Heading 2 - Florida Department of Transportation

Download Report

Transcript Heading 2 - Florida Department of Transportation

Florida Department of
TRANSPORTATION
Low-Bid Design Build
Conceptual Overview
SR 54 from East of Suncoast Pkwy to
West of US 41/SR 45
FPN 256339-2-52-01
DCN E7146
Presenters:
Christina Boulnois
Daniel Lauricello
Ginger Creighton
Katasha Cornwell
June 17, 2014
Project Goals
Project Goals, stated in order of precedence:
1. Increase capacity, safety and mobility to the
corridor within the limits described
2. Minimize inconvenience to travelling public
3. Meet project commitments
Florida Department of Transportation
Project Overview
Budget Amount: $18,289,500
Selection Procedure: Low Bid Type
Response Requested: Bid Proposal
Contract Duration: 450 Calendar Days
Prequalification Requirements: Contractor must be qualified under Rule, 14-22,
Florida Administrative Code - Work Class(s): Grading, Drainage, Flexible Paving,
Hot Plant-Mixed Bituminous
Professional Team Member Qualified under Rule 14-75, Florida Administrative
Code - Work Class(es):
2.0 - Proj. Dev. & Environ. (PD&E) Studies
3.2 - Major Highway Design
4.1.1 - Miscellaneous Structures
6.2 - Traffic Signal Timing
7.1 - Signing, Pavement Marking & Channelization 7.2 - Lighting
7.3 – Signalization
8.1 - Control Surveying
8.2 - Design, Right of Way, & Const. Surveying
9.1 - Soil Exploration
9.2 - Geotechnical Classification Lab Testing
9.3 - Highway Materials Testing
9.4.1 - Standard Foundation Studies
15.0 - Landscape Architect
Florida Department of Transportation
Project Details - Existing
• Existing Design Details:
– Project length: 4.076 miles
– Design Speed
• 60 mph between Meadowbrook Dr. and Sofia Dr.
• 55 mph transitioning sections on the east and west ends
– Access Management Class 5 (“Restrictive”)
– Designated Hurricane Evacuation Route
Florida Department of Transportation
Project Design Requirements
• Project Requirements for Design:
– All Project construction activities shall be
conducted utilizing:
• Existing horizontal alignment
• Within Existing Right-of-Way (R/W)
– D/B firm may NOT submit a Technical Proposal
that requires the acquisition of additional R/W
– SEIR commitments
– Median width
– Access Management (Class 5) and Property
Access
– Offset left turn lanes
Existing Meadowbrook Dr. Intersection
• Meadowbrook Drive and
• Oakstead Boulevard
– Project limits, except if modified by the RFP and
associated addenda
– Final Design Plans from FPID 421140-7-52-01
provide a concept for the project design
Florida Department of Transportation
Existing Oakstead Blvd. Intersection
Project Improvements
• Widening existing 4-lane divided to 6-lane divided urban
principal arterial
• Improvements include:
–
–
–
–
–
–
–
–
–
–
Roadway, 2-Typical Sections
Drainage
Walls
Misc. structures
Signing and pavement marking
Signalization
Lighting
Landscape opportunities
Geotechnical
Subsurface utility engineering
Florida Department of Transportation
Roadway Improvements
• Approved Roadway Typical Section Details:
– E. of Suncoast Pkwy to Meadowbrook Dr (Sta. 1762+75.00 to 1769+80.00)
•
•
•
•
•
•
Design Speed = 55 mph
6- 12-foot travel lanes divided
Grassed median with shoulders inside
Paved shoulders outside with 5-foot bike lanes
Ditches
5-foot sidewalk at back of R/W (meander through as necessary to avoid/minimize utility
adjustments/relocations, while remaining with FDOT criteria), in lieu of the extended 6-foot shoulder
for pedestrians shown in the Final Design Plans (FPID 421140-7-52-01) and the Final SEIR
• Existing pavement and shoulder adjacent to widening shall be milled and resurfaced
Florida Department of Transportation
Roadway Improvements
• Approved Roadway Typical Section Details:
– Meadowbrook Dr to Sofia Dr. (Sta. 1769+80.00 to 1973+50.00) – Design Speed = 60 mph
– Sofia Dr. to west of US 41/SR 45 (Sta. 1973+50.00 to 1977+86.10) – Design Speed = 55 mph
•
•
•
•
•
6- 12-foot travel lanes divided
Grassed median with shoulders inside
Paved shoulders outside with 5-foot bike lanes
Ditches
5-foot sidewalk at back of R/W (meander through as necessary to avoid/minimize utility
adjustments/relocations, while remaining with FDOT criteria), in lieu of the extended 6-foot shoulder
for pedestrians shown in the Final Design Plans (FPID 421140-7-52-01) and the Final SEIR
• Existing pavement and shoulder adjacent to widening shall be milled and resurfaced
Florida Department of Transportation
Roadway Improvements
•
Approved Flexible Pavement Design Details: (Included in Attachments)
– The pavement description in the plans for 256339-2-52-01 should read:
Drainage Overview
• Pinellas-Anclote River Basin
• 2 Sub-Basins Sand Branch & South Branch
Florida Department of Transportation
Drainage Overview
• Several Cross Drains ranging from:
– Double 24” RCP to Double 48” RCP
• Generally Type D soils with a Shallow Seasonal High Water Table
• Existing Stormwater Management Provided By:
– linear ponds along the roadside,
– two nearby ponds, and
– existing floodplain compensation sites.
