Michigan Department CHECKLIST TO DESIGNATE AREAS OF … · 2018-10-03 · michigan department of...
Transcript of Michigan Department CHECKLIST TO DESIGNATE AREAS OF … · 2018-10-03 · michigan department of...
Michigan Department of Transportation
5100B (03/18) CHECKLIST TO DESIGNATE AREAS OF EVALUATION
FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2
REQUISITION NUMBER DUE DATE TIME DUE
MDOT PROJECT MANAGER JOB NUMBER (JN) CONTROL SECTION (CS)
DESCRIPTION
MDOT PROJECT MANAGER: Check all items to be included in RFP.
WHITE = REQUIRED ** = OPTIONAL
Check the appropriate Tier in the box below
CONSULTANT: Provide only checked items below in proposal When applicable, Best Value scoring criteria is listed separately in the RFP.
TIER 1 ($50,000 - $150,000)
TIER II ($150,000-$1,000,000)
TIER III (>$1,000,000)
Understanding of Service **
Innovations
Organizational Chart
Qualifications of Team
Quality Assurance/Quality Control **
Location: The percentage of work performed in Michigan will be used for all selections unless the project is for on-site inspection or survey activities, then location should be scored using the distance from the consultant office to the on-site inspection or survey activity.
N/A N/A Presentation **
N/A N/A Technical Proposal (if Presentation is required) 7 pages (MDOT
Forms not counted) 14 pages (MDOT forms not counted)
Total maximum pages for RFP not including key personnel resumes. Resumes limited to 2 pages per key staff personnel.
PROPOSAL AND BID SHEET E-MAIL ADDRESS – [email protected]
GENERAL INFORMATION
Any questions relative to the scope of services must be submitted by e-mail to the MDOT Project Manager. Questions must be received by the Project Manager at least five (5) working days prior to the due date and time specified above. All questions and answers will be placed on the MDOT website as soon as possible after receipt of the questions, and at least three (3) days prior to the RFP due date deadline. The names of vendors submitting questions will not be disclosed.
MDOT is an equal opportunity employer and MDOT DBE firms are encouraged to apply. The participating DBE firm, as currently certified by MDOT’s Office of Equal Opportunity, shall be listed in the Proposal.
MDOT FORMS REQUIRED AS PART OF PROPOSAL SUBMISSION
5100D – Request for Proposal Cover Sheet 5100J – Consultant Data and Signature Sheet (Required for all firms performing non-prequalified services on this project.)
(These forms are not included in the proposal maximum page count.)
N/A
N/A N/A
3 pages (MDOT Forms not counted) Resumes will only
be accepted for Best Value Selections.
The Consultants will receive an e-mail reply/notification from MDOT when the proposal is received. Please retain a copy of this e-mail as proof that the proposal was received on time. Consultants are responsible for ensuring that MDOT receives the proposal on time.* Contact Contract Services Division immediately at 517-373-4680 if you do not get an auto response.
MDOT 5100B (03/18) Page 2 of 2
The Michigan Department of Transportation (MDOT) is seeking professional services for the project contained in the attached scope of services.
If your firm is interested in providing services, please indicate your interest by submitting a Proposal, Proposal/Bid Sheet or Bid Sheet as indicated below. The documents must be submitted in accordance with the latest (Consultant/Vendor Selection Guidelines for Services Contracts.”
RFP SPECIFIC INFORMATION
ENGINEERING SERVICES BUREAU OF TRANSPORTATION PLANNING OTHER
THE SERVICE WAS POSTED ON THE ANTICIPATED QUARTERLY REQUESTS FOR PROPOSALS NO YES DATED ____________________ THROUGH __________________
Prequalified Services – See the attached Scope of Services for required Prequalification Classifications.
Non-Prequalified Services – If selected, the vendor must make sure that current financial information, including labor rates, overhead computations, and financial statements, is on file with MDOT’s Office of Commission AuditsThis information must be on file for the prime vendor andall sub vendors so that the contract will not be delayed. Form 5100J is required with proposal for all firms performing non-prequalified services on this project.
For all Qualifications Based Selections, the selection team will review the information submitted and will select the firm considered most qualified to perform the services based on the proposals. The selected firm will be asked to prepare a priced proposal. Negotiations will be conducted with the firm selected.
For a cost plus fixed fee contract, the selected vendor must have a cost accounting system to support a cost plus fixed fee contract. This type of system has a job-order cost accounting system for the recording and accumulation of costs incurred under its contracts. Each project is assigned a job number so that costs may be segregated and accumulated in the vendor’s job-order accounting system.
Qualification Based Selection / Low Bid – Use Consultant/Vendor Selection Guidelines. See Bid Sheet instructions for additional information.
For Qualification Review/Low Bid selections, the selection team will review the proposals submitted. The vendor that has met established qualification threshold and with the lowest bid will be selected.
Best Value – Use Consultant/Vendor Selection Guidelines, See Bid Sheet Instructions below for additional information. The bid amount is a component of the total proposal score, not the determining factor of the selection.
Low Bid (no qualifications review required – no proposal required.)
BID SHEET INSTRUCTIONS
Bid Sheet(s) are located at the end of the Scope of Services. Submit bid sheet(s) with the proposal, to the email address: [email protected]. Failure to comply with this procedure may result in your bid being rejected from consideration.
MDOT and ACEC created a Partnership Charter Agreement which establishes guidelines to assist MDOT and Consultants in successful partnering. Both the Consultant and MDOT Project Manager are reminded to review the ACEC-MDOTPartnership Charter Agreement and are asked to follow all communications, issues resolution and other procedures and guidance’s contained therein.
Qualification Based Selection - Use Consultant/Vendor Selection Guidelines.
PARTNERSHIP CHARTER AGREEMENT
PROPOSAL REQUIREMENTS
Proposals must be submitted for this project electronically. Proposal submittal requirements are
listed in PART IV – INSTRUCTION FOR SUBMITTING PROPOSALS
at the following link Selection Guidelines for Service Contracts
FINANCIAL REQUIREMENTS FOR NON-PREQUALIFIED VENDORS
Financial Requirements for Non‐Prequalified Consultants/Vendors
E-VERIFY REQUIREMENTS
E-Verify is an Internet based system that allows an employer, using information reported on an
employee’s Form I-9, Employment Eligibility Verification, to determine the eligibility of that
employee to work in the United States. There is no charge to employers to use E-Verify. The E-
Verify system is operated by the Department of Homeland Security (DHS) in partnership with the
Social Security Administration. E-Verify is available in Spanish.
The State of Michigan is requiring, under Public Act 200 of 2012, Section 381, that as a condition
of each contract or subcontract for construction, maintenance, or engineering services that the pre-
qualified contractor or subcontractor agree to use the E-Verify system to verify that all persons
hired during the contract term by the contractor or subcontractor are legally present and authorized
to work in the United States.
Information on registration for and use of the E-Verify program can be obtained via the Internet at
the DHS Web site: http://www.dhs.gov/E-Verify.
The documentation supporting the usage of the E-Verify system must be maintained by each
consultant and be made available to MDOT upon request.
It is the responsibility of the prime consultant to include the E-Verify requirement documented in
this NOTIFICATION in all tiers of subcontracts.
DIGITAL SIGNATURE OF CONTRACTS
On January 4, 2018, Contract Services Division implemented the use of CoSign as the exclusive
software for digitally signing all consultant contracts and consultant contract related documents.
All other digital signing methods are no longer accepted.
Prior to using CoSign, all external partners must apply for a free digital signature user account by
submitting a MDOT Digital Signature Certificate Request Form.
MDOT INSURANCE UPDATED 3.9.17
At a minimum, the insurance types and limits identified below, may be required from the selected
consultant, prior to contract award.
Required Limits Additional Requirements
Commercial General Liability Insurance
Minimal Limits:
$1,000,000 Each Occurrence Limit
$1,000,000 Personal & Advertising Injury Limit
$2,000,000 General Aggregate Limit
$2,000,000 Products/Completed Operations
Consultants must have their policy endorsed
to add “the State of Michigan, its
departments, divisions, agencies, offices,
commissions, officers, employees, and
agents” as additional insureds
Automobile Liability Insurance
Minimal Limits:
$1,000,000 Per Occurrence
Workers' Compensation Insurance
Minimal Limits:
Coverage according to applicable laws
governing work activities.
Waiver of subrogation, except where waiver is
prohibited by law.
Employers Liability Insurance
Minimal Limits:
$500,000 Each Accident
$500,000 Each Employee by Disease
$500,000 Aggregate Disease
Professional Liability (Errors and Omissions) Insurance
Minimal Limits:
$1,000,000 Per Claim
The Insurer shall provide at least thirty (30) days written notice of cancellation. The Prime Consultant
will be responsible to verify subconsultant(s) compliance with MDOT’s insurance requirements.
