer values of the encoder.

Model The data identifies the model of the encoder.

Streaming Type The data identifies the streaming type (values: elementary, transport,

program) for the encoder.

Secondary Interface The data identifies the secondary interface for the encoder that enables

users to maximize the number of inputs for the encoder.

Snapshot Requested The data determines if snapshots are generated for the encoder.

Page 135: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 124 of 145

Table 3: DMS Configuration Data Worksheet Requirements

Data Description

Sign Name The data identifies the unique name of each DMS.

Center ID The data identifies the unique name of the center where each DMS resides.

Protocol The data specifies the protocol (values: SNMP, SNMP (PMPP)),

SunGuide® (for Trailblazers) for each DMS

Connection Type The data specifies how each DMS is connected to the network (values:

Direct, Modem, Long Distance Modem).

Poll Process The data specifies the name of the driver for each DMS.

Packet Timeout The data identifies the amount of time the driver will wait on a response

from a DMS before timing out. The recommended time is 5 seconds.

Packet Retry Limit

The data identifies how many times a packet is attempted before it errors

out. For most signs, the recommended number is 2; for signs prone to

errors, this number can be increased.

Command Retry Limit

The data identifies how many times a command is attempted before it errors

out. A command consists of multiple packets. The recommended number is

1.

Op Status The data provides the operational status (values: Active, Out Of Service)

for each DMS.

Manufacturer Values: Name of the sign manufacturer.

Number of Lines The data identifies the number of displayable lines for each DMS.

Number of Columns The data identifies the number of characters that can be displayed using a

standard font.

Beacons The data identifies whether the sign has beacons and, if so, specify the

beacon address.

Beacon Address The data identifies the address where the sign receives activate/deactivate

beacon requests.

Day Brightness Level The data identifies the numeric value for the brightness setting during the

daytime.

Night Brightness

Level

The data identifies the numeric value for the brightness setting during the

nighttime.

Font The size of the font currently displayed. Represented in horizontal pixels by

vertical pixels. (Example: 5 pixels x 7 pixels)

Sign Type LED

Page 136: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 125 of 145

Data Description

Location Description This is a text field describing the location of each DMS.

Roadway The data identifies the roadway where each DMS resides.

Direction The data identifies the direction of traffic where each DMS resides.

Latitude The data identifies the latitude where each DMS resides.

Longitude The data identifies the longitude where each DMS resides.

Address Type 1

The data identifies the address type (values: PMPP, SunGuide®) for each

DMS. (If PMPP, then the DMS protocol must be SNMP (PMPP); if

SunGuide® or manufacturer specific, then the DMS must use the same

protocol name.)

Address Type 2 The data identifies the specific address type (values: Direct, Port Server,

Dialup) of Address Type 2.

Address The data identifies the device address for each DMS

Community Name The data identifies the community name for each DMS.

Table 4: DMS with TCP/IP Configuration Data Worksheet Requirements

Data Description

Port Server IP Address The field identifies the IP address for the port server where each DMS

resides.

Port Server Port Number The field identifies the port number for the port server where each DMS

resides.

Table 5: Emergency Generator Configuration Data Worksheet Requirements

Data Description

Emergency Generator

Name The data identifies the unique name of each emergency generator.

Center ID The data identifies the unique name of the center where each emergency

generator resides.

Protocol The data specifies the protocol (values: SNMP, SNMP (PMPP)) for each

emergency generator.

Poll Process The data provides the name of the driver for each emergency generator.

Manufacturer The data identifies the manufacturer of each emergency generator.

Page 137: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 126 of 145

Model The data identifies the model of each emergency generator.

Supply Voltage The data identifies the voltage supplied by each emergency generator.

Fuel Tank Size The data identifies the size of the fuel tank supplying each emergency

generator.

Location Description The data describes where each emergency generator resides.

Roadway The data identifies the roadway where each emergency generator

resides.

Direction The data identifies the direction of the roadway where each

emergency generator is installed.

Latitude The data identifies the latitude where each emergency generator

resides.

Longitude The data identifies the longitude where each emergency generator

resides.

Op Status The data identifies the operational status (values: Active, Error,

Failed, Out Of Service) of each emergency generator.

Address Type1

The data identifies the address type (values: pmppAddress,

commAddress) for each emergency generator. (If pmppAddress,

then the emergency generator uses SNMP (PMPP); if

commAddress, then the emergency generator uses SNMP.

Address Type2 The data specifies the address type (value: portServerAddress) of

Address Type 2.

Address The data identifies the device address of each emergency generator.

Port Server IP The data identifies the IP address for the port server where each

emergency generator resides.

Port Server Port

Number

The data identifies the port number for the port server where each

emergency generator resides.

Emergency Generator

Modbus Capable

The data (Yes/No) identifies whether or not the emergency

generator is Modbus capable.

Automatic Transfer

Switch Modbus

Capable

The data (Yes/No) identifies whether or not the automatic transfer

switch is Modbus capable.

Community Name The data identifies the community name for each emergency

generator.

4. Testing and Acceptance:

All equipment furnished by the Design-Build Firm shall be subject to monitoring and testing to determine

conformance with all applicable requirements. The Design-Build Firm is responsible for the coordination

and performance of material inspection and testing, field acceptance tests, and system acceptance tests.

Page 138: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 127 of 145

The times and dates of tests must be accepted in writing by the District ITS Project Manager or its

designee. The Design-Build Firm shall conduct all tests in the presence of the District ITS Project

Manager or its designee and shall comply with this RFP.

a. General Requirements

The Design-Build Firm shall meet the following testing requirements:

• Develop and submit a test plan for this Project, a corresponding testing schedule, and an updated

RTVM to the Department for review and approval at least 60 calendar days in advance of the

Design-Build Firm’s scheduled testing dates.

• If the Department rejects or requests modifications to the test plan, the Design-Build Firm shall

update and resubmit a revised test plan and RTVM to the Department for review and approval.

• The Design-Build Firm shall allow 21 calendar days for the Department’s review and approval of

the revised test plan and RTVM.

• No testing will commence until the Department has reviewed and approved the test plan.

• Request in writing to the Department for approval to start each testing activity a minimum of 15

calendar days prior to the requested start date. The Department reserves the right to reschedule the

start date if needed. The start date for each testing activity cannot be prior to the successful

completion of all previous testing activities unless otherwise approved by the Department.