Florida Department of Transportation
Drainage – Stormwater
Management Facilities
• Stormwater management facilities for Basins A
through E were designed and permitted for a sixlane highway in anticipation of upgrading SR 54.
• Sidewalks were not included and will have to be
designed and permitted.
Florida Department of Transportation
Drainage – FloodPlain Impacts
• There is a significant amount of potential impacts to
the FEMA Floodplain.
Florida Department of Transportation
Drainage – Offsite FPC/Ponds
• There is potential
Surplus Floodplain
Compensation Volume.
Review permit No.
4316251.00
Florida Department of Transportation
Drainage – Sidewalk Placement
“New sidewalks should be placed as far from the roadway as
practical in the following sequence of desirability:
1. As near the right of way line as possible.
2. Outside of the clear zone.
3. Five feet from the shoulder point on flush shoulder roadways
or six feet from the back of curb to eliminate the need to narrow
or reroute sidewalks around driveways.
4. As far from edge of
traffic lane as practical”
RFP will require utilization of the
sidewalk justification matrix
Florida Department of Transportation
Drainage – Sidewalk Placement
Sidewalk placement is a critical issue.
• Goal 1: avoid boardwalk
• Goal 2: place the sidewalk as far away from the travel lanes as
possible
• Goal 3: minimize floodplain impacts
• Goal 4: minimize wetland impacts
Florida Department of Transportation
Signing & Pavement Marking
Improvements
• Prepare signing and pavement markings plans in accordance with
Department criteria
• Pavement markings shall be thermoplastic
• Special emphasis cross walks at signalized intersections to cross all legs and
at unsignalized intersections to cross minor streets shall be provided in
preformed tape
• Provide advance street name signs along SR 54 for the following (outside
the clear zone):
– Meadowbrook Drive
– Oakstead Boulevard
– US 41/Land O’Lakes Boulevard
• Existing signs shall NOT be reused without prior written permission from
the Department
Florida Department of Transportation
Traffic Signal Improvements
• Existing traffic signals to be modified include:
– Ballantrae Boulevard
– Sunlake Boulevard
• New traffic signal:
– Meadowbrook Drive
• Existing traffic signals to be reconstructed with box span
signal structures include:
– Fire Station Number 37, emergency signal
– Oakstead Boulevard
• Signal interconnect shall be provided from west of
Meadowbrook Drive to US 41
– 4” HDPE outer duct
– 3-1” HDPD inner ducts
– 48 count single-mode fiber optic cable connecting signals from
Ballantrae Blvd. to US 41 along SR 54
Florida Department of Transportation
Lighting Improvements
• LED lighting shall be provided throughout the project limits
DEVELOPMENTAL SPEC – value ADDED DEVELOPMENTAL SPEC (INCLUDED IN ATTACHMENTS)
HIGHWAY LIGHTING MATERIALS – LED (REV 2-5-14) (992-2.4 Luminaires, Ballasts, etc.)
• Light poles shall be conventional FDOT poles
– No screw type light pole foundations will be allowed
• Lighting shall properly light pedestrian crosswalks/walkways,
bicycle facilities and roadway including signalized
intersections
Florida Department of Transportation
Landscape Opportunity Improvements
• Design-Build firm shall include a Landscape Architect (DBLA) duly
authorized to practice Landscape Architecture in the State of Florida
• Project shall reserve landscape opportunities and implement the
FDOT Highway Beautification Policy
• DBLA shall review and identify future unencumbered landscape
areas for the Project
• Areas shall be identified in the Proposal Plans as “future landscape
areas to be constructed by others”
• Coordination between DBLA and the District Landscape Architect
and Engineer will be required during the D-B plans development
process
• Landscape construction will be performed by others and is NOT
included in this Project
Florida Department of Transportation
Existing Vegetation
• The intent is to always preserve existing vegetation including
trees and palms that do not conflict with proposed
improvements
• Tree and palm protection shall comply with FDOT Std. Index 544
• Responsibility of D-B firm to identify and remove within the
Project limits and within the Project R/W all Category 1 invasive
exotics as defined by the Florida Exotic Pest Plant Council and as
identified in the Landscape Opportunity Plan
Florida Department of Transportation
Geotechnical and Survey Services
• The D-B Firm shall be responsible for the evaluation of
geotechnical conditions and performing the subsurface
investigations as necessary to complete the Project.
