michigan department checklist to designate …€¦ · checklist to designate areas of evaluation...
TRANSCRIPT
Michigan Department of Transportation
5100B (03/18) CHECKLIST TO DESIGNATE AREAS OF EVALUATION
FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2
REQUISITION NUMBER DUE DATE TIME DUE
MDOT PROJECT MANAGER JOB NUMBER (JN) CONTROL SECTION (CS)
DESCRIPTION
MDOT PROJECT MANAGER: Check all items to be included in RFP.
WHITE = REQUIRED ** = OPTIONAL
Check the appropriate Tier in the box below
CONSULTANT: Provide only checked items below in proposal When applicable, Best Value scoring criteria is listed separately in the RFP.
TIER 1 ($50,000 - $150,000)
TIER II ($150,000-$1,000,000)
TIER III (>$1,000,000)
Understanding of Service **
Innovations
Organizational Chart
Qualifications of Team
Quality Assurance/Quality Control **
Location: The percentage of work performed in Michigan will be used for all selections unless the project is for on-site inspection or survey activities, then location should be scored using the distance from the consultant office to the on-site inspection or survey activity.
N/A N/A Presentation **
N/A N/A Technical Proposal (if Presentation is required) 7 pages (MDOT
Forms not counted) 14 pages (MDOT forms not counted)
Total maximum pages for RFP not including key personnel resumes. Resumes limited to 2 pages per key staff personnel.
PROPOSAL AND BID SHEET E-MAIL ADDRESS – [email protected]
GENERAL INFORMATION
Any questions relative to the scope of services must be submitted by e-mail to the MDOT Project Manager. Questions must be received by the Project Manager at least five (5) working days prior to the due date and time specified above. All questions and answers will be placed on the MDOT website as soon as possible after receipt of the questions, and at least three (3) days prior to the RFP due date deadline. The names of vendors submitting questions will not be disclosed.
MDOT is an equal opportunity employer and MDOT DBE firms are encouraged to apply. The participating DBE firm, as currently certified by MDOT’s Office of Equal Opportunity, shall be listed in the Proposal.
MDOT FORMS REQUIRED AS PART OF PROPOSAL SUBMISSION
5100D – Request for Proposal Cover Sheet 5100J – Consultant Data and Signature Sheet (Required for all firms performing non-prequalified services on this project.)
(These forms are not included in the proposal maximum page count.)
N/A
N/A N/A
3 pages (MDOT Forms not counted) Resumes will only
be accepted for Best Value Selections.
The Consultants will receive an e-mail reply/notification from MDOT when the proposal is received. Please retain a copy of this e-mail as proof that the proposal was received on time. Consultants are responsible for ensuring that MDOT receives the proposal on time.* Contact Contract Services Division immediately at 517-373-4680 if you do not get an auto response.
MDOT 5100B (03/18) Page 2 of 2
The Michigan Department of Transportation (MDOT) is seeking professional services for the project contained in the attached scope of services.
If your firm is interested in providing services, please indicate your interest by submitting a Proposal, Proposal/Bid Sheet or Bid Sheet as indicated below. The documents must be submitted in accordance with the latest (Consultant/Vendor Selection Guidelines for Services Contracts.”
RFP SPECIFIC INFORMATION
ENGINEERING SERVICES BUREAU OF TRANSPORTATION PLANNING OTHER
THE SERVICE WAS POSTED ON THE ANTICIPATED QUARTERLY REQUESTS FOR PROPOSALS NO YES DATED ____________________ THROUGH __________________
Prequalified Services – See the attached Scope of Services for required Prequalification Classifications.
Non-Prequalified Services – If selected, the vendor must make sure that current financial information, including labor rates, overhead computations, and financial statements, is on file with MDOT’s Office of Commission AuditsThis information must be on file for the prime vendor andall sub vendors so that the contract will not be delayed. Form 5100J is required with proposal for all firms performing non-prequalified services on this project.
For all Qualifications Based Selections, the selection team will review the information submitted and will select the firm considered most qualified to perform the services based on the proposals. The selected firm will be asked to prepare a priced proposal. Negotiations will be conducted with the firm selected.
For a cost plus fixed fee contract, the selected vendor must have a cost accounting system to support a cost plus fixed fee contract. This type of system has a job-order cost accounting system for the recording and accumulation of costs incurred under its contracts. Each project is assigned a job number so that costs may be segregated and accumulated in the vendor’s job-order accounting system.
Qualification Based Selection / Low Bid – Use Consultant/Vendor Selection Guidelines. See Bid Sheet instructions for additional information.
For Qualification Review/Low Bid selections, the selection team will review the proposals submitted. The vendor that has met established qualification threshold and with the lowest bid will be selected.
Best Value – Use Consultant/Vendor Selection Guidelines, See Bid Sheet Instructions below for additional information. The bid amount is a component of the total proposal score, not the determining factor of the selection.
Low Bid (no qualifications review required – no proposal required.)
BID SHEET INSTRUCTIONS
Bid Sheet(s) are located at the end of the Scope of Services. Submit bid sheet(s) with the proposal, to the email address: [email protected]. Failure to comply with this procedure may result in your bid being rejected from consideration.
MDOT and ACEC created a Partnership Charter Agreement which establishes guidelines to assist MDOT and Consultants in successful partnering. Both the Consultant and MDOT Project Manager are reminded to review the ACEC-MDOTPartnership Charter Agreement and are asked to follow all communications, issues resolution and other procedures and guidance’s contained therein.
Qualification Based Selection - Use Consultant/Vendor Selection Guidelines.
PARTNERSHIP CHARTER AGREEMENT
PROPOSAL REQUIREMENTS
Proposals must be submitted for this project electronically. Proposal submittal requirements are
listed in PART IV – INSTRUCTION FOR SUBMITTING PROPOSALS
at the following link http://www.michigan.gov/documents/MDOT_Consultant-
Vendor_Selection_Guidelines-0106_145222_7.pdf?20150707153457
FINANCIAL REQUIREMENTS FOR NON-PREQUALIFIED VENDORS
http://www.michigan.gov/documents/mdot/Financial_Requirements_for_Non_Prequalified_Ven
dors_605817_7.pdf
E-VERIFY REQUIREMENTS
E-Verify is an Internet based system that allows an employer, using information reported on an
employee’s Form I-9, Employment Eligibility Verification, to determine the eligibility of that
employee to work in the United States. There is no charge to employers to use E-Verify. The
E-Verify system is operated by the Department of Homeland Security (DHS) in partnership with
the Social Security Administration. E-Verify is available in Spanish.
The State of Michigan is requiring, under Public Act 200 of 2012, Section 381, that as a
condition of each contract or subcontract for construction, maintenance, or engineering services
that the pre-qualified contractor or subcontractor agree to use the E-Verify system to verify that
all persons hired during the contract term by the contractor or subcontractor are legally present
and authorized to work in the United States.
Information on registration for and use of the E-Verify program can be obtained via the Internet
at the DHS Web site: http://www.dhs.gov/E-Verify.
The documentation supporting the usage of the E-Verify system must be maintained by each
consultant and be made available to MDOT upon request.
It is the responsibility of the prime consultant to include the E-Verify requirement documented in
this NOTIFICATION in all tiers of subcontracts.
DIGITAL SIGNATURE OF CONTRACTS
On January 1, 2018, Contract Services Division intends to fully implement the use of CoSign as
the exclusive software for digitally signing all consultant contracts and consultant contract
related documents. All other digital signing methods will no longer be accepted.
Prior to using CoSign, all external partners must apply for a free digital signature user account by
submitting a MDOT Digital Signature Certificate Request Form.
2017 Insurance Update – MDOT 3.9.17
At a minimum, the insurance types and limits identified below, may be required from the selected consultant, prior to contract award.
