glade road & bridge replacement –utility relocation ...glade road & bridge replacement...

Post on 08-Jul-2020

24 Views

Category:

Documents

0 Downloads

Preview:

Click to see full reader

TRANSCRIPT

Glade Road & Bridge Replacement – Utility RelocationContract #9500694 Pre-Bid Conference June 9, 2020

Presented by DFW DCC Project Team

• Please mute your mic / phone.

• 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

• This presentation is being recorded. No comments or clarifications made orally in this meeting are binding unless incorporated via Addendum.

• 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 Conference

Agenda

Solicitation Overview 10 minsBDD Overview 15 minsQuality Control Overview 10 minsProject Overview 20 minsContract Closeout 5 minsOpen Discussion 10 minsClosing 5 minsNote: This presentation will be posted to the website

44

Solicitation Overview

5

Procurement TeamDesign, Code Construction

Contract Administrator

mallen1@dfwairport.com

Monica AllenSr. Contract Administrator

jgrammer1@dfwairport.com

Janny Grammer

AVP Contracts

rduncan@dfwairport.com

Ron DuncanContracts Manager

drussell@dfwairport.com

Dwaynetta Russell

6

Pre-Bid Conference

Deadline for Questions June 16, 2020 05:00 PMMonica Allen, Contract Administratormallen1@dfwairport.com

Issue Addendum June 24, 2020

Bid Submittal/Opening July 7, 2020 10:00 AM

Airport Board Action August 6, 2020

Estimated NTP September 2020

Estimated Duration

Allowance

270 Calendar Days

$50,000Central Time Zone

Solicitation Schedule / Facts

77

Pre-Bid ConferenceBid Document Review

Instructions to Bidders Required FormsMethod of Compensation Lump Sum5% Bid Bond Guarantee Must submit with BidPayment & Performance Bond Within 10 days of awardLiquidated Damages $1,000 per DayInsurance Requirements

Allowance $50,000Construction Permit No Cost to Bidder, Fee paid by DFW

Business Diversity and Development

CHERYLL JETERBusiness Specialist

Pre-Bid Conference for Solicitation No. 9500694

Small Business Enterprise Program

9

Construction Services

Contract‐specific goals are be based on scope of work, location of work, and availability of certified firms for the scope of work20%

SBE GoalTYPES OF SERVICES: 

Key SBE Program Points

10

Certification

SBE certificates are due at time of bid/proposal submission

Relevant Market Area

North TX Commission including Dallas, Tarrant, Collin, Delta, Denton, Ellis, Hunt, Johnson, Kaufman, Parker, Rockwall and Wise counties

Pass/Fail

Proposals failing to meet the requirements receive no further consideration by the Selection Committee

Good Faith Efforts

Stringent documentation requirements due at time of bid/proposal submission

Contract-Specific Goals

A percentage of contract value; prime self-performance counts towards goal

SBE Certif ication

11

Certification not required to do business with DFW.

HOWEVER, if claiming SBE credit, certification is required

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

!

Certificates due at time of

submission

Certificates must be current and not

expired

Commodity codes must be relevant to

scope of work

Does certification match program goal?

Do the commodity codes cover your

proposed scope of work?

Check expiration date. Not valid if

expired.

SBE Certif icate Requirements

Approved Certifying Entit ies

13

NORTH CENTRAL TX REGIONAL CERTIFICATION AGENCY 624 Six Flags Drive, Suite 100Arlington, TX 76011(817) 640-0606 or www.nctrca.org(Processing timeframe: 60 – 90)

WOMEN’S BUSINESS COUNCIL SOUTHWEST2201 N. Collins StreetArlington, TX 76011(817) 299-0566 or www.wbcsouthwest.org(Processing timeframe: 30-45 days)

DFW MINORITY SUPPLIER DEVELOPMENT COUNCIL8828 N. Stemmons Freeway, Suite 550Dallas, TX 75247(214) 630-0747 or www.dfwmsdc.com(Processing timeframe: 30-45 days)

SMALL BUSINESS ADMINISTRATION 8(a) PROGRAMhttps://www.sba.gov/

TEXAS DEPARTMENT OF TRANSPORTATIONhttps://www.txdot.gov/business/partnerships/sbe.html(NOTE: TxDOT only certifies for TxDOT highway construction and maintenance projects, not for DFW Airport projects.)

Relevant Market Area

14

North TX Commission Dallas, Tarrant, Collin, Delta, Denton, Ellis, Hunt, Johnson, Kaufman, Parker, Rockwall and Wise counties

SBE must have a ‘Place of Business’ inside the airport’s Relevant Market Area

‘Place of Business’ is defined as an ‘establishment’ independently and distinctly owned, where business is conducted, goods are made or stored or processed or where services are rendered

Not acceptable: P.O. Box or virtual offices and staffing services

!

