Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Florida Department of Transportation District 6

DESIGN-BUILD REQUEST FOR PROPOSAL for SR-836/I-395 from West of I-95 to MacArthur Causeway Bridge

And

I-95 Pavement Reconstruction

And

I-95 Southbound to SR-836 Westbound

And

SR-836 from West of NW 17th Avenue to Midtown Interchange (SR-836/I-395/I-95)

Miami-Dade County

Financial Projects Number(s): I-395 Reconstruction 251688-1-52-01, I-95 Pavement Reconstruction 429300-2-52-01, I-95 SB to SR 836 WB Connector 423126-2-52-01, MDX 423126-1-52-01, Dade Water & Sewer 251688-1-56-02 Federal Aid Project Number(s): 3951-499-I MDX Work Program Number: 83611

Contract Number: E-6J53

February 8, 2016 Page 1 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Table of Contents

I. Introduction ...... 8

II. Instructions to Proposers ...... 9 A. Procurement Schedule ...... 9 B. Property of the Department ...... 13 C. Improper Conduct ...... 13 D. Federal Funding and Requirements...... 13 E. Procurement Process ...... 14

III. Technical Proposal Requirements: ...... 22 A. General: ...... 22 B. Submittal Requirements: ...... 23 C. Evaluation Criteria: ...... 33 D. Proposal Evaluation Criteria and Weighting ...... 34 E. Final Selection Process: ...... 39 F. Stipend Awards: ...... 39

IV. Overview ...... 39  Design-Build Responsibility ...... 48  Department Responsibility ...... 50

VI. Threshold Requirements ...... 50 A. Qualifications ...... 50 B. Joint Venture Firm ...... 51 C. Proposal Guaranty ...... 51 D. Utility Pre-Proposal Meeting ...... 51 E. Question and Answer Session ...... 52 F. Protest Rights ...... 53 H. Non-Responsive Proposals ...... 53 I. Waiver of Irregularities ...... 54 J. Modification or Withdrawal of Technical Proposal ...... 55 K. Department’s Responsibilities ...... 55 L. Design-Build Contract Method of Compensation and Funding ...... 55 M. Financial Qualifications and Project Financial Plan (Financial Proposal): . 61

VII. Disadvantaged Business Enterprise (DBE) Program...... 64 A. DBE Availability Goal Percentage: ...... 64

February 8, 2016 Page 2 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

B. DBE Supportive Services Providers: ...... 64 C. Bidders Opportunity List: ...... 64

VIII. Project Requirements and Provisions for Work...... 65 A. Governing Regulations: ...... 65 B. Innovative Aspects: ...... 69 C. Geotechnical Services: ...... 74 D. Department Commitments: ...... 74 E. Environmental Permits: ...... 81 F. Railroad Coordination: ...... 84 G. Survey: ...... 85 H. Verification of Existing Conditions: ...... 85 I. Submittals: ...... 86 J. Contract Time: ...... 96 K. Project Schedule: ...... 96 L. Key Personnel/Staffing: ...... 99 M. Partner/Teaming Arrangement:...... 99 N. Meetings and Progress Reporting: ...... 99 O. Public Involvement: ...... 100 P. Quality Management Plan (QMP): ...... 101 Q. FHWA Project Management Plan (PMP) ...... 102 R. Liaison Office: ...... 102 S. Engineers Field Office: ...... 103 T. Schedule of Values: ...... 103 U. Computer Automation: ...... 103 V. Construction Engineering and Inspection: ...... 104 W. Testing: ...... 104 X. Value Added: ...... 104 Y. Adjoining Construction Projects: ...... 105 Z. Issue Escalation: ...... 105

IX. Design and Construction Criteria...... 107 A. General: ...... 107 B. Vibration, Settlement Monitoring and Construction Noise: ...... 107 C. Geotechnical Services: ...... 110 D. Utility Coordination: ...... 114 E. Roadway Plans: ...... 120 F. Railroad/Transit Accommodations ...... 129 G. Geometric Design:...... 131 H. Design Documentation, Calculations, and Computations:...... 132 I. Structure Plans: ...... 133 J. Specifications:...... 151 K. Shop Drawings: ...... 155 L. Sequence of Construction: ...... 156 M. Stormwater Pollution Prevention Plans (SWPPP): ...... 156 N. Temporary Traffic Control Plan:...... 156 O. Environmental Services/Permits/Mitigation: ...... 166 P. Signing and Pavement Marking Plans:...... 175

February 8, 2016 Page 3 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Q. Lighting Plans: ...... 176 R. Signalization and Intelligent Transportation System Plans: ...... 179 S. Landscape Architecture: ...... 186

X. Attachments ...... 190

XI. Reference Documents ...... 191

February 8, 2016 Page 4 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Definitions The following capitalized terms, when used in this Request for Proposal, have the meaning set forth below: SR 836 WB Connector means the construction of a SR 9A/I-95 Southbound Ramp to Westbound SR 836. Approved Signature Bridge Package means the package which was submitted, passed by the ARC, and approved by PSC per the requirements of the RFP. Best Value Proposer (BVP) means the Proposer whose proposal is determined by the PSC to provide the best value to the Department and MDX. Concept Plans means the plans developed to illustrate the work required for the Total Project as identified in the reference documents: RD-01, RD-0195, and MDXRD-01. Contract Documents has the meaning as that term is defined in the Department’s Division I Design-Build Specifications, Attachment A-02. Department Contract means the contract between the Department and the Design-Build Firm which requires the Design-Build Firm to construct the Department Project and the MDX Project with payment to the Design-Build Firm for construction of the Department Project, including payment of claims for extra work or delay arising from the Department Project. Department Commitments means those commitments listed in the PD&E, FEIS/ROD and any Reevaluations attached as A-08, and those summarized in Section VIII.D of this RFP. Department Project means the reconstruction of I-395 from the I-95/Midtown Interchange to the C/L Pier 8 of the MacArthur Causeway Bridge, concrete pavement reconstruction of I-95 from NW 8th Street to NW 29th Street, and the construction of the SR 836 WB Connector. Department of Transportation (Department or FDOT) means the agency created under Section 20.23, Florida Statutes, and any entity succeeding to the powers, authorities and responsibilities of the Department invoked by or under the Contract Documents. I-395 Agreements means, collectively, the Department Contract and the MDX Contract. Maintenance Start Date means the date that the Design-Build Firm begins construction or 90 days after the Notice to Proceed, whichever occurs first. MDX Contract means the contract between MDX and the Design-Build Firm for construction of the Total Project, and for payment of construction for the MDX Project, including payment of claims for extra work or delay arising from the MDX Project. MDX Project means the reconstruction of SR 836/I-395 from west of NW 17th Ave. to the I- 95/Midtown Interchange. Metromover Bridge means the bridge that carries the MDT Metromover that crosses over I-395 approximately 600 feet to the east of the Signature Bridge. Concept Plans have been developed and are included in RD-01.

February 8, 2016 Page 5 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Miami-Dade Expressway Authority (MDX) means the expressway authority created by Miami- Dade County Commission under Section 348.0003, Florida Statutes, and any entity succeeding to the powers, authorities and responsibilities of MDX invoked by or under the Contract Documents. Midtown Interchange means the I-395/SR 836/I-95 Interchange. Project Limits means the limits of the Total Project as identified in the Concept Plans. Proposed Contract Time means the number of days proposed by Proposer for completion of the Total Project. Proposer(s) or Design-Build Firm or Contractor means the entities that submit proposals for the Request for Proposal and also means the entity that executes the I-395 Agreements solicited through this RFP. Request for Proposal (RFP) means solicitation of competitive bids and proposals from Design- Build Firms for separate contracts with the Florida Department of Transportation and the Miami-Dade Expressway Authority. Signature Bridge or Signature Span means Bridge Nos. 8/9 of I-395 westbound/eastbound that will be located over Biscayne Boulevard. Technical Scores means the scores given to the Technical Proposals. Total Project means, collectively, the Department Project and the MDX Project. Transition Span means the span that occurs between the approach structures and the west end of the Signature Bridge superstructure. Abbreviations The following abbreviations are used in this Request for Proposal: AASHTO means American Association of State Highway and Transportation Officials. AM means Aesthetics Manual. APTE means Aesthetic Project Technical Enhancement. ARC means Aesthetic Review Committee. ATC means Alternative Technical Concept. CAR means the Department’s Contamination Assessment/Remediation Contractor. CEI means Construction Engineering and Inspection. CPM means Critical Path Method. CSER means Contamination Screening Evaluation Report. DBE means Disadvantaged Business Enterprise. F.A.C. means Florida Administrative Code.

February 8, 2016 Page 6 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

FCP means Fracture Control Plan. FECR means Florida East Coast Railway. FEIS means Final Environmental Impact Statement. FHWA means Federal Highway Administration. FIB means Florida I-Beams. ICAR means Impact to Construction Assessment Report. ITS means Intelligent Transportation System. JGS means Job Guide Schedule. MDT means Miami-Dade Transit. MDWASD means Miami-Dade Water and Sewer Department. MOT means Maintenance of Traffic. MPO means Metropolitan Planning Organization. MUTCD means Manual on Uniform Traffic Control Devices. NEPA means National Environmental Policy Act. OSHA means Occupational Safety and Health Administration. PD&E means Project Development & Environmental. PIC means Public Involvement Consultant. PMP means Project Management Plan. PPM means Plans Preparation Manual. PSC means Project Selection Committee. QA means Quality Assurance. Q&A means Question and Answer. QC means Quality Control. ROD means Record of Decision. SEIR means State Environmental Impact Report. SMAP means Settlement Monitoring & Action Plan. SRM means Structural Redundant Members. STRG means Sampling, Testing and Reporting Guide. TCP means Traffic Control Plan.

February 8, 2016 Page 7 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

TMP means Transportation Management Plan. TRC means Technical Review Committee. TSP means Technical Special Provision. TTCP means Temporary Traffic Control Plan. UAO or UA/O means Utility Agencies/Owners.

I. Introduction

The Department, pursuant to Section 334.30, Florida Statutes, issues this RFP to solicit competitive bids and proposals from Design-Build Firms for two separate contracts. The first contract will be the Department Contract between the Department and the selected Proposer for the design and construction of the Total Project. The second contract will be the MDX Contract between MDX and the selected Proposer for the design and construction of the Total Project. The I-395 Agreements consist of the Department Contract and the MDX Contract. The payments from the Department for the Department Project are federally funded and which requires the Department Project to be a FHWA Federal-Aid Oversight construction project.

Contractual Structure

The Department Contract requires the Design-Build Firm to design and construct the Total Project. The MDX Contract requires the Design-Build Firm to design and construct the Total Project. The MDX Contract obligates MDX to pay for the cost of the MDX Project. Valid claims for extra work or delay on the Department Project are solely the responsibility of the Department. Valid claims for extra work or delay on the MDX Project are solely the responsibility of MDX.

Order of Precedence

Each of the Contract Documents is an essential part of the Department Contract and the MDX Contract. The Contract Documents are intended to be complementary and to be read together as a complete agreement.

In the event of any conflict, ambiguity or inconsistency among the Contract Documents, the order of precedence shall be as follows:

1. Supplemental Agreements; 2. Alternative Technical Concepts; 3. Request for Proposal; 4. Project Advertisement; 5. Special Provisions; 6. Technical Special Provisions; 7. Plans; 8. Design Standards; 9. Developmental Specifications; 10. Supplemental Specifications; 11. Standard Specifications; 12. Technical and Price Proposals, except Alternative Technical Concepts contained therein;

February 8, 2016 Page 8 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

and 13. Other Contract Documents not listed above.

Notwithstanding the order of precedence among Contract Documents set forth above, in the event of any conflict, ambiguity or inconsistency between or among any of the provisions in the Contract Documents, the provisions that use more stringent standards or establish the higher quality, manner or method of performing the work for the Total Project will prevail. If the Technical Proposal or Proposer’s written statements or transcripts or minutes of Proposer presentations, includes statements, terms, concepts or designs that can reasonably be interpreted as offers to provide higher quality items than otherwise required by the other Contract Documents or to perform services or meet standards in addition to or better than those otherwise required, then Proposer’s obligations hereunder shall include compliance with all such statements, terms, concepts and designs. Additional details in a lower priority Contract Document shall be given effect except to the extent it irreconcilably conflicts with requirements, provisions and practices contained in the higher priority Contract Document. Computed dimensions govern over scaled dimensions.

II. Instructions to Proposers

The Total Project is being solicited under a single procurement that will result in the award of separate contracts. It is in the best interest of the Department and MDX to have one Design-Build Firm simultaneously design and construct the Total Project in order to minimize negative effects of construction on the traveling public and to maximize any savings of scale. The Instructions to Proposers and other provisions of the RFP will establish the phases that will be utilized in this procurement to achieve the best value to the Department and MDX. In case of failure to follow the instructions contained in the RFP, the Department may determine the Proposer to be deemed non-responsive.

A. Procurement Schedule

The schedule of the events for this procurement process is set forth in the table immediately below. These dates are subject to change and the Department reserves the right to make changes to the schedule. Notices of changes (addenda) will be posted on the Department Website at http://www.dot.state.fl.us/contractsadministrationdistrict6/Design_Build/DesignBuild.shtm . It is the responsibility of all potential Proposers to monitor this site for any changing information prior to submitting your Proposals. Unless otherwise notified in writing by the Department, the dates indicated below for submission of items or for other actions on the part of a Proposer shall constitute absolute deadlines for those activities and failure to fully comply by the time stated shall cause a Proposer to be disqualified.

I-395/I-95/MDX Project Schedule

Dates Event

Tuesday, February 02, 2016 Industry Forum

Wednesday, February 03, 2016 One-on-One Meetings with FDOT and DBF team (Wednesday)

Monday, February 08, 2016 Advertisement

February 8, 2016 Page 9 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Letters of Response (LOR) due to District Procurement Office Monday, March 07, 2016 (5:00PM Local Time) Public Meeting of Selection Committee to Shortlist (10:00AM Monday, April 18, 2016 Local Time)

Monday, April 18, 2016 Shortlist Posting (5:00PM Local Time) Meeting with Aesthetic Review Committee, FDOT, and Shortlisted Tuesday, April 26, 2016 Teams (One-on-One). Meeting Duration 90 minutes per team: Day 1 Meeting with Aesthetic Review Committee, FDOT, and Shortlisted Wednesday, April 27, 2016 Teams (One-on-One). Meeting Duration 90 minutes per team: Day 2 Draft Aesthetic Bridge due to District Procurement Office Wednesday, May 11, 2016 (5:00PM Local Time) Meeting No. 1 Vetting ideas meeting for Aesthetic Signature Bridge Tuesday, May 17, 2016 Proposal (One-on-One). Meeting Duration 2 hours per team: Day 1 Meeting No. 1 Vetting ideas meeting for Aesthetic Signature Bridge Wednesday, May 18, 2016 Proposal (One-on-One). Meeting Duration 2 hours per team: Day 2 Deadline for Design-Build Firm to request participation in Friday, May 20, 2016 Alternative Technical Concept/Alternative Project Technical Enhancement Meeting No. 1 (4:00PM Local Time) Deadline for Design-Build Firm to submit preliminary list of Alternative Technical Concept/Alternative Project Technical Friday, May 20, 2016 Enhancement prior to One-on-One Alternative Technical Concept/Alternative Project Technical Enhancement Meeting No. 1 (4:00PM Local Time) Alternative Technical Concept/Alternative Project Technical Enhancement Meeting No. 1: Signature Bridge discussion and Tuesday, May 24, 2016 material shall not be proposed during this meeting. Meeting Duration: 4 hours per team: Day 1 Alternative Technical Concept/Alternative Project Technical Enhancement Meeting No. 1: Signature Bridge discussion and Wednesday, May 25, 2016 material shall not be proposed during this meeting. Meeting Duration: 4 hours per team: Day 2 Alternative Technical Concept/Alternative Project Technical Enhancement Meeting No. 1: Signature Bridge discussion and Thursday, May 26, 2016 material shall not be proposed during this meeting. Meeting Duration: 4 hours per team. Day 3 Meeting No. 2 Vetting ideas meeting for Aesthetic Signature Bridge Tuesday, May 31, 2016 Proposal (One-on-One). Duration 2 hours per team: Day 1 Meeting No. 2 Vetting ideas meeting for Aesthetic Signature Bridge Wednesday, June 01, 2016 Proposal (One-on-One). Duration 2 hours per team: Day 2 Final Aesthetic (Signature) Bridge due to District Procurement Monday, June 20, 2016 Office (5:00PM Local Time)

February 8, 2016 Page 10 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Project Selection Committee Public Meeting determining the Friday, August 19, 2016 Pass/Fail results of the Aesthetic Signature Bridge Proposal (10:00AM Local Time) Utility Pre-Proposal Meeting facilitated by the District Utilities Monday, August 22, 2016 Administrator (2:00PM Local Time) Deadline for Design-Build Firm to request participation in Thursday, August 25, 2016 Alternative Technical Concept/Alternative Project Technical Enhancement Meeting No. 2 (4:00PM Local Time) Deadline for Design-Build Firm to submit preliminary list of Alternative Technical Concept/Alternative Project Technical Thursday, August 25, 2016 Enhancement prior to One-on-One Alternative Technical Concept/Alternative Project Technical Enhancement Meeting No. 2 (4:00PM Local Time) Alternative Technical Concept/Alternative Project Technical Tuesday, August 30, 2016 Enhancement Meeting No. 2: Duration 4 hours per team: Day 1 Alternative Technical Concept/Alternative Project Technical Wednesday, August 31, 2016 Enhancement Meeting No. 2: Duration 4 hours per team: Day 2 Alternative Technical Concept/Alternative Project Technical Thursday, September 01, 2016 Enhancement Meeting No. 2: Duration 4 hours per team: Day 3 Deadline for Design-Build Firm to request participation in Friday, September 02, 2016 Alternative Technical Concept/Alternative Project Technical Enhancement Meeting No. 3 (4:00PM Local Time) Deadline for Design-Build Firm to submit preliminary list of Alternative Technical Concept/Alternative Project Technical Friday, September 02, 2016 Enhancement prior to One-on-One Alternative Technical Concept/Alternative Project Technical Enhancement Meeting No. 3 (4:00PM Local Time) Alternative Technical Concept/Alternative Project Technical Tuesday, September 06, 2016 Enhancement Meeting No. 3: Duration 4 hours per team: Day 1 Alternative Technical Concept/Alternative Project Technical Wednesday, September 07, 2016 Enhancement Meeting No. 3: Duration 4 hours per team: Day 2 Alternative Technical Concept/Alternative Project Technical Thursday, September 08, 2016 Enhancement Meeting No. 3: Duration 4 hours per team: Day 3 Deadline for Design-Build Firm to submit Alternative Technical Friday, September 16, 2016 Concept/Alternative Project Technical Enhancement for Department approval. Deadline for Department to provide preliminary response to Friday, October 07, 2016 proposed Alternative Technical Concept/Alternative Project Technical Enhancement. Deadline for Design-Build Firm to request participation in Tuesday, October 11, 2016 Alternative Technical Concept/Alternative Project Technical Enhancement Meeting No. 4 (4:00PM Local Time) Deadline for Design-Build Firm to submit preliminary list of Tuesday, October 11, 2016 Alternative Technical Concept/Alternative Project Technical Enhancement prior to One-on-One Meeting Alternative Technical

February 8, 2016 Page 11 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Concept/Alternative Project Technical Enhancement Meeting No. 4 (4:00PM Local Time)

Alternative Technical Concept/Alternative Project Technical Enhancement Meeting No. 4: This Alternative Technical Concept/Alternative Project Technical Enhancement meeting is for Tuesday, October 18, 2016 continuing discussion of only ATC/APTE for which preliminary approval has been given by FDOT. Duration 1 hour per team: Day 1 Alternative Technical Concept/Alternative Project Technical Enhancement Meeting No. 4: This Alternative Technical Concept/Alternative Project Technical Enhancement meeting is for Thursday, October 20, 2016 continuing discussion of only ATC/APTE for which preliminary approval has been given by FDOT. Duration 1 hour per team: Day 2 Deadline for submission of previously submitted request for Thursday, October 27, 2016 Alternative Technical Concept/Alternative Project Technical Enhancement Deadline for the Department to provide Design Build Team with Friday, November 11, 2016 approved Alternative Technical Concept/Alternative Project Technical Enhancement Deadline for submittal of questions, for which a response is assured, Friday, November 25, 2016 prior to the submission of Technical Proposal. All questions shall be submitted to the Pre-Bid Q&A website. (5:00PM Local Time) Deadline for the Department to post responses to the Pre-Bid Question and Answers website for questions submitted by the Monday, November 28, 2016 Design-Build Firms prior to the submittal of the Technical Proposal. (5:00PM Local Time) Technical Proposals due in District Procurement Office Monday, December 05, 2016 (5:00PM Local Time) Question and Answer Session. Times will be assigned during the Wednesday, January 11, 2017 pre-proposal meeting. One hour will be allotted for questions and responses. Deadline for Design-Build Firms to submittal of Written Wednesday, January 18, 2017 Clarification letter following Question and Answer Session (4:00PM Local Time) Deadline for Design-Build Firm to submit Written Confirmation Wednesday, January 18, 2017 letter stating that they intent to comply with all the requirements in the Contract Document (4:00PM Local Time) Deadline for Design-Build Firms to submit questions to the Pre-Bid Q&A website (for which an answer is assured) in accordance with Wednesday, January 25, 2017 Specification 2-4 prior to the submittal of the Bid Price Proposal (5:00PM Local Time) Deadline for the Department to post responses to the Pre-Bid Q&A Wednesday, February 01, 2017 website for questions submitted by the Design-Build Firms for Bid Price Proposal

February 8, 2016 Page 12 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Technical Scores due from Technical Review Committee and Wednesday, February 08, 2017 Aesthetic Review Committee (5:00PM Local Time) Price Proposals and Financial Plans due to District Wednesday, February 15, 2017 Procurement Office (10:00AM Local Time) Public Meeting announcing of Technical Scores and opening of Wednesday, February 15, 2017 Price Proposals “and Financial Proposals” Posting of intended decision (11:00AM Local Time) Wednesday, February 15, 2017 Financial Review

Public Meeting of Selection Committee to determine intended Wednesday, February 22, 2017 Award (10:00AM Local Time)

Wednesday, March 08, 2017 Federal Highway Administration Concurrence to Award

Final Letter of Commitment or Credit/Statement of No Change or Thursday, March 09, 2017 updated firm commitment letter due in the District Office

Thursday, March 16, 2017 Anticipated Award Date

Thursday, March 30, 2017 Design-Build Firm execute the contract (14 CALENDAR days)

Thursday, April 13, 2017 FDOT and MDX Execute Contracts

B. Property of the Department

All documents submitted by Proposers in response to the RFP shall become the property of the Department and will not be returned to Proposers. Additionally, in consideration for the Department’s payment of the Stipend as specified herein and the Design-Build Stipend Agreement, the concepts, ideas and other information contained in the Proposals shall become the property of the Department and MDX as provided in the Design-Build Stipend Agreement.

C. Improper Conduct

1. Equal Employment Opportunity

Proposers shall not, in connection with the RFP and the I-395 Agreements, discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age, marital status, or disability. Proposers shall take affirmative action to ensure that applicants for employment and employees are not discriminated against because of their race, color, religion, sex, national origin, age, marital status, or disability. The areas requiring such affirmative action shall include, but not be limited to, the following: layoff or termination; rates of pay or other forms of compensation; employment; job assignment; promotion; demotion; transfer; recruitment/recruitment advertising; and selection for training, including apprenticeship, pre-apprenticeship and/or on-the-job training.

D. Federal Funding and Requirements

February 8, 2016 Page 13 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Applicable federal law and FHWA regulations will govern the Total Project.

E. Procurement Process

1. Method of Procurement

The RFP is issued pursuant to Section 334.30, Florida Statutes. The Department and MDX will award the two contracts, if at all, to the Proposer whose Proposal is determined to provide the best value to the Department and MDX. Evaluation of Proposals will be based on information submitted in responsive Proposals or otherwise available to the Department, and will involve an evaluation of technical and aesthetic criteria, as further detailed in the RFP.

The Proposals will be evaluated by the following:

 PSC shall select the BVP for the Total Project.

 TRC to review and score the Aesthetic Volume and Technical Volume of the Technical Proposal.

 ARC to pass/fail the Aesthetic Signature Bridge Proposal options. For informational purposes only, the individual members of the ARC will provide a ranking for each of the Aesthetic Signature Bridge Proposal options for each Proposer.

 ARC will review and score the Aesthetic Volume of the Technical Proposal.

 The Department’s Project Finance Manager to pass/fail the financial aspects of the Financial Proposal.

The procurement for the Total Project will take place in four phases.

Phase I: Short Listing Phase II: Aesthetic Signature Bridge Submission Pass/Fail Phase III: Technical Proposal: Technical and Aesthetic Volumes Submissions and Scoring Phase IV: Price Proposal and Financial Proposal Submittals

Communications between the Department and Proposers during Procurement

The Department will send all Proposers a copy of the RFP, including Addenda, and other Project-related documents and materials in electronic format at no cost. All Proposers responding to the RFP will be required to acknowledge that they have received and reviewed all such documents and materials upon receipt of the documents and materials.

The Department Designated Point of Contact:

The Department has designated the following individual to be its Procurement Officer:

Nadine Chinapoo Procurement Services District 6 Florida Department of Transportation

February 8, 2016 Page 14 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

E-mail address: [email protected]

From time to time during the procurement process of the Total Project or during the term of the I-395 Agreements, the Department may designate another Procurement Officer or other Department representatives to carry out some or all of the Department’s obligations pertaining to the Total Project.

Rules of Contact

Proposers or persons acting on their behalf may not contact, between the Project Advertisement and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch or any employee or officer or member of MDX or any employee or officer or member of MDT or any individual identified in Attachment A-34 concerning any aspect of the RFP, except in writing to the Procurement Officer or as provided in the RFP. Violation of this provision may be grounds for rejecting Proposals. In order to ensure a fair, competitive, and open process, once the Total Project is advertised, all communications between Proposers and the Department or MDX or MDT must be directed to the Department's Prebid Question and Answer website. It is the responsibility of the Proposer to review the Prebid Question and Answer website and the Project Advertisement for updates prior to the Letters of Response deadline.

Unless specifically authorized elsewhere in this RFP, the Procurement Officer, or another Department representative designated in writing by the Procurement Officer, is the Department's single contact and source of information for this procurement.

The rules of contact set forth in this Section shall apply during the Project procurement process. These rules are designed to promote a fair, unbiased, and legally defensible procurement process. Contact includes face-to-face, telephone, electronic-mail (e-mail) or formal written communication.

The specific rules of contact are as follows:

A) Unless otherwise specifically noted in this RFP or authorized by the Procurement Officer, all Proposer communication with the Department will be between the Proposer’s identified representatives and the Procurement Officer. All such communication must be in writing (by mail or e-mail).

B) Under normal circumstances, the Procurement Officer will contact a Proposer in writing through the Proposer's designated representative.

C) Commencing with the issuance of this RFP and continuing until the earliest of (1) execution and delivery of the I-395 Agreements, (2) the Department’s rejection of all Proposals or (3) cancellation of the Total Project procurement, neither a Proposer nor its agents may have ex parte communications with State officials, the Department employees, members of the Project Selection Committee, the advisory scoring committees, any other person who will evaluate Proposals and any person identified in Attachment A-34 regarding the Project, except for communications expressly permitted in this RFP or through the process identified above. The foregoing restriction shall not, however, preclude or restrict communications regarding matters unrelated to the Total Project or from participating in public meetings or any public or Proposer workshop related to the Total Project.

D) Any contact by a Proposer determined to be improper or prohibited may result in disqualification of the Proposer.

February 8, 2016 Page 15 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

E) The Department will disseminate written communications regarding the Total Project from the Department on the Department letterhead. The Procurement Officer will sign such communications. Alternatively, the Procurement Officer may communicate via email originating from the Department’s server.

F) The Department will not be responsible for or bound by (1) any oral communication or (2) any other information or contact that occurs outside the official communication process specified herein, unless confirmed in writing by the Procurement Officer.

Language and United States Dollar Requirements

All correspondence regarding the RFP, Proposal, and I-395 Agreements is to be in the English language. If any original documents required for the Proposal, except in pre-printed or reference materials, are in any other language, the Proposer shall provide an English translation, certified by an individual authorized as a translator by one of the Circuit Courts of the State, which shall take precedence in the event of conflict with the original language. The Proposer shall exclusively use inflated United States dollars in its Proposal. In the evaluation of Proposals, the Department may choose to disregard any financial figures provided by the Proposer in denominations other than United States dollars.

Questions and Responses Regarding the RFP

Proposers shall be responsible for reviewing the RFP and any Addenda issued by the Department prior to the Technical Proposal Due Date, and for requesting written clarification or interpretation of any perceived discrepancy, deficiency, ambiguity, error or omission contained therein, or of any provision which the Proposer fails to understand. Proposers shall submit, and the Department will respond to, such requests in accordance with this RFP. Proposers shall direct all questions to the Departments Question and Answer website: https://www3b.dot.state.fl.us/BidQuestionsAndAnswers/Proposal.aspx/SearchProposal

Timing of Requests

Proposers must submit any requests under this RFP prior to the deadline for such requests in this RFP. The Department does not commit to answer any questions submitted by the Proposers after this deadline.

Addenda

The Department may, by issuing an Addendum, modify conditions or requirements of the RFP at any time after its formal issuance. The Department retains the right to issue an addendum in its sole discretion.

Examination of the Request for Proposals Package and Work Site

Proposers are expected to carefully examine the Project site and the complete RFP package, including Reference Documents, before submitting a Proposal.

Each Proposer shall, by submission of a Proposal, be deemed to have made such examination and to have satisfied itself as to the conditions to be encountered in performing the work on the Total Project.

2. Short List

In order to be considered as a short list candidate, a Proposer must submit to the Department a Letter of

February 8, 2016 Page 16 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Response. Staff will develop a written analysis of the submitted Letter of Response and provide the analysis to each member of the PSC.

The Letter of Response package shall include only photos of substantially completed projects/structures in which the Proposer has been involved; digital images or sketches of proposed bridge structure(s) or proposed streetscape for the Total Project shall not be included in the Letter of Response. Proposers must identify which entity of the team was involved in the bridge/structure and the type of procurement such as design-bid-build, design-build, P3 public private partnership. The Department may determine a Letter of Response to be deemed non-responsive if it includes such images, sketches or streetscape. The Letter of Response is limited to fifteen (15) pages, not including resumes, affidavit from bonding company, and letter from Chief Financial Officer(s)/Treasurer(s). All font (including in graphics, tables, and captions on photos) must be standard Arial Narrow, 11 point, single line spacing with no modification of font or spacing allowed. ½” clear margin on all sides must be maintained on all pages. Character styling such as use of color, bold, and italics are allowed. Use of a table is recommended for text boxes.

Provide in the Letter of Response one (1) page resumes for each of the following sixteen (16) key staff positions, as applicable:

a. Construction Project Manager; b. Construction Design-Build Coordinator; c. Construction Roadway Superintendent; d. Construction Structures Superintendent (segmental bridge); e. Construction Structures Superintendent (steel bridge); f. Construction Structures Superintendent (Signature Bridge); g. Design Project Manager; h. Design Roadway Engineer of Record; i. Design Structures Engineer of Record (non-Signature Bridge); j. Design Structures Engineer of Record (Signature Bridge); k. Contractor's Engineer of Record (Signature Bridge); l. Design Engineer of Record (segmental bridge); m. Design Engineer of Record (steel bridge); n. Individuals Performing Aeroelastic Model Testing; o. Signature Bridge architect; and p. Licensed Landscape Architect or urban designer.

In addition to the above sixteen (16) resumes, the Design-Build Firm may submit five (5) additional resumes for additional personnel to be evaluated. By submittal of the Letter of Response the Proposer certifies that all information provided in the Letter of Response is true and accurate. The Proposer further affirms that the individuals proposed as staff are currently employed by the firm(s) identified, or the Proposer has provided a statement of when the individual will become employed by the identified firm(s).

Letters of Response shall be delivered by the submission deadline on the Letters of Response Due Date to:

Nadine Chinapoo Procurement Office, District 6

February 8, 2016 Page 17 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

1000 NW 111th Ave., Room #6202 Miami, FL 33172

Acknowledgement of receipt of the Letter of Response will be evidenced by the issuance of a receipt by a member of the Department staff. The Department will not accept facsimile or other electronically submitted Letters of Response.

The Department will not accept any Letter of Response delivered after the Letters of Response Due Date. Proposers are solely responsible for ensuring that the Department receives their Letter of Response by the Letters of Response Due Date at the address listed above. The Department shall not be responsible for any delays in delivery caused by weather, difficulties experienced by couriers or delivery services, misrouting of packages by courier or delivery services, improper, incorrect or incomplete addressing of deliveries, and other occurrences beyond the control of the Department.

Contractors who are members of the Design-Build Firm and the lead design Consultant of the Design-Build Firm shall not team with other Proposers to submit more than one Technical Proposal in response to this RFP. The Design-Build Firm or proposed key staff of the Design-Build Firm shall not be changed after submittal of the Letter of Response without written consent of the Department. Failure to receive approval on such a change may result in the Technical Proposal being declared non-responsive.

The PSC will evaluate each submission based on the following criteria:

a. Approach to Projects: Understanding of the critical project issues; Approach to critical project issues; and Summarize Proposer’s strategy for ensuring quality. b. Design Experience in the last fifteen (15) years on Similar Projects with: High level of aesthetics (Level 3 in accordance with the PPM): Structures in dense urban environment: and Suspender/Cable support main spans of at least 550-ft in length. c. Construction Experience in the last fifteen (15) years on Similar Projects with: High level of aesthetics (Level 3 in accordance with the PPM); Construction in dense urban environment; and Suspender/Cable support main spans of at least 550-ft in length. d. For each Project referenced under b. or c. above the Design-Build Firm shall include: a) Starting date b) Completion date or anticipated completion date c) Budget d) Owner performance evaluation (if available) e) References f) Points of contact g) Telephone numbers of proposed Design-Build Team h) Safety record i) Time delays j) Incidents of litigation/disputes history k) Current Safety Modifier Index and OSHA violations within the last five (5) years e. Resumes of Key Staff f. An affidavit from a bonding company that certifies the Design-Build Firm has the financial means and capacity to bond 100% payment and performance for the face amount of $616,139,181 for the Department Project and for the face amount of $186,000,000 for the MDX Project.

February 8, 2016 Page 18 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

g. Letter from the Chief Financial Officer or treasurer of the Design-Build Firm or any partners of the Design-Build Firm that speaks to the Design-Build Firm’s ability to obtain financing for the Total Project and any material financial matters that may affect the ability to obtain financing.

A public meeting will be held for the final analysis and selection of the teams that have the highest likelihood of being selected the BVP. 3. Aesthetics Signature Bridge Proposals Pass/Fail

Each shortlisted firm will be given the option to submit draft Aesthetic Signature Bridge Proposals, pursuant to the Procurement Schedule, for review and comment by Department Staff, prior to final submission of Aesthetic Signature Bridge Proposals for ARC evaluation. Each shortlisted firm may submit up to three (3) Aesthetic Signature Bridge Proposals for evaluation by the ARC. Each ARC member will independently pass or fail each option submitted. Each ARC member will also rank the options provided by a Proposer against the other options provided by the same Proposer. An example of the pass-fail/ranking sheet that will be provided to the ARC members is provided as a reference document, RD-08, to this RFP.

Although the ARC members will rank the different options against the other options provided by a Proposer, these rankings are purely for informational purposes only, and will have no direct impact on the Pass/Fail decision or on the evaluation of the Proposer’s Technical Proposal.

In a public meeting, as outlined on the Procurement Schedule, the pass/fail results will be opened and confirmed by the PSC. In order for an option to be “passed,” it must receive four (4) out of five (5) “passes” from the ARC members.

If after all the options from all the Proposers have been scored, less than three (3) teams have received an option that “passed,” the PSC will recalculate the options based on “passing” being lowered to three (3) out of five (5) passes from the ARC members.

Proposers must receive at least one “pass” rating on at least one option to advance to Phase III of the procurement. Each Proposer that receives more than one (1) “passing” option must choose one of the “passed” options to incorporate in the Technical Proposals in Phase III of the procurement.

Aesthetic Signature Bridge Proposals and Draft Aesthetic Signature Bridge Proposals shall be delivered by the submission deadline on the Procurement Schedule to:

Nadine Chinapoo Procurement Office, District 6 1000 NW 111th Ave, Room #6202 Miami, FL 33172

Acknowledgement of receipt of the Aesthetic Signature Bridge Proposals and Draft Aesthetic Signature Bridge Proposals will be evidenced by the issuance of a receipt by a member of the Department staff. The Department will not accept facsimile or other electronically submitted Aesthetic Signature Bridge Proposals or Draft Aesthetic Signature Bridge Proposals.

The Department will not accept any Aesthetic Signature Bridge Proposals and/or Draft Aesthetic Signature Bridge Proposals delivered after the Aesthetic Signature Bridge Proposal Due Date. Proposers are solely responsible for ensuring that the Department receives their Proposals by the Aesthetic Signature Bridge Proposal Due Date at the address listed above. The two submissions of the Draft Aesthetic Signature Bridge

February 8, 2016 Page 19 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Proposals must be made to the Department by the date listed in the Procurement Schedule. The Department shall not be responsible for any delays in delivery caused by weather, difficulties experienced by couriers or delivery services, misrouting of packages by courier or delivery services, improper, incorrect or incomplete addressing of deliveries, and other occurrences beyond the control of the Department.

Vetting Meeting for the Aesthetic Signature Bridge Proposals

The Department will meet with each Proposer twice to discuss the submitted Draft Aesthetic Signature Bridge Proposals as outlined below. These meetings will be held in order to discuss any concerns the Proposers and/or the Department may have about the Proposers Draft Aesthetic Signature Bridge Proposals. For these vetting meetings only, there is no limit to number of Signature Bridge Options that may be submitted. No decisions will be made by the Department concerning ATCs, or other binding approvals, and no member of the PSC, TRC, or the ARC will attend the Vetting Meetings. The meetings are solely to have an open discussion with the Department concerning its understanding and completeness of the Draft Aesthetic Signature Bridge Proposals prior to the Proposers Final Submission of the Aesthetic Signature Bridge Proposal. If a Proposers Aesthetic Signature Bridge Proposal is such that it will require an ATC to be approved in order for it to be in compliance with the RFP, the Proposer may still submit the Aesthetic Signature Bridge Proposal for evaluation, but the Department makes no commitment through the Vetting Meeting or any other correspondence that the ATC will be approved. A Passing Score by the ARC does not relieve the Proposer from seeking approval for any ATCs that may be required due to the design.

Aesthetic Signature Bridge Proposal Requirements The following requirements shall be used for the submission of the Aesthetic Signature Bridge(s) from each Proposer. There are two submissions for this phase of Procurement – Draft and Final Submittals. The items described below that are applicable at each submittal are denoted after each bullet with a (D) for Draft and/or an (F) for Final. Only items listed below as an F label will be permitted to be included in the Final Submittal to the Aesthetic Review Committee, any extra information will be removed prior to the packet being delivered to the ARC, and such a submittal may cause the Proposer to be held non- responsive.

 Bind each Signature Bridge Option separately and label Option A, B, C, if needed, in accordance with the requirements described herein. (F)  For each Signature Bridge Option: Reference any requirements of the RFP which are inconsistent with the proposed Signature Bridge Option, include an explanation of the nature of the deviations from the requirements along with suggested changes to the requirements of the RFP which would allow the Signature Bridge Option. (D)  See Attachment A-35 for preset backgrounds and camera view coordinates used to develop the preset background views. (D) and (F)  For each proposed Signature Bridge Option, provide one 24” x 36” color composite rendering for each view provided. The composite rendering shall be made up of a digital 3-D model of the proposed Signature Bridge Option and the preset background. Include Signature Bridge and adjacent Transition Span surface textures, colors, and shading. Any underdeck features, streetscape, landscape or figures beyond what is given in the preset background image are strictly prohibited. The renderings may include the approach spans (portion of bridge viaduct beyond Signature Bridge Spans and Transition Spans), however these portions should be whited-out and will not be considered part of the submission. (D) and (F)  The 3D model for both the Signature Bridge Spans and Transition Span shall illustrate the following bridge components: (D) and (F)

February 8, 2016 Page 20 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

o All load carrying member sizes, and shapes, o Configuration of all load carrying member, o Suspender/Cable/stay arrangement and pattern, o Surface colors and textures, o Aesthetic Feature lighting. White lights shall be used for the night views. Use of other color lights is strictly prohibited.  Design-Build Firms to provide Bridge Typical Section (11” x 17”) Plan Sheet(s) at the maximum bridge height location in accordance with Chapter 17 of the Structures Detailing Manual. The Bridge Typical Section shall include the full cross section including pylons, arches, cable/stays, bridge deck, deck support system, lane configuration, etc. (D) and (F)  Design-Build Firms to provide a General Plan and Elevation (11” x 17”) Plan Sheet(s) of the Signature Bridge and adjacent Transition Span located west of the Signature Bridge in accordance with Chapter 7 of the Structures Detailing Manual. The General Plan &Elevation Sheet shall include: (D) and (F) . All major load carrying members shapes and configurations, . Cable/stay number, arrangement and pattern, . Elevation of Apex height, . Elevation of highest cable attachment to pylon or arch, . Dimension of suspended length (clear distance measured between the first and last suspender cable/stay along center line of the deck), . Dimension from Signature Bridge west expansion joint to abutment. . Dimension for all structural members or load carrying elements should be sized conservatively. Dimensions for structural members cannot increase in size in later submissions.  For each proposed Signature Bridge Option, include a one page (11” x 17”) Aesthetic Signature Bridge aesthetic lighting diagram and description and placement of the lighting fixtures. (D) and (F)  For each proposed Signature Bridge Option, include a two page 8½” x 11” summary describing why the option meets the objectives and requirements of the project as described in the RFP. The two page summary shall include text only; no photos or renderings are allowed. (F)  Include a statement that the Signature Bridge and Transition Span depicted in the renderings are dimensionally accurate to the requirements defined below. (F)

A. Cable Layout +/- 3 ft. B. Apex height +/- 3 ft. C. Minimum height of highest cable attachment to pylon/arch +/- 3 ft. D. Suspended span length +/- 3 ft. E. Total Signature Bridge span length +/- 3 ft. F. Bridge pier/arch/pylon locations +/- 3 ft. G. Rendered member size percent difference of 10% In no case shall the apex height, minimum height of the highest cable attachment to pylon, suspended span length, or total Signature Bridge span length violate the requirements of the RFP.  Include a statement stating that sufficient preliminary engineering has been performed to insure the viability of the Signature Bridge Option being proposed. (F)

February 8, 2016 Page 21 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

 Any additions or modifications to the submittals beyond what is stated herein and the RFP may be grounds for making the Proposer Non-responsive.(F)

4. Technical and Aesthetics Submissions and Scoring

Each Proposer that passes the Aesthetic Bridge Submission may submit a Technical Proposal that consists of the information set forth in Section III of this RFP. The Technical Proposal evaluation criteria and weighting are set forth in Section III.C and Section III.D.

5. Price Proposal:

Price Proposals shall be submitted on the Bid Blank form attached hereto and shall include five lump sum prices. One lump sum price each for I-395 Specific, I-95 Specific, SR 836 WB Connector Specific, MDWASD Work, and the MDX Specific portions of the Total Project. The Proposer shall also submit the Proposed Contract Time. The lump sum prices shall include all costs for all design, geotechnical surveys, architectural services, engineering services, Design-Build Firms quality plan, construction of each project, and all other work necessary to fully and timely complete that portion of each project in accordance with the Contract Documents, as well as all job site and home office overhead, and profit, it being understood that payment of that amount for that portion of the Total Project will be full, complete, and final compensation for the work required to complete that portion of each project. The Department will not accept any Price Proposals delivered after the Price Proposal Due Date. One (1) hard copy Price Proposal shall be hand delivered in a separate sealed package to the following:

Nadine Chinapoo Procurement Services District 6 Florida Department of Transportation 1000 NW 111 Avenue Room 6202 Miami, Florida 33172

The package shall indicate clearly that it is the Price Proposal and shall identify clearly the Proposer’s name, and Project description. The Price Proposal shall be secured and unopened until the date specified for opening of Price Proposals.

Acknowledgement of receipt of the Price Proposal will be evidenced by the issuance of a receipt by a member of the Department staff. The Department will not accept facsimile or other electronically submitted Price Proposals.

The Department will not accept any Price Proposals delivered after the Price Proposal Due Date. Proposers are solely responsible for ensuring that the Department receives their Price Proposals by the Price Proposal Due Date at the address listed above. The Department shall not be responsible for any delays in delivery caused by weather, difficulties experienced by courier or delivery services, misrouting of packages by courier or delivery services, improper, incorrect or incomplete addressing of deliveries, and other occurrences beyond the control of the Department.

III. Technical Proposal Requirements:

A. General:

The Proposer is required to submit a Technical Proposal for the Total Project. The Technical Proposal shall include sufficient information to enable the Department to evaluate the capability of the Proposer to provide

February 8, 2016 Page 22 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 the desired services and be responsive to the requirements of this RFP. The data shall be significant to the Total Project and shall be innovative, when appropriate, and practical.

B. Submittal Requirements:

Each Proposer that receives an Approved Signature Bridge Package may submit a Technical Proposal that shall consist of the information set forth in the Contract Documents and herein. The Technical Proposal shall be provided in two volumes: Technical Volume 1, and Aesthetic Volume 2. The two volumes of the Technical Proposal shall be bound separately, labeled appropriately, provide information such that each volume can be reviewed independently of one another in accordance with the submittal requirements below. Each section within a volume shall have sequentially numbered pages and shall be separated by a divider with a tab.

The Technical Proposal shall be bound with the information, paper size, and page limitation requirements as listed herein. Unless otherwise specified, all written submittals must be prepared on 8½” x 11” or A4 sized, white paper. All written submittals, regardless of paper size, must be prepared on white paper and included in the applicable binder. Any submittal requested on paper larger than 8½” x 11” or A4 format will be considered 1 page. The Department may disregard documents not complying with the page limitations. Proposers shall not include standard corporate brochures, awards, licenses and marketing materials and FDOT will not evaluate such materials.

A copy of the written Technical Proposal must also be submitted in .pdf format including bookmarks for each section on CD’s and/or DVD’s. Bookmarks which provide links to content within the Technical Proposal are allowed. Bookmarks which provide direct links to information not included within the content of the Technical Proposal shall not be utilized. No macros will be allowed. Minimum font size of eleven (11) shall be used. Arial Narrow shall be the required font type with single line spacing with no modification of font or spacing allowed. Margins shall be ½” clear on all sides and maintained on all pages.

If required by the Contract Documents or upon request by the Department, Proposer shall provide calculations, studies and/or research to support features identified in the Technical Proposal. This only applies during the Technical Proposal evaluation phase.

Proposers shall submit the following to the Department no later than the Technical Proposal Due Date:  one (1) original of each Volume marked “ORIGINAL”;  twenty-five (25) copies of each Volume;  twenty-five (25) electronic copies of each Volume.

Technical Proposals shall be delivered by the submission deadline on the Technical Proposal Due Date to:

Nadine Chinapoo Procurement Office, District 6 1000 NW 111th Ave, Room #6202 Miami, FL 33172

Acknowledgement of receipt of the Technical Proposals will be evidenced by the issuance of a receipt by a member of the Department staff. The Department will not accept facsimile or other electronically submitted Technical Proposals.

The Department will not accept any Technical Proposals delivered after the Technical Proposal Due Date.

February 8, 2016 Page 23 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Proposers are solely responsible for ensuring that the Department receives their Proposals by the Technical Proposal Due Date at the address listed above. The Department shall not be responsible for any delays in delivery caused by weather, difficulties experienced by couriers or delivery services, misrouting of packages by courier or delivery services, improper, incorrect or incomplete addressing of deliveries, and other occurrences beyond the control of the Department.

1. Technical Volume 1 Submittal Requirements

Proposer shall submit Technical Volume 1 of the Technical Proposal. Outline the document in project specific components into I-395 Specific, I-95 Specific, MDX Specific, and/or Total Project specific, labeled respectively. The SR 836 WB Connector shall be included with MDX Specific information and labeled appropriately.

Preliminary Plans shall be divided Technical Volume 1 into three (3) separate sections: I-395 Specific, I- 95 Specific, and MDX Specific. Each project component section shall be clearly identified with the appropriate Financial Management number and title (i.e., Financial Management No. 251688-1-52-01, I- 395 Specific) and separated by a divider tab. Each plan sheet submitted in the Preliminary Plan shall include the specific Financial Management number and project component title.

General items that apply to the Total Project may be submitted in one section only. Proposer shall identify which component of the Total Project is applicable to each general item.

Proposer shall specifically state whether any approved ATCs are included in the Technical Proposal, with reference to the ATC identification number assigned by FDOT, and shall describe how the ATC is used and provide cross-references to other elements of the Proposal that are affected by the ATC. Include all approved ATCs that are incorporated into Volume 1 of the Technical Proposal. Each FDOT-approved ATC that is included in the Technical Proposal must have the executed FDOT approval form as its cover sheet. The ATC’s included in Volume 1 do not count towards any page limit, although only the FDOT-approved ATCs may be included, without modification of any kind. Including an approved ATC in the Technical Proposal binds the Design-Build Firm to the obligations contained in the ATC, regardless whether the ATC is explicitly mentioned in the text of the Technical Proposal.

1. Design / Construction Approach to Total Project

1.1. Understanding and Approach

The Technical Volume shall include an Understanding and Approach to the Total Project that: a) describes the Proposer’s understanding of the scope of the project including any unique issues; b) describes the Proposer’s concept of an effective and efficient design management to enhance and expedite the design process; c) describes the approach to segmenting the Total Project into design and construction packages; d) describes how the Proposer will interface with the Department, Miami-Dade County, City of Miami, MDX, regulatory agencies, utility agency owners, and other stakeholders and the public during the construction period; e) describes an understanding of the required collection system and conveyance system necessary to sufficiently meet FDOT Drainage Manual criteria, based on the quantity of roadway runoff, available and/or required storm water management facilities, and proposed typical section within the corridor; f) describes the extent of the Value Added proposed while maintaining or exceeding the existing threshold requirements; and

February 8, 2016 Page 24 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

g) describes the extent to which any additional warranties included in the Proposal beyond those required by the Contract Documents.

1.2. Construction

The Technical Volume shall include a construction narrative that: a) describes an effective and comprehensive construction management concept; b) provides sufficient information to convey construction coordination to minimize construction changes; c) describes quality and suitability of safety, structures, roadway, drainage, and landscaping construction; d) describes how the Proposer will implement the Incident Management Plan; e) describes an effective noise mitigation to avoid noise impacts to surrounding businesses and the public, and an understanding of the noise limitations required by the Department; f) describes the extent to which the existing structures are in close proximity to the work; reduces probability of damage to existing structures due to vibration or settlement; and g) describes utility coordination and construction.

Provide a Written Schedule Narrative that describes the Design and Construction phases and illustrates how each phase will be scheduled to meet the Project needs required for this Request for Proposal.

The Construction Phasing/Sequencing Plan shall provide information regarding traffic management for Total Project, ramps and crossroads, maintenance of access and egress during all phases of construction, indicate proposed use of properties for staging and laydown activities, and identify potential problem areas. The Construction Phasing/Sequencing Plan shall include a narrative describing the means by which the Design Build Firm will move vehicular, bicycle and pedestrian traffic along the Total Project limits.

The Design-Build Firm shall provide a preliminary Design Quality Management Plan (QMP), which describes the Quality Control (QC) procedures to be utilized to verify, independently check, and review all design drawings, specifications, and other documentation prepared as a part of the contract. In addition the QMP shall establish a Quality Assurance (QA) program to confirm that the Quality Control procedures are followed. The Design-Build Firm shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The QMP may be one utilized by the Design-Build Firm, as part of their normal operation or it may be one specifically designed for this Project. The Design-Build Firm shall submit a refined QMP within fifteen (15) working days following issuance of the written Notice to Proceed, for approval by the Department. A marked up set of prints from the Quality Control review will be sent in with each review submittal. The responsible Professional Engineers or Professional Surveyor that performed the Quality Control review, as well as the QA manager will sign a statement certifying that the review was conducted.

The Design-Build Firm shall, without additional compensation, correct all errors or deficiencies in the surveys, designs, drawings, specifications and/or other services.

2. Preliminary Plans and Specifications

2.1. General Component Plans Requirements

The Technical Volume shall include Proposer’s Preliminary Plans submittal. All Preliminary Plans shall be produced in accordance with the submittal requirements set forth herein. At a minimum, the Preliminary Plans shall conform to a uniform standard of completeness in accordance with the Department’s Roadway

February 8, 2016 Page 25 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Plans Preparation Manual (PPM), Vol. 2, Chapter 2; PPM, Vol. 1, Chapter 26; and Attachment A-24.

The Preliminary Plans shall represent a level of design sufficient to enable a thorough evaluation of Proposer design concepts, shall address all elements of the proposed design, and shall be consistent with the requirements of the Technical Proposal. The Plans shall complement the Project Approach.

2.2. Component Plans Details

2.2.1. Plan and Profile views of the proposed improvements shall be submitted in roll-plot format. The maximum width of the roll-plots shall be 36”. The maximum length of the roll-plot shall be 8’. Inclusion of additional information on the roll-plot, other than depictions of the Plan and Profile views, is allowed provided it clarifies the plan and profile views. However, the Department may determine that such additional information is excessive and may require the Design-Build Firm to revise and resubmit the roll-plots. If this occurs, the Design-Build Firm will have 2 business days to revise and resubmit the roll-plots upon notification by the Department. All other information not included on the roll plots, such as typical sections, special emphasis details, structure plans, etc., shall be provided on 11” x 17” sheets.

2.2.2. Minimum Component Sets

Plans shall complement the Project Approach. In addition to the requirements described herein and the Component Plans Sets required in PPM, Vol. 2, Chapter 2, Proposer shall submit the following:  Master Surface Street Plans that depict the improvements or design for the state and municipal surface streets within the project limits.  Master Signalization Plans  Master Intelligent Transportation System Plan  Master Lighting Plans  Master Tree Disposition Plan that depict a Bold Landscape design for the entire project limits. The Tree Disposition Plan shall include graphic plant symbols that show the plant location, plant type, plant quantity, plant botanical and common name and installed plant size. Paper size shall be 11” x 17”.  Right-of-Way Maps and Legal Descriptions (including area in square feet) of any proposed additional Right-of-Way parcels if applicable and approved through the Alternative Technical Concept (ATC) process. Provide Technical Proposal Plans in accordance with the requirements of the Plans Preparation Manual, except as modified herein.  Provide any Technical Special Provisions which apply to the proposed work. Paper Size: 8½" x 11".  Tolling Master Plan for MDX  Parking Layouts for MDX

3. MDX and I-95 Project Aesthetics:

Include proposed aesthetics treatments (e.g., shapes, textures and colors) for all project components within MDX Specific and I-95 Specific portions of the Project, including but not limited to: retaining walls, bridges, landscaping, lighting, signal and signing consistent with the MDX Enhancement Manual and the requirements of the RFP.