.
Required Limits Additional Requirements
Commercial General Liability Insurance
Minimal Limits:
$1,000,000 Each Occurrence Limit
$1,000,000 Personal & Advertising Injury Limit
$2,000,000 General Aggregate Limit
$2,000,000 Products/Completed Operations
Consultants must have their policy endorsed
to add “the State of Michigan, its
departments, divisions, agencies, offices,
commissions, officers, employees, and
agents” as additional insureds
Automobile Liability Insurance
Minimal Limits:
$1,000,000 Per Occurrence
Workers' Compensation Insurance
Minimal Limits:
Coverage according to applicable laws
governing work activities.
Waiver of subrogation, except where waiver is
prohibited by law.
Employers Liability Insurance
Minimal Limits:
$500,000 Each Accident
$500,000 Each Employee by Disease
$500,000 Aggregate Disease
Professional Liability (Errors and Omissions) Insurance
Minimal Limits:
$1,000,000 Per Claim
The Insurer shall provide at least thirty (30) days written notice of cancellation. The Prime Consultant will be responsible to verify subconsultant(s) compliance with MDOT’s insurance requirements.
Page 1 of 12 Revised Posted Scope: 4.9.18
Michigan Department of Transportation
SCOPE OF SERVICE
FOR
DESIGN SERVICES
Railroad Bridge Inspection and Load Rating Revised on 04/09/2018
CONTROL SECTION(S): 33014
JOB NUMBER(S): 202638
PROJECT LOCATION: Services will be performed at 21 28 locations along the Michigan Department of
Transportation (MDOT) owned railroad corridors in the lower peninsula. A specific list of
bridges requiring inspection and load rating has been included in Attachment 1. Attachment 1
contains location and general bridge information.
PROJECT DESCRIPTION:
To perform special bridge inspections of MDOT owned railroad bridges in accordance with
the National Bridge Inspection Standards (NBIS). Confirm and/or collect all applicable
Structure Inventory and Appraisal (SI&A) data. Conduct a detailed, in-service safety
inspection above or below the water level to identify any deficiencies and complete a Bridge
Safety Inspection Report (BSIR). When appropriate or necessary to fully ascertain the
existence of or the extent of any deficiencies, nondestructive field tests may need to be
performed. Sufficient measurements of bridge members and member components shall be
taken to allow for accurate load rating of the bridge’s as-inspected condition.
Fracture critical members identified in the field during the special bridge inspection shall be
inspected in accordance with the NBIS. NBIS 650.305 defines fracture critical member
inspection as a hands-on inspection of a fracture critical member or member components that
may include visual and other nondestructive evaluation. Generate a fracture critical inspection
report (FCIR).
To perform load rating of MDOT owned railroad bridges in accordance with the American
Railway Engineering and Maintenance-of-way Association (AREMA) Manual for Railway
Engineering based on a Cooper E – loading with and without fatigue, and for both the as-built
and as-inspected conditions.
Prepare a bridge inspection report of the findings for each bridge. The report shall be signed
and sealed by a Michigan Registered Professional Engineer as defined by Article 20 of the
Occupational Code, P.A. 299 of 1980, as amended and shall include a cover with an electronic
photo of the bridge, table of contents, executive summary, bridge location, bridge description,
method of investigation, bridge condition, rating, recommendations, estimate to improve load
to meet current industry loading, SI&A, BSIR, FCIR, drawings, sketches, plan index, and
photographs.
Page 2 of 12 Revised Posted Scope: 4.9.18
PRIMARY PREQUALIFICATION CLASSIFICATION:
Design –Bridges: Scoping
SECONDARY PREQUALIFICATION CLASSIFICATION: Design – Bridges: Railroad
Design – Bridges: Load Rating (Precautionary)
ANTICIPATED SERVICE START DATE: July 31, 2018
ANTICIPATED SERVICE END DATE: March 29, 2019
DBE REQUIREMENT: NA
MDOT PROJECT MANAGER:
Ryan Hoensheid, P.E.
Railroad Infrastructure – Bridge Engineer
Van Wagoner Building
425 West Ottawa Street
PO BOX 30050
Lansing, Michigan 48909
Mobile: (517) 290-6376
E-mail: [email protected]
PURPOSE:
The bridges in question are suspected to not meet present freight loading demands at desired
timetable speeds and are considered functionally obsolete. Two of the bridges are deck truss,
pin connected superstructures and are required to have hands-on bridge safety inspections
performed every ten (10) years per the MDOT Railroad Bridge Management Program adopted
in accordance with Code of Federal Regulations Title 49, Part 237, Bridge Safety Standards.
The deliverables for this project will be the bridge inspection report for each bridge. The report
shall be signed and sealed by a Michigan Registered Professional Engineer as defined by
Article 20 of the Occupational Code, P.A. 299 of 1980, as amended and shall include a cover
with an electronic photo of the bridge, table of contents, executive summary, bridge location,
bridge description, method of investigation, bridge condition, rating, recommendations,
estimate to improve load to meet current industry loading, SI&A, BSIR, FCIR, drawings,
sketches, plan index, and photographs.
DURATION & SCHEDULE
A. Work Plan & Schedule
The CONSULTANT must review the Scope of Service to develop a Work Plan that details
the inspection dates and process of inspecting the specific elements for a typical bridge.
Submittal of the Work Plan is required as part of the Priced Proposal. Submit any changes
to the Work Plan in writing to MDOT’S PROJECT MANAGER (PM) for review and approval.
The CONSULTANT must be prepared to begin the field inspection work within two (2) weeks
after receiving the Notice to Proceed (NTP).
Page 3 of 12 Revised Posted Scope: 4.9.18
B. Meeting Dates
The CONSULTANT is required to attend a Project Initiation Meeting and Progress Meetings.
Shown below are the expected periods for these meetings. MDOT, however, reserves the
right to adjust these periods.
Project Initiation Meeting: One (1) week after NTP (prior to any fieldwork)
The intent of the Project Initiation Meeting is to exchange information regarding the
general procedures for communication, review the schedule, discuss emergency
procedures and communication, railroad flagging protection, and discuss any open
questions that remain. Additional MDOT Office of Rail and operating railroad staff may
attend the meeting.
Progress Meetings: Biweekly during the Field Inspection Phase (Some may be done by
conference call)
The CONSULTANT will provide a summary of the previous week’s activities and a two week
look ahead schedule to the MDOT PM, which will be reviewed and discussed in the meeting.
Pre-Final Bridge Inspection Report Meeting: One (1) month after the Field Inspection
Phase and two (2) weeks after the submittal of the “Pre-Final” bridge inspection reports.
This meeting is intended as a review of MDOT comments on the “Pre-Final” bridge
inspection reports.
Project Closeout Meeting: One (1) month after submission of the final bridge inspection
report
This meeting is intended as a review of any outstanding contract requirements and final
presentation of the deliverables. The completed “Consultant Performance Evaluation”
form will be given to the CONSULTANT and reviewed.
The CONSULTANT will keep notes of these meetings and provide minutes to the MDOT PM within
one (1) week after the meeting.
Page 4 of 12 Revised Posted Scope: 4.9.18
TEAM REQUIREMENTS: The CONSULTANT firm will provide a team of individuals that will be technically qualified and
cost effective. For safety reasons, all site visits will be done with at least a two-person team.
The CONSULTANT must staff the project with the number of teams necessary to complete the
inspections in the allotted time. The requirements listed below are in addition to the
prequalification requirements.
