PRE-REQUEST FOR PROPOSAL (RFP) MEETING GENERAL ENGINEERING CONSULTANT (GEC) FOR I-2/I-69C INTERCHANGE PHARR DISTRICT

Similar documents
Transcription:

PRE-REQUEST FOR PROPOSAL (RFP) MEETING GENERAL ENGINEERING CONSULTANT (GEC) FOR I-2/I-69C INTERCHANGE PHARR DISTRICT RFQ No. 21-9SDP5001 601CT0000003698 November 19, 2018

Safety Minute

Purpose of Meeting This meeting will include a brief overview of the procurement process, and the I-2/I-69C Interchange project as applicable to the procurement. NOTE: This meeting is for informational purposes only. The advertised Request for Proposals will provide the requirements that will dictate this contract procurement process. 3

Introductions Pharr District Key Staff Name Title Pedro R. Alvarez, P.E. Rex A. Costley, P.E. Homer Bazan, Jr., P.E. Jesus S. Leal, P.E. Daniel Garcia, P.E. Romualdo Mena, P.E. Norma Garza, P.E. Robin Gelston District Engineer Deputy District Engineer Director of Transp. Planning and Development Director of Transportation Operations Director of Construction Central Design Transportation Supervisor Advanced Project Development Supervisor Environmental Supervisor 4

PEPS Staff and Pharr Consultant Selection Committee PEPS Staff and CST Members Jaime A. Vela, P.E. Judith D. Garza-Bosquez, P.E. Norma Garza, P.E. Daniel Garcia, P.E. Sergio L. Cantu, P.E. Title CEN PEPS Service Center Manager (LRD) CEN PEPS Procurement Engineer (PHR) Advanced Project Development Supervisor Director of Construction Laboratory Supervisor Consultant Selection Team members are not to be contacted from November 9, 2018 through June 14, 2019. 5

Contract Selection Process Federal Management Process Key Process Distinctions Federal Management projects require review and approval of RFP and scope by FHWA prior to posting. Publish RFP / Submit Proposals. Evaluate Proposals. Short list stage required. Conduct interviews with provider presentations, and follow-up questions and answer session. Selection based on interview scores. Timeline for completion is 145 days. Administratively Qualified Firms providing engineering and design-related services must be administratively qualified with an effective rate by the Proposal deadline specified the solicitation or be determined eligible by the TxDOT PEPS Division Business Operations Center - Administrative Qualification Group to use the federal safe harbor rate by the Proposal deadline specified in this solicitation. Items to to Consider There will be an assigned DBE goal. New precertification work categories. Electronic version of the Proposal submittal will be the copy of record and will be used to screen and score the Proposal package. Questions concerning Preclusion - Submit a correspondence to PEPS Central SC Manager Jaime Vela, P.E. for consideration. 6

Anticipated Selection Timeframe Selection Milestone Pre-Request for Proposals(RFP) Meeting Target Dates (are subject to change) November 19, 2018 Request for Proposals Posting December 19, 2018 Proposals Due January 9, 2019 Notification of Short List for Interviews Interviews February 4, 2019 Week of February 18 th or February 25 th, 2019 Selection February 28, 2019 Negotiations Complete May 2, 2019 Contract Execution June 14, 2019 7

RFP Information - Standard Work Categories (Are subject to change) 1.7.1 Traffic Demand Modeling 3.2.1 Route Studies & Schematic Design 4.2.1 Roadway Design 4.4.1 Freeway Interchanges 4.5.1 Constructability Review 4.6.1 3-D Design Visualization Services 8.3.1 Signalization 8.4.1 ITS Control Systems Analysis, Design & Implementation 8.6.1 Rail-Highway Design 9.1.1 Bicycle & Pedestrian Facility Development 12.1.1 Asphaltic Concrete Production 12.1.2 Portland Cement Concrete 12.1.3 Materials Engineering 12.1.4 Asphaltic Concrete Placement 12.1.5 Portland Cement Concrete Placement 5.2.1 Bridge Design 5.5.1 Bridge & Non-Bridge Class Culvert and Inlet Design 6.1.1 Routine Bridge Inspection Team Leader 6.1.2 Routine Bridge Inspection Project Manager 7.1.1 Traffic Engineering Studies 7.3.1 Traffic Signal Timing 10.1.1 Hydrologic Studies 10.2.1 Roadway Hydraulic Design 10.3.1 Bridge Hydraulic Design 10.5.1 Bridge Scour Evaluations And Analysis 11.1.1 Roadway Construction Management And Inspection 11.2.1 Bridge Construction Management And Inspection 12.1.6 Embankment/Subgrade/Backfill /Base Production 12.1.7 Embankment/Subgrade/Backfill /Base Placement 12.2.1 Plant Inspection And Testing 14.1.1 Soil Exploration 14.2.1 Geotechnical Testing 14.3.1 Transportation Foundation Studies 14.5.1 Evaluation & Design of Geotechnical Related Structures 7.4.1 Traffic Control Systems Analysis, Design & Implementation 7.5.1 Intelligent Transportation System 8.1.1 Signing, Pavement Marking & Channelization 8.2.1 Illumination 11.4.1 Environmental Inspections 11.5.1 Construction Scheduling Project Manager 11.6.1 Construction Schedule Support- General 11.7.1 Construction Schedule Support- Relating to Scheduling of Roadway Design 11.8.1 Construction Schedule Support- Relating to Construction Management of Projects Including Bridges or Multi-level Interchanges 18.2.1 Subsurface Utility Engineering 18.3.1 Utility Adjustment Coordination 18.5.1 Utility Construction Management and Verification 18.6.1 Utility Management & Coordination Oversight 8

