U.S. Department of Transportation
Federal Highway Administration
1200 New Jersey Avenue, SE
Washington, DC 20590
202-366-4000


Skip to content U.S. Department of Transportation/Federal Highway AdministrationU.S. Department of Transportation/Federal Highway Administration

Construction

 

City of Phoenix
Work Plan for Special Experimental Project No. 14 (SEP-14)
Construction Manager at Risk Contract

Camelback Road Pedestrian Underpass
City of Phoenix Project No. ST89320032
Federal Aid Project No. STP-PHX-0(047)A
ADOT TRACS No. 0000 MA PHX SS566 01C
Camelback Core Pedestrian Enhancements
City of Phoenix Project No. ST87600046
Federal Aid Project No. TEA PHX-0(051)
ADOT TRACS No.0000 MA PHX SL54 01C

City of Phoenix
January 27, 2005
Project Engineer:
David Peterson, P.E.
City of Phoenix
Street Transportation Department
Design and Construction Management Division
1034 E. Madison Avenue
Phoenix, Arizona 85034
602-495-2050

Introduction

The City of Phoenix Street Transportation Department (PHXStd) submits this work plan for review and approval as a Construction Manager at Risk (CM@RISK) project for the two projects mentioned here under the provisions of Special Experimental Project No. 14 (SEP 14) for the use of innovative contracting practices. Both the City of Phoenix and the State of Arizona have approved this contract method.

The City of Phoenix currently has successfully completed over 30 CM@RISK projects over the past 3 years. The City of Phoenix currently has an additional 30 projects that are using the CM@RISK procurement method.

Examples of some current CM@RISK projects include:

  1. Sky Harbor Airport East Economy Parking Garage II
  2. Salt River Outfall Sewer Line Repair
  3. Sky Harbor Airport Terminal 4 Retail Renovation
  4. America West Arena Interior Improvements
  5. North Gateway Reclamation Plan Phase I
  6. 91st Avenue Wastewater Treatment Plant Unified Plant Expansion
  7. Sky Harbor Airport Consolidated Rental Car Facility
  8. Phoenix Downtown Traffic Management System
  9. 91st Avenue Wastewater Treatment Plant Three-Phase Digestion
  10. 79th Avenue Park and Ride Upgrade
  11. 91ST Avenue Wastewater Treatment Plant Chlorine Gas Piping
  12. 23rd Avenue Wastewater Treatment Plant Chlorine Gas Piping
  13. State Route 85 Landfill Entrance
  14. AV Bus Maintenance Facility
  15. Cesar Chavez Park Improvements
  16. FAA-PHX-Goodyear Airport Electrical Upgrades
  17. Streets Design/Construction Management Office
  18. 23 Ave Wastewater Treatment Plant Influent upgrades
  19. FAA Sky Harbor Airport Taxiway D Reconstruction
  20. South Phoenix Village Landscaping Sidewalk & Waterlines
  21. 91st Ave Wastewater Treatment Plant Security CM@RISK
  22. Sky Harbor Airport E Economy Lot 2nd Garage
  23. Phoenix Regional ITS Fiber Optic Backbone

Two previous City of Phoenix projects, Phoenix Regional ITS Fiber Optic Backbone and Phoenix Downtown Traffic Management System have received approval from FHWA under SEP 14 for the CM@RISK contract method. Other projects using federal funding include, Goodyear Airport Electrical Upgrades and Sky Harbor Airport Taxiway D Reconstruction.

The City of Phoenix is seeking a qualified Construction Manager at Risk (CM@RISK) to provide design phase assistance and complete construction services for the Camelback Road Pedestrian Underpass (ST89320032) and the Camelback Core Pedestrian Enhancements (ST87600046) projects. The combined estimated construction cost is $4 million.

Section I - Project Description and Scope of Work

The City of Phoenix has combined two federally funded pedestrian projects in the vicinity of 24th Street and Camelback Road. The projects will be constructed concurrently by a single CM@RISK firm. A study phase and Design Concept Report has been completed for the pedestrian underpass and a Project Assessment has been completed for the pedestrian enhancement project. These reports are available for review at the following website: http://www.camelpedbridge.com/.

Camelback Road Pedestrian Underpass (ST89320032)

The City is designing a grade separated structure to improve the safety for the pedestrians in this area. In order to construct the recommended pedestrian underpass structure changes to the roadway configuration will be required. This project will include the following: construction of a pedestrian underpass structure and associated retaining walls; reconstruction of Camelback Road to raise the profile within the project limits; curb; gutter; median; sidewalks; driveways; landscaping; and irrigation. The project will also include relocating the existing public utilities. The entry plazas on both ends of the underpass will have access ramps and aesthetically enhanced features.

