glade road & bridge replacement –utility relocation ...glade road & bridge replacement...
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
Monica AllenSr. Contract Administrator
Janny Grammer
AVP Contracts
Ron DuncanContracts Manager
Dwaynetta Russell
6
Pre-Bid Conference
Deadline for Questions June 16, 2020 05:00 PMMonica Allen, Contract [email protected]
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: [email protected] or 972-973-5500
Sandra GarciaAmber Davis
Business Specialist
ACDBE & DBE [email protected]
MBE, M/WBE & SBE [email protected]
Diversity Compliance Specialist
Cathy Jackson
Regulatory Compliance Specialist
ACDBE & DBE [email protected]
Ricardo Cardoza
MBE, M/WBE Programs – 3rd Party ContractsSBE Program – ITS [email protected]
Business Diversity Manager
2525
Quality Control Overview
26
Quality Assurance TeamDesign, Code Construction
Quality Assurance Manager
Jason BrownleeSr. Quality Assurance Manager
Demetric Larry
AVP Code and Inspections
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
Jackie CarterAssistant Project Manager
Eli Riederer
Sr. Construction Manager
Marco PerezConstruction Coordinator
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
Will Watkins, PETechnical Lead
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 [email protected]
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 [email protected]
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 [email protected] 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 [email protected]
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 [email protected] 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
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 [email protected] 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 [email protected]
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 [email protected] 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 [email protected]
9535 Forest Ln, Ste 269, Dallas TX 75243
MINORITY BUSINESS ENTERPRISE (MBE)