Revised Final Posted Scope: 10/1/2018 1
Michigan Department of Transportation
SCOPE OF SERVICE
FOR
DESIGN SERVICES
Intelligent Transportation Systems Revised on 10.1.18
Conceptual Layouts Added
CONTROL SECTION(S): 82072 and 82062
JOB NUMBER(S): 202534
PROJECT LOCATION:
This project is located on the following two corridors within the City of Detroit, Wayne County,
Michigan (see Attachment A for conceptual layouts):
• Gratiot Avenue (M-3) from Randolph St/Broadway St to Harper Ave, approximately 4.5
miles
• Michigan Avenue (US-12) from Cass Ave to I-94, approximately 5.3 miles
Potential project locations include the following signalized intersections:
Revised Final Posted Scope: 10/1/2018 2
ID Intersection
Gratiot Ave
1G 82072-01-006 M-3 (Gratiot Ave) @ Randolph St / Broadway St
2G 82072-01-007 M-3 (Gratiot Ave) @ Brush St
3G 82072-01-008 M-3 (Gratiot Ave) @ Beaubien St
4G 82072-01-009 M-3 (Gratiot Ave) @ St Antoine St
5G 82251-01-007 I-375 (Chrysler Fwy) SB Off-Ramp @ Madison St / St Antoine St
6G 82072-01-010 M-3 (Gratiot Ave) @ Antietam Ave
7G 82072-01-011 M-3 (Gratiot Ave) @ Russell St
8G 82072-01-050 M-3 (Gratiot Ave) @ I-75 Ramps / Jay St / Fisher Fwy
9G 82072-01-014 M-3 (Gratiot Ave) @ Vernor Hwy/Adelaide St
10G City of Detroit Vernor Hwy @ St Aubin St
11G 82072-01-015 M-3 (Gratiot Ave) @ St Aubin St
12G 82072-01-016 M-3 (Gratiot Ave) @ Chene St
13G 82072-01-017 M-3 (Gratiot Ave) @ McDougall St
14G 82072-01-018 M-3 (Gratiot Ave) @ Mack Ave
15G 82072-01-019 M-3 (Gratiot Ave) @ Mt Elliott St
16G 82072-01-020 M-3 (Gratiot Ave) @ Forest Ave
17G 82072-01-021 M-3 (Gratiot Ave) @ E Grand Blvd
18G City of Detroit E Grand Blvd @ Warren Ave
19G 82072-01-022 M-3 (Gratiot Ave) @ Warren Ave
20G 82072-01-023 M-3 (Gratiot Ave) @ Van Dyke Ave
21G 82072-01-025 M-3 (Gratiot Ave) @ Burns Ave
22G 82072-01-026 M-3 (Gratiot Ave) @ McClellan Ave
23G 82072-01-040 M-3 (Gratiot Ave) @ I-94 EB Ramps
24G 82072-01-041 M-3 (Gratiot Ave) @ I-94 WB Ramps
25G 82072-01-027 M-3 (Gratiot Ave) @ Harper Ave
ID Intersection
Michigan Ave
1M 82062-01-038 US-12 (Michigan Ave) @ Cass Ave
2M 82062-01-035 US-12 (Michigan Ave) @ 3rd St
3M City of Detroit 3rd St @ Bagley St
4M 82062-01-045 US-12 (Michigan Ave) @ 6th St
5M 82062-01-033 US-12 (Michigan Ave) @ Trumbull Ave
6M 82062-01-032 US-12 (Michigan Ave) @ Rosa Parks Blvd
7M 82062-01-031 US-12 (Michigan Ave) @ Vernor Hwy / 14th St
8M 82062-01-063 US-12 (Michigan Ave) @ I-96 EB Service Dr
9M 82062-01-067 US-12 (Michigan Ave) @ 24th St
10M 82062-01-028 US-12 (Michigan Ave) @ W Grand Blvd
11M 82062-01-027 US-12 (Michigan Ave) @ Clark Ave
12M 82062-01-025 US-12 (Michigan Ave) @ Junction Ave
13M 82062-01-023 US-12 (Michigan Ave) @ Livernois Ave
14M 82062-01-022 US-12 (Michigan Ave) @ Martin Rd
15M 82062-01-021 US-12 (Michigan Ave) @ Cecil Ave / Parkinson St
16M 82062-01-020 US-12 (Michigan Ave) @ Central Ave
Revised Final Posted Scope: 10/1/2018 3
PROJECT DESCRIPTION:
This scope is to provide design services for an Adaptive Traffic Signal Control (ATSC) system on Gratiot Ave and Michigan Ave. The ATSC system is part of the Pre-Stage Maintenance of Traffic (MOT) Freeway Active Transportation and Demand Management (ATDM) project for the I-94 Modernization Project and includes the following:
• Develop final design, specification, and estimate package based on 100% complete traffic signal plans and provide a cost estimate for construction. Services include traffic signal, connected vehicle, and sidewalk ramp design services; geotechnical services; subsurface utility engineering; and e-Proposal for 47 traffic signal locations listed above.
• The Consultant may be required to assist MDOT and MDOT’s Owners Representative Consultant (ORC) in the investigation, evaluation, selection, and implementation of an ATSC software that is operated and maintained from MDOT’s Southeast Michigan Transportation Operations Center (SEMTOC).
• The ATSC system may be required to interface with the future Pre-Stage MOT Freeway ATDM and Final Alignment ATDM systems to be designed under separate RFPs, see Background Information section of this RFP for additional information.
• ATSC system shall operate with a traffic signal controller than meets MDOT’s latest specifications and that is interoperable with MDOT’s central signal system software.
• Coordinate with MDOT, MDOT’s ORC, and Pre-Stage MOT Freeway ATDM Final Designer, as required, to achieve complete ATDM system functionality.
• Establish signal timing parameters for the ATSC system, including backup timing permits.
• Integrate ITS components (i.e. CCTV cameras) into the existing MDOT ATMS software. Other components of the ATSC system may require the inclusion of data inputs/outputs and/or the ability to execute limited control of the component from the ATMS software.
• The Consultant may be required to provide design services during the construction phase of this project. If design assistance during construction is required, then a separate
authorization for those services may be issued. The extent of the traffic signal upgrade at each intersection will vary based on existing infrastructure. Intersections have been separated into the following two categories:
• Full Traffic Signal Modernization – to include, but not be limited to, full traffic signal reconstruction, ADA ramps, signal heads, pushbuttons, vehicle detection, communications equipment, roadside units (RSU), closed-circuit television (CCTV) cameras, etc.
• Traffic Signal Modification – to include, but not be limited to, controller upgrade, vehicle detection, communications equipment, RSU, CCTV cameras, supporting traffic signal
equipment (i.e. cabinets, conduits, handholes), etc. All equipment installed shall be interoperable with MDOT’s communications network and existing traffic signal infrastructure. The quantities shown below are an estimate of equipment proposed as part of this project and are subject to change. Anticipated quantities and locations of the field
17M 82062-01-019 US-12 (Michigan Ave) @ Lonyo Ave
18M 82062-01-018 US-12 (Michigan Ave) @ Trenton St
19M 82062-01-017 US-12 (Michigan Ave) @ Addison Ave / St James St
20M 82062-01-016 US-12 (Michigan Ave) @ Weir St
21M 82081-01-015 US-12 (Michigan Ave) @ M-153 (Wyoming Ave)
22M N/A US-12 (Michigan Ave) @ Eastbound I-94 Off-Ramp
Revised Final Posted Scope: 10/1/2018 4
equipment are included in the conceptual layouts provided in Attachment A and will be further
refined by the Consultant during the design for this project.
Traffic Signal Upgrade Quantity
Full Traffic Signal Modernization 27
Traffic Signal Modification 20
Total 47
The Consultant will be responsible to refine locations of equipment, coordinate power service, engage stakeholders, develop plans and proposal information to 100% completion, develop cost estimate, define known or anticipated environmental issues, provide necessary geotechnical information, provide necessary survey information, define known or anticipated utility conflicts or traffic concerns, and develop a maintenance of traffic plan for the I-94 Pre-Stage MOT Arterial ATDM project.
The scope of work will be verified at a Scope Verification Meeting with MDOT personnel, the
MDOT Owner’s Representative Consultant (ORC) and the selected Consultant. The meeting will
be scheduled prior to the Consultant’s submittal of the Priced Proposal to the MDOT Project
Manager. The Consultant shall contact the Project Manager prior to beginning any work on the
project.
The Consultant project manager shall be an engineer licensed in the State of Michigan with
relevant experience in ATSC systems and traffic signal design services. The project manager shall
be an employee of the primary consulting firm responding to the RFP and not a sub-consultant.
ANTICIPATED SERVICE START DATE: December 2018
ANTICIPATED SERVICE COMPLETION DATE: December 2020
DBE PARTICIPATION REQUIREMENT: 7%
PRIMARY PREQUALIFICATION CLASSIFICATION(S): Design – Traffic: Signal Design – Traffic: ITS – Design & System Manager Design – Traffic: Signal Operations – Complex
SECONDARY PREQUALIFICATION CLASSIFICATION(S):
Design – Traffic: Work Zone Maintenance of Traffic
Design – Traffic: Work Zone Mobility & Safety
Design – Traffic: Pavement Markings
Design – Roadway: Intermediate
Design – Geotechnical
Design – Utilities: Subsurface Utility Engineering
Design – Utilities: Municipal (precautionary)
Surveying – Road Design
Surveying – Right of Way
Revised Final Posted Scope: 10/1/2018 5
PREFERRED QUALIFICATIONS AND CRITERIA (FOR NON-
CLASSIFIED SERVICES):
UTILITY COORDINATION
The Consultant, MDOT, and MDOT’s ORC shall share responsibilities for project Utility
Coordination. See “Consultant Responsibilities” item S for more information.
