Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
Engineering & Construction Support for the
I-64 Hampton Roads Bridge-Tunnel Expansion Pre-Proposal Conference
October 25, 2018 James S. Utterback, PMP– HRBT Project Director Shailendra G. Patel, P.E. – State Alternative Project Delivery Engineer
Overview of HRBT Expansion Project
Overview of the Professional Services RFP
Questions
Agenda Items
Virginia Department of Transportation
HRBT Expansion Project Overview
Virginia Department of Transportation
Overview of HRBT Expansion Project
8
Settlers Landing in Hampton to I-564 Norfolk (9.5 Miles)
I-64 improvements include 6 lanes of highway and construction of 4 lane bridge/tunnel
New 4 lane HRBT tunnel will serve Eastbound traffic
2 existing HRBT tunnels will serve Westbound traffic
5
− Tunnel crossing
• ~ 8000 ft across Hampton Roads waterway
− Island improvements
− Marine bridges
• ~ 9000 ft across Hampton Roads waterway
• ~ 5000 ft across Willoughby Bay
− Landside highway widening
• ~ 1 mile in Hampton
• ~ 4 miles in Norfolk
6
Key Project Segments
http://www.crossrail.o.uk/
− To be constructed using tunnel boring machine (TBM)
− Machine will excavate soil and install precast concrete liner
− After structural concrete is installed, tunnel interior will be outfitted with mechanical & electrical systems and finishes
7
Tunnel Crossing
http://www.crossrail.co.uk/
− Expansion of island footprint
− Excavation for tunnel entrance
− Buildings and related utilities
− Protection/monitoring of existing facilities
8
Island Improvements
− Construction of new bridges
− Marine pile driving
− Precast and cast-in-place concrete
− Demolition
− Electrical and other utilities
− Signage and lighting
9
Marine Bridges
10
Willoughby Bay Bridges
− Highway widening and reconstruction
• Earthwork, pavement, signs, lighting, maintenance-of-traffic
− Widening, rehabilitation, or replacement of ~30 bridges
• Precast and cast-in-place concrete
− Proposed new roadway configuration:
11
Landside Highway Widening
I-64 Corridor at 4th View Interchange
13
Design-Build Procurement Milestones
ACTIVITY DATE
RFQ Issued December 15, 2017
Shortlist Announced April 26, 2018
Draft RFP Issued May 22, 2018
Final RFP Issued September 27, 2018
Technical Proposal Submission January 15, 2019
Price Proposal Submission February 8, 2019
Contract Award March 2019
Design-Builder LNTP Spring 2019
Project Complete Fall 2025
Professional Services RFP - Overview
Virginia Department of Transportation
The Scope of this contract anticipates providing Engineering and Construction Support for the I-64 Hampton Roads Bridge-Tunnel Expansion Project. The Scope of services mainly includes but is not limited to the following disciplines:
The Consultant may be required to provide Project Office. Estimated Contract Value is $80 Million with an anticipated duration of 7 years
o The estimated contract value is not guaranteed under the contract. o Scope of work and budget established in the Annual Wok Plans (AWP) each year
15
Scope
• Contract Management • Engineering Support • Tunnel Engineering Support • Tunnel Geotechnical Services • Materials (Geotechnical and Pavement) • Survey/Mapping Services • Environmental • Traffic Planning, Engineering and Management
• Construction Management and Inspection • Quality Verification and Audit Services • Project Controls and Risk Management Services • Public Affairs/Outreach Management • DBE and SWaM Support • IT Support Services • Document Control Services
• Pre-Proposal Conference 10/25/2018 • Expression of Interest Due Date 11/14/2018 at 2:00 PM • Short List Posted 12/13/2018 • Interviews/Technical Presentations 01/08/2019 • Final Consultant Selection 01/24/2019 • Pre-Award Documents Due 02/07/2019 • Completed Negotiations Agreement Due 03/21/2019 • Consultant Contract Signed 03/29/2019
16
Anticipated Procurement Schedule
17
Project Organization
• The Offerors are not allowed to change the organizational chart above the dashed line. However, the Offerors are allowed to expand the organizational chart below the dashed line. o Changes above the dashed line will not be considered for evaluation. o The Department in its sole discretion may consider Offerors non responsive if changes are made
above the red dashed line.
