DFW Airport TERMINAL B TRIP PHASE 2

DFW Airport TERMINAL B – TRIP PHASE 2 ◦ ◦ ◦ ◦ ◦ ◦ ◦ ◦ ◦ Package 03A – General Works Package 06A – Millwork Phenolic Panels Package 07A – Wall Panels ...
2 downloads 1 Views 2MB Size
DFW Airport TERMINAL B – TRIP PHASE 2 ◦ ◦ ◦ ◦ ◦ ◦ ◦ ◦ ◦

Package 03A – General Works Package 06A – Millwork Phenolic Panels Package 07A – Wall Panels and Metal Roofs Package 08A – Interior Glass Package 09B – Flooring Package 09C – Terrazzo Package 09D - Paint Package 10A - Signage Package 32A - Garage Improvements

Project Overview  The intent is to award a subcontract for each package.  The General Works includes Concrete, Masonry , Steel , Carpentry, Waterproofing, and some General Requirements  The Interior Glass includes the Sliding doors ( Windows are not included)  Flooring Includes Carpet and VCT  Painting includes interior and exterior paint, tape and bed along with exterior coatings  Garage is to include the entire garage, rails . Striping, structural repairs and waterproofing

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 • • • • • • • • •

Paul Tantalo – Project Executive Keith Cooper – VP/Construction Manager John Leos Senior Project Manager Trace Sanders – Project Manager Jason Pate – Senior Superintendent Cleave Magers- Safety Director Bill Saunders – QA/QC Director Bill Summers – Senior Estimator Sarah Rodriquez D/M/WBE Coordinator

Insurance ◦ Insurance  Subcontractors are responsible for carrying all off site insurance per MBJ3 insurance requirements which include;    

General LiabilityAutomotive Liability Workers Compensation Excess Liability

Reference Exhibit G for amounts Reference Exhibit G for amounts Reference Exhibit G for amounts Reference Exhibit G for amounts

 Verify with your Agent that you have the proper insurance

ROCIP Insurance ◦ Insurance On-Site  ROCIP Enrollment –(must be completed upon intent to award)    

General LiabilityAutomotive Liability Workers Compensation Excess Liability

Reference Exhibit T for amounts Reference Exhibit T for amounts Reference Exhibit T for amounts Reference Exhibit T for amounts

 Builders Risk provided by ROCIP with a per occurrence deductible of $25,ooo and is the responsibility of the Subcontractor.

DFW Airport – Construction Insurance Program Rolling Owner Controlled Insurance Program (R/OCIP)  R/OCIP  Comprehensive Insurance Program  Designed for DFW- TRIP and future large scale construction projects

 R/OCIP Features      

Bid Net Program Contractor/Subcontractor Enrollment Screening/Site Badging Safety Training Claims Management Capital Assistance & Bonding 7

DFW Airport – Construction Insurance Program Rolling Owner Controlled Insurance Program  R/OCIP Manual is Included in BID Manual Section 9.3  Master Policies - Insurance Coverage     

Onsite Workers’ Compensation General Liability Builder’s Risk Contractor’s Pollution Liability Excess Liability

 R/OCIP Benefits     

Coverage available for all tier subcontractor agreements Broad coverage/higher limits Safety training and employer services Medical and claims management Capital/surety education and assistance 8

DFW Airport – Construction Insurance Program Rolling Owner Controlled Insurance Program  Requirements “after” Notice of Award  Contact the R/OCIP Staff for Enrollment  DFW Senior Safety Manager, Steve Francis 972-973-5653 [email protected]  R/OCIP Program Manager, Marcus Robins 972-973-2394 [email protected]

 Scheduling Construction Staff for Safety Training and Screening  Badging  SIDA – is not part of ROCIP and is thru MBJ3 and the Access Control Office  R/OCIP - Issued After Safety Training

 After Screening and R/OCIP Safety Training, Immediately Cleared to Start Work in Non SIDA areas

9

DFW Airport – Construction Insurance Program Rolling Owner Controlled Insurance Program Frequently Asked Questions Question

Answer

How do I enroll in the R/OCIP?