Good Faith Efforts (GFE)

15

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

• GFE required only if the SBE 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/proposer made prior to proposal 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

!

Counting SBE Participation

16

SBE Primes can count their self-performance toward meeting the SBE 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 affiliatesubcontractor

Supplier participation not the same as counting subcontractor participation

MANUFACTURER If the materials or supplies are obtained from a SBE manufacturer, count 100% of the cost of the materials or supplies towards the SBE goal

Supplier Participation Options

17

MANUFACTURER’S REPRESENTATIVEIf the SBE firm is representing a manufacturer for a fee or commission, count only the fees and commissions at 100%

BROKERIf the SBE 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%

REGULAR DEALERIf the materials or supplies are purchased from a SBE regular dealer, count 60% of the cost of the materials or supplies towards the SBE goal

Commitment to SBE Goal

18

Identify commitmentto meet and/or exceed the SBE Goal

Schedule of Subcontractors

19

Identify all subcontractor, certification status, scope of work, percentage and dollar commitment for each sub

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 SBE for the work described on the form

Intent to Perform

20

Prime must sign

Market Areaand no Affiliation

confirmation

SBE Sub must sign

Tier Level

DFW D/S/M/WBE Online Directorywww.dfw.diversitysoftware.com

Identifying Prospective SBE Partners

21

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/Pre-Proposal Sign In Sheet• Minority Chambers• Advocacy Organizations• Certification Agencies

Non-Compliance with SBE Program

22

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 SUSPENDING

at no cost to DFW, Contractor’s performance

under the Agreement / Contract

TERMINATION OF THE AGREEMENT/

CONTRACT

SUSPENSION/DEBARMENT

in accordance with applicable law, of the

Contractor from participating in any

solicitations issued by DFW for severity of breach

of Contract

A DCB

Common Submission Errors

23

• 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

DODO

NO

T• Sign all required documents

• Submit required/correct SBE certificates for all identified SBE firms

• Propose with SBE firms that have a place of business within the Relevant Market Area

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

Contact Information

24

Cheryll JeterBusiness Specialist

General: bddd@dfwairport.com or 972-973-5500

Sandra GarciaAmber Davis

Business Specialist

ACDBE & DBE Programs972-973-5507cjackson@dfwairport.com

MBE, M/WBE & SBE Programs972-973-5502cjeter@dfwairport.com

Diversity Compliance Specialist

B2Gnow972-973-4706sgarcia@dfwairport.com

Cathy Jackson

Regulatory Compliance Specialist

ACDBE & DBE Programs972-973-6391adavis@dfwairport.com

Ricardo Cardoza

MBE, M/WBE Programs – 3rd Party ContractsSBE Program – ITS 972-973-4603rcardoza@dfwairport.com

Business Diversity Manager

2525

Quality Control Overview

26

Quality Assurance TeamDesign, Code Construction

Quality Assurance Manager

jbrownlee@dfwairport.com

Jason BrownleeSr. Quality Assurance Manager

dlarry@dfwairport.com

Demetric Larry

AVP Code and Inspections

rrodriguez@dfwairport.com

Bobby Rodriguez

2727

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.

2828

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.

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

Description of Program

• Quality Control Organization Staffing levels

2929

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.

3030

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

31

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

3232

Project Overview

33

Design / Construction TeamDesign, Code Construction

Sr. Project Manager

jccarter@dfwairport.com

Jackie CarterAssistant Project Manager

eriederer@dfwairport.com

Eli Riederer

Sr. Construction Manager

APerez@dfwairport.com

Marco PerezConstruction Coordinator

dkuruvila@dfwairport.com

Denisha Kuruvila

34

Pre-Bid ConferenceConstruction Schedule / Facts

Estimated Notice to Proceed September 2020

Ninety (90) calendar days for Final Acceptance June 30, 2021

Submittals due ten (10) calendar days after NTP:• Environmental (for permitting)• Safety Plan and QA/QC Plan• Baseline Schedule• Schedule of Values (CSI Format)

October 12, 2020

3535

A/E Design &CSS Project Team

36

A/E Design & CSS TeamGarver

Project Manager

wrwatkins@GarverUSA.com

Will Watkins, PETechnical Lead

PMBanschbach@GarverUSA.com

Paul Banschbach, PE

3737

Project Scope – UtilityRelocation of Sanitary Sewer

Aerial Creek Crossing – Bear Creek12” Sanitary Sewer

Relocation of Flow Metering StationGated Access

38

Project LocationGlade Road (Closure from Hwy 360 to W. Airfield Dr.)

