PAGE 0 American Legion Bridge I-270 to I-70 Relief Plan – Phase South Industry Day June 16, 2021
PAGE 1
Introductions
AM Partners Team Introductions Tim Steinhilber, Project Director Sandeep Gopalan, Deputy Project Director Rob Kerns, Design Manager Sean Mallipudi, Procurement Director Britni Seaholm, Deputy Procurement Director Cory Raymond, Diversity Manager
PAGE 2
Project Summary Accelerate Maryland Partners (“AM Partners”) has been selected by MDOT to be the exclusive Developer responsible
for the Predevelopment Work for the American Legion Bridge I-270 to I-70 Relief Plan. Phase South of the Plan (the "Project") comprises the design, construction, financing, tolling of express
lanes, operations and maintenance of over 14 miles of heavily travelled highway in Maryland, from South of the American Legion Bridge along I-495 to the I-370/I-270 interchange along I-270.
AM Partners’ anticipates delivering the design & construction of Phase South in 2 sections, the section of the Project from I-495 from the vicinity of the George Washington Memorial Parkway to I-270 ("Phase South A"); and I-270 from I-495 to I-370 ("Phase South B"), together "Phase South".
AM Partners plan to issue a Request for Qualification (“RFQ”) to solicit statements of qualifications (“SOQ) from individual firms or teams (“Respondents”) interested in serving as a contractor to the Developer for the design and construction (the “D&C Contractor”) of a section(s) of Phase South.
The RFQ will represent the first phase in the process for the selection of a D&C Contractor for each of Phase South A and Phase South B. The Developer intends to shortlist Respondents to the RFP phase with two (2) separate, (but broadly concurrent) D&C procurement processes, one for Phase South A and one for Phase South B.
Executive Summary
PAGE 3
Who We AreAM Partners is led jointly by Transurban and Macquarie as Lead Project Developer and Equity Members and includes the design and development expertise of Dewberry, Stantec and Bechtel, with exclusive Maryland based subconsultants Soltesz, Whitney, Bailey, Cox & Magnani, STV and Floura Teeter Landscape Architects.
Transurban is one of the world’s largest project developers and operators, and the leading developer of innovative dynamic tolling and traffic management systems. Everything Transurban does is to get people where they want to go, as quickly and safely as possible— from designing and building new roads to researching new vehicle and road safety technology.
Macquarie Capital is one of the world’s largest P3 developers, infrastructure equity sponsors and financial advisors with unparalleled experience in successfully applying a holistic and collaborative approach to developing large and complex infrastructure projects with an integrated team of both technical and financing experts.
The world class team highlights a focus on advancing the de-risking efforts on the Project thereby maximizing value and delivery certainty, as well as the integration of the latest technology and best practices into the Project.
PAGE 4
A Historic Effort to Reduce Congestion for Millions of Marylanders
AM Partners Approach will Deliver an Improved Drive
AM Partners team members are part of the Maryland community - we are invested in Maryland's progress and deeply appreciate the Project's goals and challenges.
Accelerate Maryland Partners will:
Accelerate project delivery with experienced partners, resources and personnel;
Accelerate congestion relief, giving people more time with their families;
Accelerate technological advancement through innovation.
AM Partners commitment to the Maryland community is to:
Provide a new American Legion Bridge + bike and pedestrian path across the bridge.
Buses, motorcycles and vehicles with three or more passengers will be able to use the new lanes free of charge.
Existing general-purpose lanes throughout the corridor will be retained, remaining free for use by all motorists.
Focus on safety during construction including funding for Vision Zero Safety Improvements across Phase South.
Local community partnerships with small, disadvantaged, minority, women and veteran-owned businesses, union and local contractor involvement, engagement with local community organizations and educational institutions.
The Project improvements will transform overloaded interstates, remove overflow traffic from the local roads and allow people to reach their destinations faster.
Project Map
PAGE 5
Phase South involves the design and construction of managed lanes in Maryland covering approximately a ~14-mile section of the I-495 HOV/HOT Lanes from the vicinity of the George Washington Memorial Parkway (“GWMP”), south of the Potomac River to the interchange between I-270 and I-370 and is expected to be delivered in two sections.