• The Department desires a fully integrated team rather than separate groups of VDOT and Consultant personnel, enabling the Department to interface directly with co-located Consultant staff at all levels of the organization.
• Positions marked with plus (+) are anticipated to be co-located full-time in the Project Office. o The Department may designate additional positions for full-time co-location.
18
Project Organization (Cont’d.)
Anticipated Classifications and associated responsibilities included in the RFP The following are the Key Personnel positions for this Project: 1) Consultant Contracts Manager - Management and Administrative lead for consultant staff resourcing
and contract management
2) Consultant Project Manager (P.E. Required) - Holds onsite leadership role for the Project directly supporting VDOT’s Project Director to enable successful on-time and on-schedule delivery of the Project
3) Engineering Task Manager (VA P.E. Required) - Responsible for management and delivery of Engineering tasks and/or services and understanding their interface with the project’s objectives.
4) Construction Task Manager (P.E. Required) – Responsible for management and delivery of Construction tasks and/or services and understanding their interface with the project’s objectives.
19
Key Personnel & Other Classifications
5) Quality Verification and Audit Manager (VA P.E. Required) - Responsible for managing and overseeing Quality Verification and Audit program
6) Lead Tunnel Engineer (P.E. Required or Equivalent International Certification) - Responsible for
providing technical assistance in the area of Tunnel Engineering leading interpretation and implementation of design-build contract requirements for tunnel
7) Lead Structural Engineer (P.E. Required) - Leads interpretation and implementation of Design-Build
contract requirements for all bridges, including landside and marine structures 8) Geotechnical Tunnel Engineer (P.E. Required) – Leads interpretation of GBR for Tunnel and also
provides technical leadership and guidance for evaluation of design-builder concepts for ground improvement
9) Project Controls Manager - Responsible for managing all Project Controls tasks including but not limited
to Estimating, Scheduling, DB Invoice Reviews, Document Control and Management, etc. 20
Key Personnel & Other Classifications (Cont’d.)
10) Design-Build Contract Risk Specialist – Establishes, implements, and manages process and procedures to control risk. This individual will assist in administration of business and contractual aspects of design-build contract including negotiating project closeout and claim issues.
11) Resident Engineer (P.E. Required) - Serves as VDOT’s senior representative for a defined area of the Project interfacing directly with the Design-Builder’s area managers as their counterparts
a. Bored Tunnel (Only 1 individual permitted) b. Marine Approach Bridges (Only 1 individual permitted) c. Tunnel Portals and Islands (Only 1 individual permitted) d. Landside Highway (Only 2 individuals permitted) • Resumes are required for the Key Personnel and Safety Mgr. • Only One individual permitted for all Key Personnel Classifications with exception of Resident
Engineer as noted above • P.E. Licenses are required at the time of submitting EOI
21
Key Personnel & Other Classifications (Cont’d.)
The following are the Key Personnel positions for this Project, with anticipated start dates and anticipated date for full time co-location assignment
22
Key Personnel Classifications – Full Time & Co-location
‡ The arrival of the tunnel boring machine (TBM) is dependent on the Design-Builder’s schedule but may be assumed for planning purposes to occur as early as the end of 2020.
Full-time assignment to the Project office as shown in the table will continue for the duration necessary to support the Project’s needs but may be assumed to extend at least through the end of AWP 2 (i.e. June 2021). Upon completion of AWP2, the Department will reevaluate the needs of full time assignment for the purposes of preparing AWP 3. This re-evaluation will then occur on an annual basis at the time of each AWP preparation.
23
Contract Administration – AWP Approach
AWP - Will describe the work for the upcoming year and establish anticipated budget for the Work on
an annual basis. - An Annual Work Plan will be prepared by the Consultant each year and approved by the
Department on a fiscal-year basis (July 1 to June 30). - First Annual Work Plan will be from the date of Contract execution to June 30, 2020
Task Letter of Assignment (TLOA) - Detailed scope and estimates will be prepared by the consultant and approved/authorized by the
Department using TLOAs. - TLOAs may include specialized tasks as small as $25,000 in value.
For the avoidance of doubt, the Department does not pay for the development of AWPs and subsequent TLOAs; the Consultant’s preparation of invoices to VDOT; and the Consultant’s administration or invoicing of its sub-consultants.
