dfw airport terminal b – trip phase 3 ◦ package 13a- acm removal
DESCRIPTION
Project Change Highlights Minority Paper work and Participation have changed in the TRIP Program Self Performance is now counted at the First Level Current Certification Certificates are required with the bidTRANSCRIPT
DFW Airport TERMINAL B – TRIP PHASE 3
◦Package 13A- ACM Removal
Project Overview The intent is to award a lump sum subcontract for the four areas as
Identified in the Consultant Package . Work for this Package is further detailed in the Scope of Work and the
Minimum Specifications for Asbestos Abatement.
Project Change Highlights
Minority Paper work and Participation have changed in the TRIP Program
Self Performance is now counted at the First Level
Current Certification Certificates are required with the bid
Project Team MBJ3
• Keith Cooper – VP/Construction Manager• Jeff Weeks- Senior Project Manager• Charlie Williams – Project Manager• James Averitt – Superintendent• Cleave Magers- Safety Director• Bill Saunders – QA/QC Director• Bill Summers – Senior Estimator• Ricardo Cardoza D/M/WBE Coordinator
Insurance◦ Insurance has been posted in addendum 1.
Subcontractors are responsible for carrying all insurance per MBJ3 insurance requirements which include; General Liability- Reference Exhibit G for amounts Automotive Liability Reference Exhibit G for amounts Workers Compensation Reference Exhibit G for amounts Excess Liability Reference Exhibit G for amounts
Verify with your Agent that you have the proper insurance Check for Certificate and requirements
DFW ROCIP Program DFW ROCIP INSURANCE IS NOT APPLICABLE TO THE ACM
PACKAGE DFW ROCIP SAFETY PROGRAM IS HOWEVER APPLICABLE
Site Logistics ◦ Temporary facilities are responsibility of each
Subcontractor.◦ Night deliveries to project for just in time delivery
is recommended◦ Access from the Landside must include Traffic
Control procedures
Jobsite Access All employees must have SIDA badge All vehicles entering AOA will require stickers
for access. Offsite parking and shuttle service to work
site will be provided by others. One way travel from parking to site is
approximately 15 minutes
PROJECT SCHEDULING
Project Schedule issued with Bid Documents
◦All work to be completed per the schedule.◦Secondary Shift work as necessary so as not
to interfere with DFW Airport Operations
Concurrent work in Terminal B◦ BHS System ◦ Phase 3 Finish
PROJECT SCHEDULING
Project Phasing is as indicated in the Schedule and on the Plans. This Project is Phase 3 Only.◦ This includes the areas indicated as
12,13,14,&15◦ Construction noise abatement will also require
Secondary Shift work
Overall Location Phase 3
Areas 12,13,14,&15
Bid Submittal Bids shall be submitted in sealed envelope clearly labeled
with the following information:◦ Project Name◦ Contract Name◦ Name of the Bidding Company◦ Company contact information
Envelope Contents Include:◦ Preliminary Schedule of Subcontractors (PSS) – Reflects
the preliminary D/M/WBE participation that the bidder is including in their bid.
◦ Documentation of the Good Faith Effort if specified D/M/WBE goals are not met.
◦ EMR Rating – Reflects safety record for projects from previous three years.
◦ Bid Bond- 5% of greatest amount bid. Cashier’s checks are not accepted.
◦ Bid Form – filled out completely, including unit pricing and alternates and Qualifications
◦ Current D/M/WBE Certification Certificates for D/M/WBE subs, and bidder (if applicable)
◦ All of the above forms are provided within the proposal package.
Private Bid Opening The Construction Manager at Risk (CMAR) and DFW
Airport Representatives will open The Envelope and proceed accordingly:◦ If any part of information submitted in the Envelope is
missing or is not in conformance with the instructions listed in the bid documents, the bid is considered non-responsive.
◦ This includes the required certificates◦ If all of the documents are acceptable and conform to
the bidding requirements, the CMAR will review the bid for scope and schedule.
◦ The CMAR may contact some or all of the bidding companies to schedule a post-bid interview.
Bid Check List• Bid Form with Unit Pricing and Alternates• Qualifications• Preliminary Schedule of Subcontractors (PSS) - Reflects the
D/M/WBE participation that the bidder is including in their bid.• EMR Rating for past 3 years.• Bid Bond in the amount of 5% of total Bid Amount• Current D/M/WBE Certification Certificates from the following
acceptable agencies• NCTRCA• WBC-SW• DFW MSDC• HUB Certifications are not accepted
• Failure to comply with the new D/M/WBE requirements will deem your bids non-responsive with no further consideration
M/WBE Administration Purpose of M/WBE Program is to provide contracting and
consulting opportunities to minority and women- owned businesses.