• Provide test plans that are based on the following items:

o The PSEMP

o The updated RTVM

o A step-by-step outline of the test procedures and sequence to be followed demonstrating

compliance with the Project ITS requirements

o A test set-up/configuration diagram showing what is being tested

o A description of expected operation, output, and test results (pass/fail criteria)

o An estimate of the test duration and proposed testing schedule

o A data form to be used to record all data and quantitative results obtained during the tests

o A description of any special equipment, setup, test software, manpower, and/or conditions

required for each respective test

o The number of test cases shall reflect the complexity of each ITS device or subsystem

and the content of test cases shall cover all functionalities, Project ITS, and requirements

claimed by the respective manufacturer

• All provided test plans shall have the signed approval of the EOR.

• Conduct the following tests on all ITS devices and subsystems:

o Pre-Installation Tests (PIT)

o Installed Site Test \ Stand Alone Tests (SATs)

o Fiber Optic Cable End-to-End Tests o Subsystem Tests

o Acceptance Tests for DMSs

o 30-Day Operational System Acceptance Test (OSAT)

o Express Lane End-to-End Testing

o ITS Close-Out and Final ITS Acceptance

o District Seven RTMC Testing

• Provide maintenance of traffic (MOT) during all testing activities as required.

• Provide and maintain all test equipment and software, made ready for use by the Design-Build Firm

and/or the Department.

• Provide up-to-date calibration certification with dates and test parameters for all test equipment

utilized in accordance with the manufacturer’s recommended procedures.

Page 139: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 128 of 145

• Conduct all tests in the presence of the Department or their representative, unless otherwise

approved in writing by the Department. The Department reserves the right to waive the right to

witness certain tests. Neither witnessing of the tests by the Department, nor the waiving of the right

to do so shall relieve the Design-Build Firm of the responsibility to comply with the ITS Project

requirements.

• Document and submit all test results to the Department within 15 calendar days after the

completion of the tests for review and approval by the Department. Test results must include

documentation of:

o Test results with pass/fail criteria and test objectives

o Cross reference to what ITS Project requirement(s) were tested using the RTVM

o Date of test

o Start/end times of test

o Location of test

o Names and signatures of testers and witnesses of the test

o Sketch of test location and set-up

o Conditions during the test (i.e., weather conditions, etc.)

o Any and all field notes provided by the tester

o Any discrepancies found during testing

o Equipment serial numbers

o Equipment IP addresses (if applicable)

o Equipment MAC addresses (if applicable)

Replace, repair, and retest all ITS devices that failed testing at no additional cost to the Department. Time

extensions for replacement, repair, and retesting, even if the manufacturer or other cause beyond the

Design-Build Firm’s control caused the failure, will not be granted.

b. Pre-Installation Tests (PIT)

The Design-Build Firm shall meet the following PIT requirements:

• Document and submit the factory and reel fiber testing results for all fiber strands to the Department

for review and approval 21 calendar days prior to any fiber installation.

• Inspect all ITS devices and materials delivered to the designated Design-Build Firm’s Project field

site for any damage as a result of shipping.

• Provide written documentation stating that all ITS devices and materials showed no signs of

damage or compromise as a result of shipping. The Department reserves the right to inspect ITS

devices and materials.

c. Stand Alone Tests (SAT)

The Design-Build Firm shall meet the following SAT requirements:

• Field inspect and verify the following items:

o All ITS devices and equipment, once installed at each field site, are undamaged and

correctly installed, with correct cabling and wiring terminations, network configurations,

port settings, cable interconnections, and good workmanship.

o All ITS devices are functional, operational and can be controlled locally prior to connecting

to the communication network.

o All local ITS cabinet components and subsystems, including Ethernet switches, power

supply voltages and outputs, are fully functional and operational.

Page 140: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 129 of 145

o All ITS devices are properly connected to their power source, and the lightning protection

system which includes air terminal, down conductors, surge protection devices and

grounding array has been installed.

o Site grounding meets and/or exceeds the FDOT Standard Specifications and is compliant

with this RFP.

• Replace any ITS device with the same make and model that fails its SAT more than twice. The

entire SAT shall be repeated for the replaced or repaired ITS device until proven successful.

• Perform SAT on every ITS device, including the following:

o CCTV cameras and components

o CLDs

o MVDS and components

o FDMS/ADMS/ELDMS/TADMS/LSDMS

o RWIS and components

o ITS cabinets

o Device servers

o Layer 2 MFESs

o All fiber optic cables, including splices, patch cables and connectors

▪ Perform OTDR bi-directional testing using a launch cable and a receive cable

o PDUs, transfer switches, permanent generators, and UPSs

• Document and submit all test results to the Department 15 calendar days after the completion of

the tests for review and approval by the Department. Test results must include documentation of

any discrepancies found during testing, successful test completion dates, and equipment serial

numbers.

d. Fiber Optic Cable End-to-End Tests

The Design-Build Firm shall meet the following Fiber Optic Cable End-to-End Tests requirements:

• Fiber Optic Cable End-to-End Tests must include all of the information provided in the Sample

Optical Time-Domain Reflectometer (OTDR) Results (Reference Document R007.02.B).

e. Subsystem Tests

The Design-Build Firm shall meet the following Subsystem Tests requirements:

• Perform subsystem tests to demonstrate that each subsystem meets the relevant sections of FDOT

Standard Specifications and this RFP. No partial subsystem testing will be permitted.

• Begin subsystem tests only when the Design-Build Firm has satisfied the Department requirements

that all Stand Alone tests along with all fiber optic facilities have been successfully completed and

approved by the Department and that all work on the subsystem to be tested has been completed.

• Provide qualified personnel to support the diagnosis and repair of system equipment during the

subsystem tests as required.

• Perform subsystem tests for the following subsystems:

o ITS Communications subsystem

o CCTV camera subsystem

o MVDS subsystem

▪ Shall, at minimum, follow the procedures in Attachment A022.A.

o DMS subsystem

o RWIS subsystem

o ITS Power distribution subsystem, including PDUs, permanent generators, and UPSs

Page 141: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 130 of 145

• Perform subsystem tests consisting of two parts as follows:

o Part 1 subsystem testing must include the following:

▪ Verify network communications by ‘pinging’ each network device to verify

connectivity.