Call 972-973-2394 or 972-973-2390 to initiate the process.

What are the R/OCIP requirements?

1) Schedule employee screening (972-973-2401) 2) Schedule safety training (972-973-2392) 3) Receive badge at end of training

Does the R/OCIP provide auto insurance?

No.

Does R/OCIP conduct Social Security checks?

No, this is the employer’s responsibility.

If I already have an issued SIDA blue badge, is a background check needed?

No.

How long can a R/OCIP badged employee be gone from the program without repeating the drug and background screenings?

One year.

When can I go to work (job site)?

Immediately after you complete the safety training class. Your 10 site badge will be delivered to you.

DFW ROCIP Program 

The Dallas/Fort Worth International Airport has elected to implement a Rolling Owner Controlled Insurance Program (ROCIP) for Contractors providing direct labor at the Project Site. Participation is mandatory, but not automatic. A contractor must enroll for each contract it gets on the DFW Project Site and cannot start work until their enrollment is complete.



This is a Bid Net ROCIP program meaning that contractors will need to exclude all costs for Workers’ Compensation, General Liability, Contractor’s Pollution Liability, Builders’ Risk and Excess Liability insurance with limits specified in the Contractor Required Coverage section of the ROCIP Manual. Initial bids and subsequent change orders must exclude all costs for insurance coverage provided under the ROCIP.



The ROCIP will provide enrolled contractors Workers’ Compensation, General Liability, Excess Liability, Builder’s Risk, and Contractors Pollution Liability. There is a $10,000 deductible that is the enrolled contractor’s responsibility on the General Liability Policy and $25,000 deductible on the Builder’s Risk and Contractors Pollution Liability policies.

DFW ROCIP Program 

All Contractors are required to have and maintain offsite Workers’ Compensation, offsite General Liability, Auto Liability, and if required Excess Liability, Professional Liability, Aircraft Liability and Contractor’s Pollution Liability for the duration of their contract at DFW.



All contractors and subcontractors of every tier working on the DFW TRIP Project and NON-TRIP Projects shall institute and maintain a Modified Duty Program for injured workers. In all cases possible, health care providers/physicians treating injured workers from the DFW TRIP Program or NON-TRIP Projects will be asked to prescribe work restrictions for injured workers consistent with the Modified Duty Program rather than prescribing days away from work, contractors will be required to accommodate those restrictions.



Each Contractor is also required to include the ROCIP provisions into all awarded subcontracts and ensure that they enroll each subcontractor that they hire of all tiers.

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

PROJECT SCHEDULING



Project Phasing is as indicated in the Schedule and on the Plans. This Project is Phase 2 Only. ◦ This includes both Landside and Airside ◦ These packages are early start for the enabling portion of Phase 2 ◦ Construction noise abatement will also require Secondary Shift work

Overall Location Phase 2

Concourse Phasing Area

Ramp Phasing Area

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 ◦ 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 • 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 with 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 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 (35% 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 – Sarah Rodriguez [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 Board Rolling 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

Seminars & Workshops Bond Worthiness & Increasing Your Capacity Seminar   

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

TWICE PER MONTH WORKSHOPS  

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

Capital Assistance & Bonding Program

Contact Information: Ruth Dornier 972-243-3808 (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 

Site Visit following this meeting at Terminal in Non secure areas only.



Last Questions Due Wednesday May 21, by 1:00 PM



Last Addendum Friday May 23, 2014



Bids due Thursday May 29, 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 Wednesday May 21 by 1:00 P.M to the following individuals

Contact for General Questions Bill Summers – [email protected] Bidders Are Responsible for Checking The DFW Solicitations Site for Addendum Notices Addendum # 1 Scopes of Work will be posted on DFW website and distributed tomorrow April 30th along with the Sign in sheets and this Presentation http://www.dfwairport.com/business/solicitations/index.php

Suggest Documents