A. Project Manager, PM
The CONSULTANT will provide a PROJECT MANAGER (PM) who will be responsible for
overall coordination of the project and all administrative aspects of the project including
invoice preparation. The CONSULTANT PM will coordinate the daily activities of all project
members and will be the primary contact with the MDOT PM. The CONSULTANT PM will
also perform contract Quality Control in accordance NBIS Section 650.313 (g) and the
CONSULTANT’S Quality Control plan. The CONSULTANT PM shall comply and ensure all
project team members comply with the Code of Federal Regulations Title 49, Part 214,
Railroad Workplace Safety. Only one manager level position will be allowed and paid for
on this project.
The following are the minimum qualifications for this position:
1. Michigan Registered Professional Engineer as defined by Article 20 of the
Occupational Code, P.A. 299 of 1980, as amended, or have ten years of documented
bridge inspection experience
2. Five years of documented project supervision.
3. A thorough understanding of the National Bridge Inspection Program, the National
Bridge Inspection Standards, and the AREMA Bridge Inspection Practices.
4. Documented skills in technical writing.
B. Railroad Bridge Inspector, RBI
The prequalified CONSULTANT will provide a RAILROAD BRIDGE INSPECTOR (RBI) that will
be responsible for planning, preparing, and performing the inspections of individual
bridges as well as the day-to-day aspects of the inspection. The CONSULTANT RBI shall be
technically competent to view, measure, report, and record the condition of the bridge and
its individual members. The CONSULTANT RBI shall be present at all times during each
special inspection.
There are four alternative ways to qualify as a RAILROAD BRIDGE INSPECTOR:
1. Have the qualifications specified for the PROJECT MANAGER.
2. Have five years of documented railroad bridge inspection experience.
3. Have the following:
a. A bachelor’s degree in engineering from a college or university accredited by
or determined as substantially equivalent by the Accreditation Board for
Engineering and Technology;
b. Successfully passed the National Council of Examiners for Engineering and
Surveying Fundamentals of Engineering examination; and
c. Two year of documented bridge inspection experience, or
4. Have the following:
Page 5 of 12 Revised Posted Scope: 4.9.18
a. An associate’s degree in engineering or engineering technology from a college
or university accredited by or determined as substantially equivalent by the
Accreditation Board for Engineering and Technology; and
b. Four years of documented bridge inspection experience.
C. Railroad Associate Bridge Inspector, RABI(s)
The prequalified CONSULTANT will provide RAILROAD ASSOCIATE BRIDGE INSPECTORS
(RABI(S)) that will assist the RAILROAD BRIDGE INSPECTOR in day-to-day aspects of the
inspection. Training is not required but it is recommended.
D. Railroad Bridge Rating Engineer (RBRE)
The prequalified CONSULTANT will provide RAILROAD BRIDGE RATING ENGINEER that will
be responsible for structural analysis and rating of the bridge members and member
components.
The following are the minimum qualifications for this position:
1. Michigan Registered Professional Engineer as defined by Article 20 of the
Occupational Code, P.A. 299 of 1980, as amended, or have ten years of documented
bridge inspection experience or
2. Have the following:
a. A bachelor’s degree in engineering from a college or university accredited by or
determined as substantially equivalent by the Accreditation Board for Engineering
and Technology;
b. Successfully passed the National Council of Examiners for Engineering and
Surveying Fundamentals of Engineering examination; and
c. Two years of documented bridge rating and/or design experience.
Changes made to the CONSULTANT PROJECT MANAGER/RAILROAD BRIDGE INSPECTOR that
occurs after contract award must be submitted in writing for MDOT’S PROJECT MANAGER (PM)’S
approval. Failure to comply with this requirement may result in termination of the contract.
DESCRIPTION OF THE WORK
Special bridge inspections, fracture critical member inspections, and load ratings are required
to ensure that the structural integrity of bridges that carry railroad tracks are preserving their
capability to safely carry the traffic operated over them and reduce the potential risk of human
casualties, environmental damage, and disruption to the nations’ railroad transportation system
resulting from catastrophic bridge failure. To accomplish this, the National Bridge Inspection
Standards (NBIS), AREMA Manual for Railway Engineering, AREMA Bridge Inspection
Handbook, AASHTO Manual for Bridge Evaluation (MBE), FHWA Bridge Inspection
Reference Manual (BIRM), FHWA Fracture Critical Inspection Techniques for Steel Bridges,
MDOT NBI Rating Guidelines, Michigan Structure Inspection Manual (MiSIM), MDOT
Bridge Advisories, FRA 49 CFR 237 Bridge Safety Standards, and FRA 49 CFR 214 Railroad
Workplace Safety are to be used as guidance to complete the inspection and provide necessary
information.
For the purposes of this project, the scope is separated into six phases: bridge file review,
special inspection of the bridge in the field, fracture critical member inspection in the field,
Page 6 of 12 Revised Posted Scope: 4.9.18
load rating, completion of the report, and communication of the findings to the MDOT PM. The
CONSULTANT must be capable to perform and complete all phases for successful completion
of the project.
A. Bridge File Review
In this phase of the work the CONSULTANT will review each bridge file and become familiar
with the documentation for each bridge. Arrangements to review the bridge files will be
made with the MDOT PM. Note: The Office of Rail bridge inventory is currently not
incorporated in the MiBRIDGE web-based application and all bridge files are retained by
the MDOT PM.
The CONSULTANT team will visit each bridge site and perform a special bridge and fracture
critical member inspection. This will be done with a visual/hands-on inspection and non-
destructive tests (NDT). Several reports, described below, will be completed by the
CONSULTANT RBI while performing this inspection.
B. Special Bridge Inspection
The special bridge inspection shall be performed by the CONSULTANT RAILROAD BRIDGE
INSPECTOR (RBI) whose qualifications have been submitted to and approved by the MDOT
PM The CONSULTANT RBI is required to supply all the equipment necessary to perform the
special bridge inspection and prepare the report. The CONSULTANT RBI shall confirm
and/or collect all applicable Structure Inventory and Appraisal (SI&A) data. Conduct a
detailed, in-service safety inspection above and below the water level to identify any
deficiencies and complete a Bridge Safety Inspection Report (BSIR). The CONSULTANT
RBI shall inspect substructure elements submerged in water to a depth of three (3) feet or
less by visual inspection and probing. For substructure elements submerged in water
greater than three (3) feet in depth, the CONSULTANT RBI shall notify the MDOT PM for the
need of Special Underwater Inspection for each of the substructure portions below three
(3) feet, which is not included in this Scope of Work.
There must be sufficient comments for each member and member component in the reports
to outline its condition and to justify the rating given. Some of the previous reports may
not have complete comments. The lack of previous information does not exempt the
CONSULTANT RBI from providing sufficient comments for each member and member
component to outline its condition. Follow the MDOT NBI Bridge Rating Guidelines,
unless there are circumstances, particularly if they are safety related, that in the judgment
of the CONSULTANT RBI do not fit within these guidelines. In this case, the inspector will
document the reason for the deviation in the respective comment section.
The results of the inspection shall be documented using photographs, sketches, and
appropriate commentary. The documentation shall include system-wide indexing of
individual members. System-wide indexing of individual members means that there is a
unique label for each component, such as girder G1 or stringer S10. If there is a unique
label for each component in the erection diagram found in the plans, then the erection
diagram labeling shall be used. If not, then a unique labeling system in accordance with
the MDOT Railroad Bridge Management Program shall be used.
Page 7 of 12 Revised Posted Scope: 4.9.18
The CONSULTANT RBI shall report indications of overload or failure in any part of the
bridge. The CONSULTANT RBI shall observe the general behavior of the bridge during
passage of live load, where practical, noting excessive vibrations, deflection, side sway,
and movement at pier supports.
If a condition jeopardizing safe passage of railroad traffic is discovered, the CONSULTANT
RBI shall immediately notify the MDOT PM of the situation and follow up with a detailed
written report. The CONSULTANT RBI shall recommend a remedy to correct the situation.