▪ Verify Layer 2 communications between ITS cabinet MFESs and the ITS

equipment shelter distribution switches. All communications testing must be

coordinated with the Department. If a problem is discovered outside the Project

limits, the Design-Build Firm will be required to identify the problem and

coordinate with the Department in order for the Department to make the necessary

repairs. A minimum of 45 calendar days must be included in the schedule to allow

the Department time to repair any potential problems along this path.

▪ Verify that individual ITS devices are operational and fully functional as a single

subsystem using the respective vendor-provided software.

▪ Provide all the temporary central equipment, including the workstations or laptop

computers, necessary for the Part 1 testing of the individual subsystems.

▪ Submit Part 1 subsystem test results with a comparison with the RTVM for

review and approval by the Department prior to integration with SunGuide®

software.

o Part 2 subsystem testing must include the following:

▪ Demonstrate full control and functionality as specified herein of all ITS devices

associated with the subsystem from the District Seven RTMC utilizing SunGuide®

software.

▪ Demonstrate that the functionalities of the local/remote trouble

shooting/diagnostics perform as specified in the specific subsystem functional

requirements.

▪ Submit Part 2 subsystem test results for review and approval by the Department.

• Demonstrate the following subsystem central control and its functions including:

o Display of each CCTV camera image on workstations, video wall, and other CCTV

software applications designated in the District Seven RTMC.

o Verify manufacturer’s software provided performs all functionality as per the

manufacturer.

o Verify all CCTV camera remote control functions and full PTZ functionality using District

Seven SunGuide® software.

o Verify that video produced by the CCTV camera is true, accurate, distortion free, vibration

free, and free from transfer smear, oversaturation, and any other image defects under all

lighting conditions (dusk, dawn, and night hours) in both color and monochrome modes.

Verify the proper operation of the auto iris feature.

o Verify that all DMS messages displayed as viewed by the DMS confirmation CCTV

cameras are unobstructed, clear, readable and without distortions and clearly visible under

all lighting conditions.

o Verify all DMS remote control functions, including the device status, brightness

adjustments, and display of messages, graphics, logos, and test patterns, using the

manufacturer software provided by the Design-Build Firm.

o Verify MVDS data is accurately collected and presented in District Seven SunGuide®

software.

o Verify the District Seven SunGuide® software monitor of the detector devices.

o Verify full integration of all other ITS devices installed on this Project into District Seven

SunGuide® software, including the verification of all control and monitoring capabilities

with the District Seven SunGuide® software and configuration parameters.

Page 142: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 131 of 145

o Verify remote monitoring and control of all field devices, including network switches,

UPS, and PDUs.

In the event a subsystem fails and the Subsystem Test is rejected by the Department, the Design-Build

Firm shall correct the problem. The Design-Build Firm shall repeat the Subsystem Test within 7 days

after receiving the approval from the Department that a retest can be conducted. Document and submit all

test results to the Department within 15 calendar days after the completion of the tests for review and

approval by the Department. Test results must include documentation of any discrepancies found during

testing, successful test completion dates, and equipment serial numbers.

f. Acceptance Tests for DMSs

The Design-Build Firm shall perform Acceptance Tests for the DMSs in accordance with the

requirements of Sections 700-4.21 and 700-4.22 of the Department’s Standard Specifications.

g. District Seven RTMC Testing

i. Material Testing

The Design-Build Firm shall perform sampling and testing on site as well as off-site locations such as

batch plants, structural steel fabrication plants, etc. in accordance with the Contract documents.

ii. Factory Acceptance Test (FAT)

For the video wall display cubes, a FATs shall be conducted prior to the installation of the equipment and

shall be performed at the equipment manufacturer’s facility or at an independent testing laboratory. The

Design-Build Firm shall notify the Department a minimum of 30 days in advance of the time the tests are

to be conducted so that the Department can make arrangements for their representative to be present. The

Department has the sole authority to require attendance and participation in the FAT process. The

equipment to be tested and installed shall be new and produced within six months of the test date. Test

results shall be packaged and submitted to the Department for review.

iii. Control Room Operational Test

The Design-Build Firm shall commence a 90 day Control Room Operational Test upon the successful

completion of installation and integration of the Project elements. This test is intended to demonstrate that

the Project elements are properly installed, are free from problems, exhibit stable and reliable performance,

and comply with the Contract documents.

The RTMC Operations staff located at the District Seven RTMC will operate from the Control Room during

the Control Room Operational Test and report any failures to the Department or designee. In the event of a

failure during any portion of the Control Room Operational Test the Design-Build Firm shall respond with

a qualified technical representative on site to determine and correct any problems within 24 hours of

notification by the Department. The Department or designee shall report the failure(s) to the Project CEI

and the Design-Build Firm. Upon correction of the problem(s) to the satisfaction of the Department and

resumed operation of the component as per the Contract documents, the test shall be restarted for another

90 days.

During the Control Room Operational Test, the Design-Build Firm shall be responsible for the maintenance

and replacement of faulty Project elements. The Design-Build Firm shall replace any component that fails

to function properly due to defective materials and/or workmanship. The Design-Build Firm shall replace

Page 143: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 132 of 145

the failed component without disrupting the entire system’s operation. The Design-Build Firm shall notify

the Department once the replacement of failed component is completed. The Design-Build Firm shall be

responsible for all costs associated with the replacement of the components during the Control Room

Operational Test.

If at any time during the Control Room Operational Test the Design-Build Firm shall fail to promptly repair

and/or make good any defect or damage in the work within the time period stated in the notice by the

Department, then the Department shall have the right to correct such defect or damage and to charge to the

Design-Build Firm the Department incurred cost of all labor, materials, management and other incidental

expenses necessary to such repair and making good. The Design-Build Firm shall pay the said cost to the

Department.

If any spare components supplied under the Project are used to replace failed components during the

Control Room Operational Test, the Design-Build Firm shall replace the required spare parts/components

inventory with new unused spare parts/components before the Final Acceptance of the Project.

h. Operational System Acceptance Test (OSAT)

Prior to beginning OSAT, the Design-Build Firm shall submit the completed ITSFM data entry sheets to

the Department. See Attachment A022.B for the ITSFM Functional Requirements. The Design-Build

Firm shall meet the following OSAT requirements:

• Start OSAT testing once all subsystems tests, Acceptance Tests for the DMSs, and RTMC Testing

have been completed and approved by the Department and all SunGuide® software integration

work has been completed.