Approximately 6 miles that covers I-495 from the vicinity of the GWMP to I-270, including the American Legion Bridge (“ALB”), comprising:
• The addition of two HOT lanes in each direction of I-495 from south of the GWMP in Virginia, across ALB, and extends north to I-270, west of MD-187;
• The full replacement of the ALB;• A shared-use path for bike and pedestrians across the
ALB;• The addition of 26 lane-miles of highway, and
rehabilitation / conversion of 66 lane-miles of existing highway; and
• Four major interchanges at GWMP, Clara Barton/MacArthur, River Road/Cabin John, and I-495/I-270.
Phase South BPhase South A
Project Phases
Approximately 8 miles that covers the remainder of Phase South on I-270 from I-495 East spur to I-370 interchange, comprising:• A new single HOT lane and conversion of the existing
HOV lane into a HOT lane, resulting in a two-lane HOT managed lanes network in each direction;
• 16 new lane-miles of highway, and rehabilitation / conversion of 96 lane-miles of existing highway; and
• Two major interchanges at I-270 east spur and I-370, and eight minor interchanges.
PAGE 7
Intelligent Transportation Systems (ITS) Sound walls Lighting, sign structures Quality Control (QC) Safety Public Involvement communications Construction Engineering Inspection Overall project management
Phase South Scope of Work
D&C Contractor Scope of Work
Tolling Implementation
Roadway, interstate widening Survey Structures, bridges Environmental management Geotechnical Drainage, storm water management Traffic control Devices Transportation Management Plan (TMP) Right-of-Way (ROW) Utilities
D&C Contractor scope will only include gantries, ITS equipment, infrastructure support, i.e., poles, conduits, etc. Tolling technology and implementation will be under a separate AM Partner contract with a TTMS contractor, subject to
an interface agreement between the TTMS contractor and the selected D&C Contractor; and Specifications will be made available for location, sizing of gantries, electronic tolling equipment.
PAGE 8
Environmental Status FHWA and the Maryland Department of Transportation State Highway Administration (“MDOT SHA”) have identified
Alternative 9: Phase 1 South as the new Recommended Preferred Alternative (“RPA”) for the I-495 and I-270 Managed Lane Study (“MLS”).
The new RPA focuses solely on building a new ALB and delivering two HOT managed lanes in each direction on Phase 1 South with no action at this time on I-495 east of the I-270 eastern spur.
In late summer 2021, FHWA and MDOT SHA will issue a Supplemental Draft Environmental Impact Statement (“SDEIS”) for Alternative 9: Phase 1 South for public and agency comment.
As shown in Figure 1 below, and consistent with Alternative 9 in the Draft Environmental Impact Statement (“DEIS”) published in July 2020, the RPA, Alternative 9: Phase 1 South, proposes:— Adding two HOT managed lanes in each direction from the GWMP in Virginia to east of MD 187 on I-495.— Adding one HOT managed lane and converting the existing high-occupancy vehicle (HOV) lane into a HOT
managed lane on I-270 from I-495 to north of I-370 and on the I-270 eastern spur from east of MD 187 to I-270,resulting in a network of two HOT managed lanes in each direction.
A Final Environmental Impact Statement (“FEIS”)/Record of Decision ("ROD") is anticipated in Spring 2022.
PAGE 9
AM Partners has and will continue to implement an extensive de-risking plan, comprising extensive site due diligence and a robust ROW and third-party program, which findings will be available to potential contractors participating in the procurement process.