The MBJ3 team is committed to supporting the DFW Airport Board and maximizing M/WBE participation.
The MBJ3 team works in concert with the DFW Business Diversity & Development Department (BDDD), who is responsible for administering the Airport’s M/WBE Program.
D/M/WBE Administration cont… Certification
◦ The Airport requires that M/WBE’s be certified at the time of bid by a certification agency approved by the Airport Board. North Central Texas Regional Certification Agency (NCTRCA) Women’s Business Council Southwest (WBCS) DFW Minority Supplier Development Council (DFWMSDC)
◦ DFW TRIP Pogram does not recognize HUB certification.
◦ DFW strongly recommends using certified D/M/WBE firms.
◦ Remember that VALID certificates are due at the time of bid
D/M/WBE Administration cont…
D/M/WBE goals can be counted through all tiers MBJ3 is considered the “Prime.” The bidder for the package is considered the “1st-Tier” and
the subcontractors for the package are considered “2nd-Tier.”
A D/M/WBE bidder’s (1st Tier-Subcontractor) self-performance can be counted toward the goal (10% for this contract)◦ If the D/M/WBE bidder is unable to reach the goal
through their self performance, the remainder must be reached through 2nd-tier participation
M/WBE Administration cont…
When utilizing M/WBE Suppliers, only 60% of their subcontract value is credited towards the M/WBE goal.
It is the DFW Airport Board’s expectation that the bidder/proposer will meet and/or exceed the set participation goal.
The subcontracting teams should not only be diverse in terms of their business disciplines, but also in terms of their ethnic diversity.
M/WBE Administration cont… M/WBE Assistance
◦ Minority and women-owned businesses not certified by any of the approved certification agencies should contact the appropriate M/WBE Coordinator for assistance;
MBJ3 – Ricardo [email protected]
◦ If companies have not worked with M/WBE firms before, the MBJ3 Program Coordinator can provide a listing of certified M/WBE firms by specific trades or service
◦ You may also access the M/WBE Directory via DFW Airport website: www.dfw.diversitysoftware.com
DFW Airport BoardRolling Owner Controlled Insurance Program
Capital Assistance and Bonding Program
Our Purpose:To provide educational and entrepreneurship support to
D/M/WBE firms at DFW Airport.
Capital Assistance & Bonding Program
Enhance growth opportunities Address the capital assistance and bonding needs of
D/W/MBE firms interested in working at DFW Airport Bond package preparation support
Bond Worthiness & Increasing TWICE PER MONTH Your Capacity Seminar WORKSHOPS
One class per month Two days Discussion topics:
◦ Business Practices: What is the Surety looking for
◦ Financial Management-Your Responsibilities
◦ Importance of a solid Surety relationship
◦ Joint Ventures◦ Managing Contractor Default◦ Increasing capacity & lowering
your rate
Two classes per month
Various Topics:◦ Claims & Dispute Resolution◦ Business Planning &
Management◦ Access to Capital & Credit◦ Marketing, Estimating &
Bidding◦ Construction Accounting &
Financial Management◦ Banking & Finance
Seminars & Workshops
Capital Assistance & Bonding Program
Contact Information:
Ruth Dornier972-243-3808 (Dallas)
817-850-9292 (Ft. Worth)[email protected]
Please see me for complete class schedules and/or registration.
SITE SPECIFIC SAFETY PLAN
Each Subcontractor Will Submit a Job Specific Safety Plan Drug Testing by Subcontractor & ROCIP Administration No Weapons on Job Site Daily Job Hazard Analysis (JHA)s must be submitted Safety Overview
• Some MBJ3 Policies Exceed OSHA- • Dress Code• GFCI Pigtails Required at all times.
Hard Hats, Safety Glasses, and Vests Full Time: Everyone – Contractors, Vendors, Suppliers, Etc.
Important Dates
Documents Are Available Now Last Questions Due Thursday January 7 2016, by 11:00
AM Last Addendum Friday January 8, 2016 Bids due Tuesday January 12, 2016 at 2:00PM in the
ADE Lobby not the MBJ3 trailer. Post Bid Interviews as needed in the Following Weeks
TURN IN LOCATION
Bidders Questions submitted by Tuesday January 07, by 11:00 A.M.to the following individuals
Contact for General Questions
Bill Summers – [email protected] Harris – [email protected]
Bidders Are Responsible for Checking The DFW Solicitations Site for Addendum Notices. Addendum # 1 is currently posted.
http://www.dfwairport.com/business/solicitations/index.php