• Conduct the OSAT covering all subsystems, integrated together and fully operable as a single

system with District Seven SunGuide® software from the District Seven RTMC, for a period of 30

consecutive calendar days without failure of any ITS device or subsystem.

• Perform OSAT to demonstrate that all subsystems operate together and meet the relevant sections

of FDOT Standard Specifications and this RFP.

• Shutdown the OSAT in the event that an ITS device or subsystem failure is identified by the

Department and/or the Design-Build Firm. The Design-Build Firm will not be allowed access to

the system once testing has commenced without OSAT shutdown. In the event of an OSAT

suspension or shut down by the Department, provide qualified personnel to support the diagnosis

and repair of system equipment during the OSAT as required.

• Diagnose and correct all deficiencies causing the OSAT shutdown. After the deficiency or

deficiencies causing the OSAT shutdown have been corrected, the Design-Build Firm shall re-

perform all applicable tests as directed by the Department.

• Restart tests at day zero for a new 30 consecutive calendar day test period as directed and approved

by the Department, unless corrections are made within the requirements of the table below.

Maximum Allowable Outage Times. If the allowable outage times have been met, then the OSAT

shutdown will be reclassified as an OSAT suspension and the test will recommence at the point it

was stopped upon approval by the Department.

• Provide the following when the total number of OSAT shutdowns equals three for the same

subsystem and/or ITS device:

o Remove and replace the subsystem or ITS device with a new and unused unit as per the

requirements of this RFP.

o Perform again all applicable tests, as deemed necessary by the Department.

o Upon written approval from the Department’s CEI, restart the OSAT for a new 30

consecutive calendar day period.

Page 144: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 133 of 145

• Repeat the OSAT as necessary to satisfy the Project requirements.

• Supply all test equipment, software, and software documentation required for diagnosing

malfunctions of ITS device and software/firmware. Submit a description of all test equipment and

software to be utilized within 21 calendar days prior to the start of the OSAT for review and

approval by the Department.

• Submit diagnostic reports to demonstrate that errors were detected and corrected.

• Maintain a daily log for all operations after the start of the OSAT.

• Report in an OSAT daily log all activities associated with OSAT.

• Submit to the Department the required documentation to verify that all subsystems and ITS devices

have been successfully integrated and configured.

• Perform tests with the District Seven RTMC personnel managing, monitoring, and controlling the

ITS devices in real-time to assure conformance to the Project requirements and the FDOT

Standard Specifications.

Item Maximum Allowable Outage Times

ITS Communications Subsystem 4 hours

CCTV Camera Subsystem 12 hours

MVDS Subsystem 8 hours

DMS Subsystems 48 hours

RWIS Subsystem 48 hours

ITS Power Subsystem 8 hours

i. Express Lane End-to-End Testing

• Pre-Requisite to Beginning of Testing

o The Design-Build Firm shall work with the Department closely to adjust views of

verification CCTV cameras and intensity of ELDMSs, so that the messages are clearly

visible using the Statewide Express Lanes Software (SELS) application.

o Conduct all site, system, and operational tests in accordance with the contract documents

and standard specifications. Closely coordinate with the Department’s Construction and

Operations departments and the Turnpike’s Toll Department for the final configuration of

the SELS. Prior to beginning of End-to-End testing, ensure the following activities are

completed:

▪ Toll equipment has been installed, tested and commissioned at all toll sites and

associated toll equipment buildings for all tolling movements as identified in the

contract documents.

▪ All final signing, pavement markings and reflective pavement markers for the

express lanes have been installed. Express lane markers have been installed for

the express lane buffer within project limits.

▪ All ITS work related to express lanes has been completed and all testing per

FDOT specifications and the Project ITS requirements (as applicable) have been

successfully completed except for final tuning of the MVDS which occurs during

and after End-to-End testing.

▪ All of the express lanes, express lane shoulders, express lane buffers, adjacent

general use lane are constructed and opened to traffic.

▪ RTMC Testing has been successfully completed.

Page 145: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 134 of 145

o Conduct Express Lane End‐to‐End Testing within the project limits and may schedule

concurrently with the OSAT. The Department will configure the SELS prior to the start

of this test. Support the Department by covering signs, which may include electronic and

static, as directed throughout the test period. Provide device troubleshooting, and

calibration, as well as preventative and remedial maintenance as directed.

• MVDS Final Tuning Accuracy Requirements

o A critical component of this testing is validating vehicle data reported through the

Turnpike Tolls Department’s back office as well as the SELS The Design‐Build Firm

shall meet accuracy requirements as defined below for project acceptance.

▪ The system shall provide accurate volume data within 5% of the actual tolls back

office volume recorded throughout the End‐to‐End testing period. These volumes

will be validated daily, where each sensor and the whole project shall be within

the 5% tolerance of actual volumes reported through the back office.

▪ In addition, the vehicle speed data shall be within the tolerance of the associated

device specification throughout the duration of the test. The Design‐Build Firm

will be responsible for daily troubleshooting, repairs, calibration, etc. to ensure

devices identified by the Department as inaccurate are brought back into

compliance with the specified accuracy requirements.

