aashto’s trns•port decision support system kathy.pdfrmk construction co. llc 19 d & j...
TRANSCRIPT
Decision Support Component
SiteManager
Estimation
BAMS/DSS Data Warehouse
Bid LettingsProjects & Proposals
Expedite
CES
Construction
web Trns•port Preconstruction
Electronic Bidding
AL
AR
CO
CT
FL
GA
IN
IA
KS KY
ME
MD
MI
MN
MO
NE NJ
NM
NY
NC
OH
OK
OR
PA
SC
TX
VT
VAWV
WIID
TN
MT
DC
AASHTO Member Agencies Licensing Trns.port BAMS/DSS
Nova Scotia
LA
MS
CA
ManagerialTool
Pre-AwardBid Review
Estimation
LitigationSupport
CollusionDetection
RichHistoricalDatabase
Trns•portBAMS/DSS
Decision Support:Trns•port BAMS/DSS
• Historical Data Repository– Data from the complete contract lifecycle
• Analysis of highway construction data
• Feeds historical data to CES for bid-based estimation
• Unlimited reporting and executive summaries
Cost Estimation Support
• Bid Histories for Trns•port CES– Cost groups for long range estimation– Item level for detailed estimation– Scatterplots for item cost by project
• Bid History reports– Item Rank Analysis– Weighted average bid prices by location– Summary statistics for historical prices
LADOTD BAMS/DSS Statistical Analysis Models - IRANK
(Spec years 00,06 and 08 analyzed separately)
TOP STANDARD ITEMS BETWEEN August 10, 2005 AND June 3, 2008
RANKED BY TOTAL AWARDED DOLLARS
773 CONTRACTS - AWARDED TOTAL: $2,804,920,316
OVERALLRANK
ITEMNUMBER
SPECYEAR
ITEM DESCRIPTION UNITS QUANTITY DOLLARS(IN 000S)
AVERAGEPRICE
PERCENT DOLLARS
OCCURRENCES
1 727-01 00 Mobilization LS 399 $332,822 834139.3 11.87 399
2 502-01 00 Superpave Asphaltic Concrete
TON 3,050,583 $211,617 $69.37 7.54 259
3 502-01 06 Superpave Asphaltic Concrete
TON 2,055,597 $159,026 $77.36 5.67 161
4 807-06 00 Structural Metalwork
LS 28 $112,961 4034336 4.03 28
5 805-03 00 Class Aa Concrete CUYD
89,477 $96,529 $1078.82 3.44 31
6 807-06-B 00 Structural Metalwork
LS 1 $72,000 72000000 2.57 1
7 S-001 00 S-001 EACH
3,906,447 $65,453 $16.76 2.33 276
8 727-01 06 Mobilization LS 263 $51,757 196794.2 1.85 263
9 806-01 00 Deformed Reinforcing Steel
LB 46,274,939
$51,020 $1.10 1.82 80
10 203-04 00 Embankment CUYD
7,424,886 $39,322 $5.30 1.40 47
LADOTD BAMS/DSS Statistical Analysis Models - IRANK
(Spec years 00,06 and 08 analyzed separately)
TOTAL DOLLARS SPENT ON ITEMS IN EACH ITEM CLASS
773 CONTRACTS BETWEEN August 10, 2005 AND June 3, 2008
ITEM CLASS DOLLARS PERCENTASPHALT $405,196,684 21.9
MOBILIZATION $384,578,451 20.8
STRUCTURES, STEEL $262,981,254 14.2
STRUCTURES, CONCRETE $228,712,701 12.3
NONSTANDARD ITEMS $224,867,892 12.1
EARTHWORK AND CLEARING $103,505,788 5.6
PILES, SHEET OR DRIVEN $63,258,164 3.4
TRAFFIC CONTROL, TEMPORARY $43,219,799 2.3
CONCRETE, INCL CONCRETE BASE $35,134,753 1.9
