description of the highway project
DESCRIPTION
The Alamo Regional Mobility Authority released this presentation describing the highway expansion.TRANSCRIPT
US 281 North/LP 1604 Interchange Project Contract Award
How We Got Here TodayPlanning Committee Review of Design Build March 17, 2009
Process & Schedule
Issue Request for Qualifications March 27, 2009
Received Six Qualifications Statements April 28, 2009
Four Proposers Short Listed May 14, 2009
Issued Draft Request for Detailed Proposals May 18, 2009
Issuance of Request for Detailed Proposals August 14, 2009
O O M ti d W k h S t 2009 J 2010One on One Meetings and Workshops Sept 2009 - Jan 2010
Received Alternative Technical Concepts, December 31, 2009& Value Added Concepts
Receipt of Detailed Proposals February 12, 2010
Board Selection of Best Value Proposer March 11, 2010
2
Today’s Action
If approved by the Board – authorization will be given to the Executive Director to execute the Design / Build gComprehensive Development Agreement with Williams Brothers for the US 281 / Loop 1604 Interchange
3
Construction Segments
Segment 1 - US 281 North/Loop 1604 Interchange Segment 2 - US 281 south
Segment 3 Loop 1604/Gold Canyon Structure Segment 3 - Loop 1604/Gold Canyon Structure Segment 4 - Loop 1604/Red Land Road Structure Segment 5 - Loop 1604/Huebner Road Structure
Segment 6 Loop 1604/Bitters Road Structure Segment 6 - Loop 1604/Bitters Road Structure Segment 7 - Loop 1604 Continuous Illumination Segment 8 - Pedestrian Structures
Total Funding Available for This Project is $140,000,000E h S I I d d Each Segment Is Independent
4
Project Segments
5
Team Make-upWilliams Brothers Construction Co. (WB)( )
Equity Members: Non-equity Members of Team:
Williams Brothers Construction Co. (Houston)
Team: Rone Engineering (Austin) Structural Engineering Assoc. (SEA)
(Local) Jacobs Engineering Group Inc.
(San Antonio)
(Local) Alliance Geotechnical Group (Dallas) Hicks & Company (Austin) JoAnn Ramon (Local) JoAnn Ramon (Local) Trevcon (Katy) Softdig (Local) Terracon (Local) Terracon (Local) Bain Medina Bain (Local) Gonzalez, Kypuros, & White (Local)
6
Terms of the Contract
Guaranteed Maximum Price - $109,097,279 If Notice to Proceed is not issued by the Alamo RMA If Notice to Proceed is not issued by the Alamo RMA
within 210 days after date of the proposal submission (September 10, 2010 is the 210th day) any price dj t t ill b l l t d b d E i iadjustments will be calculated based on Engineering
News Record Construction Cost Index
If Notice to Proceed is not issued by the Alamo RMA by 365 days after date of the proposal submission (February 12, 2011) the contract can be renegotiated(February 12, 2011) the contract can be renegotiated or terminated
7
Terms of the Contract
Guaranteed Schedule –
Interim Milestone – Segment One- 900 days after Notice to Proceed (Assume May 2010 NTP – Segment O C l ti i ti t d t b O t b 2012)One Completion is estimated to be October 2012)
Substantial Completion – Segment Two thru Eight -1099 days after Notice to Proceed (Assume May 2010 NTP – Substantial Completion is estimated to be May 2013)
Final Acceptance is estimated to be August 2013, assuming May 2010 NTP
8
Terms of the Contract
Guaranteed Schedule – Contract does contain liquidated damages and Contract does contain liquidated damages and
incentives for early completion – Liquidated Damages: $5,000/day interim completion or
completion deadline $2 500/day acceptance deadlinecompletion deadline, $2,500/day acceptance deadline– Early completion incentives: $10,000/day to max of
$500,000 for Interim Completion of the Interim Milestone (Segment 1)(Segment 1)
9
Terms of the Contract
Change orders to the contract are allowed for only: Alamo RMA directed changes Alamo RMA directed changes Alamo RMA caused delays Force Majeure events j Differing site conditions
Di t ill b h dl d b Disputes will be handled by: Partnering meetings and lower level issue resolution Dispute Review Board for those items which impasseDispute Review Board for those items which impasse
will exist – 1 member selected by Alamo RMA, 1 member selected by WB, 1 member selected by other two members
10
Terms of the Contract – Dispute Resolution
Dispute – must be resolved in 2 days or elevated
Construction or Design Engineer Alamo RMA Project Engineer
Dispute – must be resolved in 5 days or elevated
Superintendent or Design Manager
Alamo RMA Director of Engineering and Operations
Dispute – must be resolved in 14 days or sent to Dispute Review Board
Principal-in-Charge Alamo RMA Executive Director
11
Terms of the Contract