• Testing Requirements

o Provide written notification to the Department 30 days prior to the start of Express Lane

End-to-End Testing.

o Coordinate the Express Lane End-to-End Testing with the Turnpike’s Toll Department.

o Notify Turnpike’s Traffic Operations Department two weeks prior and one day prior to

beginning Express Lane End-to-End Testing.

o Express Lane End-to-End Testing will occur for 14 consecutive calendar days during

which MVDS data will be validated against Tolls Department’s back office data and

accuracy requirements as specified in FDOT Specs Section 660-2.3.

o If the accuracy requirements stated in Section 660-2.3 are not achieved for a consecutive

three day period, the test will be suspended until the Contractor has provided technical

evidence of the issue(s) and made necessary repairs, adjustments, and/or replacements as

approved by the Department. Test suspended will require reset of the clock, and the

Department will begin End-to-End MVDS testing again.

o For any component, site, device, or subsystem failure occurring three or more times

during the End‐to‐End testing period, the Department may declare a material defect and

require that all similar equipment be replaced at no cost to the Department. When the

material defect is declared, all devices and subsystems affected by the revisions will be

required to complete the subsystem tests, OSAT, and acceptance testing again.

j. Final ITS Acceptance

The Project shall not be eligible for Final Acceptance until the successful completion of the 30-Day

OSAT period and Express Lane End-to-End Testing. The Design-Build Firm shall meet the following

Final ITS Acceptance requirements:

• ITS Close-Out

o Conduct final inspection once the OSAT and Express Lane End-to-End Testing has

demonstrated that the entire ITS is operating successfully and meets all Project

requirements. The final inspection must include:

▪ Conduct field visit(s) to ensure that all ITS devices are in their correct final

configuration.

Page 146: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 135 of 145

▪ Verify that all Project submittals including test reports have been submitted and

approved by the Department.

▪ Verify that all final cleanup requirements have been completed and field conditions

restored to their original condition.

▪ Ensure that final as-built and all Project documentation is provided as specified.

▪ Ensure that all training services have been successfully completed as specified.

▪ Ensure that all warranties are in place and transferred to the Department as

specified herein.

o Request in writing the Department’s approval to start the final inspection a minimum of 15

calendar days prior to the requested start date. The Department reserves the right to

reschedule the start date if needed.

o Repeat final inspection upon an unsuccessful or incomplete final inspection after the

Design-Build Firm has made the necessary corrections. 15 calendar days must be allowed

for the Department to conduct a final inspection. The Department reserves the right to

require, at no additional expense to the Department, the attendance of a qualified

technical representative of the equipment and/or software manufacturers to attend the

final inspection.

• Successful completion of the ITS close out shall be a condition precedent to the Design-Build

Firm requesting Final Acceptance of the Project.

k. ITS Device Training

The Design-Build Firm or its designee shall conduct training for all the Project’s ITS subsystems and ITS

devices and shall accommodate up to 20 people. All trainings shall be conducted prior to the

commencement of the OSAT.

The total hours of training conducted shall be a minimum of 16 hours for each of the subsystems. Training

shall be designed to familiarize the Department and/or its designees with the design, operation and

maintenance of the subsystems furnished under this contract. The training shall cover functionality, theory

of operation, installation, calibration, operation, testing, maintenance, trouble-shooting, repair, and

performance and operating parameters.

Training shall be provided by personnel thoroughly familiar with the equipment operation of the Project’s

ITS. This shall be the combination of the Design-Build Firm personnel and equipment manufacturer's

representatives. The Design-Build Firm personnel shall provide a single cohesive training session for the

entire subsystem as a unit in addition to specific device/subsystem training provided by the device

vendor/manufacturer. A complete course outline and summary of the experience and qualifications of the

instructional personnel shall be submitted to the Department for approval at least 14 calendar days

(excluding weekends and Department observed holidays) prior to the start of training. Training sessions

may only be combined and/or shortened with approval, in writing, by the District ITS Project Manager.

The Design-Build Firm or its designee shall provide the training materials. These materials shall include,

as a minimum, a course outline, a Microsoft Office® PowerPoint® presentation showing detailed subject

material to be covered during training, operation and maintenance manuals, test equipment and tools and

any other needed information.

The Design-Build Firm shall record, using the latest technology of audio and video, all portions of all

training, including Maintenance Personnel Training (see below). All audio and video recordings shall

become the property of the District Seven RTMC at the end of each course given.

Page 147: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 136 of 145

If, at any time during a training course, the Department or its designee determines that the course is not

being presented in an effective manner, the training for the course shall be suspended. The Design-Build

Firm shall make the necessary changes to the course, resubmit the required training materials to the

Department for approval, and reschedule the training course to be conducted prior to the OSAT.

l. Maintenance Personnel Training

Training for Department designated maintenance personnel shall consist of 2 separate and identical

courses of 16 classroom and 16 system demonstration hours each. Both training courses shall be

conducted at a Department approved location, shall be provided prior to commencement of the OSAT,

and shall be as follows:

• Part I - 16 hours: The objective of Part I is to provide an operational description, troubleshooting

procedures, recommendations for test equipment, test equipment use, repair procedures, design

data and drawings for communications equipment as part of this Project.

• Part II - 16 hours: The objective of Part II is to provide a hands-on training lab for Department-

designated maintenance personnel. These training sessions will provide the opportunity to apply

the theory presented in Part I.

The training shall, when possible, make use of and be centered on test equipment approved for use and to

be turned over to the District Seven RTMC. If different equipment is required to conduct the training, the

Design-Build Firm will supply the equipment during the class period and the equipment will be turned

over to the District Seven RTMC following the approved Training. Class size for each of the 2 courses

shall be limited to 10 persons.

5. Existing Conditions

Refer to the ITS Concept Plans (Reference Document R002.C) for existing ITS equipment locations. In

addition, the Design-Build Firm shall refer to the ITS As-Built Plans provided with this RFP as Reference

Documents for additional information.

R. Landscape Opportunity Plans:

It is the intent of this work item to preserve the opportunity to provide for significant landscape planting

areas within the Project limits that meet the intent of FDOT Highway Beautification Policy. The landscape

opportunity design shall adhere to the FDOT Highway Beautification Policy with the intent of creating a

unified landscape theme for the project.

The Design-Build Firm shall provide the necessary site inventory and site analysis and shall prepare a

“Landscape Opportunity Plan” (Opportunity Plan) as part of the roadway plan set. The Landscape

Opportunity Plan shall consider the Design-Build Firm’s proposed roadway improvements, utilities,

setbacks and clear zone dimensions, community commitments and other Project needs in identifying future

landscape planting areas. Landscape opportunity areas should be preserved in accordance with the

Department’s “Bold” initiative.

The Opportunity Plans shall include the following:

1. Proposed improvements and existing elements to remain as associated with the Project.

2. Vegetation disposition depicting existing plant material to be removed, relocated or to

remain.