The project begins at east of 24th Street on the west end and ends at west of 26th Street on the east end approximately 1000 feet long. The typical roadway section is three lanes in each direction of travel. New sidewalks will be provided at the vicinity of the underpass structure that will connect to the entry plazas. The median widths will be reduced and the westbound traffic lanes will be moved to center around the monument line in order to gain additional room for the entry plazas. Additional right-of-way needs will be acquired on the north side in order to construct the north entry plaza. This project also includes an arts component that is under the direction of the City of Phoenix Office of Arts and Culture.

Camelback Core Pedestrian Enhancements (ST87600046)

The Camelback Core Pedestrian Enhancement project will provide for the enhancement of 24th Street and 20th Street with Camelback Road intersections to make the area more attractive and safer for pedestrian activity in the Camelback East Village Core. The enhancements may include: adding concrete pavement in the crosswalk areas; enlarging pedestrian waiting areas and adding shade on the corners; and modifying traffic signals to improve circulation. Landscaping and way finding may also be included in the work.

Purpose

General Description of CM@RISK:

"This system, adopted and promoted by many large general contracting firms, is similar in many ways to the traditional system, in that the CM@RISK acts as a general contractor during construction. That is, the CM@RISK holds the risk of subletting the construction work to trade subcontractors and guaranteeing completion of the project for a fixed, negotiated price following completion of the design. However, in this scenario, the CM@RISK also provides advisory professional management assistance to the owner prior to construction, offering schedule, budget and constructability advice during the project-planning phase. Thus, instead of a traditional general contractor, the owner deals with a hybrid construction manger/general contractor.

In addition to providing the owner with the benefit of design phase services, which may result in advantageous changes to the project, the CM@RISK scenario offers the opportunity to begin construction prior to completion of the design. The CM@RISK can bid and subcontract portions of work at a time, often while design of unrelated portions is still not complete. In this circumstance, the CM@RISK and owner negotiate a guaranteed maximum price (GMP) based on a partially completed design, which includes the CM@RISK's estimate of the cost for the remaining design features.

An owner wishing to use the CM@RISK approach can realize many benefits. Chief among them are the opportunity to incorporate a contractor's perspective and input to planning and design decisions and the ability to "quot;fast-track" early components of construction prior to full completion of design. However, since a commitment is made to a contractor earlier in the process, a premium is placed on the proper selection of the CM@RISK to provide the best value to the owner."

(Ref: "Choosing the Best Delivery Method for your Facility Project" , Blake Peck, CCM, McDonough Bolyard Peck, Inc.)

Why CM@RISK for this project?

The proposed CM@RISK method of award is an innovative public facilities project delivery process which has been approved by both the City and the State of Arizona's Legislature. This approach should significantly reduce the overall project schedule and help prevent cost overruns. A reduction in design errors and omissions, change orders, and warranty issues is also anticipated.

Camelback Road in the area of the pedestrian improvement projects is one of the most traveled arterial urban roadways in the City of Phoenix. These along with the high end commercial and residential properties in the area make this a high profile project with critical construction phasing and scheduling. This is a unique project to the City of Phoenix in that the profile of Camelback Road is being raised to enhance the pedestrian underpass. This will affect storm water drain patterns but minimize utility relocations.

The Camelback Road Corridor has a multitude of utilities including fiber optic cables that provide high speed data to all businesses in the vicinity. The construction of an underpass will require that some utility conflicts need to be resolved by relocation. In addition, to maintain traffic on Camelback Road (one of the major east-west arterials of the City) and to minimize the impacts, construction phasing needs to be evaluated carefully and the final design should be completed accordingly.

The CM@RISK can provide additional insight in to the utility relocation methods, construction phasing and traffic controls needed for the project, which will help the design team in refining their final design. Thus construction-related delays and changes associated with the traditional delivery method can greatly be reduced which will help the very important goal of reducing the overall project schedule.

Innovative Contract Features:

The CM@RISK will provide advisory professional management assistance prior to construction (design phase services). The CM@RISK will have the latitude to recommend and implement design changes, provided a benefit is recognized.

The CM@RISK approach will enable certain construction activities like utility relocation to begin before the 100% completion of design drawings thus allowing for a shorter completion schedule.

Scope

The Construction Management at Risk will begin with the firm in an agency support role for design phase services and will hold the construction contract with the city for construction of the project. At some point prior to construction, the CM@Risk will assume the risk of delivering the project through a guaranteed maximum price contract. The CM@Risk will be responsible for construction means and methods, and will be required to solicit bids from prequalified subcontractors to perform the work. The CM@Risk is responsible for self-performing a minimum of 45% of the construction work.