4. Submittal Details

February 8, 2016 Page 26 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The maximum number of pages for Volume 1 shall be fifty (50) in length, excluding Transmittal Letter; Schedule; Organization Chart; Resumes; Required Forms and Documentation; and Preliminary Concept Plans. Page size shall be 8½" x 11" sheet, except that a maximum of ten (10) 11” x 17” pages may be used within the 50-page limit, and these will count as one (1) page each. Other exceptions to the 8½” x 11” page sizes include the Schedule and the Organization Chart. The page size for the Organizational Chart shall not exceed 11” x 17”. These exceptions should be held to a minimum, folded neatly to 8½” x 11” and count as one page.

2. Aesthetic Volume 2 Submittal Requirements

Proposer shall submit the Aesthetic Volume 2 of the Technical Proposal that will describe the aesthetic components being proposed by the Design-Build Firm. The Aesthetic Volume 2 shall consist of a Proposer’s Aesthetics Manual which follows the organization of the Aesthetics Manual developed by the Department where appropriate including the following additional information: 9 renderings of ARC approved Aesthetic Bridge Submittal for the Signature Bridge, Approved Signature Bridge related ATCs being proposed, and the Aesthetics Master Plan roll plots.

Also included in the Proposer’s Aesthetics Manual, the Proposer shall specifically state whether any approved APTEs are included in the Technical Proposal, with reference to the ATC identification number assigned by FDOT, and shall describe how the APTE is used. Proposers shall include a statement that sufficient engineering has been performed to ensure the viability of the Approved Signature Bridge Package or modified approved Signature Bridge ATC option being proposed.

The Proposer shall also include a statement that the Signature Bridge plan depictions and renderings presented in the Technical Proposal (Volumes 1 and 2) are accurate within the limits specified below as measured against the Approved Signature Bridge and Approved Signature Bridge related ATCs:

1. Cable Layout +/- 3 ft. 2. Apex height +/- 3 ft. 3. Minimum height of highest cable attachment to pylon/arch +/- 3 ft. 4. Suspended span length +/- 3 ft. 5. Total Signature Bridge span length +/- 3 ft. 6. Bridge pier/arch/pylon locations +/- 3 ft. 7. Member size percent difference of 10% 8. Aesthetic lighting arrangement

This statement shall be signed by the Design Engineer of Record – Specialty.

1. Aesthetics Manual

The Aesthetics Manual submitted by the Design-Build Firm will include an introduction, design intent, renderings, and text to fully describe their design. Each zone will include a table that identifies where the designs are compliant with the baseline requirements and the approved enhancements. The table will include the length or quality of the enhancements included in each zone.

The Aesthetics Manual is to address the treatments in each of the zones, pier locations, and all streetscape elements. Show shapes, textures, and colors for all project components listed below per the aesthetic baseline requirements given in the Aesthetics Manual.

February 8, 2016 Page 27 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Provide a maximum of thirty (30) daytime 3D renderings for various urban design components. Provide a Lighting Plan. Provide a maximum of twenty (20) night 3D renderings for various urban design components. Page limit used for text descriptions, not including Signature Bridge Submittal, APTE’s, or ATC’s, is thirty (30) pages. For each rendering show general view camera angle and position where appropriate.

Each FDOT-approved Signature Bridge Related ATC that is included in the Proposal must have appended to it the executed FDOT approval form. The ARC-approved Signature Bridge Submittal that is included in the Proposal must have appended to it the executed FDOT approval form. APTE’s, ATC’s and the ARC Approved Signature Bridge Package included in Volume 2 do not count towards any page limit, although only the previously submitted Approved Signature Bridge Package and ATCs may be included, without modification of any kind.

Proposer shall specifically state whether any approved APTEs are included in Volume 2 of the Technical Proposal, with reference to the APTE identification number assigned by FDOT, and shall describe how the APTE is used and provide cross-references to other elements of the Proposal that are affected by the APTE. Submittal Details:

The Aesthetic Volume 2 shall consist of the following:

Item Media (Page sizes shall be Maximum Number Label consistent with previously of Sheets/Pages approved documents as applicable.) Proposer’s Aesthetics 11” x 17” Bound Report 30 pages Technical Proposal - Manual and CD or DVD with Aesthetics Volume 2 original electronic file format and bookmarked .pdfs of all items

Approved APTE’s and 8.5” x 11”, 11” x 17”, 24” N/A Signature Bridge related x 36” Bound Report ATC’s CD or DVD with original electronic file format and bookmarked .pdfs of all items

I-395 Aesthetics Master 8’0” max length roll plot Five (5) sheets Plan no smaller than 1” = 200’ bound separately from Volume 2

Composition of the Aesthetics Manual shall include a call out box on each image that describes the baseline and enhancement treatments as well as their quantity. At a minimum should include the following requirements:

February 8, 2016 Page 28 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Component / Aesthetic Manual (AM) Reference Requirements for Baseline Requirements APPROACH SPAN SUPERSTRUCTURE – Typical Bridge Cross Sections for: ZONES 1, 2, 3  EB and WB I-395 bridges east of NW 3rd Avenue  EB and WB Connector bridges east of NW Ref: Section 2.3.1 3rd Avenue  Bridges for Ramps B, C, E, F APPROACH PIERS – ZONES 1, 2, 3 Typical Pier Shapes for:

 EB and WB I-395 bridges east of NW 3rd Avenue Ref: Section 2.4.1  EB and WB Connector bridges east of NW 3rd Avenue  Bridges for Ramps B, C, E, F Also show all non-typical approach bridge piers within Zones 1, 2, 3.

RETAINING WALLS – ZONES A, 1, 2, 3 Wall texture, Federal Standard (FS) color, and patterns for all walls within Zones A, 1, 2, 3 similar

to AM Figures 2-9b and 2-9d Ref: Section 2.5.1

CONCRETE FINISH – ZONES A, 1, 2, 3 FS Color of all concrete piers and walls

Ref: Section 2.6.1

STEEL FINISH – ZONES A, 1, 2, 3 FS Color of all structural steel High Performance Coating Systems

Ref: Section 2.6.3

ROADWAY LIGHTING – ZONES 1, 2, 3 Photos / renderings of roadway lighting treatments (fixtures, poles, light sources), similar to AM

Figure 2-12 Ref: Section 2.7.2

STREETSCAPE LIGHTING – ZONES 1, 2, 3 Photos / renderings of lighting treatments (fixtures, poles, light sources), similar to AM Figures 2-13

through 2-15, for the following (per AM Section Ref: Section 2.7.4 2.7.4):  Portal Lighting  Secondary Area Lighting

February 8, 2016 Page 29 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

 Abutment Lighting  Pole-Mounted Lighting SIGNAGE Signing Plan of proposed sign locations and Standard Index Numbers.

Ref: Section 2.8.1

URBAN DESIGN – ZONES A, 1, 2, 3 Provide an urban design plan for each zone, with a legend for baseline elements and proposed

enhancements, similar to AM Figures 4-1, 5-1, and Ref: Section 2.9.2 6-3. Include all proposed landscaping elements.

SUPERSTRUCTURE – ZONE A Typical Bridge Cross Sections for:

 EB and WB I-395 bridges west of NW 3rd Avenue Ref: Section 3.2.1  WB, EN, ES, and SE Connector bridges west of NW 3rd Avenue PIERS – ZONE A Typical Pier Shapes for:

 EB and WB I-395 bridges west of NW 3rd Avenue Ref: Section 3.2.2  WB, EN, ES, and SE Connector bridges west of NW 3rd Avenue SIGNATURE BRIDGE AESTHETIC LIGHTING Photos / renderings of lighting treatments (fixtures, poles, light sources), specifying light source and

lighting color. Provide a 3D rendering of the Ref: Section 6.5.3.1 Signature Bridge with proposed lighting colors similar to AM Figure 6-11.

SIGNATURE BRIDGE Typical Bridge Cross Section(s)

Ref: Section 6.7.1 Visual rendering(s) of Signature Bridge, similar to AM Figures 6-10 through 6-27. At a minimum, include individual renderings of:

 Elevation view  Deck level view  Underside view METROMOVER BRIDGE Visual rendering(s) /sketch(es) of Metromover Bridge, similar to AM Figures 6-8

Ref. Section 6.6

The Proposer shall include a statement that all components depicted in the renderings, including but not limited to the non-signature bridges, retaining walls, hardscape, lighting components, urban design

February 8, 2016 Page 30 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 components, pier shapes, superstructure elements in this Volume are dimensionally accurate to +/- 5%, and that the number, sizing, and orientation of the components are accurate. Except for all background elements such as buildings, etc., all project components depicted in the Aesthetic Volume shall be considered a commitment on the part of the Design Build Firm to be constructed as part of this contract. This statement shall be signed by the Design Engineer of Record – Specialty.

2. I-395 Aesthetics Master Plan

The Aesthetics Master Plan is an enlarged version of the plans included in the Aesthetics Manual. All proposed aesthetic enhancements shall be included within the Aesthetics Master Plan.

The Aesthetics Master Plan shall provide an Urban Design Plan View similar to Aesthetics Manual Figures 4-1, 5-1, and 6-3 for the length of project.

Provide and Lighting Plan View similar to Aesthetics Manual Figures 4-5, 5-5, and 6-6 for the full length of project. Provide no more than one (1) additional 3D rendering for each incorporated APTE. For each rendering show general view camera angle and position where appropriate.

Provide no more than one (1) additional 3D rendering for each incorporated APTE. For each rendering show general view camera angle and position where appropriate.

Composition of the Aesthetics Master Plan shall include a call out box on each image that describes the baseline and enhancement treatments as well as their quantity. At a minimum should include the following requirements:

Component / Aesthetic Manual (AM) Reference Requirements for Baseline Requirements APPROACH SPAN SUPERSTRUCTURE – Typical Bridge Cross Sections for: ZONES 1, 2, 3  EB and WB I-395 bridges east of NW 3rd Avenue Ref: Section 2.3.1  EB and WB Connector bridges east of NW 3rd Avenue  Bridges for Ramps B, C, E, F APPROACH PIERS – ZONES 1, 2, 3 Typical Pier Shapes for:  EB and WB I-395 bridges east of NW 3rd Ref: Section 2.4.1 Avenue  EB and WB Connector bridges east of NW 3rd Avenue  Bridges for Ramps B, C, E, F Also show all non-typical approach bridge piers within Zones 1, 2, 3. RETAINING WALLS – ZONES A, 1, 2, 3 Wall texture, Federal Standard (FS) color, and patterns for all walls within Zones A, 1, 2, 3 similar Ref: Section 2.5.1 to AM Figures 2-9b and 2-9d CONCRETE FINISH – ZONES A, 1, 2, 3 FS Color of all concrete piers and walls

Ref: Section 2.6.1 STEEL FINISH – ZONES A, 1, 2, 3 FS Color of all structural steel High Performance Coating Systems

February 8, 2016 Page 31 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Ref: Section 2.6.3 ROADWAY LIGHTING – ZONES 1, 2, 3 Photos / renderings of roadway lighting treatments (fixtures, poles, light sources), similar to AM Ref: Section 2.7.2 Figure 2-12 STREETSCAPE LIGHTING – ZONES 1, 2, 3 Photos / renderings of lighting treatments (fixtures, poles, light sources), similar to AM Figures 2-13 Ref: Section 2.7.4 through 2-15, for the following (per AM Section 2.7.4):  Portal Lighting  Secondary Area Lighting  Abutment Lighting  Pole-Mounted Lighting SIGNAGE Signing Plan of proposed sign locations and Standard Index Numbers. Ref: Section 2.8.1 URBAN DESIGN – ZONES A, 1, 2, 3 Provide an urban design plan for each zone, with a legend for baseline elements and proposed Ref: Section 2.9.2 enhancements, similar to AM Figures 4-1, 5-1, and 6-3. Include all proposed landscaping elements. SUPERSTRUCTURE – ZONE A Typical Bridge Cross Sections for:  EB and WB I-395 bridges west of NW 3rd Ref: Section 3.2.1 Avenue  WB, EN, ES, and SE Connector bridges west of NW 3rd Avenue PIERS – ZONE A Typical Pier Shapes for:  EB and WB I-395 bridges west of NW 3rd Ref: Section 3.2.2 Avenue  WB, EN, ES, and SE Connector bridges west of NW 3rd Avenue SIGNATURE BRIDGE AESTHETIC LIGHTING Photos / renderings of lighting treatments (fixtures, poles, light sources), specifying light source and Ref: Section 6.5.3.1 lighting color. Provide a 3D rendering of the Signature Bridge with proposed lighting colors similar to AM Figure 6-11. SIGNATURE BRIDGE Typical Bridge Cross Section(s)

Ref: Section 6.7.1 Visual rendering(s) of Signature Bridge, similar to AM Figures 6-10 through 6-27. At a minimum, include individual renderings of:  Elevation view  Deck level view  Underside view METROMOVER BRIDGE Visual rendering(s)/sketch(es) similar to AM Figure 6-8. Ref: Section 6.6

February 8, 2016 Page 32 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Proposer shall include a statement that all components depicted in the renderings, including but not limited to the non-signature bridges, retaining walls, hardscape, lighting components, urban design components, pier shapes, superstructure elements in this Volume are dimensionally accurate to +/- 5%, and that the number, sizing, and orientation of the components are accurate. Except for all background elements such as buildings, etc., all project components depicted in the Aesthetic Volume shall be considered a commitment on the part of the Design Build Firm to be constructed as part of this contract. This statement shall be signed by the Project Manager.

C. Evaluation Criteria:

1. Adjectival Scoring System

The Department will evaluate and score the criteria for all portions of the Proposal. For the Technical and Aesthetic Proposals, the Department will rate the individual sections, as outlined in Section III.D, using an adjectival (qualitative/descriptive) ratings method, as follows:

ADJECTIVE DESCRIPTION RATING

Excellent The Proposal significantly exceeds stated requirements/objectives in a beneficial way, providing advantages, benefits or added value to the Total Project, and provides a consistently outstanding level of quality.

Very Good The Proposal exceeds the stated requirements/objectives in a beneficial way, providing advantages, benefits or added value to the Total Project, and offers a significantly better than acceptable quality.

Good The Proposal comfortably meets the stated requirements/objectives, provides some advantages, benefits or added value to the Total Project and offers a generally better than acceptable quality.

Fair The Proposer has demonstrated an approach which is considered to marginally meet stated requirements/objectives and meets a minimum level of quality.

Poor The Proposer has demonstrated an approach which contains significant weaknesses/deficiencies and/or unacceptable quality.

Department management, not involved in direct scoring of the Proposals, will establish the numerical equivalents to the above adjectival ratings prior to the Technical Proposal Due Date. All persons who will evaluate Proposals will not know the numerical equivalents assigned to the adjectival scores prior to the conclusion of the evaluation process. Once the Department has evaluated the Proposals in accordance with

February 8, 2016 Page 33 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 the evaluation criteria and assigned adjectival scores, Department procurement personnel will convert the adjectival scores to numerical scores using numerical equivalents.

D. Proposal Evaluation Criteria and Weighting

Each Proposal will be evaluated and scored according to the criteria set forth below. The maximum score for a Proposal is 100 points, which will be allocated as described below. The Proposer with a responsive Proposal will be evaluated by the PSC for award of the I-395 Agreements as the Best Value Proposer as set forth in this RFP. The order in which the evaluation criteria appear within each category is not an indication of weighting or importance.

1. Technical Volume 1 [Up to 60 points total]

The Technical Proposal shall consist of the information set forth in this RFP. The Department will use the following evaluation criteria to score the Technical Proposals. Each subcategory shall receive a separate adjectival score as outlined on the draft score sheet provided as a reference.

a. Understanding and Approach to the Total Project [Up to 15 points total] i. The degree to which the understanding and approach: a) demonstrates understanding of the scope of the project including any unique issues; b) demonstrates an effective and efficient design management to enhance and expedite the design process; c) demonstrates an effective and manageable approach to segmenting the Total Project into design and construction packages; d) demonstrates an efficient and effective interface with the Department, Miami-Dade County, City of Miami, MDX, regulatory agencies, utility agency owners, and other stakeholders and the public during the construction period; and e) describes the Quality Assurance/Quality Control program for the Design Work and Construction Work and demonstrates: a) efficient and effective coordination between different firms to ensure consistency of quality and b) efficient and effective approach to correcting any poor quality issues; ii. The degree to which the Proposer’s Technical Proposal: a) adheres to the stipulations and requirements contained in the RFP; b) demonstrates an understanding of the required collection system and conveyance system necessary to sufficiently meet FDOT Drainage Manual criteria, based on the quantity of roadway runoff, available and/or required stormwater management facilities, and proposed typical section within the corridor; c) demonstrates an understanding of the relationship between construction phasing or sequencing and maintenance of traffic, has temporary and permanent drainage requirements, overall project cost, and permitting; and d) accommodates movements, minimizes clear zone obstructions and conflict points, including weaving sections. iii. The degree to which the Proposer's Preliminary Plans demonstrates quality and suitability for structures design, roadway design and safety, drainage design, environmental design, lighting design, ITS design, design coordination plan minimizing design changes, geotechnical investigation, incident management

February 8, 2016 Page 34 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

plan, and utility design.;

b. Team Staffing and Experience [Up to 5 points total]

i. The degree to which the Team Staffing and Experience: a) identifies key personnel, including but not limited to, Project Manager, Complex Structural Engineer, Bridge Architect, Roadway Engineer; b) demonstrates effective organization of the team and functional responsibility of each firm; c) demonstrates staffing quality and availability; d) demonstrates experience on similar projects; and e) shows a comprehensive organizational structure that can successfully execute the quality of the work through the demonstration of efficient and effective communications lines and use qualified personnel.

c. Design-Build Value Added [Up to 4 points total] i. The degree to which Design-Build Firm Value Added: a) broadens the extent of the Value Added features of this RFP while maintaining or exceeding the existing threshold requirements; b) provides additional Value Added project features proposed by the Design-Build Firm; c) provides for any additional warranties beyond those required by the Contract Documents; and d) provides a Signature Bridge with a service life of more than 75 years, supported by specific commitments to accepted engineering computational methods for service life design and field quality control procedures consistent with those methods that can be reviewed by the Department.

d. Construction Methods [Up to 10 points total] i. The degree to which Construction Methods: a) demonstrate an effective and comprehensive construction management concept; b) demonstrate construction coordination to minimize construction changes; c) demonstrate quality and suitability of safety, structures, roadway, drainage, and landscaping construction; d) demonstrate implementation of the Environmental design and Erosion/Sediment Control Plan; e) demonstrate implementation of the Incident Management Plan; f) demonstrate an understanding of noise impacts to surrounding businesses and the public, and an understanding of the noise limitations required by the Department; g) are compatible with existing structures in close proximity to the work; reduces probability of damage to existing structures due to vibration or settlement; and h) demonstrate utility coordination and constructions.

February 8, 2016 Page 35 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

e. Maintenance of Traffic [Up to 10 points total] i. The degree to which Maintenance of Traffic: a) minimizes impacts through construction to the environment, public, adjacent properties, and structures; b) shows the level of bridge construction sequencing coordination with the Roadway Traffic Control Plans; c) presents a comprehensive project schedule demonstrating consistency with the traffic control plan and effectively details the Project segmentation, traffic control phasing, timing and duration of major construction elements; d) minimizes number of traffic phase changes, and e) effectively presents a Construction Phasing/Sequencing Plan that progressively and continually alleviates traffic (vehicular, bicycle and pedestrian) congestion along Project corridor (including surface streets and ramps) throughout the construction period.

f. Innovative Aspects [Up to 10 points total] i. The degree to which innovative aspects are introduced and implemented in design approaches and construction techniques to address: a) minimizing or eliminating utility relocations; b) materials; c) workmanship; d) enhancing design and construction aspects related to future expansion of transportation facility; e) exceeds minimum material requirements to enhance durability of project components; and f) demonstrating unique concepts and cost savings suggestions.

g. Maintainability [Up to 5 points total] i. The degree to which the Proposer’s Concept: a) demonstrates a comprehensive and effective approach to addressing maintainability and durability in the design, construction, operation and maintenance of the Total Project; b) demonstrates an effective life cycle cost analysis of project elements. c) demonstrates how the Signature Bridge Health Monitoring System being proposed will meet the objectives of the project; d) demonstrates how the Inspection and Maintenance Manual meets the objectives of the project; e) demonstrates how the Signature Bridge will be detailed to provide inspection access for all primary load-carrying components; and f) demonstrates how the Signature Bridge aesthetic lighting features will be easy to maintain.

h. Conformance with MDX Aesthetics Manual [Up to 1 point total]

2. Technical Volume 2 Criteria [Up to 30 points total]

Volume 2 of the Technical Proposal shall consist of the information set forth in Section III.B.2. The

February 8, 2016 Page 36 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Aesthetic Volume of the Technical Proposal shall be evaluated in the following areas described below. Each area shall receive a separate adjectival score.

a. Aesthetic Treatments [Up to 20 points total]

The Department will use the following evaluation criteria to score the Aesthetic Treatment of I-395 Reconstruction portion of the Technical Proposal.

i. Signature Span [Up to 10 points total] The degree to which the Signature Span: a) provides a dynamic 3D cable arrangement; b) provide a design that configures bridge elements such that the appearance varies as a driver progresses through the structure; c) provide a design that offers significantly different structural appearances as viewed from various locations; d) provides a design for two superstructures for the eastbound and westbound directions but which combines into one single unifying structure visually; e) includes feature bridge lighting which provide unique views of the structures at night; and f) adheres to and enhances the aesthetic requirements of the Contract Documents.

ii. Mainline and Connector Ramps [Up to 2 points total] The degree to which the mainline and connector ramps: a) provides for visual consistency among piers; b) minimizes pier locations; c) provides visual consistency of structure throughout the Total Project; and d) adheres to and enhances the aesthetic requirements of the Contract Documents.

iii. Streetscape [Up to 6 points total] The degree to which the Streetscape: a) provides visual consistency between all four zones; b) provides landscaping in accordance with the RFP; c) promotes Complete Streets Initiatives and traffic calming features; d) enhances community activities; and e) adheres to and enhances the aesthetic requirements of the Contract Documents.

iv. Lighting [Up to 2 points total] The degree to which the Lighting: a) provides secondary accent lighting during the day light hours; b) provides portal lighting at all cross street locations; c) enhances design features in each zone; and d) adheres to and enhances the aesthetic requirements of the Contract Documents.

February 8, 2016 Page 37 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

b. Aesthetic Project Technical Enhancements [Up to 10 points total]

The Department will use the following evaluation criteria to score the APTE portion of the Aesthetic Volume.

i. Additional Value [Up to 5 points total] The degree to which the APTE provides additional value by: a) providing additional aesthetic features beyond the minimum aesthetic baseline requirements; b) improving upon an existing requirement of the Concept Plans not otherwise captured in the sub-criteria of the Aesthetic Proposal Criteria; c) furthering the Department’s goal of building a signature corridor providing aesthetic features that exceed the requirements of the Threshold Requirements; and d) including additional or enhanced pedestrian and/or bicycle safety features;

ii. Long Term Durability and Maintainability [Up to 5 points total] The degree to which the APTE incorporates long term durability and maintainability while achieving the above stated criteria.

3. Proposed Contract Time [Up to 5 points]

The Department will score the Proposed Contract Time using the following formula:

(X divided by Y) multiplied by 5 = A

Where:

X = the lowest number of days proposed by any responsive Proposer for its Proposed Contract Time.

Y = the number of days proposed by Proposer for its Proposed Contract Time.

A = Proposer’s Proposed Contract Time score.

The Proposed Contract Time should incorporate and set forth an aggressive but realistic time frame for the required completion of the Total Project.

4. Price Proposal [Up to 5 points]

Proposer’s Price Proposal score is the sum of the Design-Build Firm’s bid price for the I-395 Specific, I-95 Specific and SR 836 WB Connector Specific portions of the Total Project (Scored Price). The Department will determine the Proposer’s Price Proposal score for the Department Project with the following formula:

(X divided by Y) multiplied by 5 points = A

February 8, 2016 Page 38 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Where:

X = the lowest Scored Price as proposed by any responsive Proposer.

Y = the Scored Price proposed by Proposer.

A = Proposer’s Price Proposal score.

E. Final Selection Process:

After the sealed Price Proposal are received, the Department will have a public meeting for the announcement of the Technical Scores and opening of sealed Price Proposals. This meeting will be recorded. At this meeting, the Department will announce the adjectival scores for each member of the TRC and ARC, by category, for each Proposer. The adjectival scores will be converted to their numerical equivalents. The PSC will review the evaluations of the Technical Proposal and the scores for the Proposed Contract Time and Scored Price Proposal for each Proposer and make a final determination of the highest score. The PSC has the right to correct any errors in the evaluation and selection process that may have been made. The Department is not obligated to award the I-395 Agreements and the PSC may decide to reject all Proposals. If the PSC decides not to reject all Proposals, the I-395 Agreements will be awarded to the Proposer determined by the PSC to be the Best Value Proposer.

F. Stipend Awards:

The Department has elected to pay a stipend to the Short-Listed Design-Build Firms to offset some of the costs of preparing the Aesthetic Signature Bridge Proposal and the Technical Proposals. The stipend will only be payable under the terms and conditions of the Design-Build Stipend Agreement and Project Advertisement, copies of which are provided with this RFP. This RFP does not commit the Department or any other public agency to pay any costs incurred by an individual firm, partnership, or corporation in the participation of this procurement except as set forth in the Design-Build Stipend Agreement. The stipend is not intended to compensate any Short-Listed Design-Build Firm for the total cost of participating in this procurement. As provided by the Design-Build Stipend Agreement, the Department reserves the right, upon payment of stipend, to use any of the concepts or ideas within the Aesthetic Signature Bridge Proposal and/or the Technical Proposals, as the Department deems appropriate.

In order for a Short-Listed Design-Build Firm to remain eligible for a stipend, the Short-Listed Design- Build Firm must fully execute with original signatures and have delivered to the Department within one (1) week after the Short-List protest period, four (4) originals of the Design-Build Stipend Agreement included with this RFP. The Short-Listed Design-Build Firm shall reproduce the necessary copies. Terms of said agreement are non-negotiable. A fully executed copy of the Design-Build Stipend Agreement will be returned to the Proposer.

IV. Overview

The Total Project consists of four components: (1) the reconstruction of I-395 from the I-95/Midtown Interchange to the C/L Pier 8 of the MacArthur Causeway Bridge (I-395 Specific); (2) concrete pavement reconstruction of I-95 from NW 8th Street to NW 29th Street (I-95 Specific); (3) the construction of a SR 9A/I-95 Southbound Ramp to Westbound SR 836 (SR 836 WB Connector Specific); and (4) the reconstruction of SR 836 from west of NW 17th Ave to the I-95/Midtown Interchange (MDX Specific). This RFP will specify the necessary project specific requirements under a heading for I-395 Specific, I-95 Specific, SR 836 WB Connector Specific, and MDX Specific when there are requirements applicable to

February 8, 2016 Page 39 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 these components only. Unless otherwise noted, all other sections in this RFP apply to all project components.

The Department has set a Maximum Allowable Contract Time of 1825 calendars days for the Total Project. The Department and MDX desire to expedite construction on the Department Project and the MDX Project.

All Project components of the Total Project shall comply with Buy America. The Total Project shall use Davis Bacon wage rates as specified in Attachment A-31.

I-395 Specific The I-395 Reconstruction FPID 251688-1-52-01 consists of the reconstruction of 1.4 miles of I-395 from I- 395/SR 836/I-95 Interchange (Midtown Interchange) to the MacArthur Causeway Bridge, and the partial widening of the EB MacArthur Causeway Bridge. This project component also includes the widening of ramps connecting to SR 836; improvements to the N Miami Ave/NE 2nd Avenue/NE 1st Avenue/Biscayne Boulevard intersection; and on/off ramp construction as shown in the Concept Plans. On mainline I-395 three thru lanes in each direction and separate direct connections to and from I-95 NB and SB to/from mainline I-395 will be included. This project component begins at Station 1015+02.06 B/L I-395 EB (M.P.11.684) and ends at Station 1090+87 B/L I-395 EB (M.P.13.048). Improvements to surface streets in areas under and adjacent to I-395 are included as part of this project component. This project component includes Signature Bridge Span(s) over Biscayne Blvd. This project component includes roadway lighting, streetscape lighting, approach span aesthetic lighting and Signature Bridge aesthetic lighting. This project component includes Intelligent Transportation Systems, streetscape and landscape. The Design-Build Firm will be responsible for incident management and emergency response during the construction period in accordance with A-22, Road Ranger Requirements.

The reconstruction and realignment of I-395 requires the removal of one Miami-Dade Transit Metromover Bridge Pier (P23968OB). This Pier supports spans of 152 and 94 feet. The proposed work involves the removal of the existing Pier and the construction of a new cable-supported structure and new pier cap that will support the existing spans. Work shall be coordinated with the Miami-Dade County Transit Department.

Ramp improvements allow direct flow of traffic from I-395 EB and I-95 NB and SB to N Miami Ave., NE 1st Ave. and NE 2nd Ave.; from Biscayne Blvd. to I-395 EB; from NE 2nd Ave. and NE 1st Ave. to I-95 NB and SB; from NE 2nd Ave., NE 1st Ave. and N. Miami Ave. to I-395 WB; and from I-395 WB to Biscayne Blvd./Bayshore Court. End I-395 Specific

I-95 Specific The I-95 portion of the Total Project includes Pavement Reconstruction from NW 8th Street to NW 29th Street FPID 429300-2-52-01. This project component begins at Station 24+79.69 (NB) and Station 24+82.01 (SB) and ends at Station 153+54.36. Improvements within the I-95 corridor include replacement of all concrete and/or rigid pavement surface on SR-9/I-95 from south of NW 8th Street (M.P. 2.671) to north of NW 29th Street (M.P 4.253) in Miami-Dade County. This project component will reconstruct 1.582 miles of SR-9A/I- 95 mainline pavement, bridge approach slabs and bridge expansion joints, shoulder pavement, on and off ramp pavement and other improvements, drainage infrastructure improvements and rail retrofit to 4 bridges in the corridor as depicted in the Concept Plans. This project component also includes restoration of existing guardrail, shoulder gutters and barrier walls as required. This project component also includes Intelligent Transportation Systems upgrades. The Design-Build Firm will be responsible for incident management and emergency response throughout the construction period in accordance with A-22, Road Ranger Requirements.

February 8, 2016 Page 40 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The improvements will require removal and replacement of all concrete pavement surface on SR-9/I-95 from south of NW 8th Street (M.P. 2.671) to north of NW 29th Street (M.P. 4.253). Concrete pavement reconstruction shall follow the approved rigid pavement design (Attachment A-1195 I-95 Rigid Pavement Design) and the approved typical section package (Attachment A-0995 I-95 Typical Section Package). Provide diamond grinding of new concrete pavement prior to Final Acceptance. End I-95 Specific

MDX SR 836 Specific This RFP also includes improvements to 1.5 miles of the MDX SR 836 from West of NW 17th Avenue to the Midtown Interchange. The MDX Project begins at Station 1419+25.14 (B/L SR 836) and ends at Station 1015+02.06 (B/L I-395 EB) to tie into the Department Project. The MDX improvements consist of adding new westbound and eastbound Collector Distributor (C-D) facilities, widening the SR 836 mainline on both sides, and adding a new exit ramp at NW North River Drive. The improvements also include the replacement of the fender system, the replacement of substandard barrier walls, and drainage infrastructure improvements. The improvements will require the removal and replacement of all concrete pavement within the project limits as shown on the Concept Plans. Provide diamond grinding of new concrete pavement prior to Final Acceptance. Improvements to surface streets in areas under and adjacent to SR 836 are included as part of the MDX Project due to the proposed piers. The MDX Project also includes roadway lighting, Intelligent Transportation Systems, two new Open Road Tolling sites and parking facility design and construction. End MDX Specific

SR 836 WB Connector Specific The improvements to SR 836 include building a new WB connector-distributor ramp and widening Bridge No. 870363. The limits of improvements are Bridge No. 23 from Station 3447+45.00 to Station 3449+12.06; Bridge No. 24 from Station 3449+12.06 to Station 3468+20.00; and Bridge No. 870363 from Station 3476+69.41 to Station 3478+02.15. This bridge work and all associated elements with the bridges are shown on MDX Concept Plans but are part of the Department Contract. All design and aesthetic criteria applicable to the SR 836 WB Connector is herein included under the MDX Specific sections throughout the RFP. End SR 836 WB Connector Specific

RIGHT-OF-WAY All Project construction activities shall be conducted within the existing right-of-way. The Design-Build Firm may submit a Technical Proposal that requires the acquisition of additional right-of-way if the subject acquisition was approved during the ATC process. Any Technical Proposal that requires the acquisition of additional right-of-way will not extend the contract duration as set forth in the RFP under any circumstances. The Department will have sole authority to determine whether the acquisition of additional right-of-way on the Project is in the Department’s best interest, and the Department reserves the right to reject the acquisition of additional right-of-way.

If a Design-Build Firm intends to submit a Technical Proposal that requires the acquisition of additional right-of-way, the Design-Build Firm shall discuss such a proposal with the Department as part of the ATC process. If a Design-Build Firm submits a Technical Proposal that requires the acquisition of additional right-of-way and the Design-Build Firm fails to obtain Department approval as part of the ATC process, then the Department will not consider such aspects of the Proposal during the Evaluation process. If the Design-Build Firm’s Technical Proposal requires additional right-of-way approved by the ATC process, the additional right-of-way will be required to be directly acquired by the Department. The Design-Build Firm shall submit, along with the Technical Proposal, Right-of-Way maps and legal descriptions including

February 8, 2016 Page 41 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 area in square feet of any proposed additional right-of-way parcels in the Technical Proposal. The additional right-of-way will be acquired by the Department in accordance with all applicable state and federal laws, specifically including but not limited to the Uniform Relocation Assistance and Real Property Acquisition Policies for Federal and Federally Assisted Programs (42 U.S.C. Chapter 61) and its implementing regulations. This includes completing a SEIR/NEPA evaluation as appropriate. All costs concerning the acquisition of additional right-of-way will be borne solely by the Design-Build Firm. These costs include, but are not limited to consultant acquisition, appraisal services, court fees, attorney and any expert fees, property cost, etc. The Department will have sole discretion with respect to the entire acquisition process of the additional right-of-way.

If the Design-Build Firm’s Technical Proposal requires additional right-of-way, the acquisition of any such right-of-way shall be at no cost to the Department, and all costs associated with securing and making ready for use such right-of-way for the Project shall be borne solely by the Design-Build Firm as a part of the Design-Build Firm’s Lump Sum Price Bid. The Department will not advance any funds for any such right- of-way acquisition and the Design-Build Firm shall bear all risk of delays in the acquisition of the additional property, regardless of cause or source.

The Department will provide to the successful Design-Build Firm an estimate of all costs related to the acquisition and use of the additional right-of-way for the Department Project. At the time the Design-Build Firm returns the executed contract to the Department, the Design-Build Firm will provide the Department funds equal to the amount of the Department’s estimate along with a Letter of Credit approved by the Department in an amount equal to 100% of the Department’s estimate. If additional funds beyond the Department’s estimate are anticipated, the Design-Build Firm shall be solely responsible for all such costs and provide the same to the Department upon ten (10) days written notice from the Department. The Letter of Credit is for the purpose of securing the obligations of the Design-Build Firm with respect to the acquisition and use of additional right-of-way. The Letter of Credit will be released upon the Department’s determination that all costs related to the acquisition of and making ready for use of the additional right-of- way have been satisfied. Any remaining funds provided will be returned to the Design-Build Firm.

Any additional right-of-way must be acquired prior to the commencement of any construction on or affecting the subject property. The Design-Build Firm waives any and all rights or claims for information, compensation, or reimbursement of expenses with respect to the Design-Build Firm’s payment to the Department for costs associated with the acquisition of the additional right-of-way. The additional right- of-way cannot be used for any construction activity or other purpose until the Department has issued an applicable parcel clear letter or a Right-of-Way Certification for Construction.

If the Department’s attempt to acquire the additional right-of-way is unsuccessful, then the Design-Build Firm shall provide a design of the Project within existing right-of-way and be required to complete the Project solely for the Lump Sum Price Bid, with no further monetary or time adjustments arising therefrom. Under no circumstances will the Department be liable for any increase in either time or money impacts the Design-Build Firm suffers due to the Design-Build Firm’s proposed acquisition of additional right-of-way, whether or not the acquisition is successful.

I-395 Specific The Department has acquired all right-of-way for this component of the project, except for Parcel 171. This right-of-way parcel will remain under acquisition at the time of this RFP. It is anticipated that this parcel will be available for construction activities by July 2016. Design-Build Firm cannot contact the owner(s) of this property. Several acquired parcels have restrictions and/or obligations detailed in A-25 Parcel

February 8, 2016 Page 42 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Restrictions. The Design-Build Firm must comply with the restrictions and/or obligations imposed upon the Department contained within A-25. A Design-Build Right-of-Way certification has been provided in Reference Document RD-06. An additional Right-of-Way clear letter for construction will be provided once the outstanding parcel has been obtained. The Design-Build Firm shall not conduct construction activities within the indicated areas of right-of-way acquisition prior to a receipt of a Project Right-of-Way clear letter from the Department’s District Right- of-Way Manager for each of the indicated areas requiring right of way acquisition. Project Right-of-Way clear letter is expected to be issued by July 2016. The Design-Build Firm shall plan accordingly in scheduling of construction activities within these areas. End I-395 Specific

MDX Specific The limits of all anticipated right-of-way acquisitions and easements required for the project are provided as part of reference document MDXRD-04. MDX intends to have all right-of-way for the MDX Project acquired and ready for construction (right-of-way certified) by October 2016. The Design-Build Firm shall not contact property owners. End MDX Specific

Description of Work

I-395 Specific The Department has prepared a set of Reference Documents, which include Concept Plans. These plans convey an established set of design objectives to which the Design-Build Firm is required to accomplish in this component of the project. The Department’s design objectives include:

 Add capacity to I-395 mainline and improve mobility  Provide 3 continuous through lanes to the I-395 Mainline in the Eastbound and Westbound direction.  Provide a Signature Bridge Span(s) over Biscayne Boulevard. (See “Structure Plans” in Section IX)  Construct Eastbound and Westbound Connectors for I-95 traffic to and from I-395 and N. Miami Avenue/NE 1st Avenue  Satisfy and/or be consistent with all Department Commitments.  Maintain all existing surface street connections except N.W. Miami Ct. and provide the reconnection of NW 2nd Avenue underneath I-395  Provide Improvements to the Surface Street Network as depicted in the Concept Plans. (See Reference Document - RD-01 Concept Design)  Implementation of aesthetics designed and constructed in accordance with the Aesthetics Manual and Concept Plans. (See Reference Documents - RD-01 Concept Design and Attachment A-18 Aesthetics Manual)  Relocate the water and sewer main in accordance with the JPA with Miami-Dade Sewer

In the Concept Plans, the mainline will consist of fifteen (15) bridges. Replacement connector ramps and ramp widening at the Midtown Interchange consists of six (6) bridges; I-395 mainline consists of four (4) replacement bridges; two (2) major connector ramps run parallel to the mainline bridges; two (2) new ramp bridges at N. Miami Avenue and the widening work for the MacArthur Causeway Bridge. The following bridge structures shall be provided:

February 8, 2016 Page 43 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Bridge ID Description Bridge 1 EN Connector Bridge 2 ES Connector Bridge 3 SE Connector Bridge 4 WB Connector Bridge 5W & 5E I-395 WB Bridge 6W & 6E I-395 EB Bridge 7W & 7E EB Connector Bridge 8/9 I-395 WB/EB (Signature Span) Bridge 10 Ramp F Bridge 11 Ramp E Bridge 12 NW 17th St Overpass Widening Bridge 13 SR 836 WB Widening Bridge 14 SR 836 EB Widening Bridge 15 MacArthur Causeway EB Widening

See the bridge development report/bridge concept drawings (Reference Documents - RD-01) for proposed span configuration and layout.

Ramp connections to and from I-95 and I-395 mainline shall be provided as follows:

 NE 1st Avenue to northbound and southbound I-95 (Ramp F)  NE 1st Avenue to westbound I-395 (Ramp E)  N Miami Avenue to westbound I-395 (Ramp E)  N Miami Avenue from eastbound I-395 (Ramp B)  N Miami Avenue from northbound and southbound I-95 (Ramp C)  Biscayne Boulevard to eastbound I-395 (Ramp D-1)  NE 13th Street to eastbound I-395 (Ramp D-2)  Biscayne Boulevard from westbound I-395 (Ramp G)  Southbound I-95 to eastbound I-395 (NE Connector)  Northbound I-95 to eastbound I-395 (SE Connector)  Westbound I-395 to southbound I-95 (ES Connector)  Westbound I-395 to northbound I-95 (EN Connector)  Connection from NW 12th Avenue to eastbound I-395 (836 E-B Connector)

The MDT Metromover Bridge Pier No. (P23968OB) is in conflict with the proposed concept. The pier shall be removed to allow for an additional through lane on I-395. The work will involve removing an existing pier that is the last of a 3-span continuous steel girder unit and construction of a new cable- supported structure and pier cap to support the existing spans. The work shall be done without interrupting Metromover operations. A formal Safety Certification of the Metromover is required.

Other structures anticipated for this project component include demolition of the existing mainline, traffic control, temporary and permanent retaining walls. Miscellaneous structures include bridge mounted signs, cantilever sign structures, span sign structures, CCTV camera poles, signal structures and drainage structures.

The AM was developed to satisfy the project commitments and in conjunction with details from the Project

February 8, 2016 Page 44 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Advisory Group and the Aesthetics Steering Committee. The project component was divided into four distinct zones for the urban landscape design efforts. Zone A includes the Midtown Interchange to NW 3rd Avenue. Zone 1 includes the Area from NW 3rd Avenue to just west of FECR rail corridor. Zone 2 is bounded by NE 1st Avenue and Biscayne Boulevard. Zone 3 is the Overtown to Omni Area from east of FECR rail corridor to NE 1st Avenue. The AM provides prescriptive requirements the Design-Build Firm shall adhere to.

Other major work elements include drainage, traffic signals, signing and pavement markings, lighting and Intelligent Transportation System (ITS) integration, water mains & sewer lines relocation and landscape.

A Project Development Report and the I-395 Interchange Modification Report were completed in July 2009. The final Record of Decision was signed on July 16, 2010. A Design Change/Construction Advertisement Reevaluation was signed on June 15, 2015.

A Signature Bridge will be located over Biscayne Boulevard. The Signature Bridge shall meet the criteria set forth in this document. End I-395 Specific

I-95 Specific The 1.582 mile long project component consists of the removal of all concrete and/or rigid pavement and all adjacent flexible asphalt shoulder pavement and the replacement of those features with new concrete pavement, pavement marking, and attenuators. The project component also includes restoration of existing guardrail, shoulder gutters and barrier walls as required. In addition, the bridges along the I-95 corridor have been repaired and upgraded throughout the years but there remain existing bridge railings which are substandard and in need of replacement to accommodate the current Department traffic rail barrier standards and meet current crash testing requirements. Based on current FDOT Structures Design Guidelines, bridge rail retrofit and associated end treatment attachments for are required for:  Bridge 870454 North and South Rail, I-95 Northbound over 10th St./11th St./Metrorail/11th Terr.;  Bridge 870477 North and South Rail, I-95 Northbound Ramp A over 10th St./11th St./Metrorail/11th Terr.;  Bridge 870358 North and South Rail, I-95 Southbound over 17th St.; and  Bridge 870455 North and South Rail, I-95 Northbound over 17th St. and SR 836. The existing approach slabs on bridges in the Project Limits exhibit longitudinal/multidirectional cracking, spalling and differential settlement. The following bridges require approach slab and associated begin and end bridge joint replacement:  Bridge 870450, I-95 Northbound and Southbound over 29th St.;  Bridge 870359, I-95 Southbound over 20th St.;  Bridge 870548, I-95 Southbound over 20th St.;  Bridge 870358, I-95 over 17th St.;  Bridge 870455, I-95 Northbound over 17th St. and SR 836;  Bridge 870357, I-95 Southbound over 10th St./11th St./Metrorail/11th Terr.;  Bridge 870454, I-95 Northbound over 10th St./11th St./Metrorail/11th Terr.; and  Bridge 870477, I-95 Northbound Ramp A over 10th St./11th St./Metrorail/11th Terr. The limits of scope of the interstate reconstruction shall be the same as shown in the Concept Plans, except where approved in an ATC.

The Department’s design objectives include:  Removal and replacement of all concrete pavement within the established Project Limits.  Removal of all asphalt shoulder pavement and replacement of asphalt shoulder pavement with full

February 8, 2016 Page 45 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

depth concrete shoulder pavement. End I-95 Specific

MDX Specific MDX has prepared a set of Reference Documents for the MDX Project that includes conceptual plans. These plans convey an established set of design objectives to which the Design-Build Firm is required to accomplish in the MDX Contract. The MDX Specific design objectives include:

 Add capacity to SR 836 mainline and to improve mobility and safety.  The addition of a 12’ travel lane in each direction as well as 10’ inside and outside shoulders on the SR 836 mainline.  Satisfy and/or be consistent with all the Department Commitments.  Separate the traffic from northbound and southbound NW 12th Avenue to SR 836/I-395 east, I-95 southbound and I-95 northbound, through a separate eastbound CD Road, to isolate the local movements from the system to system traffic and alleviate the current weaving conditions from the traffic entering from NW 12th Avenue to I-95 Northbound which currently traverse the SR 836 eastbound mainline to access the existing left hand exit to I-95 northbound.  Separate traffic from SB I-95 to westbound SR 836 through a separate westbound CD Road and provide direct exits to NW 14th Street and NW North River Drive.  Design, acquire all applicable permits, and construct a new fender system and navigation lights at Bridge Nos. 870147 and 870298 over Miami River.  Removal and replacement of all concrete pavement within the established Project Limits. For the area over the Wagner Creek Culvert, once the concrete slabs are removed, the top of the culvert shall be exposed and inspected for cracks. Repair procedures shall be negotiated as additional work between MDX and the Design-Build Firm.  Incorporate two (2) new tolling locations within the Project Limits; SR 836 westbound exit ramp to NW North River Drive and I-95 southbound exit ramp to NW 14th Street. There are three existing tolling locations within the project; SR 836 westbound exit ramp to NW 12th Avenue (existing location may remain as per Concept Plans), southbound entrance ramp from NW 12th Avenue to SR 836 eastbound connector (existing location may remain as per Concept Plans), and northbound entrance ramp from NW 12th Avenue to SR 836 Eastbound Connector (to be replaced as per Concept Plans). See Reference Document MDXRD-01 for the Toll Master Plan.  Modify five (5) existing parking facilities and provide two (2) temporary parking facilities.  Other major work elements include drainage, traffic signals, signing and pavement markings, lighting and Intelligent Transportation System (ITS).

The project conceptual plans consist of 19 Bridges. The eastbound elevated CD Road consists of four (4) bridges. The westbound elevated CD Road consists of three (3) bridges. The ramp connections to I-95 southbound and northbound from the eastbound CD consist of three (3) bridges. The mainline SR 836 bridges will be widened on both sides.

New Bridges Bridge No. Description Bridge 16 SR 836 EB Connector - Over NW 12 Ave. Bridge 17 SR 836 EB Connector – Over SR 836 EB Bridge 18 Ramp I – Into I-95 SB Bridge 19 SR 836 EB Connector - Over SR 836 EB

February 8, 2016 Page 46 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Bridge 20 SR 836 EB Connector - Into SR-836/I-395 EB Bridge 21 Ramp J - Into I-95 NB Bridge 22 Ramp M -Into NW N. River Drive Bridge 23 SR 836 WB Connector - Into SR-836 WB Bridge 24 SR 836 WB Connector - From I-95 SB Widening of Existing Bridges Bridge Structure No. Description 870298 SR 836 EB 870300 SR 836 EB 870456 SR 836 EB 870367 SR 836 E-S Connector - SR 836 EB to I-95 SB 870370 SR 836 E-N Connector - SR 836 EB to I-95 NB 870724 Ramp L – I-95 NB to Ramp J 870147 SR 836 WB 870150 SR 836 WB 870366 SR 836 WB 870363 SR 836 WB Connector – From I-95 SB Demolition of Existing Bridges Bridge Structure No. Description Southbound NW 12th Ave On Ramp to SR 836 860165 EB. – Over NW 12th Avenue

See the structural MDX Concept Plans (Reference Documents MDXRD-01) for the proposed layout.

Ramp connections to and from I-95 and SR 836 mainline shall be provided as follows:  NW 12th Avenue southbound to SR 836 eastbound (SR 836 EB Connector)  NW 12th Avenue northbound to SR 836 EB Connector (Ramp H)  SR 836 EB Connector to I-95 southbound (Ramp I)  SR 836 EB Connector to I-95 northbound (Ramp J)  I-95 southbound to SR 836 westbound (SR 836 WB Connector)  SR 836 WB Connector to NW 144th Street (Ramp K)  SR 836 WB Connector to NW North River Drive (Ramp M)  SR 836 westbound to NW 12th Avenue  SR 836 eastbound to I-95 northbound (SR 836 E-N Connector)  SR 836 eastbound to I-95 southbound (SR 836 E-S Connector)  SR 836 eastbound to NW South River Drive (Ramp N)  SR 836 eastbound to NW 15th Avenue (Ramp O)

Four existing parking lots are impacted by the proposed conceptual design and during construction.  Lot 1 - Courthouse Parking: Bounded by NW North River Drive/NW 11th Street to the south and west, NW 13th Avenue to the east and NW 12th Street to the north.

February 8, 2016 Page 47 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

 Lot 2 - Jury Parking: Bounded by NW 13th Avenue to the west, NW 11th Street to the south, NW 12th Avenue to the east and NW 12th Street to the north.  Lot 3 - MDX Leased Parking Facility: Bounded by NW 10th Avenue to the west and NW 14th Street to the north.  Lot 4 - Department of Corrections: Bounded by NW 7th Avenue to the west and the I-395/SR 836/I-95 Interchange to the east.  Lot 5 - State Attorneys Parking Facility: Bounded by NW 12th Street to the south, NW 12th Avenue to the East, and NW 13th Avenue to the West. End MDX Specific

Mandatory Requirements

Emergency Management Responsibilities: Any advance preparation, repairs, replacement, etc., required as a result of natural disaster, catastrophic or emergency response event will be considered part of the Design- Build contract responsibilities. Additional compensation for emergency management activities during a Governor’s declared state of emergency will be at the sole direction of the District Construction Engineer and will be subject to participation by FHWA under the Emergency Relief (ER) program or Federal Emergency Management Agency (FEMA) under its disaster reimbursement procedures. Reimbursement for eligible emergency response work will be handled with a separate emergency contract. Otherwise, the Design-Build Firm will not receive any additional compensation. The Department authorizes the Design- Build Firm to pursue damage claims of cost incurred in response to non-natural disasters against the individual or entity which cause the damages, or their insurers. Emergency Management Responsibilities will commence 30 days after NTP and will continue until Final Acceptance.

The Design-Build Firm shall comply with Attachment A-29.

It is the intent to always preserve existing vegetation including trees and palms that do not conflict with proposed improvements. Tree and palm protection shall comply with FDOT Standard Index 544.

Within the Project Limits it will be the responsibility of the Design-Build Firm to identify and remove all Category 1 invasive exotics as defined by the Florida Exotic Pest Plant Council (www.fleppc.org) and as identified in the Tree Inventory Plan.

I-395 and I-95 Specific The Design-Build Firm should implement into their design and construction the Road Ranger Requirements provided in Attachment A-22. The Design-Build Firm shall take over maintenance responsibilities in the Project Limits. End I-395 and I-95 Specific

MDX Specific MDX shall maintain responsibility for the incident management within the MDX Project Limits. The Design-Build Firm shall take over maintenance responsibilities in the MDX Project Limits. End MDX Specific

 Design-Build Responsibility

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

February 8, 2016 Page 48 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 all permits not acquired by the Department and MDX, preparation of any and all information required to modify permits acquired by the Department if necessary, maintenance of traffic, incident management, demolition, and construction, as well as any other responsibilities outlined in this document until final acceptance of the Department Contract and the MDX Contract. The Design-Build Firm shall coordinate all utility relocations and any associated utility relocation efforts. The Design-Build Firm shall be responsible for any additional construction easements necessary for construction and all fees associated with the acquisition of said easements.

The Design-Build Firm shall be responsible for compliance with Design and Construction Criteria (Section IX) which sets forth requirements regarding survey, design, construction, environmental services and maintenance of traffic during construction, requirements relative to project management, scheduling, and coordination with other agencies and entities such as state and local government, utilities and the public.

The Design-Build Firm shall be responsible for compliance with the PD&E Studies, reevaluation (FEIS/ROD) as well as evaluating if design changes impact the natural, physical and social environment and adhering to all Department Commitments.

I-395 Specific See Reference Document RD-02. End I-395 Specific

MDX Specific See Reference Document MDXRD-02 for the MDX Specific components. End MDX Specific

The Design-Build Firm is responsible for coordinating and providing to the District Intermodal System Development Office any engineering information for any project which may trigger a Design Change Reevaluation of the approved FEIS and prior Reevaluations. These changes include, but are not limited to, land use, environmental and vertical clearance. All environmental studies (i.e. noise, contamination, archeological, etc.) and the development of the scope of service for the Reevaluation purposes are to be conducted by the Design-Build Firm and reviewed by the District Intermodal System Development Office. The Design-Build Firm will not be compensated for any additional costs or time associated with Reevaluation(s) resulting from proposed design changes. Design-Build Firm shall provide all engineering information to the Department District Intermodal Systems Development Systems Office, Environmental Management Unit so that a Reevaluation can be submitted by the Department to the FHWA for approval.

The Design-Build Firm shall examine the Contract Documents and the site of the proposed work carefully before submitting a Proposal for the work contemplated and shall investigate the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished and as to the requirements of all Contract Documents.

