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.
22
Embed
Michigan Department CHECKLIST TO DESIGNATE …€¦ · CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL ... Low Bid (no qualifications review required ... Safety
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
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.
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.
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.
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
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
hoensheidr
Typewritten Text
Attachment 2
hoensheidr
Typewritten Text
hoensheidr
Typewritten Text
* 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
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.
shivalingaiahm
Sticky Note
Unmarked set by shivalingaiahm
shivalingaiahm
Sticky Note
Unmarked set by shivalingaiahm
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.
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.