TRAFFIC CONTROL
The Consultant shall be responsible for all traffic control required to perform the tasks
outlined in this Project Scope of Design Services.
MDOT PROJECT MANAGER:
Aaron Raymond, P.E. SEMTOC Manager 1060 W. Fort St., Detroit, MI 48226 Phone: (313) 477-1044 Email: [email protected]
MDOT I-94 MODERNIZATION PROJECT MANAGER:
Terry A. Stepanski, P.E.
Senior Project Manager
MDOT Bureau of Highway Development
425 W. Ottawa Street Lansing, MI 48909
Phone: (517) 241-0233
E-Mail: [email protected]
All correspondence related to this Request for Proposals should be directed to Aaron Raymond
and Terry Stepanski using the contact information included above.
CONFLICT OF INTEREST:
MDOT’s ORC performing the role of lead consultant in the areas of road design, bridge design or
maintaining traffic will not be allowed to participate or join any design team on this project. HNTB
Michigan, Inc. and Alfred Benesch and Company are the lead consultants in these areas and will
not be permitted to join any design teams. Other MDOT ORC team members in non-lead roles
may participate. A sub-consultant to the ORC may be allowed to participate as a consultant but
will also be subject to a review for potential conflict of interest, determined on a case by case basis.
CONSTRUCTION COST:
A. The estimated cost of construction is: $12,700,000
B. The estimate cost of real estate is: $1,000,000
The construction total above is the amount of funding programmed for this project. The
programmed amount includes the cost of construction engineering and system manger services.
The Consultant is expected to design their portion of the project within the programmed amount.
Revised Final Posted Scope: 10/1/2018 6
If at any time the estimated cost of construction varies by more than 5% of the current
programmed amount, then the Consultant will be required to submit a letter to the MDOT
Project Manager justifying the changes in the construction cost estimate.
GENERAL INFORMATION
The Consultant shall be responsible for timely communication and coordination with the MDOT
ORC during the design phase of the project. The Consultant shall furnish all services and labor
necessary to conduct and complete the services described herein. The Consultant shall also furnish
all materials, equipment, supplies, and incidentals necessary to perform the Services (other than
those designated in writing to be furnished by the Department or ORC) and check and/or test the
materials, equipment, supplies and incidentals as necessary in carrying out this work. The Services
shall be performed to the satisfaction of the Department consistent with applicable professional
standards.
The Consultant shall comply with all applicable Federal and State laws, rules, and regulations. The
Consultant staff shall conduct themselves with professionalism in carrying out their duties.
The Consultant shall notify the Project Manager, in writing, prior to any personnel changes from
those specified in the Consultant’s original approved proposal. Any personnel substitutions are
subject to review and approval of the Project Manager.
REQUIRED MDOT GUIDELINES AND STANDARDS:
Work shall conform to current MDOT, FHWA, and AASHTO practices, guidelines, policies, and
standards (i.e., Road Design Manual, Standard Plans, Published MDOT Design Advisories,
Drainage Manual, Roadside Design Guide, A Policy on Geometric Design of Highways and
Streets, Michigan Manual of Uniform Traffic Control Devices, AASHTO LRFD Bridge Design
Specifications, etc.).
The communication and ATSC software portion of the project will be done using the Michigan
Department of Technology, Management & Budget (DTMB) project management methodology
(PMM), as applicable. Software work shall conform to current DTMB policies, standards,
procedures, and IT strategic plan. All field devices must adhere to the ITS Security Policy and
Procedures.
The Consultant is required to use the current MDOT_02 workspace version of Bentley
MicroStation for CADD applications and Bentley GEOPAK for road design. Consultant shall
comply with all MDOT CADD standards and file naming conventions.
Revised Final Posted Scope: 10/1/2018 7
BACKGROUND INFORMATION:
The I-94 corridor between I-96 and Conner Ave is being reconstructed as part of the I-94
Modernization project. The reconstruction process is proposed to be split into three segments,
constructed in a linear sequence based on improvement priorities and funding availability. Active
Transportation and Demand Management (ATDM) is recommended as part of the I-94
Modernization project to improve safety, support incident management, enhance travel time
reliability, mitigate congestion and provide traveler information. The following I-94 ATDM
systems are proposed to support the corridor in advance of major freeway construction and as part
of the corridors final configuration. This RFP is for a “Pre-Stage MOT Arterial” ATDM system to
improve arterial operations and accommodate an increase in traffic during major freeway
construction.
System to be designed as part of this RFP:
• Pre-Stage MOT Arterial: The Pre-Stage MOT Arterial ATDM system will be installed
prior to the start of construction of the first mainline segment. The Pre-Stage MOT Arterial
system will utilize ATSC technologies to optimize traffic signal timings based on real-time
conditions to improve safety, enhance local connectivity, and minimize delay. The ATSC
systems will include supporting traffic signal equipment (CCTV cameras, vehicle
detectors, controllers, etc.), traffic signal modernizations (as-needed) and accommodations
for future transit on the local arterial system. The ATSC corridors (as shown in Attachment
A) will adapt to increased demand during mainline I-94 construction and any advanced
construction packages.
Systems to be designed under a separate RFP:
• Pre-Stage MOT Freeway: The Pre-Stage MOT Freeway ATDM system will be installed
prior to the start of construction of the first mainline segment, and will be in place as
construction moves through the three segments. The Pre-Stage MOT Freeway ATDM
system includes a Traveler Information System which uses a combination of variable speed
advisories (VSA), queue warning, traveler information, and integrated corridor
management (ICM) to disseminate travel information to motorists on I-94 through a series
of DMS (see Attachment A for a Pre-Stage MOT Preliminary Conceptual Layout).
• Final Alignment: The Final Alignment ATDM system will be designed and constructed in
conjunction with each segment’s mainline construction to support I-94 in its final
configuration. The Final Alignment ATDM system will be similar to the Pre-Stage MOT
Freeway system. The mainline construction impacts will cause the removal of Pre-Stage
MOT Freeway infrastructure which will be salvaged (when possible) and reinstalled as part
of the Final Alignment ATDM system. In addition, the Final Alignment ATDM system
may include ATSC on future I-94 service drives.
MDOT’s ORC scope of work includes assisting MDOT with the review of the plans, special
provisions and cost estimates for the ATDM system included in this Request for Proposal (RFP)
to ensure consistency with the goals for the larger project and with the design included in this RFP.
Comments from MDOT’s ORC approved by the MDOT Project Manager shall be considered the
same as comments directly from MDOT, and must be addressed by the Consultant.
Revised Final Posted Scope: 10/1/2018 8
MDOT/MDOT ORC RESPONSIBILITIES:
A. Schedule and/or conduct the following:
1. Project related meetings
2. Base Plan Review
3. The Plan Review
4. Omissions/Errors/Check
5. Utility Coordination Meetings
6. Final Trnsport item cost estimates using Consultant supplied Stand Alone Proposal
Estimator’s Worksheet (SAPW) files.
B. Make decisions or provide input for the following items:
1. Resolve political issues
2. Resolve issues related to funding
3. Review of final packaging of the proposal after the Consultant’s review of the final
package
4. Determine letting date for the project
5. External communications
C. Furnish pertinent reference materials and existing plans.
D. Obtain all permits for the project as outlined in the next section using Consultant
supplied information.
E. Provide environmental clearance.
F. Provide I-94 mainline reconstruction schedule, maintenance of traffic concept, and
detour route information.
G. Provide draft I-94 Pre-Stage MOT Arterial ATDM Transportation Management Plan
(TMP).
H. Coordinate any necessary utility relocations with the exception of electrical and
communication feeds.
I. Furnish a base utility drawing in Microstation format showing the locations of known
existing utilities.
J. Distribute Consultant prepared plans and applicable special provisions to utility owners
within the project limits for the purpose of facilitating utility coordination and
scheduling utility coordination meetings.
K. Furnish the Concept of Operations, System Requirements, and High-Level Design
Documentation for the I-94 Pre-Stage MOT ATDM System (currently being completed
by the MDOT ORC).
Revised Final Posted Scope: 10/1/2018 9
L. Update the I-94 Pre-Stage MOT ATDM Concept of Operations, High-Level Design
Requirements, and/or Software Requirements to reflect changes to the arterial ATDM
system determined during the design process.
M. Furnish traffic signal layout request forms for the I-94 Pre-Stage MOT Arterial ATDM
System (currently being completed by the MDOT ORC).
N. Review and approve all budget, schedule, and design aspects.
O. DTMB will be responsible for IT work including hardware and software, as applicable
to the State of Michigan Network.
P. Furnish FTP site for software download and instructions for the MDOT SAPW.
Q. Support public involvement and stakeholder engagement.
CONSULTANT RESPONSIBILITIES:
Complete the design of this project including, but not limited to, the following tasks and
performance requirements:
A. The Consultant must adhere to all applicable OSHA and MIOSHA safety standards,
including the appropriate traffic signs for the activities and conditions for this job and
perform field operations in accordance with the Department’s Personal Protective
Equipment (PPE) policy as stated in the MDOT Guidance Document #10118.
