recapitalization of terminals a, b & c contract no

66
Recapitalization of Terminals A, B & C Contract No. 9500753 Pre-Bid Conference May 4, 2021 Presented by DFW DCC Project Team

Upload: others

Post on 30-Dec-2021

4 views

Category:

Documents


0 download

TRANSCRIPT

Recapitalization of Terminals A, B & CContract No. 9500753Pre-Bid Conference May 4, 2021

Presented by DFW DCC Project Team

• Please mute your mic / phone.

• This presentation is being recorded. No comments or clarifications made

orally in this meeting are binding unless incorporated via Addendum.

• You may lose connection during the presentation. This PowerPoint

presentation will be accessible at the DFW solicitation website,

www.dfwairport.com/business/solicitations/index.php

• If you haven’t already, please virtually sign-in using the following URL

https://bit.ly/3cyy8gH or QR Code

Friendly Reminders

3

Pre-Bid ConferenceAgenda

Solicitation Overview 10 mins

BDD Overview 15 mins

ROCIP 2.0 Overview 10 mins

Quality Control Overview 10 mins

Project Overview 20 mins

Contract Closeout 5 mins

Open Discussion 10 mins

Closing 5 mins

Site Visit - May 6, 2021 @ 9am 1 hour

Note: This presentation will be posted to the website

44

Site VisitMay 6, 2021 @ 9am

Registration Required by 4:00pm on May 5Registration Link: https://bit.ly/2OX1myJ

PPE and COVID RequirementsAll visitors must wear closed toe shoes and provide their own safety vest

DFW COVID-19 protocols will be enforced

55

Solicitation Documents

All non-SSI documents are available on the DFW website https://sites.dfwairport.com/business/solicitations/

SSI documents must be picked up from and returned to Aamir Butt at DCC - 3003 S. Service Road, DFW AirportAamir Butt, D.E., P.E.

Sr. Project Manager

Design, Code and Construction

[email protected]

Mobile: 214-422-9388

66

Solicitation Overview

7

Procurement TeamDesign, Code Construction

Sr. Contract Administrator

[email protected]

Tegene Kirubel Tegene

AVP Contracts

[email protected]

Ron Duncan

Contracts Manager

[email protected]

Dwaynetta Russell

8

Pre-Bid Conference

Deadline for Questions May 11, 2021 05:00 PM*Tegene Kirubel Tegene, Contract

Administrator

[email protected]

Issue Addendum May 27, 2021

Bid Submittal/Opening June 9, 2021 03:00 PM*

Airport Board Action October 7, 2021

Estimated NTP October 2021

Estimated Duration 895 Calendar Days

*Central Time Zone

Solicitation Schedule / Facts

99

Pre-Bid ConferenceBid Document Review

Instructions to Bidders Required Forms

Method of Compensation Lump Sum

5% Bid Bond Guarantee Must submit with Bid

Payment & Performance Bond Within 10 days of award

Liquidated Damages $1,500.00 per Day

Insurance Requirements See Exhibit A of the Sample Agreement

Allowance N/A

Construction Permit No Cost to Bidder, Fee paid by DFW

10

Business Diversity and Development

Angie SchwartzBusiness Specialist

Pre-Bid Conference for Solicitation No. 9500753

11

Minority/Women Business Enterprise Program

11

Contract-specific goals are be based on scope

of work, location of work and availability of

certified firms for the respective NAICS codes15% M/WBE Goal

TYPES OF SERVICES:

➢ Construction Services

➢ Architecture & Engineering

Services

➢ Professional Services

➢ Non-Professional Services

12

Key M/WBE Program Points

12

Certification

M/WBE certificates are due at

time of bid submission

Relevant Market Area

Collin, Dallas, Denton and

Tarrant Counties

Pass/Fail

Bids failing to meet the

requirements receive no further

consideration

Good Faith

Efforts

Stringent documentation

requirements due at time of bid

submission

Contract-

Specific Goals

A percentage of contract value;

prime self-performance counts

towards goal

13

M/WBE Certif ication

13

Certification not required to do business with DFW.

HOWEVER, if claiming M/WBE credit, certification is required

State of TX HUB, SBE, DBE and out-of-state certificates are not acceptable

!