BASE $34,708,481 1.9
MILLING AND RUBBLIZATION $24,747,952 1.3
SURVEY AND LAYOUT $22,147,021 1.2
TRAFFIC CONTROL, PERMANENT $9,963,860 0.5
STRUCTURES, OTHER $9,364,250 0.5
$1,852,387,050 100
LADOTD BAMS/DSS Statistical Analysis Models – PRICES
(Spec years 00,06 and 08 analyzed separately)
ITEM PRICE UNIVARIATE STATISTICS – Top Ten Items by Dollars
ITEM NUMBER
SPECYEAR
OCCURRENCES
AVERAGEPRICE
STANDARDDEVIATION
MEDIANPRICE
MINIMUMPRICE
25TH% ILEPRICE
75TH% ILEPRICE
MAXIMUMPRICE
203-03 06 14 $13.01 $9.08 $9.35 $4.20 $5.00 $18.00 $30.00
502-01 00 49 $113.10 $95.41 $80.00 $57.00 $69.50 $103.50 $500.00
502-01 06 161 $105.16 $68.49 $82.00 $58.00 $74.00 $100.00 $500.00
804-03-G 00 1 $71.00 $71.00 $71.00 $71.00 $71.00 $71.00
805-01-F 00 5 $944.00 $352.75 $850.00 $600.00 $720.00 $1,050.00 $1,500.00
805-03 00 6 $1,562.50 $1,751.98 $750.00 $550.00 $750.00 $1,500.00 $5,075.00
806-01 00 13 $2.61 $2.46 $2.00 $0.77 $1.00 $3.00 $10.00
S-001 00 67 $200,777.41 $1,514,542.37 $500.00 $0.49 $10.00 $4,000.00 $12,400,000.00
S-001 06 196 $109,401.64 $937,848.00 $112.95 $0.01 $8.00 $4,750.00 $11,325,325.00
S-116 00 2 $503,500.00 $702,157.03 $503,500.00 $7,000.00 $7,000.00 $1,000,000.00 $1,000,000.00
Pre-award letting analysis
• Bid Letting Review– Unbalancing / Front-end loading– Complementary bidding– Identical item prices– Reasonable item pricing
• Evaluation of Engineer’s Estimate– Items with significant differences– Quantity bust
LIPE
SUPERPAVE SUPERPAVE– DRIVES
PAVMNT WIDENING MOBILIZATION SURFACE PREPTRAFF MAINTAGGREGATE
CONSTRLAYOUT
TEMP SIGNS
LOUISIANA DEPARTMENT OF TRANSPORTATION AND DEVELOPMENTLETTING SUMMARY/BID REVIEWLETTING OF OCTOBER 31, 2007
____________________________________________________________________________________________________ LEAD PROJECT: 053-06-0017 NO. BIDDERS: 2 Madden Contracting Co., Inc.
LEAD FEDERAL: LENGTH: 5.150Natchitoches Parish Line - Junction US 84 (South Section) LOW BID AMOUNT: $1,165,927.40
Dotd Overlay Program ESTIMATED COST: $1,010,166.70Red River OVERRUN $155,760.70 15.4%
LA 1BID REVIEW COMMITTEE: AWARD ____ REJECT ____ NEEDS FURTHER CONSIDERATION ____
________________________________________________________________________________________ PROJECT: 064-05-0081 NO. BIDDERS: 3 C.E.C., Inc.
LEAD FEDERAL: ER-ERE1(024) LENGTH: 0.000Repairs to West LA Rose Bridge LOW BID AMOUNT: $366,000.00
Both Projects (704-29-0003) Have Same Fed Num and Dir Number ESTIMATED COST: $295,000.00Lafourche OVERRUN $71,000.00 24.1%
LA 1BID REVIEW COMMITTEE: AWARD ____ REJECT ____ NEEDS FURTHER CONSIDERATION ____
________________________________________________________________________________________LEAD PROJECT: 066-05-0025 NO. BIDDERS: 3 Diamond B Construction Co., L.L.C.