B. Meet with the MDOT Project Manager and ORC to review project, location of data
sources and contact persons, and review relevant MDOT operations. The Consultant
shall review and clarify project issues, data needs and availability, and the sequence of
events and team meetings that are essential to complete the design by the project plan
completion date. Attention shall be given to critical target dates that may require a large
lead time, such as geotechnical requirements, ROW submittal dates, City of Detroit
coordination requirements, railroad coordination requirements, utility conflict
resolution, local agency meetings, etc.
C. The Consultant Project Manager will participate in regular coordination meetings with
MDOT, ORC, and other design consultants. The frequency and location of these
meetings will be determined prior to submittal of the Priced Proposal. Key staff for the
Consultant Team will participate in regular Over-The-Shoulder review meetings at the
I-94 Project office.
Revised Final Posted Scope: 10/1/2018 10
D. Prepare plans, details, and specifications required for design and construction of
electronic traffic control devices which may include the following:
1. Modernization plans
2. Modification plans
3. ADA ramp plans (with pushbuttons as required)
4. Right-of-way (ROW) plans including:
i. Preliminary ROW Plans
ii. Marked Final ROW Plans
iii. Property Legal Instruments
5. Temporary signal plans as required for maintaining traffic during construction
6. Signal staging plans as required for maintaining traffic during construction
7. Pedestrian detour plans (if typical pedestrian detour plan is insufficient) as required
for maintaining traffic during construction
8. Geotechnical engineering services
E. Submit proposed plans (as required), details (as required), and specifications (as
required) to MDOT and attend milestone meetings at the following design stages:
1. Base plans
2. Preliminary ROW plans
3. Preliminary plans
4. Final ROW plans
5. OEC plans
6. Final plans
F. In addition to above design stages, Consultant shall prepare for and participate in regular
Over-The-Shoulder (OTS) reviews consisting of “in progress” plan submittals showing
design progress. Note “in progress” plan submittals are not considered formal submittals
subject to QA/QC certification.
G. Schedule and attend any project related meetings as directed by the MDOT Project
Manager including, but not limited to the following:
1. Site review meeting
2. Kick off meeting
3. Radio Interconnect field survey (as required)
i. Document results on the Signal Radio Survey Form #1516
4. Utility coordination field meetings as required (coordinate scheduling with ORC)
i. The consultant will stake proposed foundation locations in the field prior to
any field utility coordination meeting
ii. Provide list of utility companies that should be invited for each location
iii. Provide summary of known or potential utility conflicts by quadrant for each
location
5. Right-of-way meeting, if needed
Revised Final Posted Scope: 10/1/2018 11
6. For design related meetings, the consultant is responsible for inviting the following
personnel:
i. All local and maintaining agencies
ii. The following MDOT personnel:
TSC Traffic & Safety Engineer, Region Development Engineer, TSC
Construction Engineer, Utility Engineer, Electrician, Maintenance
Supervisor, Region Traffic Safety & Operations Engineer, Environmental
Coordinator, Region Real Estate Property Manager, Lansing Signals Design,
Lansing Signals Operations, and Project Manager
H. The Consultant will be required to work with an ATSC software provider during the
development of the plans and specifications to incorporate requirements for the specific
ATSC system solution. The ATSC software provider may provide input on software
installation procedures, detection type/location, physical space within cabinets and on
poles, end-user hardware requirements, and communications (i.e. bandwidth, reliability,
latency).
I. The Consultant will be required to communicate any proposed changes to the arterial
ATDM system determined during the design process to the MDOT ORC to ensure the
I-94 Pre-Stage MOT ATDM Concept of Operations, High-Level Design Requirements,
and/or Software Requirements are updated. MDOT’s ORC will be responsible for
incorporating the provided updates.
J. Obtain design survey and subsurface utility investigation as defined in P/PMS Task
3330.
K. Obtain soil borings of sufficient depth and number for the scope of work being proposed.
Perform a geotechnical analysis as defined in P/PMS Task 3510.
L. Geotechnical Engineering to support the foundation design for traffic signal pole
foundations.
M. Prepare special provisions and staging plans for maintaining traffic during construction
of the I-94 Pre-Stage MOT Arterial ATDM system. The Consultant shall finalize the
provided draft TMP as defined in MDOT’s current Workzone Safety and Mobility
policy.
N. Perform required design and functional technical specification writing to connect the
traffic signal facilities in the project area. The proposed communications facilities shall
include, but not be limited to connections to traffic signal controller/cabinet, RSU,
CCTV, and communications infrastructure.
O. Connected vehicle technologies and infrastructure shall be included as part of this
project. This includes but not limited to all necessary equipment and communication
systems needed to operate and communicate with the RSU including connections to the
Southeast Michigan Transportation Operations Center (SEMTOC), vehicles, and other
infrastructure.
Revised Final Posted Scope: 10/1/2018 12
P. Prepare any unique special provisions required for the project and coordinate with other
consultants. The MDOT Project Manager must be informed of the need for any unique
special provisions and of the need to modify any previously approved special provisions
to apply to the project. Unique special provisions, including previously approved special
provisions that are modified to apply to this project, should be submitted for review and
approval a minimum of 6 weeks prior to the Preliminary Plan submittal for the project.
Q. Prepare required plans 100% complete including details, details of equipment in
cabinets, communications, functional requirements and specifications required for
construction. MDOT shall provide any existing details and specifications applicable to
the proposed work in electronic format.
R. Compute and verify all plan quantities for the bid package.
S. The Consultant shall be responsible for showing on the plans the location and names of
all existing utilities within the limits of the project utilizing the base utility drawing
furnished by the MDOT ORC. In the course of resolving utility conflicts, the Consultant
shall make modifications to the plans or design details and provide assistance as directed
by the MDOT ORC and/or Project Manager. The Consultant shall attend any utility
meetings called to ensure that the concerns are addressed on the plans involving utilities.
The Consultant shall assist in the review of utility permit requests to ensure
compatibility with the project as directed by the MDOT ORC and/or Project Manager.
T. The Consultant is responsible for determining the availability of electric and
communication service to the proposed facilities at the locations described previously,
and for accurately showing the sources and locations of such facilities on the plans. Any
potential problems with utility electric and communication service shall be brought to
MDOT’s attention as soon as they are known. Securing power for the equipment and
devices shall be the Consultant’s responsibility, including coordination of required
inspections and certifications.
U. The Consultant shall prepare and submit a technical memorandum to provide proposed
device location coordinates, method of communications, site configurations, power
source, and other applicable technology recommendations and solutions to be reviewed
by MDOT before they are designed and placed on the construction plans. The plan
should include impacts to any existing traffic signal infrastructure within the project
limits.
V. Prepare and incorporate all documents for E-Proposal Submittal.
W. Provide solutions to any unique problems that may arise during the design of this project.
X. Maintain a Design Project Record on MDOT’s ProjectWise system which includes a
history of significant events (changes, comments, etc.) which influenced the
development of the plans, dates of submittals and receipt of information.
Y. The Consultant shall be required to prepare and submit a CPM network for the
construction of this project.
Revised Final Posted Scope: 10/1/2018 13
Z. The Consultant will be responsible for the design of the ATSC system into SEMTOC
and integration of ITS components into MDOT’s statewide ATMS software for
complete ATDM system functionality. The Consultant will be required to coordinate
and collaborate with MDOT, MDOT ORC, ATSC Software Vendor, DTMB technical
lead, and other stakeholders for the integration of the system.
AA. The Consultant representative shall record and submit type-written minutes for all
project related meetings to the MDOT Project Manager within two weeks of the
meeting. The Consultant shall also distribute the minutes to all meeting attendees.
MDOT will provide and distribute official meeting minutes for the Plan Review
Meeting.
BB. The MDOT Project Manager shall be the official MDOT contact person for the
Consultant and shall be made aware of all communications regarding this project. The
Consultant must either address or send a copy of all correspondence to the MDOT
Project Manager. This includes all Subcontractor correspondence and verbal contact
records.
CC. The Consultant shall design the project to fit within the MDOT provided right-of-way.
The Consultant shall contact the MDOT Project Manager immediately whenever design
alternatives have the potential to require changes in the scope, limits, quantities, costs,
or right-of-way acquisition is required for the project. If problem parcels are
encountered by MDOT during the right-of-way acquisition process, the Consultant shall
provide design support to avoid parcel impacts and/or support a necessity challenge.
DD. On the first of each month, the Consultant Project Manager shall submit a monthly
project progress report to the Project Manager. The reports shall include work
accomplished during the previous month; anticipated work items for the upcoming
month; real or anticipated problems on the project; update of previously approved
detailed project schedule, including explanations for any delays or changes; items
needed from MDOT; copy of Verbal Contact Records for the period.
EE. If excavation is required, submit the excavation locations which may contain
contamination. Project Manager then can proceed in requesting a Project Area
Contamination Survey (PACS).
FF. All plans, special provisions, estimates, and other project related items shall meet all
MDOT requirements and detailing practices (i.e., format, materials, symbols, patterns,
and layout) or as otherwise directed by the Project Manager.
GG. All plans, specifications, and other project related items are subject to review and
approval by MDOT.
HH. The Consultant may be asked to assist with the public outreach by providing information
that will be used at Public Information Meetings. This may include, but is not limited
to, providing CAD drawings, prints of developed plan sheets and attending meetings to
answer questions related to the project.
Revised Final Posted Scope: 10/1/2018 14
II. The Consultant will provide to MDOT a letter with each submittal required for this
project certifying that the Project QA/QC plan has been followed and completed. The
QA/QC reviews must be completed before submitting the package to MDOT.