Certificates due at

time of

submission

Certificates must be

current and not

expired

NAICS codes must be

relevant to scope of

work

14

Approved Certifying Entit ies

14

NORTH CENTRAL TX REGIONAL

CERTIFICATION AGENCY 624 Six Flags Drive, Suite 100

Arlington, TX 76011

(817) 640-0606 or www.nctrca.org(Processing timeframe: 60 – 90)

WOMEN’S BUSINESS COUNCIL

SOUTHWEST2201 N. Collins Street

Arlington, TX 76011

(817) 299-0566 or www.wbcsouthwest.org(Processing timeframe: 30-45 days)

DFW MINORITY SUPPLIER

DEVELOPMENT COUNCIL8828 N. Stemmons Freeway, Suite 550

Dallas, TX 75247

(214) 630-0747 or www.dfwmsdc.com(Processing timeframe: 30-45 days)

15

Does certification

match program goal?

Do the NAICS codes

cover your proposed

scope of work?

Check expiration date

Not valid if expired

MBE Certif icate Requirements

16

Does certification

match program goal?

Do the NAICS codes

cover your proposed

scope of work?

Check expiration date

Not valid if expired

MBE Certif icate Requirements

17

Does certification match

program goal?

Do the NAICS codes

cover your proposed

scope of work?

Check expiration date

Not valid if expired

WBE Certif icate Requirements

18

Relevant Market Area

18

Local Program Relevant Market Area

Collin, Dallas, Denton and Tarrant Counties

!M/WBE must have a ‘Physical Place of Business’ inside the airport’s Relevant

Market Area

Physical Place of Business – means any bona fide office, other than a mere statutory office,

factory, warehouse or other space which is occupied and used by the M/WBE in carrying on any

business activity individually or through one or more of his or her regular employees in

attendance. It is necessary to have a place of business filed to the secretary of state for

establishing a business.

NOT Acceptable: P.O. Box, Virtual Offices, Staffing Offices, Shared Office Space with Prime,

Shared Workspace, Co Working Space, Employee’s Residence or Temporary Work/Job Site.

19

Good Faith Efforts (GFE)

19

Requirements

• Non-certified firms must meet the goal or demonstrate GFE to achieve goal

• GFE required only if the M/WBE goal is not met or only partially achieved

• GFE should not be considered a template, checklist or quantitative formula

• DFW will evaluate the GFE on quality, quantity, and intensity of the different kinds

of efforts that the bidder made prior to bid submission

All factors outlined and support documentation are required

Lack of support documentation will deem the Proposer non-responsive

Pro forma efforts are not considered good faith efforts

!

20

Counting M/WBE Participation

20

M/WBE Primes can count their self-performance

toward meeting the M/WBE goal, but only for the

scope of work and at the percentage level they

will self-perform

A Contractor cannot count toward the Contract

Specific Goal amounts paid to an affiliate

subcontractor

Supplier participation not the same as counting

subcontractor participation

Self-Performing M/WBE Primes must perform at least 30%

of the total cost of the contract within its own work force.!

21

Supplier Participation Options

21

MANUFACTURER

If the materials or supplies are obtained from a M/WBE manufacturer, count

100% of the cost of the materials or supplies towards the M/WBE goal

REGULAR DEALER

If the materials or supplies are obtained from a M/WBE regular dealer, either 60% or 100% of the cost of the materials or supplies will count towards the M/WBE goal

• On contracts of less than five million dollars ($5,000,000.00), at the time of bid selection, will be counted at one hundred percent (100%).

• On contracts of five million dollars ($5,000,000.00) or more, at the time of bid selection, will be counted at sixty percent (60%).