Key Components of De-Risking Plan to be performed by AM Partners
Project De-Risking Approach
Category Reference documents to be provided to bidders during procurement process
Utilities • Identified 44 major conflicts and ~100 minor conflicts• Will make available full utility survey of anticipated major utility conflicts• Will make available utility agreements with key utilities• Expect to solicit feedback from D&C Contractors on key utility agreements through the procurement process
Site Surveys • Will make available verification of existing survey conducted by MDOT, and additional detailed LIDAR surveys of existing roadway
Geotechnical • 300+ borings to be completed, and geotechnical report to be made available to D&C Contractors• Expect to solicit feedback from D&C Contractors on additional boring locations, if necessary, through the
procurement
ROW • Will make available ROW and Boundary Work Map for baseline design• Will advance ROW studies to refine partial acquisitions, temporary easements, etc.• Will begin pre-acquisition activities
Design • ~20% level of detail design will be available as part of design bridging documents
PAGE 11
AM Partners has or will:
Develop a “bench” of Maryland certified DBE firms
Develop a network of community-based organizations to support Workforce Development & DBE programs
Establish a Diversity Board to advise AM Partners on diversity and inclusion
Develop a Community Benefits Agreement with MDOT and relevant stakeholders
Conduct additional DBE outreach and matchmaking events for DBE community with shortlisted firms
AM Partners Diversity Manager
Cory Raymond, Modern Times Inc. Liaison with Opportunity
MDOT Compliance and Oversight of
EEO, Workforce Diversity & DBE programs
Outreach coordinator and small business and workforce diversity advocate
AM Partners Commits to MDOT:
DBE and Workforce Development
Exceed DBE participation goals Develop a robust Workforce
Development & DBE programs Identify, train and utilize a local
workforce that reflects Maryland’s diversity
Develop mobile app for jobseekers Ensure compliance, monitoring and
reporting for Workforce Development & DBE programs
The successful D&C Contractor(s) will be required to comply with certain community benefit requirements to be developed in collaboration by MDOT and the Section Developer. This includes, but is not limited to, integration of the local trades, union and non-union trades as well as the DBE community along the P3 Program corridor.
PAGE 12
Procurement OverviewD&C Procurement Process
Data Management
RFQ Process
The RFQ will represent the first phase for the selection of a D&C Contractor for each of Phase South A & B
An evaluation team appointed by the Developer will rate and score the SOQs based on the RFQ evaluation factors
As part of the RFQ, the Developer is soliciting feedback from Respondents on their interest in being considered for the shortlist for and ability to participate in either: (1) both D&C procurement processes for Phase South A & B (“Option 1”), or (2) only one of the Phase South A or B D&C procurement processes (“Option 2”).
RFQ Respondents will be ranked and shortlisted based on the Evaluation Criteria set forth in the RFQ.
Anticipate shortlisting no more than three teams for each of Phase South A and Phase South B.
RFP Process
The RFP process will comprise two broadly concurrent procurement processes with two RFP’s issued:
1. Phase South A RFP
2. Phase south B RFP
RFP submissions shall include (1) Technical Proposal, (2) Price Proposal and (3) other information specific to the Evaluation Criteria and Technical Factors.
Successful RFP Respondents for the Phase will enter into a firm, fixed-price, date certain D&C Contract (2 separate D&C Contracts for each of Phase South A & B)
AM Partners will use Ansarada Procurement Management for all communication with bidders including: Document transfer and submittals
Q&A
RFQ / RFP addendums and submission
PAGE 13
Timeline Overview
Activity Key Date
Industry Day June 16th
One-on-One Meetings June 16th & June 17th
Letter of Interest Due July 2nd
RFQ Released June 22nd
RFQ Due August 3rd
Anticipated RFQ Timeline
Anticipated RFP Timeline
Activity Key Date
Draft RFP Release - Phase South A and Phase South B August 2021
Technical Proposal - Phase South A and Phase South B February 2022
Financial Proposal - Phase South A and Phase South B March 2022
PAGE 14
Indicative RFQ Evaluation Requirements
Scored
Category Weight
Key Personnel and Team Structure 35%
Team Experience 35%
Project Understanding and Experience 15%
Health and Safety Management 15%
Total 100%
Pass / Fail
Item Form
SOQ Cover Letter Form A
SOQ Checklist Form B
Certifications Form C
Respondent Preference Form D
Bonding Capacity N/A
PAGE 15
Key Personnel and Team Structure
D&C Project Manager
ITS Design Manager
Designers Design Manager
Contractor’s Design Integration
Manager
Safety ManagerQuality Control
Manager
Construction Manager
ITS Construction Manager
PAGE 16
Team Experience
Lead Contractor
5 relevant project sheets
Lead ContractorITS/TTMS
2 relevant project sheets
Lead Designer
3 relevant project sheets
Lead Designer ITS/TTMS
3 relevant project sheets
PAGE 17
Plan to Appropriately Staff and Manage
Project Risk Understanding and Experience
Respondents understanding of key identified project risks: Right of Way: Approach and experience in
managing stakeholders, avoiding condemnation proceedings, and minimizing schedule impacts
Utilities: Approach and experience in minimizing utility impacts and coordinating with utilities
Maintenance of traffic: Approach and experience in managing complex traffic management and minimizing impact to travelers during construction
Labor management: Given the significant labor needs for the construction, approach and experience to appropriately staff the Project and ensure harmonious labor relations between union and open-shop labor, to the extent applicable
To ensure timely delivery and describe how the Respondent teams experience in managing these types of risks, including any specific local experience and resources.