Bonds and Insurance Proposal Bond: $7 500 000Proposal Bond: $7,500,000 At NTP Performance Bond: the amount of the Development Price At NTP Payment Bond: the amount of the Development Price At NTP, Retainage Bond: 10% of the Development Price At Final Acceptance Warranty Bond: $20,000,000
Insurance Commercial General Liability: $2 000 000 occurrence/ $4 000 000 annual Commercial General Liability: $2,000,000 occurrence/ $4,000,000 annual Umbrella: $30,000,000 Workers Comp: $2,000,000 per accident Business Automobile Liability Insurance: $2,000,000y $ , , Professional Liability Insurance: $10,000,000 Pollution Liability Insurance: $10,000,000 Builder’s Risk: $100,000,000
12
Terms of the Contract
DBE Requirements In accordance with DBE goals established by MOU In accordance with DBE goals established by MOU
with TxDOT – 11.1% DBE participation is minimum required for design and 11.1% DBE participation is
i i i d f t timinimum required for construction
Minimum DBE design and construction allocation: gapproximately $12 Million
13
Terms of the Contract
Design / Builder Responsibilities ROW Acquisition for Design/Builder Designated ROW ROW Acquisition for Design/Builder-Designated ROW
Cost of all ROW acquisition efforts, condemnation proceedings, and purchaseP i d U ithi 365 d f NTP h d l Possession and Use within 365 days of NTP or schedule extension may be allowed
Utility Costs WB responsible for coordination of the adjustments
ATCs - cost and coordination of Environmental Approvals, including supplements to CE if necessary
Revision of approved schematics, if required
14
Terms of the Contract
Alamo RMA responsibilities Oversight of design and construction qualityOversight of design and construction quality Hazardous Materials
If WB identifies existing hazardous materials, Alamo RMA has 14 days to remove the materials through a third party remediation contractor (Change O d t t d h d l ill b ll d l if th C iti l P th iOrders to extend schedule will be allowed only if the Critical Path is adversely affected and Design/Builder cannot work around the area)
Oversight/ Quality Acceptance/ Draw Approval Alamo RMA is responsible to satisfy FHWA Quality Assurance p y y
requirements through sufficient design and construction oversight, verification testing, independent assurance certifications, and quarterly and annual reporting.
Alamo RMA will have a process for certifying monthly draw requests toAlamo RMA will have a process for certifying monthly draw requests to assure payments are accurate.
15
Alamo RMA Oversight Structure FHWA
O i ht
GEC Program ManagementHNTB
Oversight
Ted West, PE
Alamo RMA TxDOTHNTB
Loretta Schietinger, PEBrad Peel, AICP
Project Manager
Dale Stein, PE
Project Manager
Lisa Rainosek, PE
Design Manager
Construction Manager
HTNB Larry Blazek PEManager
HNTB Ian Fraser, PE
Project Controls Manager
FOSTER
Larry Blazek, PE
OVT Materials Testing and Reporting
RABA KISTNERARIAS
Inspectors
HNTBCEC
Submittal Review Team / Subject Matter Experts
EnvironmentalOn Call ServicesKarst Specialist
Hazardous MaterialsArcheology Specialist ARIASRoadway
BridgeGeotechnical
Pavement Drainage Traffic
Lighting & SignalsSigning & Striping
Utility Coordination
gy pT&E Species Specialist
ARIASHNTB
Doc Control Specialist/Office Manager
FOSTER Environmental Field Auditor
ARIAS
Independent Assurance (IA) Lab
TBD16
Utility Coordination
HNTBPCI
ARIASCEC
VICKREYRTG
ARIAS
Information TechnologyHNTB
SchedulerHNTB
Survey Crew
VICKREY
Project Budget
Initial Proposed Budget $140 000 000– $140,000,000 $60,000,000 State Share of Federal Stimulus (ARRA)
Funds $60 000 000 State Proposition 14 Bond Funds$60,000,000 State Proposition 14 Bond Funds $20,000,000 Local Share of Federal Stimulus (ARRA)
Funds
Included funding for project, and project oversight and administration
17
Revised Project Budget
Item Maximum Price
Construction of all 8 project segments Williams Brothers
$109,097,279 – Williams Brothers GEC Oversight Assistance – Design and Construction
$9,045,940
Al RMA O i ht d $1 197 331Alamo RMA Oversight and Management
$1,197,331
Contingency for this project $10,909,728 *
Total Project Budget $130,250,277
Project Savings $9,749,723
* NOTE: Dispute Review Board will be paid from contingency
18
Action Requested
Staff recommends approval of the contract terms and conditions and the authorization for the Executiveconditions, and the authorization for the Executive Director to enter into the contract with Williams Brothers as the Design/Build team for the US 281 / Loop 1604 Interchange ProjectInterchange Project
19