The Design-Build Firm shall examine boring data, where available, and make their own interpretation of the subsoil investigations and other preliminary data, and shall base their bid on their own opinion of the conditions likely to be encountered. The submission of a proposal is prima facia evidence that the Design- Build Firm has made an examination as described in this provision.

It is the responsibility of the Design-Build Firm to obtain written clarification regarding guidelines versus

February 8, 2016 Page 49 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 requirements. This written request for clarification shall be submitted prior to the question cutoff date, and the clarification shall be provided to all Design-Build Firms.

The Design-Build Firm shall prepare complete construction plans and specifications, signed and sealed by a professional engineer licensed in the State of Florida, all in accordance with the requirements of the Contract Documents. The Design-Build Firm shall be responsible for all work necessary and incidental for the completion of said items for this project unless otherwise noted herein. The Design-Build Firm shall be responsible for designing and construction this project in coordination with all on-going and planned construction projects that may impact the project.

The Design-Build Firm shall demonstrate good Project management practices while working on the Total Project. These include communication with the Department, MDX and others as necessary, management of time and resources, and documentation. In summary, whether implicitly or explicitly stated, the Design- Build Firm shall comply with all directives and statements noted within this RFP, unless otherwise indicated to be the responsibility of others.

 Department Responsibility

The Department will provide contract administration, management services, construction engineering inspection services, environmental oversight, and quality acceptance reviews of all work associated with the development and preparation of the contract plans, permits, and construction of the improvements for the Department Project. The Department will provide project specific information and/or functions as outlined in this document.

In accordance with 23 CFR 636.109 of the FHWA, in a Federal Aid project, the Department shall have oversight, review, and approval authority of the permitting process.

The Department will determine if changes in the Total Project’s design will require a Reevaluation. If necessary, the Department will coordinate with the appropriate agencies during the preparation of a Reevaluation and submit to FHWA for approval. For additional information, refer to the RFP.

VI. Threshold Requirements

A. Qualifications

Proposers are required to be pre-qualified in all work types required for the Total Project. The technical qualification requirements of F.A.C. Chapter 14-75 and all qualification requirements of F.A.C. Chapter 14-22, based on the applicable category of the Total Project, must be satisfied.

Qualifications of Contractor’s Engineer of Record shall be from a Prequalified Engineering Firm prequalified under Complex Bridge Design – Concrete, 4.3.1; or Complex Bridge Design – Steel, 4.3.2 per Rule 14-75. The Work Group designation shall match the structure type being constructed as defined in Rule 14-75.

I-395 Specific For the Signature Bridge, provide a Wind Engineer who is a licensed Professional and employed by a firm specializing in climatology, wind analysis, and wind tunnel testing. The firm shall have conducted wind tunnel testing on a minimum of three cable-supported bridges with spans of at least 400 feet. The Wind Engineer shall be approved by the Department prior to the commencement of the work.

February 8, 2016 Page 50 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Proposers shall also submit the documentation required in the Memorandum of Agreement with Miami- Dade Transit Authority as detailed in Attachment A-27. End I-395 Specific

B. Joint Venture Firm

Two or more Firms submitting as a Joint Venture must meet the Joint Venture requirements of Section 14- 22.007, F.A.C. Parties to a Joint Venture must submit a Declaration of Joint Venture and Power of Attorney Form No. 375-020-18, prior to the deadline for receipt of the Letter of Response.

If the Proposer is a Joint Venture, the individual empowered by a properly executed Declaration of Joint Venture and Power of Attorney Form shall execute the proposal. The Technical Proposal shall clearly identify who will be responsible for the engineering, quality control, and geotechnical and construction portions of the Work. The Joint Venture shall provide an Affirmative Action Plan specifically for the Joint Venture.

C. Proposal Guaranty

A proposal guaranty in an amount of not less than five percent (5%) of the total I-395 Specific, I-95 Specific, SR 836 WB Connector Specific, MDX Specific and the MDWASD Specific bid amounts shall accompany each Proposer’s Price Proposals. The proposal guaranty may, at the discretion of the Proposer, be in the form of a cashier’s check, bank money order, bank draft of any national or state bank, certified check, or surety bond, payable to the Department. If the proposal guaranty is provided in the form of a surety bond, then the Proposer shall use the form Bid or Proposal Bond (375-020-34), Attachment A-06. The surety on any bid bond shall be a company recognized to execute bid bonds for contracts of the State of Florida. The proposal guaranty shall stand for the Proposer’s obligation to timely and properly execute the Department Contract and the MDX Contract and supply all other submittals due therewith. The amount of the proposal guaranty shall be a liquidated sum, which shall be due in full in the event of default, regardless of the actual damages suffered. The Department shall release proposal guaranties pursuant to 3-4 of the Department’s Division I Design-Build Specifications.

If the Financial Proposal requires debt financing as a source of funds or guarantee, and the Proposer is unable to secure a Final Letter of Commitment or statement indicating no change, the Department may, upon determining in its sole and absolute discretion that the Proposer had at all material times during the procurement acted in good faith and undertaken all reasonable due diligence otherwise necessary to obtain such debt financing, permit the Proposer to withdraw its Price Proposal without forfeiture of the Proposer’s Price Proposal without forfeiture of the Proposer’s proposal guaranty. Prior to any such consideration by the Department as to potential waiver of a bid guaranty, the Proposer must make a written request to withdraw its Price Proposal and for return of its proposal guaranty and therein fully explain how the Proposer has during the procurement acted in good faith and undertaken all reasonable due diligence in attempting to secure a Final Letter of Commitment or statement indicating no change. The Proposer must submit its request and full explanation within fourteen (14) days after the Department’s posting of its intended award to the Proposer. The Department will notify the Proposer in writing of its decision, which decision will be final and not subject to administrative or judicial review. Upon the Department’s determination that the Proposer is permitted to withdraw its Price Proposal, the Department will also release the Proposer’s proposal guaranty to the Proposer where the Department has also determined that the Proposer has complied with the conditions precedent stated herein.

D. Utility Pre-Proposal Meeting

February 8, 2016 Page 51 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Attendance at the utility pre-proposal meeting is mandatory. Any Proposer failing to attend may be deemed non-responsive and eliminated from further consideration. The purpose of this meeting is to provide a forum for the Proposer to discuss with all concerned utility owners and the Department the proposed Total Project as it relates to their utility facilities and other relevant issues related to utilities. In the event that any discussions at the utility pre-proposal meeting require, in the Department's sole discretion, official additions, deletions, or clarifications of the RFP, the Design and Construction Criteria, or any other document, the Department may issue a written addendum to this RFP as the Department determines is appropriate. No oral representations or discussions that take place at the utility pre-proposal meeting will be binding on the Department. FHWA will be invited on oversight Projects. Proposers shall direct all questions to the Departments Question and Answer website: https://www3b.dot.state.fl.us/BidQuestionsAndAnswers/Proposal.aspx/SearchProposal E. Question and Answer Session

The Department will meet with each Proposer, formally, for a Question and Answer session. FHWA shall be invited on FHWA Oversight Projects. The purpose of the Q&A session is for the Department to seek clarification and ask questions, as it relates to the Technical Proposal, of the Proposer. The Department may terminate the Q & A session promptly at the end of the allotted time. The Department shall record all of the Q&A session. All recordings will become part of the Contract Documents. The Q&A session will not constitute “discussions” or negotiations. Proposers will not be permitted to ask questions of the Department except to ask the meaning of a clarification question posed by the Department. No supplemental materials, handouts, etc., will be allowed to be presented in the Q&A session. No additional time will be allowed to research answers.

Within one (1) week of the Q&A session, the Design-Build Firm shall submit to the Department a written clarification letter summarizing the answers provided during the Q&A session. The questions, answers, and written clarification letter will become part of the Contract Documents and will be become part of the Technical Proposal. The Design-Build Firm shall not include information in the clarification letter which was not discussed during the Q&A session. In the event the Design-Build Firm includes additional information in the clarification letter which was not discussed during the Q&A session and is not otherwise included in the Technical Proposal, such additional information will not become part of the Technical Proposal and will not be considered by the Department during the evaluation of the Technical Proposal.

Within one (1) week of the Q&A session, the Design-Build Firm shall submit to the Department a written statement as follows: “[insert name of Design-Build Firm] confirms that, despite any provision in the Design-Build Firm’s Technical Proposal or any Q&A written clarification letter that may be inconsistent with the other requirements of the Contract Documents, [insert name of Design-Build Firm] intends to comply fully with the requirements otherwise provided for in the Contract Documents, except for, pursuant to Section I - Order of Precedence - of the RFP, any [insert name of Design-Build Firm]'s statements, terms, concepts or designs that can reasonably be interpreted as offers to provide higher quality items than otherwise required by the other Contract Documents or to perform services or meet standards in addition to or better than those otherwise required which such statements, terms, concepts and designs are the obligations of [insert name of Design-Build Firm].” In case of the failure of the Design-Build Firm to timely provide such a written statement, the Department may determine the Design- Build Firm to be deemed non-responsive.

February 8, 2016 Page 52 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Department may provide some (not necessarily all) proposed questions to each Design-Build Firm as it relates to their technical proposal approximately 24 hours before the scheduled Q&A session.

F. Protest Rights

Any person who is adversely affected by the specifications contained in this RFP must file a notice of intent to protest in writing within seventy-two hours of the posting of this RFP. Pursuant to Sections 120.57(3) and 337.11, Florida Statutes, and Rule Chapter 28-110, F.A.C., any person adversely affected by the agency decision or intended decision shall file with the agency both a notice of protest in writing and bond within 72 hours after the posting of the notice of decision or intended decision, or posting of the solicitation with respect to a protest of the terms, conditions, and specifications contained in a solicitation and will file a formal written protest within 10 days after the filing of the notice of protest. The formal written protest shall be filed within 10 days after the date of the notice of protest if filed. The person filing the Protest must send the notice of intent and the formal written protest to:

Clerk of Agency Proceedings Department of Transportation 605 Suwannee Street, MS 58 Tallahassee, Florida 32399-0458

Failure to file a notice of protest or formal written protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.

H. Non-Responsive Proposals

Proposals found to be non-responsive shall not be considered. Proposals may be rejected if found to be in nonconformance with the requirements and instructions herein contained. A Proposal may be found to be non-responsive by reasons, including, but not limited to, failure to utilize or complete prescribed forms, conditional proposals, incomplete proposals, indefinite or ambiguous proposals, failure to meet deadlines and improper and/or undated signatures.

Other conditions which may cause rejection of Proposals include evidence of collusion among Proposers, obvious lack of experience or expertise to perform the required work, submission of more than one Proposal for the same work from an individual, firm, joint venture, or corporation under the same or a different name (also included for Design-Build Projects are those Proposals wherein the same Engineer is identified in more than one Proposal), failure to perform or meet financial obligations on previous contracts, employment of unauthorized aliens in violation of Section 274A(e) of the Immigration and Nationalization Act, or in the event an individual, firm, partnership, or corporation is on the United States Comptroller General's List of Ineligible Design-Build Firms for Federally Financed or Assisted Projects.

The Department will not give consideration to tentative or qualified commitments in the Proposals. For example, the Department will not give consideration to phrases as “we may” or “we are considering” in the evaluation process for the reason that they do not indicate a firm commitment.

Proposals will also be rejected if not delivered or received on or before the date and time specified as the Technical Proposal Due Date for submission.

Technical Proposals which deviate from the ARC Passed and PSC Approved Aesthetic Signature Bridge Package without an approved ATC or contains more than one Aesthetic Signature Bridge Package may be

February 8, 2016 Page 53 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 non-responsive.

If the Price Proposal exceeds the values below for each specific item, it is non-responsive:

 I-395 Specific: $556,731,490  I-95 Specific: $25,272,000  SR 836 WB Connector Specific: $35,000,000  MDX Specific: $186,000,000

A Price Proposal which contains a Proposed Contract Time for the Total Project in excess of 1825 days is non-responsive.

Proposals not in compliance with the provisions and requirements of this RFP may be deemed to be non- responsive.

I. Waiver of Irregularities

The Department may waive minor informalities or irregularities in Proposals received where such is merely a matter of form and not substance, and the correction or waiver of which is not prejudicial to other Proposers. Minor irregularities are defined as those that will not have an adverse effect on the Department's interest and will not affect the price of the Proposals by giving a Proposer an advantage or benefit not enjoyed by other Proposers.

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

2. Preliminary design submittals may vary from the requirements of the Design and Construction Criteria. The Department, at their discretion, may elect to consider those variations in awarding points to the Proposal rather than rejecting the entire Proposal.

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

4. The Proposer who is selected for the Department Project will be required to fully comply with the Design and Construction Criteria for the price bid, regardless that the Proposal may have been based on a variation from the Design and Construction Criteria.

5. Proposers shall identify separately all innovative aspects as such in the Technical Proposal. An innovative aspect does not include revisions to specifications or established Department policies. Innovation should be limited to Design-Build Firm’s means and methods, roadway alignments, approach to the Total Project, use of new products, and new uses for established products.

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

7. Those changes to the Design Concept may be considered together with innovative construction techniques, as well as other areas, as the basis for grading the Technical Proposals in the area of innovative measures.

February 8, 2016 Page 54 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

J. Modification or Withdrawal of Technical Proposal

Proposers may modify or withdraw previously submitted Technical Proposals at any time prior to the Technical Proposal Due Date. Requests for modification or withdrawal of a submitted Technical Proposal shall be in writing and shall be signed in the same manner as the Technical Proposal. Upon receipt and acceptance of such a request, the entire Technical Proposal will be returned to the Proposer and not considered unless resubmitted by the due date and time. Proposers may also send a change in sealed envelope to be opened at the same time as the Technical Proposal provided the change is submitted prior to the Technical Proposal Due Date.

K. Department’s Responsibilities

This RFP does not commit the Department to make studies or designs for the preparation of any Proposal, nor to procure or contract for any articles or services.

The Department does not guarantee the details pertaining to borings, as shown on any documents supplied by the Department, to be more than a general indication of the materials likely to be found adjacent to holes bored at the site of the work, approximately at the locations indicated.

L. Design-Build Contract Method of Compensation and Funding

The Department Contract will specify the compensation for the Department Project and the MDX Contract will specify the compensation for the MDX Project. In accordance with Section VIII.T., Project Requirements and Provisions for Work, Schedule of Values, the Design-Build Firm will submit a separate Schedule of Values to the Department for review and approval for the I-395 Specific, I-95 Specific, and SR 836 WB Connector Specific, MDWASD Work and the MDX Specific portions of the Total Project. No invoices shall be submitted prior to Department and MDX approval of the respective Schedule of Values.

The Design-Build Firm shall submit bid prices for the I-395 Specific, I-95 Specific, SR 836 WB Connector Specific, MDWASD Work, and the MDX Specific portions of the Total Project. The Schedule of Values for the I-395 Specific, I-95 Specific, SR 836 WB Connector Specific, MDWASD Work, and the MDX Specific portion shall be equal to the Design-Build Firm’s bid price for each area of the work respectively. For each of the above-mentioned bid prices (the MDWASD Work is not included below), the Design-Build Firm may not exceed the values below:

 I-395 Specific: $556,731,490  I-95 Specific: $25,272,000  SR 836 WB Connector Specific: $35,000,000  MDX Specific: $186,000,000

I-395/I-95/SR 836 WB Connector Specific The Design-Build Firm’s submitted Price Proposal (time and cost) is to be a Lump Sum Bid/Price Proposal for completing the scope of work detailed in the RFP. Funds are contingent upon annual appropriation. The Department Contract is subject to Section 334.30, Florida Statutes. Further, while not a statutory requirement, the Department will ensure that the payments contemplated hereunder shall be included in the Department's tentative work program developed pursuant to Section 339.135, Florida Statutes, and the long- range transportation plan for the applicable metropolitan planning organization developed under Section 339.175, Florida Statutes, and also ensure that payments for the Department Project extending beyond one fiscal year are prioritized ahead of new capacity projects in the development and updating of the tentative

February 8, 2016 Page 55 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 work program.

The cash available for reimbursement will be contingent upon annual appropriation; however, subject to annual appropriation, the Department agrees to fund the Department Project in accordance with the Cash Availability Schedule(s) set forth below (one per each 11-digit financial Project):

Project Number 251688 - 1 - 52 -01 Fiscal Year July 1 October 1 January 1 April 1 Total 2017 34,380,690 5,000,000 39,380,690 2018 25,000,000 20,000,000 5,223,655 20,000,000 70,223,655 2019 12,473,998 20,000,000 20,000,000 20,000,000 72,473,998 2020 37,644,650 35,000,000 35,000,000 5,000,000 112,644,650 2021 19,135,698 30,000,000 30,000,000 25,000,000 104,135,698 2022 30,000,000 30,000,000 20,000,000 20,000,000 100,000,000 2023 10,000,000 10,000,000 37,058,489 57,058,489

Project Number 429300 - 2 -52 -01 Fiscal Year July 1 October 1 January 1 April 1 Total 2017 0 2018 14,526,345 14,526,345 2019 7,526,002 7,526,002 2020 2,305,351 2,305,351 2021 864,302 864,302 2022 0 2023 0 2024 0 2025 0

Project Number 423126-2-52-01 Fiscal Year July 1 October 1 January 1 April 1 Total 2017 0 2018 0 2019 0 2020 14,000,000 14,000,000 2021 14,000,000 14,000,000 2022 7,000,000 7,000,000 2023 0 2024 0 2025 0

February 8, 2016 Page 56 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Incentive – Disincentive provisions in Attachment A-04 apply to the Total Project for a total of $9,800,000; $7,700,000 on the Department Contract and $2,100,000 on the MDX Contract. On the Department Contract $7,000,000 is for I-395 Specific, FPN 251688-1-5A-01 and $700,000 is for I-95 Specific, FPN 429300-2- 5A-01. The total incentive-disincentive provision is applicable only for the Total Project. The payment will be paid by the Department Contract and the MDX Contract.

For the Department Contract on the Department Project, all price adjustments made pursuant to Division I Design-Build Specifications Sections 9-2.1.1 and 9-2.1.2 shall only be made on the final payment. For the Department Contract and the MDX Contract, the Division I Design-Build Specifications Sections 9-2.1.1 and 9-2.1.2 shall not apply on the MDX Project.

Reimbursement shall be made to the Design-Build Firm by warrant mailed to the Project Specific Escrow Account using a unique vendor number sequence. The Design-Build Firm shall complete form number 700-011-16 Request for Project Specific Escrow Account and submit it to the Department’s Comptroller at 605 Suwannee Street MS 24, Tallahassee, FL 32399-0424 to set up the unique vendor number sequence. This Project Specific Escrow Account payment process shall be irrevocable unless mutual written request to the Department (using form number 700-011-17 Request for Direct Payment to Firm’s Primary Vendor) is made by the Design-Build Firm, its Surety(ies) and its Lender(s)/Financier(s), and thereafter approved by the Department. The Design-Build Firm may, with the express written consent of the Surety(ies) and the Lender(s)/Financier(s), sell, assign or pledge any monies paid into the Project Specific Escrow Account by the Department in favor of third parties and including but not limited to the Design-Build Firm’s Surety(ies) and Lender(s)/Financier(s); however, any such sale, assignment or pledge must only attach to payments made by the Department after such funds have been paid by warrant mailed to the Project Specific Escrow Account, and no sale, assignment or pledge of any receivable from the Department is authorized nor will be permitted by the Department.

NOTE: THE CASH AVAILABLITY SCHEDULE(S) (MAXIMUM ALLOWED TO BE INVOICED) IS BASED ON THE FUNDING AS ORIGINALLY PROGRAMMED. IN THE EVENT THAT THE PRICE PROPOSAL IS LOWER THAN THE TOTAL AMOUNT OF FUNDS AVAILABLE FOR PAYMENT, THE ABOVE APPROPRIATE CASH AVAILABILITY SCHEDULE(S) WILL BE MODIFIED WITH THE LAST AVAILABLE FUNDS BEING REDUCED.

Invoicing the Department:

1. Each month, on a predetermined schedule of monthly cut-off dates, the Department shall determine the Design-Build Firm’s monthly progress and certify the value of work that the Design-Build Firm has completed for the Department Project.

The amount established by each approved and certified monthly progress estimate of the Department shall not be subject to set-off, deduction, reduction, or withholding for any reason by the Department, including but not limited to defective work, liquidated damages, default, termination, latent defects, or warranty claims. Rather, any set-off, deduction, reduction or withholding of payment shall be applied only to subsequent monthly progress estimates or the final estimate, as such may not yet be certified by the Department. The amount established by the approved and certified final estimate of the Department shall not be subject to set-off, deduction, reduction, or withholding for any reason by the Department, including but not limited to defective work, liquidated damages, default, termination, latent defects, or warranty claims.

2. Each month, the Department’s monthly estimate shall include:

February 8, 2016 Page 57 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

a. The total value of Contract work to-date for the Department Project.

b. The total value of any adjustments for the Department Project.

3. The Design-Build Firm may invoice the Department monthly for actual work completed and the delivery of certain materials as authorized by this Contract and per the monthly progress estimate, up to the amount established and remaining available for the then-current quarter in the applicable Cash Availability Schedule (Fiscal Year is July to June). The monthly invoice will be reduced by the amount the cumulative payments and current invoice are in excess of the then-current quarter’s Cash Availability Schedule funds plus any prior quarter’s cash not previously paid. Any such reduction should be billed by the Design-Build Firm on the next monthly invoice, or as otherwise outlined above.

4. Section 337.145 of the Florida Statutes, providing for offsetting payments, is not applicable to the Department Contract.

5. Nothing contained in this provision constitutes a waiver or release of the Design-Build Firm’s responsibility to properly perform all of its obligations under the Department Contract.

6. Once the project is complete and has been final accepted by the Department, the Design-Build Firm may begin or continue invoicing on a quarterly basis (at the beginning of the quarter) an amount equal to the applicable Cash Availability Schedule plus any prior quarters’ cash not previously paid.

The following provisions of Section 339.135(6)(a), Florida Statutes, are incorporated:

The department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection, is null and void, and no money may be paid on such contract. The department shall require a statement from the comptroller of the department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the department which are for an amount in excess of $25,000 and which have a term for a period of more than 1 year.

End I-395/I-95/WB Connector Specific

MDX Specific Partial Payment The Design-Build Firm will request payment for Work completed and accepted by the Engineer by submitting an Invoice. The Invoice shall be based on the approved Schedule of Values and shall include the Procurement/Contract number, the Work Program number, the Invoice number, the Invoice date, the period that the Invoice represents, and the required certifications.

February 8, 2016 Page 58 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Design-Build Firm will receive partial payments on monthly Invoices, based on the amount of Work completed in accordance with the Schedule of Values prepared by the Design-Build Firm and approved by the Engineer, and Extra Work, if applicable, documented through approved Work Orders and/or executed Supplemental Agreements. Payment to the Design- Build Firm will be made in compliance with Chapter 218, Florida Statutes, Florida Prompt Payment Act. The monthly payments will be made only for those quantities approved by the Engineer. Invoices shall be submitted no later than twelve (12) o’clock Noon on the pre-established MDX Work Program Invoice Submittal Dates (a copy of the current year Work Program Invoice Submittal Dates may be found on the MDX’s website). The Design-Build Firm shall refer to the “MDX Work Program Invoice Checklist” to ensure completeness of the Invoice. At MDX’s sole discretion, late, incomplete and/or inaccurate monthly Invoices may be rejected and/or delayed for processing. The following documents shall accompany all monthly Invoices. Note the latest version of these documents can be found on MDX’s website: a) MDX Work Program Invoice Submittal Form b) MDX Invoice Tracking Form c) Certificate of Partial/Final Payment, Waiver and Release from Contractor/Consultant* d) Certification of Disbursement to Subcontractors/Subconsultants/Suppliers* e) Construction Compliance with Specifications and Plans *These forms are not required with the submission of the first monthly Invoice.

Final Payment When the Contract Work has been completed by the Design-Build Firm and the Final Inspection and Final Acceptance have been given by the Department, an offer of final payment showing the value of the Work will be prepared by the Department as soon as the necessary measurements and computations can be made. All prior Invoices and payments will be subject to correction in the final payment. Provided that the requirements of a) through c) of this Article have been met, the amount of the final pay estimate, less any sums that may have been deducted or retained under the provisions of the Contract will be paid to the Design-Build Firm as soon as practicable after Final Acceptance of the Work and pursuant to Chapter 218, Florida Statutes, Florida Prompt Payment Act. a) The Design-Build Firm has submitted written acceptance of the balance due, as determined by the Department, as full settlement of the Design-Build Firm’s account under the Contract and of all claims in connection therewith.

1) The Design-Build Firm shall have the option of accepting the balance due with the stipulation that acceptance of such payment will not constitute a waiver of pending claims. In such case the Design-Build Firm shall specifically identify the claim filed and still pending settlement. No payments will be made under this option without the Design-Build Firm’s qualified acceptance letter and required backup documentation.

2) By exercising this option, the Design-Build Firm agrees that any pending or future suit must be limited to the particulars in any unresolved claims filed pursuant to the Department Contract, and must be filed within three hundred and sixty-five (365) Calendar Days from the date of Final Acceptance. Failure by the Design-Build Firm to file suit within this period shall constitute full acceptance without qualification. b) The Design-Build Firm has furnished a sworn affidavit to the effect that all bills are paid and no suits are pending (other than those exceptions listed if any) in connection with the Contract and that the Design- Build Firm has not offered or made any gift or gratuity to, or made any financial transaction of any nature

February 8, 2016 Page 59 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 with, any employee of MDX or its designee. Any tort liability exceptions, if any, shall be accompanied by evidence of adequate insurance as required by the Department Contract. c) The Surety on the Contract Bond has consented (by completion of its portion of the affidavit and surety release) to final payment to the Design-Build Firm and agrees that the making of such payment shall not relieve the Surety of any of its obligations under the Contract Bond.

Application for Final Payment The Design-Build Firm’s application for final payment shall be accompanied by the following: a) MDX Work Program Invoice Submittal form; b) Certificate of Partial/Final Payment, Waiver and Release from Contractor/Consultant form; c) Final MDX Invoice Tracking Form; d) Final Schedule of Values; e) Consent of Surety to make Final Payment and Release, signed and sealed; f) Power of Attorney from Surety for Release of Final Payment, Signed, Sealed, and dated the same as Consent of Surety; g) Contractor’s/Consultant’s Final Release and Affidavit form; h) Release of Lien from each Subcontractor/ Supplier who has filed notices of non-payment to MDX; i) List of Subcontractors/Suppliers contact information, with telephone numbers, e-mail and location addresses; j) Construction Compliance with Specifications and Plans form; k) Other special warranties as required by the Department Contract, in the name of MDX.

Waiver of Claims The making of an offer for final payment by MDX and acceptance by the Design-Build Firm will constitute: a) A waiver of all claims by MDX against Design-Build Firm, except claims arising from unsettled liens, from defective Work appearing after Final Acceptance, from failure to comply with the Department Contract or the terms of any special guarantees specified therein; and b) A waiver of all claims by Design-Build Firm against MDX, other than those previously made in writing pursuant to the Department Contract and remaining unsettled.

Offsetting Payments If payment of any amount due MDX after settlement, or final adjudication of any claim is not made by the Design-Build Firm within sixty (60) Calendar Days, MDX may, at its sole discretion, offset such amount from payments due the Design-Build Firm for Work performed under any other contract with MDX, excluding amounts owed to Subcontractors/Subconsultants/Suppliers. Offsetting any amount in this manner shall not be considered a breach of the Contract by MDX. End MDX Specific

I-395/I-95/SR 836 WB Connector Specific Extra Work Costs and Delay Costs: The Department shall compensate the Design-Build Firm for amounts due for Extra Work Costs or Delay Costs through either (a) monthly progress payments invoiced as the Extra Work is completed or Delay Costs incurred and also acknowledged by the Department, (b) as periodic payments pursuant to a separate Cash Availability Schedule for such Extra Work Costs or Delay Costs, or (c) a combination of the above, in each instance as may be determined in the Department’s sole discretion. For the Department Contract, it is the Department’s desire to look first to funding any such Extra Work Costs or Delay Costs compensation obligations through monthly progress payments invoiced as the Extra Work is completed or Delay Costs incurred and also acknowledged by the Department. If the Department chooses to pay such Extra Work Costs or Delay Costs pursuant to a separate Cash Availability Schedule, the reasonable and

February 8, 2016 Page 60 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 actual cost of financing incurred by the Design-Build Firm due to such delayed payment shall be compensated for by the Department in addition to the compensation for such Extra Work Costs or Delay Costs as otherwise provided pursuant to the Department Contract. End I-395/I-95/SR 836 WB Connector Specific

M. Financial Qualifications and Project Financial Plan (Financial Proposal):

I-395/I-95/SR 836 WB Connector Specific 1. On the due date for Price Proposals and Financial Proposals as shown in the Procurement Schedule in Section II of this RFP, each Design-Build Firm will deliver to the Department one (1) hard copy and two (2) digital copies of its Financial Proposal, including the Project Financial Plan in Microsoft Excel. The Department will not accept any Financial Proposals delivered after the Financial Proposal Due Date. The Financial Proposal is required so the Department can be assured that the Design-Build Firm has sufficient financial resources to construct the Department Project within the allotted Contract Time, based on the Cash Availability Schedule set forth in the “Method of Compensation and Funding” in Section VI.L of this RFP.

2. The minimum required documents the Design-Build Firm must submit to the Department as part of the Design-Build Firm’s Financial Proposal shall include, but may not be limited to, the following: a. Project Financial Plan, including at a minimum: i. A narrative describing all financial elements to finance the Department Project as proposed. ii. Provision for total projected costs to be equal to or greater than the Price Proposal amount. iii. Project Sources and Uses of Funds. A statement sufficient to serve as a cash flow needs analysis for the Project. b. Financial Statements of members of the Design-Build Firm or any partners of the joint venture that make-up the Design-Build Firm that will be responsible for the repayment of financial support related to the Department Project or directly provides financial support related to the Department Project. Lenders that are not members of the Design-Build Firm or partners of the joint venture that make up the Design-Build Firm are not required to provide Financial Statements. Financial Statements shall include: i. For the most recent two (2) fiscal years in which audited Financial Statements are available, audited Financial Statements prepared in accordance with U.S. Generally Accepted Accounting Principles. Required Financial Statements shall include: 1. Opinion Letter (Auditor’s Report); 2. Balance Sheet; 3. Income Statement; 4. Statement of Retained Earnings or Changes in Stockholders Equity; 5. Statement of Cash Flows; and 6. Notes to Financial Statements (Footnotes). ii. If audited Financial Statements are unavailable for the most recently completed fiscal year, unaudited Financial Statements, prepared in accordance with U.S. Generally Accepted Accounting Principles, shall be provided for such fiscal year. An affirmative statement shall be provided indicating that the Financial Statements for the most recently completed fiscal year are still being audited. These unaudited Financial Statements shall be certified as true, correct and complete by the Chief Financial Officer or treasurer of the entity. Requirements for unaudited Financial Statements are the same as for audited Financial Statements, except an Opinion Letter (Auditor’s Report) is not required. iii. If the fiscal year end of the most current annual audited or unaudited Financial Statements is more than four (4) months prior to the date of the submission of the Financial Proposal,

February 8, 2016 Page 61 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

then Interim Financial Statements through the most recently completed quarter shall be submitted. Interim Financial Statements do not have to be submitted for a quarter if the completion of that quarter is within thirty (30) days prior to the submission of the Financial Proposal. Interim Financial Statements shall be prepared in accordance with U.S. Generally Accepted Accounting Principles. Interim Financial Statements may be audited or unaudited. Unaudited Interim Financial Statements shall be certified as true, correct and complete by the Chief Financial Officer. Requirements for unaudited Financial Statements are the same as for audited Financial Statements, except an Opinion Letter (Auditor’s Report) is not required. iv. If Financial Statements are prepared in accordance with principles other than U.S. Generally Accepted Accounting Principles, a letter from a Certified Public Accountant must be included addressing in detail the areas of the Financial Statements that would be impacted by a conversion to U.S. Generally Accepted Accounting Principles and the financial impact thereof. c. Preliminary Letter(s) of Commitment and/or a Demonstration of Line(s) of Credit shall be submitted, if the Financial Proposal requires debt financing as a source of funds or guarantee. i. Each Letter(s) of Commitment from a Lender submitted with the Financial Proposal shall contain, at a minimum: a) An interest in providing financial support for the Department Project; b) Indication that the Lender has reviewed the financial elements associated with the Department Project; c) The amount the Lender intends to lend; and d) Any conditions the Letter of Commitment is subject to. ii. Demonstration of Line(s) of Credit from Lenders submitted with the Financial Proposal shall contain, at a minimum: a) An interest in providing financial support for the Project; b) Indication that the Lender has reviewed the financial elements associated with the Project; c) The amount of the Line of Credit; d) The outstanding balance on the Line of Credit, if any; e) Any conditions the Line of Credit is subject to that may impede the Design- Build Firm’s ability to use the Line of Credit; f) Whether the Line of Credit will only be used for the Department Project or if the Line of Credit is used to finance working capital; and g) The expiration of the Line of Credit and any renewal clauses. The Letter(s) of Commitment and/or Demonstration of Line(s) of Credit should meet the required amount identified in the Project Financial Plan. d. Attestation by the Chief Financial Officer or treasurer as to accuracy and completeness of all financial information provided. e. Ownership and Organizational structure of all entities involved in the Department Project, including financial relationships with other entities included or involved in the delivery of the Department Project. f. Any and all financial warranties, bonds, sureties, certifications and other commitments for the financial security of the Department Project, as may be appropriate.

Financial Proposals shall be delivered by the submission deadline on the Financial Proposal Due Date to:

Nadine Chinapoo Procurement Office, District 6

February 8, 2016 Page 62 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

1000 NW 11th Ave., Room #6202 Miami, FL 33172

Acknowledgement of receipt of the Financial Proposal will be evidenced by the issuance of a receipt by a member of the Department staff. The Department will not accept facsimile or other electronically submitted Financial Proposals.

The Department will not accept any Financial Proposals delivered after the Financial Proposal Due Date. Proposers are solely responsible for ensuring that the Department receives their Proposals by the Financial Proposal Due Date at the address listed above. The Department shall not be responsible for any delays in delivery caused by weather, difficulties experienced by couriers or delivery services, misrouting of packages by courier or delivery services, improper, incorrect or incomplete addressing of deliveries, and other occurrences beyond the control of the Department.

3. The Design-Build Firm may not submit a Project Financial Plan that includes a tax exempt solution as part of its Financial Proposal for the Department Project. The Department may deem any Financial Proposal as non-responsive should it include a tax exempt solution.

4. The Department’s review of the Financial Proposal shall neither create, nor modify, nor activate any legal rights or obligations of the Department. The Department’s evaluation of a Financial Proposal is solely for the benefit of the Department and not for the benefit of the Design-Build Firm, any entity related thereto, the public or any member thereof, nor create any third party rights. A claim for damages may not be maintained against the Department based on or arising out of the Department’s review of the Financial Proposal. The Department’s evaluation of each Financial Proposal will be on a pass/fail basis. Analysis of the Design-Build Firm’s Financial Proposal by the Department will include, but not be limited to, the following:

a. Review of the Design-Build Firm’s Project Financial Plan to determine if the Plan includes all financial elements to finance the Department Project as proposed; b. Review and determination if the Design-Build Firm’s Project Financial Plan demonstrates the Design-Build Firm’s ability to meet the cash flow needs of the Department Project consistent with the Department’s Cash Availability Schedule; c. Review of the Financial Statements and Interim Financial Statements Unaudited Financial Statements; d. Review of the Lender Letter(s) of Commitment or Demonstration of Line(s) of Credit to determine if it meets the financing needs established in the Project Financial Plan; e. Review of the attestation by the Design-Build Firm’s Chief Financial Officer as to accuracy and completeness of all financial information provided; f. Review of the financial relationships and responsibilities of Ownership and Organizational Structure of all of the entities involved; and g. Review of any and all financial warranties, bonds, sureties, certifications and other commitments for the financial security of the Department Project, as may be appropriate.

The Department reserves the right to request any additional information or pursue other actions required to meet its obligation to complete the financial due diligence.

5. No later than fifteen (15) days following the Department’s posting of Intent to Award, or, in the event that a Notice of Protest of the Department’s posted Intent to Award is filed with the Department, within two (2) business days following the Department’s notice to the impacted Proposers of the Department’s final agency action as to such protest, the Highest Score Design-Build Firm shall submit:

February 8, 2016 Page 63 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

a. Final Letter(s)of Commitment, each of which shall contain at a minimum: i. A statement from the Lender stating that the Lender is providing financial support for the Project; ii. The amount the Lender intends to lend; and iii. Any conditions the Final Letter of Commitment is subject to. b. Final Demonstration of Line(s) of Credit, which shall contain at a minimum: i. The amount of the Line of Credit; ii. The outstanding balance on the Line of Credit, if any; iii. Any conditions the Line of Credit is subject to that may impede the ability to use the Line of Credit; iv. Whether the Line of Credit will only be used for the Department Project or if the Line of Credit is used to finance working capital; v. The expiration of the Line of Credit and any renewal clauses; and vi. Statement indicating there have been no changes with the letters submitted with the Financial Proposal. End I-395/I-95/WB Connector Specific

VII. Disadvantaged Business Enterprise (DBE) Program.

A. DBE Availability Goal Percentage:

The Department of Transportation has an overall, race-neutral DBE goal. This means that the State’s goal is to spend a portion of the highway dollars with Certified DBE’s as prime Design-Build Firms or as subcontractors. Race-neutral means that the Department believes that the overall goal can be achieved through the normal competitive procurement process. The Department has reviewed the Department Project and assigned a DBE availability goal shown in the Project Advertisement and on the bid blank/contract front page under “% DBE Availability Goal.” The Department has determined that this DBE percentage can be achieved on the Department Project based on the number of DBE’s associated with the different types of work that will be required.

Under 49 CFR Part 26, if the overall goal is not achieved, the Department may be required to return to a race- conscious program where goals are imposed on individual contracts. The Department encourages Design- Build Firms to actively pursue obtaining bids and quotes from Certified DBE’s.

The Department is reporting to the Federal Highway Administration the planned commitments to use DBE’s. This information is being collected through the Department’s Equal Opportunity Compliance (EOC) system.

B. DBE Supportive Services Providers:

The Department has contracted with a consultant, referred to as DBE Supportive Services Provider, to provide managerial and technical assistance to DBE’s. This consultant is also required to work with prime Design- Build Firms, who have been awarded contracts, to assist in identifying DBE’s that are available to participate on the Department Project. The successful Design-Build Firm should meet with the DBE Supportive Services Provider to discuss the DBE’s that are available to work on the Department Project. The current DBE Supportive Services Provider for the State of Florida can be found in the Equal Opportunity website at: http://www.dot.state.fl.us/equalopportunityoffice/serviceproviders.shtm

C. Bidders Opportunity List:

February 8, 2016 Page 64 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Federal DBE Program requires States to maintain a database of all Firms that are participating, or attempting to participate, on DOT-assisted contracts. The list must include all Firms that bid on prime contracts or bid or quote subcontracts on DOT-assisted Projects, including both DBE’s and Non-DBE’s.

A Bid Opportunity List should be submitted through the Equal Opportunity Compliance system which is available at the Equal Opportunity Office Website. This information should be returned to the Equal Opportunity Office within 3 days of submission.

VIII. Project Requirements and Provisions for Work.

A. Governing Regulations:

The services performed by the Design-Build Firm shall be in compliance with all applicable Manuals and Guidelines including the Department, FHWA, AASHTO, and additional requirements specified in this document. Except to the extent inconsistent with the specific provisions in this document, the current edition, including updates, of the following Manuals and Guidelines shall be used in the performance of this work. Current edition is defined as the edition in place and adopted by the Department at the date of advertisement of this contract with the exception of the Standard Specifications for Road and Bridge Construction (Divisions II & III), Special Provisions and Supplemental Specifications, Manual on Uniform Traffic Control Devices (MUTCD), Design Standards and Revised Index Drawings. The Design-Build Firm shall use the edition of the Standard Specifications for Road and Bridge Construction (Divisions II & III), Special Provisions and Supplemental Specifications, Design Standards and Revised Index Drawings in effect at the time the Price Proposals are due in the District Office. The Design-Build Firm shall use the 2009 edition of the MUTCD (as amended in 2012). It shall be the Design-Build Firm's responsibility to acquire and utilize the necessary Manuals and Guidelines that apply to the work required to complete this Project. The services will include preparation of all documents necessary to complete the Project as described in this RFP. The services performed by the Design-Build Firm shall be in compliance with:

1. Florida Department of Transportation Roadway Plans Preparation Manuals (PPM) http://www.dot.state.fl.us/rddesign/PPMManual/PPM.shtm

2. Florida Department of Transportation Specifications Package Preparation Procedure http://www.dot.state.fl.us/programmanagement/PackagePreparation/Handbooks/630-010- 005.pdf

3. Florida Department of Transportation Design Standards and Instructions for Design Standards http://www.dot.state.fl.us/rddesign/DesignStandards/Standards.shtm

4. Florida Department of Transportation Standard Specifications for Road and Bridge Construction (Divisions II & III), Special Provisions and Supplemental Specifications http://www.dot.state.fl.us/programmanagement/Implemented/SpecBooks/default.shtm 5. Florida Department of Transportation Surveying Procedure http://www.dot.state.fl.us/proceduraldocuments/procedures.shtm

6. Florida Department of Transportation EFB User Handbook (Electronic Field Book) http://www.dot.state.fl.us/surveyingandmapping/doc_pubs.shtm

7. Florida Department of Transportation Drainage Manual http://www.dot.state.fl.us/rddesign/Drainage/ManualsandHandbooks.shtm

February 8, 2016 Page 65 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

8. Florida Department of Transportation Bridge Hydraulics Handbook http://www.dot.state.fl.us/rddesign/Drainage/files/BridgeHydraulicsHB.pdf

9. Florida Department of Transportation Storm Drain Handbook http://www.dot.state.fl.us/rddesign/Drainage/files/StormDrainHB.pdf

10. Florida Department of Transportation Optional Pipe Material Handbook http://www.dot.state.fl.us/rddesign/Drainage/files/Opt-Pipe-HB.pdf

11. Florida Department of Transportation Open Channel Handbook http://www.dot.state.fl.us/rddesign/Drainage/files/OpenChannelHB.pdf

12. Florida Department of Transportation Stormwater Management Facility Handbook http://www.dot.state.fl.us/rddesign/Drainage/files/StrmWtrMgmtFacHB.pdf

13. Florida Department of Transportation Culvert Design Handbook http://www.dot.state.fl.us/rddesign/Drainage/files/CulvertHB.pdf

14. Florida Department of Transportation Temporary Drainage Design Handbook http://www.dot.state.fl.us/rddesign/Drainage/files/TemporaryDrainageHB.pdf

15. Florida Department of Transportation Soils and Foundations Handbook http://www.dot.state.fl.us/structures/Manuals/SFH.pdf

16. Florida Department of Transportation Structures Manual http://www.dot.state.fl.us/structures/DocsandPubs.shtm

17. Florida Department of Transportation Current Structures Design Bulletins http://www.dot.state.fl.us/structures/Memos/currentbulletins.shtm

18. Florida Department of Transportation Computer Aided Design and Drafting (CADD) Manual http://www.dot.state.fl.us/ecso/downloads/publications/Manual/default.shtm

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

20. 2009 MUTCD with Revision Numbers 1 and 2 incorporated, dated May 2012 http://mutcd.fhwa.dot.gov/

21. Safe Mobility For Life Program Policy Statement http://fdotwp1.dot.state.fl.us/ProceduresInformationManagementSystemInternet/FormsA ndProcedures/ViewDocument?topicNum=000-750-001 22. Traffic Engineering and Operations Safe Mobility for Life Program http://www.dot.state.fl.us/trafficoperations/Operations/SafetyisGolden.shtm

23. Florida Department of Transportation American with Disabilities Act (ADA) Compliance – Facilities Access for Persons with Disabilities Procedure (No. 625-020-015) http://www.dot.state.fl.us/proceduraldocuments/procedures.shtm 24. Florida Department of Transportation Florida Sampling and Testing Methods http://www.dot.state.fl.us/statematerialsoffice/administration/resources/library/publicatio ns/fstm/disclaimer.shtm

25. Florida Department of Transportation Flexible Pavement Coring and Evaluation Procedure http://www.dot.state.fl.us/statematerialsoffice/administration/resources/library/publicatio

February 8, 2016 Page 66 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

ns/materialsmanual/documents/v1-section32-clean.pdf

26. Florida Department of Transportation Design Bulletins and Update Memos http://www.dot.state.fl.us/rddesign/Bulletin/Default.shtm

27. Florida Department of Transportation Utility Accommodation Manual http://www.dot.state.fl.us/programmanagement/utilities/UAM.shtm

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

29. Florida Department of Transportation Flexible Pavement Design Manual http://www.dot.state.fl.us/rddesign/PM/publicationS.shtm

30. Florida Department of Transportation Rigid Pavement Design Manual http://www.dot.state.fl.us/rddesign/PM/publicationS.shtm

31. Florida Department of Transportation Pavement Type Selection Manual http://www.dot.state.fl.us/rddesign/PM/publicationS.shtm

32. Florida Department of Transportation Right -of –Way Procedures Manual http://www.dot.state.fl.us/rightofway/Documents.shtm

33. Florida Department of Transportation Traffic Engineering Manual http://www.dot.state.fl.us/TrafficOperations//Operations/Studies/TEM/TEM.shtm

34. Florida Department of Transportation Intelligent Transportation System Guide Book http://www.dot.state.fl.us/TrafficOperations/Doc_Library/Doc_Library.shtm

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

36. AASHTO Guide for the Development of Bicycle Facilities https://bookstore.transportation.org/collection_detail.aspx?ID=116

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

38. Florida Department of Transportation Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways http://www.dot.state.fl.us/rddesign/FloridaGreenbook/FGB.shtm

39. Florida Department of Transportation Project Development and Environment Manual, Parts 1 and 2 http://www.dot.state.fl.us/emo/pubs/pdeman/pdeman1.shtm

40. Florida Department of Transportation Driveway Information Guide http://www.dot.state.fl.us/planning/systems/programs/sm/accman/pdfs/driveway2008.pdf

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

42. All documents on the Florida Department of Transportation Electronic Review Comments (ERC) https://www3b.dot.state.fl.us/ElectronicReviewComments/

February 8, 2016 Page 67 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

43. NFPA 70, National Electric Code https://www.nfpa.org/codes-and-standards/document-information- pages?mode=code&code=70

44. NFPA 780, Standard for the Installation of Lightning Protection Systems http://www.nfpa.org/codes-and-standards/document-information- pages?mode=code&code=780

45. PTI DC45.1-12, Recommendations for Stay Cable Design, Testing, and Installation http://www.post-tensioning.org/store/PTI_DC45.1-12:_Recommendations_for_Stay- Cable_Design,_Testing,_and_Installation

46. AASHTO Bridge Security Guidelines https://bookstore.transportation.org/item_details.aspx?ID=1911

47. Florida Highway Landscape Guide http://www.dot.state.fl.us/projectmanagementoffice/highwaybeautification/beauty/LandA rch/Landscape-Guide.pdf

48. Florida Department of Transportation Maintenance Rating Program Handbook http://www.dot.state.fl.us/statemaintenanceoffice/MaintRatingProgram.shtm

49. Model Guide Specifications – Asbestos Abatement and Management in Buildings, National Institute for Building Sciences (NIBS) http://www.wbdg.org/ccb/browse_cat.php?c=135

50. AASHTO Roadside Design Guide https://bookstore.transportation.org/collection_detail.aspx?ID=105

51 Florida Department of Transportation Construction Project Administration Manual – Section 10.4 http://www.dot.state.fl.us/construction/manuals/cpam/CPAMManual.shtm

52. AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals https://bookstore.transportation.org/collection_detail.aspx?ID=126

53. AASHTO Manual for Bridge Evaluation (MBE) https://bookstore.transportation.org/Item_details.aspx?id=1750

54. Florida Department of Transportation Bridge Load Rating Manual http://www.dot.state.fl.us/statemaintenanceoffice/STR/LR/2014_Load_Rating_Manual_0 1-01-14.pdf

55. City of Miami Public Works Manual http://web.miamibeachfl.gov/publicworks/engineering/engineeringmanual.aspx

56. Environmental Resource Permit Information Manual Volume IV

February 8, 2016 Page 68 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

http://www.sfwmd.gov/portal/page/portal/xrepository/sfwmd_repository_pdf/erp_vol_iv_ manual.pdf

57. MDT Adjacent Construction Safety Manual – Attachment A-13

58. MDT’s System Safety & Security Certification Program Plan (Rev. 5, June 2011) – Attachment A-15

59. MDC - The Traffic Control Equipment Specifications and Standards for the Metro Traffic Control System Miami-Dade County 2000 Edition. Miami Dade County. http://www.miamidade.gov/publicworks/traffic-signals.asp

60. Modifications to Traffic Control Equipment Specifications and Standards for the Metro Traffic Control System Miami-Dade County 2000 Edition. http://www.miamidade.gov/publicworks/traffic-signals.asp

61. Miami MetroMover Brickell Extension, Basis for Design (Dec. 1989) – Attachment A-14

MDX and SR 836 WB Connector Specific In addition to the above, the Design-Build Firm shall use the MDX Enhancements Manual and the MDX Standard Lighting System Asset Identification Tags attached as MDXA-06 and MDXA-08 for MDX Specific components only.

End MDX and SR 836 WB Connector Specific

B. Innovative Aspects:

All innovative aspects shall be identified separately as such in the Technical Proposal. An innovative aspect does not include revisions to specifications, standards or established Department policies. Innovative aspects may include, but are not limited to, the Design-Build Firm’s means and methods, roadway alignments, approach to Project, use of new products, and new uses for established products. Innovative aspects included in the Design-Build Firm’s Proposal must take into consideration the additional time which may be required for reviews and approvals. ATCs and APTEs are considered innovative aspects.

1. Alternative Technical Concept Proposals and Aesthetic Project Technical Enhancements

The ATC process allows innovation, flexibility, time and cost savings on the design and construction of Design-Build Projects while still meeting the Department Commitments. Any deviation from the requirements of the RFP that the Design-Build Firms seeks to obtain approval to utilize prior to Technical Proposal submission is, by definition, an ATC and therefore must be submitted to the Department for consideration through the ATC process. Any proposed material or technology not addressed by the RFP is considered an ATC and therefore must be submitted to the Department for consideration through the ATC process.

One-on-One ATC discussion meetings may be held in order for the Design-Build Firm to describe proposed changes to supplied basic configurations, Project scope, design criteria, and/or construction criteria. Each Design-Build Firm with proposed changes may request to attend one of the previously scheduled One-on- One ATC discussions meeting to describe the proposed changes. The Design-Build Firm shall provide, by the deadline shown in the Schedule of Events of this RFP, a preliminary list of ATC proposals to be

February 8, 2016 Page 69 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 reviewed and discussed during the One-on-One ATC discussion meetings. This list may not be inclusive of all ATC’s to be discussed but it should be sufficiently comprehensive to allow the Department to identify appropriate personnel to participate in the One-on-One ATC discussion meetings. The purpose of the One- on-One ATC discussion meeting is to discuss the ATC proposals, answer questions that the Department may have related to the ATC proposal, review other relevant information and when possible establish whether the proposal meets the definition of an ATC thereby requiring the submittal of a formal ATC submittal. The meeting should be between representatives of the Design-Build Firm and/or the Design- Build Engineer of Record and District/Central Office staff as needed to provide feedback on the ATC proposal.

An APTE is a specific type of ATC that contains features that enhances the I-395 Specific component of the Department Project beyond the Aesthetic Baseline Requirements specified in the Aesthetic Manual (Attachment Document A-18). Potential APTEs are provided in the Aesthetic Manual in boxed text for various project components. The potential APTEs contained within the Aesthetic Manual are intended to provide examples of possible APTEs the Proposer may wish to consider. The examples are not intended to be exhaustive or restrictive, of possible APTEs. The inclusion of these examples, the order in which the examples appear, or the exclusion of other possible APTEs, is not an indication of weighting or importance. The Department reserves the right to reject APTEs that are deemed to be difficult or costly to maintain. All proposed APTEs must be submitted to the Department for consideration and approval through the ATC process.

All proposed ATCs shall provide an approach that is equal to or better than the requirements of the RFP, as determined by the Department. ATC Proposals which reduce scope, quality, performance, or reliability should not be proposed. A proposed concept does not meet the definition of an ATC if the concept is contemplated by the RFP.

The Department retains the sole discretion to approve or deny an ATC without a need to state justification. An ATC may be given an approval with preconditions at the sole discretion of the Department.

The Department will endeavor to keep all ATC submissions confidential prior to the Final Selection of the Proposer to the fullest extent allowed by law, with few exceptions. All acceptable ATCs will be treated one of two ways; either an addendum to the RFP will be issued and all Proposers will be made aware of the allowance or no addendum will be issued and only the Proposer that submitted the ATC will be permitted to utilize the ATC in its design. The Department retains the right to issue an addendum in its sole discretion, regardless of the possibility that the addendum discloses a Design-Build Firm’s idea, in the specific cases where an error or oversight is discovered in the RFP. Except under situations described previously, prior to approving ATCs which would result in the issuance of an Addendum, the Design-Build Firm will be given the option to withdraw previously submitted ATC proposals. In any situation in which the Department contemplates issuing an addendum for a submitted ATC the Department will endeavor to maintain confidentiality of the Design-Build Firm’s submitted ATC.

Specific ATC Restrictions

I-395 Specific All deviations, greater than those listed below, from what was depicted in the Approved Signature Bridge Package renderings and plans greater than the thresholds defined below require an ATC. A. Cable Layout +/- 3 ft. B. Apex height +/- 3 ft. C. Minimum height of highest cable attachment to pylon/arch +/- 3 ft.