PAGE 18
Safety Requirements
Health and Safety Management
Current EMR of less than or equal to 1.0 Current OSHA Recordable Injury Rate less than or
equal to 3.0 Current Lost Time Injury Rate of less than or equal to
1.7 Regulatory HSE related violations in the past Five (5)
years (OSHAEPA, etc.) Employee fatalities or hospitalization in the past Five
(5) years Company’s light duty policy
PAGE 19
DLA Piper
Dovetail Cultural Resources Group
Dranref, LLC d/b/a Business Transformation Group
E2CR, Inc.
ECS Mid-Atlantic, LLC
Edwards Utility Mapping Corp.
Environmental Research Group, LLC
Ernst & Young Infrastructure Advisors, LLC
Fenner Consulting, LLC
Harris Miller & Hanson Inc.
H-Fox Associates
Infrastructure Technologies, LLC
iSee, LLC
KFH Group, Inc.
KPMG
Louis Berger Services
Louis Berger US, Inc.
Macquarie
Mahan Rykiel Associates, Inc.
Conflicted Parties
Ames & Gough Insurance/Risk Management
Applied Archaeology and History Associates
Ashurst, LLP
ATCS, P.L.C.
Athavale, Lystad & Associates, Inc.
Bechtel
Blackwater Environmental Group
Blue Heron Environmental Services
Bregman, Berbert, Schwartz & Gilday
Capital Project Strategies, LLC
Capo Projects Group, LLC
Cavnue, LLC
CES Consulting, LLC
CDM Smith, Inc.
Chesapeake Environmental Management
Clary Consulting Company
Coastal Resources, Inc.
Davenport & Company, LLC
Dewberry Engineers Inc.
Diversified Property Services, Inc.
MDOT and the Developer have determined that the following firms and their affiliates would present a conflict of interest or the appearance of a conflict of interest in the event of their participation on a Respondent team. Accordingly, such participation could lead to the Respondent being disqualified.
MARKUR LLCarkur
Marsh
Mayer Brown
McCormick Taylor, Inc.
McGuire Woods, LLP
McKennon Shelton Henn, LLP
Mercado Consultants, Inc.
Navarro & Wright Consulting Engineers, Inc.
NMP Engineering Consultants
Northeast Engineering, Inc.
Perry, White Ross Jacobson
PFM Financial Advisors, LLC
Prichett Steinberg Group
PRR, Inc.
Pulsar Advertising, Inc.
Operis
RAM Corporation, Inc.
Remline Corporation
RJM Engineering, Inc.
RK&K, LLP
Rossi Transportation Group, Inc.
RS&H Inc.
lSIP Maryland ProjectCo., LLC
Southeastern Institute of Research, Inc.
Soltesz, Inc.
Stantec Consulting Services Inc.
Straughan Environmental, Inc.
STV Incorporated
T3 Design Corporation
Texas A&M Transportation Institute
Traffic Group
TransCore LLC
Transuban
Venable LLP
Via Transportation, Inc.
WBCM
Wilson T. Ballard
Whitman, Requardt & Associates
Whitney, Bailey, Cox & Magnani
WSP USA, Inc.
WSP USA Solutions
PAGE 20
AM Partners Contact and Next Steps
Thank you!
For further information, please contact:
Sean Mallipudi, Procurement Manger Phone: 571-527-8395 E-Mail: [email protected]
Point of Contact
One-on-One Meetings – June 16th and June 17th Letter of Interest submission (required to gain access to
Ansarada – July 2nd) RFQ Released – June 22nd
Next Steps