LEAD FEDERAL: STP-0206(500) LENGTH: 3.160Cslm 2.12 - Evangeline Parish Line LOW BID AMOUNT: $785,450.73
Cold Plane, Reconstruct,Overlay,Aggr Shlds, Type ESTIMATED COST: $774,110.70Allen OVERRUN $11,340.03 1.5%
LA 10BID REVIEW COMMITTEE: AWARD ____ REJECT ____ NEEDS FURTHER CONSIDERATION ____
________________________________________________________________________________________
Vendor Activity Monitoring
• Tools to Systematically analyze– effect of market conditions and vendor
capacities on cost and bidding behavior– supplier and subcontract
markets/relationships– competitive behavior among vendors
• Enables better project sizing and scheduling to promote competition
LADOTD BAMS/DSS Statistical Analysis Models - SELECT
REGION AND DATE FREQUENCIES ON SELECTED CONTRACTS
BIDDERS LIST COUNT BIDDERS COUNT SUBCONTRACTORS
Stars & Stripes Traffic Sys., 72 Gilchrist Construction Co. LLC 19 Highway Graphics Inc. 42 Diamond B Construction Co., L. 15 Mid South Construction Supply 39 Ceres Environmental Services,I 13 Highway Technologies Inc 37 T. L. Wallace Construction, In 10 Gilchrist Construction Co. LLC 35 Jeff Mercer LLC 10 Diamond B Construction Co., L. 25 Pav'T-Mark. Co, Div of Gulf In 9 Ceres Environmental Services,I 25 Highway Graphics Inc. 9 Rcs Contractors, Inc. 21 Stripe-A-Zone Inc 9 Midwest Asphalt Corporation 21 Missouri Petroleum Products Co 8 Jeff Mercer LLC 20 Coastal Bridge Co., L.L.C. 7 Forby Contracting, Inc. 19 Boh Bros. Construction Co., LL 7 Rmk Construction Co. LLC 19 D & J Construction Co., Inc. 7 Diamond Electrical Co., Inc. 18 Forby Contracting, Inc. 7 T. L. Wallace Construction, In 18 Rcs Contractors, Inc. 7 Dustrol Inc 17 Interstate Improvement, Inc. 7 Coastal Bridge Co., L.L.C. 16 Southern Synergy LLC 7 Alpha Service and Products, In 15 Diamond Electrical Co., Inc. 6 35378000/P.R. Parker Company I 15 Madden Contracting Co., Inc. 6 Brudd Construction Co., LLC 15 James Construction Group LLC 6 Wt and Associates, Inc 15 Dreher Contracting, Inc. 5 Guinn Brothers, LLC. 14 Blount Bros. Construction, Inc 5 Progressive Construction Co., 14 C W & W Contractors, Inc. 5 Atwood Fence Company Inc. 14 F. J. Burnell, Inc. 5 Boh Bros. Construction Co., LL 13 35378000/P.R. Parker Company I 5 Qpl, Inc. 13 00046000/Barber Bros. Contract 4 Pelco Structural 13 01165000/Ernest P. Breaux Elec 4 Fbl & Associates, Inc. 12 W. R. Core, LLC. 4 Gulf Coast Pre-Stress Partners 12 H & S Construction Co., Inc. 4 Austin Bridge & Road, Lp 12 06276000/Barriere Construction 4 W. R. Core, LLC. 11 Guinn Brothers, LLC. 4 Pav'T-Mark. Co, Div of Gulf In 11 13082000/Wye Electric, Inc. 4 Vantel, Inc 11 Progressive Construction Co., 4 Jem Engineering & Manufacturin 11 Vantel, Inc 4 D & J Construction Co., Inc. 10 39462000/Denton-James LLC 4
LADOTD BAMS/DSS Statistical Analysis Models - SELECT
VENDOR FREQUENCIES ON SELECTED CONTRACTS
LADOTD BAMS/DSS Statistical Analysis Models - VENCOM
Asphalt Contracts 2003 to date
VENDORS OR VENDOR GROUPS INCLUDED IN THIS
VENDOR COMPETITION ANALYSIS
VENDOR OR VENDOR GROUPCLASS
position VENDOR VENDNAME winnings SELECTIONCRITERIA