In order to facilitate rating of the bridge, sufficient measurements shall be taken from
running rail to bridge to determine eccentricity (if any) between track centerline and bridge
centerline. Sufficient measurements shall be taken to determine depth of ballast (ballast
dead load) for ballasted deck bridges. Two overall photographs of the bridge (one in each
direction) shall be taken at track level. Sufficient information shall be provided about any
other superimposed dead loads such as walkway platforms, access roads, etc. Information
shall be provided whether tracks are curved or tangent, and whether deck is open or
ballasted. The condition of any ballast retainers shall be noted. Three overall sketches
showing plan, elevation and cross section shall be included in the report.
Measurements shall be taken, and sketches made for all primary steel members, such as,
but not limited to, stringers, floorbeams, troughs, girders, truss members, columns and
cross girders. Measurements shall be taken to verify cross section information found in
the plans and to measure section loss. Sufficient measurements shall be taken in order for
the CONSULTANT RBI to load rate the bridge. It shall be made clear whether measurements
are remaining section or estimated loss. Cross-sections differing from those indicated on
the plans, and undocumented repairs shall be described in detail. Connections for these
members shall be inspected in-depth and descriptions shall indicate whether they are
pinned, riveted, bolted, or welded. The condition of rivet heads shall be noted. The
location and length of any cracks shall be noted. The presence of trough or deck weep
holes shall be noted.
Other track supporting primary members, such as solid timber decks, concrete slabs,
masonry piers, and abutments, and secondary members shall be inspected. Their condition
shall be described in detail in the report. Location of structural defects, significant
deterioration and/or member section loss shall be noted.
No permanent marks are to be made on the bridge. Temporary marks needed to identify
or highlight deficiencies for photographs may be made provided they are removed prior to
the completion of the inspection. A copy of all plans shall be available for referral at the
bridge during the inspection. If a copy of a plan is used for note keeping, the recorded
information shall be legible and included in the report.
In addition to structural members and member components of the bridges to be evaluated,
the CONSULTANT RBI shall also note the presence of debris which can impede water flow
around the substructure elements.
All photographs shall be taken with a digital camera. An overall photograph shall be taken
of each type of primary member. A photograph shall be taken of each member inspection
Page 8 of 12 Revised Posted Scope: 4.9.18
and a detailed description shall be provided. Two overall photographs (side views) of the
bridge (one in each direction) shall be taken.
Information on scour must be reported on the Bridge Safety Inspection Report (BSIR). If
there is loss of bearing or undermining of a footing that is a safety concern, this must be
reported to the MDOT PM and a detailed written report generated. If the loss of bearing is
sufficient to be of immediate concern for the component to structurally support the bridge,
the CONSULTANT RBI will notify the MDOT PM on an emergency basis.
During the special bridge inspection, the CONSULTANT RBI will evaluate the bridge for
long- and short-term maintenance and repairs and record this information on the “Work
Recommendations” form of the BSIR and document in the report.
AASHTO Element level condition state assessment is not required
C. Fracture Critical Member Inspection
Fracture critical members identified during the special inspection shall be inspected in
accordance with the FHWA Bridge Inspection Reference Manual (BIRM), AASHTO
Manual for Bridge Evaluation (MBE), and the inspection procedures provided in FHWA
Fracture Critical Inspection Techniques for Steel Bridges (Publication No. FHWA NHI 02-
037) January 2002 (Revised March 2006).
D. Load Rating
The CONSULTANT RAILROAD BRIDGE RATING ENGINEER (RBRE) shall rate the members of
the bridge based on a Cooper E - loading in accordance with the AREMA Manual for
Railway Engineering, with and without fatigue, and for both the as-built and as-inspected
conditions. The results of the rating shall be included in the report in tabular form.
The rating table shall include columns for: Span Number, Member and/or Member
Component, Span Length, Full Impact, Normal and Maximum Ratings for Bending, Shear
and Axial Tension & Compression, if any, and Fatigue.
If the results of the rating indicate that the bridge fails to meet present freight loading
demands at desired timetable speeds, the CONSULTANT RBRE will provide
recommendations to the MDOT PM on how to achieve present freight loading capacity at
desired timetable speeds. Recommendations will be documented in the report.
E. Bridge Inspection Report (BIR)
As stated in the PURPOSE, the deliverables for this project will be the bridge inspection
report of the findings for each bridge. The BIR shall be signed and sealed by a Michigan
Registered Professional Engineer as defined by Article 20 of the Occupational Code, P.A.
299 of 1980, as amended and shall include a cover with an electronic photo of the bridge,
table of contents, executive summary, bridge location, bridge description, method of
investigation, bridge condition, rating, recommendations, SI&A, BSIR, FCIR, drawings,
sketches, plan index, and photographs.
Each BIR created by the CONSULTANT will be assembled in a binder. The cover of the
binder will include an electronic photo of the bridge, general bridge inspection, and be
Page 9 of 12 Revised Posted Scope: 4.9.18
signed and sealed by a Michigan Registered Professional Engineer as defined by Article
20 of the Occupational Code, P.A. 299 of 1980, as amended. Each BIR shall be prefaced
stating that the inspections have been performed in accordance with this scope of services,
and that all appropriate procedures and guidelines have been followed.
The MDOT PM may conduct periodic QA checks on the CONSULTANT’S work
(approximately five (5) percent of the bridges listed in the work package). If these
evaluations, in the judgment of the MDOT PM, show that the CONSULTANT does not adhere
to the policies and guidelines noted above the contract can be terminated and the balance
of the bridges to be inspected will not be paid for.
DELIVERABLES SCHEDULE
The CONSULTANT shall submit field notes containing primary steel member sketches, system-
wide indexing plan and overall sketches showing plan, elevation, and cross section within
seven (7) calendar days of completion each bridge field inspection. MDOT will review these
submittals and respond to the CONSULTANT within seven (7) calendar days of their receipt.
The CONSULTANT shall prepare and submit a “pre-final” report to MDOT within thirty (30)
calendar days of completing the physical inspection of each of the bridges. MDOT will review
the draft report and respond to the CONSULTANT within fourteen (14) calendar days of the
receipt of each of the draft reports.
The CONSULTANT shall resubmit for review only those parts of the report, which need to be
modified due to MDOT’s comments. This will be done within fourteen (14) calendar days
upon receipt of draft report comments.
MDOT will review these modified parts of the report within seven (7) calendar days upon
receipt of those report sections from the CONSULTANT.
If no further revisions to the report are required, five (5) copies of the final report will be
submitted to MDOT within fifteen (15) calendar days upon the receipt of MDOT’s final
comments. In addition, a DVD, CD-ROM or USB Flash Drive will be provided with the final
report in Adobe Acrobat 9.0 PDF format.
All CONSULTANT submission stated above shall be sent to the designated MDOT PM.
MILESTONE SCHEDULE
Service Start Date July 31, 2018
Notice to Proceed August 3, 2018
Project Initiation Meeting August 13, 2018
Begin Field Inspection August 20, 2018
End Field Inspection October 5, 2018 October 12, 2018
Submit Pre-Final Bridge Inspection Report November 7, 2018 November 14, 2018
Pre-Final Bridge Inspection Report Meeting November 21, 2018 November 28, 2018
Submit Final Bridge Inspection Report January 18, 2019 January 25, 2018
Project Close Out Meeting February 20, 2019 February 27, 2018
Service End Date March 29, 2019
Page 10 of 12 Revised Posted Scope: 4.9.18
EQUIPMENT
The CONSULTANT will be responsible for providing all the necessary inspection equipment.
Some of the items that CONSULTANT will want to include for inclusion in their proposal are:
1. All safety equipment to comply with MIOSHA requirements. Hard hats, safety glasses,
safety shoes, and safety vests must be worn in the field at all times. Life vests are
required while working in or above water.