Page 148: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 137 of 145

3. Wetland jurisdictional lines.

4. Proposed drainage retention areas and easements.

5. Proposed utilities and existing utilities to remain.

6. Graphically depicted on-site and off-site desired or objectionable views.

7. Locations of landscape opportunity planting areas in a bubble format which identifies

various vegetation groupings in a hatched or colorized manner. Examples are:

“trees/palms/shrubs”, “shrubs only”, “buffer plantings”, etc.

8. Provided and labeled applicable clear zone, horizontal clearance, setback dimensions on

the plans and in chart form which reflect AASHTO, FDOT and Department guidelines for

landscape installation and maintenance operations, including those that have been

coordinated with other disciplines

9. Identified outdoor advertising locations, owners and contacts and shown 1000 ft. view

zone.

10. Indicated potential area(s) for wildflower plantings.

The Opportunity Plan shall match the scale and format used for the proposed roadway sheets. Should this

format not convey design intent that is clearly legible, an alternate format may be considered.

Landscape construction documents and landscape installation are not included in this contract and shall be

provided by others.

Disciplines that will have greatest impact to preserving landscape opportunities include environmental,

drainage, utilities, signing, lighting and ITS. The DBLA shall identify potential conflicts relating to

preserving opportunity landscape areas and provide suggested resolutions to preserve them. If conflicts

cannot be resolved by the Design-Build Firm and the DBLA, they shall be discussed with the Department’s

Project Manager and District Landscape Architect for coordination and resolution.

The DBLA shall research and confirm any legally permitted outdoor advertising billboard (ODA) within

1,000-feet of the Project limits. The ODA sign(s) and 1,000-feet maximum vegetation protection zone limit

shall be indicated on the plans. The Design-Build Firm’s Landscape Architect shall provide a copy of all

correspondence and attachments to the Department’s District Landscape Architect.

The DBLA shall conduct a visual survey of existing vegetation within and adjacent to the Right of Way of

the project. General locations of existing vegetation that will remain after roadway and associated

improvements are completed shall be shown with notations of general plant species in each location on the

Opportunity Plan. The DBLA shall identify proposed buffer areas as needed.

The DBLA shall meet with the District Landscape Architect prior to the beginning of work for the purposes

of coordination and to discuss adherence to the Highway Beautification Policy. No proposed planting areas

indicated on the Opportunity Plan can occur in: federal and/or state jurisdictional wetlands or other surface

waters; within open water bodies; in the bottom of stormwater management facilities; or use obligate

wetlands or facultative wetland species within 25 feet of the seasonal high water of wetlands or other surface

waters. Limited plantings may occur on the slopes and bottom of stormwater management facilities once

coordinated with the District EMO office, District Drainage Engineer and the District Landscape Architect.

Trees may not be planted within 5 feet of storm sewer pipes and utilities.

S. Tolling Infrastructure Requirements:

The project includes the construction of two new toll sites. A Toll Siting Technical Memorandum (TSTM)

has been prepared for this project and is included in Attachment A012. The Design-Build Firm shall

Page 149: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 138 of 145

construct all new toll sites at the locations shown in the TSTM which represent the locations that have been

reviewed by and are acceptable to the Department. Any deviations from the locations specified in the TSTM

requires the submittal of an updated TSTM through the ATC process.

The Design-Build Firm shall furnish and install new tolling infrastructure per the GTR as stated in

Attachment A008. The GTR includes toll facility design criteria specific to all toll sites. The Design-Build

Firm shall refer to and comply with all GTR design criteria and construction requirements for a complete

and fully operational toll site. The GTR includes requirements for providing full utility connections for

power and communication to all toll sites. Permanent primary power including all primary conductors and

conduit up to and including the utility transformer and pad must be installed and capable of being energized

upon setting of the meter prior to delivery of the toll equipment building.

The table below is a complement to the GTR and contains infrastructure types and quantities that shall be

furnished and installed by the Design-Build Firm.

Infrastructure Type & Quantity Tolling Point

NB Express Lanes SB Express Lanes

Gantry Type Cantilever Cantilever

Gantry Quantity 1 1

Pavement Type Asphalt Asphalt

Building Type New New

Building Quantity 1 1

E6 Reader Location Building Gantry

Building Communication Type Department Fiber & Leased

Line

Department Fiber & Leased

Line

Leased Line to Point of Service Yes Yes

End to End Testing Yes Yes

The GTR includes gantry structural, geotechnical, electrical, and supplemental pavement design criteria

specific to each tolling point.

The Design-Build Firm shall refer to the GTR for the schedule requirements of the installation and testing

of the toll equipment.

The Design-Build Firm shall be responsible for providing a building design meeting current building code

requirements at the time of permit application. The Design-Build Firm shall be responsible for obtaining

required building permits. Refer to the GTR for building permitting and State Fire Marshal requirements.

VII. Technical Proposal Requirements:

A. General:

Each Design-Build Firm being considered for this Project is required to submit a Technical Proposal. The

proposal shall include sufficient information to enable the Department to evaluate the capability of the

Design-Build Firm to provide the desired services. The data shall be significant to the Project and shall be

innovative, when appropriate, and practical.

Page 150: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 139 of 145

B. Submittal Requirements:

The Technical Proposal shall be bound with the information, paper size and page limitation requirements

as listed herein.

A copy of the written Technical Proposal must also be submitted in PDF format including bookmarks for

each section on a CD, DVD, or Flash Drive. Bookmarks which provide links to content within the

Technical Proposal are allowed. Bookmarks which provide links to information not included within the

content of the Technical Proposal shall not be utilized. No macros will be allowed. Minimum font size of

ten (10) shall be used. Times New Roman shall be the required font type. All proposal documents shall be

identified with the appropriate names and Financial Project Identification (FPID) Numbers as contained in

this RFP.

Only upon request by the Department, provide calculations, studies and/or research to support features

identified in the Technical Proposal. This only applies during the Technical Proposal Evaluation phase.

Submit 1 Original, 1 CDs, DVDs or Flash Drives containing the Technical Proposal in PDF format and 7

collated, complete sets of hard copies of the Technical Proposal to:

Florida Department of Transportation District Seven

Attention: Rahnee Oliver

11201 N. Malcolm McKinley Dr.

Tampa, FL 33612-6403

The minimum information to be included:

Section 1: Project Approach

• Paper size: 8½" x 11". The maximum number of pages shall be 10, single-

sided, typed pages including text, graphics, tables, charts, and photographs.