KEY 1 12312000 Gilchrist Construction Co. LLC $356,580,180 TOP RANKING
2 12487000 Diamond B Construction Co., L.L.C. $310,002,445 TOP RANKING
3 34567000 James Construction Group LLC $149,792,361 TOP RANKING
4 05789000 D & J Construction Co., Inc. $127,124,793 TOP RANKING
5 06276002 06276002/Barriere Construction Co., LLC $96,332,161 TOP RANKING
6 08584000 Madden Contracting Co., Inc. $89,842,954 TOP RANKING
7 06276001 06276001/Barriere Construction Co., LLC. $51,654,415 TOP RANKING
8 04089000 H & S Construction Co., Inc. $44,838,984 TOP RANKING
9 02179000 Boh Bros. Construction Co., LLC. $44,677,892 TOP RANKING
OTHER 10 34356000 Prairie Contractors Inc. $44,495,729
11 00481000 Coastal Bridge Co., L.L.C. $37,173,829
LADOTD BAMS/DSS Statistical Analysis Models - HSTATEAll Contracts Let in FY 2007
Historical Statistics For July 1, 2006 to June 30, 2007Summary Report
< < OVERALL TOTALS > >
Awarded Contracts Contracts Work Began Completed Contracts Subcontracts
Total Number 234
Total Dollars $1,037,034,339
Proposals Let Previously Let Proposals Proposals Rejected Proposals Cancelled
Total Number 294
Total Dollars $1,152,847,236
LADOTD BAMS/DSS Statistical Analysis Models - HSTATEAll Contracts Let in FY 2007
Summary Report
< < AWARD TOTALS > >Area Totals Major Contract Work Types Major Vendors
Area Contracts
Total $ Work Type Contracts
Total $ Vendor Contracts
Total $
5 40 $358,373,395 Concrete new pavement
15 $284,980,796 Gilchrist Construction
9 $222,138,942
3 68 $294,115,415 New location /replacement
23 $233,990,231 James Construction Gro
7 $220,956,338
1 49 $229,734,564 Asphalt widening and o
11 $159,023,059 Traylor/Kiewit south/Ma
1 $166,698,939
2 27 $74,926,409 Asphalt new pavement-n
8 $102,148,528 Diamond B Construction
7 $65,648,272
6 25 $57,494,540 Asphalt overlay of asp
41 $76,811,663 Boh Bros. Construction
9 $42,573,944
4 16 $15,815,130 Asphaltic concrete ove
1 $68,597,783 Austin Bridge & Road,
1 $34,613,537
CODE
9 $6,574,886 Asph concrete ovly ove
20 $29,533,048 39462000/Denton-James
2 $32,331,265
Traffic flow improvement
7 $14,793,263 Eutaw Construction Co.
1 $24,593,663
Signalization 3 $7,990,571 06276002/Barriere Cons
10 $21,135,495
Asphalt surface treatment
10 $5,911,097 Coastal Bridge Co., L.
5 $17,135,292
Other (21 ) 95 $53,254,301 Other (86 ) 182 $189,208,652
LADOTD BAMS/DSS Statistical Analysis Models - HSTATE
All Contracts Let in FY 2007Summary Report
< < BID INFORMATION > >Percent of Contracts Receiving Each Number of Bids Major Bidders
Area One Two Three Four Five Six Seven Eight Nine
Ten+
Total Vendor Bids
% Conts
Bid
1 16.67 27.27 25.76 22.73 6.06 1.52 66 Gilchrist Construction
46 15.65
2 27.78 38.89 25.00 5.56 2.78 36 Diamond B Construction
37 12.59
3 20.48 30.12 32.53 12.05 4.82 83 Boh Bros. Construction
26 8.84
4 5.00 40.00 45.00 5.00 5.00 20 D & J Construction Co.
23 7.82
5 16.33 61.22 14.29 4.08 2.04 2.04 49 Prairie Contractors In
22 7.48
6 12.90 38.71 19.35 16.13 3.23 3.23 3.23 3.23 31 Coastal Bridge Co., L.
20 6.80
ALL 18.03 37.41 26.53 11.90 4.08 1.02 0.68 0.34 294 06276002/Barriere Cons
19 6.46
CODE
22.22 33.33 33.33 11.11 9 H & S Construction Co.