39

Site LayoutGarver

40

Existing & Demolition LayoutGarver

41

Sanitary Sewer Plan & ProfileGarver

42

Sanitary Sewer Plan & ProfileGarver

43

Proposed Work ItemsUnit Description Unit Est Qty

Furnish & Install 12" C900 PVC Pipe (DR-25) by Open Cut LF 607

Furnish & Install 12" C900 PVC Pipe (DR-25) Carrier Pipe in Steel Casing LF 92

Furnish & Install 12" C151 Protecto 401-Lined Restrained Joint Ductile Iron Pipe (CL 350) LF 130

Furnish & Install 20" Steel Casing by Open Cut (AWWA C210 Epoxy Coated) LF 92

Cathodic Protection for 20" Steel Casing LS 1

Furnish & Install 84" Polymer Concrete Manhole (8' Std. Depth) EA 1

Furnish & Install 48" Polymer Concrete Manhole (8' Std. Depth) EA 6

Connection to Existing Fiberglass Manhole EA 1

Furnish and Install Truss Bridge Aerial Crossing and Foundation LS 1

Furnish and Install New Meter Station (Includes All Electrical, Flow Meter, Fencing, Concrete and Access Drive) LS 1

Pre-Construction CCTV LF 829

Post-Construction CCTV LF 829

Unforeseen Field Conditions LS 1

Utility Investigation/Relocation LS 1

44

COVID-19

• All construction sites must follow the COVID-19 Safety Recommendations working in Dallas County. For latest order visit: https://www.dallascounty.org/covid-19/

• 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

45

Contract Acceptance and Closeout Overview

46

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.

4747

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

48

Forms cont.

4949

Open Discussion

50

Questions/Clarification MUST be submitted in writing by June 16, 2020 5:00 PM (Central Time) and addressed to Monica Allen, Contract Administrator mallen1@dfwairport.com

Bids are due on Tuesday, July 7, 2020 BEFORE 10:00 AM (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 Skype.

Solicitation Website:www.dfwairport.com/business/solicitations

Pre-Bid Conference

Closing

51

Thank You

DFW Pre-Bid Conference: Virtual Sign-In Form9500694 Glade Road & Bridge Replacement - Utility Relocation

June 9, 2020 @ 10:00 AM

TimestampSelect the Pre-Bid Conference

you are signing into My Company

Name of Company

Representative Company NameCompany Phone

Number Email Company Address

Please Select one of the following Options (if

applicable):

6/9/2020 9:48:419500694 - Glade Road & Bridge Replacement-Utility Relocation

Prime Contractor Mark James

Patton Contractors, Inc. 817-590-8745 mark@pattoncontractors.com

7401 Pebble Dr., Fort Worth, TX 76118

6/9/2020 9:57:359500694 - Glade Road & Bridge Replacement-Utility Relocation

Prime Contractor Olu Ogunsola Reyes Group Ltd. 214.260.3535 estimatingtexas@reyesgroup.com 1520 Parker Road, Grand Prairie

MINORITY BUSINESS ENTERPRISE (MBE)

6/9/2020 10:03:429500694 - Glade Road & Bridge Replacement-Utility Relocation

Prime Contractor Kathryn King

North Texas Contracting 817-430-9500 Kathryn@ntexcon.com

4999 Keller Haslet Road, Keller 76248

6/9/2020 10:03:429500694 - Glade Road & Bridge Replacement-Utility Relocation Subcontractor

Katharine Daneke Rain for Rent 817-478-6418 Kdaneke@rainforrent.com 7700 hwy 287, Arlington tx 76001

6/9/2020 10:21:109500694 - Glade Road & Bridge Replacement-Utility Relocation Subcontractor

Michael Alderson Texas One Source 817-966-2721

michael.alderson@texas-onesource.com

5123 MLK Freeway, Fort Worth, TX 76119

6/9/2020 10:43:479500694 - Glade Road & Bridge Replacement-Utility Relocation Subcontractor Fatai Oasuyi EPS Logix, Inc. (EPS) 214-377-4976 fobasuyi@eps-logix.com 2351 W. Northwest Hwy Suite 3306

SMALL BUSINESS ENTERPRISE (SBE)

6/9/2020 10:45:329500694 - Glade Road & Bridge Replacement-Utility Relocation

Prime Contractor

Brice Alumbaugh

Fort Worth Civil Constructors LLC 8175622292 Brice@FWCivCon.Com

4860 Mark IV Parkway Fort Worth, TX 76106

6/9/2020 10:54:309500694 - Glade Road & Bridge Replacement-Utility Relocation

Prime Contractor

Jered Brookshear

Phillips/May Corporation 214-631-3331 jbrookshear@phillipsmay.com 3003 South Service Road

MINORITY BUSINESS ENTERPRISE (MBE)

6/9/2020 11:24:379500694 - Glade Road & Bridge Replacement-Utility Relocation

CMAR Contractor. The company can also play the role of Subcontractor due to our size Ivory Goshton PPD&C, LLC (469) 644-4820 Ivory.Goshton@ppdandc.com

9535 Forest Ln, Ste 269, Dallas TX 75243

MINORITY BUSINESS ENTERPRISE (MBE)

top related