Double-sided 8½" x 11" sheets will be counted as 2 pages. 11” x 17” sheets

are prohibited.

• Describe how the proposed design solutions and construction means and

methods meet the Project needs described in this Request for Proposal.

Provide sufficient information to convey a thorough knowledge and

understanding of the Project and to provide confidence the design and

construction can be completed as proposed.

• Provide the term, measurable standards, and remedial work plan for any

proposed Value Added features that are not Value Added features included in

this RFP, or for extending the Value Added period of a feature that is included

in this RFP. Describe any material requirements that are exceeded.

• Provide a Written Schedule Narrative that describes the Design and

Construction phases and illustrates how each phase will be scheduled to meet

the Project needs required of this Request for Proposal. Bar or Gantt charts are

prohibited.

Section 2: Plans

• Plan and Profile views of the proposed improvements and Traffic Control

Plans shall be submitted in roll-plot format. The maximum width of the roll-

plots shall be 36”. The maximum length of the roll-plot shall be 8’. Inclusion

of additional information on the roll-plot, other than depictions of the Plan and

Profile views, is allowed provided it clarifies the plan and profile views.

Page 151: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 140 of 145

However, the Department may determine that such additional information is

excessive and may require the Design-Build Firm to revise and resubmit the

roll-plots. If this occurs, the Design-Build Firm will have 2 business days to

revise and resubmit the roll-plots upon notification by the Department. All

other information not included on the roll plots, such as typical sections,

special emphasis details, structure plans, etc., shall be provided on 11” x 17”

sheets.

• Provide Landscape Opportunity Plan sheets that depict preserved planting

locations for a Bold Landscape design for the entire project limits. The

Landscape Plan shall show all preserved planting areas to be used for future

Bold Landscaping designs. Paper size shall be 11” x 17”.

• Right of Way Maps and Legal Descriptions (including area in square feet) of

any proposed additional Right of Way parcels if applicable and approved

through the ATC process.

• Provide Technical Proposal Plans in accordance with the requirements of the

FDOT Design Manual, except as modified herein. In addition to the FDM

requirements, provide the following items:

o Roll-plots containing the proposed lighting, and ITS.

o A Master Signing Plan (MSP) in roll-plots, with maximum width not

exceeding 36” at 1” = 100’ scale. The MSP shall show: all pavement

markings and messages/shields, all guide signs (both overhead and

ground mount), sign panel dimensions, sign structure types and

locations.

o Preliminary pedestrian bridge plans including Plan and Elevation,

Typical Section, Foundation Layout, End Bent, and Pier sheets.

o Slope protection details including those areas where existing Bridge

No. 150107 will be removed.

o For piers supporting post-tensioned spliced girder units, if proposed,

provide details depicting how the anchorage clearance requirements

of SDG Table 1.11.1-1, as well as clearances for jacking and future

tendon replacement, will be provided at the end of the unit (non-

stressing end).

• The Plans shall complement the Project Approach.

• Include a copy of the Final Causeway Constructability Package submitted to

the Department, modified to address any comments related to the

Department’s conditional acceptance if applicable. Provide a copy of the

approval letter from the Department.

C. Evaluation Criteria:

The Department shall evaluate the written Technical Proposal by each Design-Build Firm. The Design-

Build Firm shall not discuss or reveal elements of the price proposal in the written proposals. A technical

score for each Design-Build Firm will be based on the following criteria:

Page 152: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 141 of 145

Item Value

1. Design 30

2. Construction 30

3. Innovation 5

4. Value Added 5

5. Environmental Sensitivity 10

MAXIMUM SCORE 80

The following is a description of each of the above referenced items:

1. Design (30 points)

The Design-Build Firm is to address the quality and suitability of the following elements in the Technical

Proposal:

• Structures design

• Roadway design and safety

• Drainage design

• Design coordination plan minimizing design changes

• Minimizing impacts through design to:

o Traveling public

o Vessel navigation/Recreational boating

o Structures

o Adjacent projects

• Temporary Traffic Control Plan design

• Utility Coordination and Design

• Intelligent Transportation System Design

• Maintainability

• Geotechnical investigation plan

• Ground improvement plan

• Section VI.C Geotechnical Services

• Test load programs

The Design-Build Firm shall address design and utility coordination efforts that minimize the potential for

adverse impacts and project delays due to utility involvement.

The Design-Build Firm shall address how the design minimizes periodic and routine maintenance. The

following elements should be considered: access to provide adequate inspections and maintenance, access

to structure’s lighting and ITS system, and impacts to long term maintenance costs.

The Design-Build Firm shall address a Temporary Traffic Control Plan that minimizes the disruption of

roadway and vessel navigation. This shall include, but not be limited to minimization of lane closures, lane

width reductions, visual obstructions, construction sequencing, and drastic reductions in speed limits.

Page 153: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 142 of 145

2. Construction (30 points)

The Design-Build Firm is to address construction methods that accomplish the following in the Technical

Proposal:

• Enhance public and worker safety

• Enhance Structures construction

• Enhance Roadway construction

• Enhance Drainage construction

• Enhance Construction coordination and minimize construction changes

• Minimize impacts through construction to:

o Traveling public

o Vessel navigation/Recreational boating

o Structures

o Adjacent projects

• Minimize impacts to the environment with erosion/sediment/turbidity control

plans

• Enhance NEPA commitments

• Ensure Incident Management Plans will:

o Restore normal operations as quickly as possible

o Minimize impacts to traffic and construction operations

• Minimize utility impacts and coordination during construction

The Design-Build Firm shall address construction techniques that enhance project durability, reduce long

term and routine maintenance, and those techniques that enhance public and worker safety. This shall

include, but not be limited to, minimization of lane and access road closures, and temporary traffic control

lane widths, visual obstructions, construction sequencing, and reductions in speed limits.

3. Innovation (5 points)

The Design-Build Firm is to address innovative design approaches and construction techniques that address

the following elements in the Technical Proposal:

• Design

• Construction

• Materials proposed

• Workmanship

• Enhancing shared use path user experience

4. Value Added (5 points)

The Design-Build Firm is to address the following Value Added features in the Technical Proposal:

• Broadening the extent of the Value Added features of this RFP while

maintaining existing threshold requirements

• Exceeding minimum material requirements to enhance durability of project

components

Page 154: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 143 of 145

• Providing additional Value Added project features proposed by the Design-

Build Firm

The following Value Added features have been identified by the Department as being applicable to this

project. The Design-Build Firm may propose to broaden the extent of these Value Added features.