February 8, 2016 Page 70 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

D. Suspended span length +/- 3 ft. E. Total Signature Bridge span length +/- 3 ft. F. Bridge pier/arch/pylon locations +/- 3 ft. G. Rendered member size percent difference of 10%

Any changes to the shape of a Signature Bridge component from what was depicted in the Approved Signature Bridge Package renderings and plans requires an ATC. All Signature Bridge component reconfigurations, except as allowed above, require an ATC. All Signature Bridge component deletions or additions from what was depicted in the Approved Signature Bridge Package renderings and plans require an ATC. Signature Bridge ATCs shall include a brief description of all deviations from the Approved Signature Bridge Package renderings along with a revised ARC Signature Bridge Package incorporating proposed changes. Do not include underdeck features streetscape, landscape or figures beyond what is given in the preset background image. Revised renderings may include the approach spans (portion of bridge viaduct beyond Signature Bridge Spans and Transition Spans); however, these portions should be whited-out and will not be considered part of the submission. Include a statement certifying that the member sizes depicted are accurate and that enough preliminary engineering has been performed to assure that the ATC submittal is structurally viable. End I-395 Specific

I-395 and I-95 Specific The Design-Build Firm shall not modify the following requirements with an ATC Proposal:  Minimum design speeds  Minimum basic number of lanes as shown in Attachment A-33  Department Commitments  Signature Bridge must span Biscayne Blvd.  Pavement design as shown in A-17 and A-1195  Minimum widths of mainline lanes and ramp lanes End I-395 and I-95 Specific

MDX Specific The Design-Build Firm shall not modify the following requirements with an ATC Proposal:  Minimum design speeds  Minimum basic number of lanes as shown in Attachment MDXA-02  Department Commitments.  Pavement Type as shown in MDXA-04  Minimum mainline lane, ramp lane, and shoulder widths (with the exception of proposed locations for overhead sign structures which require an ATC for shoulder widths)  Access to/from adjacent facilities (i.e., NW 12th Avenue, I-95, I-395, NW 14th Street, NW North River Drive)  Minimum horizontal offset distance between the proposed improvements and the permanent easement lines, measured from the back of traffic railing to the permanent easement line. A minimum horizontal offset of four (4) feet total shall be maintained when an MSE wall is adjacent to the permanent easement lines and ten (10) feet total shall be maintained when a bridge section is adjacent to the permanent easement line. These minimum offset distances are required for maintenance purposes.  Minimum Jury and Courthouse parking lot spaces, as shown in the reference document MDXRD- 01, during each phase of construction within the parking lot area and for the final configuration (See Section IX, Roadway Plans, and Section IX, Temporary Traffic Control Plan, of the RFP).

February 8, 2016 Page 71 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

End MDX Specific

While, subject to the restrictions of this RFP, any deviation from the requirements of the RFP can be approved by the Department through the ATC process, the following requirements described by this RFP may only be modified by the Design-Build Firm provided they are submitted to the Department for review and approval through the ATC process described herein. The Department may deem a Proposal Non- Responsive should the Design-Build Firm include a non-approved ATC in the Design-Build Firm’s Proposal.

 Deviations to Roadway Typical Sections exclusive of design speeds, lane widths, number of lanes and shoulder widths. Note: the Design-Build Firm must provide traffic operational documentation to support the proposed concept is equal or better than the Concept Plans.  Deviations to horizontal and vertical alignments of more than 5’ from those depicted in the Concept Plans. Note: the Design-Build Firm must provide traffic operational documentation to support the proposed concept is equal or better than the Concept Plans.  Deviations to bridge structure types or bridge materials as specified in the RFP.  Deviations to the pier shape requirements of the RFP. Note: the Design-Build Firm must show that revised piers shapes are equal to are better than those required in the RFP regarding aesthetics.  Deviations to pier placement requirements of the RFP. Note: the Design-Build Firm must show that the revised pier locations are equal to or better than those required in the RFP regarding creating less visual obstruction.  Deviations to Signature Bridge Package after acceptance by the ARC.  Deviations to Metromover Bridge concept.

2. Submittal of ATC Proposals

All ATC submittals must be in writing and may be submitted at any time following Shortlisting, but shall be submitted prior to the deadline shown in the Procurement Schedule of this RFP. No ATC that deals with an Aesthetic Signature Bridge Proposal in any way may be submitted prior to having an Aesthetic Signature Bridge Proposal Passed by the ARC. Any ATC that references an Aesthetic Signature Bridge Proposal must clearly state which Approved Option it relates to, and each ATC may reference no more than one Approved Option.

ATC submittals proposing revisions to the Horizontal Layout shall be presented with the ATC concept overlaid in a different color over top of the RFP Horizontal Layout. The ATC concept shall be drawn at the same scale and shall contain the same level of detail as the RFP Horizontal Layout.

All ATCs related to roadway geometry shall include a traffic analysis performed by the Design-Build Firm for both the Layout depicted in the Concept Plans and the alternate design showing that the "operational capacity" and "level of service" of the alternate design is equal to or better than the Concept Plans. Input parameters for both models shall be equal except for those that are directly related to the geometric change. ATC submittals which include traffic modeling / analysis shall include electronic files for the software used in the analysis. See A-37 for input parameters.

All ATC submittals are required to be on roll plots no larger than 36” or plan sheets and shall be sequentially numbered and include the following information and discussions:

February 8, 2016 Page 72 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

a) Description: A description and conceptual drawings of the configuration of the ATC or other appropriate descriptive information, including, if appropriate, product details and a traffic operational analysis;

b) Usage: The locations where and an explanation of how the ATC would be used on the Project;

c) Deviations: References to requirements of the RFP which are inconsistent with the proposed ATC, an explanation of the nature of the deviations from the requirements and a request for approval of such deviations along with suggested changes to the requirements of the RFP which would allow the alternative proposal;

d) Analysis: An analysis justifying use of the ATC and why the deviation, if any, from the requirements of the RFP should be allowed;

e) Impacts: A preliminary analysis of potential impacts on vehicular traffic (both during and after construction), environmental impacts, community impacts, safety, and life-cycle Project and infrastructure costs, including impacts on the cost of repair, maintenance, and operation;

f) Risks: A description of added risks to the Department or third parties associated with implementation of the ATC;

g) Quality: A description of how the ATC is equal or better in quality and performance than the requirements of the RFP;

h) Operations: Any changes in operation requirements associated with the ATC, including ease of operations;

i) Maintenance: Any changes in maintenance requirements associated with the ATC, including ease of maintenance. Additionally for an APTE, an estimated cost to operate and maintain for a period of ten (10) years;

j) Anticipated Life: Any changes in the anticipated life of the item comprising the ATC.

3. Review and Approval of ATC Submittals

After receipt of the ATC submittal, the District Design Engineer (DDE), or designee, will communicate with the appropriate staff (i.e., District Structures Design Engineer, District Construction Engineer, District Maintenance Engineer, State Structures Engineer, State Roadway Design Engineer, FHWA, as applicable) as necessary, and respond to the Design-Build Firm in writing within 21 calendar days of receipt of the ATC submittal with preliminary decision on the ATC submittal. The Department’s final decisions concerning ATC submittals will be given within 15 calendar days after the deadline for the submission of all final ATCs. If the DDE, or designee, determines that more information is required for the review of an ATC, questions should be prepared by the DDE, or designee, to request and receive responses from the Design-Build Firm.

Any ATC that may require a Design Exception must be approval by FHWA, in addition to the Department.

ATCs are accepted by the Department at the Department’s discretion and the Department reserves the right to reject any ATC submitted. The Department reserves the right to issue an Addendum to the RFP based

February 8, 2016 Page 73 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 upon a previously denied ATC Proposal, without regard to the confidentiality of the denied ATC Proposal.

The Project file will clearly document all communications with any Design-Build Firm.

4. ATC Meeting Schedule

The Department will hold four ATC rounds during the Procurement. The teams may not submit any new ATCs after the deadline outlined the Procurement Schedule, which is between ATC rounds 3 and 4. The fourth ATC round is to allow the teams the opportunity to address any comments and issues the Department may have noted on a preliminary decision on a submitted ATC. All final ATC submittals, addressing these concerns, are due 7 days after the final ATC meeting.

5. Incorporation of Approved ATCs into the Technical Proposal

The Design-Build Firm will have the option to include any Department Approved ATCs in the Technical Proposal. The Price Proposals should reflect any incorporated ATCs. All approved ATCs that are incorporated into the Technical Proposal must be clearly identified in the Technical Proposal Plans and/or Roll Plots. The Technical Proposal shall also include a listing of the incorporated, approved ATCs.

By submitting a Proposal, the Design-Build Firm agrees, if it is not selected, to transfer its work product to the Department pursuant to the Stipend Agreement, who may provide the work product to the successful Design-Build Firm.

C. Geotechnical Services:

1. General Conditions:

The Design-Build Firm shall be responsible for identifying and performing any geotechnical investigation, analysis and design of foundations, foundation construction, foundation load and integrity testing, and inspection dictated by the Project needs in accordance with Department guidelines, procedures and specifications. All geotechnical work necessary shall be performed in accordance with the Governing Regulations. The Design-Build Firm shall be solely responsible for all geotechnical aspects of the Project.

D. Department Commitments:

The Design-Build Firm will be responsible for adhering to the Department Commitments. See Attachments A-08, MDXA-04 and MDXA-14.

I-395 Specific SR-836/I-395 from just West of I-95 (Midtown Interchange) to MacArthur Causeway Bridge Commitment (#) and Description Responsibility Status Depart D-B Shared ment Firm The Department will maintain continuous X To be implemented during coordination with the adjacent project the design and construction communities in order to facilitate their phases. Addressed in awareness of pertinent issues as the project Reevaluation - Page 13. advances forward into the design and construction phases.

February 8, 2016 Page 74 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Traffic and Transportation X To be implemented during Adequate pedestrian and bicycle connectivity the design and construction shall be maintained during all phases of phases. Addressed in construction in order to maximize safety and Reevaluation - Page 13. minimize delays and disruptions. The construction sequencing plan will also address pedestrian safety, especially in the context of the large student population surrounding the project. Geometry X The Design-Build Firm The roadway vertical clearance along I-395 shall not reduce the should have a minimum of 19 feet in the area minimal clearances, unless west of the FECR rail corridor and a minimum otherwise allowed within of 25 feet east of the FECR rail corridor. the RFP Addressed in Reevaluation - Page 14. Traffic and Transportation X This spacing has been A minimum distance of 150 feet between the reduced to 45 feet in order eastbound and westbound bridges will be to eliminate stopping sight provided along NE 1st Avenue. distance exceptions. The Design-Build Firm shall not reduce the separation distance below 45 feet. Addressed in Reevaluation - Page 14. Geometry X To be implemented during A minimum of 200 feet will be provided the design and construction between the Adrienne Arsht Center (AACPA) phases. The distances are and the I-395 westbound bridges. measured along NE 2nd Avenue and the Design- Build firm shall not reduce clearances less than those shown in the conceptual drawings. Addressed in Reevaluation - Page 14. Geometry X The Design-Build Firm A minimum of 225 feet column span length will shall not reduce the span be provided. length, unless otherwise allowed within the RFP. Geometry X To be implemented during Due to the provision of higher structures, the the design and construction potential to reconnect NW 2nd Avenue and NE phases. Reconnect NW 2nd Miami Court under the proposed I-395 facility Avenue under the proposed in order to reestablish and facilitate local street I-395 facility to re-establish linkage in Overtown will be further explored. and facilitate local street linkage in the Overtown area. Reconnection of NE Miami Court is desirable, but has not been determined to be feasible under the concept plans.

February 8, 2016 Page 75 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Department will develop TSPs for work X To be implemented during that will occur adjacent to the AACPA in order the design and construction to minimize construction impacts to this noise phases. and vibration-sensitive site. Traffic and Transportation X To be implemented during The Department commits to providing a the design and construction ‘signature’ bridge design. phases. Provide a Signature Bridge over Biscayne Boulevard that meets requirements of suspended span length and structure apex height. Landscape X The Department has The Department will provide aesthetics developed an Aesthetics enhancements (e.g., landscaping) in order to Manual, Attachment A-18, help maximize the total integration of the for integration of the project with the adjacent community. community. Miscellaneous X The Department will The Department will review the need to provide coordinate with FHWA on a Limited Access Fence underneath the the placement of any proposed structure Limited Access Fence required. Minimize the Limited Access Fence underneath the proposed structure. Noise X To be implemented during To minimize the adverse effects on air and noise the design and construction quality from construction activities, the phases. contractor will adhere to air quality and noise provisions of the FDOT Standard Specifications for Road and Bridge Construction, latest edition, as well as appropriate Best Management Practices. The contractor shall dispose of all oil, X To be implemented during chemicals, fuel, etc., in an acceptable the design and construction manner according to local, state, and Federal phases. regulations and shall not dump these contaminants on the ground or in sinkholes, canals, or borrow lakes. Appropriate Best Management Practices will be used during the construction phase for erosion control and water quality in order to obtain Chapter 62-25, F.A.C. compliance. In addition, the contractor will adhere to the FDOT Standard Specifications for Road and Bridge Construction, latest edition. Traffic and Transportation X To be implemented during Maintain and enhance system continuity the design and construction between SR 836/I-95 facility on the west and the phases. MacArthur Causeway on the east.

February 8, 2016 Page 76 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Department will review the maintenance X To be implemented during issues of concern expressed during the public the design and construction hearing during the design and construction phases. phases of the project. Traffic and Transportation X To be implemented during Maintain hurricane evacuation capacity from the design and construction Miami Beach, the Bay Islands and the adjacent phases. bay front area during the construction phase Potential construction vibration impacts will be X To be implemented during further evaluated during the future phases of this the design and construction project phases.

Stormwater management features to mitigate for X To be implemented during water quality impacts will be incorporated. the design and construction phases. A Conceptual ERP has been acquired for the stormwater management design. A re-evaluation of contamination concerns will X A contamination re- be conducted prior to right-of-way acquisition, evaluation of the right-of- if necessary, and/or during the design phase if way acquisition areas and deemed necessary by the Contamination Impact project corridor has been Coordinator. completed. Traffic and Transportation X To be implemented during Locate new entrance and exit ramps for I-395 to design and construction the downtown area at N Miami Avenue. phases. Westbound entrance Ramp to I-95 shall be located at NE 1st Avenue. During the PD&E Study for I-395 the Department conducted a separate analysis to optimize the location of the interchange. Four alternatives were examined and three categories with associated factors were used to evaluate the alternatives: Engineering, Environmental and Socio- Economic and Cost. Based on the analysis, the proposed interchange combining ramps at N Miami Ave. and NE 1st Ave. is the optimum design for the new I-395 Reconstruction.

February 8, 2016 Page 77 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Maintain access to the St. John Baptist Church X To be implemented during and to limit lane closures during Sunday service the design and construction hours. phases. End I-395 Specific

MDX Specific: SR 836 from West of NW 17th Avenue to Just East of the I-95 (Midtown Interchange) Responsibility MDX/ D-B Commitment and Description the Status Departm Fir Shared ent m The proposed project will incorporate X Part of ERP Conditions. stormwater management features to Refer to Attachment mitigate for water quality impacts and MDXA-01. avoid impacts to the Aquifer. To be implemented during the design and construction phases. Special protection and conservation X D-B Firm: Part of the measures designed to protect Department Standard endangered/threatened species will be Specifications Division I, adhered to as part of the proposed Section 7, and ERP project. Conditions.

To be implemented during the design and construction phases.

MDX: Provide Benthic Resource monitoring. Refer to reference document MDXRD-02, as per Benthic Resource Study and Benthic Resource Monitoring Plan.

Currently ongoing and to be implemented during construction. If construction activities encounter X Part of the Department contamination within the Project Standard Specifications Limits, steps must be taken to remove Division II, Section 120.1.2. or render safe the contamination prior to construction activity. Procedures To be implemented during specifying the Contractor’s the design and construction responsibilities regarding encountering unknown petroleum contaminated soil phases. or groundwater contamination during construction are set forth in the Generic Special Provisions for Petroleum Contaminated Soils and Groundwater plus Free Product that supplement the Standard Specifications for Road and Bridge Construction.

February 8, 2016 Page 78 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

A reevaluation of contamination X Complete: Level I and Level concerns will be conducted prior to II Contamination assessment ROW acquisition, if necessary, and/or was conducted during the during the design phases if deemed reevaluation. necessary by the Contamination Impact Coordinator. Noise impacts associated with the X Complete: Design Phase improvements to SR 836 will be Noise Study Report reevaluated during the design phase of Addendum was conducted this project. during the re-evaluation based on the conceptual plans.

Design-Build Firm: Refer to Section IX.B. of this RFP.

To be implemented for design modifications as necessary during the design and construction phases.

The Department will ensure the X Part of the Department Contractor coordinates with any Standard Specifications vibration sensitive locations during the Division II, Section 108. In construction phase of this project. addition, refer to Section IX.B.

To be implemented during the design and construction phases. The Department will ensure the X Part of the Department Contractor monitors all historic and Standard Specifications archeological resources during the Division II, Section 108. construction phases of this project. MDX: Provide an archaeological monitor during subsurface work with in the City of Miami Archaeological Zone. Professional Archaeologist will identify locations subject to monitoring based on review of final project plans.

To be implemented during the design and construction phases.

MDX/D-B Firm: Coordinate with the City of Miami and Miami-Dade County.

To be implemented during the design and construction phases.

The Department: Provide

February 8, 2016 Page 79 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

FHWA with assistance in coordinating with the federally-recognized native American governments prior to commencement of any ground disturbing activities, as applicable

To be implemented during the design and construction phases.

For the Unanticipated Finds Plan, refer to reference document MDXRD-02, Section 106, Evaluation and Determination of Effects Case Study Report for Improvements for the SR 836 PD&E Study from NW 17th Avenue to West of the Midtown Interchange.

To be implemented as applicable during the design and construction phases. Original PD&E commitment: X Refer to reference document Archaeological testing will be MDXRD-02, Section 106, conducted at new proposed column Effects Case Study. locations in all archaeologically sensitive areas including City of Miami Archaeological Conservation Revised Commitment to be Areas. The results of these implemented during the investigations will be coordinated design and construction through FHWA and SHPO to phases. determine if design modifications or archaeological monitoring during construction is appropriate.

Revised Commitment as per approved Reevaluation: Commitment has been modified to provide Archaeological monitoring during construction in lieu of testing. The Department will coordinate with X D-B Firm: Contact FDOT the City of Miami and federally Cultural Resources recognized Native American Coordinator prior to any governments prior to ground disturbing construction within the activities within the City of Miami CMACA. Archaeological Conservation Area (CMACA). To be implemented during the design and construction phases.

Department: Coordinate with City of Miami and assist FHWA with coordination with federally

February 8, 2016 Page 80 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

recognized native American Governments.

To be implemented during the design and construction phases. Turbidity will be appropriately X Part of FDOT Standard addressed through established permit Specifications Division 1, conditions and appropriate BMPs to Section 7, and ERP control erosion and sedimentation Conditions. during construction. To be implemented during the design and construction phases. The 2009 Standard Manatee X Part of ERP Conditions. Conditions for In-Water Work will be included in the construction To be implemented during documents. the design and construction phases. Design Commitments per Section 106, X i. Provide structural design Effects Case Study: that eliminates additional columns closer to Minimize adverse effects to the specified homes within identified historic resources, Grove the Historic District. Park Historic District (8DA6207) and Refer to the RFP. To be the Tatum House (8DA5839), which implemented during the are within close proximity to SR 836. design and construction phases.

ii. Provide fencing along SR 836 outside bridge railing (EB and WB). Refer to the RFP. To be implemented during the design and construction phases.

iii. Provide TL-5 Traffic Railings along SR 836 outside railings (EB and WB). Refer to the RFP. To be implemented during the design and construction phases.

End MDX Specific

The commitment tracker table shall be followed throughout the life of the Total Project.

E. Environmental Permits:

1. Stormwater and Surface Water:

Plans shall be prepared in accordance with Chapters 373 and 403, Florida Statutes, and Chapters 40 and 62, F.A.C.

February 8, 2016 Page 81 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

2. Permits: The following Total Project permits include, but not limited to:

I-395 Specific  United States Coast Guard (USCG): Since the proposed work on the MacArthur Causeway does not involve construction of a new travel lane and does not change the vertical or horizontal clearance of the navigable waterway, a permit from the USCG is not required. A No Permit Required Letter is included in Attachment A-09.  United States Army Corps of Engineers (USACE): Since no dredge and fill activities are proposed as part of this project or due to the major design changes, no permit is required from the USACE. A No Permit Required Letter is included in Attachment A-09.  South Florida Water Management District (SFWMD): A Conceptual Environmental Resources Permit was acquired for the proposed stormwater management system. The Conceptual ERP (No. 13-05538-P) was issued on March 11, 2014 and expires on March 11, 2034. The permit was recently modified to account for an updated drainage design. The modification was issued on April 8, 2015. The Design-Build Firm will be required to apply for a construction phase ERP. The Conceptual ERP is included in Attachment A-09.  South Florida Water Management District (SFWMD): A Water Use Permit for dewatering activities is anticipated.  Florida Department of Environmental Protection (FDEP): National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharges Associated with Construction. A Storm Water Pollution Prevention Plan (SWPPP), as required by the NPDES Permit, will be developed by the Design-Build Firm as required. The Design-Build Firm will submit a Notice of Intent for the NPDES Permit at least 48 hours prior to commencement of construction of a component of the project. This permit is valid for the time period required for project construction.  The Design-Build Firm shall be responsible for any permits for work on City of Miami and Miami- Dade County facilities. End I-395 Specific

MDX Specific  United States Coast Guard (USCG): Since the proposed work on the SR 836 bridges involve construction of a new travel lane in each direction and the replacement of the Fender System within the Miami River, a permit from the USCG is required.  United States Army Corps of Engineers (USACE): Since no dredge and fill activities are proposed as part of this project or due to the major design changes, no permit is required from the USACE.  South Florida Water Management District (SFWMD): A Conceptual ERP was acquired for the proposed stormwater management system. The ERP (No. 13-05910-P) was issued on July 27, 2015 and expires on August 29, 2035. The Design-Build Firm will be required to apply for a construction phase ERP as directed by the RFP. The Conceptual ERP, MDXA-01, is included in the Attachments.  South Florida Water Management District (SFWMD): A Notice General Permit was acquired for the improvements within the Miami River. The Permit (Mod No. 3581) was issued on March 25, 2015 and expires on March 31, 2017. The Design-Build Firm will be required to apply for a permit as directed by the RFP. The Notice General Permit is included in the Attachments.  South Florida Water Management District (SFWMD): A Water Use Permit for dewatering activities is anticipated for the project component being advanced as part of this reevaluation. This permit will be applied for by the Design-Build Firm awarded the project.  Florida Department of Environmental Protection (FDEP): National Pollutant Discharge

February 8, 2016 Page 82 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Elimination System (NPDES) General Permit for Storm Water Discharges Associated with Construction. A Storm Water Pollution Prevention Plan (SWPPP), as required by the NPDES Permit, will be developed by the Design-Build Firm as required by the RFP documents. The Design-Build Firm will submit a Notice of Intent for the NPDES Permit at least 48 hours prior to commencement of construction of a component of the project. This permit is valid for the time period required for project construction.  The Design-Build Firm shall be responsible for any permits for work on City of Miami and Miami- Dade County facilities. End MDX Specific

The Design-Build Firm shall be responsible for applying for and acquiring a construction phase ERP based on the final design. The Design-Build Firm shall be responsible for any necessary permit time extensions or re-permitting in order to keep the environmental permits valid throughout the construction period. The Design-Build Firm shall provide the Department with draft copies of any and all permit applications, including responses to agency Requests for Additional Information, requests to modify the permits and/or requests for permit time extensions, for review and approval by the Department prior to submittal to the agencies.

All applicable data shall be prepared in accordance with Chapter 373 and 403, Florida Statutes, Chapters 40 and 62, F.A.C.; Rivers and Harbors Act of 1899, Section 404 of the Clean Water Act, 23 CFR 771, 23 CFR 636, and parts 114 and 115, Title 33, Code of Federal Regulations. In addition to these Federal and State permitting requirements, any dredge and fill permitting required by local agencies shall be prepared in accordance with their specific regulations. Preparation of all documentation related to the acquisition of all applicable permits will be the responsibility of the Design-Build Firm. Preparation of complete permit packages will be the responsibility of the Design-Build Firm. The Design-Build Firm is responsible for the accuracy of all information included in permit application packages. As the permittee, the Department is responsible for reviewing, approving, and signing, the permit application package including all permit modifications, or subsequent permit applications. This applies whether the project is Federal or State funded. Once the Department has approved the permit application, the Design-Build Firm is responsible for submitting the permit application to the environmental permitting agency A copy (electronic and hard copy) of any and all correspondence with any of the environmental permitting agencies shall be sent to the District Environmental Permits Management Office. If any agency rejects or denies the permit application, it is the Design-Build Firm’s responsibility to make whatever changes necessary to ensure the permit application is approved.

The Design-Build Firm will be required to pay all permit fees. Any fines levied by permitting agencies shall be the responsibility of the Design-Build Firm. The Design-Build Firm shall be responsible for complying with all permit conditions.

No wetland mitigation is required in the issued permits, which are based on the Concept Plans. If any design modifications by the Design-Build Firm propose wetland impacts that require mitigation, the Design-Build Firm shall be responsible for providing the Department information on the amount and type of wetland impacts as soon as the impacts are identified (including temporary impacts and/or any anticipated impacts due to construction staging or construction methods). Prior to submitting a permit modification to a regulatory agency, the Design-Build Firm shall provide the Department a draft of all supporting information. The Department will have up to 15 calendar days (excluding weekends and Department observed holidays) to review and comment on the draft permit package. The Design-Build Firm will address all comments by the Department and obtain Department approval, prior to submittal of the draft permit. The Design-Build Firm shall be solely responsible for all time and costs associated with providing the required information to

February 8, 2016 Page 83 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 the Department, as well as the time required by the Department to perform its review of the permit package, prior to submittal of the permit application(s) by the Design-Build Firm to the regulatory agency(ies).

Any additional mitigation required due to design modifications proposed by the Design-Build Firm shall be the responsibility of the Design-Build Firm and shall be satisfied through the purchase of mitigation bank credits. The Design-Build Firm shall purchase credits directly from a permitted mitigation bank. In the event that permitted mitigation bank credits are unavailable or insufficient to meet the project needs, the Design-Build Firm will be responsible for providing alternative mitigation consistent with the provisions of Section 373.4137, Florida Statutes, and acceptable to the permitting agency(ies). The Design- Build Firm shall be solely responsible for all costs associated with permitting activities and shall include all necessary permitting activities in their schedule.

However, notwithstanding anything above to the contrary, upon the Design-Build Firm’s preliminary request for extension of Contract Time, pursuant to 8-7.3, being made directly to the District Construction Engineer, the Department reserves unto the District Construction Engineer, in their sole and absolute discretion, according to the parameters set forth below, the authority to make a determination to grant a non-compensable time extension for any impacts beyond the reasonable control of the Design-Build Firm in securing permits. Furthermore, as to any such impact, no modification provision will be considered by the District Construction Engineer unless the Design-Build Firm clearly establishes that it has continuously from the beginning of the Project aggressively, efficiently and effectively pursued the securing of the permits including the utilization of any and all reasonably available means and methods to overcome all impacts. There shall be no right of any kind on behalf of the Design-Build Firm to challenge or otherwise seek review of or appeal in any form any determination made by the District Construction Engineer under this provision.

F. Railroad Coordination:

I-395 and I-95 Specific The Department will conduct the required contract negotiations and plans review coordination with FECR. Railroad/Transit coordination is anticipated for work over the FECR rail corridor and on the MDT Metrorail/Metromover System. End I-395 and I-95 Specific

The District Six Office Rail Contact can be reached by phone at 305-470-5333, or by fax at 305-470-5179. The Design-Build Firm shall be responsible for making all necessary arrangements prior to any encroachments into the FECR or MDT right-of-ways. Design-Build Firm shall be responsible for obtaining and complying with the requirements of each railway entity for construction near or within the railways right of ways.

Design-Build schedule should take into consideration any review time required by FECR and MDT. The schedule should also take into account coordination with MDT regarding modification to the Metromover.

1. Florida East Coast Railway (FECR)

I-395 Specific All required Railroad Reimbursement Agreements will be between FECR and the Department. Copies of the approved Agreements will be made available to the Design-Build Firm. The Design-Build Firm must comply with the terms of these Agreements. It is the Department’s policy to pay for the railroad flagging services via an agreement that contains specific language. In order to request flagging services, the Design- Build Firm must notify the Department two weeks in advance of the date the flagging services are to be

February 8, 2016 Page 84 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 provided. However, if the Design-Build Firm requests flagging services and the services are not used, it will be the Design-Build Firm’s responsibility to pay the Department for the unused flagging service days at a rate of $1,000/day. In addition, the flagging cost is limited to a total of 10,400 hours. The cost and coordination of any additional flagging in excess of 10,400 hours will be the responsibility of the Design- Build Firm at the cost of $1,000/day, payable to the Department. For the purposes of this paragraph a day consists of ten hours.

The Design-Build Firm shall furnish the Certificate(s) of Insurance to:

Florida East Coast Railway, LLC Attn: Joseph (Leslie) Schonder, Public Projects Engineer Engineering Department 7150 Philips Highway Jacksonville, Florida 32256 904-279-3196 (Office) / 904-256-0426 (Fax) End I-395 Specific

2. Miami-Dade Transit (MDT)

The Design-Build Firm must obtain written authorization or a permit from MDT granting access and authorization to perform work on or adjacent to the Transit facility. The Design-Build Firm is also required to establish a Reimbursement Agreement directly with MDT for any cost that may arise from working adjacent to the Transit facility. Copies of the approved authorizations and agreements must be made available to the Department. All communications with MDT shall be handled through the designated MDT Coordinator.

The Design-Build Firm shall furnish Certificate(s) of Insurance to:

Miami-Dade Transit Attn: Carol Wilson, MDT Coordinator Miami-Dade County Transit Right-of-Way & Utility Division MDT-Overtown Transit Village 701 NW 1st Court, 1700 Floor Miami, FL 33136 G. Survey:

The Design-Build Firm shall perform all surveying and mapping services necessary to complete 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. All surveying and mapping work must be accomplished in accordance with the Department’s Surveying Procedure, Topic Nos. 550-030-101; Right- of-Way Mapping Procedure, Topic No. 550-030-015; Aerial Surveying Standards for Transportation Projects Procedure, Topic No. 550-020-002.

The Design-Build Firm will be responsible for all photogrammetric work necessary to interpret measure, digitize and compile, by stereoscopic techniques, the mapping and survey data from the aerial photography, as required for this Project.

H. Verification of Existing Conditions:

February 8, 2016 Page 85 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Design-Build Firm shall be responsible for verification of existing conditions, including research of all existing Department records and other information.

By execution of the Department Contract and the MDX Contract, the Design-Build Firm specifically acknowledges and agrees that the Design-Build Firm is contracting and being compensated for performing adequate investigations of existing site conditions sufficient to support the design developed by the Design- Build Firm and that any information is being provided merely to assist the Design-Build Firm in completing adequate site investigations. Notwithstanding any other provision in the Contract Documents to the contrary, no additional compensation will be paid in the event of any inaccuracies in the preliminary information.

The Design-Build Firm shall fully document and take every precaution during construction to protect the existing Metromover system, existing roadway infrastructure, including existing signs, sign structures, signal heads, signal structures, lighting, utilities, stormwater facilities and other items that are not to be replaced as part of this Project. Care shall be taken not to damage any portion of the MDT Metromover that is not being affected by the I-395 Reconstruction. If such items are damaged by the Design-Build Firm during the construction period, the damage will be replaced at the Design-Build Firm’s expense.

A Structural Condition Survey of the Metromover in the vicinity of the proposed work is required to be performed by the Design-Build Firm prior to beginning of any construction work. The survey will inspect the Metromover components (i.e., guideway, columns, caps, bearings and girders), record the condition and establish the baseline elevations, for the monitoring of the structure, for potential settlements.

I. Submittals:

All submittals shall be separated for each project and clearly labeled on the cover sheet and title blocks which project the component submittal pertains.

1. Component Submittals:

The Design-Build Firm may submit components of the contract plans set instead of submitting the entire contract plan set; however, sufficient information from other components must be provided to allow for a complete review. In accordance with the Plans Preparation Manual, components of the contract plans set are roadway, signing and pavement marking, signalization, ITS, lighting, landscape, architectural, structural, and toll facilities.

The Design-Build Firm shall divide the Total Project into three separate areas: SR 836, I-95, and I-395, and shall submit components for each area bound separately; however, sufficient information on adjoining areas must be provided to allow for a complete review. SR 836 WB Connector shall be submitted with SR 836 and labeled appropriately. Each submittal package shall clearly denote the area of the project for which it pertains. Submittals for bridges are limited to foundation, substructure, and superstructure. For bridges over navigable waterways, submittals are limited to foundation, approach substructure, approach superstructure, main unit substructure, and main unit superstructure. Further dividing the foundation, substructure, or superstructure into Pier 2, Abutment 1, Span 4, etc., will not be accepted.

2. Phase Submittals:

The Design-Build Firm shall provide the documents for each phase submittal listed below to the Department’s Project Manager. The particular phase shall be clearly indicated on the documents. The

February 8, 2016 Page 86 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Department’s Project Manager will send the documents to the appropriate office for review and comment. Once all comments requiring a response from the Design-Build Firm have been satisfactorily resolved as determined by the Department, the Department’s Project Manager will initial, date and stamp the signed and sealed plans and specifications as “Released for Construction.” The review period commences upon the Department’s receipt of the valid submittal or re-submittal and terminates upon the transmittal of the submittal back to the Design-Build Firm. The Department’s review is not meant to be a complete and detailed review.

Design documentation submitted to the Department with each submittal must consist of design calculations and other supporting documentation developed during the development of the plans. The design calculations submitted shall adequately address the complete design of all elements. These calculations shall be neatly and logically presented on 8 ½” x 11” paper size (where possible) and all sheets shall be numbered. Text files and spreadsheets shall be in Microsoft Word and Excel formats, respectively.

The final design calculations shall be signed and sealed by a Florida Registered Professional Engineer. A cover sheet indexing the calculations shall be included and the Engineer shall sign and seal that sheet. All computer programs and parameters used in the design calculations shall include sufficient backup information to facilitate the review task.

Component Plan Submittals must conform to a uniform standard of completeness for each submittal.

Deliverables for each component submittal at 60% (Signature Bridge), 90%, and Final shall be in accordance with Plans Preparation Manual, Vol. 2, Chapter 2; Plans Preparation Manual, Vol. 1, Chapter 26; and Attachment A-24 and Table X26 below for Roadway, Structures (non-Signature Bridge) and Signature Bridge and Metromover components of the Project, respectively.

a. Prerequisites to 90% plans submittals:  Requirement Traceability Verification Matrix (RTVM)  Traffic Control Master Plan  ITS Master Plan  Systems Engineering Management Plan (SEMP)  Concept of Operations (ConOps)  Landscape Concept Plan  Line and Grade Master Plan  Lighting Master Plan  Overhead Signing Master Plan  Tolling Master Plan

b. 60% Phase Submittal (Signature and Metromover Bridge) 10 copies of 11” x 17” plans 2 signed and sealed geotechnical report 5 copies of signed and sealed geotechnical report 5 copies of Settlement and Vibration Monitoring Plan (SVMP) for Department acceptance and update throughout the construction period 10 copies of design documentation 5 copy of Technical Special Provisions Independent Peer reviewer’s comments, calculations and comment responses CD’s containing the above information in .pdf format

February 8, 2016 Page 87 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

I-395 Specific Structural design package at the 60% design level for the Signature and Metromover Bridge per the requirements of Attachment A-24 and Table X26 below. End I-395 Specific

c. 90% Phase Submittal 10 copies of 11” x 17” plans 2 signed and sealed geotechnical report 5 copies of signed and sealed geotechnical report 5 copies of Settlement and Vibration Monitoring Plan (SVMP) for Department acceptance and update throughout the construction period 5 copies of signed and sealed Bridge Hydraulic Report 10 copies of design documentation 5 copies of ITS Design documentation 5 copy of Technical Special Provisions 5 copy of Landscape Relocation Plans, including Tree Inventory Plan Bridge Load Rating Calculations Completed Bridge Load Rating Summary Detail Sheet Load Rating Summary Form Independent Peer reviewer’s comments, calculations and comment responses 5 CD’s containing the above information in .pdf format

d. Final Submittal 2 sets of signed and sealed 11” x 17” plans 5 copies of signed and sealed 11” x 17” plans 2 sets of signed and sealed design documentation 5 copies of signed and sealed design documentation 5 copies of Settlement and Vibration Monitoring Plan (SVMP) 5 copy of Landscape Relocation Plans, including Tree Inventory Plan 5 sets of final documentation 1 signed and sealed copy of the Bridge Load Rating Summary Detail Sheet 1 signed and sealed copy of the Load Rating Summary Form 1 signed and sealed copy of Construction Specifications Package or Supplemental Specifications Package 5 copies of signed and sealed copy of Construction Specifications Package or Supplemental Specifications Package 2 sets of electronic copies of Technical Special Provisions on CD Independent Peer Reviewer’s signed and sealed cover letter that all comments have been addressed and resolved 5 CD’s containing the above information in .pdf format

e. Deliverables: Unless otherwise indicated, all deliverables shall be submitted in both electronic format and hardcopy format. Acceptable electronic formats include Microsoft Word, Microsoft Excel, or Adobe Acrobat (PDF) files, unless otherwise indicated. At a minimum, the Design-Build Firm shall submit the following:

February 8, 2016 Page 88 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Table X26: Signature and Metromover Bridge Submittal Requirements

For Approval Number of Copies Submittal Reference Deliverable or Acceptance Hardcopy Electronic Schedule Section

Include in 60%, Climatology and 90% and Final Wind Report (if Approval 3 1 IX.I.6.b. Components Plan necessary) Review

Include in 60%, Wind Tunnel Test 90% and Final Report (if Approval 3 1 IX.I.6.b Components Plan necessary) Review

Include in 60%, Wind Engineering 90% and Final Study Report (if Approval 3 1 IX.I.6.b Components Plan necessary) Review

Inspection and Prior to Open to Attachment Maintenance Acceptance 3 1 Traffic A-26 Manual

Stay Cable Wind, Include in 60%, Rain, and Approval 90% and Final Attachment Vibration Study 3 1 Components Plan A-19 Report (if Review necessary)

10 Days after Stay Cable installation of the Attachment Damping Approval 3 1 cable damping A-19 Evaluation Report system

TSP Included in TSP for Stay 60%, 90% and Attachment Approval 3 1 Cable System Final Components A-19 Plan Review (TSP)

February 8, 2016 Page 89 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Table X26: Signature and Metromover Bridge Submittal Requirements

For Approval Number of Copies Submittal Reference Deliverable or Acceptance Hardcopy Electronic Schedule Section

TSP for Signature Bridge Erection TSP Included in Manual and 60%, 90% and Approval 3 1 IX.J. Metromover Final Components Bridge Erection Plan Review (TSP) Manual

Preliminary Signature Bridge 90 days prior to Erection Manual Approval 3 1 Signature Bridge IX.J. and Metromover Construction Bridge Erection Manual

Final Signature Bridge Erection 60 days prior to Manual and Approval 3 1 Signature Bridge IX.J. Metromover Construction Bridge Erection Manual

TSP Included in TSP for Structural 90% and Final Health Monitoring Component Plan Attachment Approval 3 1 System Review Include in A-28 Specification Components Plan Review

Approval 3 1 30 days after Attachment Signature Bridge Structural Health A-28 Structural Health Monitoring System Monitoring is in place and System Manual operational

Include in 60%, 90% and Final Metromover Approval 3 1 IX.I.3.d. Jacking Plan Component Plan Review End I-395 Specific

February 8, 2016 Page 90 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

3. Requirements to Begin Construction:

The Design-Build Firm may choose to begin construction prior to completion of the Phase Submittals and the Department stamping the plans and specifications Released for Construction except for bridge construction. To begin construction the Design-Build Firm shall submit signed and sealed plans for the specific activity; submit a signed and sealed Construction Specifications Package or Supplemental Specifications Package; obtain regulatory permits as required for the specific activity; obtain utility agreements and permits, if applicable; and provide five (5) days notice before starting the specific activity. The plans to begin construction may be in any format including report with details, 8 1/2” x 11” sheets, or 11” x 17” sheets, and only the information needed by the Design-Build Firm to construct the specific activity needs to be shown. Beginning construction prior to the Department stamping the plans and specifications Released for Construction does not reduce or eliminate the Phase Submittal requirements.

As-Built Set:

The Design-Build Firm's Professional Engineer in responsible charge of the Project’s design shall professionally endorse (sign, seal, and certify) the As-Built Plans, the special provisions and all reference and support documents. The professional endorsement shall be performed in accordance with the Department Plans Preparation Manual.

The Design-Build Firm shall complete the As-Built Plans as the Project is being constructed. All changes made subsequent to the “Released for Construction” Plans shall be signed/sealed by the EOR. The As- Built Plans shall reflect all changes initiated by the Design-Build Firm or the Department in the form of revisions. The As-Built Plans shall be submitted prior to Project completion for Department review and acceptance as a condition precedent to the Department’s issuance of Final Acceptance.

The Department shall review, certify, and accept the As-Built Plans prior to issuing Final Acceptance of the project in order to complete the As-Built Plans.

The Department shall certify the As-Built Plans per Chapter 5.12 of the Construction Project Administration Manual (TOPIC No. 700-000-000).

The Design-Build Firm shall furnish to the Department, upon Project completion, the following:

 1 set of 11” x 17” signed and sealed plans  12 sets of 11" x 17” copies of the signed and sealed plans  Tree Disposition Plan and Landscape Plan  1 signed and sealed copy of the Bridge Load Rating based on as-built conditions  12 sets of final documentation (if different from final component submittal)  2 (two) Final Project CD’s

4. Milestones:

Component submittals, in addition to the plan submittals listed in the previous section, will be required. In addition to various submittals mentioned throughout this document the following milestone submittals will be required:

 Permit applications and subsequent Request for Additional Information (RAI)

February 8, 2016 Page 91 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

correspondence for Department Review  Approved Permits Package  Pavement Design Package  Typical Section Package  Design Exception and Variation Package  Stormwater Management Report  Noise and Vibration

5. Railroad/Transit Submittals:

Six sets of certain plan sheets, specifications, and documents are required for review by both railroad and MDT. The sets are to be mailed to the District Rail Administrator for distribution to FECR and MDT. The Design-Build Firm is required to coordinate with FECR and MDT to identify specific documentation required by such agencies for approval of construction activities of the Design-Build Firm’s proposed design. The required sheets are:

. Key Sheet . Typical Section(s) . Plan & Profile Sheet(s) . Rail-highway grade crossing detail sheet . Signing and Pavement Marking Sheet(s) . Cross Section Sheets . List of Potential Utility Conflicts

Some of the required documents include, but are not limited to:

. Quality Management Plan (QMP) . Construction Safety Plan . Construction Schedule with Sequencing

Safety Certification

Formal Safety Certification of the Project is required. Safety Certification is the process of verifying that Operating System elements comply with a formal list of safety requirements. The Design-Build Firm shall adhere to the safety certification process outlined in MDT’s System Safety and Security Certification Program Plan, Revision 5, June 2011. Each safety and security certification plan is project specific and the Design-Build Firm will develop the plan for this project and provide it to MDT for review and approval by the 60% design submittal.

The project System Safety and Security Certification Plan will fulfill the requirements to comply with Federal Transportation Administration (FTA) State Safety Oversight Rule (49 CFR Part 659) and the Department Rule 14-15.017, F.A.C. In supporting the safety certification process, the Design-Build Firm shall carry out a detailed accounting of all the correspondence and documentation to verify that all safety related requirements, activities, tests, inspections and action items have been completed and satisfied and shall document these results in a Safety Report which shall be submitted to MDT Engineering, Planning and Development Office for its review and acceptance 30 calendar days prior to the Design-Build Firm’s written application for Substantial Completion.

February 8, 2016 Page 92 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Design-Build Firm performing the safety and security certification shall perform a number of tasks to verify and document the level of safety to be certified. These tasks are identified below. Other subtasks may be identified in the design or construction phase, as needed by the project schedule or activities.

1. Identify safety requirements, current design assumptions and documents developed by the Design-Build Firm, and other relevant requirements from Local, State and Federal sources as they may impact the level of safety provided in the current Metromover system.

2. Verify the incorporation of safety and security requirements in the final design documents: identify and resolve all open items.

3. Verify design by attestation (letter), inspection or conduct of subsystem/integrated test procedures.

4. Verify operating and maintenance rules and/or procedures by review and pre-revenue tests.

5. Verify final safety open item close-out and/or identification of alternate measures (“workarounds”) to satisfy safety requirements.

6. Develop a final safety and security certification report.

7. Prepare final certification documents; signed and sealed by a current and active professional engineer registered in the State of Florida.

General Procedures for Adjacent and Transit Right-of-Way Construction Activity

The Design-Build Firm contemplating any construction activity adjacent to or on an MDT facility, structure or property, including any excavation, maintenance, restoration, demolition, or use of MDT real property, should provide, for review, three (3) copies of their drawings and three (3) copies of their calculations, showing the relationship between their project and the MDT facilities. Sufficient drawings and details should be submitted to facilitate MDT’s review of the effects that the proposed project may or may not have on the MDT facilities. A MDT review requires internal circulation of the construction drawings to concerned Divisions. Minimum review time for MDT is thirty (30) days. Drawings normally required for review, but are not limited to, are:

 Site Plan  Demolition Plans  Maintenance of Traffic Plans  Staging Plans  Drainage Area Maps and Drainage Calculations  Sections showing foundations and MDT Structures  Structural drawings (provide relative sections showing MDT)  Column load tables  Pertinent drawings detailing an impact on MDT facilities  A copy of the geotechnical report

February 8, 2016 Page 93 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

If uncertainty exists on the possible impacts a project may have on the MDT facilities, and before making a formal application for a review of a construction project adjacent to the MDT System, the developer or his agent may contact the Chief, Right-of-Way and Utilities Division, at (786) 469-5244.

Sheeting and shoring drawings should be accompanied by calculations and shall be signed and sealed by a Professional Engineer licensed in the State of Florida. The drawings and calculations should contain comments, details, notes, and instructions describing the proposed sequence of construction. In the case that the actual guideway structure is being shored, professional attestation (in writing) of the Metromover system to be safe, to continue normal operations, is required.

When the design of foundations and site work of the project has progressed to the point considered complete and ready for review, the drawings and calculations, as applicable, should be sent to:

Miami-Dade Transit Chief Right-of-Way and Utilities Miami-Dade Transit MDT-Overtown Transit Village 701 N.W. 1ST Court, Suite 1500 Miami, FL 33136

A period of thirty (30) working days should be allowed for review of the drawings and calculations. Fifteen (15) working days should be allowed for each successive review as required.

The Design-Build Firm is required to address any construction impact on Pedestrian movements to the Metromover Station. This can be addressed by the Design-Build Firm as part of the Maintenance of Traffic Plans

As per the MDT permit, no work (boom trucks, cherry pickers, excavators, front loaders, boring trucks, scissor lifts, cranes, etc.) shall be performed within 30 feet zone extending outward from the outer most edges of the MDT’s metrorail/metromover guideway unless a MDT spotter is present. The cost for the MDT spotter is $60 per hour including one hour travel time, 30 minutes to and from the project, to be included in the pay items of work for which the spotter will be required.

The Design-Build Firm is required to reimburse MDT for MDT’s cost of providing escorts, spotters and support services for adjacent construction where access is required into the operating Metrorail/Metromover system; and/or the system is impacted. The Design-Build Firm shall also reimburse MDT for all associated costs of the bus “bridge” for all Metromover loops (Brickell, Downtown, and Omni) to maintain normal service if the system is deemed unsafe to operate due to this project. As part of the review procedure, and before any work may proceed, the Design-Build Firm will be required to sign a letter accepting this obligation.

The Agreement between Metropolitan Dade County, Florida, and the Florida Department of Transportation dated August 20, 1979, is under Attachment A-27.

The applicant must receive written approval for the design of a given project by the MDT Assistant Director of the Engineering, Planning and Development Office or designee, or MDT Fire/Life Safety Technical Committee Chairperson (as applicable), prior to the start of construction.

February 8, 2016 Page 94 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Project Documents shall be reviewed by the appropriate MDT Divisions for possible impact on MDT facilities and operations, including all elements associated with the construction of the project and any temporary protection/shoring system needed to preserve the system’s safety and integrity.

Each “Part” of the project’s design shall be reviewed and accepted by all pertinent MDT Divisions.

Limitations:

MDT Metromover Closures:

Closures of the Metromover will be required for any construction activities where personnel and/or equipment come within 10 feet of the guideway superstructure or as deemed by MDT. Closure of Metromover for construction access will be limited to non-operational service hours as determined by MDT. Metromover restrictive hours (non-revenue) should be from 1:00 AM to 4:00 AM. All closures shall be coordinated with MDT for holiday, special events and maintenance operations. System closures require extensive early coordination and planning between the requestor and MDT. MDT reserves the right to deny system closure requests based on operational needs.

A late opening on a Sunday morning, subject to operational service beginning no later than 10:00 AM may be considered at the discretion of MDT. A bus “bridge” shall be required for any closure interrupting operational service hours. All proposed extended closure opportunities shall be presented as an ATC. Extended closures shall not be allowed except those specifically approved through the ATC process. All cost associated with MDT closures are the responsibility of the Design-Build Firm.

MDT Metrorail Closures:

Any closures required for the Metrorail shall be coordinated with MDT.

MDT Settlement Monitoring & Action Plan:

A Settlement Monitoring & Action Plan (SMAP) must be submitted to MDT and approved prior to any construction activities. The minimum requirements to be included in the SMAP are as follows:

o An inspection of the Metromover components (i.e., guideway, pier cap, bearings and girders) prior to construction. The inspection procedure, approach, and findings shall be fully documented in report format, including photos clearly identifying location, date, observation, etc. o A complete and detailed monitoring procedure, including but not limited to the type of equipment, monitoring marks on guideway components, tabulation of readings, frequency of readings, reporting, analysis of readings, actions to be taken, etc. This SMAP is required to evaluate the settlement and cumulative movement/rotation/translation of the pier and impacts to Metromover components. As a minimum, readings shall be taken immediately prior to guideway turnover to MDT each evening. Continuous monitoring shall be performed during critical operations where movement of the guideway could potentially occur. Construction operations shall be halted immediately if the readings show a deviation value greater than acceptable by MDT. o The SMAP must be approved by MDT before any construction activity begins in the area. Once the SMAP is approved, the Design-Build Firm will set up all proposed survey points in the

February 8, 2016 Page 95 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

field, a set of initial survey readings will be taken, signed and sealed data of initial readings will be submitted to MDT for review and approval and final approval of initial reading by MDT shall take place before starting any construction activities without exception. This set of readings will be the baseline of future reference for new readings. Surveying nails, screws, or any penetrations to the structures will not be allowed. The Design-Build Firm is to use durable, environmentally friendly targets glued to the elements; set up to be approved by MDT prior to commencing any work. o Each reading must establish which phase of construction has been completed when the reading was made and the reading must indicate clearly the date taken. o The SMAP must include the process to address corrective action by the Design-Build Firm in case the readings show a deviation value greater than acceptable by MDT. All costs incurred in addressing corrective actions will be borne by the Design-Build Firm. The SMAP must include a mitigation plan in the form of a Plan of Action. o Closure of the Metromover will only be allowed during no-revenue hours of 1:00 AM to 4:00 AM. No additional closures to the system will be allowed. In the event that interruption of service exceeds four continuous hours of service, the Design-Build Firm must notify MDT immediately. A bus bridge will be provided to shuttle passengers between affected Metromover stations. The cost of the Bus Bridge will be the Design-Build Firm’s sole responsibility.

MDT Change Review Board Requirement:

The Design-Build Firm is responsible to submit the design plans relating to the Metromover Bridge, as required, to the MDT Change Review Board (CRB) for review and comments. The CRB process will authorize, control, implement and record changes to the as-built and safety certified configuration of the Metromover Bridge.

J. Contract Time:

The Design-Build Firm shall establish the Proposed Contract Time for the Total Project. In no event shall the Proposed Contract Time exceed 1825 calendar days. The Proposed Contract Time shall be submitted with the Price Proposals.

K. Project Schedule:

The Design-Build Firm shall submit a Schedule, in accordance with Subarticle 8-3.2 (Design-Build Division I Specifications). The Design-Build Firm’s Schedule shall allow for up to twenty (20) calendar days (excluding weekends and Department observed Holidays) review time for the Department’s review of all submittals with the exception of Signature Bridge submittals. The review of Signature Bridge submittals requires Central Office involvement and the Schedule shall allow for up to thirty-five (35) calendar days (excluding weekends and Department observed Holidays) for these reviews.

Design-Build Firm shall submit the Foundation Construction submittals in accordance with Section 455 (Attachment A-03), for Department review.

Listed below are Specific Events and Organizations/Businesses hosting regular events in the vicinity of or possibly impacted by the project. Lane closures or activities that may affect access or the flow of traffic to or from these events are not permitted and must be anticipated within the project schedule:

February 8, 2016 Page 96 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

 Art Basel Miami Beach: https://www.artbasel.com/miami-beach  Miami International Boat Show: http://www.miamiboatshow.com/  Miami Marathon: http://www.themiamimarathon.com/  Miami Grand Prix Formula E http://miami.fiaformulae.com/en/guides.aspx  South Beach Food and Wine Festival http://www.sobefest.com/  Ultra Music Festival http://www.ultramusicfestival.com/  Yacht & Brokerage Show: http://www.showmanagement.com/miami_boat_show_2015/event/  Winter Party Week/Spring Break http://www.winterparty.com/guide  Winter Music Conference/Spring Break: http://wintermusicconference.com/events/  Adrienne Arsht Center for Performing Arts Events: http://www.arshtcenter.org/Tickets/Calendar/  American Airlines Arena Events: http://www.aaarena.com/events  Critical Mass: http://www.themiamibikescene.com/p/miami-critical-mass-guidelines.html  Mercedes Benz Corporate Run: http://www.mercedesbenzcorporaterun.com/miami.php  Spring Break  Memorial Day Weekend (Thurs.-Mon.)  New Year’s Eve  Art Deco Weekend http://www.artdecoweekend.com/  Miami Beach Gay Pride Parade https://www.miamibeachgaypride.com/parade  Halloween  White Party Week http://whiteparty.org/  Marlins Park http://miami.marlins.mlb.com/mia/ballpark/  Perez Art Museum Miami http://www.pamm.org/  Patricia and Phillip Frost Museum of Science http://www.miamisci.org/

The minimum number of activities included in the Schedule shall be those listed in the Schedule of Values and those listed below:

 Anticipated Award Date  Pre-Design Utility Meeting

February 8, 2016 Page 97 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

 Pre-Construction Meeting(s)  Design Durations  Design Submittals  Aesthetic Submittals  Shop Drawing Submittals  Design Survey  Submittal Reviews by the Department and FHWA  Design Review by the Department and MDT/ Acceptance Milestones  Materials Quality Tracking  Geotechnical Investigation  Start of Construction  Clearing and Grubbing  Construction Mobilization  Embankment/Excavation  Environmental Permit Acquisition  Foundation Design  Foundation Construction  Detailed Pier Construction Sequencing  MDT Metromover closures within operational service hours  MDT Pier Cap Replacement and Removal of Existing Pier  Substructure Design  Substructure Construction  Superstructure Design  Superstructure Construction  Walls Design  Walls Construction  Roadway Design  Roadway Construction  Signing and Pavement Marking Design  Signing and Pavement Marking Construction  Signalization and Intelligent Transportation System Design  Signalization and Intelligent Transportation System Construction  Lighting Design  Lighting Construction  Maintenance of Traffic Design  Landscape Concept Plan  Existing Tree Inventory Plan  Tree Disposition Plan  Landscape Plan  Landscape Establishment Plan  Landscape Design  Landscape Construction  Permit Submittals  Maintenance of Traffic Set-Up (per duration)  Erosion Control  Holidays and Special Events (shown as non-work days)  Additional Construction Milestones as determined by the Design-Build Firm

February 8, 2016 Page 98 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

 ITS Burn-In Period  ITS Testing and Integration  Final Completion Date for All Work  Final Signed and Sealed As-Built Plans  Tolling Design (MDX specific)  Tolling Construction (MDX Specific)

L. Key Personnel/Staffing:

The Design-Build Firm’s work shall be performed and directed by key personnel identified in the Letter of Response and/or Technical Proposal by the Design-Build Firm. In the event a change in key personnel is requested, the Design-Build Firm shall submit the qualifications of the proposed key personnel and include the reason for the proposed change. Any changes in the indicated personnel shall be subject to review and approval by the District Construction Engineer. The Department shall have sole discretion in determining whether or not the proposed substitutions in key personnel are comparable to the key personnel identified in the Letter of Response and/or Technical Proposal. The Design-Build Firm shall have available professional staff meeting the minimum training and experience set forth in Chapter 455, Florida Statutes.