22

Supplier Participation Continued

22

BROKER

If the M/WBE firm is acting as an intermediary between two or more firms

for the acquisition of supplies, materials or equipment for a fee, count

only the fees and commissions at 100%

MANUFACTURER’S REPRESENTATIVE

If the M/WBE firm is representing a manufacturer for a fee or commission, count

only the fees and commissions at 100%

23

Commitment to M/WBE Goal

23

Identify commitmentto meet and/or exceed

the M/WBE Goal

24

Schedule of Subcontractors

24

Identify all subcontractors,

certification status, scope of

work, percentage and dollar

commitment for each sub

25

•Intent to Perform represents a commitment by the Prime Contractor that if it is awarded the

contract, it will enter into a subcontract with the M/WBE for the work described on the form

25

Intent to Perform

2626

Prime

must sign

Intent to Perform - Prime Section

2727

Airport’s Relevant

Market Area

and

No Affiliation Confirmation

M/WBE Sub must sign

Tier Level

In tent to Per form - Subcontractor Sect ion

Only if M/WBE

is subletting to a

NON-M/WBE

28

•DFW D/M/WBE Online Directory

•www.dfw.diversitysoftware.com

Identifying Prospective M/WBE Partners

28

DFW’s Directory is not a ‘certification database’.

It is a listing of certified firms that have

expressed an interest in doing business with

DFW or are currently doing business with DFW

!

• Pre-Bid Sign In Sheet

• Minority Chambers

• Advocacy Organizations

• Certifications Agencies

29

Non-Compl iance with M/WBE ProgramsI nc lud ing Prompt Paymen ts and Comp la in ts

29

The DFW Board may exercise any of following remedies:

*These remedies are in addition to any other remedies available to the Board under this Contract or at law or in equity

WITHHOLDING

FUNDS payable under this

Contract, including, but

not limited to, funds

payable for work self-

performed by the

Contractor or applicable

retainage

TEMPORARILY

SUSPENDINGat no cost to DFW,

Contractor’s

performance under the

Agreement / Contract

TERMINATION

OF THE

AGREEMENT/

CONTRACT

SUSPENSION/

DEBARMENTin accordance with

applicable law, of the

Contractor from

participating in any

solicitations issued by

DFW for severity of

breach of Contract

A DCB ENON-

RESPONSIVE

DETERMINATIONon future bid, proposal or

competitive selection

process proposal received

that includes the

Contractor as a Prime or

sub.

30

Common Submission Errors

30

• Submit certificates with expired dates

• Use ‘TBD’ on Schedule of Subs instead of $ and %

• Use GFE plan as a checklist and fail to submit support documentation

DO

DO

NO

T• Sign all required documents

• Submit required and correct M/WBE certificates for all identified M/WBE firms

• Propose with M/WBE firms that have a place of business within the Relevant Market

Area

• Provide certificates for M/WBE firms that are listed on the Schedule of Subcontractors

31

I. Understand the Business Diversity Program Requirements

• Difference in Programs

• Goal versus Commitment

• Required Forms and/or Evaluation Criteria

II. Bidding/Proposing

• Attend Pre-Bid or Pre-Proposal Meeting

• Submit questions in writing

• Communicate between Pre-Bid/Pre-Proposal Attendee and Bid/Proposal Preparer

• Proofread bid/proposal response before submitting for compliance with Business Diversity requirements

III. Forms and/or Evaluation Criteria

• Complete and sign all required forms

• Provide exact dollar amounts and percentages for Diversity participation as requested

• Do not use “TBD” or “Up to a certain percentage”

• RFPs: Respond to Evaluation Criteria (20 points)

• Submit applicable and current Certification Certificates

IV. Responsive versus Non-Responsive

• Responsive determinations move forward in the evaluation and consideration process

• Non-responsive determinations do not move forward.

The Keys to Success

32

Contact Information

32

Cheryll Jeter

Business Development Manager

•General: [email protected] or 972-973-5500

Sandra Garcia

Business Specialist

DBE & M/WBE Programs

972-973-5502

[email protected]

Diversity Compliance Specialist

B2Gnow

972-973-4706

[email protected]

Ricardo Cardoza

M/WBE Programs – ITS & 3rd Party

Commercial Development Contracts

972-973-4603

[email protected]

Lillie WestAssistant to Vice President

General Questions

972-973-5500

[email protected]

Angie Schwartz

Business Specialist

M/WBE Programs

972-973-1133

[email protected]

3333

RISK ManagementROCIP Overview

34

RISK Management Team

Senior Risk Analyst

[email protected]

Crystal Burley

ROCIP Program Manager

[email protected]