2. Vehicle equipped with high visibility lighting to transport personnel and inspection
equipment to the site.
3. Laptop computer or tablet with Microsoft Excel, Word, and Adobe Acrobat.
4. Digital camera that captures clear photographs.
5. Tools required for inspection such as a ladder, waders, rock pick hammer, tape
measure, lighting, marking paint, etc.
6. Global Positioning Device (GPS) to locate bridges.
7. Cell phone so the CONSULTANT RAILROAD BRIDGE INSPECTOR (RBI) may be contacted
during normal working hours.
8. Harnesses, tripods, air monitor, air supply, etc. for the proper entry of MIOSHA defined
permit-required confined spaces.
9. Ultrasonic thickness gauge, calipers, dye penetrant kit, chain drag, and sounding
hammer for Non-Destructive Testing (NDT).
10. Boat to gain access to the underside of bridges.
11. Rigging equipment that may be used to access floor systems and main load carrying
members on bridges that do not have the capacity to support an inspection vehicle.
12. Under bridge inspection and aerial lift road-rail (hi-rail) vehicle.
RAILROAD COORDINATION
The CONSULTANT shall follow the safety requirements specified by the railroad operator and
ensure a railroad flagger is on site when necessary. Written confirmation must be provided to
MDOT that advance notice has been provided and all safety provisions will be adhered to
during the inspection. The CONSULTANT shall provide the railroad a minimum of three (3)
working days advanced notice prior to flagging services being required. The railroad flagging
will be provided at no cost to the CONSULTANT. THE CONSULTANT shall be required to execute
MDOT form 0772 and comply with all the terms and conditions except for the $400.00
processing fee. MDOT form 0772 has been included in Attachment 2.
Page 11 of 12 Revised Posted Scope: 4.9.18
CONFIDENTIALITY CLAUSE
MDOT will furnish the CONSULTANT access to any available, pertinent information related to
the bridge(s) proposed for inspection. Information furnished to the CONSULTANT is not to be
released or distributed to anyone outside of MDOT. The CONSULTANT is not allowed to make
copies of the information in the bridge files unless given written approval from the MDOT PM.
Failure on the part of the CONSULTANT firm to maintain security of records could result in legal
penalties.
PROJECT QUALITY CONTROL
The CONSULTANT will submit a project quality control plan with their proposal that will
accomplish at a minimum the following:
1. Confirm that Project Manager and Railroad Bridge Inspector(s) have the required
documents and certificates to substantiate their qualifications.
2. Confirm that the inspection process and procedures meet the requirements of the NBIS.
3. Review 5% of the completed work to ensure that all reports are complete, accurate, and
consistent.
RESPONSIBILITIES OF MDOT
The following activities and information will be provided by the MDOT PM, where applicable,
to the CONSULTANT.
1. Provide railroad contact information.
2. Provide access to the hard copy bridge files.
3. Provide car loading diagrams.
Page 12 of 12 Revised Posted Scope: 4.9.18
CONSULTANT PAYMENT – Actual Cost Plus Fixed Fee:
Compensation for this project shall be on an actual cost plus fixed fee basis. This basis of
payment typically includes an estimate of labor hours by classification or employee, hourly
labor rates, applied overhead, other direct costs, subconsultant costs, and applied fixed fee.
The fixed fee for profit allowed for this project is 11.0% of the cost of direct labor and
overhead.
All billings for services must be directed to the Department and follow the current guidelines.
The latest copy of the "Professional Engineering Service Reimbursement Guidelines for
Bureau of Highways" is available on MDOT's website. This document contains instructions
and forms that must be followed and used for billing. Payment may be delayed or decreased
if the instructions are not followed.
Payment to the Consultant for services rendered shall not exceed the maximum amount unless
an increase is approved in accordance with the contract with the Consultant. Typically, billings
must be submitted within 60 days after the completion of services for the current billing. The
final billing must be received within 60 days of the completion of services. Refer to your
contract for your specific contract terms.
Direct expenses, if applicable, will not be paid in excess of that allowed by the Department for
its own employees in accordance with the State of Michigan’s Standardized Travel
Regulations. Supporting documentation must be submitted with the billing for all eligible
expenses on the project in accordance with the Reimbursement Guidelines. The only hours
that will be considered allowable charges for this contract are those that are directly attributable
to the activities of this project.
MDOT will reimburse the consultant for vehicle expenses and the costs of travel to and from
project sites in accordance with MDOT’s Travel and Vehicle Expense Reimbursement
Guidelines, dated May 1, 2013. The guidelines can be found at
http://www.michigan.gov/documents/mdot/Final_Travel_Guidelines_05-01-
13_420289_7.pdf?20130509082418. MDOT’s travel and vehicle expense reimbursement
policies are intended primarily for construction engineering work. Reimbursement for travel
to and from project sites and for vehicle expenses for all other types of work will be
approved on a case by case basis.
MDOT will pay overtime in accordance with MDOT’s Overtime Reimbursement
Guidelines, dated May 1, 2013. The guidelines can be found at
http://www.michigan.gov/documents/mdot/Final_Overtime_Guidelines_05-01-
13_420286_7.pdf?20130509081848. MDOT’s overtime reimbursement policies are
intended primarily for construction engineering work. Overtime reimbursement for all
other types of work will be approved on a case by case basis.
MDOT STRUCTURE NUMBER FEATURE LATTITUDE LONGITUDE LENGTH SPAN OWNER OPERATOR DISTRICT OPERATIONAL STATUS REGION COUNTY MATERIALB01‐47061.11 HURON RIVER 42*27.27.25 83*49.53.74 73' 1 MDOT OoR GLC ANN ARBOR R posted for other load‐capacity restriction 06 ‐ University 47 ‐ Livingston 3 ‐ Steel, simple or CantileverB06‐47070.85 GENOA DRAIN 42*34.27.04 83*54.18.07 23' 1 MDOT OoR GLC ANN ARBOR R posted for other load‐capacity restriction 06 ‐ University 47 ‐ Livingston 3 ‐ Steel, simple or CantileverB03‐47082.03 SHIAWASSEE RIVER 42*43.30.84 83*56.43.14 68' 1 MDOT OoR GLC ANN ARBOR R posted for other load‐capacity restriction 06 ‐ University 47 ‐ Livingston 3 ‐ Steel, simple or CantileverB01‐76087.20 BARNUM DRAIN 42*47.53.25 83*57.10.52 21' 1 MDOT OoR GLC ANN ARBOR R posted for other load‐capacity restriction 04 ‐ Bay 76 ‐ Shiawassee 3 ‐ Steel, simple or CantileverB02‐76089.37 SHIAWASSEE RIVER 42*49.46.84 83*57.16.13 111' 1 MDOT OoR GLC ANN ARBOR A open, no restriction (A) 04 ‐ Bay 76 ‐ Shiawassee 0 ‐ OtherB02‐83350.66 MANISTEE RIVER 44*29.49.91 85*25.31.80 213' 9 MDOT OoR GLC NORTHERN A