M. Partner/Teaming Arrangement:

Partner/Teaming Arrangements of the Design-Build Firm (i.e., Prime Contractor or Lead Design Firm) cannot be changed after submittal of the Letter of Response without written consent of the Department. In the event a change in the Partner/Teaming Arrangement is requested, the Design-Build Firm shall submit the reason for the proposed change. Any changes in the Partner/Teaming Arrangement shall be subject to review and approval by the Department’s Chief Engineer. The Department shall have sole discretion in determining whether or not the proposed substitutions in Partner/Teaming Arrangements are comparable to the Partner/Teaming Arrangements identified in the Letter of Response and/or Technical Proposal.

N. Meetings and Progress Reporting:

The Design-Build Firm shall anticipate periodic meetings with Department personnel and other agencies as required for resolution of design and/or construction issues. These meetings may include:

 Department technical issue resolution  Local government agency coordination  Maintenance of Traffic Workshop  Pavement Design Meeting  Permit agency coordination  Scoping Meetings  System Integration Meetings

During design, the Design-Build Firm shall meet with the Department’s Project Manager at least on a monthly basis and provide a one month look ahead of the activities to be completed during the upcoming month.

During construction, the Design-Build Firm shall meet with the Department’s Project Manager on a weekly basis and provide a one-week look ahead for activities to be performed during the coming week.

The Design-Build Firm shall meet with the Department’s Project Manager at least thirty (30) calendar days

February 8, 2016 Page 99 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 before beginning system integration activities. The purpose of these meetings shall be to verify the Design- Build Firm’s ITS and signalization integration plans by reviewing site survey information, proposed splicing diagrams, IP addressing schemes, troubleshooting issues, and other design issues. In addition, at these meetings the Design-Build Firm shall identify any concerns regarding the Integration and provide detailed information on how such concerns will be addressed and/or minimized.

The Design-Build Firm shall provide all documentation required to support system integration meetings, including detailed functional narrative text, system and subsystem drawings and schematics. Also included shall be the documentation to demonstrate all elements of the proposed design which includes, but is not limited to: technical, functional, and operational requirements, ITS/communications, equipment, termination/patch panels, performance criteria, and details relating to interfaces to other ITS subsystems.

System Integration Meetings will be held on mutually agreeable dates.

All action items resulting from the System Integration Meeting shall be satisfactorily addressed by the Design-Build Firm and reviewed and approved by the Department.

The Design-Build Firm shall, on a monthly basis, provide written progress reports that describe the items of concern and the work performed on each task.

O. Public Involvement:

1. General:

Public involvement is an important aspect of the Project. Public involvement includes communicating to all interested persons, groups, and government organizations information regarding the development of the Project. A Public Involvement Consultant (PIC) will be hired by the Department to carry out an exhaustive Public Involvement Campaign and a marketing effort. The Design-Build Firm will continue to be part of the Public Involvement effort but on a limited basis as described below.

2. Community Awareness:

The Design-Build Firm will review and comment on a Community Awareness Program provided by the PIC for the Project.

3. Public Meetings:

The Design-Build Firm shall provide all support necessary for the PIC to hold various public meetings, which may include:

 Kick-off or introductory meeting  MPO Transportation Technical Committee Meetings  MPO Meetings  Public Information Meetings  Elected and appointed officials  Special interest groups (private groups, homeowners associations, environmental groups, minority groups and individuals)  Other meetings as determined by the Department, in its sole discretion.

February 8, 2016 Page 100 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Design-Build Firm shall include attendance at two meetings per month for the term of the contract to support the public involvement program.

For any of the above type meetings the Design-Build Firm shall provide all technical assistance, data and information necessary for the PIC to produce display boards, printed material, video graphics, computerized graphics, etc., and information necessary for the day-to-day exchange of information with the public, all agencies and elected officials in order to keep them informed as to the progress and impacts that the proposed Project will create. This includes workshops, information meetings, and public hearings.

The Design-Build Firm shall, on an as-needed basis, attend the meetings with an appropriate number of personnel to assist the Department's Project Representative/PIC. The Design-Build Firm shall forward all requests for group meetings to the PIC. The Design-Build Firm shall inform the PIC of any meetings with individuals that occur without prior notice.

4. Public Workshops, Information Meetings:

The Design-Build Firm shall provide all the support services listed in No. 3 above. All legal/display ads announcing workshops, information meetings, and public meetings will be prepared and paid for by the PIC.

The Department will be responsible for the legal/display advertisements for design concept acceptance. The PIC will be responsible for preparing and mailing (includes postage) for all letters announcing workshops and information meetings.

5. Public Involvement Data:

The Design-Build Firm is responsible for the following:

 Coordinating with the Public Involvement Consultant.  Identifying possible permit and review agencies and providing names and contact information for these agencies to the PIC.  Providing required expertise (staff members) to assist the PIC on an as-needed basis.  Preparing color graphic renderings and/or computer generated graphics to depict the proposed improvements for coordination with the Department, local governments, the Urban Design Guidelines Committee, and other agencies.

The collection of public input occurs throughout the life of the Project and requires maintaining files, newspaper clippings, letters, and especially direct contacts before, during and after any of the public meetings. Articles such as those mentioned shall be provided to the PIC for their use and records.

In addition to collecting public input data, the Design-Build Firm may be asked by the PIC to prepare responses to any public inquiries as a result of the public involvement process. The Department shall review all responses prior to mailing.

P. Quality Management Plan (QMP):

1. Design:

February 8, 2016 Page 101 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Design-Build Firm shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications, geotechnical and other services furnished by the Design-Build Firm under this contract.

The Design-Build Firm shall provide a Design Quality Management Plan, which describes the Quality Control (QC) procedures to be utilized to verify, independently check, and review all design drawings, specifications, and other documentation prepared as a part of the contract. In addition the QMP shall establish a Quality Assurance (QA) program to confirm that the Quality Control procedures are followed. The Design-Build Firm shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The QMP may be one utilized by the Design-Build Firm, as part of their normal operation or it may be one specifically designed for this Project. The Design- Build Firm shall submit a QMP within fifteen (15) working days following issuance of the written Notice to Proceed. A marked up set of prints from the Quality Control review will be sent in with each review submittal. The responsible Professional Engineers or Professional Surveyor that performed the Quality Control review, as well as the QA manager will sign a statement certifying that the review was conducted.

The Design-Build Firm shall, without additional compensation, correct all errors or deficiencies in the surveys, designs, drawings, specifications and/or other services.

2. Construction:

The Design-Build Firm shall be responsible for developing and maintaining a Construction Quality Control Plan in accordance with Section 105 of Standard Specifications which describes their Quality Control procedures to verify, check, and maintain control of key construction processes and materials.

The sampling, testing and reporting of all materials used shall be in compliance with the Sampling, Testing and Reporting Guide (STRG) provided by the Department. The Design-Build Firm will use the Department’s database(s) to allow audits of materials used to assure compliance with the STRG. The Department has listed the most commonly used materials and details in the Department’s database. When materials being used are not in the Department’s database list, the Design-Build Firm shall use appropriate material details from the STRG to report sampling and testing. Refer to the State Materials Office website for instructions on gaining access to the Department’s databases: http://www.dot.state.fl.us/statematerialsoffice/quality/programs/qualitycontrol/contractor.shtm

Prepare and submit to the Engineer a Job Guide Schedule (JGS) using the Department database in accordance with Section 105 of Standard Specifications.

The Department shall maintain its rights to inspect construction activities and request any documentation from the Design-Build Firm to ensure quality products and services are being provided in accordance with the Department’s Materials Acceptance Program.

Q. FHWA Project Management Plan (PMP)

In accordance with FHWA Major Project Guidelines, the Department is required to prepare an initial Project Management Plan (PMP) for the Project. The PMP defines the roles, responsibilities and procedures for project implementation. Refer to Reference Document RD-04 The PMP will need to be updated by the Design-Build Firm subsequent to the execution of the contract and prior to initiating construction activities.

R. Liaison Office:

February 8, 2016 Page 102 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Department and the Design-Build Firm will designate a Liaison Office and a Project Manager who shall be the representative of their respective organizations for the Project.

S. Engineers Field Office:

The Design-Build Firm will provide an Engineers Field Office in accordance with Special Provision 109 of the Special Provisions. See Attachment A-30. The office size provided shall be 3,600 SF and shall be one single office located within one mile from the project. The office requirements specified in Section 109 shall be prorated to meet the requirements of the specified office size. The office shall include an alarm system.

T. Schedule of Values:

The Schedule of Values approved by the Department will be the basis for determining each monthly progress estimate and the final estimate. The quantities will be compared with the Project schedule to determine the percentage earned. The percentage shall be that portion of the work completed as compared to the total work contracted. The Design-Build Firm shall assign the Schedule of Values to the activities in the CPM schedule. The assignment of values to scheduled activities must be approved by the Department prior to the first monthly progress estimate and prior to any invoicing by the Design-Build Firm pursuant to the Cash Availability Schedule for the Project. The monthly progress estimates cut-off date will be the first Sunday of the month.

Prompt Payment Law:

Participants providing goods and services to the Department should be aware of the following time frames. The Department has five (5) working days from the date the monthly progress estimate is created to inspect and approve the goods and services. The Department has twenty (20) days to deliver a request for payment (voucher) to the Department of Financial Services. The twenty (20) days are measured from the latter of the date the invoice is received or the goods or services are received, inspected and approved.

Invoices will be reduced for amounts invoiced and earned but in excess of the amounts available per the Cash Availability Schedules as outlined in Section VI.L.

If a payment is not available within forty (40) days of the Department’s receipt of an invoice payable pursuant to the Cash Availability Schedule for the Project, a separate interest penalty at a rate as established pursuant to Section 55.03(1), Florida Statutes, will be due and payable, in addition to the payable invoice amount, to the Design-Build Firm. Interest penalties of less than one (1) dollar will not be enforced unless the Design-Build Firm requests payment. Invoices that have to be returned to a Design-Build Firm because of Design-Build Firm preparation errors will result in a delay in payment. The invoice payment requirements do not start until a properly completed invoice pursuant to the Cash Availability Schedule is provided to the Department.

A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for contractors/vendors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850)413- 5516 or by calling the Department of Financial Services Division of Consumer Services, 1-877-693-5236.

U. Computer Automation:

February 8, 2016 Page 103 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Project shall be developed utilizing computer automation systems in order to facilitate the development of the contract plans. Various software and operating systems were developed to aid in assuring quality and conformance with Department policies and procedures. The Department supports MicroStation and GEOPAK as its standard graphics and roadway design platform as well as Autodesk’s AutoCAD Civil 3D as an alternate platform. Seed Files, Cell Libraries, User Commands, MDL Applications and related programs developed for roadway design and drafting are in the FDOT CADD Software Suite. Furnish As- Built documents for all building-related components of the project in AutoCAD format. It is the responsibility of the Design-Build Firm to obtain and utilize current Department releases of all CADD applications.

The Design-Build Firm will be required to furnish the Project's CADD files after the plans have been Released for Construction. The Design-Build Firm's role and responsibilities are defined in the Department's CADD Manual. The Design-Build Firm will be required to submit final documents and files which shall include complete CADD design and coordinate geometry files in Intergraph / Micro station format.

As part of the As-Built Set deliverables, field conditions shall be incorporated into MicroStation and/or AutoCAD design files. Use the cloud revision utility as well as an “AB” revision triangle to denote field conditions on plan sheets.

V. Construction Engineering and Inspection:

The Department is responsible for providing Construction Engineering and Inspection (CEI) and Quality Assurance Engineering.

The Design-Build Firm is subject to the Department’s Independent Assurance (IA) Procedures.

W. Testing:

The Department or its representative will perform verification and resolution sampling and testing activities at both on site, as well as off-site locations such as pre-stress plants, batch plants, structural steel and weld, fabrication plants, etc., in accordance with the latest Specifications.

X. Value Added:

The Design-Build Firm may provide Value Added Project Features, in accordance with Article 5-14 of the Department’s Division I Design-Build Specifications for the following features:

 Roadway features;  Roadway drainage systems;  Approach slabs;  Superstructure;  Substructure;  Concrete defects;  Structural steel defects;  Stay/suspender cables;  Post-tensioning systems; and  And any other products or features the Design-Build Firm desires.

February 8, 2016 Page 104 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Design-Build Firm shall develop the Value Added criteria, measurable standards, and remedial work plans in the Design-Build Firm's technical proposal for features proposed by the Design-Build Firm.

Y. Adjoining Construction Projects:

The Design-Build Firm shall be responsible for coordinating construction activities with other construction Projects that are impacted by or impact this Project. This includes Projects under the jurisdiction of local governments, the Department, or other regional and state agencies.

Adjacent projects include: 1. FPID 425598-1 SR 7/NW 7 Ave from NW 8 St to NW 36 St – Reconstruction 2. FPID 429300-3 I-95 Pavement Reconstruction – North Segment 3. FPIDs 417740-8-92-01, 417740-9-92-01 and 417740-9-92-02 I-95 Express DMS and Toll Sign Panel Replacement Project 4. MDX 83628: SR 836 Auxiliary Lanes and Interchange Improvements

Z. Issue Escalation:

In the event issues arise during prosecution of the work, the resolution of those issues will be processed as described below unless revised by a project specific Partnering Agreement:

The escalation process begins with the Construction Project Manager. All issues are to be directed to the Construction Project Manager. If the issue cannot be resolved by the Construction Project Manager in coordination with the Resident Engineer and Design Project Manager as applicable, the Construction Project Manager shall forward the issue to the District Construction Engineer who will coordinate with the District Design Engineer, as applicable. Each level shall have a maximum of five (5) calendar days (excluding weekends and Department observed holidays) to answer, resolve, or address the issue. The Design-Build Firm shall provide all supporting documentation relative to the issue being escalated. The five (5) calendar day period (excluding weekends and Department observed holidays) begins when each level in the issue escalation process has received all required supporting documentation necessary to arrive at an informed and complete decision. The five (5) calendar day period (excluding weekends and Department observed holidays) is a response time and does not infer resolution. Questions asked by the Department may be expressed verbally and followed up in writing within one (1) calendar day (excluding weekends and Department observed holidays). Responses provided by the Design-Build Firm may be expressed verbally and followed up in writing within one (1) working day. Once a response is received from the District Construction Engineer, the Construction Project Manager will respond to the Design- Build Firm in a timely manner but not to exceed three (3) calendar days (excluding weekends and Department observed holidays).

The Design-Build Firm shall provide a similar issue escalation process for their organization with personnel of similar levels of responsibility.

Should an impasse develop, the Dispute Review Board shall assist in the resolution of disputes and claims arising out of the work on the Contract.

The Department shall be the sole authority having jurisdiction regarding disputes over issues of structural integrity.

AA. Maintenance During Construction

February 8, 2016 Page 105 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

As of the Maintenance Start Date, the Design-Build Firm shall perform maintenance activities for the length of the Total Project, right-of-way to right-of-way, including any impacted sections of the frontage roads, as defined in Attachments A-32 and A-1295. The Design-Build Firm shall follow the maintenance performance measures as detailed in in A-29 throughout the limits contained in A-32, A-1295, and MDXA- 16.

Within 30 days of receiving the Notice to Proceed (NTP), the Design-Build Firm shall submit a list of all preexisting deficiencies that do not meet the Maintenance Rating Program (MRP) requirement and Performance Measures specified in the Attachment A-29. Include pictures, dimensions, and any other relevant information clearly demonstrating the deficiency. The Department will review every item on the list within 14 days, and make a determination, in the Department’s sole discretion, whether the Department will correct any deficiencies.

The Design-Build Firm will have a 30-day grace period after the Maintenance Start Date. The Department will begin assessing deductions for violations on day 31 after the Maintenance Start Date. The deductions made by the Department for such violations will be withheld from the final payment by the Department. Notwithstanding any action undertaken or not undertaken by the Department to address a deficient condition, the Design-Build Firm shall have no ability to claim extra work and/or delay for any item that does not meet the MRP requirement or Performance Measures specified in Attachment A-29 at the time of the Maintenance Start Date. The Design-Build Firm’s maintenance responsibilities will end with Final Acceptance of the Total Project by the Department, unless otherwise noted in the Contract Documents.

Any inventories required per Department Standards or as noted within this RFP must be completed and submitted to the Department for review and approval. Submittal shall be no later than 60 days after NTP or 14 days before the Maintenance Start Date, whichever comes first. The approved inventories must be handled in accordance with the requirements of Department Standards and this RFP. Failure to complete said inventories before the Maintenance Start Date will result in the Design-Build Firm taking complete responsibility of all areas and systems with the assumption that areas are safe, hazard-free, and in good condition any systems are fully functional and operational.

The Design-Build Firm shall develop a maintenance plan detailing their approach for conducting the project maintenance activities. The plan must account for the schedule maintenance activities per Attachments A- 29 and A-1295. The plan shall be submitted to the Department for review and approval. Submittal shall be due no later than 14 days before the Maintenance Start Date.

The Design-Build is responsible for:

 Designation and location of Roadway Lighting  All subsurface exploration for Roadway Lighting  Maintaining all the areas where the Design-Build Firm modifies the road and/or bridges for transitions, such as, pavement markings, temporary asphalt, etc.  If any part of a bridge is occupied or modified by construction, the Design-Build Firm is responsible for maintaining the entire bridge until Final Acceptance of the Total Project.  Any inspection and repair required due to structures accidents (bridges and ancillary structures), such as vehicle impact, will be the responsibility of the Design-Build Firm.

Area shown on maintenance maps, as defined in Attachments A-32,A-1295, and MDXA-16, may require adjustments and may be increased by the Department, in its sole discretion, up to additional 2 acres. If

February 8, 2016 Page 106 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Project Limits are extended, the Design-Build Firm shall be responsible for the maintenance of the extension. The Design-Build Firm shall maintain a complete inventory of all maintenance items including temporary and permanent crash cushions, the entire lighting systems as defined in the RFP, landscaped areas, all ground and overhead signs, fences, temporary and permanent guardrails, traffic signals, drainage systems, Intelligent Transportation Systems, and barrier walls until final acceptance.

IX. Design and Construction Criteria.

A. General:

All design and construction work completed under the Contract shall be in accordance with the United States Standard Measures.

FHWA will have full oversight of this Project during both design and construction.

The Design-Build Firm shall provide a minimum of 10 foot high opaque fence around any long term (over 15 days) staging/stockpiling. No advertising signage or company logos is allowed on any fencing or fabric covering a fence.

B. Vibration, Settlement Monitoring and Construction Noise:

Vibration and Settlement Monitoring

The Design-Build Firm is responsible for evaluating the need for, design of, and the provision of any necessary precautionary features to protect existing structures from damage, including, at a minimum, selecting construction methods and procedures that will prevent damage.

The Department and MDX have identified vibration sensitive sites along the Project corridor. The Design- Build Firm shall be responsible for the identification of and coordination with vibration sensitive sites affected by the Work for the duration of construction.

Vibration sensitive sites include the following:

I-395 Specific  St. John Baptist Church;  Patricia and Phillip Frost Museum of Science;  Perez Art Museum Miami;  Christ Church;  Marquis Miami;  Ziff Opera House; and  John S. and James L. Knight Concert Hall. End I-395 Specific

MDX Specific  Grove Park Historic District, Miami, FL 33125 o 1491 NW South River Drive o 1501 NW South River Drive o 1480 NW South River Drive

February 8, 2016 Page 107 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

o 1458 NW South River Drive o 1459 NW South River Drive o 935 NW 15th Avenue End MDX Specific

The Design-Build Firm shall submit for the Department’s acceptance a Settlement and Vibration Monitoring Plan (SVMP) as part of the 90% plans submittal. The SVMP shall be updated throughout the construction period. The Design-Build Firm is responsible for establishing maximum settlement and vibration thresholds equivalent to or lower than the Department Specifications requirements for all construction activities, including vibratory compaction operations and excavations.

Submittals for Settlement and Vibration Monitoring Plan (SVMP) shall include the following as a minimum:  Identify any existing structures, in addition to those listed herein, that will be monitored for vibrations during the construction period.

 Establish the maximum vibration levels. The maximum vibration levels stated for existing structures shall not be exceeded.

 Identify any existing structures in addition to those listed herein that will be monitored for settlement during the construction period.

 Establish the maximum settlement levels for the existing structures that must not be exceeded. The maximum settlement level stated shall not be exceeded.

 Identify any existing structures in addition to those identified that require pre- construction and post-construction surveys.

 Identify sensitive medical facilities and equipment, and critical time windows of vibration sensitive activities.

The Department will perform the review of Vibration and Settlement submittals in accordance with Department Specifications.

Construction Noise

The Design-Build Firm shall monitor and control noise as described in this section:

Terms Used

The following terms, when used within this section of the RFP “Construction Noise”, have the meaning set forth below:

Noise Sensitive Receptors: are adjacent to the project and include, but not limited to, businesses, residences, museums, concert halls, hospitals, hotels, condominiums, residential and government building. This also includes area events as listed in Section VIII.K.

Noise: is any audible sound which has the potential to annoy or disturb humans, or to cause an adverse psychological or physiological effect on humans.

February 8, 2016 Page 108 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Daytime: refers to the period from 8 AM to 8 PM local time daily.

Nighttime: refers to the period from 8 PM to 8 AM local time daily.

Baseline Noise: shall be defined as the background noise levels that are measured prior to construction work commencing.

Lmax: shall be defined as the maximum measured sound level at any time.

L10: shall be defined as the sound level exceeded 10 percent of the time for a specified monitoring period.

Construction Activities

The Design-Build Firm shall use means and methods of construction that minimize noise throughout all phases of the Total Project. Location of mobile and stationary equipment such as air compressors, generators, pumps, etc., shall be such as to cause the least disruption of businesses and residences in the vicinity of the project. All equipment associated with the work must be equipped with noise suppression devices which must be maintained in their original operating condition considering normal wear. Manufacturer installed noise suppression devices such as mufflers, engine covers, insulation, etc. must not be removed nor rendered ineffectual nor remain off the equipment while the equipment is in use. Additional noise suppression, beyond standard manufacturer features, shall be used where necessary.

The Design-Build Firm is responsible for coordinating with all noise sensitive businesses for hours of operations affected by noise and summarizing this information in the Noise Monitoring Control Plan (NMCP).

In no case shall construction noise exceed the established L10 plus 5 dBA for a cumulative period of 2 minutes in any twenty minute period for daytime and nighttime.

Noise Monitoring and Control Plan

A Noise Monitoring and Control Plan (NMCP) shall be submitted for review and acceptance prior to the start of construction. A pre-submittal of the Noise Sensitive Receptors shall be submitted prior to the full NMCP for approval by the Engineer. Allow 14 days for review. An updated NMCP shall be submitted every 6 months thereafter, or whenever additional noise sensitive receptors are discovered, work activities or work hours substantively change, or required by the Engineer for the duration of construction activities. The Design-Build Firm shall perform measurements to determine Lmax and L10 for daytime and nighttime hours as part of the noise plan. All measurements shall be taken at the lot line for the noise sensitive receptors. Noise measurements shall be collected over two non-consecutive days Monday through Saturday and on Sunday at noise sensitive receptor locations. Baseline noise measurements shall be performed in the absence of any contributing construction noise or noise from emergency signals, emergency equipment and vehicles, emergency warning devices, and law enforcement activities (including training activities). This plan shall also include the results of a noise analysis used to predict the noise levels associated with work and equipment expected to be used within a 6-month period near noise sensitive receptors lot lines. The Federal Highway Administration’s (FHWA) Roadway Construction Noise Model (RCNM) or equivalent shall be used for construction noise prediction. The plan shall also describe any noise mitigation measures that will be implemented to reduce noise levels.

The Noise Control Plan shall include:

February 8, 2016 Page 109 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

1. A sketch showing the locations of noise sensitive receptors and events, including any additional receptors identified. 2. The type of noise level measurement device that shall be used. 3. Daytime and Nighttime Measurements for Lmax and L10 at Noise Sensitive Receptors. 4. The nature of activities and equipment generating noise, which may affect noise sensitive receptors (such as residential or businesses) in the area. 5. The project construction times of activities generating noise, which may affect noise sensitive receptors in the area. 6. Analysis of predicted daytime and nighttime noise levels. 7. Description of the methods of controlling noise including, but not limited to, alternative hours of operations, proposed noise abatement measures (such as noise barriers), alternative routes for construction vehicles, alternative equipment, screening of stationary equipment, adequate equipment maintenance, etc. 8. Noise monitoring tools and methods. 9. Community coordination plan. 10. Response procedure and actions to be taken for any noise level that exceeds the noise limits or complaints specified in this section. 11. The complaint response and resolution procedures.

Monitoring

The Design-Build Firm shall monitor construction work per the following requirements:

1. Continuous noise level measurements shall be taken at each noise-sensitive receptor lot line and at the Total Project right-of-way line adjacent to and during the construction work. 2. Construction noise measurements shall coincide with daytime and nighttime periods of maximum noise-generating construction activity, and shall be performed during this time. 3. These monitors shall be capable of recording the noise values over a 24-hour period. Noise from emergency signals, emergency vehicles, emergency warning devices, and law enforcement activities (including training) are exempt from the provision of this section.

C. Geotechnical Services:

Driven Pile Foundations for Bridges and Major Structures

The Design-Build Firm shall determine whether the resistance factors used for pile design will be based on static/statnamic load testing. Prepare a TSP for tests other than the Modified Quick Test, such as Osterberg Cell Load Test or Statnamic Load Test. For Osterberg Cell Load Tests use the same loading and unloading intervals, as well as the same loading times specified for the Modified Quick Test. Comply with the instrumentation requirements of 455-2.4. Before the resistance factors for static/statnamic load testing may be used for pile foundations in any of the following areas of the Project, a minimum number of successful load tests must be performed in representative locations of that area:

I-395 Specific Bridge No. Description Minimum No. of Tests & Locations 1 EN Connector 1 test between Station 208+00 to 210+00 2 ES Connector 1 test between Station 917+00 to 920+00 3 SE Connector 1 test between Station 109+00 to 110+00

February 8, 2016 Page 110 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

4 WB Connector 1 test between Station 4035+00 to 4040+00 5W I-395 WB 1 test between Station 2040+00 to 2045+00 6W I-395 EB 1 test between Station 1045+00 to 1047+50 7E EB Connector 1 test between Station 3053+00 to 3060+00 8 I-395 WB (Signature 1 test in the near vicinity of West Pier Span) 9 I-395 EB (Signature 1 test in the near vicinity of East Pier Spain) 14 SR 836 Widening 1 test between Station 1018+00 to 1020+0 End I-395 Specific

MDX Specific The minimum number of tests and their locations for driven pile foundations are tabulated below.

Bridge No. Description Minimum No. of Tests & Locations 870147 SR 836 WB 1 test between Station 1421+00 to 1428+00 870147 SR 836 WB 1 test between Station 1439+00 to 1447+00 870298 SR 836 EB 1 test between Station 1421+00 to 1428+00 870298 SR 836 EB 1 test between Station 1439+00 to 1444+00 870150 SR 836 WB 1 test between Station 1462+00 to 1467+00 870300 SR 836 EB 1 test between Station 1461+00 to 1468+00 870367 836 E-S Connector 1 test between Station 4476+00 to 4480+00 870456 SR 836 EB 1 test between Station 1476+00 to 1484+00 870366 SR 836 WB 1 test between Station 1477+00 to 1483+00 870370 SR 836 E-N Connector 1 test between Station 12482+00 to 12485+00 870363 SR 836 WB Connector 1 test in near vicinity to Station 3478+00 870724 Ramp L 1 test in near vicinity to Station 7495+00 16 SR 836 EB Connector 1 test between Station 2407+00 to 2409+00 SR 836 EB 17 Connector 3 test between Station 9455+00 to 9470+00 18 Ramp I 1 test between Station 4470+00 to 4472+00 19 SR 836 EB Connector 1 test between Station 2430+00 to 2436+00 SR 836 EB 20 Connector 2 test between Station 2436+00 to 2448+00 21 Ramp J 2 test between Station 7480+00 to 7490+00 22 Ramp M 1 test between Station 6442+00 to 6448+00 23 SR 836 WB Connector 1 test between Station 3442+00 to 3448+00 SR 836 WB 24 Connector 1 test between Station 3454+00 to 3468+00 End MDX Specific

The Design-Build Firm shall be responsible for the following: 1. Selection of pile type and size. 2. Selection of test pile lengths, locations and quantity of test piles. 3. Selection of pile testing methods. 4. Determining the frequency of such testing unless otherwise stated herein. 5. Performance of the selected test pile program, including dynamic load test personnel and equipment. The Department may observe the installation of test piles and all pile testing.

February 8, 2016 Page 111 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

6. Preparing and submitting a Pile Installation Plan for the Department’s acceptance. 7. Selection of production pile lengths. 8. Development of the driving criteria. 9. Driving piles to the required capacity and minimum penetration depth. 10. Inspecting and Recording the pile driving information. 11. Submitting Foundation Certification Packages. 12. Providing safe access, and cooperating with the Department in verification of the piles, both during construction and after submittal of the certification package.

Drilled Shaft Foundations for Bridges and Miscellaneous Structures

The Design-Build Firm shall determine whether the resistance factors used for drilled shaft design will be based on static/statnamic load testing. Prepare a TSP for tests other than the Modified Quick Test, such as Osterberg Cell Load Test or Statnamic Load Test. For Osterberg Cell Load Tests use the same loading and unloading intervals, as well as the same loading times specified for the Modified Quick Test. Comply with the instrumentation requirements of 455-2.4. Before the resistance factors for static/statnamic load testing may be used for drilled shafts in any of the following areas of the Project, a minimum number of successful load tests must be performed in representative locations of that area:

I-395 Specific Bridge No. Description Minimum No. of Tests & Locations 1 EN Connector 1 test between Station 208+00 to 210+00 2 ES Connector 1 test between Station 917+00 to 920+00 3 SE Connector 1 test between Station 109+00 to 110+00 4 WB Connector 1 test between Station 4035+00 to 4040+00 5W I-395 WB 1 test between Station 2040+00 to 2045+00 6W I-395 EB 1 test between Station 1045+00 to 1047+50 7E EB Connector 1 test between Station 3053+00 to 3060+00 8 I-395 WB (Signature 1 test in the near vicinity of West Pier Span) 9 I-395 EB (Signature 1 test in the near vicinity of East Pier Spain) 14 SR 836 Widening 1 test between Station 1018+00 to 1020+0 End I-395 Specific

MDX Specific The minimum number of tests and their locations for drill shaft foundations are tabulated below.

Bridge No. Description Minimum No. of Tests & Locations 870147 SR 836 WB 1 test between Station 1421+00 to 1433+00 870147 SR 836 WB 1 test between Station 1439+00 to 1447+00 870298 SR 836 EB 1 test between Station 1421+00 to 1430+00 870298 SR 836 EB 1 test between Station 1439+00 to 1444+00 870150 SR 836 WB 1 test between Station 1462+00 to 1467+00 870300 SR 836 EB 1 test between Station1461+00 to 1468+00 870367 SR 836 E-S Connector 1 test between Station 4476+00 to 4480+00 870456 SR 836 EB 1 test between Station 1476+00 to 1484+00 870366 SR 836 WB 1 test between Station 1477+00 to 1483+00

February 8, 2016 Page 112 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

870370 SR 836 E-N Connector 1 test between Station 12482+00 to 12485+00 870363 SR 836 WB Connector 1 test in near vicinity to Station 3478+00 870724 Ramp L 1 test in near vicinity to Station 7495+00 16 SR 836 EB Connector 1 test between Station 2407+00 to 2409+00 17 SR 836 EB Connector 3 test between Station 9455+00 to 9470+00 18 Ramp I 1 test between Station 4470+00 to 4472+00 19 SR 836 EB Connector 1 test between Station 2430+00 to 2436+00 20 SR 836 EB Connector 2 test between Station 2436+00 to 2448+00 21 Ramp J 2 test between Station 7480+00 to 7490+00 22 Ramp M 1 test between Station 6442+00 to 6448+00 23 SR 836 WB Connector 1 test between Station 3442+00 to 3448+00 24 SR 836 WB Connector 1 test between Station 3454+00 to 3468+00 End MDX Specific

The Design-Build Firm shall be responsible for the following:

1. Evaluating geotechnical conditions to determine the drilled shaft diameter and length and construction methods to be used. 2. Performing the subsurface investigation and drilling pilot holes prior to establishing the drilled shaft tip elevations and socket requirements. For redundant drilled shaft bridge foundations, perform at least one test boring in accordance with the Soils and Foundations Handbook at each bent/pier. 3. Determining the locations of the load test shafts and the types of tests that will be performed. 4. Performing pilot borings for test holes (also known as test shafts or method shafts) and load test shafts and providing the results to the Department at least one (1) working day before beginning construction of these shafts. 5. Preparing and submitting a Drilled Shaft Installation Plan for the Department’s acceptance. 6. Constructing the method shaft (test hole) and load test shafts successfully and conducting integrity tests on these shafts. 7. Providing all personnel and equipment to perform a load test program on the load test shafts. 8. Determining the production shaft lengths. 9. Documenting and providing a report that includes all load test shaft data, analysis, and recommendations to the Department. 10. Constructing all drilled shafts to the required tip elevation and socket requirement in accordance with the specifications. 11. Inspecting and documenting the construction of all drilled shafts in accordance with the specifications. 12. Performing Cross-Hole Sonic Logging (CSL) or Thermal Integrity tests on all non- redundant drilled shafts supporting bridges. For redundant drilled shaft bridge foundations and drilled shafts for miscellaneous structures, perform CSL or Thermal Integrity testing on any shaft suspected of containing defects. 13. Repairing all detected defects and conducting post repair integrity testing using 3D tomographic imaging and gamma-gamma density logging. 14. Submitting Foundation Certification Packages in accordance with the specifications. 15. Providing safe access, and cooperating with the Department in verification of the drilled shafts, both during construction and after submittal of the certification package.

February 8, 2016 Page 113 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Spread Footings Foundations

The Design-Build Firm shall be responsible for the following: 1. Evaluating geotechnical conditions and designing the spread footing. 2. Constructing the spread footing to the required footing elevation, at the required soil or rock material, and at the required compaction levels, in accordance with the specifications. 3. Inspecting and documenting the spread footing construction. 4. Submitting Foundation Certification Packages in accordance with the specifications. 5. Providing safe access, and cooperating with the Department in verification of the spread footing, both during construction and after submittal of the certification package.

MDX Specific

Protection of Existing Structures

Driven Pile Foundations shall not be permitted within the Grove Park Historic District for the following structures:

. Bridge No. 870147 and 870298, SR 836 from approximately Station 1428+00 to Station 1433+00

Resistance factors for the design of alternative foundations systems will need to be based on the results of at least two static load tests.

Because the as-built plans and pile driving records for the existing foundations of the above-referenced bridges are not available, the existing pile lengths are considered unknown foundations. Therefore, before re-using any of the existing pile foundations, the Design-Build Firm shall be responsible for selecting appropriate testing methods and techniques to confirm the lengths of the existing piles and to evaluate if the existing foundations have any additional capacities. Adding additional loads on the existing foundations without strengthening or performing foundation capacity retrofitting will not be allowed. End MDX Specific

D. Utility Coordination:

1. General

Except for the two paragraphs below, for the Department Contract, the Department shall determine eligibility and be the approval authority for any claims for utility reimbursable work. The Design-Build Firm’s Utility Coordinator will be responsible for the initial review of any such claims before forwarding them to the Department. Except for the two paragraphs below, any approved UAO reimbursement claims will be paid directly by the Department. Except for the two paragraphs below, for the MDX Contract, MDX shall determine eligibility and be the approval authority for any claims for utility reimbursable work. The Design-Build Firm’s Utility Coordinator will be responsible for the initial review of any such claims before forwarding them to MDX. Except for the two paragraphs below, any approved UAO reimbursement claims will be paid directly by MDX.

The Design-Build Firm understand and agrees that the Preliminary Utility Work Schedules are based on the Department’s and MDX’s Concept Plans. The Design-Build Firm may request the UAO to be relocated to accommodate changes from the Concept Plans; however, these relocations require the Department’s approval and the Design-Build Firm shall pay the UAO for any UAO work not identified in the Preliminary

February 8, 2016 Page 114 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Utility Work Schedule, unless the change is requested by the UAO. If the change is requested by the UAO, any additional cost to be charged to the UAO by the Design-Build Firm relating to the change shall be agreed to prior to acceptance of the change.

The Design-Build Firm shall obtain an agreement from the UAO which outlines the changes to the UAO work identified in the Preliminary Utility Work Schedule. The agreement shall address the Design-Build Firm's obligation to compensate the UAO for any UAO work not identified in the Preliminary Utility Work Schedule resulting from changes to the Concept Plans. Notwithstanding the first paragraph above, the Department and MDX shall not compensate or reimburse the Design-Build Firm for any cost of such UAO work. The Department and MDX shall not be liable for any time delays caused by a change in scope of the UAO work identified in the Preliminary Utility Work Schedule.

The relocation agreements, plans, work schedules and permit application are to be forwarded to the Department for review. The Department will only review the documents and will not sign them. Once reviewed, the utility permit application will be forwarded to the District Maintenance office for processing.

The Design-Build Firm shall make every attempt to design around existing utilities and minimize impacts. Any potential utility conflict shall be physically exposed and/or verified both vertically and horizontally prior to any excavation. Plans shall be provided to the Department showing existing and proposed utility locations and their relationship to the proposed construction.

1. Utility Adjustment Work

The Design-Build Firm is responsible to resolve all utility conflict locations with each of the utility companies. Utility adjustment work shall occur during the Department Contract and is contingent upon the final design presented by the Design-Build Firm to the Department and the UAO for acceptance. Preliminary Utility Work Schedules shall serve as a guide for the Design-Build Firm in developing their construction schedule. The Preliminary Utility Work Schedules contain the estimated time required by the UAO to perform relocations impacted by the design as shown in the Concept Plans. It therefore becomes the Design-Build Firm’s liability for all construction delays due to utility conflicts and the Design-Build Firm’s responsibility for any damage done to existing utilities. This includes all relocations and protection during construction. The Design-Build Firm shall ensure the utility adjustment work is properly permitted by the Department or MDX, as appropriate, and complies with the FDOT Utility Accommodation Manual.

2. Water Main and Sanitary Sewer Main Relocation

MDWASD facilities are located within the Project Limits. All equipment and materials used in the construction of MDWASD water and/or wastewater utilities, together with the methods and requirements for the installation of said equipment and materials, shall be in accordance with the Miami-Dade Water and Sewer Department's Design and Construction Standard Specifications and Details, latest edition, as amended. The standards and specifications of MDWASD can be accessed through link below: http://www.miamidade.gov/water/design-construction-standards.asp

The scope of services shall include all professional services, all labor, supervision, quality control, project controls, safety programs, materials, tools, equipment, services, methods and procedures necessary or convenient for the Contractor to fulfill all duties and obligations, which can be reasonably assumed as necessary to fulfill the intent of the project scope and to provide a complete, fully functional and satisfactory Project.

February 8, 2016 Page 115 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Design-Build Firm shall incorporate a Technical Special Provision for the work required to relocate MDWASD facilities within the Project Limits. See Reference Document RD-07.

I-395 Specific The Design-Build Firm shall provide existing conditions investigations, engineering, design, preparation of technical specifications, permitting, construction, testing and commissioning services, and customer contact for the relocation of a MDWASD existing 20-inch water main, and an existing 10-inch and 20-inch sanitary sewer mains, and a new 8-inch water main (MDWASD Work), if MDWSAD accepts the Design- Build Firm’s bid for the MDWASD Work. If MDWASD does not accept the Design-Build Firm’s bid for the MDWASD Work, MDWASD shall perform the MDWASD Work. The design and construction services rendered by the Design-Build Firm in performing the MDWASD Work shall result in a complete, functional, and operable pipe line relocation project. The scope of services shall include, but is not limited to, the following Project elements:

a. Coordinate the design and installation of the new 20-inch water main and the new 20-inch sanitary sewer main in NW 13th Street from the East of NW 1st Avenue to the East of NW Miami Court; the 10-inch sanitary sewer main in NW 1st Avenue from NW 12th Street to NW 13th Street; the new 8- inch water main in NW 2nd Ave. from NW 13th St. to 160 feet north. b. Approximately 520 feet of 20-inch D.I.P. water main, approximately 450 feet of 20-inch D.I.P. sanitary sewer main, and 260 feet of 10-inch D.I.P. sanitary sewer main, 160 feet of D.I.P water main along the route described above, including following items; • Tap an existing 20-inch water main in NW 13th Street just east of NW 1st Avenue; • Tap an existing 20-inch water main in NE 13th Street just east of NW Miami Court. • Design and install seven (7) sanitary manholes. • Tap an existing 20-inch water main in NW 13th Street and NW 2nd Avenue. c. The Design-Build Firm shall design and construct the tapping and connection, and commissioning the new 20-inch, 8-inch water main without any interruption of service to the existing MDWASD customers. d. The Design-Build Firm shall design and construct the cut-in connection of sanitary manholes and 10-inch and 20-inch sanitary main without any interruption of service to the existing MDWASD customers. e. Installation of all required fittings and valves, manholes/vaults, ancillary piping, tapping, utility relocation, temporary bypass, and tie-in connections to facilitate successful construction and commissioning. f. Cut, plug and place existing 20-inch water main, 20-inch and 8-inch sanitary sewer mains out of service. Removal and/or abandoning of existing manholes. g. The Design-Build Firm shall cut, plug and place following additional water and sanitary mains out of service, including removal and/or abandoning existing manholes: i. 400 feet of 6-inch water main in NW 14th Street from NW 3rd Avenue to NW 2nd Avenue; ii. 500 feet of 2-inch water main in NW 2nd Avenue from NW 14th Street to NW 13th Street; iii. 260 feet of 8-inch water main in NW 1st Avenue from NW 12th Street to NW 13th Street; iv. 150 feet of 2-inch water main in NW 12th Street to NW 1st Avenue to the west of NW Miami Court v. 250 feet of 4-inch water main in NW Miami Court from an alley to NE 13th Street; vi. 520 feet of 8-inch water main in NW 12th Street from NE 1st Avenue to NE 2nd Avenue; vii. 520 feet of 12-inch water main in NW 12th Street from NW 2nd Avenue to Biscayne Boulevard; viii. 400 feet of 8-inch sanitary sewer main in NW 14th Street from NW 3rd Avenue to NW 2nd Avenue; ix. 150 feet of 10-inch sanitary sewer main in NW 2nd Avenue, remove/abandon manhole No.

February 8, 2016 Page 116 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

1667, and install a new sewer manhole at the end of sanitary main; x. 260 feet of 10-inch sanitary sewer main in NW 1st Avenue from NW 12th Street to NW 13th Street; xi. 240 feet of 8-inch sanitary sewer main in NW 12th Street from NW 1st Avenue to NW Miami Court; xii. 330 feet of 8-inch sanitary sewer main in NW Miami Court from NW 12th Street to NW 13th Street; xiii. 175 feet of 8-inch sanitary sewer in NE Miami Court from an alley to NE 13th Street; xiv. 450 feet of 8-inch sanitary sewer main in NE 12th Street from NE 1st Avenue to NE 2nd Avenue; xv. 430 feet of 8-inch sanitary sewer main in NE 12th Street from NE 2nd Avenue to Biscayne Boulevard. b. Cleaning, disinfecting and testing of the water main, acquiring necessary approval from permit agencies and placing water main into services. c. The Design-Build Firm shall be responsible for the As-Built Drawing of all water and sewer mains built as part of this project. d. Cleaning and testing of new sanitary sewer main, acquiring necessary approval from permit agencies and placing sewer main into services. e. Reconnect all existing water services and sanitary lateral services. f. Restoration of all areas disturbed by construction activities to conditions equal or better to those before the commencement of work activities.

End I-395 Specific

MDX Specific: The Design-Build Firm shall enter into an agreement with MDWASD through the new customer division for any required relocations and/or adjustments within the MDX Specific project limits for facilities owned by MDWASD which are in conflict with the proposed project improvements. The Design-Build Firm shall design, permit, construct (under MDWASD oversight) and obtain final acceptance for the proposed modifications to the facilities owned by MDWASD.

The Design-Build firm shall include the MDWASD utility/relocation in the bid price for the MDX Contract. END MDX Specific

Reference Documents:

The information provided to the Design-Build Firm as reference documents represents the outcome of prior utility coordination efforts to identify utilities within the Project Limits and anticipated utility conflicts. These include an Existing Utility Master Plan (DGN Format), Conceptual List of Potential Utility Conflicts, and Utility Markup Plans from impacted UAO for each project component. The List of Potential Utility Conflicts is based on preliminary design provided in the Concept Plans. The Design-Build Firm shall be responsible to assess the accuracy/completeness of the available data from the provided List of Potential Utility Conflicts. The Design-Build Firm is responsible for updating the List of Potential Utility Conflicts based on actual construction documentation, activities and field conditions.

I-395 and I-95 Specific See Reference Documents RD-07 and RD-0795. End I-395 and I-95 Specific

February 8, 2016 Page 117 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

MDX Specific The ATT duct bank on the south side of SR 836, west of the Miami River, shall remain. Refer to Reference Document MDXRD-06. End MDX Specific

i. Utility Coordination Personnel

The Design-Build Firm shall utilize a single dedicated person responsible for managing all utility coordination. This person shall be contractually referred to as the Utility Coordination Manager and shall be identified in the Design-Build Firm’s proposal. The Design-Build Firm shall notify the Department in writing of any change in the identity of the Utility Coordination Manager. The Utility Coordination Manager shall have the following knowledge, skills, and abilities:

1. A minimum of 4 years of experience performing utility coordination in accordance with Department standards, policies, and procedures; 2. Knowledge of the Department plans production process and utility coordination practices; and 3. Knowledge of Department agreements, standards, policies, and procedures.

The Design-Build Firm’s Utility Coordination Manager shall be responsible for managing all utility coordination, including, but not limited to, the following:

1. Ensuring that all utility coordination and activities are conducted in accordance with the requirements of the Contract Documents. 2. Identifying all existing utilities and coordinating any new installations. 3. Reviewing proposed utility permit application packages and recommending approval/disapproval of each permit application based on the compatibility of the permit as related to the Design-Build Firm’s plans. 4. Scheduling and attending utility meetings, preparing and distributing minutes of all utility meetings, and ensuring expedient follow-up on all unresolved issues. 5. Distributing all plans, List of Potential Utility Conflicts and changes to affected Utility Agency/Owners and making sure this information is properly coordinated. 6. Identifying and coordinating the execution and performance under any agreement that is required for any utility work needed in with the Design-Build Project. 7. Preparing, reviewing, approving, signing, coordinating the implementation of and submitting to the Department for review, all Utility Agreements. 8. Resolving utility conflicts. 9. Obtaining and maintaining all appropriate Sunshine 811 tickets. 10. Performing Constructability Reviews of plans prior to construction activities with regard to the installation, removal, temporary removal, de-energizing, deactivation, relocation, or adjustment of utilities. 11. Providing periodic Project updates to the Department Project Manager and District Utility Group as requested. 12. Coordination with the Department on any issues that arise concerning reimbursement of utility work costs.

Contact Information:

The following UAOs/firms have been identified by the Department as having facilities within the Project

February 8, 2016 Page 118 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Limits that the Department contemplates an adjustment, protection, or relocation may be required.

Table A. Summary of UAO having facilities within the Project Limits

Utility Type/ Phone UAO Contact Person E-Mail Facility Type Number Leonard leonard_maxwell- (954) 447- Comcast Cable Maxwell- [email protected] 8405 Newbold (305) 442- FP&L Distribution Electric Karen Lund [email protected] 5290 FP&L (Transmission/ (561) 904- Electric George Beck [email protected] Substation) 3604 Florida Gas Transmission (407) 838- Gas Joseph Sanchez [email protected] Company (Comply 7171 with Attachment A-05) Teco People Gas- (954) 453- Gas Alex Roche [email protected] South Florida 0811 Telephone/ (305) 222- AT&T Distribution Steve Low Communications 8745 [email protected]

Telephone/ (954) 422- Fiberlight, LLC. Troy Gaeta [email protected] Communications 5618

Telephone/ (305) 552- FP&L Fibernet Danny Haskett [email protected] Communications 2931 Hotwire Telephone/ (954) 628- Phil Gallub [email protected] Communications Communications 7022 David J. Morris (954) 217- Level 3 (Including Telephone/ Nickey 6754 [email protected] Global Crossing Communications Worthington (720) 888- [email protected] Telecommunications) 0336 Miami-Dade Telephone/ (305) 275- Enterprise Technology Frank L. Dopico [email protected] Communications 7813 Services Qwest Telephone/ (813) 630- Mike Fitzgerald [email protected] Communications Communications 2605 (321)287- Mark D. Telephone/ 9942 [email protected] Sprint (Nextel) Caldwell Communications (352) 409- [email protected] Jon Baker 5095 (813) 740- Telephone/ Bryan Lantz 1231 [email protected] Verizon (MCI) Communications John McNeil (863) 965- [email protected] 6438

February 8, 2016 Page 119 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Telephone/ Anthony (305) 356- XO Communications [email protected] Communications Kowaleski 3160 (786) 268- MDWSD Water and Sewer Patrick Chong [email protected] 5255

I-95 Specific In addition to Table A, the I-95 Corridor includes the following firm:

Table A-2. Additional facilities within I-95 Project Limits.

UAO Utility Type/ Contact Person Phone Number Email Facility Type Telephone/ Crown Castle Communications Randy Oliver (724) 416- [email protected] 2725

End I-95 Specific

MDX Specific In addition to Table A, the MDX Facility includes the following UAO:

Table A-3. Additional UAO having facilities within MDX Project Limits.

UAO Utility Type/ Contact Phone Number Email Facility Type Person

Atlantic Cable/ Edwin (305) 861-8069 [email protected] Broadband Communications Zambrana Ext. 5411

End MDX Specific

Location of Existing Utilities:

The Design-Build Firm shall verify the locations of UAO facilities within the Total Project by Subsurface Utility Engineering, as necessary. Although the Concept Plans depict utility locations, actual locations are uncertain. The Design-Build Firm shall contact Sunshine 811 (sunshine811.com) and coordinate with each UAO prior to any and all work impacting utilities.

E. Roadway Plans:

General:

The Design-Build Firm shall prepare the Roadway Plans Package. This work effort includes the roadway design and drainage analysis needed to prepare a complete set of Roadway Plans, Traffic Control Plans, Environmental Permits and other necessary documents.

February 8, 2016 Page 120 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Concept Plans have been developed to illustrate the work required for the Total Project. The Design- Build Firm may make use of the design in the Concept Plans as a starting point for the design. However, the Design-Build Firm is not limited to only the work identified in the Concept Plans but must stay within the constraints of the Department Commitments and the requirements of the RFP.

I-395 Specific As depicted in Reference Document RD-01. End I-395 Specific

I-95 Specific As depicted in Reference Document RD-0195. End I-95 Specific

MDX Specific As depicted in Reference Document MDXRD-01. End MDX Specific

I-395 Specific

As part of the I-395 Reconstruction project improvements to the surface streets in the area under and adjacent to I-395 will also be included. The improvements vary by street and are described below. With the exception of Biscayne Blvd. (US-1), which is maintained by the Department, the streets are all owned and maintained by local agencies, either Miami-Dade County or the City of Miami. The Design-Build Firm shall obtain approval from the agency having jurisdiction for each roadway for all work proposed. Within the limits of the surface street improvements, regardless of the work proposed, correct all existing pedestrian facility ADA deficiencies including sidewalks, curb ramps, pedestrian signals, etc. Any damaged sidewalk or curb, as well as the damage caused during construction, shall be repaired by the Design-Build Firm.

Pavement design shall be in accordance with Attachment A-17.

Milling and Resurfacing

The Design-Build Firm shall mill and resurface the existing pavement per the standards of the agency having jurisdiction over the roadway to extend the pavement life and restore any damage due to construction and equipment. In addition to milling and resurfacing correct ADA issues, repair damaged sidewalk and replace signing and pavement markings. The following table identifies surfaces streets to be milled and resurfaced:

Begin End Street Name Work Type Station Station Notes

NW 14th Street Milling and Resurfacing 41+80.00 54+11.11

NW 14th Terrace Milling and Resurfacing 60+00.00 64+05.95

NW 3rd Avenue Milling and Resurfacing 14+13.10 20+16.86

NW 2nd Court Milling and Resurfacing 30+13.39 34+63.64

February 8, 2016 Page 121 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

NW 13th Street Milling and Resurfacing 28+66.79 33+15.87

NW 1st Place Milling and Resurfacing 73+33.88 78+28.16

NW 1st Court Milling and Resurfacing 93+00.00 98+32.02

N Miami Avenue Milling and Resurfacing 171+04.58 178+58.71

NE 1st Avenue Milling and Resurfacing 210+17.55 212+00.00

NE Miami Court Milling and Resurfacing 193+14.77 195+15.00

NE 2nd Avenue Milling and Resurfacing 250+13.42 258+05.15

Biscayne Boulevard Milling and Resurfacing 0+00.00 8+26.98

Widening / Reconstruction / New Construction

Widening and / or reconstruct the surface streets listed below per the standards of the agency having jurisdiction over the roadway and pursuant to the Concept Plans. Within the limits listed below the design build firm shall correct all ADA issues and replace pavement, sidewalk, curb and gutter, drainage system components, lighting, signing & pavement markings and signals.