Nancy Jarmon

VP Risk Management

[email protected]

Catrina Gilber

35

Nancy Jarmon

ROCIP Program Manager

DFW Risk Management

Rolling Owner Controlled Insurance Program

R/OCIP 2.0 Insurance Coverages

36

CONTRACTOR RESPONSIBILITIES:

▪ Include the R/OCIP 2.0 Manual and Safety Guidelines in all

subcontracts

▪ Prior to beginning onsite work:• R/OCIP Enrollment (Complete online enrollment, include GL

policy rate pages and required COI with endorsement pages)

• Enforce compliance of all lower tier subcontractors

• Meet Safety & Security Guidelines➢ 10 panel drug screen / 10-year background check

➢ Complete ROCIP Safety Orientation / receive project identifier

▪ Timely Claim Reporting• Promptly pay GL, CPL and BR deductibles

▪ Supply subcontractor contact information for TradeTapp

(DFWs qualification platform for construction professionals)

R/OCIP 2.0 Insurance Requirements

37

R/OCIP 2.0 Insurance Coverage (excluded from bid)

Owner provided insurance covering all ROCIP Enrolled Participants (onsite only)

General Liability $2M Each Occurrence / $4M General Aggregate

Personal & Advertising / Completed Operations

$10,000 per occurrence deductible

Excess Liability $100M Each Occurrence / Annual General Aggregate

(Products Completed Operations – 10 years)

Builders Risk

$25,000 per occurrence deductible

Contractors Pollution Liability $20M Each Loss / Aggregate Limit

$25,000 per occurrence deductible

Auto Excess Liability-Airside & Non-Airside $10M xs of $1M

38

INSURANCE PROVISIONS, SECTION 8:

CONTRACTOR REQUIRED COVERAGE

▪ Workers’ Compensation Insurance (On & Off-site)

▪ Statutory Limits

▪ Employer’s Liability Insurance - $500,000 per accident

▪ Commercial General Liability (CGL) Insurance (Offsite)

▪ $1,000,000 Limit Any One Occurrence

▪ $2,000,000 Policy Aggregate (per location or per project)

▪ Commercial Automobile Liability Insurance (On & Off-site)

▪ $500,000 Combined Single Limit for Each Accident

▪ Excess / Umbrella Liability Insurance (Follow Form)

▪ $1,000,000 Limit Any One Occurrence

R/OCIP 2.0 Insurance Requirements

39

Features & Benefits:Safety & Community Engagement

▪ Enrollment is mandatory (not automatic)

▪ Applies to all tiers of subcontractors

▪ Focus on Safety by Requiring:• Mandatory ROCIP safety training & site safety audits• Mandatory background checks and drug testing

➢ 10-day limit drug test result to be presented for entry to ROCIP safety training class

• Contractors to adhere to the ROCIP Safety Manual• Experience Modification Rating (Workers’

Compensation) of 1.5 or below to increase accountability for Contractors to ensure safety best practices at their jobsites

▪ Support/Encourage MBE/DBE participation by:• Removing the barrier for small to mid-sized

contractors, who do not currently maintain $10M and/or $5M in Liability Insurance

4040

Quality Control Overview

41

Quality Assurance TeamDesign, Code Construction

Quality Assurance Manager

[email protected]

Jason Brownlee

Sr. Quality Assurance Manager

[email protected]

Demetric Larry

AVP Code and Inspections

[email protected]

Bobby Rodriguez

4242

Quality Control OverviewContractor Quality Control Plan - General Provisions 100-1

The intent of this section is to enable the contractor to establish a necessary level of control that will:

a. Adequately provide for the production of acceptable quality materials.

b. Provide sufficient information to assure both the contractor and the Engineer that the specification requirements can be met.

c. Allow the contractor as much latitude as possible to develop his or her own standard of control

The contractor shall be prepared to discuss and present, at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer.

4343

Quality Control OverviewContractor Quality Control Requirements

GP 100-2 Minimum Requirements:

The Contractor shall establish a Quality Control Program to perform inspection and testing of all items or work required by the technical specifications, including those performed by subcontractors.

The written Quality Control Program shall be submitted to the Engineer for review at least ten (10) calendar days before the start of construction.

