I-64 Capacity Improvements Segment III RFQ Information Meeting

Size: px
Start display at page:

Download "I-64 Capacity Improvements Segment III RFQ Information Meeting"

Transcription

1 I-64 Capacity Improvements Segment III RFQ Information Meeting April 5, 2017 Janet Hedrick, P.E. Design Project Manager Joseph Clarke, P.E. APD Project Manager and POC

2 I-64 Capacity Improvements Segment III Topics Project Location Project Purpose & Need Project Overview RFQ Information Package RFQ Summary Questions / Answers 2

3 Exit 234 Route 199/Lightfoot Route 199 Overpass I-64 Segment III Exit 242 to 234 Route 604 Overpass Waller Mill Park Route 143 Overpass Camp Peary Exit 238 Route 143/Camp Peary York River Queens Creek Bridges Route 716 Overpass Williamsburg Colonial Parkway Bridges & Lakeshead Dr Bridges Exit 242 Route 199/ Marquis Ctr Pkwy Project Length 8.2 Miles

4 Project Purpose & Need Corridor operates at a deficient LOS: High traffic volumes 74,500 ADT (2018) Traffic volumes are expected to increase - 108,000 ADT (2040) Providing additional lanes brings significant value: Provides increased capacity Decreases travel delays Improves safety by reducing congestion Improves tourist access Improves connectivity between military installations Provides for efficient transport to/from Port of Virginia Improvements contribute to the FEIS preferred alternative 4

5 Project Overview Environmental Document Final Environmental Impact Statement (FEIS) Programmatic Agreement Executed FEIS Approved by FHWA 11/26/2013 Record of Decision (ROD) approved on 8/10/2016 5

6 Project Overview I-64 classified as an Interstate VDOT GS-1/GS-5 Design Standards Design Speed 75 mph Posted Speed 70 mph Design Year = 2040 Substandard Mainline Cross Slopes, Vertical Clearances, Super elevations and Vertical Curves to be addressed with project Existing outside paved shoulder width is 10 Existing Mainline has 2 12 lanes in each direction 6

7 Project Overview Project length is 8.2 miles: From 1.15 miles west of Route 199, Lightfoot (Exit 234) To 1.05 miles west of Route 199, Humelsine Parkway/Marquis Center Parkway (Exit 242) Adding one additional 12-ft lane; one 12-ft shoulder in each direction Widening to occur primarily in the median: Limiting the RW required to construct the project Avoiding impacts on interchanges and other existing facilities Incorporating context sensitive design where appropriate

8 Project Overview Repair and widening of 4 bridges and 3 major culverts Replacement of the mainline bridges over Queens Creek Reconstruction of Existing Roadway and Shoulder Shoulder widening from 10 to 12 Extending acceleration/deceleration lanes Right of Way Acquisition Coordination with National Park Service Historic/archeological sites Camp Peary Borders 3 miles of project corridor Requires creative design for stormwater management to avoid property impacts 8 Noise Analysis

9 Project Overview Existing Bridge Widen four (4) mainline bridges on the corridor Bridges will be widened to the inside to provide one additional 12 lane and 12 shoulder Proposed Widening Existing structures may be rehabilitated or replaced 9

10 Exit 234 Route 199 Route 199 Overpasses No Impacts I-64 Segment III Exit 242 to 234 Route 604 Overpass Pier Protection Camp Peary Waller Mill Park Route 143 Overpass Pier Protection Exit 238 Route 143/Camp Peary Queens Creek Bridges Full replacement Route 716 Overpass Pier Protection Williamsburg Colonial Parkway Bridges & Lakeshead Dr Bridges Widening includes additional 12 lane in each direction Exit 242 Route 199 Project Length 8.2 Miles

11 Public Hearing Bruton High School 185 East Rochambeau Drive Williamsburg, VA Thursday, May 18, to 7 PM

12 RFQ Summary VDOT POC Joseph Clarke, PE, DBIA Alternative Project Delivery Division 1401 East Broad Street Richmond, Virginia Phone: (804) Fax: (804) Two-Phase Best Value Procurement Short-List 3 Highest Ranked Teams Estimated Contract Value - $240,000,000 12