JJ. Prepare and submit electronically (native format or Adobe PDF) any information,
calculations, studies, or drawings required by MDOT for acquiring any permit approvals
and related mitigation. MDOT will submit permit requests.
KK. The Consultant shall be responsible for assembling plan review submittal packages and
shall closely coordinate this work with MDOT, the MDOT ORC and other MDOT
design consultants.
LL. The consultant shall include DTMB, MDOT, MDOT ORC, and MDOT’s ATMS
software vendor, Parsons Corporation, in all communications regarding the ATMS and
ITS and SOM networks.
All work shall conform to AASHTO specifications, MDOT specifications, and MDOT design and
detailing practices. All submittals (excluding in progress submittals) to MDOT shall require
quality assurance review and meet the attached quality assurance document. The Consultant shall
maintain office records, submit monthly progress reports to the MDOT Project Manager, and
submit MDOT vouchers with their billings. The Consultant is advised that MDOT considers plans
30% complete upon approval of the base plans, 70% complete when the preliminary plans are
distributed, and 100% complete when final plans are submitted for review.
All submittals to MDOT shall be dated and identified by control section, job number including
phase, MDOT contract number, route and location. An electronic copy of each submittal will
uploaded to MDOT’s ProjectWise system.
A file containing project related correspondence, design, and any information resulting from research shall be submitted to MDOT with final deliverables.
DELIVERABLES:
The Consultant shall deliver all computer files associated with the project in their native format
(spreadsheets, CADD files, GEOPAK files, Roadway Designer Templates etc.) on DVD, and
upload all files to ProjectWise system, as directed by the MDOT Project Manager.
All CADD/GEOPAK files shall be created and identified with standard MDOT file names in
conformance with MDOT’s I-94 Document Control Plan. It is the Consultant’s responsibility to
obtain up to date MicroStation and GEOPAK seed/configuration files necessary to comply with
MDOT’s CADD standards which are published monthly to the MDOT website. Any
CADD/GEOPAK files that do not conform to MDOT standards will be returned to the Consultant
for correction at the Consultant’s expense.
The proposed signal plans will typically require a scale of 1”=30’ when plotted to 11” x 17”. Full
traffic signals must also include quadrant details at a 1”=10’ scale showing all utilities and
proposed facilities.
Revised Final Posted Scope: 10/1/2018 15
All plan sheets required for this project shall be completed by the Consultant. These include, but are not limited to:
• Title sheet
• Sidewalk ramp plans with pushbuttons (as required) including existing and proposed grades
• Right-of-way plans including: o Section end government corners o Consents to reconstruct sidewalk o Grading limits
• Survey plans, including, but not limited to: o Requested map scale: 1” = 30’ o Topo and ADA ramp survey o Property government corners o Property legal ROW determination o For utility and drainage: surface manifestations only o For terrain mapping: hard surface shots with defining ADA ramp description o For requested project deliverables:
▪ CADD/Electronic files meeting MDOT standards/WorkSpace ▪ Survey reports & deliverables electronic portfolio ▪ Contours. Contours interval = 0.50 feet ▪ 3D Microstation files
o Additional survey comments: Topographic survey includes: Intersection geometry from tangent to tangent and 200' beyond tangents; All visible utilities and all MISS DIG utility markings (note surveyor must call in MISS DIG at least 14 days prior to survey to ensure they are marked. Please inform us when MISS DIG utilities are marked). Right of way survey includes: Defining location of existing ROW lines; ROW information must be sufficient for acquisition of additional ROW if needed; Topographic limits must include all existing ADA ramps, all traffic signal equipment, and 20' behind ROW line; ROW survey to include staking and/or painting of ROW lines (Please notify us prior to staking/painting). ADA ramp survey includes: Elevations of back of curb and gutter (edge and flowline) every 3' along the radii from tangent to tangent (and 20 feet beyond any existing ramps); Any drainage (or other) structures in or adjacent to the curb and gutter must be mapped to facilitate ADA ramp design.
• Communications and radio interconnect plan (as required), showing location of antennas,
masters, repeaters, and remotes per the completed radio survey.
• Construction staging and maintaining pedestrian access plans including: o Temporary signal plans for road or bridge projects o Signal staging plans for road or bridge projects o Pedestrian detour plans (if typical pedestrian detour plan is insufficient) may be
included as 8 ½”x11” sheets within the maintaining traffic special provision or in the plans as 11”x17” sheets.
• Pavement marking plans
Revised Final Posted Scope: 10/1/2018 16
• Utility contact sheet listing the contact names and phone numbers for each utility having facilities within the project limits
• Note Sheet
• Witness and benchmark sheet(s)
• Soil boring log sheet(s)
• Project Specific Special Details
Proposal documents shall be submitted in their native format with standard naming conventions
as well as combined into one Adobe PDF file in the sequence specified by MDOT. To provide text
search capabilities the combined proposal shall be created byconverting native electronic files to
PDF. Scanning to PDF is discouraged except in instances where it is necessary to capture a legally
signed document or a hard copy version of a document is all that exists.
Plan sheets shall be printed to an Adobe PDF set in 11” x 17” format. For final Plan Turn-In, a
title sheet shall be printed, signed, sealed, and then scanned for inclusion with the Adobe PDF set.
The original title sheet shall be sent to the MDOT Project Manager.
At final Plan Turn-In, Reference Information Documents (RID) shall be delivered to MDOT with
standard naming conventions and content in conformance with MDOT’s I-94 Document Control
Plan. The RID files included will depend on the design survey and work type of the project. These
files range from CADD, existing terrain, proposed cross sections, 3D models and files generated
for Automated Machine Guidance (AMG) and automated inspection/stakeout activities.
SAPW shall be used to generate the txt and csv files necessary for import into the Trns*port bid
letting software. The SAPW files shall be transmitted electronically utilizing MDOT’s
ProjectWise system.
The project removal, construction, and profile sheets will require a scale of 1”=80’or as approved
by the MDOT Project Manager.
All plans, special provisions, estimates, and other project related items shall meet all MDOT
requirements and detailing practices (i.e., format, materials, symbols, patterns, and layout) or as
otherwise directed by the Project Manager. All plans, specifications, and other project related items
are subject to review and approval by MDOT and/or MDOT’s ORC.
MDOT PERMITS: The Consultant shall be responsible for obtaining up to date access permits and pertinent information for tasks in MDOT Right of Way (ROW). This information can be obtained through the MDOT Utilities/Permits Section, Real Estate Division at (517) 373-7680.
Revised Final Posted Scope: 10/1/2018 17
PROJECT SCHEDULE:
Achievement of the project milestones will require a concentrated effort by the Consultant. Timely
communications, receipt of information, development and submittal of deliverables will be critical
to the success of the project.
The overall goal of the project is for the Pre-Stage MOT Arterial ATDM system to be operational
prior to mainline I-94 construction, which is proposed to begin in 2021. Therefore, it is critical the
milestones provided below are met to ensure the system is operational before I-94 reconstruction
begins in 2021. The start date for the consultant services will be immediately upon notice to
proceed (NTP). The anticipated scheduled is provided below:
• I-94 Pre-Stage MOT Arterial ATDM Final Plans Submittal – October 2019
• I-94 Pre-Stage MOT Arterial ATDM Pre-Bid Meeting – January 2020
• I-94 Pre-Stage MOT Arterial ATDM Bid Letting – February 2020
• I-94 Pre-Stage MOT Arterial ATDM Burn-In Completion – January 2021
The Consultant shall provide at the kick off meeting a detailed schedule of target dates for each
step of the design.
The Consultant shall use the following events to prepare the proposed implementation schedule as
required in the Guidelines for the Preparation of Responses on Assigned Design Services
Contracts. These dates shall be used in preparing the Consultant’s Monthly Progress Reports.
Revised Final Posted Scope: 10/1/2018 18
PROJECT SCHEDULE:
The Consultant shall use the following events to prepare the proposed implementation schedule as
required in the Guidelines for the Preparation of Responses on Assigned Design Services Contracts.
These dates shall be used in preparing the Consultant’s Monthly Progress Reports.
MDOT
Preconstruction Tasks Consultant Checklist
Planisware Form Only
MDOT PRECONSTRUCTION TASKS
CONSULTANT CHECKLIST
Version 15 Updated
09-11-2017
For questions on specific tasks, refer to the Preconstruction Task Manual located on the MDOT Website. For assistance in accessing this manual, please contact: Dennis Kelley: (517) 373-4614 Please indicate with a check in the box next to each task number whether you believe that task will require consultant involvement on the job. Milestones (a specific event at a point in time) are italicized and underlined. See the Preconstruction Task Manual for more details. Scheduling assistance may be accomplished with estimated completion dates. While not part of Planisware, an Authorization Milestone and Post-Design Tasks have been included for your reference.