Begin End Street Name Work Type Station Station Notes

NW 2nd Avenue Reconstruction 50+98.10 58+34.11

NW 13th Street Reconstruction 33+15.87 33+80.58

NW 1st Avenue Milling, Resurfacing and (West) Widening 110+05.91 118+35.70

NW 1st Avenue (East) Reconstruction 100+00.00 110+32.51

NW 13th Street Reconstruction 100+00.00 110+32.51

NE 1st Avenue Reconstruction 212+00.00 218+10.39

NE 13th Street Reconstruction 116+00.00 121+49.83

NE 13th Street Reconstruction 110+74.49 113+01.90

NE Miami Court Cul-de-Sac North of NE 11 Terrace

Milling, Resurfacing and NE 13th Street Widening 121+49.83 129+93.96

February 8, 2016 Page 122 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

NE 13th Street Reconstruction 129+93.96 131+41.06

Ramp E-2 New Construction 753+18.26 762+20.00

NE 11th Terrace New Construction 10+00.00 19+69.25

Milling, Resurfacing and NE 11th Terrace Widening 19+69.25 25+43.19

Improve pedestrian crossing across east Biscayne Boulevard Intersection Modifications leg and modify NB right turn to signalized NE 11th Terrace movement.

Permanent Closures

Remove all components of existing roadways listed below to be taken out of service. Removal shall include removal of pavement, curb and gutter, sidewalk, drainage system components, lighting, signing & pavement markings and signals.

Begin End Street Name Work Type Station Station Notes

NW Miami Court Removal N/A N/A Permanent closure

NW 12th Street Removal N/A N/A Permanent closure

NE Miami Court Removal 190+00.00 192+20.00

NE 12th Street Removal N/A N/A Permanent Closure

Limited access fencing shall be provided per the Department standards along the FECR rail corridor and west of NW 3rd Ave for the midtown interchange. All fencing proposed shall include lockable gates. The Design-Build Firm shall coordinate with the Department for the proposed locations of the fence and gates prior to design and construction. Any proposed fencing shall not violate the ROD. End I-395 Specific

MDX Specific As part of the MDX Project, minor improvements to the surface streets in the area under and adjacent to SR 836 shall also be included. The improvements vary by street but generally involve construction of curb and gutter sections, construction of sidewalk, and milling and resurfacing of the existing pavement to accommodate the proposed columns. Below is a listing of all surface streets identified to have work done as part of this project and a general description of the work proposed. The Design-Build Firm shall obtain approval from the agency having jurisdiction for each roadway for all work proposed. Any damaged sidewalk or curb, as well as the damage caused during construction, shall be repaired.

February 8, 2016 Page 123 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

 NW 15th Avenue – Mill and resurface connection with NW South River Drive to account for proposed sidewalk and pavement marking replacement.  NW South River Drive – Mill and resurface from connection of Eastbound exit ramp from SR-836 to east of NW 15th Avenue and replace sections of sidewalk and curb and gutter to accommodate proposed alignment and location of columns.  NW North River Drive – Mill and resurface within limits of new intersection with westbound exit ramp from SR-836 and replace sections of sidewalk and curb and gutter to accommodate proposed bulb out sections and locations of columns.  NW 13th Avenue – Install bulb out section along southbound parking lane and replace sections of sidewalk to accommodate proposed location of columns.  NW 12th Avenue – Mill and resurface southbound outside lane, replace sections of sidewalk and barrier wall and construct bulb out section at the intersection with NW 12th Street to accommodate proposed location of columns.  NW 12th Street – Mill and resurface transition from proposed bulb out at NW 12th Avenue to existing conditions west of NW 12th Avenue.  NW 10th Avenue – Replace existing sections of sidewalk to accommodate proposed column locations. Mill and resurface north and south of intersection of NW 14th Street to accommodate proposed lane configuration.  NW 14th Street – Widen additional westbound lane from I-95 Southbound exit ramp and replace all pedestrian ramps at intersection with NW 10th Avenue. Remove existing sidewalk along north side of NW 14th Street from I-95 Southbound exit ramp to existing pedestrian ramp west of NW 8th Court. Mill and resurface from west of NW 10th Avenue to west of NW 8th Court.  NW 7th Avenue – Reconfigure entrance for existing Corrections Facility on east side of NW 7th Avenue north of NW 14th Street.

Fencing Limited Access Fence – All limited access fencing shall be replaced within MDX right-of-way in general conformance with the Conceptual Fencing Layout - Reference Document MDXRD-01. The Design-Build Firm shall coordinate with MDX for the proposed locations of the fence and gates prior to design and construction.

Other Fence Locations - All fencing and gates impacted by the construction within the women's correction facility shall be replaced in kind and shall be coordinated with the Department of Corrections prior to design and construction.

Parking

Lot 1 and 2 For the Courthouse Parking (Lot 1) and the Jury Parking (Lot 2), the design-build firm shall maintain the minimum number of parking stalls as shown for the final condition as shown in the proposed condition on reference document MDXRD-01.

Lot 1 - 478 standard parking stalls and 10 handicap stalls. Lot 2 - 137 standard parking stalls and 7 handicap stalls.

The Design-Build Firm shall design and construct the impacted parking lots as per the City of Miami Department of Public Works Minimum Design Standards for Parking and in general conformance with the conceptual design shown on Reference Document MDXRD-01. This includes, but not limited to, pavement, drainage, lighting, curbs, concrete islands and pavement markings required to provide the final

February 8, 2016 Page 124 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 parking configuration. The entrance booth and gates and the guardhouse shall be as per the Miami Parking Authority's direction for the Courthouse Parking and as per the Miami-Dade County Public Works for the Jury Parking. The Design-Build Firm shall coordinate with the both agencies and with MDX prior to and during design and construction. The Design-Build Firm shall obtain any required permits.

The Design-Build Firm shall design and construct a supplemental parking lot within the infield area of the loop ramp at NW 12th Avenue and NW 11th Street used to supplement parking for parking Lots 1, 2, and 5. The supplemental parking layout shall include but not limited to payment booths/gates, guardhouse, temporary drainage, and sheet pile. - Temporary pavement using 2” HMA surface on a compacted subgrade shall be provided. The Design-Build Firm shall grade to drain and maintain. Parking bumpers shall be used to delineate the parking stalls. The payment booths/gates, guardhouse, and parking bumpers shall be removed after Lots 1 and 2 are constructed.

Lot 5 For the Attorney General Parking (Lot 5), restore the parking spaces impacted during construction. Protect the proposed pier by adding a raised curb around the area of the pier.

Lot 3 The Design-Build Firm shall provide the entrance along NW 10th Avenue in general conformance with the parking exhibit found under MDXRD-01. The widening of SR 836 and the SR 836 EB Connector pier shall not preclude access. Resurface/Restripe parking layout and provide lighting, signing, fencing, and raised concrete islands in general conformance with the parking exhibit and in coordination with MDX. The gate and electronic equipment such as loops, detectors, and sensors are to be provided by others and not part of this Contract.

Lot 4 The Design-Build Firm shall coordinate with the Department of Corrections for the parking facility (Lot 4) adjacent to women's detention center prior to and during design and construction. All fencing, gates, pavement, drainage, lighting, and pavement markings impacted by the construction shall be replaced. The parking stalls permanently impacted by the proposed construction (pier locations) are not required to be replaced. The fencing shall be as per the Department of Corrections direction (including barbwire, gates, and height of fence). There are existing features that shall remain including but not limited to sheds, electrical equipment, and security equipment.

The Design-Build Firm shall maintain the existing layout and circulation pattern of Lot 4. The existing entrance along NW 7th Avenue is to be shifted to accommodate the proposed SR 836 EB piers. The SR 836 EB widening shall use straddle bends to allow the proposed entrance location as shown on the structural MDX Concept Plans and the conceptual parking layouts (MDXRD-01).

The Design-Build Firm shall design and construct a supplemental parking lot within the area located at the northwest quadrant of NW 7th Avenue and NW 14th Street for the use by the Department of Corrections during the construction activities within Lot 4. The contractor shall scrape away the top soil to a depth of 9 inches, lightly compact the surface, place 9 inches of #5 course aggregate, spread 3 inches of #8 to fill in the top void, and finish with vibratory plate compacting the surface. Parking bumpers shall be used to delineate the parking stalls.

Design Analysis:

The Design-Build Firm shall develop and submit a signed and sealed Typical Section Package and Drainage Analysis Report for review and concurrence by the Department and FHWA on Federal Aid Oversights

February 8, 2016 Page 125 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Project. If the final design requires a modification, revision, or addition to these packages, then the Design- Build Firm shall develop and submit their own signed and sealed copies of the applicable documents for review and concurrence by the Department and FHWA, on this Federal Aid Oversights Projects. Although a Pavement Design Package has also been provided, the Design-Build Firm shall develop and submit their own signed and sealed copy of the Final Pavement Design Package for review and concurrence by the Department and FHWA for this Federal Aid Oversights Projects.

The Design-Build’s signed and sealed Typical Section Package, Pavement Design Package, Design Exceptions/Design Variations shall be in accordance with the Department PPM.

I-395 Specific The following documents have been provided by the Department and shall be used by the Design-Build Firm in the development of the pavement design:

 Attachment No. 20 - FDOT AADT Traffic Data and Equivalent Single Axle Loading (ESAL) values  Attachment No. 21 - Resilient Modulus Recommendations and LBR

Use of the Mechanistic-Empirical Pavement Design Guide (MEPDG) for pavement design shall not be allowed.

The minimum number of lanes required is shown in Attachment A-33. End I-395 Specific

MDX Specific The following documents have been provided by the Department and shall be used by the Design-Build Firm in the development of the pavement design:

 Attachment No. MDXA-13 -18 Kip ESAL Report and Traffic Model Data. End MDX Specific

1. Drainage Analysis:

The Design-Build Firm must coordinate with the District Drainage Design Engineer to comply with the Conceptual Drainage Plans and the Stormwater Management Report. These documents established the basis of the proposed drainage solutions at a planning level and focused on the water quality treatment and the final disposal of the stormwater runoff generated by the project area. The Design-Build Firm shall be responsible for the final design of the drainage and stormwater management systems. All design work shall be in compliance with the latest edition of the Department’s Drainage Manual; the Department District Six Drainage Guidelines; Florida Administrative Code, Chapter 14-86; Federal Aid Policy Guide, 23 CFR 650A; and the requirements of the regulatory agencies, such as the South Florida Water Management District (SFWMD), the Miami-Dade County Department of Regulatory and Economic Resources (DRER), the City of Miami Public Works and the Miami-Dade County Department of Public Works and Waste Management (MDPW). This project requires coordination with and approval by the City of Miami Public Works Department (MPW) since the proposed systems interconnect with MPW systems. This work will include the engineering analysis necessary to design any or all of the following: cross drains, outfalls, French drains, drainage wells, roadway ditches, outfall ditches, storm sewers, retention/detention facilities, interchange drainage, pump stations and water management facilities, and other drainage systems and elements of systems as required for a complete analysis. Full coordination with all permitting and

February 8, 2016 Page 126 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 environmental agencies, the district Environmental Permits section and Drainage Design section will be required from the outset. Full documentation of all meetings and decisions are to be submitted to the District Drainage Design section. These activities and submittals should be coordinated through the Department’s Project Manager.

The exact number of drainage basins, drainage wells, outfalls, pump stations and water management facilities (French drains, retention/detention areas, weirs, etc.) will be the Design-Build Firm’s responsibility.

The objective is to obtain approved stormwater treatment/attenuation design. This service shall include, but is not limited to the following.

The Design-Build Firm shall be completely familiar with all existing permits for the project. The Department has secured a Conceptual ERP based on the conceptual design that the Design-Build Firm shall modify as the final design is developed. The Design-Build Firm shall obtain the final approval of the ERP and all additional permits required from the South Florida Water Management District (SFWMD) by meeting water quality and attenuation design criteria. The Design-Build Firm shall provide flood protection in accordance with the Department criteria.

Perform design and generate construction plans documenting the permitted systems function to criteria. New trench drains are not allowed.

I-395 Specific The proposed drainage system consists of catch basins, bridge scuppers, and storm drains of various diameters collecting runoff from the I-395 highway and its adjacent local roads and parcels. The conceptual design to collect and dispose the runoff consists of wells and pump stations located under the highway, as shown in the Stormwater Management Report provided under Reference Document RD-01. End I-395 Specific

I-95 Specific The existing drainage system consists of catch basins, bridge scuppers, and storm drains of various diameters collecting runoff from I-95 and associated ramps. The conceptual design consists only of replacing damaged inlet grates as shown in the Drainage Report and indicated in the Roadway Conceptual Plans provided under Reference Document RD-0195 and as listed below. In addition, the Project scope of work shall include cleaning and desilting of the I-95 drainage system as shown in the Drainage Report and indicated in the Roadway Conceptual Plans provided under Reference Document RD-0195.

Replace Drainage Grates Structure No. Station 5 26+33.72 39 41+59.60 41 39+65.00 43 39+67.68 44 39+67.95 45 44+60.14 46A 45+34.39 66 60+49.96 83 71+99.70 84 119+59.51

February 8, 2016 Page 127 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

End I-95 Specific

I-395, I-95, and SR 836 WB Connector Specific The Design-Build Firm shall verify that all existing cross drains and storm sewers that are to remain have adequate hydraulic capacity and design life. Flood flow requirements will be determined in accordance with the Department’s procedures. If any of these existing cross drains or storm sewers are found to be hydraulically inadequate or found to have insufficient design life, they must be replaced or supplemented in accordance with the drainage requirements of this RFP. If any existing cross drains or storm sewers require repairs but otherwise would have sufficient remaining design life, repairs shall be made in accordance with the requirements of this RFP. End I-395, I-95, and SR 836 WB Connector Specific

MDX Specific The proposed drainage system consists of catch basins, bridge scuppers, French drains, culverts and storm drains of various diameters collecting runoff from the SR 836 highway and its adjacent local roads and parcels. The conceptual design provides overflow points to the local drainage systems that belong to the City of Miami. The proposed final design shall not impact the conveyance capacity of these systems. Any new connection or rerouting of these systems shall be coordinated with the City of Miami, or legal entities having jurisdiction.

The Design-Build Firm shall desilt all existing pipes to remain in place. Existing outfall main pipes shall be cleaned/desilted from the connection to the discharge points. Existing drainage wells shall be cleaned. Outfall pipes to canals/rivers shall be fitted with manatee grates.

One system of particular importance is located underneath the SR-836 Bridge in a property used as a parking lot which is bounded by NW North River Drive, NW 12th Street, and NW 12th Avenue. This parking lot must remain operational during the construction phases, and the numbers of available parking spaces shall be maximized to the possible extent within the unaffected construction areas. Construction of the final conveyance system for the parking lot, as well as the grading shall be phased to minimize impact on the amount of available parking spaces.

Another critical system is the detention wet ponds located within the I-95/SR-836 Interchange. These ponds are not stage controlled and are receiving runoff from an existing City of Miami pump station located at the North East corner of the Interchange. The existing outlet located at the south east pond, as well as the connecting channel and culvert linking the south west pond and the north pond shall remain operational and free of obstructions since any rise in water level might affect the City of Miami Overtown Neighborhood. The conceptual design to collect and dispose the runoff consists of catch basins, detention swales, French drains, dry and wet detention ponds as shown in the Stormwater Management Report provided under Reference Document MDXRD-01. End MDX Specific

For streets that will be milled and resurfaced as identified in the conceptual Roadway Plans, the Design- Build Team shall clean/desilt all storm drains and drainage structures and replace all inlet tops. Inlet tops that are in good conditions may remain if approved by the Department.

For streets that will be reconstructed, a new drainage system will be required. Drainage design of the new drainage systems on roads that belongs to the City of Miami shall be done as per the City of Miami drainage design criteria as depicted in the Stormwater Management Report. In addition, all drainage work on surface streets will be per City of Miami Standards, which can be accessed through link below:

February 8, 2016 Page 128 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

http://www.miamigov.com/publicworks/docs/pdfs/EngineeringStandards.pdf

The Design-Build Firm shall incorporate features into the drainage design that minimize long-term maintenance. New Trench Drains shall not be allowed.

The Design-Build Firm will consider optional culvert materials in accordance with the Department’s Drainage Manual Criteria.

Prior to proceeding with the Drainage Design, the Design-Build Firm shall meet with the District Drainage Engineer. The purpose of this meeting is to provide information to the Design-Build Firm that will better coordinate the Preliminary and Final Drainage Design efforts. This meeting is mandatory and is to occur fifteen (15) calendar days (excluding weekends and Department observed holidays) prior to any submittals containing drainage components.

The Design-Build Firm shall provide the Department’s District Drainage Design Engineer a signed and sealed Drainage Design Report. It shall be an As-Built Plan of all drainage computations, both hydrologic and hydraulic as required by the FDOT Drainage Manual. The Design-Build Firm shall include all necessary support data. The Design-Build Firm shall provide the Department’s Drainage section a PDF of drainage report(s), and all related electronic drainage files.

The Design-Build Firm must coordinate with the District Landscape Architect to comply with Aesthetics Manual.

Begin I-395/I-95 Specific The drainage system shall be independently designed based on the owner of the Right-of-Way in which each is being built in. Drainage systems proposed outside of the FDOT Right-of-Way shall not be connected to drainage systems proposed inside the FDOT Right-of-Way. Existing drainage systems shall be modified as part of this project to ensure the above requirements are met.

All local street drainage should be connected to the remaining local street drainage. The local street drainage shall not be connected to the Limited Access drainage. End 1-395/I-95 Specific

Design Exceptions/Variations

The Design-Build Firm may use the design exceptions and variations approved for this project that are included in Attachments A-11, A-1095, and MDXA-03. These are site specific and therefore the Design- Build Firm is required to submit and obtain approval of all new exceptions and variations for the project, including modifications if necessary, to those previously approved by the Department. The Design-Build Firm is encouraged to eliminate as many identified design variations/exceptions during refinement of geometry. F. Railroad/Transit Accommodations

I-395 Specific As described in the Concept Plans, there are five new bridges over the FECR tracks. The MDT Metromover Bridge will require modification where it crosses I-395. See Attachment A-16 for FECR Requirements. End I-395 Specific

February 8, 2016 Page 129 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

I-95 Specific As described in the Concept Plans, railing retrofit modifications are required on two bridges (870454, 870477) over the MDT railway tracks. End I-95 Specific

MDX Specific As described in the Concept Plans, there is one new westbound C-D bridge over the MDT Metrorail and one new eastbound C-D road under the MDT Metrorail. The minimum vertical clearance shall be 16 ft. between the westbound C-D Bridge and the MDT Metrorail. End MDX Specific

FECR and MDT properties disturbed during construction, other than the approved modification to the Metromover Bridge, shall be fully restored to the original grade and elevation, all at the cost of the Design- Build Firm. The Design-Build Firm shall make all reasonable attempts to avoid impact to any utilities which are found in the FECR or MDT rail corridors, especially those found to be in close proximity to proposed construction activities, except for the approved modifications to the Metromover Bridge where it crosses the Project.

1. Florida East Coast Railway (FECR)

For design and construction of the bridges over FECR tracks, the Design-Build Firm shall adhere to the FECR Requirements and any additional requirements found in the agreement established between the Department and FECR. The minimum vertical clearance within the FECR full right-of-way shall be 23’- 6”. No appurtenances shall encroach into this vertical clearance.

2. Miami-Dade Transit

I-395 Specific Design and reconstruction of the Metromover Bridge that crosses over I-395 approximately 600 feet to the east of the Signature Bridge is required, as depicted in in RD-01. The Metromover Bridge has an existing pier located within the eastbound lane. The Design-Build Firm will develop plans to support the existing span without reduction in vertical clearance. The final design will not reduce the rideability of the existing facility by increasing deflection and vibrations. The Design-Build Firm will secure approval from MDT prior to start of work. The Design-Builder, as part of the final design and sequence of construction, must consider a stability testing period for the retrofit work prior to the removal of the existing pier.

For design and construction on the MDT facility or adjacent to it, the Design-Build Firm shall adhere to the latest addition of the MDT Adjacent Construction Safety Manual, the edition available at the time of this RFP, dated November 2011, is provided as Attachment A-13. Any work occurring over or adjacent to the Transit facility shall be coordinated with MDT prior to construction activities in this area as the work may require involvement from MDT personnel. The 30-ft. MDT safety zone may or may not fall within MDT right-of-way but must be adhered to in either case. Close and continuous coordination with MDT is required when near or within MDT right-of-way.

The Design-Build Firm shall coordinate all improvements associated with the Metromover Bridge pier removal with the planned Beach Corridor project. The Design-Build Firm shall be responsible to ensure that any improvements within MDT’s right-of-way do not preclude the future construction of the Beach Corridor envelope within this area.

February 8, 2016 Page 130 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

End I-395 Specific

MDX Specific For the MDX specific work, see Reference Document MDXRD-02.

For design and construction on the MDT facility or adjacent to it, the Design-Build Firm shall adhere to the latest addition of the MDT Adjacent Construction Safety Manual, the edition available at the time of this RFP, dated November 2011, is provided as Attachment A-13. End MDX Specific

G. Geometric Design:

The Design-Build Firm shall make use of the Concept Design documents included as Reference Documents as a general basis for the design. The Design-Build Firm shall be solely responsible for the development of a design that meets all applicable standards and criteria.

The Design-Build Firm shall adhere to the number of lanes and configurations for all roadways, auxiliary lanes, acceleration and deceleration lanes, and ramps as depicted in the Concept Plans. No reduction in the number of ingress and egress points shall be permitted as compared to the Concept Plans.

The geometric design developed by the Design-Build Firm shall be an engineering solution that is not merely an adherence to the minimum AASHTO and/or Department standards. The sequence of ramp entrances and exits, and associated merge and diverge movements as depicted in the Concept Plans shall be maintained, unless approved through the ATC process. The Design-Build Firm shall follow the AASHTO recommended minimum ramp terminal spacing for entrance and exit conditions regardless of the side of the roadway that the succession of ramp connections occur.

Design Speed

I-395 Specific A design speed of 60 mph shall be used for I-395 Mainline, 50 mph for the Eastbound and Westbound Connectors. Minimum design speeds for individual ramps and local streets are shown in the Typical Section Package contained in Attachment A-10 and shall not be changed by the Design-Build Firm. End I-395 Specific

I-95 Specific A design speed of 60 mph shall be used for I-95 Mainline. Minimum design speeds for individual ramps local streets are shown in the Typical Section Package contained in Attachment A-0995 and shall not be changed by the Design-Build Firm. End I-95 Specific

MDX Specific A design speed of 60 mph shall be used for SR 836 Mainline. Minimum design speeds for individual ramps and CD roads are shown in the Typical Section Package contained in MDXA-02 and shall not be reduced by the Design-Build Firm. End MDX Specific

Horizontal and Vertical Alignments Horizontal and vertical alignment, +/- 5’, shall be per the Concept Plans or a Department approved ATC.

February 8, 2016 Page 131 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Notwithstanding the forgoing, all requirements of the RFP shall be met.

I-395 Specific For Concept Plans, see Reference Document RD-01. End I-395 Specific

I-95 Specific For Concept Plans, see Reference Document RD-0195. End I-95 Specific

MDX Specific For Concept Plans, see Reference Document MDXRD-01. End MDX Specific

The minimum movements and ramp connections shall meet or exceed what is depicted in the RFP.

I-395 Specific Any modifications to the I-395 mainline and ramps east of Biscayne Boulevard shall not preclude the theoretical MDT Beach Corridor Envelope. See Reference Document RD-01. Shoulders on Ramp D-1 and G shall not be modified from what is depicted in the Concept Plans to provide a future bicycle lane to/from MacArthur Causeway. The existing north-south pedestrian connection from NE Bayshore Court to the Museum Park Station shall be shall not be closed during construction and shall be provided in the final configuration between Biscayne Boulevard and the Signature Bridge abutment. The east sidewalk along Biscayne Boulevard between the EB I-395 on-ramp and NE 13th Street shall be increased to 22 ft. Both concepts are shown in the Reference Document RD-01.

End I-395 Specific

H. Design Documentation, Calculations, and Computations:

The Design-Build Firm shall submit to the Department design documentation, notes, calculations, and computations to document the design conclusions reached during the development of the construction plans.

The design notes and computation sheets shall be fully titled, numbered, dated, indexed, and signed by the designer and the checker. Computer output forms and other oversized sheets shall be folded to a standard size 8½" x 11". The data shall be in a hard-back folder for submittal to the Department. At the Project completion, a final set of design notes and computations, signed by the Design-Build Firm, shall be submitted with the As-Built Plans and tracings.

The design documentation, notes, calculations and computations shall include, but not be limited to the following data:

1. Design standards and criteria used for the Project 2. Structural design calculations 3. Geometric design calculations for horizontal alignments 4. Vertical geometry calculations

February 8, 2016 Page 132 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

5. Documentation of decisions reached resulting from meetings, telephone conversations or site visits

I. Structure Plans:

1. Bridge Design Analysis:

The Design-Build Firm shall submit to the Department final signed and sealed design documentation prepared during the development of the plans.

a. The Design-Build Firm shall insure that the final geotechnical and hydraulic recommendations and reports required for bridge design are submitted with the 90% bridge plans.

I-395 Specific b. All Structures, including the MDT Metromover, Bridge shall meet the “Level Three” Aesthetic Criteria per Plan Preparation Manual, Volume 1 Section 26.9.4; except bridge spans west of NW 3rd Avenue. End I-395 Specific

c. The environmental classification for all bridges except the MacArthur bridge widening shall be as follows: Superstructure - Moderately Aggressive Substructure – Extremely Aggressive

d. The environmental classification for the MacArthur bridge widening shall be as follows: Superstructure - Extremely Aggressive

e. The Design-Build Firm shall "Load Rate" all bridges in accordance with the Department Procedure 850-010-035 and the Structures Manual. The Bridge Load Rating Calculations, the Completed Bridge Load Rating Summary Detail Sheet, and the Load Rating Summary Form shall be submitted to the Department for review with the 90% superstructure submittal. The final Bridge Load Rating Summary Sheet and Load Rating Summary Form shall be submitted to the Department for review with the Final superstructure submittal. A final, signed and sealed Bridge Load Rating, updated for as-built conditions, shall be submitted to the Department for each phase of the bridge construction prior to placing traffic on the completed phase of the bridge. A final, signed and sealed Bridge Load Rating, updated for the as-built conditions as part of the As- Built Plans submittal shall be submitted to the Department before any traffic is placed on the bridge. The Bridge Load Rating shall be signed and sealed by a Professional Engineer licensed in the State of Florida.

I-395 Specific f. For any approved arch Signature Bridge Option, the Design-Build Firm shall "Load Rate" the arch component as well as the superstructure components in accordance with the Department Procedure 850-010-035 and the Structures Manual.

February 8, 2016 Page 133 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

End I-395 Specific

g. The Design-Build Firm shall evaluate scour on all bridges over water using the procedures described in HEC 18.

h. Any erection, demolition, and any proposed sheeting and/or shoring plans that may potentially impact the railroad must be submitted to and approved by the railroad. This applies to areas adjacent to, within and over railroad rights of ways.

i. The Engineer of Record for bridges shall analyze the effects of the construction related loads on the permanent structure. These effects include but are not limited to: construction equipment loads, change in segment length, change in construction sequence, etc. The Engineer of Record shall review all specialty engineer submittals (camber curves, falsework systems, etc.) to ensure compliance with the contract plan requirements and intent.

j. I-395 Specific For Lead and Asbestos Report see Reference Document RD-02. End I-395 Specific

MDX Specific The MDX Lead and Asbestos Report is scheduled to be added to the RFP by addendum by June 2016 see Reference Document MDXRD-02. End MDX Specific

2. Criteria

The Design-Build Firm shall incorporate the following into the design of this facility:

a. Bridge Widening: In general, match the existing as per the Department Structures Manual.

b. Critical Temporary Retaining Walls: Whenever the construction of a component requires excavation that may endanger the public or an existing structure that is in use the Design-Build Firm must protect the existing facility and the public. If a critical temporary retaining wall is, therefore, required during the construction stage only, it may be removed and reused after completion of the work. Such systems as steel sheet pilings, soldier beams and lagging or other similar systems are commonly used. In such cases, the Design-Build Firm is responsible for designing detailing the wall in the set of contract plans. These plans must be signed and sealed by the Structural Engineer in responsible charge of the wall design.

c. Except for the bridges below; all other new bridge structures including the widened bridges shall be classified based on its operational importance as “typical” bridges (=1.0) in accordance with SDG 2.10.B.

I-395 Specific

February 8, 2016 Page 134 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Bridges 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, and 13 shall be classified as I = 1.05 for the strength limit I = 1.0 for all other limit states in accordance with AASHTO 1.3.5. End I-395 Specific

d. All bridge drainage conveyance shall be piped inside piers to the proposed drainage system.

e. For bridges over navigable waterways:

I-395 Specific The superstructure widening on MacArthur Causeway is exempt from establishing the required pier strength for minimum vessel collision. End I-395 Specific

MDX Specific For Bridge No’s 870147 and 870298, spanning over the Miami River, Pier No 15 and 16 shall be designed for a minimum vessel collision force of 140 kips. Bridge No’s 870147 and 870298 shall remain two separate bridges. End MDX Specific

f. All structures shall be new unless otherwise specified.

3. General Design Requirements

I-395 Specific

a. Approach Structures

i. General

a) Walls and/or fill areas shall not be allowed east of NW 3rd Avenue except at the Ramp E, Bridge 5, Bridge 6 and Bridge 7 Embankment locations as depicted in the Concept Plans. b) The approach structures shall adopt the commitments established in the Project ROD, specifically:  The roadway vertical clearance along I-395 shall have a minimum of 19 feet in the area west of the FECR rail corridor and a minimum of 25 feet east of the FECR rail corridor except at the following locations: o Bridge 4 (WB Connector) over Ramp E: MVC 17’- 6 1/4” o Bridge 2 (ES Connector) over Bridge 5W: MVC 18’-11 ½” o Bridge 6W (I-395 WB) over NW 3rd Ave: 16’-7 7/8” o Bridge 12 (NW 17th St Overpass) over NW 17th St.: MVC 14’- 5” (Bridge to be widened, MVC to maintain)

 A minimum of 225 feet span length shall be provided at the span over NW 3rd Avenue and at all spans east of NW 3rd Avenue, with the

February 8, 2016 Page 135 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

following exceptions:

o Bridge 4 (WB Connector): Spans 3, 4 and 7, 8, 9 and 10 o Bridge 5W (I-395 WB): Span 14 o Bridge 5E (I-395 WB): Span 1 and Span 6 o Bridge 6W (I-395 EB): Span 1 and Span 7 o Bridge 6E (I-395): Span 1 and Span 5 o Bridge 7W (EB Connector): Span 7 o Bridge 7E: Span 1 and Span 5 o Bridge 8&9: Transition Spans o Bridge 10 (Ramp F): Span 1 to 3 o Bridge11 (Ramp E) o Bridge 12 (NW 17th St Overpass Widening): Spans 1 to 3 (Bridge to be widened) o Bridge 13 (SR 836 WB): Bridge to be widened o Bridge 14 (SR 836 EB): Bridge to be widened o Bridge 15 (MacArthur Causeway EB): Bridge to be widened  Adhere to the commitments in the Section VIII, Part D, Department Commitments, of this RFP.

ii. Substructure The substructure type and form shall remain constant for all bridges located east of NW 3rd Avenue and shall match the Concept Plans and Aesthetics Manual. For the concrete box option, the pier head width shall match the box girder soffit width except where specifically allowed in Figure 5-8 of the project Bridge Development Report. For either the concrete box or steel box options, the pier locations shall match the Concept Plans +/- 3’. In no case shall the required clearances be violated.

a) No straddle bents shall be used, except at Ramp B and Ramp C gore areas and where WB connector splits into EN and ES connectors. In order to accommodate a re-alignment of NW 13th St, a straddle bent may be used at the WB connector at Ramp F gore to span over NW 13th St. c) The use of hammerhead piers shall be limited to the west of NW 3rd Ave. d) For all piers east of NW 3rd Avenue, pier locations shall match locations depicted in the Concept Plans. e) For piers east of NW 3rd Avenue, all piers shall match the pier shapes depicted in the Concept Plans and Aesthetics Manual.

iii. Superstructure a) The superstructure type and material shall remain the same throughout each bridge, as follows:

Description Required Structure Type Bridge 1 EN Connector Steel Plate or Steel Box Girder

February 8, 2016 Page 136 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Bridge 2 ES Connector Steel Plate or Steel Box Girder Bridge 3 SE Connector Steel Plate or Steel Box Girder Precast or CIP Concrete Segmental Bridge 4 WB Connector Box or Steel Box Girder Precast and CIP Concrete Bridge 5W Segmental Box or Steel Box Girder; I-395 WB Spans 1 to 7 FIB Girder Precast and CIP Concrete Segmental Bridge 5E I-395 WB Box or Steel Box Girder Precast and CIP Concrete Segmental Bridge 6W I-395 EB Box or Steel Box Girder Precast and CIP Concrete Segmental Bridge 6E I-395 EB Box or Steel Box Girder Precast Concrete Segmental Box or Bridge 7W EB Connector Steel Box Girder Precast Concrete Segmental Box or Bridge 7E EB Connector Steel Box Girder Precast Concrete Segmental Box or Bridge 10 Ramp F Steel Box Girder Precast Concrete Segmental Box or Bridge 11 Ramp E Steel Box Girder Bridge 12 NW 17th St Overpass Widening FIB (modified) / AASHTO Girder Bridge 13 SR 836 WB Widening FIB (modified) and Steel Plate Bridge 14 SR 836 EB Widening FIB (modified) and Steel Plate Bridge 15 Macarthur Causeway Widening FIB (modified) / AASHTO Girder

b) Bridge No. 1 and 2 shall be of the same type and material. c) Bridge Nos. 4, 5E, 5W, 6E, 6W, 7E, 7W, 10 and 11 shall be of the same material (e.g., concrete or steel). d) For the steel box girders, integral diaphragms at piers shall be used. e) Permanent intermediate diaphragms shall not be permitted for the steel box option for Bridge Nos. 4, 5E, 5W, 6E, 6W, 7E, 7W, 10 and 11; however, full depth diaphragms at inflection points where a girder line is introduced are allowed. Steel boxes shall be detailed with temporary external diaphragm connection plates which are hidden from view or removed from the permanent structure. f) Cheek Walls shall be required at all piers and end bents for Bridge Nos. 1 and 2. g) The number of box girders to be used is limited as follows:

Bridge Concrete Box Steel Box 4 maximum of 1 maximum of 4 except for spans Span 1, maximum adjacent to the of 3 Spans 2 - 9, gores maximum 2 Spans

February 8, 2016 Page 137 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

10 - 13 5E maximum of 2 maximum of 3 except for span Spans 1 – 3, adjacent to the gore maximum 5 Spans 4 & 5, maximum 4 Spans 6 & 7 5W maximum of 2 maximum of 3 except for span Spans 1 – 10, 13 & adjacent to the gore 14, maximum 4 Spans 11 & 12 6E maximum of 2 maximum of 3 except for span Spans 1 – 5, adjacent to the gore maximum 5 Span 6, maximum 3 Span 7 6W maximum of 2 maximum of 4 except for 2 spans Spans 1 – 5, adjacent to the gore maximum 3 Spans 6 & 7 7E maximum of 1 maximum of 2 7W maximum of 1 maximum of 3 except for span Spans 1 – 5, adjacent to the gore maximum 2 Spans 6 & 7 10 maximum of 1 maximum of 1 11 maximum of 1 maximum of 1 Ramps B & C maximum of 2 maximum of 2

h) For all bridges except for Signature Bridges, constant-depth and variable depth girders are acceptable. Parallel bridges shall maintain either constant-depth or variable depth girders across the corridor section; mixed girder types (e.g., constant depth versus variable depth) across a section are not allowed. i) For Bridges 4, 5E-7E, 5W-7W, 10 and 11 concrete box girder web slopes shall be maintained at 1H:2.5V except for the Transition Span which occurs between the approach structures and the west end of the Signature Bridge superstructure. Steel box girder web slopes shall be maintained at 1H:4V throughout the corridor. j) A smooth transition shall be maintained between the approach viaduct superstructure and the superstructure of the Signature Bridge span. k) No vertical steps are allowed between adjacent superstructure units east of NW 3rd Avenue. l) Horizontal offsets of the fascia web of the Exterior Box, are not allowed.

February 8, 2016 Page 138 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

This shall be applicable to the box girders located to the east of NW 3rd Ave. m) Exterior Box is defined as the outer two box girders in a bridge typical section of three or more box girders; and all box girders in a bridge typical section of one or two box girders.

b. Signature Bridge Criteria

The Design-Build Firm shall design and construct the Signature Bridge in accordance with the criteria established herein. Sample design concepts are described in the Attachments and Reference Documents. Minimum requirements include:

i. Signature Bridge materials, details and design features which extend the service life beyond 75 years are encouraged. It is also encouraged to provide replaceable structural components with a design life track record that minimizes the number of times the component needs to be replaced. The following replaceable non-standard bridge components shall also be designed for replacement: Stay Cables/Suspenders and Tie-down Cables; Stay Cable Dampers; and External Post-Tensioning Cables.

ii. The Signature Bridge and Transition Spans shall match the visual appearance of Approved Signature Bridge Package. Changes to Approved Signature Bridge Package that affects the visual appearance of the structure in any way shall not be permitted. The Department reserves the right to deem a Design-Build Firm non-responsive for changes made to the Approved Signature Bridge Package or an approved ATC Signature Bridge Package.

iii. The Signature Bridge shall satisfy the commitments established in the Project ROD.

iv. The Signature Bridge deck shall be cast-in-place concrete deck with an 8 ½ inch minimum thickness to accommodate planning and profilographing (1/2 inch sacrificial concrete cover) and machine grooving in accordance with Long Bridge Class 4 Deck Finish criteria.

v. Adhere to the requirements in the Aesthetics Manual, Attachment A-18.

vi. All Signature Bridge components shall be part of the structural system that carries bridge Dead Load (DL) and Live Load (LL); no non-structural bridge components will be accepted. vii. The Signature Bridge shall span Biscayne Boulevard, linking the approach structures with the embankments east of Biscayne Boulevard. viii. The Signature Bridge shall be designed to carry both westbound (WB) and eastbound (EB) roadways.

ix. Piers shall match the pier shapes depicted in the Concept Plans and Aesthetics Manual.

February 8, 2016 Page 139 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

x. A smooth transition shall be maintained between the approach viaduct superstructure and the superstructure of the Signature Bridge. At the Transition-Span-to-Signature Bridge interface and at the Transition-Span-to-typical-approach span interface maintain web slopes without horizontal off- sets or vertical steps.

xi. Girder depth on each side of the expansion joints shall be the same, i.e., no steps allowed.

xii. Horizontal offsets of the fascia web of the Exterior Box, as defined above, are not allowed.

xiii. The Signature Bridge design shall conform to the following parameters:

a) Minimum apex of the structure shall be above El. 245 ft. b) Minimum height of highest cable attachment to pylon/arch is 190 ft. or arch is El. 236 ft. c) Except as defined below, the Signature Bridge (west expansion joint to abutment) shall consist of a single span not less than 650-ft. long with a total suspended length (clear distance measured between the first and last suspender along center line of deck) not less than 500-ft. d) For cable stayed bridge options, the Signature Bridge (west expansion joint to abutment) shall consist of no more than three spans with a total length of 650-ft. with two suspended spans with a total suspended length (clear distance measured between the first and last suspender along center line of deck) not less than 500-ft. The longitudinal framing elements for all spans shall be consistent throughout. xiv. Provide a Signature Bridge Health Monitoring System per the requirements of Attachment A-28. xv. Provide a Signature Bridge Inspection and Maintenance Manual per the requirements of Attachment A-26.

c. Bridge Widening Structure

Bridge Widening at MacArthur Causeway Bridge (Bridge 15), SR 836 (Bridges 13 and 14) and NW 17th St. (Bridge 12) shall match the existing. The following shall be adhered to:

i. The span configuration (i.e., simple span or continuous span) shall match the existing superstructure. ii. All widened spans with AASHTO beams or FIBs may utilize precast girder type to match the existing bridge girder. iii. For the widenings at SR 836 and NW 17th St., the substructure for the widened portion of the existing bridges shall match the existing substructures, new columns shall be aligned with the existing where possible, same column and bent geometry and shape. iv. MacArthur Causeway Bridge Cross Slope Correction: Hydro-blast existing deck ¾” below the top mat of deck steel and construct new concrete overlay build-up. See Concept Plans for limits of the Hydro-blasting and deck reconfiguration. Finish the widened/slope corrected portion of the deck surface utilizing Short Bridge Class 4 Deck Finish criteria. v. Class 5 Finish Coating shall be applied to the exterior fascia girders, traffic railing barriers and

February 8, 2016 Page 140 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

soffits of the widened bridge. For the widenings at SR 836 and NW 17th St., apply Class 5 Finish Coating to all exposed surfaces of the pier for the widened portion. vi. Existing Aesthetic Lighting on the MacArthur Bridge piers shall be protected.

d. MetroMover Bridge Reconstruction

All plans and designs are to be prepared in accordance with AASHTO LFD Bridge Design Specifications, FDOT Standard Specifications, Miami Metromover Brickell Extension, Basis for Design, December 1989, FDOT Structures Manual, FDOT Plans Preparation Manual, FDOT Standard Drawings, Supplemental Specifications, Special Provisions, FDOT Temporary Design Bulletins, and the Florida Building Code 2010. Design bridge retrofit in accordance with the latest AASHTO LFD Bridge Design Specifications utilizing the loads and loads cases depicted in the Miami Metromover Brickell Extension, Basis for Design, December 1989.

The Design-Build Firm shall be in compliance with the current MDT Safety Certification Program Plan and the MDT Adjacent Construction Safety Manual. A Safety Certification will be required with the proposed modifications to the MDT Metromover System.

The existing minimum vertical clearance of Pier P239680B shall be maintained. The new column shall be rectangular, or square, with corner filets that match the radius of the adjacent existing Metromover Bridge columns.

Only deep foundations will be approved for the pier replacement.

The Design-Build Firm shall ensure that the final geotechnical report required for design are submitted with the 90% structures plans.

The Engineer of Record for structures shall analyze the effects of the construction related loads on the existing and permanent structure. These effects include but are not limited to: construction equipment loads, jacking loads, construction sequence, structure demolition, etc. The Engineer of Record shall review all specialty engineer submittals (falseworks systems, etc.) to ensure compliance with the contract plan requirements and intent.

A Class 5 Surface Finish shall be applied to all exposed surfaces of the pier, except top of cap. A non- sacrificial anti-graffiti coating shall also be applied to the pier column to a height of 10 feet.

Proper disposal of the existing structure components shall be the responsibility of the Design-Build Firm.

Proposed piers for Metromover Bridge shall be properly protected from damage by installing proper protection. A study indicating possible vehicle impact, maximum speed limit in the area, calculations and recommendations for the protection system are to be submitted to MDT for review and approval prior to installation. Since this is a safety component, it is expected to be installed and fully functional concurrent with column base construction.

Girder deflections shall not exceed the limits specified in the design criteria. The design shall ensure that the girder movements at bearings and clearance gaps do not exceed available capacity.

February 8, 2016 Page 141 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Design-Build Firm shall provide primary and secondary protection systems for the Department’s review and approval to capture construction related materials and equipment and to allow the Metromover system to operate.

Continuous grounding for the guideway’s lightning protection and stray current grounding systems shall be maintained. The proposed bridge shall be properly grounded and shall have a lightning protection system that is independent of the guideway’s electrical systems.

The Design-Build Firm shall continuously monitor and survey the elevations and deflections of the existing Metromover aerial guideway affected by the proposed construction and shall ensure that these deflections are within acceptable limits approved by MDT. Any temporary supports, shoring, and/or construction activities affecting the aerial guideway during construction shall not adversely affect operational requirements of the Metromover system. This includes, but not limited to, stress limits, deflection limits, and rider comport. The Metromover system and equipment are extremely sensitive; therefore, the final position of all components of the Metromover aerial guideway, after construction, shall be at the same position as before construction. A detailed Jacking Plan shall be developed by the Design-Build Firm and submitted for approval with the 90% Plans submittal.

A portion of the existing bent is to be demolished as part of the scope of work for this project. See Section I.15.c “Demolition” for requirements during demolition.

The Design-Build Firm must provide training to the MDT inspection staff and must provide inspection manuals (hard copies and electronic formats). The Design-Build Firm shall conduct the initial bridge inspection for the Metromover Bridge span.

e. Retaining Walls i. Partial height walls such as toe walls or perched walls as defined in FDOT Structural Design Guidelines 3.12.B shall not be allowed. ii. For color, and texture and architectural features for retaining walls, see I-395 Aesthetic Requirements. iii. Wall/fill heights shall not exceed 40’ ft. End I-395 Specific

MDX Specific General Design Requirements 1. Bridges a. Superstructure: i. The widening or the replacement of the existing bridge slabs shall use similar material as the existing superstructure. For the existing steel plate girder bridge structures, the same type shall be used. For the existing AASHTO beam bridge structures, AASHTO beams or Florida I-Beams (FIB) shall be used.  Grooving: For bridges to be widened, the minimum slab thickness shall not be less than 8 inches at the existing bridge interface, tapered to not less than 8 ½ inches at the first beam-line. All remaining portions of the widened deck shall not to be less than 8 ½ inches. The widened deck surfaces shall be planed and profilographed and machined grooved in

February 8, 2016 Page 142 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

accordance with Long Bridge Class 4 Deck Finish criteria. ii. New bridges shall be a box type along the outside edges of the bridges (i.e., steel box girder, segmental box or spliced U-girder). The superstructure type and material shall remain the same throughout the specified limits of the MDX Project Limits. Superstructure shall meet MDX Enhancement Manual requirement for aesthetics. For all box type superstructures, the girders’ exterior fascia shall remain aligned, all girders shall have the same web slope of 1H:4V. Bridges exempt from the box type criteria are as follows.  Bridge 16 over NW 12th Avenue.  Bridge 17 (spans 1 and 2) over Wagner Creek.  Bridge No. 22 (spans 1 and 2) over Courthouse parking facility.  Bridges No. 20 and No. 21, shall match in types and material with Bridges No. 1 and No. 2 from the I-395 Reconstruction Project. See Bridge Superstructure Type table for allowable bridge superstructure types.

BRIDGE SUPERSTRUCTURE TYPES BRIDGE NO. REQUIRED SUPERSTRUCTURE TYPES BRIDGE-16 FIB / Type II AASHTO Girder Spans 1 and 2 over Wagner Creek: FIB BRIDGE-17 Spans 3 through 13: Steel Box Girder/Spliced U-Girder/Segmental Box Girder BRIDGE-18 Steel Box Girder / Spliced U-Girder / Segmental Box Girder *Steel Box Girder / Spliced U-Girder / Segmental Box Girder BRIDGE-19 *Within gore region, interior girder lines may be steel plate girder BRIDGE-20 Steel Plate / Box Girder BRIDGE-21 Steel Plate / Box Girder Spans 1 and 2 over Courthouse parking facility: FIB BRIDGE-22 Spans 3 through 5: Steel Box Girder / Spliced U-Girder / Segmental Box Girder BRIDGE-23 Steel Box Girder / Spliced U-Girder / Segmental Box Girder *Steel Box Girder / Spliced U-Girder / Segmental Box Girder BRIDGE-24 *Interior girder lines may be steel plate girder WIDENING OF EXISTING BRIDGES BRIDGE NO. REQUIRED SUPERSTRUCTURE TYPES 870147 Steel Plate Girder Over Miami River / FIB / AASHTO Girder 870298 Steel Plate Girder Over Miami River / FIB / AASHTO Girder 870150 Steel Plate Girder Over NW 14th Street / FIB / AASHTO Girder 870300 Steel Plate Girder Over NW 14th Street / FIB /AASHTO Girder 870367 Steel Plate Girder Over I-95 / FIB / AASHTO Girder 870456 Steel Plate Girder Over I-95 / FIB / AASHTO Girder 870363 FIB / AASHTO Girder 870366 FIB / AASHTO Girder 870370 FIB / AASHTO Girder / Steel Plate Girder

February 8, 2016 Page 143 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

870724 Steel Plate Girder along NB I-95 / FIB / AASHTO Girder

b. Substructure: i. The substructure for the widened portion of the existing bridges shall be aligned with the existing columns. The substructure shall have the same column and bent geometry and shape with the exception of the following:  Bridge 870147 - Piers 10, 11, 12, and 13  Bridge 870298 – Piers 10, 11, and 12  Bridge 870456 – Piers 2, 3, 4, and 5  Bridge 870724 – Piers 7 and 8 ii. The substructure for the new bridges located between NW 17th Avenue and west of NW 7th Avenue shall be hammerheads, C-Piers or straddle bents. Intermediate pile bents are not accepted. Substructure shall meet MDX Enhancement Manual requirement for aesthetics. iii. The substructure for the new bridges Nos. 20 and 21 shall match in type the substructure for the new bridges Nos. 1 and 2 for the I-395 Reconstruction Project. iv. Cheek Walls shall be required at all piers and end bents. v. For Bridge No. 870456 (SR 836 EB), at the Women’s Correction Facility between Station 1477+30.76 (Pier 2) and Station 1479+32.59 (Pier 5), the substructure shall consist of straddle bent, providing 40’ clear distance between the columns in order to allow full access to the parking facility

c. General: i. Additional improvements: a) Remove and replace a portion of existing superstructure as necessary to address cross slope and geometry requirements due to widening. Refer to reference documents MDRXD-01 for locations. ii. Bridge Fencing: Fencing as per FDOT Standard Index 810 shall be installed along the bridge traffic railings at the following locations: a) Along Bridge No. 870147, from mainline SR 836 station 1429+00 to station 1434+00, on the north side (outside shoulder traffic railing). b) Along Bridge No. 870298, from mainline station 1428+00 to station 1432+00, on the south side (outside shoulder traffic railing). c) Along Bridge No. 24, located at the crossing over the Metrorail, along both sides. Extend the fence 25 feet before and after the Metrorail footprint. iii. Bridge Traffic Railing: a) The traffic railings for the existing bridges within the MDX Project Limits shall be upgraded to F-Shape traffic railings with the specified heights from the table below. b) New Bridges shall use F-shape traffic railings with the specified heights from the table below.

February 8, 2016 Page 144 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Bridge Traffic Railing (Looking Upstation)

BRIDGE NO. Left Railing (in) Right Railing (in) 16 32 32 17 42 42 18 42 42 19 42 42 20 42 42 21 42 42 22 42 42 23 42 42 24 42 42 870147 42 32 870298 32 42 870150 42 32

870300 32 42

870366 42 32

870456 32 42

870363 32 32

870364 32 32 870367 42 42 870370 32 32 870724 42 42

iv. Bridge Expansion Joints: All the bridge joints for the existing bridges within the MDX Project Limits shall be replaced. For the existing bridges located partially within the Project Limits (Bridge Nos. 870363, 870397, 870370, and 870724), only the sections within the Project Limits will require expansion joint replacement, inclusive of the joints at the end of the Project Limits. For Bridge Nos. 870456 and 870366, the joint replacement shall be for the entire bridge lengths, including the sections shown within the I-395 Reconstruction Project limits.

EXPANSION JOINT SUMMARY NO. OF POURED NO. OF ARMORED BRIDGE NO. DESCRIPTION JOINTS WITH BACKER ELASTOMERIC STRIP ROD JOINTS JOINTS 870147 SR 836 WB 27 2

870298 SR 836 EB 27 2

February 8, 2016 Page 145 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

870150 SR 836 WB 4 2

870300 SR 836 EB 6 2

870366 SR 836 WB 10 N/A

870456 SR 836 EB 13 N/A SR 836 WB 870363 CONNECTOR 3 N/A SR 836 E-S 870367 CONNECTOR 10 N/A SR 836 E-N 870370 CONNECTOR N/A 4 RAMP J/ 870724 RAMP L 8 3

v. Painting: The existing, the widened, and the new steel bridges shall be painted with High Performance Coating System from the Approved Products List. Paint color shall be as per the MDX Enhancement Manual. All existing steel bearings shall be cleaned, dirt shall be removed from the surrounding area and the complete anchor assembly shall be cleaned, rust removed and painted with the same color and coating system as the bridge. vi. Bridge Aesthetics a) The new bridges located between NW 17th Avenue and west of NW 7th Avenue shall meet the “Miami Dade Expressway Enhancement Manual” aesthetic level. b) The new bridges between NW 7th Avenue and the interface with I-395 Reconstruction Project shall meet the “Level Two” aesthetic criteria per FDOT Plan Preparation Manual, Volume 1, section 26.9.4. c) All existing bridges widened or retrofitted shall use similar material as the existing and matching the current level of aesthetic on the bridge. d) Class 5 Finish Coating shall be applied to the exterior fascia girders, traffic railing barriers and soffits of the widened portion of the bridge. vii. Grove Park Historic District: Due the presence of historic homes and the proximity of bridges to these homes, the following commitment during the Re-evaluation shall be adhered to:

1. New piers closer to the homes than where the existing piers are shall not be allowed. New piers at the same location of the existing piers and/or strengthened piers shall be allowed as shown on the structural Concept Plans found under MDXRD-01. 2. Do not enlarge existing columns such that the diameter exceeds 12’.

These restrictions apply to the following locations:

February 8, 2016 Page 146 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

. Bridge No. 870147, SR 836 WB from Station 1428+50 to Station 1432+00 . Bridge No. 870298, SR 836 EB from Station 1428+00 to Station 1431+00

viii. Fender System: The existing fender system and fender mounted navigation lights located under the existing bridge No’s 870147 and 870298 along the Miami River shall be completely removed and replaced using the latest FDOT New Fender System and Navigation Lighting criteria. The horizontal clearance of 75 feet shall be maintained.