19 6.46
Jack B. Harper Contrac
17 5.78
James Construction Gro
17 5.78
Other (160 ) 502
LADOTD BAMS/DSS Statistical Analysis Models - HSTATE
All Contracts Let in FY 2007Summary Report
< < ESTIMATE vs. AWARDED BIDS > >
Percent of Awards for Each Range Over/Under Estimate Percent of Awarded Dollars for Each Range Over/Under Estimate
Area -10% -10% to 0 0 to +10% +10% Total Num Area -10% -10% to 0 0 to +10% +10% Total Dollar
1 30.61 18.37 16.33 34.69 49 1 4 28 37 32 229734564.05
2 3.70 18.52 40.74 37.04 27 2 6 49 21 24 74926408.57
3 35.29 11.76 19.12 33.82 68 3 25 13 14 48 294115415.39
4 18.75 18.75 31.25 31.25 16 4 32 24 17 27 15815129.65
5 20.00 17.50 15.00 47.50 40 5 2 5 3 91 358373395.3
6 40.00 8.00 4.00 48.00 25 6 8 4 0 87 57494540.11
ALL 26.92 15.38 19.23 38.46 234 ALL 10 16 15 59 1037034339.2
CODE 22.22 22.22 11.11 44.44 9 CODE 9 21 24 46 6574886.15
Performance Review
• During and after construction– Pricing of change orders– Over-run/under-run relative to original cost
and quantities
BAMS/DSS Statistical Analysis Models - CPROFE
LADOTD 18 months Concrete Proposals
Contract Profile
< < CONTRACT DATA > >
Contract ID Contract Dates EstimatedDays
Actual Days County
015-30-0014 Let Date 30JAN08 Est. Completion 29APR08 25 1)Rapides
Award Date 18MAR08 Date Completed 2)
Notice to Proceed Final Acceptance 3)
Est. Start Date 04APR08 Work Began 4)
Location Primary District Contract Type ContractStatus
Contract Length
Us 165 Concrete Pavement Repair (cm) 08 CONS 0.2530
Contract Description Project Number Number ofProjects
Contract Alt. ID #1 Contract Alt. ID #2
Us 165 Concrete Pavement Repair (cm) STP-3805(507) 1
< < PROJECT DATA > >
Project ID Project Description Federal Aid Project Number Work Type Project Grade Project Type
015-30-0014 Us 165 Concrete Pavement Repair (cm) STP-3805(507) C3 650
Prime Project Number District Road Name Spec Year Type of Road
08 06 Urbanized - Other Principal Arterials
Project Length Project County Urban Rural Classification Project Longitude Project Latitude
0.2530 Rapides URBAN
< < VENDOR DATA > >
Vendor Status Total Amount Pct Over LowBid
Pct Over Estimate
*** ESTIMATE *** CODE NOT FOUND $82,542.00 -12.9 0.0
Jeff Mercer LLC WINNING BID $94,800.00 0.0 14.9
Forby Contracting, Inc. LOSING BID $101,375.00 6.9 22.8
Vantel, Inc LOSING BID $117,375.00 23.8 42.2
T.L. Construction Inc LOSING BID $148,500.00 56.6 79.9
Progressive Construction Co., Inc. LOSING BID $166,112.50 75.2 101.2
Interstate Improvement, Inc. LOSING BID $236,500.00 149.5 186.5
Contract Profile - continued
Award Amount vs. Final Amount by Vendor -- TOTALS
Total Percent Number of Total Dollars Total Awarded Total FinalVendor Difference Contracts Difference Amount Amount
Obs ----- ------------- --------- ------------- ------------- -----------
1 120009040410 37% 1 $82,847.04 $224,979.50 $307,826.542 11008052 34% 6 $971,025.33 $2,862,450.90 $3,833,476.233 120204950510 26% 1 $324,955.40 $1,243,925.40 $1,568,880.804 12007238010 26% 1 $897,583.33 $3,512,411.00 $4,409,994.335 120025600210 19% 2 $79,108.62 $409,768.75 $488,877.376 110000270710 18% 3 $126,172.64 $699,880.50 $826,053.147 12070620 15% 1 $282,099.57 $1,858,249.50 $2,140,349.078 11002221010 14% 1 $41,297.27 $301,449.72 $342,746.999 12050564 12% 1 $89,561.46 $762,033.50 $851,594.9610 11007281 12% 2 $93,279.23 $803,977.00 $897,256.2311 11008323 11% 4 $269,182.70 $2,355,226.90 $2,624,409.60
Award Amount vs. Final Amount by Vendor -- DETAILS
Total Percent Contract Percent Contract Dollars Contract Awarded Contract FinalDifference Vendor Contract Difference Difference Amount Amount------------- ------ -------- ---------------- ------------- ------------- -------------
37% 120009040410 04042302 37% $82,847.04 $224,979.50 $307,826.54
34% 11008052 04082001 104% $849,047.81 $820,001.00 $1,669,048.81 02101801 12% $79,179.37 $678,498.75 $757,678.12 03102401 11% $20,552.53 $186,337.55 $206,890.08 03080801 9% $25,117.10 $293,689.70 $318,806.80 02100401 0% $0.02 $284,631.90 $284,631.92 05040802 ( 0%) $-2,871.50 $599,292.00 $596,420.50