• The D-B Firm shall perform all surveying and mapping services
necessary to complete the Project.
• Upon completion of the project, 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
Florida Department of Transportation
Environmental Permits
• SWFWMD 44016251.011 (Application # 62831); Expires 4/5/2015.
•
The Design-Build Firm shall be responsible for the preparation of all
documentation related to the acquisition of all permits not acquired by the
Department and preparation of any and all information documentation
required to modify permits acquired by the Department modifying the
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 will be required to pay all permit fees. Any fines levied
by permitting agencies shall be the responsibility of the Design-Build Firm.
• No active USACE permit
Florida Department of Transportation
Environmental Permits –
Wildlife Coordination
• Gopher Tortoise Burrow survey conducted in May of 2013one burrow observed. The Design-Build Firm shall be
responsible for an assessment of all potential gopher tortoise
habitats that could be impacted by the Project and to obtain
appropriate permits as necessary.
Florida Department of Transportation
Environmental Permits - Mitigation
• Wetland and Surface water mitigation was completed by the Department
in 1999 under USACE permit SAJ-1995-4576 (IP) and SWFWMD Permits
4316251.000, subsequently modified under 44016251.011 authorized on
May 15, 2009. The mitigation amounts were based on the Conceptual
Design Plans as authorized by the aforementioned permits.
• Notwithstanding, the linear wet ponds and wet ditches authorized by
SWFWMD to provide water quality treatment and attenuation are now
Waters of the United States and as such, being located within 15 miles of
Wood Stork nesting colonies, are suitable foraging habitat (SFH) for the
federally listed Wood Stork.
• If any permitting applications completed by the Design-Build Firm
propose to increase the amount of wetland (or surface water) impacts
and those impacts do not equally offset the proposed impacts within the
project limits, mitigation may be required. The Design-Build Firm will be
required to pay all mitigation fees.
Florida Department of Transportation
List of Involved Utility
Agency/Owners (UAOs)
Florida Department of Transportation
Subordinated Easements
• Duke Energy (formerly Florida Power)
• Tampa Bay Water
• See subordinations in Reference Documents under Advanced
Utility Coordination Documentation.
Florida Department of Transportation
RFP States
I. Introduction
B. Department Responsibility
– The Department will be responsible for paying the Utility Agency/Owners
(UAO) for reimbursable relocation costs.
VI. Design and Construction Criteria
C. Utility Coordination
– For a reimbursable utility relocation where the UA/O desires the work to
be done by their contractor, the UA/O will perform the work in
accordance with the utility work schedule (obtained by the Design Build
Firm) and permit, and bill the Department directly.
Florida Department of Transportation
Confirmed UAO’s Not Involved
• Florida Gas Transmission
• Withlacoochee River Electric Cooperative
Florida Department of Transportation
Existing Facilities
• Refer to Advanced Utility Coordination Documentation and Concept
Plans
–
–
–
–
Highlights below – not intended to be all inclusive
Duke Distribution provided substantial input based on concept plans.
Duke Transmission provided some anticipated conflicts.
Bright House Networks is on Duke poles with several under ground crossings
as well.
– Pasco County
• 10” and 12” facilities
• Both water and sewer on both sides of the road
• Previously anticipated losing cover, possible lowering in place
– Verizon
• Crossings at all major intersections
• Potential lead time needed for material procurement
– Tampa Bay Water – 42” crossing at approx. STA 1815
Florida Department of Transportation
Utility Agreements
• Engineering and Construction
– Anticipated
• Duke Transmission ($500,000) – pending execution
• Duke Distribution ($7,200) – executed agreement
– Tampa Bay Water – to be determined
Florida Department of Transportation
Utility Meetings with Firms
• Tomorrow – June 18, 2014
• 1:00 pm – 5:00 pm
• Pelican Conference Room
• Need to assign time slots
– SIGN UP FOR YOUR SLOT IMMEDIATELY AFTER THE
CONCLUSION OF THIS MEETING
Florida Department of Transportation
D-B Firm Responsibilities
• D-B Firm shall be responsible for:
– Survey, geotechnical investigation, subsurface utility engineering, design,
preparation of all documentation to obtain all permits not acquired by the FDOT
and necessary permit modifications, coordinate all utility relocations, maintenance
of traffic, demolition, and construction on or before the Project completion date
indicated in the Proposal.