Use Fiber Reinforced Polymer (FRP) Composites for all wales, piles, spacer blocks, catwalk and handrail components.

ix. Wagner Creek Culvert: The Wagner Creek Culvert shall not be extended. The SR 836 Eastbound Connector bridge shall be extended over the creek.

x. Retaining Walls: . Partial height walls such as toe walls or perched walls as defined in FDOT Structural Design Guidelines 3.12.B are not permitted. . For walls between NW 17th Avenue and west of NW 7th street, see MDX Enhancement Manual for color, texture and architectural features. . For walls between NW 7th Avenue and the interface with I-395 and I-95, see I-395 Aesthetic Requirements for color, texture and architectural features. . Wall/fill heights shall not exceed 40 ft.

xi. Seawall: A portion of the existing seawall located on the west side of the Miami River (Grove Park Area) will be impacted by the widening of the existing SR 836 bridge widening. The removal of existing seawalls or soil retaining structures will require the stabilization of the upland fill by re-grading and slope protection or the replacement of the seawall or soil retaining structure. End MDX Specific

Begin I-395 Specific 4. Signature Bridge Components

a. Lightning Protection Lightning protection for the Signature Bridge elements and other elements as required shall be provided per fib Recommendations for the Acceptance of Stay Cable Systems Using Prestressing Steels, (Art 3.3.2 of bulletin 30), NFPA 70 (National Electric code) and NFPA 780.

b. Suspender / Stay Cable System The cable suspender/stay system shall be in accordance with Attachment A-19, Cable Stay Systems. The fire resistance requirements shall conform to PTI Section 4.5 – Fire resistance qualification testing for a thirty (30) minute rating.

February 8, 2016 Page 147 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

5. Signature Bridge Design Parameters:

a. General i. The distribution of force effects to the components of the Signature Bridge shall be determined by three dimensional structural analysis as justified by consideration of principal support element geometry, number of planes of cables, and the torsional stiffness of the deck superstructure. The analysis shall take into account consider construction phasing and erection sequences. ii. Non-linear effects shall be considered in both the global and local analyses of the structural bridge system. iii. The design forces and deformations shall include but not be limited to the following: a) Non-linear response of the suspenders/cables; b) The geometric non-linearity of the girder under axial load and bending; c) The p-delta effect of the principal support elements under axial load and bending; effects of foundation lateral movements; d) The non-linear effect of live load that includes the moment due to dead load thrust acting on the live load displacement; e) Material nonlinearity; f) Foundation flexibility.

b. Superstructure Design The effective width of deck slab for analysis and for calculation of section capacity and stresses shall be determined by special elastic analysis that considers shear lag effects. Stresses in the deck slab shall be investigated for the combined effects of longitudinal global axial loads and bending moment plus transverse local bending moment.

Orthotropic steel deck shall not be used.

Influence surfaces or other similar analysis procedures shall be used to evaluate live load plus impact effects.

i. Composite Steel Superstructures

Steel tub girders and required framing shall be designed compositely with the deck slab to resist the local and global bending moments from dead and live loads as well as the compression force from inclined cables.

ii. Redundancy

Designate both Fracture Critical Members and Structural Redundant Members on the plans.

Steel structures shall be designed to provide structural redundancy and an alternative load path or otherwise

February 8, 2016 Page 148 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 designated as Fracture Critical Members. A refined analysis shall demonstrate that the structure has adequate strength and stability to avoid partial or total collapse and carry traffic in the presence of a totally fractured member for all designs not labeled as fracture critical.

Signature Bridge girders shall all be fabricated according to the Fracture Control Plan. Material testing, fabrication procedures and inspection with strict shop certifications, collectively designated as a Fracture Control Plan (FCP), shall meet AASHTO and AWS D1.5 Section 12 requirements for fracture critical fabrication. Structural Redundant Members (SRM) are also structural members that shall be fabricated according to the FCP, but need not be considered a FCM for in-service inspection due to structural redundancy. SRMs shall be designated on the Final Design plans with the note to fabricate them in accordance with the FCP. Shop Drawings shall note that the SRM was fabricated according to the FCP. The criteria, assumptions, and analysis used to determine the system redundancy condition for a SRM shall be retained and included in inspection records and the permanent bridge design file. Stay cable anchorage materials and connection details with the Main Bridge superstructure shall minimize fracture critical details and the potential for crack propagation.

6. Bridge Design Loads:

a. Load Combinations Load combinations shall be per AASHTO LRFD Bridge Design Specifications 3.4.1. The bridge shall be designed with an operational importance factor of 1.05.

The effects of cable stay force adjustments shall be treated as locked-in erection stresses.

Crack Control in Mildly Reinforced Concrete Components: Limit service tension stresses in the outer layer of longitudinal reinforcing steel for all mildly reinforced arches, pylons, stay towers under Service III

Loading using a e = 0.6 (AASHTO 5.7.3.4).

b. Wind Loads – Signature Bridge The Design-Build Firm shall prepare a site-specific Climatology and Wind Report in order to generate site specific wind climate data obtained from analysis of long-term wind data available from reliable data sources in the area. The site-specific climate properties shall be compared with information in codified sources to determine the appropriate levels of design wind speed for site location, topography, and local conditions. This report shall discuss the criteria, analysis, and design methodologies for determining the appropriate wind design loads for service and construction and ensure aerodynamic stability. The Climatology and Wind Report shall include the following items at a minimum: i. A wind study that includes: a) Gust speeds and return period for the site b) Extreme wind events for construction c) Design wind directionality and distribution d) Design wind speeds for the complete structure and during construction at the deck level and along the height of structural support elements. The design shall account for the urban setting that will exist at the proposed time of completion of the Total Project.

February 8, 2016 Page 149 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

ii. A wind tunnel testing program that describes the testing program and procedures and local effects on design wind speeds and turbulence. iii. Design methodologies including: a) Design codes; b) Wind design speeds and pressures; c) Wind load combinations considering both static and dynamic effects; d) Aeroelastic phenomena of vortex excitation, galloping, flutter, and divergence; e) Computer models used to incorporate the results of the climatology study and wind tunnel tests. iv. The mean wind return periods and loads used for the design shall not be less than the following: a) Design wind speed of 100-year mean hourly speed at deck level; b) Design flutter speed of 10,000-year 10-minute mean speed; c) Design wind speed for the construction phase shall be no less than mean- hourly and 10-minute mean values for a 20-year return period; d) Design flutter speed for the construction phase shall be no less than 1,000-year return 10-minute speed.

The Design-Build Firm shall perform a sectional model wind tunnel testing as appropriate to verify satisfactory performance for aerodynamic stability. A Wind Tunnel Test Report shall be prepared including the following items: 1) Section model testing information stating objectives, criteria, wind tunnel test procedures, and model description. Also include proposed wind attack angles. 2) Static aerodynamic coefficients (lift, drag, and moment), aeroelastic flutter coefficients, and vortex-induced aerodynamic motions.

The Design-Build Firm shall perform a full aeroelastic model testing including the adjacent approach spans and consider the possible range of local boundary layer conditions (free field and built environment). The testing shall include the structure during critical construction stages and the completed state. The results of this testing shall be incorporated into a Wind Engineering Report. This report shall be prepared including the following items at a minimum:

1) Description of the aeroelastic model and damping 2) Description of the wind tunnel simulation 3) Description of the wind tunnel test and instrumentation 4) Aerodynamic stability from wind tunnel test results 5) Response to turbulent winds from wind tunnel test results 6) Response comparisons between the stability and buffeting analysis and the test results 7) Comparison of simultaneous peak moments at the base of the structural support elements. 8) Conclusions and recommendations.

February 8, 2016 Page 150 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The wind analysis shall be performed by the Design-Build Firm in accordance with AASHTO LRFD Bridge Design Specifications Section 3.8, using wind speeds, dynamic response and pressures developed in accordance with ASCE 7-10 and the Wind Engineering Report. Both static and dynamic wind effects shall be considered utilizing computer models of the bridge that incorporate the results of the aeroelastic and sectional model wind tunnel tests.

c. Cable Loss Load factors and combinations for stay loss shall comply with PTI Recommendations for Stay Cable Design, Testing, and Installation C.5.5.

d. Cable Replacement Design Structure such that one stay/suspender cable can be removed at a time and replaced under dead load and live load. Place live loads on all striped lanes except the lane nearest the stay/suspender cable being removed.

Load factors and combinations for stay replacement shall comply with PTI Recommendations for Stay Cable Design, Testing, and Installation C.5.4. End I-395 Specific

J. Specifications:

As part of this RFP, the Division I (General Requirements and Covenants) Design-Build Specifications have been included as Attachment A-02 and Geotechnical Services Requirements-Specifications have been included as Attachment A-03.

Department Specifications may not be modified or revised. Technical Special Provisions shall be written only for items not addressed by Department Specifications, and shall not be used as a means of changing Department Specifications.

The Design-Build Firm shall prepare and submit a signed and sealed Construction Specifications Package for the Project, containing all applicable Division II and III Special Provisions and Supplemental Specifications from the Specifications Workbook in effect at the time the Price Proposals were due in the District Office, all Division II and III specifications provided as Attachments to this RFP, and any signed and sealed Technical Special Provisions. Any subsequent modifications to the Construction Specifications Package shall be prepared, signed and sealed as a Supplemental Specifications Package. The Specifications Package shall be prepared, signed and sealed by the Design-Build Firms Engineer of Record who has successfully completed the mandatory Specifications Package Preparations Training.

The website for completing the training is at the following URL address: http://www2.dot.state.fl.us/SpecificationsEstimates/PackagePreparation/TrainingConsultants.aspx

Specification Workbooks are posted on the Department’s website at the following URL address: https://www2.dot.state.fl.us/SpecificationsPackage/Utilities/Membership/login.aspx?ReturnUrl=%2fspecifi cationspackage%2fDefault.aspx.

February 8, 2016 Page 151 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Upon review and approval by the Department, the Construction Specifications Package will be stamped “Released for Construction” and initialed and dated by the Department.

For Value Added Bridge Components requirements see Section 475 in Attachment A-07.

Provide TSP Requirements for Structure Foundations Not Covered by Standard Specifications. Specialty geotechnical work is any alternative geotechnical work not covered by Department Specifications, including Section 455, and requires the development of a TSP. The TSP shall be submitted and stamped “Released for Construction” prior to beginning any work. Any TSP for geotechnical work shall include but not be limited to the following:

 Qualifications of Contractor and Specialty Engineer shall be at least three successfully completed projects with the proposed foundation type in the last ten years. Do not use manufacturer’s representative to meet this requirement.  Criteria of measurable parameters and design requirements to be met in order to accept the specialty geotechnical work.  A field testing and instrumentation program to verify design assumptions and performance including all test equipment and data record and reporting requirements.  A quality control program to be performed by the Design-Build Firm that includes sampling and testing to ensure the material quality, products, and installation procedures meet requirements.  A verification testing program to be performed by the Geotechnical Foundation Design Engineer of Record (GFDEOR) that includes inspection, sampling, and incremental load creep testing to verify the material, products, and procedures meet requirements. The TSP shall include language providing separate lab samples to be used for the Department’s independent verification. The TSP shall also include verification test acceptance criteria.  Foundation Installation Requirements and Construction Tolerances.  Foundation Installation Record Keeping Requirements.  Foundation Material and Storage Requirements.  Foundation Shop Drawing Submittal Requirements including requirements for a Contractor’s Foundation Installation Plan.  Foundation Protection of Existing Structure Requirements.

The Design-Build Firm shall submit a certification package for Department’s review prior to beginning work. The certification package shall include the results of all the field testing, instrumentation and lab testing performed and a signed and sealed letter by the GFDEOR certifying that the specialty geotechnical work meets the requirements.

Signature Bridge and Metromover Bridge Erection:

1. Scope Work described in this article applies to the erection of the Signature Bridge. This section also applies to the Metromover Bridge Reconstruction tower geometry. Provide TSP for Signature Bridge and Metromover Bridge construction not covered by Standard Specifications. The TSP shall include but not limited to the following Signature Bridge and Metromover Bridge erection requirements.

2. Submittals a. Preliminary Signature Bridge Erection Manual and Preliminary Metromover

February 8, 2016 Page 152 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Bridge Erection Manual The Contractor’s Engineer of Record shall prepare and submit a Preliminary Signature Bridge Erection Manual and a Preliminary Metromover Bridge Erection Manual for review and comment. The manuals will be submitted in two independent volumes, one for the Signature Bridge and one for the Metromover Bridge. The Preliminary Signature Bridge Erection Manual and Preliminary Metromover Bridge Erection Manual shall identify the initial approach to the procedures to be completed during all stages of erection of the Signature Bridge and Metromover Bridge. The Preliminary Signature Bridge Erection Manual and Preliminary Metromover Bridge Erection Manual shall include the following:

 Design criteria;  Description of erection analysis software and modeling methodology;  The requirements of all governmental units having jurisdiction;  Proposed erection methods, including equipment and any proposed traffic closures;  General description and positioning, use and sequencing of falsework, jacking and/or releasing of falsework, temporary towers, supports, tie-downs, counterweights, closure devices and the like.  General positioning, use and sequencing of erection equipment such as cranes, beam and winch devices, gantries, trusses and the like, both on and off the structure, including the movement, introduction and/or removal of any supports onto or connections with the structure.  Identify erection stages;  Survey procedures including location of survey and measurement points for each construction stage;  Processes and procedures for weighing and trial assembly of deck steelwork and feedback of the results into the erection geometry control;  Processes and procedures for ensuring pre-cast and cast-in-place concrete weight match design assumptions;  Approach to meet the general construction requirements;  Anticipated forces, stresses, and deflections in permanent and temporary structures at all erection stages;  Triggers for upper and lower bound limits for deflection, force or stress at each construction stage;  Procedures for geometry control;  Cable stressing methodology;

Schedule a meeting with the Department within twenty-one (21) days after the submittal of the Preliminary Signature Bridge Erection Manual and Preliminary Metromover Bridge Erection Manual to discuss the proposed erection procedures and manual as well as the Department’s preliminary comments.

Once all comments to the Preliminary Signature Bridge Erection Manual and Preliminary Metromover Bridge Erection Manual and any additional comments from the meeting have been addressed, prepare and submit the Final Signature Bridge Erection Manual and Final Metromover Bridge Erection Manual.

b. Final Signature Bridge Erection Manual and Final Metromover Bridge Erection Manual The Contractor’s Engineer of Record shall prepare and submit the Final Erection Manual for the Signature Bridge and a separate a Final Erection Manual for the Metromover Bridge to the Engineer of Record for

February 8, 2016 Page 153 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 review and comment. The Final Signature Bridge Erection Manual and Final Metromover Bridge Erection Manual shall be developed from the Preliminary Signature Bridge Erection Manual and the Preliminary Metromover Bridge Erection Manual and include the following:

 A detailed step-by-step sequence for the erection including complete and checked erection design calculations demonstrating that the final constructed work will conform with the final dead load stress and geometric conditions of the design;  Positioning, use and sequencing of falsework, jacking and/or releasing of falsework, temporary towers, supports, tie-downs, counterweights, closure devices and the like.  Positioning, use and sequencing of erection equipment such as cranes, beam and winch devices, gantries, trusses and the like, both on and off the structure, including the movement, introduction and/or removal of any supports onto or connected with the structure.  Include drawings and calculations for the structural effects of erection equipment on the structure.  Show maximum allowable vertical displacements of temporary supports.  Forces, stresses, and deflections at all erection stages in the foundations, structural support elements, cables, superstructure, and any falsework. Erection model shall include a sufficient number of nodes to demonstrate that all members will meet design criteria;  Camber curves for structural support elements and superstructure, cable lengths, cable forces adjustments, and shims required shall also be shown for each stage. Final cable adjustments shall be performed after all dead loads are in place;  Evolution of cable forces through the construction period, after application of super-imposed loading and long term loading;  A complete description and stress calculations of the proposed process and sequence of erection including positions and weights of equipment at each position and weights of equipment at each stage in sufficient details to allow review of the effects of the erection procedure on the structure;  Proposed erection methods, with step-by-step erection procedures and complete details of stay-cable fabrication, installation, and monitoring of stressing operations;  Approach to meet the general construction requirements and construction loadings for all stages of the Construction Work;  Detailed shop and erection drawings for each erection stage;  Geometry control description identifying the special survey and monitoring to be implemented for bridge construction including the stage of erection location of survey and measurement points and tolerances.

Procedures shall be provided to ensure the intermediate static and dynamic stability of the structure for the various stages of the construction. Obtain all necessary permits and approvals for temporary supports.

Develop procedures for stabilizing the structure against wind loads such as hurricanes (as identified in the Climatology and Wind Study Report) at all construction stages. All details and layouts of any tie down assembly including all connections, foundation elements, and material properties shall be provided.

Submit the Final Signature Bridge Erection Manual and Final Metromover Bridge Erection Manual to

February 8, 2016 Page 154 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 the Department for review and comment. Once all comments to the Final Signature Bridge Erection Manual and Final Metromover Bridge Erection Manual have been addressed, the Final Signature Bridge Erection Manual and Final Metromover Bridge Erection Manual shall be signed and sealed by the Contractor’s Engineer of Record.

No Signature Bridge and Metromover Bridge erection work shall be performed until the Final Signature Bridge Erection Manual and Final Metromover Bridge Erection Manual has been fully prepared, signed and sealed by the Contractor’s Engineer of Record, and all Department comments have been addressed and the Final Signature Bridge Erection Manual and Final Metromover Bridge Erection Manual has been stamped “Released for Construction” or “Released for Construction as Noted”.

Following submittal of the Final Signature Bridge Erection Manual and Final Metromover Bridge Erection Manual, should for any reason modifications be made to the structure or erection methods, demonstrate that such modifications will not compromise compliance with design criteria for the completed structure. All proposed modifications shall be approved by the Contractor’s Engineer of Record, subsequent to being reviewed and accepted/denied by the Department. Completed details and stress computations will be required for all revisions to the plans. No such work shall be performed until it is approved by the Engineer of Record. All proposed modifications to details shown on the plans shall be submitted to the Department for review and comment.

3. Materials Follow the requirements of Attachment A-19 – Stay Cable Systems.

Paint all structural steel with a high performance coating system from the Approved Products List. The color of the finish coat shall conform to Federal Standard No. 595, color No. 37875.

4. Construction Requirements: The Design-Build Firm’s Contractor’s Engineer of Record for bridges shall analyze the effects of the construction related loads on the permanent structure. These effects include but are not limited to: construction equipment loads, change in segment length, change in construction sequence, etc. The Design- Build Firm’s Engineer of Record shall review all Contractor’s Engineer of Record submittals (camber curves, falsework systems, etc.) to ensure compliance with the contract design plan and specification requirements.

5. Use of Explosives At no time will blasting methods for demolition be allowed.

K. Shop Drawings:

The Design-Build Firm shall be responsible for the preparation and approval of all Shop Drawings. Shop Drawings shall be in conformance with the Department’s Plans Preparation Manual when submitted to the Department and shall bear the stamp and signature of the Design-Build Firm’s Engineer of Record (EOR), Contractor’s Engineer of Record and Specialty Engineer, as appropriate. The Department shall review the Shop Drawing(s) to evaluate compliance with Project Requirements and provide any findings to the Design- Build Firm. The Departments procedural review of shop drawings is to assure that the Design-Build Firm’s EOR has approved and signed the drawing, the drawing has been independently reviewed and is in general conformance with the plans. The Department’s review is not meant to be a complete and detailed review. Upon review and approval of the shop drawing, the Department will initial, date, and stamp “Released for Construction” or “Released for Construction as Noted.”

February 8, 2016 Page 155 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Shop Drawing submittals must be accompanied by sufficient information for adjoining components or areas of work to allow for proper evaluation of the Shop Drawing(s) submitted for review.

L. Sequence of Construction:

The Design-Build Firm shall construct the work in a logical manner and with the following objectives as a guide:

1. Maintain or improve, to the maximum extent possible, the quality of existing traffic operations, both in terms of flow rate and safety, throughout the duration of the Project. 2. Minimize the number of different Traffic Control Plan (TCP) phases, i.e., number of different diversions and detours for a given traffic movement. 3. Take advantage of newly constructed portions of the permanent facility as soon as possible when it is in the best interest of traffic operations and construction activity. 4. Maintain reasonable direct access to adjacent properties at all times, with the exception in areas of limited access right-of-way where direct access is not permitted. 5. Coordinate with adjacent construction Projects and maintaining agencies.

M. Stormwater Pollution Prevention Plans (SWPPP):

The Design-Build Firm shall prepare a Storm Water Pollution Prevention Plan (SWPPP) as required by the National Pollution Discharge Elimination System (NPDES). The Design-Build Firm shall refer to the Department’s Project Development and Environment Manual and Florida Department of Environmental Protection (FDEP) Rule 62-621.300(4)(a) for information in regard to the SWPPP. The SWPPP and the Design-Build Firm’s Certification (FDEP Form 62-621.300(4)(b) NOTICE OF INTENT (NOI) TO USE GENERIC PERMIT FOR STORMWATER DISCHARGE FROM LARGE AND SMALL CONSTRUCTION ACTIVITIES) shall be submitted for Department review and approval. Department approval must be obtained prior to beginning construction activities.

N. Temporary Traffic Control Plan:

1. Traffic Control Analysis:

The Design-Build Firm shall design a safe and effective Temporary Traffic Control Plan (TTCP) to move vehicular and pedestrian traffic during all phases of construction. Topics to be addressed shall include, but are not limited to, construction phasing, utility relocation, drainage structures, signalization, ditches, front slopes, back slopes, drop offs within clear zone, temporary roadway lighting and traffic monitoring sites. Special consideration shall be given to the drainage system when developing the construction phases. Positive drainage must be maintained at all times.

The Temporary Traffic Control Plan shall address how to assist with maintenance of traffic throughout the duration of the contract. All hurricane evacuation routes shall be maintained at all times during construction. The Design-Build Firm will maintain access to business, residences, institutions and thru- traffic during construction.

The Temporary Traffic Control Plan shall be prepared by a certified designer who has completed the Department’s Advanced Maintenance of Traffic training course, and in accordance with the Department’s Design Standards and the Plans Preparation Manual.

February 8, 2016 Page 156 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Transportation Management Plans (TMPs) are required for significant Projects which are defined as:

1. A Project that, alone or in combination with other concurrent Projects nearby, is anticipated to cause sustained work zone impacts.

2. All Interstate system Projects within the boundaries of a designated Transportation Management Area (TMA) that occupy a location for more than three days with either intermittent or continuous lane closures shall be considered as significant Projects.

A TMP will consist of three components:

(1) Temporary Traffic Control Plan (TTCP) component; (2) Transportation Operations (TO) component; and (3) Public Information (PI) component

Additional information can be found in Volume 1 / Chapter 10 of the PPM.

Due to the projects’ vicinity to the attractions hub of downtown City of Miami and the number of current and planned construction projects, which will create overlapping work zones and impact areas, the projects covered within this RFP meet the criteria of a Significant Project. Please refer to Attachment A-23 for the Transportation Management Plan (TMP) Requirements.

The Design-Build Firm shall coordinate with TTCP plans on any adjacent projects for consistency in the maintenance of traffic. It is anticipated that construction by others will be underway or near completion at each end and within this project during the life of this Contract. Coordinate construction operations with those of other Contractors as necessary.

The Design-Build Firm shall use advanced traffic modeling software tools to analyze the impacts of their TTCP on traffic operations for the entire impacted network area (as defined in Attachment A-23). This includes, but is not limited to, modeling of all phases of construction, ramp operations, freeway weaving/merge/diverge conditions, detour route alternatives, TTCP alternatives and any changes to traffic signal time/phasing (within construction area and along detour routes). Any signal timing/phasing changes coinciding with a phase of construction shall be coordinated with the Department and the Miami-Dade County Traffic Signals and Signs Division (TS&S) for concurrence and implementation. Implementation of any changes shall occur by midnight (12:00 AM) on the night prior to the beginning of that construction phase.

The Design-Build Firm shall supplement any lane closure forms with the use of advanced traffic modeling to assess queue build-up and dissipation time. This information shall help in the decision making process on number of lane closures allowable and time-of-day for closures and/or beginning of construction times.

The Design-Build Firm will be responsible to submit traffic models/simulations and analysis with the 90% TTCP and prior to implementation. The models shall utilize the traffic volumes and input parameters provided in the Department’s traffic models included in Attachment A-23. The results of the models / simulations should show a travel time equal to or better than the Department’s concept model / simulation. This information shall help in the decision making and plans review process. Approval will be at the discretion of the Department.

Modifications to other local streets and traffic patterns will need to be clearly identified in the Traffic Control Plan. Modifications to traffic patterns to other local streets will need to be approved by the local

February 8, 2016 Page 157 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 maintaining agency (Miami-Dade County or City of Miami) and will be the responsibility of the Design- Build Firm to obtain such approvals.

I-395 Specific The regulatory speed of 45 mph on I-395 (SR 836) will be uniformly maintained within the limits of the work zone for each area. Regulatory speed on ramps may be lowered by 10 mph from the existing posted speed, but at no time shall be less than 25 mph.

The Temporary E-N Connector Ramp may be lowered to 20 MPH during construction of the proposed E- N Connector. It is a goal for the Department to reduce the amount of time this ramp is operating under these conditions.

Existing number of travel lanes shall be maintained along I-395 at all times, except as specified in the Closures section below.

For the Direct Connect Ramps at the Midtown Interchange, the existing number of lanes must be maintained except ramp E-N and N-E which may be reduced to one lane, except as specified in the Closures section below.

Existing number of travel lanes shall be maintained along the following arterials and local streets during construction, except as specified in the closures section below:  NE/NW 14th Street  N Miami Avenue  NE 1st Avenue  NE 2nd Avenue  Biscayne Boulevard

End I-395 Specific

I-95 Specific No reduction in the number of travel lanes along I-95 shall be permitted, except during the times specified in the Closures section below. End I-95 Specific

MDX Specific The regulatory speed of 45 mph on SR 836 will be uniformly maintained within the limits of the work zone for each area. Regulatory speed on ramps may be lowered by 10 mph from the existing posted speed, but at no time shall be less than 25 mph.

A minimum of three travel lanes in each direction shall be maintained along SR 836, except during the times specified in the Closures section below. End MDX Specific

I-395 and I-95 Specific Entrance and Exit Ramp number of lanes as well as intersection terminals will follow the minimum lane requirements as shown in the Conceptual Temporary Traffic Control Plan for all phases. See Conceptual Temporary Traffic Control Plan provided in Reference Documents – RD-01 and RD-0195. End I-395 and I-95 Specific

February 8, 2016 Page 158 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

MDX Specific See conceptual Temporary Traffic Control Plan provided in Reference Documents – MDXRD-01. End MDX Specific

The Temporary Traffic Control Plan shall be constructed in the minimal phases as possible.

Local events and the Project’s impact on these events (lane closures) shall be considered in the development of the Temporary Traffic Control Plan.

2. Temporary Traffic Control Plans:

The Design-Build Firm shall utilize Index Series 600 of the Department’s Design Standards, and the Manual on Uniform Traffic Control Devices, as minimum criteria, where applicable. Should these standards be inadequate, a detailed Temporary Traffic Control Plan shall be developed. The Design-Build Firm shall prepare plan sheets, notes, and details; as necessary for proper construction and implementation of the Temporary Traffic Control Plan; to include the following:

(1) Typical/ cross section sheet(s) (2) profiles (3) drainage structures (4) temporary roadway lighting (5) retaining wall details (6) sheet piling details (7) general notes and construction sequence sheet(s) (8) typical detail sheet(s) (9) traffic control plan sheet(s) (10) Curve Data for all temporary alignments and (11) detour diagrams

Portable Changeable Message Signs (PCMS) shall be placed within five hundred (500) feet of the Project Limits. These signs serve as advanced construction notice and shall be in place two (2) weeks prior to the start of construction activities. At the completion of the two (2) week advanced construction notice period the signs shall be removed. The message should notify motorists that roadway construction is commencing and display the begin month and date. Portable Changeable Message Signs shall be in place seven (7) days in advance of any lane or ramp closure. The display shall alternate with messages stating the exit name to be closed and the date and time of closure.

Existing overhead signs and status DMS signs for the Port of Miami Tunnel shall be maintained and be operational at all times. The existing over height vehicle detection system components shall be maintained operational at all times. The Design-Build Firm shall coordinate any impacts to existing signs or over height vehicle detection system with the Department and the Concessionaire for the Department’s Port of Miami Tunnel and Access Improvement Project.

Pedestrian and Bicycle Access during Construction

The Design-Build Firm shall maintain existing pedestrian access on all sidewalks, transit facilities, and at all intersections. Pedestrian sidewalks and paths shall be maintained and continue to conform to ADA requirements. When the Design-Build Firm allows work areas to encroach upon a sidewalk or crosswalk area, and a minimum clear width of 4’ cannot be maintained for pedestrian use, an alternative accessible pedestrian route shall be provided.

February 8, 2016 Page 159 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

3. Traffic Control Restrictions:

The Traffic Control Plan provided by the Department in the Concept Plans shall serve as minimum requirements to the Design-Build Firm’s Traffic Control Plan. The Design-Build Firm shall make provisions to permit existing drives on all cross streets be maintained open at all times.

NO LANE CLOSURES allowed on the Project during the events listed in Section VIII.K., Project Schedule. The Contractor can resume work once traffic subsides to an acceptable level at the approval of the Engineer.

Closures:

All requests for lane closures (except in the event of emergencies) shall be submitted 14 working days prior to closure, detour or MOT phase change by submitting the required Electronic Lane Closure Form (www.fdotlcis.com), sketches, calculations, and other data through the Engineer to the District Traffic Operations Office. All lanes of traffic shall be open in each direction unless approved by the Engineer in advance.

I-395 Specific All expressway to expressway movements via direct connect ramps shall be maintained operational, except during the times except for closures allowed by this section of the RFP. The only exception will be the weekend closure of Ramp SE (NB I-95 to EB I-395) prior to Phase 2 opening to traffic; to complete the punch thru/construction of the EBCON (SB I-95 to EB I-395). This work shall not occur during an event weekend.

Movement Reason Duration RAMP SE (NB I-95 to EB I- Completion of EBCON 1 Weekend Saturday 12:00AM 395) to Monday 5:30 AM End I-395 Specific

A lane may only be closed while work is being performed. All lane closures, including ramp closures, must be reported to the local emergency agencies, the media and the District Public Information Officer within the time frame specified by the Department. All lanes of traffic shall be reopened at the end of the allowed lane closure time interval. The Design-Build Firm shall schedule and phase work activities to ensure lane closures do not exceed the allowable lane closure time. Also, the Design-Build Firm shall develop the project to be able to provide for all lanes of traffic to be open in the event of an emergency.

No lane closures shall be allowed on a Friday preceding a Saturday holiday, or the Monday following a Sunday holiday. The Department Engineer may adjust lane closure times if conditions warrant.

Single lane closures: Single lane closures shall occur during non-peak hours and on non-event days/nights/weekends or 2 hours after the end of a special event. Mainline and direct connect ramp non-peak hours are:  11:00 pm to 5:30 am Sunday thru Thursday nights  2:00 am to 6:30 am, Friday and Saturday nights

Non-peak hours for all other ramps are:  10:00 pm to 6:30 am Sunday thru Thursday nights  11:00 pm to 7:00 am Friday and Saturday nights

February 8, 2016 Page 160 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Multiple Lane Closures: Multiple lanes in the same direction on the mainlines may be closed on I-395, SR 836 and I-95 as follows:  12:00 am to 5:30 am Monday thru Thursday nights  2:00 am to 6:30 am Holidays, Friday, Saturday, and Sunday nights

Closure of all lanes in one or both directions is considered a complete closure.

Complete Closures: Complete closures of I-395, SR 836, I-95, ramps, and Biscayne Boulevard will only be allowed for overhead beam erection construction, bridge demolition, straddle bent and the demolition or installation of overhead sign structures (including ITS gantries). These complete closures may only be executed during non-peak hours as allowed for Multiple Lane Closures. All complete closures are subject to the approval of the Department.

Detours and Local Road Closures: A minimum of one lane in each direction shall be maintained open at all times along the following arterials and local streets, unless a complete closure is warranted for overhead erection activities as approved by the Department. All lane reductions and closures within the following arterials and local streets shall be coordinated with the maintaining agencies; City of Miami, Miami-Dade County, and Florida Department of Transportation.

 NW 3rd Avenue  NW 17th Avenue  NW North River Drive/NW 11th Street  NW 13th Avenue  NW 12th Avenue  NW 10th Avenue  NW 7th Avenue  NW 15th Avenue  NW South River Drive  NW North River Drive/NW 11th Street  NW 14th Street

The closures of other cross streets within the project area will require an approved detour plan. Adjacent cross streets may not be closed simultaneously. Closures of and detours on local streets require the use of off-duty officers as required by the local government.

Closures not approved as part of a long term detour plan must occur during non-peak hours:  10:00 pm to 5:30 am Sunday thru Thursday nights  11:00 pm to 7:00 am Friday and Saturday nights

The Design-Build Firm shall provide detour plans to include, but not limited to, detour routes, detour signing, lane closures at points of closure, portable VMS placement and messages and location of off-duty law enforcement for all detours. The Design-Build Firm shall coordinate with all other projects in the area to avoid overlapping detour routes. The Design-Build Firm shall coordinate all detour routes with Miami- Dade County Signals, Signs Division and with the owners of detour facilities at least five (5) working days in advance of detour date to allow for implementation of special traffic signal timing patterns on the detour

February 8, 2016 Page 161 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 routes as necessary. Access for emergency vehicles to the hospitals in the shall be maintained at all times. Closures impacting access shall be performed in a way that emergency vehicle access is maintained.

4. Work Restrictions

All associated work activities shall take place within public right of way. The Design-Build Firm shall be solely responsible for obtaining any temporary permits, leases, etc., that it desires for any required construction staging outside the Project Right of Way, without any involvement by the Department. Any area where the Design-Build Firm may propose as construction staging areas must be surveyed prior to use and restored to the original working condition as acceptable to the Department.

Use of Department owned Right of Way by the Design-Build Firm for the purpose of equipment or material storage, lay-down facilities, pre-cast material fabrication sites, batch plants for the production of asphalt, concrete or other construction related materials, etc. shall require advance approval by the Department. Potential areas are shown in RD-06 and MDXRD-04. Use of Department owned Right-of-Way by the Design-Build Firm for these purposes is expressly limited to the Total Project.

I-395 Specific The Design-Build Firm may utilize all or part of Parcel 171 during construction, as long as the following restrictions are abided by for the Adrienne Arsht Center for Performing Arts (Arsht Center):

 When the full parcel is required to be used for construction of the I-395 facility, the Design-Build Firm shall provide up to 60,000 SF of supplemental parking split between a maximum of three locations in an area bound by NE 15th Street, Herald Plaza, NE 11th Terrace, and NE 1st Avenue.

 When a portion of the parcel is required to be used for construction, the Design-Build Firm shall provide supplemental parking split between a maximum of three locations in an amount equal to the space required for construction. Supplemental parking is bound by NE 15th Street, Herald Plaza, NE 11th Terrace, and NE 1st Avenue.

 When a portion of the parcel is required for construction, the Design-Build Firm shall maintain open access and circulation for the Arsht Center valet parking. There shall be a clear and distinct separation with separate entrance/exits provided for each of the two areas.

 Any unpaved supplemental parking areas shall be improved to have at least a compacted surface with a minimum of 2 inches hot mix asphalt on a compacted subgrade or 9 inches of #5 course aggregate spread 3 inches of #8 to fill in the top void, and finish with vibratory plate compacting the surface. The Design-Build Firm shall provide adequate drainage.

 All supplemental parking areas must be approved by the Department in its sole discretion. End I-395 Specific

MDX Specific The Contractor shall adhere to the special work restrictions and special conditions associated with the temporary and permanent construction easements for parcels shown under Attachment MDXA-15.

Grove Park

February 8, 2016 Page 162 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

In addition, there are special work restrictions and requirements when construction activities are within the Grove Park area. The Grove Park properties impacted consist of the following locations:

1) 1491 NW South River Drive, Miami, FL 33125 2) 1501 NW South River Drive, Miami, FL 33125 3) 1480 NW South River Drive, Miami, FL 33125 4) 1459 NW South River Drive, Miami, FL 33125 5) 1458 NW South River Drive, Miami, FL 33125

The Design Build Firm shall survey the property within the proposed construction area and videotape and photograph the existing conditions and produce a photographic log of the main features and any existing damage, with the permission of the property owner prior to construction. The information shall be submitted to the MDX PIO and the FDOT Project Manager.

The Design Build Firm shall coordinate with each property owner the applicable features to be provided as listed below prior to any construction. The Design Build Firm shall coordinate all of the activities with the property owners through the MDX PIO Representative Teresita Garcia at the following contact information:

Teresita Garcia 2601 S. Bayshore Drive, Suite 1000 Miami, FL 33133 786.277.9292 – Cell 305.859.2050 – Main [email protected]

In addition, send all correspondence that is sent to the MDX PIO Representative to the FDOT Project Manager.

The work restrictions during construction to the property owners are as follows.

1491 NW South River Drive, Miami, FL 33125 1501 NW South River Drive, Miami, FL 33125  Provide pedestrian, vehicular, and emergency vehicles access to each property owner’s property at all times. Access location shall be coordinated with the property owner prior to construction and throughout the duration of construction activities. The Design Build Firm shall be responsible for constructing any alternate route to their property as applicable.  The Design Build Firm shall notify the property owner in writing at least two (2) weeks in advance of construction activities that will require any alternate access route, if applicable, to their property.  Access for construction area and access for property owners shall be fenced independently.  The temporary fencing shall be Type B chain link fence (6 ft. Standard) with the ability to close and lock the gates during non-working hours. Gates shall be as needed by Design Build Firm to access the construction area and allow the property owner access to the property.  The property owner shall be provided with two (2) key(s) to the locked gate(s) to access their property.  The Design-Build Firm shall coordinate with the property owner to provide parking areas for each property equal to the number of existing parking areas within that property, within the location of

February 8, 2016 Page 163 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

the temporary and or permanent construction easements during the construction period. Said parking may be adjusted by the contractor within the temporary construction and permanent easements to allow for construction equipment and activities, alternate parking area within the property shall be provided.  Beam Erection shall take place on no more than four consecutive days for SR 836 eastbound and four consecutive days for SR 836 westbound.  The Design-Build Firm shall remove and protect the necessary fencing, gates, etc. (if applicable), upon previous notification to the property owner, in order to access the construction area and provide temporary fencing to protect the property owner’s property during construction. The property shall be protected by temporary fencing at all time.  The Design-Build Firm shall restore the existing impacted features including but not limited to: gates, electrical gate entry/exit features, electrical connections, mailboxes, fences, driveways (pavement and/or decorative), block walls, lighting, landscaping, sod, etc., to their pre-construction condition within 30 days from the end of the construction in the area of the affected property.  The existing tree and concrete wall with the electrical meters at the 1491 NW North River Drive property shall not be impacted by construction.  The Design-Build Firm shall replace in kind all driveways that are disturbed by the construction with material in kind.

1459 NW South River Drive, Miami, FL 33125  Provide pedestrian, vehicular, and emergency vehicles access to each property owner’s property at all times. Access location shall be coordinated with the property owner prior to construction and throughout the duration of construction activities. The Design-Build Firm shall be responsible for constructing any alternate route to their property as applicable.  The Design-Build Firm shall notify the property owner in writing at least two (2) weeks in advance of construction activities that will require any alternate access route, if applicable, to their property.  Access for construction area and access for property owners shall be fenced independently.  The temporary fencing shall be Type B chain link fence (6 ft. Standard) with the ability to close and lock the gates during non-working hours. Gates shall be as needed by Design Build Firm to access the construction area and allow the property owner access to the property.  The property owner shall be provided with two (2) key(s) to the locked gate(s) to access their property.  Beam Erection shall take place on no more than four consecutive days for SR 836 eastbound and four consecutive days for SR 836 westbound.

1458 NW South River Drive, Miami, FL 33125 1480 NW South River Drive, Miami, FL 33125  Provide pedestrian, vehicular, and emergency vehicles access to each property owner’s property at all times. Access location shall be coordinated with the property owner prior to construction and throughout the duration of construction activities. The Design-Build Firm shall be responsible for constructing any alternate route to their property as applicable.  The Design-Build Firm shall notify the property owner in writing at least two (2) weeks in advance of construction activities that will require any alternate access route, if applicable, to their property.  The Design-Build Firm shall coordinate with the property owner to provide parking areas for each property equal to the number of existing parking areas within that property, within the location of

February 8, 2016 Page 164 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

the temporary and or permanent construction easements during the construction period. Said parking may be adjusted by the contractor within the temporary construction and permanent easements to allow for construction equipment and activities, alternate parking area within the property shall be provided.  Beam Erection shall take place on no more than four consecutive days for SR 836 eastbound and four consecutive days for SR 836 westbound.  The Design-Build Firm shall replace in kind all driveways that are disturbed by the construction with material in kind.

Interim Parking Lots 1 & 2 Parking Lots 1 and 2 will be impacted during construction and based on the final configuration of the proposed project. The Design-Build Firm shall reconfigure the parking lots as necessary to provide proper circulation during each phase of construction and minimize the impacted number of parking stalls. The conceptual sequence of construction is referenced under MDXRD-01. The Design-Build Firm shall adhere to the following restrictions within the Courthouse Parking (Lot 1) and the Jury Parking (Lot 2) facilities.

 Lot 1 and Lot 2 shall not be impacted simultaneously. The Design-Build Firm shall complete all construction within the Lot 1 area and restore Lot 1 prior to impacting Lot 2.  The construction sequence within Lot 1 shall be completed consecutively such that the SR 836 EB construction immediately follows the SR 836 WB construction, and vice-versa, within the parking lot areas.  Contractor shall notify MDX and Miami Dade Parking Authority 2 weeks prior to beginning work within these locations.  The total number of parking stalls shall not be reduced by more than 23 parking stalls for Lot 1 and by 16 parking stalls for Lot 2 during the temporary condition.  The Design-Build Firm shall utilize the infield area within the loop ramp at NW 12th Avenue and NW 11th Street for supplemental parking to supplement Lot 1 and Lot 2. During construction within Lot 1, the supplemental parking is intended to supplement Lot 1 parking. During construction within Lot 2 and Lot 5, the supplemental parking is intended to supplement Lot 2 and Lot 5 parking. The supplemental parking lot shall not impact the existing tolling site along the loop ramp  Pedestrian access shall be maintained to the Courthouse and adjacent buildings at all times through the existing sidewalks along NW 13th Avenue and NW North River Drive.  Reconfiguration of existing parking lots to the temporary or final condition shall be during weekends only, beginning on Friday 11 pm to Monday at 5 am.

The Design-Build Firm shall coordinate with Miami Dade Parking Authority and Miami Dade County for the temporary parking layout prior to design and construction. The intent of the restrictions is to minimize the number of parking stalls impacted during construction.

Women’s Detention Center Access to the Women’s Detention building’s delivery bay must be accessible at all times. All construction activities within the area of the Women's Detention Facility shall be coordinated with the Department of Corrections prior to any construction activities. The point of Contact is:

Eugenio Raposo C&R Facilities Superintendent, CGC, PMP

February 8, 2016 Page 165 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Construction Management Division Miami-Dade Corrections and Rehabilitation Department 2525 NW 62nd Street, Suite 3123 Miami, Florida 33147 (786) 263-6407 Office (305) 753-6714 Cell [email protected].

Eduardo Villavicencio Commander of Facilities Management Bureau Construction Management Division Miami-Dade Corrections and Rehabilitation Department 2525 NW 62nd Street, Suite 3123 Miami, Florida 33147 786-263-6409 office 305-546-8898 cell [email protected]

End MDX Specific

O. Environmental Services/Permits/Mitigation:

The Design-Build Firm shall be responsible for preparing designs and proposing construction methods that are able to be permitted. The Design-Build Firm will be responsible for any required permit fees. All permits required for a particular construction activity will be acquired prior to commencing the particular construction activity. Any delays due to incomplete or erroneous permit application packages; agency rejection; agency denials; agency processing time; or any permit violations, except as provided herein, will be the responsibility of the Design-Build Firm, and will not be considered sufficient reason for a time extension or additional compensation. As the permittee, the Department or MDX, as appropriate, are responsible for reviewing, approving and signing the permit application package including all permit modifications, or subsequent permit applications prior to submittal to the regulatory agencies.

If, as a result of design changes proposed by the Design-Build Firm, compensatory environmental mitigation is required, it shall be the responsibility of the Design-Build Firm to pay for the mitigation.

The Project specific Environmental Services/Permits have been identified as specific requirements as listed in Section VIII.E.

 NEPA Requirements

The Design-Build Firm shall be responsible for reviewing the approved Environmental Document of the PD&E Study.

The Design-Build Firm is responsible for coordinating with the District Environmental Office any engineering information related to Environmental Reevaluations. The Design-Build Firm will not be compensated for any additional costs or time associated with Reevaluation(s) resulting from proposed design changes.

The Design-Build Firm may propose changes which differ from the approved Interchange Proposal Report (if applicable) and/or the PD&E Study. Proposed changes must be coordinated through the Department. If changes are proposed to the configuration, the Design-Build Firm shall be responsible for preparing the necessary analyses and documentation required to satisfy requirements to obtain approval of the

February 8, 2016 Page 166 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Department and, if applicable, FHWA. The Design-Build Firm shall provide the required documentation for review and processing. Approved revisions to the configuration may also be required to be included in the Reevaluation of the NEPA document or SEIR Reevaluations. The Design-Build Firm will not be compensated for any additional costs or time resulting from proposed changes.

I-395 Specific A FEIS was approved on July 16, 2010 for the project and is included as Attachment A-08. A Design Change/Construction Advertisement Reevaluation was signed on June 10, 2015 prepared by the Department and the document is included as Attachment A-08. End I-395 Specific

MDX Specific The Categorical Exclusion Type II, inclusive of the Summary of Environmental Checklist, was approved on July 12, 2011 for the project and is included as Attachment Document MDXA-05. A Design Change/Construction Advertisement Reevaluation was signed on July 12, 2015 prepared by the Department is included as Attachment MDXA-14. End MDX Specific

 Cultural Resources

Historic sites and archaeological sites will not be available to the Design-Build Firm for staging or stockpiling activities. This includes those listed below and those sites that may be encountered during construction. The Design-Build Firm shall comply with the requirements with respect to the discovery of human remains during construction. In the event that human remains are found during construction activities, the provisions of Chapter 872.05, Florida Statutes, will apply. Chapter 872.05, F.S., states that, when human remains are encountered, all activity that might disturb the remains shall cease and may not resume until authorized by the State Medical Examiner and the State Archaeologist. In addition, the Design- Build Firm shall immediately notify the Department ISDO-Environmental Management Section – Cultural Resources Coordinator at (305) 470-5231 and the MDX Project Manager at (305) 551-8100.

I-395 Specific Five significant historic properties are located within the vicinity of the Project:  Sears, Roebuck, and Company Department Store Tower (Sears Tower) (1300 Biscayne Boulevard)  St. Johns Baptist Church (1328 NW 3rd Avenue)  Dr. William A. Chapman House (526 NW 13th Street)  Black Police Precinct Building (1009 NW 5th Avenue)  FECR (NW 1st Avenue)

The locations of these sites are provided in the 2014 Cultural Resource Assessment Survey (CRAS) Reevaluation provided in Reference Document RD-02. Two of the five sites are listed on the National Register of Historic Places (NRHP) and the three other sites were determined eligible for NHRP listing.

No recorded archaeological sites were identified within the Project area and the Project does not lie within any locally designated archaeological sites or zones. End I-395 Specific

MDX Specific Four significant historic resources are located within the vicinity of the Project:  Grove Park Historic District (Between NW 17th Avenue and Miami River)

February 8, 2016 Page 167 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

 Tatum House (1501 NW South River Drive)  Merrill-Stevens Dry Dock Company (1270 NW 11th Street)  Dr. William A. Chapman House (526 NW 13th Street).

The locations of these sites are provided in the 2008 Cultural Resource Assessment Survey (CRAS) provided in Reference Document MDXRD-02. The four sites were determined eligible for NRHP listing and the Dr. William A. Chapman House is listed locally by the City of Miami. Within the Grove Park Historic District, there are 51 contributing resources, three of which are within close proximity to the proposed improvements; The Tatum House, the Burdine House (1459 NW South River Drive), and the property at 1491 NW South River Drive (which does not have a historic structure). The Tatum House is an individually eligible property for NRHP listing.

No recorded archeological sites were identified within the Project area. However, the Project does fall within a City of Miami Archeological Conservation Area. The Design-Build Firm will be responsible to monitor this area during construction. The monitoring person must be approved by the Department, in its sole discretion. See project commitments in Section VIII.D. End MDX Specific

 Section 4(f) (federal projects only)

Section 4(f) of the Department of Transportation Act of 1966, Title 23 United States Code (U.S.C.) Section 138 and Title 49 U.S.C. 303 provides protection for publicly owned parks, recreation areas, wildlife and waterfowl refuges, and publicly or privately owned historic sites or properties, from conversion to a transportation use. FHWA guidance requires that any impacts from the use of a Section 4(f) property for highway purposes be evaluated. The Department completed an assessment of the Project’s potential impacts and it was determined that based on the Concept Plans, Section 4(f) impacts to nearby recreational or historic properties are not anticipated.

The Design-Build Firm shall review environmental requirements of any proposed staging areas with the District Environmental Permits Coordinator at (305) 470-5281 at least seventy-two (72) hours prior to use. No staging or other activities for this project will be allowed within or adjacent to any public park or recreational site, or on any sites listed on, or eligible for listing the National Register of Historic Places identified in the CRAS documents prepared for the Project, or any other Section 4(f) Resource.

I-395 Specific Gibson Park and Museum Park (previously Bicentennial Park) were documented as recreational facilities within the project area. Staging or stockpiling is not allowed on these properties at any time during construction. End I-395 Specific

MDX Specific Within the project area there are parks, historic resources, and conservation areas. There are five municipal (City of Miami) parks near the project area, staging or stockpiling is not allowed on these properties at any time during construction.  EG Sewell Park – 1801 NW South River Drive (on south bank of Miami River)  Highland Circle Park – NW 13th Street between NW 8th and 9th Avenue  Broward Circle/Pine Heights Mini Park – NW 8th Avenue at NW 15th Street  Grove Park (median strip) – NW South River Drive & NW 16th Avenue.  Grove Park Mini Park – NW 8th Street & NW 15th Avenue

February 8, 2016 Page 168 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

End MDX Specific

 Wetlands and Mitigation. I-395 Specific Although no wetlands were identified within the project corridor, the eastern project limit extends over Biscayne Bay which is Outstanding Florida Waters and part of the Biscayne Bay Aquatic Preserve. Widening of the West Channel Bridges of the MacArthur Causeway will occur to the inside of the bridge and will include superstructure improvements only. No substructure work is proposed. All work will be conducted from the existing bridge and no in-water work is anticipated. Due to work occurring over Outstanding Florida Waters, no degradation of water quality is permitted and the Design-Build Firm shall prevent the discharge of foreign material into the water and ensure that turbidity levels do not exceed zero (0) Nephelometric Units (NTUs) above ambient background levels.

A Benthic Survey was performed in September 2013 for the western end of the MacArthur Bridge. No benthic resources were identified within the footprint of the proposed bridge widening activity; therefore, any increased shading will have no adverse effect. The Project will have no impact to wetlands or other surface waters and no mitigation is required. End I-395 Specific

MDX Specific Although no wetlands were identified within the project corridor, the western project limit extends over the Miami River and one of its tributaries, Wagner Creek, which are both Outstanding Florida Waters and part of the Biscayne Bay Aquatic Preserve. The SR-836 high level bridges over the Miami River will be widened to the outside. In-water work is anticipated for the construction of the piers, foundations and the new fender system. For Wagner Creek, the two connectors will bridge over the creek and no in-water work is anticipated. Due to work occurring over Outstanding Florida Waters, no degradation of water quality is permitted and the Design-Build Firm shall prevent the discharge of foreign material into the water and ensure that turbidity levels do not exceed zero (0) NTUs above ambient background levels.

A Benthic Survey was performed in March 2015 for the SR 836 Bridges over the Miami River. Two shoal grass (Halodule wrightii) beds, separated by 60 feet, were identified in proximity to the northern shoreline of the Miami River and the SR 836 bridge. While no impacts are anticipated, a monitoring plan has been provided under Reference Document MDXRD-02. End MDX Specific

 Wildlife and Habitat I-395 Specific Biscayne Bay is habitat for Federally listed threatened and endangered species including the West Indian manatee (Trichechus manatus), Johnson’s seagrass (Halophila johnsonii), smalltooth sawfish (Pristis pectinata) and sea turtles.

Due to work occurring over Biscayne Bay along the MacArthur Causeway, coordination has occurred with both US Fish and Wildlife Service (USFWS) and National Marine Fisheries Service (NMFS). It has been determined that the Project will have no effect on Johnson’s seagrass, smalltooth sawfish and sea turtles. In order to not adversely affect the West Indian manatee, the Design-Build Firm shall adhere to the following conditions:  Bridge widening will be conducted from the top of the bridge only;  No in-water work;

February 8, 2016 Page 169 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

 The Standard Manatee Conditions for In-Water Work shall be followed; and,  Foreign material shall be prevented from entering Biscayne Bay. End I-395 Specific

MDX Specific The Miami River is habitat for Federally listed threatened and endangered species including the West Indian manatee (Trichechus manatus), Johnson’s seagrass (Halophila johnsonii), wood stork (Mycteria americana) and sea turtles. In addition the corridor is within wood stork core foraging area (CFA)..

Due to work within the Miami River, coordination has occurred with both US Fish and Wildlife Service (USFWS) and National Marine Fisheries Service (NMFS). It has been determined that the Project will have minimal effects on Johnson’s seagrass, wood storks and sea turtles. In order to not adversely affect the West Indian manatee, the Design-Build Firm shall adhere to the following conditions:  The Standard Manatee Conditions for In-Water Work shall be followed; and,  Foreign material shall be prevented from entering the Miami River. End MDX Specific

The Design-Build Firm shall comply with all Federal and State requirements regarding endangered and threatened species and State listed species of special concern. Should these species be encountered, the Design-Build Firm shall contact the District Permits Coordinator at (305) 470-5281 within 24 hours of each encounter.

 Contaminated Materials

CSERs were performed for the project corridor during the PD&E Study phase to determine the potential for contamination involvement associated with project construction. The following CSERs are provided with this RFP as reference documents.