STUDY (EARLY PRELIMINARY ENGINEERING)
PRECONSTRUCTION TASK NUMBER AND DESCRIPTION DATE TO BE
COMPLETED BY
(mm/dd/yyyy)
CONSULTANT CONTRACT AUTHORIZATION/EXECUTION / /
YES NO
INFORMATION GATHERING/STUDIES
1115 Traffic Data Collection for Studies / /
1120 Prepare Traffic Analysis Report for Studies / /
1125 Traffic Capacity Analysis for Studies / /
1155 Request/Perform Safety Analysis for Studies / /
1300 Traffic Impact Study / /
1350 Determine Need for Interstate Access Change Request / /
1400 Feasibility Study / /
1500 Corridor Study / /
1555 Interstate Access Change Request / /
155M FHWA Approval of Interstate Access Change Request / /
1600 Access Management Study Plan / /
1700 Other Miscellaneous Studies / /
EPE SCOPING ANALYSIS
2100 Scope Verification and Initiation of EPE Activities / /
2115 Prepare Traffic Analysis Report for EPE/Design / /
2120 Traffic Data Collection for EPE/Design / /
2125 Traffic Capacity Analysis for EPE/Design / /
2130 Prepare Project Purpose and Need / /
213M Concurrence by Regulatory Agencies with the Purpose and Need / /
Revised Final Posted Scope: 10/1/2018 19
2140 Develop and Review Illustrative Alternatives / /
2155 Request/Perform Safety Analysis for EPE/Design / /
2160 Prepare and Review EIS Scoping Document / /
216M Public Information Meeting / /
MDOT PRECONSTRUCTION TASKS CONSULTANT CHECKLIST STUDY (EARLY PRELIMINARY ENGINEERING) (cont’d)
PRECONSTRUCTION TASK NUMBER AND DESCRIPTION DATE TO BE
COMPLETED BY
YES NO (mm/dd/yyyy)
EPE DRAFT ANALYSIS
2310 Conduct Technical SEE Studies / /
2311 Cultural Resources Survey / /
2312 Recreational Survey – Section 4(f)/6(f) / /
EPE DRAFT ANALYSIS (cont’d)
2313 Endangered Species Survey / /
2314 Wetland Assessment / /
2315 Wetland Mitigation / /
2316 Other Technical Reports / /
2321 Prepare for Aerial Photography / /
2322 Finish/Print Aerial Photography / /
2330 Collect EPE Geotechnical Data / /
2340 Develop and Review Practical Alternatives / /
233M Aerial Photography Flight / /
2360 Prepare and Review EA / /
236M Approval of EA by FHWA / /
2370 Prepare and Review Draft EIS / /
237M Approval of Draft EIS by FHWA / /
2380 Distribute EA / /
238M Public Hearing for EA / /
2390 Distribute DEIS / /
239M Public Hearing for DEIS / /
EPE FINAL ANALYSIS
2510 Determine and Review Recommended Alternative / /
250M Concurrence by Reg Agencies with Recom Alternatives / /
2525 Prepare and Review Engineering Report / /
2530 Prepare and Review Request for FONSI / /
252M Approval of FONSI by FHWA / /
2540 Prepare and Review FEIS / /
254M Approval of FEIS by FHWA / /
2550 Obtain ROD / /
255M ROD Issued by FHWA / /
Revised Final Posted Scope: 10/1/2018 20
2570 ITS Concept of Operations / /
CONTAMINATION INVESTIGATION
2810 Project Area Contamination Survey (PCS) / /
2820 Preliminary Site Investigation (PSI) for Contamination / /
MDOT PRECONSTRUCTION TASKS CONSULTANT CHECKLIST
PRELIMINARY ENGINEERING - DESIGN
PRECONSTRUCTION TASK NUMBER AND DESCRIPTION DATE TO BE
COMPLETED BY
YES NO (mm/dd/yyyy)
DESIGN SCOPE VERIFICATION AND BASE PLAN PREPARATION
3130 Verify Design Scope of Work and Cost / /
3310 Prepare Aerial Topographic Mapping / /
3320 Conduct Photogrammetric Control Survey / /
3321 Set Aerial Photo Targets / /
3325 Geotechnical Structure Site Characterization / /
3330 Conduct Design Survey / /
3340 Conduct Structure Survey / /
3350 Conduct Hydraulics Survey / /
3360 Prepare Base Plans / /
311M Utility Notification / /
3365 Pre-Conceptual ITS Design and Meeting / /
3370 Prepare Structure Study / /
3375 Conduct Value Engineering Study / /
3380 Review Base Plans / /
3385 Preliminary Load Rating / /
332M Base Plan Review (Pre-GI Inspection) / /
3390 Develop the Maintaining Traffic Concepts / /
PRELIMINARY PLANS PREPARATION
3500 Develop Transportation Management Plan / /
3510 Perform Roadway Geotechnical Investigation / /
3520 Conduct Hydraulic/Hydrologic and Scour Analysis / /
3522 Conduct Drainage Study, Storm Sewer Design, and use Structural Best Management Practices
/ /
3530 Geotechnical Foundation Engineering Report / /
3535 Conduct Str. Review for Arch. & Aesthetic Improvements / /
3540 Develop the Maintaining Traffic Plan / /
3551 Prepare/Review Preliminary Traffic Signal Design Plan / /
3552 Develop Preliminary Pavement Marking Plan / /
3553 Develop Preliminary Non-Freeway Signing Plan / /
3554 Develop Preliminary Freeway Signing Plan / /
3555 Prepare/Review Preliminary Traffic Signal Operations / /
3570 Prepare Preliminary Structure Plans / /
Revised Final Posted Scope: 10/1/2018 21
3580 Develop Preliminary Plans / /
3585 Final ITS Concept Design and Meeting / /
3590 Review The Plans / /
352M THE Plan Review Meeting / /
3595 Conduct ITS Structure Foundation Investigation / /
MDOT PRECONSTRUCTION TASKS CONSULTANT CHECKLIST
PRELIMINARY ENGINEERING - DESIGN (cont’d)
PRECONSTRUCTION TASK NUMBER AND DESCRIPTION DATE TO BE
COMPLETED BY
YES NO (mm/dd/yyyy)
UTILITIES
3610 Compile Utility Information / /
3615 Compile ITS Utility Information / /
3650 Coordinate RR Involvement for Grade Separations / /
3655 Coordinate RR Involvement for At-Grade Crossings / /
3660 Resolve Utility Issues / /
360M Utility Conflict Resolution Plan Distribution / /
361M Utility Meeting / /
3670 Develop Municipal Utility Plans / /
3672 Develop Special Drainage Structures Plans / /
3675 Develop Electrical Plans / /
3680 Preliminary ITS Communication Analysis / /
3690 Power Design (Power Drop in Field) / /
MITIGATION/PERMITS
3710 Develop Required Mitigation / /
3720 Assemble Environmental Permit Applications / /
3730 Obtain Environmental Permit / /
FINAL PLAN PREPARATION
3815 Geotechnical Structure Design Review / /
3821 Prepare/Review Final Traffic Signal Design Plan / /
3822 Complete Permanent Pavement Marking Plan / /
3823 Complete Non-Freeway Signing Plan / /
3824 Complete Freeway Signing Plan / /
3825 Prepare/Review Final Traffic Signal Operations / /
3830 Complete the Maintaining Traffic Plan / /
3840 Develop Final Plans and Specifications / /
380M Plan Completion / /
3850 Develop Structure Final Plans and Specifications / /
3870 Hold Omissions/Errors Check (OEC) Meeting / /
3875 Final Load Rating / /
387M Omissions/Errors Checks Meeting / /
389M Plan Turn-In / /
Revised Final Posted Scope: 10/1/2018 22
3880 CPM Quality Assurance Review / /
3890 Final ITS Communication Analysis / /
MDOT PRECONSTRUCTION TASKS CONSULTANT CHECKLIST
PRELIMINARY ENGINEERING – RIGHT OF WAY
PRECONSTRUCTION TASK NUMBER AND DESCRIPTION DATE TO BE
COMPLETED BY
YES NO (mm/dd/yyyy)
EARLY RIGHT OF WAY WORK
4100 Real Estate Pre-Technical Work (combines 411M, 4120) / /
4150 Real Estate Technical Work (combines 4130, 4140) / /
413M Approved Marked Final ROW / /
ROW APPRAISAL
4350 Real Estate Appraisals (combines 4411, 4412, 4413, 4420) / /
ROW ACQUISITION
4450 Real Estate Acquisitions (combines 4430, 4710, 4720) / /
4510 Conduct Right Of Way Survey & Staking / /
442M ROW Certification / /
MDOT PRECONSTRUCTION TASKS CONSULTANT CHECKLIST
POST LETTING/AWARD TASKS (for reference only)
PRECONSTRUCTION TASK NUMBER AND DESCRIPTION DATE TO BE
COMPLETED BY
YES NO (mm/dd/yyyy)
4810 Complete Acquisition Process / /
4820 Manage Excess Real Estate / /
4830 Provide Post-Certification Relocation Assistance / /
4910 Conduct ROW Monumentation / /
5010 Construction Phase Engineering and Assistance / /
5020 Prepare As-Built Drawings / /
Revised Final Posted Scope: 10/1/2018 23
CONSULTANT PAYMENT – Actual Cost Plus Fixed Fee
Compensation for this project shall be on an actual cost plus fixed fee basis. This basis of
payment typically includes an estimate of labor hours by classification or employee, hourly
labor rates, applied overhead, other direct costs, subconsultant costs, and applied fixed fee.
The fixed fee for profit allowed for this project is 11.0% of the cost of direct labor and
overhead.
All billings for services must be directed to the Department and follow the current guidelines.