• Review the approved SEIR (State Environmental Impact Report) and
submittal of a Construction Reevaluation for the approved SEIR
– D-B Firm shall NOT be compensated for any additional costs or time associated with
receiving FDOT approval of the Reevaluation resulting from any proposed design
changes developed by the D-B Firm
• D-B Firm shall examine the Contract Documents and site carefully before
submitting a Proposal and shall investigate the conditions to be
encountered
– Written notification of differing site conditions discovered during the design or
construction phase shall be given to the Department’s Project Manager
• D-B Firm shall examine boring data (where available) to make their own
interpretation of the subsoil investigations and other preliminary data and
shall base their bid of the conditions likely to be encountered
– The submission of a proposal is evidence that the D-B Firm has made
an examination as described in this provision
Florida Department of Transportation
Department Responsibilities
• The Department will provide the following:
– 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.
– Project specific information and/or functions as outlined in the RFP
• The Department will approve the SEIR Reevaluation
• The Department will be responsible for paying the Utility
Agency/Owners for reimbursable relocation costs
• This RFP does not commit the FDOT 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 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
Florida Department of Transportation
Technical Proposal Submittal
Requirements
Section 1: Written Technical Proposal (8.5” x 11”, max. 2 pages)
• Approach and Understanding of the Project
• Staffing
• Responsible office
Section 2: Plans and Technical Special Provisions (11” x 17”, max. 35 sheets)
• Provide Technical Proposal Plans in accordance with requirements of the PPM,
submit the Key Sheet, Plan Sheets and Cross Sections at a minimum.
• Plans shall compliment the Project Approach
• Provide Landscape Opportunity Plan sheets that depict a Bold Landscape
Design (11” x 17”, max. 32 sheets – NOT included with Proposal Plans sheet
count)
• Provide signal design layouts for the proposed signals (11” x 17”, max. 2 sheets
– NOT included with Proposal Plans sheet count)
• Provide any Technical Special Provisions (8.5” x 11”, max. 6 sheets)
Florida Department of Transportation
Evaluation Criteria
• Response deadline: by 2:30 P.M. EST on 8/14/14
• The Department shall open all received Bid Price Proposals at
a public Bid Opening on 8/14/14 at 2:30 P.M. EST at FDOT D7
Headquarters Building:
– 11201 N. McKinley Drive, Tampa Florida 33617
• The Technical Review Committee (TRC) will review the Technical
Proposal of the Lowest Bidder
• The TRC will then establish if the Technical Proposal of the Lowest
Bidder is responsive or non-responsive based on the criteria
described in this RFP.
– If found responsive, that D-B Firm will be awarded the Project.
– If found non-responsive, the TRC will review the Technical Proposal of the
next Lowest Bidder to evaluate for responsiveness, and so on.
Florida Department of Transportation
Project Schedule of Events
Date
Event
6-10-14
Advertisement
6-13-14
Deadline for submission of written questions prior to the Mandatory Pre-Proposal meeting.
6-16-14
Deadline to post responses to Pre-Bid Q&A website prior to the Mandatory Pre-Proposal meeting.
6-17-14
Mandatory Pre-Proposal meeting at 1:30 pm. local time in the Executive Conference Room at 11201 N. McKinley
Drive, Tampa, Fl. 33612
6-18-14
Individual Firms meeting at 1:00 pm local time with Utility Agency/Owners affected by the project in the Pelican
Conference Room at 11201 N. McKinley Drive, Tampa, Fl. 33612.
7-23-14
Deadline for submittal of questions, for which a response is assured, prior to the submission of the Proposal. All
questions shall be submitted to the Pre-Bid Q&A website by 5:00 pm.
7-23-14
Final deadline for submission of requests for Design Exceptions or Design Variations
7-30-14
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 Proposal by 5:00 pm.
8-14-14
Technical Proposals and Price Proposals due in District Office by 2:30 p.m. local time
8-14-14
Public announcing of Price Proposals at 2:30 p.m. local time in the Executive Conference Room at 11201 N. McKinley
Drive, Tampa, Fl. 33612
8-26-14
Public Meeting of Technical Review Committee to determine Responsiveness of Technical Proposals. 2:30 pm
8-29-14
Public Meeting of Selection Committee to determine intended Award at 10:00 am
8-29-14
Posting of the Department’s intended decision to Award at 12 pm.
9-12-14
Anticipated Award Date
9-26-14
Anticipated Execution
Date Department of Transportation
Florida
Project Questions & Answers
• All communications between interested firms and the Department must be
directed to the Department's Prebid Question and Answer website or to the
appropriate Procurement Office as provided in the advertisement after bid
submittal.
Contract/Proposal Number: E7146
Florida Department of Transportation