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

 

Work Plan for Special Experimental Project No. 14 (SEP-14)
Construction Manager/General Contractor (CM/GC)
Contract I-5 Willamette River Bridge (WRB) -
Bundle 220 Project

May 17, 2007

Introduction

The Oregon Department of Transportation ("Agency") hereby submits this work plan for review and approval as a Construction Manager/General Contractor (CM/GC) project under the provisions of Special Experimental Project No. 14 (SEP-14) for the use of innovative contracting practices.

The proposed CM/GC contracting method is an innovative process which is being considered and utilized by state transportation agencies for construction of highways, buildings and bridges. The CM/GC contracting method utilizes an integrated team approach applying modern management techniques to the planning, design and construction of a project in order to control time and cost, and to assure quality for the project owner. The team consists of the Agency, an A/E Firm (retained by the Agency), and the CM/GC. The CM/GC method includes both pre-construction and construction services. The A/E is selected utilizing a standard Consultant Selection process, and the CM/GC is selected using a qualification-based, Request for Proposal ("RFP") process.

The Agency wishes to utilize the CM/GC method as a means to explore alternative and innovative contracting methods. Historically the Agency has used design-bid-build and design-build methods and has no experience with the CM/GC method. With the increased demands on limited funds, the Agency is actively pursuing alternative delivery methods that have potential to enhance the use of tax dollars and allow for innovation in design and construction methods.

The State of Oregon has an exemption process that allows for the use of alternative contracting methods and many state and local government agencies in Oregon have successfully utilized CM/GC as a standard contracting practice for vertical construction. The Agency is actively pursuing an exception authorizing the use of the CM/GC contracting method. The Agency will assess and utilize the lessons learned and processes and the guidance from these agencies and knowledgeable consultants who have demonstrated effective and successful results in managing the CM/GC process as a means to ensure that program and project objectives are met.

Purpose

The traditional linear approach to managing transportation projects has used the design-bid-build (low bid) process. This system works well on conventional transportation projects that do not require innovative approaches to the design and construction phases of the projects. The majority of projects that the Oregon Department of Transportation delivers fall into this traditional category.

There are certain types of projects that require a unique approach to construction management; projects that are better managed in a non-linear approach. These types of projects can be identified by the following criteria:

  • Innovative funding scenarios, where multiple owners may dictate final project criteria;

  • Complex construction phases, where the actual contractors timely input is invaluable;

  • Projects where limiting budgets threaten the delivery of the project and where CM/GC alternatives can help to contain costs;

  • Other projects where construction input is required during early phases of project design.

Project Description and Scope of Work

This Workplan is requesting approval for the Agency to use the CM/GC method of delivery on the I-5: Willamette River Bridge (WRB), Bundle 220 project. This project will replace the Willamette River Bridge and the Canoe Canal (Patterson Slough) Bridge on Interstate 5 (I-5) in Lane County, Oregon.

A detour bridge over the Willamette River was constructed in 2004 just east of the existing bridge, after which the existing bridge was decommissioned. In addition to crossing the Willamette River, the decommissioned bridge and the detour bridge both cross pedestrian paths on both sides of the river, Franklin Boulevard, two (2) Union Pacific Railroad (UPRR) tracks, and the northbound I-5 to westbound Franklin Boulevard off-ramp.

Approximately 600 feet north of the decommissioned Willamette River Bridge is an existing 100-foot long bridge over the Canoe Canal, which will also be replaced as part of this project. The alignment of the existing detour crosses the Canoe Canal on a separate bridge constructed as part of the detour.

  • Main construction components of the project will include:

  • Constructing one or more in-water work platforms;

  • Remove existing decommissioned Willamette River Bridge;

  • Constructing a new 1800-foot long bridge in place of the decommissioned Willamette River Bridge structure;

  • Replacing the decommissioned Canoe Canal bridge;

  • Reconstructing approximately 2,500 feet of roadway approaching and between the bridges;

  • Constructing modifications of the Franklin Boulevard northbound off-ramp and southbound on-ramp to adjust to I-5 alignment modifications;

  • Removing the existing Willamette River and Canoe Canal detour structures;

  • Removing work platforms;

  • Rehabilitating the project area, including any required mitigation of project impacts.