open, no restriction (A) 02 ‐ North 83 ‐ Wexford 7 ‐ TimberB01‐28014.90 BOARDMAN RIVER 44*38.48.43 85*32.51.86 74' 4 MDOT OoR GLC TRAVERSE CITY R posted for other load‐capacity restriction 02 ‐ North 28 ‐ Grand Traverse 3 ‐ Steel, simple or CantileverB02‐28025.00 BOARDMAN RIVER 44*45.22.12 85*36.31.22 281' 20 MDOT OoR GLC TRAVERSE CITY R posted for other load‐capacity restriction 02 ‐ North 28 ‐ Grand Traverse 3 ‐ Steel, simple or CantileverB10‐73079.93 DEER CREEK 43*12.41.84 84*07.22.27 31' 1 MDOT OoR GLC ST. CHARLES R posted for other load‐capacity restriction 04 ‐ Bay 73 ‐ Saginaw 3 ‐ Steel, simple or CantileverB01‐73082.20 CARSON DRAIN 43*14.38.69 84*07.41.77 31' 1 MDOT OoR GLC ST. CHARLES R posted for other load‐capacity restriction 04 ‐ Bay 73 ‐ Saginaw 3 ‐ Steel, simple or CantileverB07‐29125.44 DRAINAGE DITCH 43*09.13.81 84*26.28.23 21' 1 MDOT OoR GLC CADILLAC R posted for other load‐capacity restriction 04 ‐ Bay 29 ‐ Gratiot 3 ‐ Steel, simple or CantileverB08‐29125.58 DRAINAGE DITCH 43*09.19.60 84*26.33.69 21' 1 MDOT OoR GLC CADILLAC R posted for other load‐capacity restriction 04 ‐ Bay 29 ‐ Gratiot 3 ‐ Steel, simple or CantileverB10‐29126.41 DRAINAGE DITCH 43*09.54.67 84*27.08.50 25' 1 MDOT OoR GLC CADILLAC R posted for other load‐capacity restriction 04 ‐ Bay 29 ‐ Gratiot 3 ‐ Steel, simple or CantileverB12‐29126.84 DRAINAGE DITCH 43*10.12.66 84*27.27.66 21' 1 MDOT OoR GLC CADILLAC R posted for other load‐capacity restriction 04 ‐ Bay 29 ‐ Gratiot 3 ‐ Steel, simple or CantileverB13‐29129.49 BEAR CREEK/CATTLE PASS 43*12.01.62 84*29.23.61 40' 2 MDOT OoR GLC CADILLAC R posted for other load‐capacity restriction 04 ‐ Bay 29 ‐ Gratiot 3 ‐ Steel, simple or CantileverB01‐29134.15 BAD RIVER DRAIN 43*15.13.01 84*32.47.61 43' 1 MDOT OoR GLC CADILLAC R posted for other load‐capacity restriction 04 ‐ Bay 29 ‐ Gratiot 3 ‐ Steel, simple or CantileverB01‐37154.85 SALT RIVER 43*30.30.21 84*41.12.31 66' 1 MDOT OoR GLC CADILLAC R posted for other load‐capacity restriction 04 ‐ Bay 37 ‐ Isabella 3 ‐ Steel, simple or CantileverB06‐37169.22 SALT RIVER 43*40.53.44 84*46.22.28 30' 1 MDOT OoR GLC CADILLAC R posted for other load‐capacity restriction 04 ‐ Bay 37 ‐ Isabella 3 ‐ Steel, simple or CantileverB02‐18201.10 MUSKEGON RIVER 44*01.51.26 85*02.18.39 135' 2 MDOT OoR GLC CADILLAC R posted for other load‐capacity restriction 04 ‐ Bay 18 ‐ Clare 3 ‐ Steel, simple or CantileverB03‐83227.63 CLAM RIVER 44*15.17.11 85*24.29.22 21' 1 MDOT OoR GLC CADILLAC R posted for other load‐capacity restriction 02 ‐ North 83 ‐ Wexford 3 ‐ Steel, simple or CantileverX02‐30055.06 HALLET STREET 41*54.45.73 84*38.55.44 104' 6 MDOT OoR INNE FREEMONT E open, temporary structure in place 06 ‐ University 30 ‐ Hillsdale 3 ‐ Steel, simple or CantileverB02‐79086.46 CASS RIVER 43*22.22.65 83*34.37.15 151' 2 MDOT OoR H&E VASSAR R posted for other load‐capacity restriction 04 ‐ Bay 79 ‐ Tuscola 3 ‐ Steel, simple or CantileverX01‐79086.50 CASS STREET 43*22.27.12 83*34.39.43 80' 3 MDOT OoR H&E VASSAR R posted for other load‐capacity restriction 04 ‐ Bay 79 ‐ Tuscola 3 ‐ Steel, simple or CantileverB01‐79086.55 MOORE DRAIN 43*22.31.48 83*34.42.72 20' 1 MDOT OoR H&E VASSAR R posted for other load‐capacity restriction 04 ‐ Bay 79 ‐ Tuscola 8 ‐ MasonryX02‐79086.74 GRANT STREET 43*22.35.26 83*34.46.79 36' 1 MDOT OoR H&E VASSAR R posted for other load‐capacity restriction 04 ‐ Bay 79 ‐ Tuscola 3 ‐ Steel, simple or CantileverX01‐79000.40 GRANT STREET 43*22.35.46 83*34.39.50 59' 3 MDOT OoR H&E CARO R posted for other load‐capacity restriction 04 ‐ Bay 79 ‐ Tuscola 3 ‐ Steel, simple or CantileverB04‐79005.65 UNKNOWN DRAIN 43*30.09.36 83*24.06.93 24' 1 MDOT OoR H&E CARO R posted for other load‐capacity restriction 04 ‐ Bay 79 ‐ Tuscola 3 ‐ Steel, simple or CantileverB06‐79021.80 STATE DRAIN 43*36.27.17 83*24.23.17 58' 1 MDOT OoR H&E CARO R posted for other load‐capacity restriction 04 ‐ Bay 79 ‐ Tuscola 3 ‐ Steel, simple or Cantilever
Attachment 1: General Bridge Information
APPLICATION TO USE MDOT CONTROLLED FREIGHT RAILROAD PROPERTY (EXCLUDES DEARBORN-KALAMAZOO ACCELERATED RAIL CORRIDOR)
Use this form to request the use of a state-owned rail corridor, including utility crossings (aerial or subsurface) and
vehicular crossings. Mail three copies of the entire application, plans or other attachments, proof of insurance and
processing fee (if necessary) to: Michigan Department of Transportation, Office of Rail, P.O. Box 30050, Lansing, MI 48909.
• Please be specific as possible when describing the details and location of the proposed use. For example, proposed usecould include “jack and bore gas service line under the railroad tracks” or “install 75KV electrical line over the tracks”. Thelocation description should include the County, and City/Township and a fixed point of reference to identify the exactlocation of the request. A fixed point may include a distance from a road intersection, bridge, milepost, culvert, or a survey.Any documents utilized to identify the location of the request should be on an 8 1/2 “x 11” sheet of paper to accompany theapplication. Also attach engineering plans to provide sufficient details regarding any proposed facilities.
• All construction must comply with the applicable Supplemental Standard Specifications for construction activities(attached). Additional guidance is available on MDOT’s website for private crossings and trail-use applications.
• During permitted right-of-entry or construction activities, the applicant or its contractors shall procure and maintaininsurance as listed below. For some types of facilities, insurance will be required for the life of the facility. Current limits arelisted in the below tables, but are subject to change at MDOT’s discretion. Self-insurance may be an acceptable alternativeto the insurance policies listed below. A sample ACORD form is available on MDOT’s website.
• Approved access will be governed by permits and, as applicable, sales agreements. No easements will be issued on MDOT's railroad property. However, in some cases, MDOT can include language in a permit that provides for the conversion to an easement in the event MDOT's ownership interest should change. This option is only available for crossings that do not constrain the rail right-of-way and at locations that MDOT is the underlying property owner (in fee). Applicants are required to make this request at the time of application, and MDOT will need additional time to confirm its ownership interests in advance of the permit's issuance.
• Please enclose a check or money order (made payable to the “State of Michigan”) for the $400.00 processing fee. Theprocessing fee is waived for governmental agencies. NOTE: Additional costs will be associated with property sales, aswell as permits for private and commercial facilities constructed on the property. In these cases, the applicant willbe required to utilize State-approved appraisers to determine fair-market value if the use is approved.