Travel • Once the consultant personnel are assigned to a VDOT office all consultant travel and associated
expenses will be considered to originate and end at the assigned VDOT office.
• For consultant staff not assigned to a VDOT Office, reimbursable mileage and travel costs will be calculated from the staff’s Virginia office.
• For staff that is from an out of state office, travel will be calculated from the Virginia office closest to the staff’s out of state office.
• If the Consultant does not have a Virginia Office, travel will be calculated from prime consultant’s Virginia office closest to the sub-consultant’s out of state office.
Travel And Overtime
Virginia Department of Transportation
Travel The consultant shall be reasonable with regards to travel which shall be in a fiscally responsible manner.
• The Consultant shall obtain prior written approval for all travel.
• Prolonged travel (e.g. travelling on a day to day basis for a long period of time) is neither anticipated
nor encouraged.
• For the avoidance of doubt, VDOT does not pay consultants for travel time.
Travel And Overtime (Cont’d.)
Virginia Department of Transportation
Overtime • Key Personnel and Senior Personnel classifications will not be eligible for overtime
compensation for work hours exceeding 40 hours/week. • The Project Director may permit overtime compensation for Key Personnel and Senior Personnel on
specific instances with prior written approval provided the Consultant submits supporting documentation for the overtime payment to the individual(s)
• Other classifications may be allowed overtime compensation (for work hours exceeding 40 hours/week) on a case-by-case basis with prior written approval from the Project Director provided the Consultant submits supporting documentation for the overtime payment to the individual(s).
Travel And Overtime (Cont’d.)
Virginia Department of Transportation
The following firms are precluded from participating on this procurement due to conflict of interest The Conflict of Interest determination will be made in accordance with the Department’s policy. The policy is available at http://www.virginiadot.org/business/resources/LocDes/IIM-APD-2.pdf
27
Conflict of Interest
• Michael Baker International • Mott MacDonald LLC • Mueser Rutledge Consulting Engineers • Precision Measurements, Inc. • Quinn Consulting Services, Inc. • Tunnel Engineering Consultants (TEC) • Volkert, Inc. • Whitman Requardt Associates (WRA)
• AECOM, Inc. • AI Engineers, Inc. • Athavale Lystad & Associates (ALA) • Harris Miller Miller Hanson (HMMH) • HDR Engineering Inc. (HDR) • ICA Engineering, Inc. • Johnson, Mirmiran and Thompson, Inc. (JMT) • Mattern & Craig
• Information/Records available to the consultants working on existing VDOT contracts for this Project are considered proprietary, confidential and not public. As such, the consultants are prohibited from using such data and information to compete for this RFP.
• In the event of any unauthorized disclosure of such confidential information, VDOT reserves the right to take any necessary actions including but not limited to terminating the subject team from further competing on this procurement.
28
Conflict of Interest (Cont’d.)
• Must be submitted in two separate volumes • EOI submittals required through VDOT’s ProjectWise system – All information must be uploaded
and received prior to 2:00pm on 11/14/2018 • All items shall be on 8 ½” X 11” and printed one side with single spaced type no smaller that 10
point where applicable
Expression of Interest
Virginia Department of Transportation
Carefully Review the instructions when preparing EOI
KEY PERSONNEL Resumes in SF 330 Part I, Section E (Item 4) - Each resume shall be limited to two (2) pages with a font no less than 10 point. • The number of relevant projects should be limited to no more than five (5). If more than five projects are
provided, only the first five (5) projects will be considered for evaluations.
• Provide scope, size and cost for each of the relevant projects.
• Clearly identify the Key Personnel’s role, state its duration, indicate whether it was part-time or full-time, and describe the tasks performed on these projects.
• Identify if the tasks were performed as an owner representative or as part of the Contractor’s team.
• Contracts and Projects cannot be interchangeably used with the exception of Contracts Manager resume
Expression of Interest (Cont’d.)