I-395 Specific Construction Impacts: 1. CSER- I-395 Corridor: From West side of the Midtown Interchange to the Approaches of the West Channel Bridges of the MacArthur Causeway, FM No. 251670-1-22-02 dated September 2008 in Reference Documents - RD-02. 2. Update CSER- I-395 Corridor: Technical Memorandum From West side of the Midtown Interchange to the Approaches of the West Channel Bridges of the MacArthur Causeway, FM No. 251670-1-22-02 dated January 30, 2013 in Reference Documents - RD-02. Based on the above reports, Impact to Construction Assessments were performed by the Department along the project corridor to determine the potential for construction impacts associated with project construction. The details of the assessment activities including project information updates are found in the following documents, included in Reference Documents - RD-02.

1. Impact to Construction Assessment Report (ICAR) I-395 Project: From West side of the Midtown Interchange to the Approaches of the West Channel Bridges of the MacArthur Causeway, FM No. 251688-1-22-02 dated April 2015. 2. Impact to Construction Assessment Report (ICAR) I-395 Expansion Project: Parcel 171; FM No. 251688-1 dated June 30, 2015.

February 8, 2016 Page 170 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Based on the ICAR reports and project conceptual plans, contamination has been identified in the following areas:  East of Biscayne Blvd., between STA 127+75 and STA 138+00, Baseline NE 13th Street, (from Biscayne Blvd. to end of Project Limits) and East of Biscayne Blvd. between NE 11th Street to end of Project Limits. Further identification of the location of the contamination is located within the ICARs mentioned above;

 Southeast portion of property located to the north of NE 12th Street between NE 1st Court and NE 2nd Avenue. Further identification of the location of the contamination is located within the ICARs mentioned above;

 North portion of the property located south of NE 13th Street between Biscayne Blvd. and NE 2nd Avenue. Further identification of the location of the contamination is located within the ICARs mentioned above.

Contaminated Soils Management: The contaminants of concerns and specific locations of contaminated soils are provided in the ICAR’s noted above. Contaminated soils have been identified within the two locations within the project corridor noted below.

 East of Biscayne Blvd., between STA 127+75 and STA 138+00, Baseline NE 13th Street, (from Biscayne Blvd. to end of Project Limits) and East of Biscayne Blvd. between NE 11th Street to end of Project Limits. Further identification of the location of the contamination is located within the ICARs mentioned above;

 North portion of the property located south of NE 13th Street between Biscayne Blvd. and NE 2nd Avenue. Further identification of the location of the contamination is located within the ICARs mentioned above. The Department will be responsible for the testing, removal, handling, transportation and disposal of all identified and unidentified, contaminated and/or hazardous materials encountered during construction, in accordance with Standard Specification 120 Excavation and Embankment. In areas where the CAR Contractor performs excavation of contaminated soils and/or installation of construction features, the CAR Contractor will only provide equipment and labor to perform the direct soils removal and/or installation of construction features through contaminated areas. CAR Contractor’s scope of work will be limited to performing soil removal, installation, backfill and compaction activities up to 2 feet (may change based on particular area and upon approval of the Department’s District Contamination Impact Coordinator (DCIC) below the existing grade or proposed finished grade, whichever is lower. The Design-Build Firm is responsible for all work from the above referenced elevation to the finished grade elevation. The Design-Build Firm shall be responsible to provide and pay for Maintenance of Traffic (MOT), bedding materials, suitable fill materials, structures, pipe, and other associated materials necessary to accomplish the scope of work through the contaminated areas. The Design-Build Firm, at no additional cost to the Department, shall prepare work areas prior to the mobilization of the CAR Contractor to include clearing and grubbing, provide CAR Contractor adequate storage and equipment laydown facilities in reasonable

February 8, 2016 Page 171 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 proximity to the work areas and provide areas with sufficient capacity to stockpile, sample and subsequently dispose of contaminated soils. Contaminated soils defined as hazardous and/or exceeding Commercial/Industrial Cleanup standards shall be excavated, stockpiled and disposed of by the CAR Contractor. Contaminated soils which are deemed to meet residential or commercial standards may be utilized within the project corridor upon approval by the Department Project Engineer in coordination with the DCIC. If contaminated but suitable materials can be reused within the project corridor, Design-Build Firm shall incorporate reusable soils within the project corridor at no additional costs to the Department. The Design-Build Firm shall be responsible for the performance of all quality control testing, (densities etc.) of the work performed by the CAR Contractor; however, Design-Build Firm will not be responsible for the Quality of the work associated with work activities performed by the CAR Contractor. Lead and Asbestos  Removal of Existing Structures

The Contractor shall comply with all Federal, State, and Local laws pertaining to work involving safety and pollution control. This includes but is not limited to the Occupational Safety and Health Administration (OSHA) Guidelines:

Fact Sheet No. Topic 93-47 Worker Protection 93-48 Engineering Controls 93-49 Housekeeping and Personal Hygiene Practices 93-50 Protective Clothing 93-51 Respirator Protection 93-52 Medical Surveillance

This also includes but is not limited to the following provisions of the Code of Federal Regulation and all requirements contained in the Clean Air Act of 1977 and 1990.

CODE OF FEDERAL REGULATIONS

Number Topic 29 CFR 1910 Subpart Q OSHA Welding, Cutting, and Brazing 29 CFR 1910.134 OSHA Respirator Protection 29 CFR 1910.1200 OSHA Hazardous Communication 29 CFR 1926.59 OSHA Hazardous Communication 29 CFR 1926.62 OSHA Lead Exposure in Construction 29 CFR 1926.354 OSHA Welding, Cutting, and Heating in Way of Preservative Coating 29 CFR 1926.1127 Cadmium 40 CFR 50 National Primary and Secondary Ambient Air Quality Standards Appendix B Reference Method for the Determination of Total Suspended Particulate Matter in the Atmosphere (High Volume Method) Appendix G Reference Method for Determination of Lead in Suspended Particulate Matter collected from Ambient Air Appendix J Reference method for Determination of particulate Matter as PM 10 in the Atmosphere (High Volume Method) 40 CFR 58 EPA Ambient Air Quality Surveillance (PM 10 Monitoring)

February 8, 2016 Page 172 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

40 CFR 122 EPA Administrated Permit Program: The National Pollutant Discharge Elimination System 40 CFR 260 through 273 EPA Hazardous Waste Regulations

Additional items the Contractor shall adhere to:

EPA Report No. SW 846. Test Methods for Evaluating Solid Waste Physical/Chemical Tests EPA Toxicity Characteristic Leaching Procedure, Test Method 1311 SSPC-SP11 Power Tool Cleaning to Bare Metal SSPC-Guide 6, Guide for Containing Debris Generated During Paint Removal Operation SSPC-Guide 7, Guide for the Disposal of Lead-Contaminated Surface Preparation Debris.

During any burning, torch cutting, or any operation which would cause the existing paint to be heated above 506°F, the paint shall be vacuum shrouded power tool cleaned to bare metal (ref. SSPC-SP11) a minimum of 4 inches from the area of heat application or the employee(s) within the regulated area shall be protected by supplied air respirators (ref. 29 CFR 1926.354). The Contractor shall refer to OSHA Lead Exposure in Construction (29 CFR 1926.62) for guidance.

 Disposal Ownership and disposal of materials removed by the Contractor shall be in accordance with Section 110 the Standard Specifications.

The Contractor is responsible for proper collection, sampling, classification, packaging, labeling, accumulation time, storage, manifesting, transportation, and disposal of any removed materials. This shall be in accordance with SSPC Guide 7, the Federal Water Pollution Control Act, Resource Conservation and Recovery Act, 40 CFR parts 260-273, and all other Federal, State, and Local regulations. The Contractor shall separate all solid and liquid waste as well as collect all liquids used at hygiene stations and handle as potential hazardous waste. No waste stabilization methods will be allowed.

If waste is characterized as hazardous, the Contractor shall obtain an EPA/FDEP Hazardous Waste Identification Number (EPA/FDEP ID Number) prior to transportation and disposal of any hazardous waste. The Department will be the Generator of the hazardous waste. The EPA/FDEP ID Number shall only be used for hazardous waste generated from removal of the designated portion of the sea wall. The Contractor shall submit a copy of all completed hazardous waste manifests to the Engineer.

Refer to Reference Document RD-02 for Lead and Asbestos reports. End I-395 Specific

MDX Specific Construction Impacts: 1. CSER- I-395 Corridor: From West side of the Midtown Interchange to the Approaches of the West Channel Bridges of the MacArthur Causeway, FM No. 251670-1-22-02 dated September 2011 in Reference Documents - MDXRD-02. 2. Update CSER- I-395 Corridor: Technical Memorandum From West side of the Midtown Interchange to the Approaches of the West Channel Bridges of the MacArthur Causeway, FM No. 251670-1-22-02 dated October 2014 in Reference Documents - MDXRD-02. 3. CSER for utility relocation dated April 23, 2015 in Reference Documents MDXRD-02.

February 8, 2016 Page 173 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Based on the above reports, a Contamination Impact Assessment was performed by MDX along the project corridor to determine the potential for construction impacts associated with project construction. The details of the assessment activities are found in the Contamination Impact Assessment Report (CIAR) Level 2 Project: dated December 2014 located under Reference Documents - MDXRD-02. Based on the CIAR and project conceptual plans, no groundwater/soil contamination was identified in the immediate vicinity of the project corridor. End MDX Specific

Dewatering Impacts: Several potentially contaminated sites located within a 500-ft. radius of the project corridor have been identified. The Design-Build Firm shall coordinate the DCIC during the project design phase for technical assistance before applying for a dewatering permit from any environmental regulatory agency to avoid potential contamination plume exacerbation and determine proper groundwater management associated with such sites. In particular, Design-Build Firm operations within the areas noted below shall be reviewed with the DCIC: I-395 Specific  East of Biscayne Blvd., between STA 127+75 and STA 138+00, Baseline NE 13th Street, (from Biscayne Blvd. to end of Project Limits) and East of Biscayne Blvd. between NE 11th Street to end of Project Limits. Further identification of the location of the contamination is located within the ICARs mentioned above;  Southeast portion of property located to the north of NE 12th Street between NE 1st Court and NE 2nd Avenue. Further identification of the location of the contamination is located within the ICARs mentioned above.

End I-395 Specific

MDX Specific  Area bounded by NW 11th Street to the south, NW 14th Street to the north, North River Dr. to the west and the Metrorail to the east.  NW 8th Avenue to the west, I-95 to the east, NW 12th Street to the south and NW 16th Street to the north.

End MDX Specific

In the case of dewatering within contaminated areas, CAR Contractor will only be responsible for the proper management and/or disposal of the contaminated effluent from Design-Build Firm’s dewatering operation. Design-Build Firm, at no additional costs to the Department, shall provide adequate staging areas for the CAR Contractor’s remedial, treatment equipment, and transport the dewatering effluent to the established treatment systems as needed.

General Provisions: For groundwater monitoring wells found within the Project right of Way, the Design-Build Firm shall be required to adhere to Sub-article 110-10.1 of Section 110 (Clearing and Grubbing) in the FDOT Standard Specifications for Road and Bridge Construction – “Water Wells Required to be Plugged.” The Design-Build Firm shall indemnify the Department against any and all claims arising from Design-

February 8, 2016 Page 174 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Build Firm’s handling, storage, transportation or disposal of contaminated materials. The Design-Build Firm shall also be solely and totally responsible, at its own cost, for completely assessing and remediating any contamination caused by its own activities in accordance with applicable environmental regulatory requirements. This includes, but is not limited to, spillage/leakage of contaminants from equipment and/or portable tanks used in constructing the project.

P. Signing and Pavement Marking Plans:

The Design-Build Firm shall prepare signing and pavement marking plans in accordance with the requirements of the Contract Documents.

Potential signing locations and language are identified within the Concept Plans.

The Design-Build Firm is responsible for removing or replacing existing signs outside or within the Project Limits in order to conform to the overall design. Coordination will be required with the Department’s Port of Miami Tunnel and Access Improvement Project for modification to the port tunnel signage and status DMS. Coordination with adjacent projects is also required during construction and for final signing.

All interchange guide signs and lane designation signs on the mainline, ramps and local roads shall be mounted overhead.

Street name signs shall be provided within the Project Limits at all ramps to street and street to street intersections. Street name signs shall conform to style and size requirements of the maintaining agency.

The Design-Build Firm shall be responsible for the design of all new sign supports (post, overhead span, overhead cantilever, bridge mount and any applicable foundations). The Design-Build Firm shall show all details (anchor bolt size, bolt circle, bolt length, etc.) as well as all design assumptions (wind loads, support reactions, etc.) used in the analysis. Mounting types for various signs shall not be changed by the Design- Build Firm (i.e. if the proposed or existing sign is shown as overhead it shall be overhead and not changed to ground mount) unless approved by the Department. Any existing sign structure to be removed shall not be relocated or reused.

It shall be the Design-Build Firm’s responsibility to field inventory and show all existing signs within the Project Limits. It shall be the Design-Build Firm’s responsibility to address all regulatory and warning signage along the Project.

I-395 Specific All existing signage and structures within the Project Limits including single and multi-post sign assemblies shall be entirely replaced and upgraded to meet current standards.

The exit signage for ramp B on EB Mainline I-395 shall include advisory ramp speed as depicted in the signing Concept Plans.

Special emphasis markings, as depicted in Standard Index 17346, shall be utilized for all pedestrian crossings at the following intersections:  Biscayne Boulevard and NE 11th Terrace / Ramp D  Biscayne Boulevard and NE 13th Street End I-395 Specific

February 8, 2016 Page 175 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

I-95 Specific Existing signage and structures not impacted by construction may remain in place. End I-95 Specific

MDX Specific The Signing Master Plan is located under MDXRD-01.

All existing signage and structures within the Project Limits including single and multi-post sign assemblies shall be entirely replaced and upgraded to meet current standards. End MDX Specific

Q. Lighting Plans:

The Design-Build Firm shall provide a lighting design and a lighting analysis, and prepare lighting plans in accordance with Department criteria.

I-395 Specific Also refer to the Concept Design Plans (see Reference Document RD-01) and the Aesthetics Manual (see Attachment A-18). The lighting shall be metal halide. High pressure sodium shall only be allowed as shown in the Concept Plans. Fixtures shall be as shown in Lighting Report.

The Design-Build Firm shall develop and submit for approval, a complete set of lighting plans showing Load Center/Circuit/Pole Number identification plan that is compatible with the adjacent lighting systems maintenance identification scheme.

All lighting impacted by surface street widening and reconstruction as described in section E-roadway plans shall be replaced to meet current standards.

Where existing roadway lighting circuit sources (services, load centers, etc.) are being removed, the Design- Build Firm shall either: 1. Provide a new load center per current codes and all applicable criteria. 2. Identify an existing load center capable of feeding the proposed lighting while meeting all current codes and all applicable criteria.

All modified load centers shall comply with all applicable criteria and shall be in like new condition.

Existing light poles, luminaire arms, luminaires, and load centers identified for removal shall be coordinated with the Department as to whether these features will become the property of Design-Build Firm or salvaged, transported, and delivered to the Department for future use.

The Design-Build Firm shall perform detailed field reviews. Review and document all lighting (poles/luminaires, sign luminaires, etc.), circuiting, load centers, service points, utility transformers, etc., within the scope of work. This review includes: conductors, conduit, grounding, enclosures, voltages, mounting heights, pullboxes, etc. This review also includes circuits outside the scope of work that originate or touch this Project’s scope of work.

All deficiencies within the Project scope shall be identified and corrected. Any deficiencies outside the Project scope shall be brought to the attention of the Department.

February 8, 2016 Page 176 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

After the field reviews are completed, all damaged and/or non-functioning equipment shall be documented and forwarded to the Department prior to the start of construction. All damaged and/or non-functioning equipment within the scope of work are required to be replaced or repaired by the Design-Build Firm to meet all the requirements of the Contract Documents and shall be in like-new condition.

Where new electrical services are required, the Design-Build Firm shall coordinate final locations of distribution transformer and service pole to minimize service and branch circuit conductors and conduit lengths. Preliminary electrical service locations have been coordinated with and provided by FPL- Distribution: Karen Lund. The preliminary electrical service locations are shown in/on RD-01 – Lighting Analysis Report. Each service point shall be separately metered.

The Design-Build Firm shall comply with any permit requirements of the owners within the Project Limits.

Lighting System Requirements

Provide a complete lighting system for the Structure including the following lighting elements as described in the section below.  Roadway Lighting  Aesthetic Lighting for o Signature Bridge o Roadway Portals o Under Deck o Abutments  Aviation Beacons.

All lighting system elements must comply with the Aesthetics Manual and be coordinated with the Aesthetic Lighting Package.

The lighting systems shall be independently designed based on the requirements of the owner of the Right- of-Way in which each is being built in. Lighting systems proposed outside of the FDOT Right-of-Way shall not be connected to lighting systems proposed inside the FDOT Right-of-Way. Existing lighting systems shall be modified as part of this project to ensure the above requirements are met. FPL service points shall be coordinated so any service point only provides power to one agency and shall be built within the Right- of-Way of the agency it is serving. A service point shall not provide power to more than one agency.

1. Roadway Lighting

All roadway lighting poles shall be located and shielded so they do not light or washout the lighting effect of the aesthetic lighting on the Signature Bridge or cables.

Roadway Luminaire Requirements- Highway a. Signature Bridge Luminaire Standard: Top mounted fixture b. Typical Roadway Luminaire Standard: Top mounted fixture

Roadway Luminaire Requirements- Local Streets All lighting impacted by surface street widening and reconstruction as described in Section IX.E., Roadway Plans, shall be replaced to meet current standards.

February 8, 2016 Page 177 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

a. Poles, luminaires and lamps to match or be compatible with the existing roadway luminaires on each street. Different poles and luminaires are required for the different districts inside the project area. b. No poles to be located under the structure. Use structure mounted lights as described in the Aesthetic Lighting section.

2. Aesthetic Lighting

All Aesthetic Lighting shall be designed in accordance with the Aesthetics Manual defined in Attachment A-18. Design the system to minimize maintenance requirements and reduce the impact maintenance routines have on the Structure’s operation. Except as noted below, design all aesthetic lighting hardware, fixtures and fixture attachments for a Design Life of 25 years (i.e. Structures Manual, Volume 3, Table 3.8.3-2).

Signature Bridge Aesthetic Lighting

The Signature Bridge must have an LED, color-changing, programmable aesthetic lighting system separate from any general roadway lighting for vehicular use. The lighting will highlight the main structural features of the bridge’s form, including the cables/stays. The highlighted surfaces shall create aesthetically pleasing night views of the Signature Bridge for both motorists using the bridge and onlookers from all of the many vantage points in the area. Surfaces washed with light will be done so evenly so the lighting is not spotty. Aesthetic lighting fixtures will be inconspicuously mounted so they do not detract from the appearance of the structure during the day or at night. If direct view fixtures are used their mounting details must be designed to enhance the appearance of the bridge structure.

All Signature Bridge aesthetic lighting will be down-lighting and focused on a particular feature of the bridge, except for the cable/stay lighting which will be illuminated. All lights will be concealed to avoid direct view of travelers, avoid creating habitats for birds, avoid light spill (use shrouds or cut-offs as needed), and simplify the ease of maintenance. Broad flood lighting shall be avoided. Detail Signature Bridge aesthetic lighting features to be easy to access for maintenance, but which are vandal proof. Continuous lines of LED are preferred over flood lighting not only for programmable imagery but to allow for better color mixing. Design Signature Bridge aesthetic lighting hardware, fixtures and fixture attachments for a Design Life of Fifty (50) years (i.e. Structures Manual, Volume 3, Table 3.8.3-2).

The underside of the Signature Bridge will be highly visible to the many viewers at the city street level, therefore the underside of the deck superstructure will be illuminated. However, superstructure illumination shall not reach the streetscape unless it is intentional and contributes to the light quality at the street level.

Signature Bridge Aesthetic Lighting Controls

The color-changing LED lighting on the Signature Bridge shall be controlled by a programmable aesthetic lighting control system. The system shall have the ability to be controlled from:

the District 6 headquarters; a location within the Project Limits, as approved by the Department; and any other location(s) determined by the Department in its sole discretion.

It shall be programmed to run kinetic or static displays for both nightly illumination and special events, and shall be programmable to automatically turn on and off at a set time and with optic light cells.

February 8, 2016 Page 178 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Streetscape Portal Lighting

At the street level along the entire corridor, portals are defined as areas where streets or trails pass beneath the structure for vehicular and pedestrian traffic traveling north or south. At each of these portals, the ground plane will be illuminated by a strip of linear, white LED luminaires. These luminaires will also have a lens so as to cast a glow of light on the mounting surface as well. The fixtures will be surface-mounted along the center of the bottom of the box girder soffit in a continuous line, starting from above the outer edge of the sidewalk, stretching across the roadway to the outer edge of the sidewalk on the other side of the street. This will be repeated at each occurrence of this detail along each roadway and sidewalk passing under the structure. Refer to Attachment A-18, Aesthetics Manual, for portal lighting locations. This luminaire will be selected so as to provide sufficient roadway and sidewalk illumination.

At the Signature Bridge the portal luminaires will run continuously along the soffit for the full length of the Signature Bridge span(s).

Streetscape Secondary Area Lighting

Secondary areas are defined as areas below the Structure that are not already categorized as portals. Evenly spaced down-lights, mounted along the centerline of the bottom of the superstructure box girders, will illuminate these secondary areas, eliminating shadows and increasing pedestrian comfort and safety.

Abutment Lighting

All abutments faces in Zones 1, 2 and 3 are illuminated by white LED, wall washing luminaires mounted to the top of the wall. These luminaires are spaced to provide even illumination of the abutment walls. The lighting will highlight the form liner relief pattern applied to the abutments face.

End I-395 Specific

MDX Specific See Attachment MDXA-07 for Lighting Criteria and Requirements. End MDX Specific

R. Signalization and Intelligent Transportation System Plans:

1. General

The Design-Build Firm shall prepare Signalization and Intelligent Transportation Plans in accordance with the requirements of the Contract Documents.

The Design-Build Firm shall prepare design plans and provide necessary documentation for the procurement and installation of the Signalization and Intelligent Transportation System devices as well as overall system construction and integration. The construction plan sheets shall be in accordance with the requirements of the Contract Documents and include, but not be limited to:

Project Layout / Overview sheets outlying the locations of field elements • Detail sheets on:  Dynamic Message Sign (DMS) Structure, DMS attachment, DMS display/layout, DMS

February 8, 2016 Page 179 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

insert  Closed Circuit Television (CCTV) structure, CCTV attachment, CCTV operation/layout  Vehicle Detection System (VDS) structure, VDS attachment, VDS operation/layout  Overhead Over Height Detector  Fiber optic vaults, pullbox and conduit  Power Service Distribution  Wiring and connection details  Conduit, pull box, and vault installation  Communication Hub and Field Cabinets  System-level block diagrams  Device-level block diagrams  Field hub/router cabinet configuration details  Fiber optic Splicing Diagrams  System configuration/Wiring diagram/Equipment Interface for field equipment at individual locations and communications hubs.  Maintenance of Communications (MOC) Plan  Trench details  Wireless Path Study for new radio communication installation and associated Shop Drawings

Signalization plans prepared for District Six have requirements in addition to, and different from FDOT Standards when the project is within the jurisdiction of Miami-Dade County as the maintaining agency.

The Design-Build Firm may contact Aurelio del Valle with the Miami-Dade County PWD by telephone at (305) 592-8925 or by e-mail at [email protected].

The Design-Build Firm may contact Wendy Conforme with MAT Concessionaire for the PortMiami Tunnel by telephone at (305) 929-0563 or by e-mail at [email protected].

I-395 Specific Signal work shall be required at the following intersections (also refer to Signal Concept Design Plans, See Reference RD-01):  Intersection NW 14th Street and NW 3rd Avenue (ID: 2373)  NW 1st Place and NW 14th Street (ID: 2372)  I-395 WB On-ramp and N Miami Avenue (ID: 6933)  I-395 EB Off-ramp and N Miami Avenue (ID: 6934)  I-395 WB On-ramp at NE 1st Avenue (ID: 6935)  I-395 WB On-ramp, NE 1st Avenue and NE 13th ST (ID: 2364)  NE 12th Street and NE 1st Avenue (ID: 3684)  I-395 WB Off-ramp and NE 1st Avenue (ID: 6399)  I-395 EB Off-ramp, NE 1st Ave and NE 11 Terrace (ID:6936)  NE 2nd Ave and NE 12th St (ID: 3685)  I-395 Off-ramp and NE 2nd Ave (ID: 6400)  NE 2nd Ave and NE 11th Terrace (ID: 6401)  SR-5/US-1/Biscayne Blvd and NE 11th Terrace (ID: 3645)  Bayshore Ct and NE 13th St (ID: 2361)  NE 2nd Avenue and NE 13th ST (ID 2363)  Biscayne Blvd/US-1 and NE 13th ST (ID 2362) End I-395 Specific

February 8, 2016 Page 180 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

MDX Specific: The following intersections require signal work:

 SR 836 WB Connector Off Ramp (Ramp M) at NW North River Drive (new ID: 6959)  NW 12th Avenue and NW 12th Street (ID: 3402)  NW 10th Avenue and NW 14th Street (ID: 2376)

The Design-Build Firm shall use as a starting point of their design the following requirements at each project intersection. The requirements include, but are not limited to:

 SR 836 WB Connector Off Ramp (Ramp M) at NW North River Drive: New signalized intersection with mast arms, LED signal heads, Internally Illuminated Street Name Signs (IISNS), pedestrian signals and pushbuttons, and Controller Cabinet. The Design-Build Firm shall ensure all signalization components are designed within the respective jurisdiction’s Right of Way (R/W). Sidewalk re-construction and roadway improvements are anticipated to accommodate new signalization construction.  NW 12th Avenue and NW 12th Street: All existing mast arms at this intersection may remain per the conceptual design. The Design-Build Firm shall replace existing bridge mounted signals and signs on the NW 12th Avenue SB approach. The Design-Build Firm shall coordinate with MDCPWWMD to determine the necessary signalization improvements required to establish a new connection for the new bridge mounted signals including but limited to, conduits, signal cables, pull boxes, and controller cabinet assembly.  NW 10th Avenue and NW 14th Street: The Design-Build Firm shall upgrade this signalized intersection with new mast arms, LED signal heads, IISNS, pedestrian signals and pushbuttons, and Controller Cabinet. The Design-Build Firm shall remove the existing span wire assembly and provide temporary signalization as required during construction of the proposed signalization components. Sidewalk re-construction, and roadway improvements are anticipated to accommodate new signalization construction. End MDX Specific

I-395 and I-95 Specific Anticipated DMS features and details: DMS Feature* Approximate Direction Notes Location

Proposed freeway DMS shall be walk-in access type, full-color, I-395 on ramp and EB full matrix with a minimum character height of 18 inches using NW 3rd Ave. LED technology.

Proposed freeway DMS shall be walk-in access type, full-color, I-395 and NW 3rd EB full matrix with a minimum character height of 18 inches using Ave. LED technology.

February 8, 2016 Page 181 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Proposed freeway DMS shall be walk-in access type, full-color, I-395 WB to I-95 WB full matrix with a minimum character height of 18 inches using NB ramp and FEC LED technology. Railroad

Proposed freeway DMS shall be walk-in access type, full-color, I-395 and WB full matrix with a minimum character height of 18 inches using Biscayne Blvd. LED technology.

Proposed arterial DMS shall be front-access type, full color, full NE 13 St. and WB Arterial matrix with a minimum character height of 12 inches using Biscayne Blvd. Light Emitting Diode (LED) technology and mounted on cantilever structures.

Proposed arterial DMS shall be front-access type, full color, full Biscayne Blvd. SB Arterial matrix with a minimum character height of 12 inches using and NE 16th St. Light Emitting Diode (LED) technology and mounted on cantilever structures.

Proposed arterial DMS shall be front-access type, full color, full Biscayne Blvd. NB Arterial matrix with a minimum character height of 12 inches using and NE 10th St. Light Emitting Diode (LED) technology and mounted on cantilever structures.

Proposed freeway DMS shall be walk-in access type, full-color, I-95 and NW 8th NB full matrix with a minimum character height of 18 inches using St. LED technology.

Proposed freeway DMS shall be walk-in access type, full-color, I-95 and NW 26th NB and full matrix with a minimum character height of 18 inches using St. SB LED technology.

 All mainline DMS shall be capable of supporting 3 lines 21 characters per line and has a minimum display matrix of 96 rows by 400 columns. The pixel-pitch for the proposed freeway DMS shall be 20 mm.  All arterial DMS shall be capable of supporting 3 lines messages, 18 characters per line and has a minimum display matrix of 64 rows by 240 columns. The pixel pitch for the proposed arterial DMS shall be 20 mm.

End I-395 and I-95 Specific

The Design-Build Firm is responsible for ensuring compliance with Department Regional ITS architecture and 23 CFR Part 940 as applicable. Regional ITS architecture means the applicable regional portion of the Statewide ITS Architecture located at www.consystec.com/florida/default.htm. This includes, but is not limited to, the update of a concept of operations, update of a system engineering management plan (SEMP), and update of a requirement traceability verification matrix (RTVM) as well as coordination of document review. Refer to Attachment A-12 for the SEMP, RTVM and ConOps.

February 8, 2016 Page 182 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

The Design-Build Firm shall prepare an inventory of existing Signalization and Intelligent Transportation System equipment and report which devices will be removed, replaced, or impacted by project work.

In addition to inventorying the existing ITS devices, the Design–Build firm will protect existing ITS infrastructure that will remain, as well as making provision for temporary ITS communications and relocation of ITS devices as necessary to preserve the overall operation of the existing ITS system.

I-395 Specific  Refer to Reference Documents RD-01 for ITS Plans.  The Design-Build Firm may contact Sergio Bravo, FDOT ITS Systems Specialist by telephone at (305) 499-2482 or by e-mail at [email protected]  The Design-Build Firm may contact Wendy Conforme with MAT Concessionaire for the PortMiami Tunnel (POMT) by telephone at (305) 929-0563 or by e-mail at wendy.conforme@mat- tunnel.com. End I-395 Specific

I-95 Specific  Refer to Reference Documents RD-0195 for ITS Plans.  The Design-Build Firm may contact Sergio Bravo, FDOT ITS Systems Specialist by telephone at (305) 499-2482 or by e-mail at [email protected]  Firm may contact Wendy Conforme with MAT Concessionaire for the PortMiami Tunnel (POMT) by telephone at (305) 929-0563 or by e-mail at [email protected]. End I-95 Specific

MDX Specific The Design-Build Firm may contact the Miami Dade Expressway Authority (MDX):  Ramon Borges at (305) 265-5477 or [email protected]  Ivan del Campo at (305) 264-2557 or [email protected] End MDX Specific

2. Design and Engineering Services:

The Design-Build Firm shall be responsible for all Signalization and ITS design and engineering services relating to the Total Project. All ITS system components shall be new unless otherwise identified for relocation as shown in the Concept Plans. Functionality of new equipment shall meet or exceed replaced equipment.

The design of the new system shall integrate with the existing devices. The design shall include the necessary infrastructure and components to ensure proper connection of the new ITS components. This shall include but not be limited to all proposed ITS components of this project as well as existing sub- systems that remain or are re-deployed as the final project.

At a minimum, the ITS work in this project consists of the following major components:  Replacement of any ITS System components (the Department or the POMT) that are impacted by the Design-Build Firm’s work as approved by the Department. All equipment shall be new unless otherwise specified. All new equipment shall meet or exceed replaced equipment specifications and functionality, including but not limited to CCTV coverage area, DMS display, VDS coverage area, and communication operability.

February 8, 2016 Page 183 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

 DMS – Includes sign support structures, static signs, and mounting brackets for full size DMS, ADMS and DMS inserts.  CCTV Camera – Includes concrete poles, camera lowering devices and mountings to provide 100% CCTV Camera coverage of the project corridor and per the POMT direction and approval of the proposed plans. In addition, each DMS shall have a dedicated verification CCTV camera.  VDS - Includes concrete poles and mountings to detect all general purpose and express lanes along the project corridor. The Department VDS devices shall be spaced at approximately 1/3 mile intervals on each side of the roadway. The POMT VDS devices shall be spaced per the POMT direction and approval of the proposed plans.  Removal of any ITS System components that are impacted by the Design-Build Firm’s work as approved by the Department or the POMT respectively.  Removal of the existing lateral drops from the backbone to the existing mainline toll facilities and from the existing ramp toll facilities that will or may be removed as part of this project. The lateral drops disconnected from the backbone shall be re-spliced “in-kind” to match respective fiber strand(s) and buffer tube(s) as approved by the Department.  Testing of fiber optic backbone and lateral drops furnished and installed or modified by the Design- Build Firm.  The existing Over Height Vehicle Detector will remain operational until the new Over Height Vehicle Detector has been tested and confirmed operational by the POMT Project Manager.  Impacted POMT ITS equipment power and communication connections shall be separate and distinct from the Department ITS equipment. Electrical wiring will be configured with antitheft devices, possibly with use of aluminum wire, pullbox locks, or other method approved by the Department and the POMT Project Manager. The District 6 ITS electrical infrastructure shall use copper wire and not aluminum wire.  Testing of the Intelligent Transportation Systems.

The Design-Build Firm shall avoid conflicts with Landscape Plans within the Department Right-of-Way. The Design-Build Firm shall ensure that the design and construction of each ITS project and each landscape project is entirely coordinated with existing and proposed ITS facilities and landscapes.

3. Construction and Integration Services:

The Design-Build Firm shall be responsible for all Signalization and ITS construction and integration services relating to the Project.

4. Testing and Acceptance:

All equipment furnished by the Design-Build Firm shall be subject to monitoring and testing to determine conformance with all applicable requirements of the Contract Documents. The Design-Build Firm is responsible for the coordination and performance of material inspection and testing, field acceptance tests, and system acceptance tests. The times and dates of tests must be accepted in writing by the Department Project Manager or the POMT Project Manager respectively. The Design-Build Firm shall conduct all tests in the presence of the Department Project Manager, the POMT Project Management or designated representative.

February 8, 2016 Page 184 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

5. Existing Conditions

This section is intended to provide a general overview of the existing conditions of the Department’s and POMT’s ITS Systems and its components such as the fiber optic network (FON) communications infrastructure within the Project Limits. Refer to the concept plan for existing ITS equipment locations. In addition, the Design-Build Firm shall refer to the ITS As-Built Plans provided with this RFP as Reference Documents for additional information and shall be responsible for field verifying all existing site conditions within the Project Limits.

The ITS components shall be defined as follows:  Closed Circuit Television (CCTV) Camera System: The Department’s CCTV Camera System consists of pan-tilt-zoom (PTZ) cameras along the corridor that are typically spaced at one (1) mile intervals. The CCTV cameras are used by Department staff for incident management and traffic monitoring. The cameras are integrated and communicate with Local Hubs along the corridor via the single mode FOC communications backbone installed along the corridor. The POMT’s CCTV system, although not as extensive as the Department’s, operates similarly.  Dynamic Message Sign System (DMS). The DMS consists of both mainline and arterial dynamic message signs (ADMS) and provide roadway information and travel times. The mainline DMS are located at select locations along the corridor. The mainline DMS are connected and communicate via the single mode FOC communications backbone installed along the corridor. The Arterial Dynamic Message Sign ADMS communicate with wireless radios to a hub site connected to the single mode FOC communications backbone installed along the corridor. The POMT’s DMS inserts are part of the POMT ITS equipment and communicate via the POMT’s single mode FOC and radio communication system.  Vehicle Detection Systems (VDS): The VDS consists of non-intrusive microwave technology sensors used to collect vehicle volume, speed and occupancy data from mainline travel lanes. The detectors are typically located at approximately one-third (1/3) mile intervals. The detectors are installed on stand-alone concrete poles and/or attached to other ITS device structures in a side-fired configuration to detect data on a lane by lane basis. The VDS is used for incident detection by Department staff and to communicate with the single mode FOC communications backbone installed along the corridor. The POMT’s VDS system, although not as extensive as the Department’s, operates similarly.  Fiber Optic Network (FON): The FON infrastructure provides communications for ITS and Tolls components. The FON is composed of the FOC communications backbone, lateral connections and communications equipment including but not limited to field and HUB Ethernet switches, port servers, routers, fiber patch panels installed at the various ITS device(s) serving as a local HUB. The POMT’s FON infrastructure, although not as extensive as the Department’s, operates similarly. The POMT’s FON is separate and distinct from the Department’s FON. In addition to the FON, the POMT has radio communication equipment.  For clarification purposes, any reference in this RFP to the mainline fiber optic backbone that is installed along the corridor shall be defined as the “backbone”. The fiber optic cable between the backbone and a building (ramp and mainline locations) shall be defined as the “Tolls lateral”. The fiber optic cable between the backbone and ITS components shall be defined as the “ITS lateral”.  The Department’s FOC communications backbone consists of a single mode fiber optic cable and conduit, locate tone wire, warning tape, fiber route markers, pull boxes, and splice boxes. The

February 8, 2016 Page 185 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

backbone provides access points for the various ITS and Toll System components along the corridor for network connectivity as previously described.  The majority of the Department’s ITS components are connected to the backbone through a lateral single mode fiber optic cable inside conduit. The majority of the POMT’s ITS components are connected through a six (6) count single mode fiber optic cable inside one (1), 2-inch HDPE conduit and radio communication equipment to a backbone single mode fiber connection.

I-395 and I-95 Specific See Attachment A-22 for Road Ranger Requirements. See Attachment A-12 for SEMP and ConOps End I-395 and I-95 Specific

MDX Specific See Attachment MDXA-10 for Intelligent Transportation System Requirements. See Attachment MDXA-11 for Open Road Tolling Infrastructure. See Attachment MDXA-12 for Toll System Integrator Toll Site Civil Construction Requirements. End MDX Specific

S. Landscape Architecture:

I-395 Specific

The scope of includes an existing tree inventory plan, Tree Disposition Plan, Concept Plan, Landscape Plan and landscape establishment plan, prepared by a Licensed State of Florida Registered Landscape Architect. Prior to the beginning of work meet with the District Landscape Architect (DLA) for the purpose of coordination and to discuss adherence to the Governing Regulations and Aesthetic Manual. The Design- Build Firm’s Schedule of Values shall include Landscaping as a specific line item.

1. Existing Tree Inventory Plan Perform an Existing Tree Inventory by an International Society of Arboriculture Certified Arborist. Using ¼ inch hemp rope encircle the tree; attach aluminum tags impressed with the tree identification number matching the tree identification numbering in the Tree Inventory Plan provided – Reference Document RD-02. Submit tree Tagging method to the DLA for review. Remove tree tags at the completion of the establishment period.

Produce an Existing Tree Inventory Plan graphically illustrating locations of existing trees. Include an Existing Tree Inventory chart with the following: •Tree number •Species •Caliper of tree •Clear trunk of palm •Condition •Disposition - Protect, Relocate or Replace (unless the DLA approves otherwise)

Protect in place. If this is not possible, relocate palms, relocate canopy trees less than 8 inch caliper, replace canopy trees 8 inch caliper or greater with a quantity of the same species having a minimum 3 inch caliper and a cumulative equivalent caliper or greater (for example: removing a 10 inch

February 8, 2016 Page 186 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

caliper tree requires replacement with the same species of two 5 inch caliper trees or four 3 inch caliper trees).

2. Tree Disposition Plan Produce a Tree Disposition Plan based on the Existing Tree Inventory that graphically illustrates existing, relocated and replaced tree locations. Coordinate with the DLA for new locations, plan details and the District’s Standard Landscape and Relocation Notes.

Perform relocation and replacement work at the start of the project. Coordinate with the DLA for new locations, plan details and the District’s Standard Landscape and Relocation Notes

The cost of tree relocation and removal, as well as the removal of invasive plant species shall be included in the Schedule of Values under Clearing and Grubbing.

. 3. Concept Plan Produce a rendered Concept Plan with a minimum of 3 perspectives for review by the DLA. 4. Landscape Plan Produce a Landscape Plan as a component of the Roadway Plan. Include District’s Standard Landscape and Relocation Notes in Plan. A Minimum of 50% of large plant material must be native, canopy trees. Terrace sloped embankments for level planting areas. Preserve the existing sidewalk Burle Marx pattern, along the east and west side of Biscayne Boulevard and/or restore any such sidewalk damaged or disrupted by construction back to its original design and condition. For such sidewalk that is widened, the Design-Build Firm shall submit an extension of the Burle Marx pattern for approval by the Department in its sole-discretion. Included a unit cost breakdown for landscaping with the 90% and 100% plan submittals. 5. Landscape Establishment Plan The Establishment Plan includes existing, proposed and relocated trees. Produce an Establishment Plan detailing the activities required throughout the establishment period and submit to the DLA for review and approval. Include at a minimum: • Watering • Weeding • Mulching • Fertilizing • Pruning • Mowing and extents of mowing • Litter removal • Fruit removal • Species specific establishment requirements •Removal of category one invasive exotic species, as defined by the Florida Exotic Pest Plant Council (www.fleppc.org).

February 8, 2016 Page 187 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

Submit the Landscape Establishment Plans to the DLA for review with the 90% and 100% Landscape Plans. The Design-Build Firm must abide by Landscaping Specification provided in Attachment A-36. The Design-Build Firm is obligated to provide the Department a Warranty/Maintenance Bond in the amount of One Million Dollars ($1,000,000) as defined in the Attachment A-36, along with complying with all other provisions of the Attachment. End I-395 Specific

MDX Specific 1. Generalities:

a. Landscaping on the MDX 83611 Project will be included at a later date under a separate contract.

b. The Design-Build Firm shall be responsible for the following:

i. The tree relocation within the MDX System and/or facility of all trees identified in the Tree Disposition Plans prepared by the Design-Build Firm, as directed by MDX Engineer; ii. The tree removal and disposal of all trees identified in the Tree Disposition Plans prepared by the Design-Build Firm and, iii. The removal and disposal of all invasive species within the MDX Right of Way limits (inclusive of all Australian Pines, Brazilian Pepper, Maleluca, Lead Tree, Castor Bean, Tropical Soda Apple, and, any other invasive plant species).

c. It is the responsibility of the Design-Build Firm to perform the necessary investigation of the existing conditions to determine the number of trees to be relocated as well as the number of invasive species to be removed, as required for the Construction of the Project and as shown conceptually in the MDX 83611 Tree Disposition Plan – Reference Document MDXRD-01. The Design-Build Firm shall be responsible for the preparation of all Tree Disposition Plans pursuant to the Design-Build Firm’s findings during the investigation of the existing conditions. Tree Disposition Plans and Specifications shall be approved by the MDX Engineer.

d. All removal of trees and palms shall include stump grinding of eighteen inches (18”) below base of trunk. Stump holes shall be backfilled with planting soil of an evenly blended mixture of eighty percent (80%) of fresh water sand (medium to coarse grade) and twenty percent (20%) of inland glades muck, or equivalent, in maximum of 12 inch layers and compact to 80 - 85% of the maximum dry density standard proctor. These materials shall be proportioned by volume rather than weight. Final grading shall seamlessly connect to existing grading in planting areas.

e. The cost of tree relocation and removal, as well as the removal of invasive plant species shall be included in the Schedule of Values under Clearing and Grubbing.

2. Tree protection and certified arborist work description for the project:

a. The bridge construction of SR 83611 will potentially affect plant material located

February 8, 2016 Page 188 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

underneath or adjacent to MDX's right of way limits. Many of the neighboring trees located in private property have half or even more of their canopies within MDX's right of way and within the proposed construction boundaries. The Contractor is responsible that all measures to protect the existing trees located in the neighboring private properties are considered and applied, prior to starting construction and during the whole duration of the construction.

b. As part of the contract, a Certified Registered Arborist shall be hired by the Design-Build Firm to be responsible throughout the whole construction phase for the monitoring of the tree protection in all locations of the project, and primarily in the limited access area west of the Miami River.

c. CERTIFIED ARBORIST QUALIFICATIONS: Certified Arborist shall be a Registered Consulting Arborist® (RCA) with American Society of Consulting Arborists or an ISA Board Certified Master Arborist, shall have Qualifications in the Preparation of Tree Risk Assessments, and shall have a minimum of five (5) years of experience in Florida.

d. The following are the responsibilities of the Certified Registered Arborist:

i. Preparation of report with recommendations related to tree protection, tree pruning, and tree removal in case that trees are identified as hazard trees: Prior to the initiation of construction, prepare and submit to the MDX's representative a photographic report and evaluation of conditions of trees and palms with all recommendations, for review and approval by MDX's representatives, prior to starting the tree pruning, the tree protection activities and tree protection devices installation.

ii. Prior to the initiation of construction, the Certified Arborist shall direct the tree protection layout and installation of tree protection devices, as well as all the pruning activities. The Contractor is responsible of providing means and labor for all work for tree relocation and tree protection work (including fences) during the whole duration of the construction. Certified Arborist shall communicate with MDX's representative to coordinate a construction observation visit.

iii. The Certified Arborist shall be responsible and direct all work related to tree protection, tree removal, tree relocation, pruning, and any tree related work.

iv. In the case of tree protection affecting trees under the bridge construction in general, the Certified Arborist shall be responsible of directing the work related to all necessary root pruning, crown pruning, bracing, tree protection device installation as is appropriate, fence protection installation and the necessary fertilization and watering of the affected trees. Landscape Contractor is responsible of providing a temporary irrigation of the existing trees or temporary manual watering, as per directions of Certified Arborist.

v. Prior to finalization of construction, the Certified Arborist shall prepare and submit to MDX a report with photographic records of all trees, including an evaluation of conditions of each of the remaining trees.

All plant pruning shall be performed as per ANSI Standards.

February 8, 2016 Page 189 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

End MDX Specific

X. Attachments

The Attachments listed below are hereby incorporated into and made a part of this RFP as though fully set forth herein.

General Attachments A-01: Project Advertisement A-02: Division I Design-Build Specifications A-03: Geotechnical Services Requirements-Specifications  Contractor Quality Control General Requirements (SP1050813DB)  Mobilization (SP10000DB)  Structures Foundations (SP4550000DB) A-04: Incentive – Disincentive Provisions A-05: Agreement in Global Settlement Between Florida Gas Transmission Company, LLC and the Department dated August 21, 2013. A-06: Bid Price Proposal Forms:  Project Specific Price Proposal  Bid or Proposal Bond (375-020-34) A-07: Value Added Developmental Specifications  Section 475 Value Added Bridge Components A-13: MDT Adjacent Construction Safety Manual A-15: MDT’s System Safety & Security Certification Program Plan (9/2015) A-24: Signature Bridge Technical Proposal and Structures Component Plan Submittals A-29: Maintenance Requirements A-30: Section 109 of the Special Provisions – Engineer’s Field Office A-31: Specification for Wage Rate Determination A-34: Prohibited Contact List

I-395 Specific Attachments A-08: Project Development & Environmental (PD&E Study)  Final Environmental Impact Statement (FEIS)  Record of Decision (ROD)  Final Environmental Impact Statement (FEIS) Re-evaluation A-09: Permit Requirements A-10: Typical Section Package A-11: Design Variations and Exceptions A-12: ITS Requirements  ITS Deployment Requirements  ITS Operations and Maintenance  PortMiami Tunnel ITS Equipment Specifications  Concept of Operations (ConOps)  Systems Engineering Management Plan  Requirement Traceability Verification Matrix A-14: Miami Metromover Brickell Extension, Basis for Design (Dec. 1989) A-16: FECR Requirements A-17: Pavement Design Package

February 8, 2016 Page 190 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

 Preliminary Pavement Design Package (I-395)  Preliminary Pavement Design Package (Surface Streets) A-18: Aesthetics Manual A-19: Cable Stay Systems A-20: 18 Kip ESAL Report and Traffic Model Data A-21: Resilient Modulus Recommendations and LBR A-22: Road Ranger Requirements A-23: Transportation Management Plan Requirements  (To be added at a future date: Traffic Control Input Parameters) A-25: Parcel Restrictions A-26: Inspection and Maintenance Manual A-27: Agreements Between FDOT and Miami-Dade County (MDT Agreement)  Executed Agreement  Executed Easement A-28: Structural Health Monitoring Requirements A-32: Maintenance Responsibilities Map A-33: Lane Diagram Requirement A-35: Signature Bridge Templates A-36: Landscaping Requirements A-37: Input Parameters Traffic Operation Models

I-95 Specific Attachments A-0995: Typical Section Package A-1095: Design Variations and Exceptions A-1195: Pavement Design Package A-1295: Maintenance Responsibilities Map

MDX SR-836 Specific Attachments MDXA-01: SFWMD Conceptual ERP and SFWMD Notice of General Permit MDXA-02: FDOT and MDX Typical Section Packages MDXA-03: Design Variations and Exceptions MDXA-04: Pavement Design Package MDXA-05: Type 2 Categorical Exclusion MDXA-06: Enhancements Manual MDXA-07: Lighting Criteria and Requirements MDXA-08: Standard Lighting System Asset Identification Tags MDXA-09: ITS Requirements MDXA-10: ITS Equipment – Table Warranty Affidavit MDXA-11: Open Road Tolling Requirements MDXA-12: Toll System Integrator Toll Site Civil Construction Requirements MDXA-13: 18 Kip ESAL Report and Traffic Model Data MDXA-14: Design Change-Construction Advertisement Reevaluation MDXA-15: Right of Way Work Restrictions MDXA-16: Maintenance Responsibilities Map

XI. Reference Documents

The following documents are being provided with this RFP. Except as specifically set forth in the body of this RFP, these documents are being provided for reference and general information only. They are not

February 8, 2016 Page 191 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016 being incorporated into and are not being made part of the RFP, the Contract Documents or any other document that is connected or related to this Project except as otherwise specifically stated herein. No information contained in these documents shall be construed as a representation of any field condition or any statement of facts upon which the Design-Build Firm can rely upon in performance of this contract. All information contained in these Reference Documents must be verified by a proper factual investigation. The bidder agrees that by accepting copies of the documents, any and all claims for damages, time or any other impacts based on the documents are expressly waived.

Listed below are the reference documents (RD) included on the enclosed CD:

General Reference Documents  Form Stipend Agreement

I-395 Specific Reference Documents

RD-01: Concept Plans  Bridge Development Report- Bridge Concept Drawings (Exempt Documents*)  CADD Files (Structures are Exempt Documents*)  Design Documentation  Existing Metromover Guideway Plans (Exempt Documents*)  ITS Plans  Lighting Analysis Report  Pavement Type Selection Report  Roadway and TCP Concept Plans  Signal Master Plan  Signing Master Plan  Stormwater Management Report  Synchro Traffic Model-Interchange Modification Report

RD-02: Environmental  Commitment Tracking (Topic No. 700-011-035a)  CSER  CSER Update  Impact to Construction Assessment Report (ICAR)  Impact to Construction Assessment Report (ICAR) for Parcel 171  Lead and Asbestos Reports  Preliminary Tree Inventory Plan  Roadway Technical Memo (2012)  Sensitive Sites

RD-03: Geotechnical  Field Exploration Program  Preliminary Geotechnical Report for Structures  Report of Mast Arms Borings  Supplemental Preliminary Geotechnical Report For Structures

RD-04: Miscellaneous  PortMiami Tunnel Operations and Maintenance Requirements

February 8, 2016 Page 192 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

 Project Management Plan

RD-05: Plans  251688-3-52-01 Interim As-Built Plans (Exempt Documents*)  Bridges Load Rating Reports (Exempt Documents*)  As-Built Plans (Exempt Documents*)  MacArthur Causeway Bridge – As-Built Plans (Exempt Documents*)

RD-06: Right of Way - Survey  Potential Staging Areas  Right of Way Control Survey  Right of Way Maps  Right of Way Certification

RD-07: Utilities  Draft JPA Technical Special Provision  No Facilities Letters  Preliminary Utility Conflict Matrix  Preliminary Utility Relocation Plans  Preliminary Utility Work Schedules

RD-08: ARC Pass-Fail/Ranking Sheet  ARC Signature Bridge Pass-Fail/Ranking Sheet Form

I-95 Specific Reference Documents

RD-0195: Concept Plans  CADD Files  Drainage Report  ITS Plans  Roadway Plans  Signing and Pavement Marking Plans  Structures Plans (Exempt Documents*)  Traffic Control Plans

RD-0295: Geotechnical  Pavement Core Information Report

RD-0395: Miscellaneous  Community Awareness Plan

RD-0495: Plans  Bridges Inspection Reports (Exempt Documents*)  Existing Bridge Plans (Exempt Documents*)  Load Rating Reports

RD-0795: Utilities  Utility Coordination Documentation

February 8, 2016 Page 193 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

MDX SR-836 Specific Reference Documents:

MDXRD-01: Concept Plans  CADD Files (Structures are Exempt Documents*)  Design Survey  Drainage Plan  Drainage Report  ITS Plan  Lighting Analysis Report  Parking Layout  Right of Way Layout  Roadway Plans (2 pdf files)  Signage Master Plan  Structures Plans (Exempt Documents*)  Toll Master Plan  Traffic Control Plan  Tree Disposition Plan

MDXRD-02: Environmental  Benthic Resource Monitoring Plan  Benthic Resource Survey  CIAR Update Level II Contamination Assessment  CSER for Utility Relocation  CSER Update Level I Contamination Assessment  Section 106 Effects Case Study  Commitment Tracking (Topic No. 700-011-035a)  (To be added at a future date: MDX Lead and Asbestos Report)

MDXRD-03: Geotechnical  Geotechnical Data Report for Bridge Structures  Report of Core Borings  Report of Core Borings (CADD Files)

MDXRD-04: Right of Way - Survey (Note: All these reference documents, except “Potential Staging Area”, will be made available at a later date).  Right of Way Maps  Construction Easements (Ground)  Construction Easement (Aerial)  Temporary Construction Easement  Right of Way Control Survey  Right of Way Certification Memorandum  Potential Staging Area

MDXRD-05: Existing Plans  SR 836 Bridge – As-Built Plans (Exempt Documents*)

February 8, 2016 Page 194 of 195

Request for Proposal SR 836/I-395/I-95 Project February 8, 2016

 SR 836 Load Rating Report (Exempt Documents*)  Bridges Load Rating Summary Sheets (Exempt Documents*)  Wagner Creek As-Built Plans (Exempt Documents*)  MDX Project 83624.030 (SR 836 Infrastructure Modifications for Open Road Tolling – East Section) (Exempt Documents*)  MDX Project 10002.030 (SR 836 Communications and Incident Management- Surveillance As-built Plans) (Exempt Documents*)  Bridges Inspection Reports (Exempt Documents*)

MDXRD-06: Utilities  Existing Utilities Layout  Preliminary Utility Conflict Matrix  Utility Correspondence  Utility Design Meeting Minutes

February 8, 2016 Page 195 of 195