The new Willamette River Bridge will be constructed at approximately the same location as the existing bridge and will require roadway alignment adjustments in the immediate project area as the bridge design dictates. The new bridge will be designed and constructed to carry up to six lanes of traffic to accommodate the 20-year traffic projections. However, additional travel lanes are not proposed as part of this project, and the new bridge will be striped to match the existing travel lanes at both the north and south ends. The bridge must be designed for length and height to not preclude future transportation improvements, including possible improved connections to I-5 in the Franklin/Glenwood area.

The southern portion of the new Willamette River Bridge crossing Franklin Boulevard and the UPRR must provide greater vertical clearance than the decommissioned bridge. No additional lanes, channelization, or speed zone changes are planned for this project.

This project may also involve acquisition of property parcels, temporary construction easements, permanent easements, mitigation or enhancement construction activities outside of existing Agency right-of-way.

Schedule and Phasing

Phase 1: CM/GC Selection Process

(Estimated duration: 10 months)

The Agency will advertise and solicit for a qualified CM/GC for this project through an RFP. The RFP will require all proposers to attend a mandatory pre-proposal meeting.

Submitted proposals will be opened at a public opening, with only the proposers name being read. After initial evaluation and scoring of the submitted proposals, a maximum of eight (8) of the top-ranked proposers will be invited to interview. Upon completion of interviews, the proposals will receive final evaluation and scoring. Negotiations will begin with the top-ranked proposer. Upon completion of negotiations and expiration of all protest periods, the Agency will execute the contract and issue the pre-construction phase notice-to-proceed to the CM/GC.

Phase 2: Pre-Construction Phase Services

(Estimated duration: 12 months)

Pre-Construction Phase services may include:

  • Jointly schedule and attend regular meetings with the A/E and Agency;

  • Review and evaluate with A/E and Agency all preliminary, advanced, and final design documents at milestones established by the Agency;

  • Provide recommendations on design alternatives, value engineering, and constructability;

  • Prepare and periodically update a project schedule and cost estimates;

  • Determine division of work to facilitate bidding and award of subcontracts;

  • Develop a Guaranteed Maximum Price (GMP) within Agency's established Target GMP.

At an Agency-specified point during the pre-construction phase, the CM/GC will be required to submit a GMP for the project. The CM/GC and Agency will negotiate a GMP Amendment based on the supporting documents and estimate submitted by the CM/GC. If the GMP is successfully negotiated, the Agency will enter into a contract amendment with the CM/GC for Construction Phase Services. If negotiations are unsuccessful, the CM/GC contract language allows the Agency to terminate the CM/GC contract with no additional cost and release the project for bid using the design-bid-build (low bid) contracting method.

Phase 3: Construction Phase Services

(Estimated duration: 36 months)

Construction Phase Services may include:

  • Schedule, coordinate and manage site operations and construction activities;

  • Coordinate with various federal, state and local agencies and utility companies;

  • Procure materials and equipment;

  • Provide, implement and document quality controls in accordance with the Agency's QC/QA program;

  • Address all federal, state and local permitting requirements;

  • Maintain a safe work site for all project participants;

  • Manage self-performed work, subcontractor work and suppliers;

  • Complete project construction of the project as described by final plans and specifications within the GMP.

Measures

Performance of the CM/GC contracting method will be measured and evaluated on the basis of cost and time savings, impacts to the environment, and improvements in project constructability, increased quality, and other factors of particular significance.

Reporting

An initial report focusing on industry reaction to the CM/GC process, issues encountered and lessons learned, will be submitted to FHWA within 60 days after award of the CM/GC contract.

Interim reports will be prepared and submitted on an annual basis until completion of the experiment. These reports will focus on the effects on work performance and monitoring, quality, completion time, claims, and other contract administration or legal issues.

The final report will be prepared and submitted within 90 days of completion of the experiment and Agency acceptance of the project. The final report will contain an overall evaluation of the project innovations, along with suggestions, lessons learned, and recommendations pertaining to the use of innovations on other projects.

Updated: 07/31/2017
Federal Highway Administration | 1200 New Jersey Avenue, SE | Washington, DC 20590 | 202-366-4000