Virginia Department of Transportation
KEY PERSONNEL Resumes in SF 330 Part I, Section E (Item 4) Cont. - Provide the following items in Section 18 of Key Personnel Resume : a) Chronologically list:
1) employment history 2) position held 3) duration of employment for the last fifteen (15) years.
b) List all current active assignments (contracts/projects) including but not limited to VDOT and other
assignments along with associated roles and responsibilities. Also, clearly identify tasks performed to date on these assignments along with the start and end date of these assignments.
c) Provide a list of pursuits for which SOQs/EOIs have been submitted and also the ones that you intend to
pursue. Provide associated roles and responsibilities.
Expression of Interest (Cont’d.)
Virginia Department of Transportation
SF 330 Part I, Section F (Example Projects Which Best Illustrate Proposed Team’s Qualifications for this Contract) (Item 5) - Provide the scope, size and cost of projects and describe how they are relevant to the subject contract.
SF 330 Part I, Section H (Additional Information) (Item 7) – This section is limited to a maximum of eight (8) pages.
Item 12 - (a) In 4 pages or less, identify key technical and non-technical challenges likely to be encountered in
administering HRBT; and using the experience of the individuals listed on the org chart provide your approach to managing these challenges.
(b) In 2 pages or less, please emphasize your organizational experience on bored tunnel projects in soft soil marine environments.
(c) In 1 page or less, provide your contract administration approach highlighting specific steps and measurable commitments to deliver this contract in a fiscally responsible manner, specifically discussing items including but not limited to staffing, travel, AWP and TLOA development.
Expression of Interest (Cont’d.)
Virginia Department of Transportation
DBE – The DBE contract goal for this procurement is 12% SWaM – The SWaM contract goal for this procurement is 13% DBE and SWaM goals to be met with the Annual Work Plans.
Expression of Interest (Cont’d.)
Virginia Department of Transportation
34
SCORING CRITERIA & PRESENT WORKLOAD
Consistent with 23 CFR172.11 requirements, VDOT will conduct negotiations with the selected firm.
• The classification rates will be negotiated based on the fair and reasonable market rates in Virginia for the classification and associated responsibilities. The classifications rates will not solely be based on Individual’s salary.
• Executive level positions (Principals, partners, directors, vice presidents, officers and those with similar duties and titles those with similar titles) are considered to be administrative and/or management functions whose costs have been included in the overhead. If the Consultant choses to propose these individuals for any classifications, the individual’s salary will be removed from the computations of Pre-Award submittal used for negotiations. In any case, the hourly rate established for the classification will be established without considering his/her salary.
• All firms will be required to have field and home office overhead rates. Firms that do not have established field and/or home office overhead rates will be required to obtain a letter from Assurance Compliance Office (ACO) regarding applicable rates.
Negotiations
Virginia Department of Transportation
Negotiations (Cont’d.)
Virginia Department of Transportation
5 Job Class:Empl ID # Last Name, Suffix First Name, MI Office Location Enter Hourly Wage Rate Negotiated/Capped Rates
Employee 1 Virginia Beach $62.54Employee 2 Pittsburg $85.23Employee 3 New York $98.53
Average: $82.10
*
* Principal/Officer of the company
$ 73.88
Keeping Team Intact
• VDOT expects all individuals identified on the Organizational chart to remain on the Consultant’s Team for the duration of the procurement process and, if the consultant is awarded a contract, the duration of the contract unless otherwise approved by VDOT.
Negotiations (Cont’d.)
Virginia Department of Transportation
• For AWP 1, from the execution of the contract to June 30, 2020, an escalation of 1.5% will be allowed.
• For AWP 2 beginning July 1, 2020 through June 30, 2021, the escalation rate of 3% will be allowed.
• AWP 3 onwards the escalation rate will be based on the annual VDOT published rate for that year.
Escalation
Virginia Department of Transportation
• Pre-Proposal Conference: A Pre-Proposal Conference will be held at the Patrick Henry Building, 1111 Broad Street, Richmond Virginia 23219, East Reading Room, Room No. 1035 on October 25, 2018 beginning at 2:30 p.m. This is the only opportunity for questions and answers regarding the scope of services or the Expression of Interest submittal. Last Date for Questions: October 30, 2018 All questions and requests for clarification regarding this RFP shall be submitted to VDOT’s POC in electronic format (submission by email is acceptable). No requests for additional information, clarification or any other communication should be directed to any other individual.
39
Addendum Items
Thank You
40
QUESTIONS??