Value Added Feature Minimum Value Added Period

Value Added Asphalt 3 years

Value Added Bridge Components 5 years

5. Environmental Sensitivity (10 points)

The Design-Build Firm is to address innovative design or construction methods which reduce the direct and

indirect impacts to sensitive environmental features that exist within the project limits in the Technical

Proposal. These innovations shall be evaluated for functionality, maintainability, reduction in impacts, and

harmonization of the project with the surrounding environment.

The Design-Build Firm shall address the following Environmental features:

• Minimization of Concept Development Plan impacts through design to:

o The Marine Environment, including seagrass habitats

o Listed Species

• Minimization of direct and indirect seagrass impacts during construction

• Minimization of underwater noise impacts to marine life

D. Final Selection Formula:

The Department shall publicly open the sealed bid proposals and calculate an adjusted score using the

following formula:

TS

BPP = Adjusted Score

BPP = Bid Price Proposal

TS = Technical Score (Combined Scores from LOI and Technical Proposal)

The Design-Build Firm selected will be the Design-Build Firm whose adjusted score is lowest.

The Department reserves the right to consider any proposal as non-responsive if any part of the Technical

Proposal does not meet established codes and criteria.

E. Final Selection Process:

After the sealed bids are received, the Department will have a public meeting for the announcement of the

Technical Scores and opening of sealed Bid Price Proposals. At this meeting, the Department will announce

the score for each member of the Technical Review Committee, by category, for each Proposer and each

Proposer’s Technical Score. Following announcement of the Technical Scores, the sealed Bid Price

Page 155: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 144 of 145

Proposals will be opened and the adjusted scores calculated. The Department will document the

preliminary bid results as presented in the meeting. The Selection Committee should meet a minimum of

two (2) calendar days (excluding weekends and Department observed holidays) after the public opening of

the Technical Scores and Bid Price Proposals. The Department’s Selection Committee will review the

evaluation of the Technical Review Committee and the Bid Price Proposal of each Proposer as to the

apparent lowest adjusted score and make a final determination of the lowest adjusted score. The Selection

Committee has the right to correct any errors in the evaluation and selection process that may have been

made. The Department is not obligated to award the contract and the Selection Committee may decide to

reject all proposals. If the Selection Committee decides not to reject all proposals, the contract will be

awarded to the Proposer determined by the Selection Committee to have the lowest adjusted score.

F. Stipend Awards:

The Department has elected to pay a stipend to all non-selected Short-Listed Design-Build Firms to offset

some of the costs of preparing the Proposals. The non-selected Short-Listed Design-Build Firms meeting

the stipend eligibility requirements of the Project Advertisement (see Attachment A001) and complying

with the requirements contained in this section will ultimately be compensated. The stipend will only be

payable under the terms and conditions of the Design-Build Stipend Agreement and Project Advertisement,

copies of which are included with this Request for Proposal. This Request for Proposal does not commit

the Department or any other public agency to pay any costs incurred by an individual firm, partnership, or

corporation in the submission of Proposals except as set forth in the Design-Build Stipend Agreement. The

amount of the stipend will be $1,567,665.00 per non-selected Short-Listed Design-Build Firm that meets

the stipend eligibility requirements contained in the Project Advertisement. The stipend is not intended to

compensate any non-selected Short-Listed Design-Build Firm for the total cost of preparing the Technical

and Price Proposals. The Department reserves the right, upon payment of stipend, to use any of the concepts

or ideas within the Technical Proposals, as the Department deems appropriate.

In order for a Short-Listed Design-Build Firm to remain eligible for a stipend, the Short-Listed Design-

Build Firm must fully execute the stipend agreement within one (1) week after the Short-List protest period

for the Design-Build Stipend Agreement, Form No. 700-011-14. The Short-Listed Design-Build Firm shall

reproduce the necessary copies. Terms of said agreement are non-negotiable. A fully executed copy of the

Design-Build Stipend Agreement will be returned to the Short-Listed Design-Build Firm.

A non-selected Short-Listed Design-Build Firm eligible for stipend compensation must submit an invoice

for a lump sum payment of services after the selection/award process is complete. The invoice should

include a statement similar to the following: "All work necessary to prepare Technical Proposal and Price

Proposals in response to the Department's RFP for the subject Project."

VIII. Bid Proposal Requirements.

A. Bid Price Proposal:

Bid Price Proposals shall be submitted on the Bid Blank (see Attachment A002) form attached hereto and

shall include one lump sum price for the Project within which the Proposer will complete the Project. The

lump sum price shall include all costs for all design, geotechnical surveys, architectural services,

engineering services, Design-Build Firm’s quality plan, construction of the Project, and all other work

necessary to fully and timely complete that portion of the Project in accordance with the Contract

Documents, as well as all job site and home office overhead, and profit, it being understood that payment

of that amount for that portion of the Project will be full, complete, and final compensation for the work

Page 156: REQUEST FOR PROPOSALfdotewp1.dot.state.fl.us/procurement/professionalservices/... · REQUEST FOR PROPOSAL for I-275 Howard Frankland Bridge from North of SR 687 (4th ... R001.L _420666-1-52-01_Br_Rehab_Plans_150107_100300_20090701.pdf

Request for Proposal: 422904-2-52-01, etc.

I-275 Howard Frankland Bridge from North of SR 687 to South of SR 60 March 1, 2019

Version 2018-01b 08/07/2018 Page 145 of 145

required to complete that portion of the Project. One (1) hard copy of the Bid Price Proposal shall be hand

delivered in a separate sealed package to the following:

Florida Department of Transportation District Seven

Attention: Rahnee Oliver

11201 N. Malcolm McKinley Dr.

Tampa, FL 33612-6403

The package shall indicate clearly that it is the Bid Price Proposal and shall identify clearly the Proposer’s

name, contract number, Project number, and Project description. The Bid Price Proposal shall be secured

and unopened until the date specified for opening of Bid Price Proposals.