Payment may be delayed or decreased if the instructions are not followed.
Payment to the Consultant for services rendered shall not exceed the maximum amount unless
an increase is approved in accordance with the contract with the Consultant. Typically,
billings must be submitted within 60 days after the completion of services for the current
billing. The final billing must be received within 60 days of the completion of services. Refer
to your contract for your specific contract terms.
Direct expenses, if applicable, will not be paid in excess of that allowed by the Department
for its own employees in accordance with the State of Michigan’s Standardized Travel
Regulations. Supporting documentation must be submitted with the billing for all eligible
expenses on the project in accordance with the Reimbursement Guidelines. The only hours
that will be considered allowable charges for this contract are those that are directly
attributable to the activities of this project.
The hours provided are only an estimate. The Consultant will be reimbursed a proportionate
share of the fixed fee based on the portion of the authorized total hours in which services have
been provided to the Department. Fixed fee on “as needed” projects is computed by taking
the percent of actual labor billed to labor hours authorized, then applying that percentage to
the total fixed fee authorized.
MDOT will reimburse the consultant for vehicle expenses and the costs of travel to and from
project sites in accordance with MDOT’s Travel and Vehicle Expense Reimbursement
Guidelines, dated May 1, 2013. The guidelines can be found at
http://www.michigan.gov/documents/mdot/Final_Travel_Guidelines_05-01-
13_420289_7.pdf?20130509082418
MDOT will pay overtime in accordance with MDOT’s Overtime Reimbursement Guidelines,
dated May 1, 2013. The guidelines can be found at
http://www.michigan.gov/documents/mdot/Final_Overtime_Guidelines_05-01-
13_420286_7.pdf?20130509081848
Revised Final Posted Scope: 10/1/2018 24
ATTACHMENT A
CONCEPTUAL LAYOUTS
Revised Final Posted Scope: 10/1/2018 25
Revised Final Posted Scope: 10/1/2018 26
ATTACHMENT B
SCOPE OF SERVICE
FOR
DESIGN SURVEYS Version: June 2016
TYPE OF SURVEY:
Surveying: Road Design (3330)
Surveying: Right of Way (4510)
GENERAL REQUIREMENTS:
1. Surveys must comply with all Michigan law relative to land surveying.
2. Surveys must be done under the direct supervision of a Professional Surveyor licensed to
practice in the State of Michigan.
3. The selected Survey Consultant must discuss the scope of this survey with an MDOT
Survey Consultant Project Manager or an MDOT Region Surveyor before submitting a
priced proposal.
4. The selected Survey Consultant must contact the Region or TSC Traffic and Safety
Engineer for work restrictions and traffic control requirements. Costs for traffic control
must be included in the priced proposal in order to be reimbursed as a direct cost.
5. A detailed Survey Work Plan must be included with the Priced Proposal. A spreadsheet
estimate of hours by specific survey task such as horizontal control, leveling, mapping,
alignment determination, etc., must be included in the Priced Proposal.
6. It is the responsibility of the Survey Consultant to safeguard all corners of the United States
Public Land Survey System, published Geodetic Control and any other Property
Controlling corners that may be in danger of being destroyed by the proposed construction
project.
7. Surveys must meet all requirements of the MDOT Design Surveys Standards of Practice
(link: http://mdotwiki.state.mi.us/design/index.php/Chapter_1_-
_Survey_Manual_Introduction). Please contact the MDOT Design Survey Support Unit
to clarify any specific questions regarding these standards.
8. Survey Consultants must obtain all necessary permits required to perform this survey on
any public and/or private property, including an up-to-date permit from the MDOT Utilities
Coordination and Permits Section.
9. Prior to performing the survey, the Survey Consultant must contact all landowners upon
whose lands they will enter in accordance with the MDOT Design Surveys Standards of
Practice. A template letter can be found here:
http://mdotwiki.state.mi.us/design/index.php/File:EXAMPLE_Right_of_Entry.pdf
Revised Final Posted Scope: 10/1/2018 27
10. The Survey Consultant must contact any and all Railroads prior to commencing field
survey on railroad property. The cost for any permit, flaggers and/or training that is
required by the Railroad will be considered as a direct cost, but only if included in the
Survey Consultant’s priced proposal.
11. The Survey Consultant must adhere to all applicable OSHA and MIOSHA safety standards,
including the appropriate traffic signs for the activities and conditions for this job.
12. The MDOT Project Manager is the official contact for the Survey Consultant. The Survey
Consultant must send a copy of all project correspondence to the MDOT Project Manager.
The MDOT Project Manager shall be made aware of all communications regarding this
project. Any survey related questions regarding this project should be directed to an MDOT
Survey Consultant Project Manager or MDOT Region Surveyor. The MDOT Project
Manager must be copied on any and all correspondence.
SURVEY PROJECT LIMITS:
If specific survey limits are not included, then the Survey Consultant must develop the survey
limits based on the needs of the design team. A description of survey limits detailing length, width
and cross roads must be included in the Survey Work Plan.
RESEARCH:
Survey Consultants are responsible for a comprehensive and conscientious research of all records,
including MDOT records, essential for the completion of this project. The MDOT Design Survey
Support Unit is available to assist in researching MDOT records.
CONTROL:
If not specified in this scope, Primary and Intermediate Horizontal Control Points and Benchmarks
established for this project must meet the requirements specified in Chapter 3 of the MDOT Design
Surveys Standards of Practice.
The Horizontal and Vertical datums and coordinate system must be clearly stated in the Survey
Work Plan and subsequent submittals. For acceptable datums and coordinate systems refer to
Chapter 3 of the MDOT Design Surveys Standards of Practice.
ALIGNMENT & ROW:
If not defined in this scope, the use of either a Legal or Non-legal Alignment and ROW must be
determined from the needs of the design team. If it is determined that MDOT will need to acquire
additional ROW with partial takes, then the Legal Alignment and ROW must be determined. If it
is determined that there will be partial takes, the Survey Consultant may need to prepare a Certified
Survey, refer to Chapter 4 Section 6: Certified Surveys for Real Estate Acquisition for
requirements.
Revised Final Posted Scope: 10/1/2018 28
MAPPING:
Mapping shall include the objects and features as needed to meet the requirements of the proposed
design. The Survey Consultant's Work plan shall clearly identify mapping items that will be
included in the project.
The following should be considered when determining the mapping needs for the project:
• Roadway improvements, curbs, sidewalks, signs, guardrail, light poles
• Intersection signalization equipment
• Building structures and improvements on property adjacent to project
• Drainage appurtenances including ditches, culverts, structures
• Surface manifestations of utilities and connectivity
• Terrain surface mapping
• Trees and brush classification
• Bridge structure elements, measurements, elevations, and underclearance dimensions
• Hydraulics Survey of watercourses
• Use of Static Terrestrial Laser Scanning(STLS)
• Use of Mobile Terrestrial LiDAR Survey(MTL)
• Use of Photogrammetric Mapping
TRAFFIC & SAFETY:
The Selected Survey Consultant, and the Selected Survey Consultant only, is advised to discuss
Traffic Control scenarios with the local MDOT TSC Traffic and Safety Engineer prior to
submitting a priced proposal. Traffic Control costs not included in the priced proposal will not be
paid by MDOT.
The Survey Consultant must submit an advanced notice 5-21 days prior to beginning any work
activity through the MDOT Construction Permit System (CPS) (http://www.michigan.gov/mdot/0,4616,7-151-9625_72410---,00.html).
The Survey Consultant must adhere to all work restrictions and traffic control requirements
detailed in the MDOT Advanced Notice Permit.
The Survey Consultant must have a vehicle with markings/logo that identifies the company within
sight distance of survey activity and must have a 360 degree flashing strobe light on the top of the
vehicle whenever they are working on or near the road.
Traffic control on city streets and county roads is under the jurisdiction of the local authorities
where the project is located.
Revised Final Posted Scope: 10/1/2018 29
COORDINATION WITH OTHER CONTRACTS IN THE VICINITY:
The Survey Consultant shall coordinate operations with contractors performing work on other
projects within or adjacent to the Construction Influence Area (CIA).
MDOT maintenance crews and/or Contract Maintenance Agencies may perform maintenance
work within or adjacent to the CIA. The Maintenance Division of MDOT and/or Contract
Maintenance Agency will coordinate their operations with the MDOT Project Manager or
Designate to minimize the interference to the Survey Consultant.
The Survey Consultant must contact the Operations Engineer at the local MDOT TSC for
information regarding project coordination.
Other contracts or maintenance operations may occur during the life of the project. Contractors
and other consultants involved with construction projects have similar requirements of cooperation
and coordination of work as part of their projects as referenced in Article 104.08 of the 2012
Standard Specifications for Construction (http://mdotcf.state.mi.us/public/specbook/2012/).
Survey Consultants shall conduct their work with similar coordination efforts. The Survey
Consultant will not be allowed claims for extra compensation or extensions of deadlines due to
delays or failures of others to complete scheduled work.
POST SURVEY CLEAN-UP:
Once the survey is complete, all stakes must be removed from the MDOT median and ROW to aid
the maintenance crews and adjacent property owners. All benchmarks and control points and their
witnesses must remain in place.