4444

Contractor Quality Control Plan

The Quality Control Program shall be organized to address, as a minimum, the following items:

Description of Program

• Quality Control Organization Staffing levels

• Project Progress Schedule

• Submittals Schedule

• Inspection Requirements – QC inspection of each DFOW

• Quality Control Testing Plan – If required, spec #, description, responsibility

• Documentation of Quality Control Activities – QC reports, non-conforming, deficiencies

• Requirements for Corrective Action when NOT in Compliance

Quality Control OverviewQuality Control Overview

4545

Quality Control OverviewContractor Quality Control Plan – Specification Sec. 01 45 00

Quality Assurance - The Owner’s Authorized Representative will perform periodic reviews and observations of the implementation of the contractor’s Quality Control Program. The Owner’s testing and inspection efforts are conducted for the sole purpose of facilitating the Owner’s acceptance of the constructed Work. Contractor retains total responsibility for Work.

Control - Quality Control is how the Contractor ensures that the construction, to include that of subcontractors and suppliers, complies with the requirements of the contract. At least three phases of control must be conducted by the QC Administrator for each definable feature of the construction work as follows:

3.4.1 Preparatory, Initial, and Follow-up control phases.

Contractor will be required to conduct phased meetings

for each DFOW.

4646

Quality Control OverviewContractor Quality Control Plan

Prepare a quality control plan that shall be neatly organized, typed, and shall

include but not be limited to the following:

• The Contractor’s Quality Control Program objectives and stated policy

• Organization and delegation of Quality Control authority to various

Contractors’ representatives

• Documentation and records required for implementing the Quality Control

Program

• Reports and forms to be submitted

• Inspections requirements, arrangements, coordination, control and reporting

47

Quality Control/Quality Assurance Materials Testing

• Contractor must meet minimum inspection and testing specified in the

contract documents.

• Any test performed by any agency on the Project must be recorded and show

a passing re-test of all failing tests.

• Testing is required by the Contractor.

• Contractor is required to coordinate testing with the Owner’s Materials

Testing Agency.

Quality Control OverviewContractor Quality Control Plan

48

Quality Control OverviewContractor Quality Control Plan

•Testing requirements by the Contractor and required coordination with the Owner’s Materials Testing

Agency

•Internal audits to ensure the personnel of the Contractor and subcontractors are completing tasks per

Quality Control Program

•Procedures for indoctrination and training of employees

•Procedures for receiving and storage of permanent materials for the Quality Control Program

•Identify the Quality Control Administrator to be assigned to the project

•Identify the Quality Control Technicians to be assigned to the project

•Organization and delegation of Quality Control authority to various Contractors’ representatives

•Tabulation of all tests and inspections anticipated for the Project, and the anticipated schedule for

these tests

•Specific documentation and records that are required for implementing the Quality

Control Manual/Plan for the Project

4949

Project Overview

50

Design / Construction TeamDesign, Code Construction

Sr. Project Manager

[email protected]

Aamir Butt

Richard Spies

Program Manager

[email protected]

51

A/E Design & CSS TeamMuller 2, (Sub: Studdiford Technical Solutions, LLC)

President / Founder

[email protected]

Lawrence Studdiford

Program Director

[email protected]

Richard Spies

Principal

[email protected]

Ken Korab

Project Manager

[email protected]

Maria Zuniga

5252

Objective

Recapitalization (replacement) of the legacy inline Explosives Detection System (EDS) equipment in Terminals A, B and C by the Transportation Security Administration with newer equipment due to technological obsolescence.

5353

Scope of Services

• Modifications to ancillary equipment and infrastructure (conveyors, structure, MEP) in Terminals A, B and C is required to allow for the removal and replacement of the EDS units.

• Installation of provisions required for temporary screening in Terminals B and C, for continuity of TSA operations during Checked Baggage Inspection System (CBIS) machine replacement.

5454

Scope of Services

Demolition

Repair

Rehabilitation

Security Systems

MEP

Access ControlConstruction

Structural

PA/VE

HVAC

Fire Life Safety

CCTV

Controls & Instrumentation

Services to be provided include, but are not limited to, the following Facilities

Construction:

Baggage Handling System

5555

Scope of Services

• Contractor shall meet the

established project phases and

completion milestones.