• To request the use of the Dearborn-Kalamazoo Accelerated Rail Corridor, refer to MDOT Form 1444.
• Contact the Office of Rail at (517) 335-2926 with questions.
*
Commercial General Liability Insurance
Minimal Limits: $1,000,000 Each Occurrence Limit $1,000,000 Personal & Advertising Injury Limit $2,000,000 General Aggregate Limit $2,000,000 Products/Completed Operations
Endorsed to add additional insureds listed below with waivers of subrogation in their favor.
Coverage must not have exclusions or limitations related to working within 50-feet of a railroad track (CG 24 17 1001 endorsement).
Statutory Worker’s Compensation and Employers Liability Insurance
Minimal Limits: $1,000,000
Endorsed to add additional insureds listed below with waivers of subrogation in their favour
Railroad Protective Liability InsuranceMinimal Limits: $2,000,000 Per Occurrence $6,000,000 General Aggregate
Minimal Limits: $500,000 Per Occurrence
•
Endorsements: The [name of operating railroad], including employees and affiliates, the Michigan Department of Transportation, Michigan State Transportation Commission, and the State of Michigan, its departments, divisions, agencies, offices, commissions, officers, employees, and agents, are named additional insured waiver of subrogation in their favor for commercial general liability, worker's compensation and employer's liability insurance. Coverage does not have exclusions or limitations related to work within 50-feet of a railroad track (CG 24 17 1001 endorsement). Umbrella liability insurance follows form.
Railroad Protective Liability Insurance
Automobile Liability Insurance
Michigan Department of Transportation
0772 (02/18) Page 1 of 5
INSURANCE REQUIREMENTS FOR CONSTRUCTION & RIGHT-OF-ENTRY ACTIVITIES
* Endorsements: The [name of operating railroad], including employees and affiliates, the Michigan Department ofTransportation, Michigan State Transportation Commission, and the State of Michigan, its departments, divisions, agencies,offices, commissions, officers, employees, and agents, are named additional insured with waiver of subrogation in their favorfor commercial general liability, worker's compensation and employer's liability insurance. Coverage does not have exclusionsor limitations related to work within 50-feet of a railroad track (CG 24 17 1001 endorsement). Umbrella liability insurancefollows form.
Homeowners Liability Insurance
Minimal Limits: $500,000 Combined Single Each Occurrence
$1,000,000 Personal Liability Limit Annual
Endorsed to add additional insureds listed below.
Coverage must not have exclusions or limitations related to railroad protective liability. If excluded from the policy, Railroad Protective Liability Insurance will be required at the same minimum limits.
Automobile Liability Insurance
Minimal Limits: $500,000 Combined Single Limit Per Occurrence
Endorsed to add additional insureds listed below.
Endorsed to include Hired and Non-Owned Automobile coverage.
Minimal Limits: $1,000,000 Each Occurrence Limit $1,000,000 Personal & Advertising Injury Limit $2,000,000 General Aggregate Limit $2,000,000 Products/Completed Operations
Deductible Maximum: $50,000 Each Occurrence
Endorsed to add additional insureds listed below with waivers of subrogation in their favor.
Coverage must not have exclusions or limitations related to working within 50-feet of a railroad track (CG 24 17 1001 endorsement). If excluded from the policy, Railroad Protective Liability Insurance will be required at the same minimum limits.
Minimal Limits: $500,000 Each Occurrence
Endorsed to add additional insureds listed below.
Endorsed to include Hired and Non-Owned Automobile coverage.
Minimal Limits: $1,000,000 Each Occurrence Limit $1,000,000 Personal & Advertising Injury Limit $2,000,000 General Aggregate Limit $2,000,000 Products/Completed Operations
Deductible Maximum: $50,000 Each Occurrence
Endorsed to add additional insureds listed below with waivers of subrogation in their favor.
Coverage must not have exclusions or limitations related to working within 50-feet of a railroad track (CG 24 17 1001 endorsement).
Minimal limits: $1,000,000 Each Occurrence $2,000,000 Annual Aggregate
Endorsed to add additional insureds listed below.
Coverage must be applicable to work being performed, including completed operations equal to or exceeding statute of repose
Coverage must not have exclusions or limitations related to Transportation (upset overturn, spills during loading or unloading), Hazardous Materials Handling, and Non -Owned disposal site liability.
RESIDENTIAL DRIVEWAYS
PIPELINES
COMMERCIAL DRIVEWAYS
Environmental and Pollution Liability (Errors and Omissions) (Requirement for certain types of pipelines)
Commercial General Liability Insurance
Automobile Liability Insurance
Commercial General Liability Insurance
Page 2 of 5 MDOT 0772 (02/18)
FACILITIES WITH ON-GOING INSURANCE REQUIREMENTS
FOR MDOT USE ONLY
CONTROL SECTION NO.
DATE RECEIVED
FEE INS
OWNERSHIP
MDOT 0772 (02/18) Page 3 of 5
APPLICATION TO USE MDOT CONTROLLED FREIGHT RAILROAD PROPERTY
(EXCLUDES DEARBORN-KALAMAZOO ACCELERATED RAIL CORRIDOR)
Use of this form to request the use of state owned or controlled railroad real estate for utility crossings (aerial or subsurface), vehicular crossings or other situations where it is necessary to use or occupy such property. Please complete all items 1 through 5 in accordance with the attached instruction cover sheet. Mail three copies of the entire application, plans or other attachments, proof of insurance and processing fee (if necessary) to: Michigan Department of Transportation, Office of Rail, P.O. Box 30050, Lansing, MI 48909. Put “Request to use MDOT Controlled Freight Railroad Property” at the top of each page and number the pages (page number/total pages).
1. NAME AND MAILING ADDRESS OF APPLICANT / FACILITY OWNER PHONE
FAX
E-MAIL ADDRESS
2. NAME AND MAILING ADDRESS OF AUTHORIZED AGENT (If other than applicant) PHONE
FAX
E-MAIL ADDRESS
3. NAME AND MAILING ADDRESS OF CONSTRUCTION CONTRACTOR (If available) PHONE
FAX
E-MAIL ADDRESS
4. LOCATION OF PROPOSED USE (Give city/township and county; also give railroad milepost, if available, or distance and direction from nearestlandmark, center line of intersecting road, etc. – from recognizable point to recognizable point; attach sketch and, if available, certificate of survey.)
5. PROPOSED USE (Include a description of the type of facility and construction activity, as applicable. Attach plansand additional sheets if necessary. As appropriate, refer to MDOT's guidance on longitudinal-use and privatecrossings and address accordingly.)
ACTIVITY START DATE
ACTIVITY END DATE
The signature below certifies the application and any subsequent information that is supplied to MDOT related to this application accurately reflects the proposed use and will comply with MDOT requirements specified as a condition of use in the permit.
SIGNATURE OF APPLICANT OR AUTHORIZED AGENT DATE
APPROVAL ENGINEERING APPROVAL DATE REAL ESTATE DATE
RAILROAD APPROVAL DATE INSPECTOR DATE
MDOT does not hold fee ownership and cannot convey any property rights. You must obtain authorization to enter the property from the fee title holder.
If approved, this application and attached plans will be part of a permit issued by MDOT, which is valid only if it is on file with MDOT and the proposed use begins within one year of its issuance.
MDOT 0772 (02/18) Page 4 of 5 APPLICATION TO USE MDOT CONTROLLED FREIGHT RAILROAD PROPERTY SUPPLEMENTAL SPECIFICATIONS
General Conditions
Excavation is not allowed within: 20 feet from either rail; the front slopes; or the load influence zone as described by a 1-on-1 slope descending from the ends of the ties, except where specifically authorized in writing by the Department.