A. Design phase services by the CM@Risk may include the following:

  • provide detailed cost estimating and knowledge of marketplace conditions;
  • provide project planning and scheduling;
  • provide for construction phasing and scheduling that will minimize interruption to traffic operations;
  • provide alternate systems evaluation and constructability studies;
  • advise City of ways to gain efficiencies in project delivery;
  • provide long-lead procurement studies and initiate procurement of long-lead items;
  • assist in the permitting processes;
  • protect the owner's sensitivity to quality, safety, and environmental factors.

B. Construction phase services by the CM@Risk may include:

  • construct the pedestrian underpass according to final plans;
  • construct the pedestrian enhancements according to final plans;
  • coordinate with various City of Phoenix departments, other agencies, utility companies, etc.;
  • arrange for procurement of materials and equipment;
  • schedule and manage site operations;
  • bid, award, and manage all construction related contracts while meeting city bid requirements including DBE participation goals;
  • provide quality controls;
  • bond and insure the construction;
  • address all federal, state and local permitting requirements;
  • deal with owner issues; and
  • maintain a safe work site for all project participants.

The CM@RISK method will include the following sequential phasing:

Phase 1: Construction Manager at Risk Selection Process

The Call for Qualifications will advertise according to the FHWA requirements. The Call for Qualifications will include a general description of the projects and scope as well as information on how to obtain the Request for Qualifications package along with the City of Phoenix and FHWA requirements.

The Request for Qualifications (RFQ) will request that the contractors submit a Statement of Qualification (SOQ) that will include the following:

  1. Experience and qualifications of the Contractor and in providing these services on similar projects. - 20 points
  2. Experience and qualifications of the proposed team members in providing these services on similar projects. - 20 points
  3. Understanding of the projects by the Contractor, including discussion on the team's proposed implementation approach. - 25 points
  4. Other selection criteria; current/recent workload. - 10 points
  5. Principal office location and local participation. - 10 points
  6. Provide statements of the general description of the Contractor. - 5 points
  7. Overall evaluation and opinion of the team's capability to provide the required services. - 10 points

Maximum Score = 100 points

This Statement of Qualifications (SOQ) will be scored by the selection panel members. Based on the SOQ scoring, select the most qualified Contractor to perform as the CM@RISK.

Phase II: Pre-Construction Negotiations

  • Selection of the most qualified CM@RISK
  • Prepare scope and fee
  • Negotiate a contract for design phase services
  • Prepare contract
  • Obtain approvals
  • Issue a notice to proceed

Negotiate a contract for design phase services. If a contract agreement cannot be reached with the most qualified, offer a contract to the second most qualified and begin negotiations, etc,

Phase III: Design phase Services

Design phase services will consist of the CM@RISK reviewing the scope of work, existing plans, specifications, and special provisions. Recommend changes and modifications if needed.

Design Phase services will also include:

  • Prepare scope and fee for construction services
  • Negotiate and execute a contract amendment with a GMP
  • Prepare contract management
  • Obtain approvals

Phase IV: Construction Services

The CM@RISK and the City will negotiate a GMP based on the completed design and the CM@RISK estimate for the remaining design features. The primary duties of the CM@RISK during the Construction Phase will be to:

  1. Manage and coordinate design and construction activities
  2. Address and satisfy all Federal requirements
  3. Complete projects as described by the final plans and specifications
  4. Coordinate all activities with the City's Construction Manager
  5. Address project close out and warranty issues.

Schedule

  • Phase I: Estimated duration is four (4) weeks
  • Phase II: Estimated duration is six (6) weeks
  • Phase III: Estimated duration is twenty four (24) weeks
  • Phase IV: Estimated duration is thirty (30) weeks
  • Total project duration is approximately fifteen (15) months

Measures & Reporting

The intent is to evaluate these projects based on improved quality, cost saving, and timesaving. The City of Phoenix will be retaining Premier for construction management support to assist in this evaluation. Premier will also assist with the initial and final report.

PHXStd will prepare and submit an initial and a final report on this project. The initial report will be prepared at the approximate time of award of the design phase services contract. The initial report will include a description of the CM@RISK process to date, problems encountered, benefits received, and lessons learned.

A final report will be submitted upon completion of the contract and final PHXStd acceptance. The final report will contain an overall evaluation of the project from the City, Premier and the Contractor along with any suggestions and recommendations for improving the process. In addition, we will discuss our relationship with the Contractor, quality of the final product, number of changes to the original scope of work, additional cost, problems encountered and benefits received.

Updated: 07/26/2017
Federal Highway Administration | 1200 New Jersey Avenue, SE | Washington, DC 20590 | 202-366-4000