• Continuous coordination and

cooperation with DFW Stakeholders

and construction management

teams is expected to ensure

compliance with the design intent.

5656

Construction Coordination

Contractor shall adhere to DFW Airport’s procedures.

Contractor shall coordinate construction with stakeholders via the DCC PM, which include, but are not limited to:

• Department of Public Safety (DPS)

• Energy, Transportation and Asset Management (ETAM)

• Design, Code and Construction (DCC)

• Environmental Affairs Department (EAD)

• Information Technology (IT)

• Innovation

• Customer Experience (CX)

• Concessions

• Planning

• Airline Partners

5757

Construction RequirementsThis project is located on ramp and concourse levels, landside and secure side (SIDA/AOA). AOA badging is required.

All work on the project must not interfere with Airport internal and external customers within the Terminal operational areas at any time.

Duration

• Estimated Substantial Completion Jan 06, 2024

• Work may occur 7 days a week as necessary to meet project completion dates.

• Operations vary by area and should be given careful consideration in relation to the schedule.

• Ongoing coordination is required.

• DFW and AA blackout periods apply.

5858

Non-Destructive Limited Asbestos Inspection

Laboratory analysis of the samples collected during the inspection indicated non-detect for the presence of asbestos.

A Limited Asbestos Inspection Report is included in the specifications for Terminals A, B and C. Contractor shall provide space and pathway layouts to support additional asbestos surveys by DFW.

59

COVID-19

• Application of the appropriate county COVID-19 procedure will be based on which county on Airport property the work is being performed

• For latest order visit:

https://www.dallascounty.org/covid-19/

https://www.tarrantcounty.com/en/public-health/disease-control---prevention/coronaviruas.html

• All construction sites must follow the COVID-19 Safety Recommendations

• All workers and contractors must take their temperature at their residence. If a worker has a temperature above 99.6 degrees Fahrenheit, then they are prohibited from going to work and must remain at their residence.

• COVID-19 safety monitor designation

• Practice social distancing (6-foot distance)

• Hand washing and sanitizing

• Wear a mask when mandated

60

Contract Acceptance and Closeout Overview

61

Technical Specifications Section 01 77 00 covers closeout requirements for the Project.

General Provisions 90-9 covers additional closeout requirements, acceptance and final payment.

Upon completion of the contract work in accordance with the contract requirements, acceptance by the Owner, and prior to final payment to the Contractor, the Contractor must submit to the Owner:

a. An affidavit that all payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the OWNER or the OWNER's property might in any way be responsible, have been paid or otherwise satisfied.

b. Consent of surety, if any, to Final Payment.

c. Other data establishing payment satisfaction of all such obligations, such as receipts, releases, and waivers of all liens arising out of the Contract, to the extent and in such form as may be designated by the OWNER.

Contractor shall obtain affidavits and consent from subcontractors per paragraphs a. and b. above prior to furnishing same to Owner.

The DFW project team will work with contractors to complete close out procedures efficiently. We urge contractors to designate a close out lead person for each contract. A percentage of the total amount determined to be payable in each monthly invoice will be deducted and retained by the Owner until completion and acceptance of the Work. Please refer to General Provisions 90-6. Retainage will not be paid in full until all closeout requirements are satisfied.

Closeout and Final Payment Overview

6262

Contract forms to be completed by the Contractor upon acceptance of the Work. Other forms may be required as identified in the Technical Specifications.

63

Forms cont.

6464

Open Discussion

65

Questions/Clarification MUST be submitted in writing by

May 11, 2021 5:00 PM (Central Time) and addressed to

Tegene Kirubel Tegene, Senior Contract Administrator

[email protected]

Bids are due on Wednesday, June 9, 2021 BEFORE

3:00 PM (Central Time) at DFW International Airport,

3003 S. Service Rd, DFW Airport, TX 75261, Design

Code and Construction Office.

Bids will be opened and read aloud via GoToMeeting.

Solicitation Website:

www.dfwairport.com/business/solicitations

Pre-Bid Conference

Closing

66

Thank You