13 RFQ Information Package RFQ Conceptual Plans Roadway Plan and Profile Bridge Environmental Impact Statement, November 2013 Final EIS EIS Appendices Executive Summary Geotechnical Data Report Existing Survey 13

14 Alternative Technical Concepts (ATCs) Code of Virginia ( (B)) has been amended to allow consideration of ATCs ATCs may be permitted during the RFP phase of the Project. Specific details will be included in the RFP VDOT s draft ATC Process and Procedures can be found at VDOT s Design-Build website: 14

15 Anticipated Schedule (Section 2.5) RFQ Questions to VDOT 04/14/2017 VDOT Response to Questions 04/21/2017 SOQ Submission Date 05/02/2017 Anticipated RFP Release Date 06/14/2017 Anticipated Award Date 12/06/2017 Final Completion 10/29/

16 FORM C-78 (ATTACHMENT 2.10) Watch VDOT s Design-Build RFQ website for responses to RFQ questions and Addendums uest-for-qualifications.asp If VDOT issues an addendum, a revised C-78 form will be included with the addendum Sign, date and include the C-78 with SOQ 16

17 Contents of Statements of Qualifications (SOQ) Letter of Submittal (Section 3.2) POC, Surety, Prequalification, Debarment, SCC, DPOR, etc. Commitment to achieving a 12% DBE participation goal Offeror s Team Structure (Section 3.3) Key Personnel Design Build Project Manager Responsible Charge Engineer Quality Assurance Manager Design Manager Construction Manager Lead Utility Coordination Manager (pass/fail) Organizational Chart and Narrative Clear separation between QA and QC Production Forces 17

18 Contents of Statements of Qualifications (SOQ) Experience of Offeror s Team (Section 3.4) Lead Contractor Work History Form Lead Designer Work History Form Project Risks (Section 3.5) Identify 3 Critical Project Risks Why is the risk critical? What is the potential impact? Mitigation strategies? VDOT s role? 18

19 Recent Enhancements to RFQ Addition of Lead Utility Coordinator (Section 3.3.1) Experience of Offeror s Team (Section 3.4) Quality design submittals Limiting impacts to traveling public Implementing and maintaining QA/QC Plan Use of innovative design solution Revised Evaluation Criteria Experience of Offeror s Team (Section 3.4.1) Consider performance on active and completed projects 19

20 Evaluation Criteria (Section 4) Offeror s Team Structure 25% Experience of Offeror s Team 40% Project Risks 35% Total 100% Scoring Range Application Numerical score based on a 1-10 scale Evaluation Criteria included in the RFQ for each submittal requirement Design-Build Evaluation Guidelines, Revised May 2014 (On VDOT S DB Website) 20

21 Submittal Requirements (Section 5) Deadline for submitting a Statement of Qualifications is May 02, 2017 at 4:00PM 1 original paper version with original signatures 1 CD-ROM with entire SOQ 10 abbreviated paper copies Statements of Qualifications shall be: Securely bound No more than 15 pages Typed on one-side only Separated by numbered tabs Original shall include all required documentation Written in Times New Roman with a 12 point font Prepared on 8.5 x 11 white paper 21

22 RFQ Questions (Section 6) All questions and request for clarifications shall be submitted in writing to the VDOT POC. Deadline for submittal is April 14, 2017 Responses will be posted on VDOT s RFQ website by April 21,

23 Conflict of Interest (Section 11.2) The following firms have been determined to have a conflict of interest: AECOM Stantec Commonwealth Heritage Group William and Mary Center for Archaeological Research 23

24 Conflict of Interest (Section 11.2) Each Offeror shall identify potential conflicts of interest. See APD Memorandum IIM-APD-2 dated October 08, 2015: If a potential conflict of interest or competitive advantage is identified, the Offeror shall submit in writing the pertinent information to VDOT s POC. Embedded Employees within VDOT may pose a potential Conflict of Interest. 24

25 Questions