DELIVERABLES:
The MDOT Survey QA/QC Checklist details the files that are to be submitted to MDOT (link:
http://mdotwiki.state.mi.us/design/index.php/File:MDOT_Survey_Project_Checklist_2016.xlsm)
. This document shall be signed and certified by the Professional Surveyor responsible for the
project QA/QC. Failure to use and include this document may result in the immediate return
of the project portfolio for completion.
Files submitted to MDOT may vary by project type and scope, the following files must always be
submitted to MDOT unless explicitly omitted in writing by the following MDOT personnel:
MDOT Region Surveyor, MDOT Survey Consultant Manager or MDOT Supervising Land
Surveyor:
• Survey Portfolio PDF (XXXXXX_Survey_20YY-MM-DD.pdf)
• Survey Information Sheet (S-XXXXXX_Survey_Info_Sheet_20YY-MM-DD.doc)
• Alignment and ROW CAD file (S-XXXXXX_Align_ROW_20YY-MM-DD.dgn)
• 3D project map (S-XXXXXX_Survey_3D_20YY-MM-DD.dgn)
Revised Final Posted Scope: 10/1/2018 30
• When Mobile Terrestrial LiDAR (MTL) or Static Terrestrial Laser Scanning (STLS)
techniques are used, three (3) copies of the entire point cloud must be delivered to the
MDOT Survey Support Unit on media with appropriate storage capacity to contain all the
data on one device.
• When Photogrammetric Mapping techniques are used, three (3) copies of the raw digital
imagery, ortho-imagery and photogrammetrically extracted points cloud data must be
delivered to the MDOT Survey Support Unit on media with appropriate storage capacity
to contain all the data on one device.
All submitted files must be scanned and/or converted to one PDF format file. A Table of Contents
in PDF format is required that has all PDF files bookmarked/linked so each place in the PDF
archive can be accessed with a single click. Items required to be included in the Survey Portfolio
PDF can be found in the QA/QC Checklist. Specified format files such as Microsoft Word and
MicroStation GEOPAK must have separate access in native format outside of the PDF file.
At the completion of this survey for this project, legible copies of all field survey notes, all
electronic data, and all research records obtained for this project will be considered the property
of MDOT. Please include MDOT’s Form 222(5/01) entitled “SURVEY NOTES: RECEIPT AND
TRANSMITTAL” for all transmittals. A copy of this transmittal form must be sent to the MDOT
Project Manager for Design and the MDOT Supervising Land Surveyor.
Electronic submittal only. Survey deliverables must be submitted using ProjectWise. For file
naming conventions and upload locations, refer to Chapter 10 of the MDOT Design Surveys
Standards of Practice.
Acceptance of this survey by the MDOT Project Manager and/or the MDOT Supervising
Land Surveyor does not relieve the Survey Consultant of any liability for the content of the
survey.
Revised Final Posted Scope: 10/1/2018 31
ATTACHMENT C
SCOPE OF SERVICE
FOR
SUBSURFACE UTILITY ENGINEERING (SUE)
DEFINITIONS:
SUE - A branch of engineering practice that involves managing certain risks associated with utility
mapping at appropriate quality levels, utility coordination, utility relocation design and
coordination, utility condition assessment, communication of utility data to concerned parties,
utility relocation cost estimates, implementation of utility accommodation policies, and utility
design. (ASCE Standard 38-02)
Utility Quality Level - A professional opinion of the quality and reliability of utility information.
Such reliability is determined by the means and methods of the professional. Each of the four
existing utility data quality levels is established by different methods of data collection and
interpretation. (ASCE Standard 38-02)
ASCE Standard 38-02, “Standard Guideline for the Collection and Depiction of Existing
Subsurface Utility Data” has been used as a guideline for the development of this Scope of
Services. Depending on the project, the Consultant may be asked to provide some or all the work
identified in utility quality levels A through D.
UTILITY QUALITY LEVEL D - Information derived from existing records or oral
recollections.
MDOT shall -
• Provide a preliminary list of utilities, with contact information, that may have facilities
located within the project limits. This list may not be 100% accurate and/or complete.
• Provide assistance, if necessary, in contacting utilities to obtain facility records.
• Provide Consultant with utility responses and facility records if utility information
solicitation has been performed.
• Organize and host a kick-off meeting including Consultant, MDOT and utilities prior to
Consultant beginning SUE services.
Consultant shall –
• Take appropriate steps to identify all known and unknown utility facilities within the
project limits. Some sources of information may include utility owners, visual site
inspection, internet search, Public Service Commission, County Clerk’s office, Miss Dig
Design Ticket, etc.
Revised Final Posted Scope: 10/1/2018 32
• Solicit utility information as outlined in Chapter 14 of the MDOT Road Design Manual,
section 14.16 (Request for Utility Information), if not already completed by MDOT.
• Attend and participate in kick-off meeting with MDOT and utilities. Consultant is expected
to provide an explanation of SUE services and what each participant’s role is in the SUE
process.
UTILITY QUALITY LEVEL C - Information obtained by surveying and plotting visible above-
ground utility features and by using professional judgment in correlating this information to utility
quality level D information.
Consultant shall -
• Complete utility quality level D, as necessary, in order to complete utility quality level C.
• Obtain all necessary permission or permits from MDOT, county, municipality, or other
entity, which allow the Consultant to work within the project limits.
• Survey visible above-ground utility facilities and correlate this information with existing
utility records.
UTILITY QUALITY LEVEL B - Information obtained through the application of appropriate
surface geophysical methods to determine the existence and approximate horizontal position of
subsurface utilities. Utility quality level B data should be reproducible by surface geophysics at
any point of their depiction. This underground information is surveyed to plus or minus one foot
accuracy and reproduced onto plan documents.
MDOT shall –
• Provide survey control for the purposes of tying the designated utilities to the State Plane
Coordinate System, and vertical system being North American Vertical Datum of 1988
(NAVD88).
• MDOT will also furnish existing highway plans showing topography, horizontal
alignments, etc. and/or design mapping using current MDOT Workspace, if available.
Consultant shall –
• Complete utility quality levels C and D, as necessary, in order to complete utility quality
level B.
• Provide materials, equipment and personnel necessary for traffic control as directed by the
appropriate MDOT Transportation Service Center (TSC) and the MDOT Workzone
Mobility Policy. Consultant may be required to work off peak hours. Consultant shall not
work on weekends, national holidays, state holidays, or days preceding said holidays
without written permission from the TSC.
Revised Final Posted Scope: 10/1/2018 33
• Provide materials, equipment and personnel, including surveying capability, to designate,
mark, and record, the horizontal location of all existing underground utilities and major
laterals. Storm sewers are not to be designated unless specifically required by MDOT.
Typically, horizontal designating of underground utilities shall be accurate to plus or minus
one foot.
• Prepare CADD files containing horizontal utility depictions using the conventions
indicated in the MDOT Road Design Manual.
UTILITY QUALITY LEVEL A - Precise horizontal and vertical location of utilities obtained
by the actual exposure (or verification of previously exposed and surveyed utilities) and
subsequent measurement of subsurface utilities, usually at a specific point. Minimally intrusive
excavation equipment is used to reduce the potential for utility damage. Precise horizontal and
vertical locations, as well as other utility attributes, are shown on plan documents. Accuracy is
typically set to 0.05 decimal feet (approximately 5/8”) vertical and to applicable horizontal survey
and mapping accuracy as defined or expected by the Project Manager.
MDOT shall –
• Furnish preliminary highway plans showing areas requiring test holes.
Consultant shall –
• Complete utility quality levels B, C, and D, as necessary, in order to complete utility quality level A.
• Comply with State law requirements prior to performing excavation activities.
• Coordinate with the utilities as required.
• Excavate test holes in a manner such as vacuum excavation, hand digging, etc. that prevents
damage to utility wrappings, coatings, or other protective coverings.
• Neatly cut and remove existing pavement, with cut area not to exceed 225 square inches,
using a method enabling vertical and horizontal utility exploration.
• Be responsible for any damage to the utility during excavation.
• Backfill and compact test holes with approved material.
• Provide a permanent pavement restoration for test holes performed through the roadway
pavement. If the test hole is performed in an area other than the roadway pavement, the
area disturbed shall be restored to equal or better than the condition before excavation.
• Tie all vertical elevations to a minimum of two checked benchmarks. The accuracy of these
benchmark checks shall be in accordance with surveying practices that ensure vertical
surveying of underground utilities is accurate to 0.05 decimal feet.
DELIVERABLES - The final deliverables shall be sealed by a licensed professional civil engineer
registered in the State of Michigan. The Consultant is responsible for the accuracy of all
information presented to MDOT. Deliverables shall be sent to the MDOT Project Manager.
Revised Final Posted Scope: 10/1/2018 34
• CADD files containing horizontal utility depictions shall be submitted to MDOT on
CD/DVD in CADD format utilizing MDOT’s current version of MicroStation and MDOT
Workspace.
• For all test holes performed, the following information shall be submitted to MDOT on
CD/DVD in CADD format utilizing MDOT’s current version of MicroStation and MDOT
Workspace:
• Elevation of top of utility tied to project vertical datum
• Elevation of existing grade over utility at the test hole
• Horizontal location referenced to project coordinate datum
• Outside diameter of pipe or width of duct banks and configuration of non-
encased multi-conduit systems
• Size, type and owner of utility facility
• Utility structure material composition and condition, when possible