Construction equipment and excavated material shall not be stored within 20 feet of the track and in such locations that inhibit drainage, create a hazard or interfere with rail operations, or clear vision for motorists at road intersections. Under no circumstances shall any heavy equipment, especially machinery with caterpillar treads or cleated tracks, be allowed upon the railroad track or front slopes, without approved special provisions for protecting the track structure and front slopes.
Construction Methods
Bore/Jack Installation 1. Where the method of installation consists of pushing the casing pipeinto the sub grade section with a boring auger rotating within the pipe to remove the spoil, the auger shall not be advanced more than one-half the diameter of the casing pipe, where the auger and casing advancement is coordinated. Where the auger is advanced separately, the auger shall not precede the casing pipe.
2. A bore/jack installation shall have a push hole essentially the sameas the outside diameter of the pipe plus protective coating. If voids should develop creating a hole diameter greater than 1 in. plus the pipe diameter, grout shall be used to fill such voids. The auger shall be removable from within the pipe in the event an obstruction is encountered. When an obstruction is encountered that stops the forward advancement of the pipe, operations shall cease and the pipe shall be abandoned in place, cut flush with the front slope, and filled completely with grout before any further bore attempts are made.
3. Where field welding is required, the steel pipe ends shall beprepared and a minimum of three complete circumference passes or three overlapping beads of weld shall be applied at seams or joints. During field welding, water shall not be present inside the pipe and must be a sufficient distance below the pipe to allow a quality weld.
Other Installation Methods 1. The use of jetted water is strictly prohibited for excavating under thetrack
2. Directional boring/drilling, which utilizes bits with jets, may be usedin certain conditions only when specifically authorized in writing. Wet directional boring will be reviewed for approval for longitudinal installations and transversely at grade separation locations only. For transverse installations directly under railroad roadbed, only dry directional boring will be allowed.
3. Sheeting, shoring, and/or dewatering shall be used to prevent caving,slides, or undermining of the foundation material supporting the track structure, ballast section, or any other railroad structures (culverts, signals, switch stands, etc). When water is present or anticipated, ow shall be maintained at the site. When dewatering, the railroad embankment, tracks, and facilities shall be closely monitored for settlement or displacement.
4. The installation of a sub-surface crossings by cutting or removing railand trenching is prohibited unless specifically approved. Approval of open trench installation will require additional special provisions not contained herein.
Backfilling 1. All trenches, holes, and pits shall be backfilled with an approvedmaterial, placed in successive layers not more than 9 in. in depth, and thoroughly compacted to within 95percent of maximum unit weight. Maximum unit weight and compaction shall be determined by: the M•DOT One-PointT-99 (Proctor) Test for materials having more than 15 percent loss-by-washing; the One-Point Michigan Cone Test for materials having less than or equal to 15 percent loss-by-washing; M•DOT approved nuclear gage methods; or approved method.
2. Backfill material shall consist of approved bank-run sand and gravelor Class II granular material per MDOT Standard Specifications for Construction, pass through a screen having 2-3/8 in. square openings, and contain no cementitious properties unsuitable for water percolation nor deleterious or organic materials.
Restoration 1. All surplus or unsuitable material shall be properly disposed outsideof the limits of the railroad right-of-way, unless the approved application provides for designated disposal locations on railroad property. Any permitted disposed material shall be leveled and trimmed in an approved manner.
2. Sod and topsoil shall be stored separately from other excavatedmaterial and shall be used for turf establishment. Turf restoration shall begin within one week of completing the installation. Restore the grade by placing sod or seed, fertilizing and mulch. Mulch which has become displaced prior to complete seed germination shall be restored.
MDOT 0772 (02/18) APPLICATION TO USE MDOT CONTROLLED FREIGHT RAILROAD PROPERTY
DESIGN CRITERIA
Subsurface Crossings
Steel Pipe - Either: ASTM A53-Type E or S, Grade B; or ASTM A139 - Grade B, and have a minimum yield strength of 35,000 psi.
Casing pipe and non-encased carrier pipe shall have the following wall thickness. Numerical values are in inches.
WALL PIPE WALL THICKNESS DIAMETER .188 = 3/16 12-3/4 and under .250 = ¼ 14 .282 = 9/32 14, 16 .313 = 5/16 18 .344 = 11.32 20 .375 = 3/8 22 .407 = 13/32 24 .438 = 7/16 26 .469 = 15/32 28, 30 .500 = ½ 32 .532 = 17/32 34, 36 .563 = 9/16 38, 40, 42
Grout - A mixture of Portland cement and sand in any proportion which does not have more than 50 percent sand by volume.
HAZARDOUS, HIGH PRESSURE
Where a hazardous or high pressure (greater than 60 psi) substance is conveyed in a pipeline, a casing pipe is required. A steel casing pipe is required for all flammable substances. Casing pipes made of material other than steel or leak proof C-76 Class V reinforced concrete must provide a minimum cover of 6-1/2 ft. from base of rail to top of pipe.
ELECTRICAL, TELEPHONE, FIBER OPTICS
Electrical, telephone, or fiber optic cable do not require a casing pipe.
CULVERTS, GRAVITY SEWERS
Pipes shall have a minimum of two (2) feet of cover from the base of rail to the top of pipe. The pipe shall be of leak proof construction and shall be a minimum10 gauge steel and capable of supporting E-80 loading capacity, with no joints under the roadbed from drainage ditch to drainage ditch.
DEPTH OF PIPE
Casing or carrier pipes shall be placed at a depth that will provide not less than 5' 0''. of cover from bottom of tie to top of pipe and provide a minimum of 3 ft. of cover below proposed ditch bottoms.
LENGTH OF CASING
PIPE Length of pipe shall be the greatest distance as measured at right angles to the track: 3 ft. beyond toe of slope; 3 ft. beyond the ditch; or a minimum distance of 25 ft. from the near rail, when the end of casing is belowground.
BORE PITS
A minimum of 20 feet (perpendicular measurement) shall be maintained from the near rail to any bore pit, unless specifically authorized in writing by the Department. Bore pit dimensions, depth, distance to each near rail, and to the toe of slope for each front slope must be shown on the plans.
Aerial Crossing
VERTICAL CLEARANCES
The minimum vertical clearance, including sag, from top of rail to utility line directly over the track(s) shall be:
26 ft Communications 27 ft 0 – 750 Volts 28 ft 750V – 15 KV 30 ft 15 KV – 50 KV 32 ft 50 KV – 100 KV 33 ft 100 KV – 150 KV 35 ft 150 KV – 200 KV 37 ft 200KV – 250 KV
HORIZONTAL CLEARANCES
No poles or guy wires are allowed in Right-of-Way unless approved by the Michigan Department of Transportation – Office of Rail.
Required Information for All Crossings
A cross-sectional view of the proposed crossing shall be included with the application, and shall include the following topographical information, as applicable:
Adjacent utilities, obstructions or adjacent structures; actual cross-section elevations at the proposed crossing location measured at 0.1 ft increments relative to the top of rail and elevations at 5 ft intervals 50 ft. each side of centerline; ditch and rail profiles at 25 ft. intervals for 300 ft. each direction from crossing (or as necessary to describe drainage); dimensions of bore pits; the closest distance of bore pits to each near rail; and the location relative to a railroad milepost and/or nearby road crossings.
Longitudinal Occupancy
Depth of cover and offset from the track will be considered on an individual basis. Casing requirements can be waived where there is sufficient depth of cover and lateral offset from the track structure.
Utility Structures
No above or below ground structures are allowed in Right-of-Way unless approved by the Michigan Department of Transportation – Office of Rail.
Page 5 of 5
MATERIALS