RFP Information Potential NLCs Non-Listed Work Categories (Are subject to change) NLC-1 General Engineering Consultant (GECP) Project Services Project Manager NLC-2 Plan Review NLC-3 Operations and Maintenance NLC-4 Independent Verification and Validation; Highway Design NLC-5 Document Management and Control NLC-6 Cost Estimating NLC-7 Safety NLC-8 QA/QC Process Verification NLC-9 Claims Management NLC-10 Owner Verification Testing and Inspection NLC-11 Owner Verification Testing and Inspection - Team Lead NLC-12 Owner Verification- Chief Inspector NLC-13 Owner Verification- Materials Manager NLC-14 Owner Verification- Laboratory Manager NLC-15 3D Design Pass or Fail Ensure you demonstrate how you meet the minimums for NLCs. PEPS utilizes a checklist screening process to ensure minimum requirements are met. 9

I-2/I-69C Interchange Project Purpose Project elements and purpose: Decrease congestion Optimize ramp and interchange operations Reduce travel time Improve mobility 10

I-2/I-69C Interchange Project Overview Total project length: 7.8 miles I-2/I-69C Interchange Improvements: Full reconstruction of all four direct connector structures. New structures will provide two lanes in each direction. I-2: Existing Typical Section at I-69C Interchange Optimization of transitions between direct connectors and mainlanes. I-2: Proposed Typical Section at I-69C Interchange 11

I-2/I-69C Interchange Project Overview (continued) I-2 Improvements (6 miles) Mainlane widening from 2 nd Street to E. Fresno Ave. Mainlane reconstruction from E. Fresno Ave. to I-69C. Reconstruction and optimization of mainlane ramps and auxiliary lanes. I-2: Existing Typical Section between 2 nd Street and I-69C Mill and overlay of the remaining mainlanes and frontage road pavement. I-2: Proposed Typical Section between 2 nd Street and I-69C 12

I-2/I-69C Interchange Project Overview (continued) Braided Ramps along I-2 Proposed Locations: I-2 westbound between Jackson Road and Jackson Avenue I-2 eastbound between Veterans/I Road and Raul Longoria/FM 1426 I-2 westbound between Veterans/I Road and Raul Longoria/FM 1426 Proposed Braided Ramp Location 13

I-2/I-69C Interchange Project Overview (continued) I-69C Improvements (1.8 miles) Mill and overlay of mainlane and frontage road pavement from Nolana Loop to the I-2/I-69C interchange. Optimization of transitions between direct connectors and mainlanes. I-69C: Existing Typical Section approaching I-2 Interchange I-69C: Proposed Typical Section approaching I-2 Interchange 14

Project Status Contract Method Design-Build Contract is expected to be executed by August 31, 2019 Design-Build Contract with an anticipated 15-year Capital Maintenance Contract (three 5-year terms). Project Cost Estimate Anticipated Design-Build Contract cost of $320M. Disadvantaged Business Enterprise (DBE) Goal It is anticipated that there will be a DBE goal of 6% for the Design Build project. Environmental Clearance Environmental clearance was issued on November 1, 2018 for a Categorical Exclusion (D-listed). A Public Meeting was held on June 14 th. Information can be found on the public meeting website: https://www.txdot.gov/inside-txdot/get-involved/about/hearings-meetings/pharr/061418.html 15

Project Status (continued) Design A schematic has been completed and is pending final approval by DES/FHWA. Interstate Access Justification Report has been completed and submitted to FHWA for approval. Right of Way (ROW) TxDOT anticipates acquiring all required parcels prior by contract execution. TxDOT does not anticipate the need for DB Contractor right-of-way acquisition services. 16

Right-of-Way (ROW) Acquisition SH 495 / Ferguson Ave APPROXIMATELY 4.0 ACRES TxDOT Polk Ave Cage Blvd 17

Project Status (continued) Geotechnical Geotechnical investigations were performed and a geotechnical report was developed. Utilities SUE Level D and a subsequent SUE Level B were developed. Railroad There is one railroad crossing on the project (I-2 grade separation at Business 83). TxDOT has begun coordination with Rio Valley Switching/UPRR. Hazardous Material Investigations Studies are included as part of the environmental documents. 18

Conclusion Presentation and Sign-In Sheet will be posted on-line. Thank you for your attendance! 19