DFW International Airport Contract 9500496 SA05 Terminal E Curbside and Carousel Roadway Improvements Phase 1 Competitive Sealed Proposal (CSP) Pre Proposal Conference May 22, 2014 @ 1pm (CST)
Agenda Project Team Intent of Solicitation Project Description MBE Safety ROCIP CSP Requirements Questions
Project Team Cameron Curtis, LEED AP Procurement Jeff Heimer Operations Manager Kirk Burris Project Manager John Cairasco Safety Manager Joey Silva Superintendent Ed Schultz Engineering Ruben Landa MBE Program Manager Grant Mendeljian Precon/Estimating Manager Duncan McCormick Estimator Will Watkins DFW Airport PM Gary Bouthillier, PE Jacobs
DFW Team Jack Zill AVP Project Administration Felix Galan BDD DMWBE Business Specialist Cathleen Baulisch Contract Manager Ruth Dornier Capital Assistance & Bonding Program Stuart Jackson Audit Manager Anthony Watson Project Manager Amanda Mangano Contract Administrator Marcus Robins ROCIP Program Manager
DFW Airport World s third busiest airport Nearly 1,750 flights per day 57 million passengers each year Non stop service to 134 domestic and 37 international destinations
Intent of Solicitation To select one subcontractor via a one step solicitation Replacement of new Curbside and Carousel Roadways and associated bridges for Phase 1 at Terminal E. Request for Proposals RFP information including plans and specifications issued on May 19, 2014 Firms will submit response to RFP on June 5, 2014 @ 2pm TOH will evaluate qualified firms per the evaluation criteria stated in Instruction to Proposers. Bid Bond in the amount of 5% of total cost is required Payment and Performance Bond for total cost is required
Project Overview Replacement of the Curbside and Carousel Roadways at Terminal E including associated bridges. The contractor is responsible for reviewing all existing conditions associated with this work prior to commencement of work activities. Our focus is on the Phase 1 activities. The plans are 100 % documents, do not expect a change order.
Project Location Terminal E
Curbside & Carousel Roadway Phase 1 Phasing
Limits of Work Alternate No. 1 Infield Parking
Phase 1 Stage 1 Stage 2
Phase 1 Stage 3 Stage 4 Bridge 2 Open 9/30/2014
Phase 1 Stage 5 Stage 6 Complete 3/1/2015 Alternate No. 1 Infield Parking
Construction Access South Parking Laydown Area Controlled Construction Gate Construction Drive
Bid Envelope Checklist Proposal Envelope Contents shall include: Bid Form: Filled out completely, including unit pricing and alternates EMR Rating: Reflects safety record for projects from previous three years Bid Bond: 5% of greatest amount bid. Cashier s checks are not accepted UPDATED MBE Program Requirements: Commitment to MBE Participation Form required with Proposal Preliminary Schedule of Subcontractors (PSS): identify all subcontractors, certification status, scope of work, percentage and dollar commitment for each. CURRENT MBE Certification Certificates: required with Proposal submission if claiming credit for MBE primes and subcontractors identified on PSS Good Faith Effort Plan & Support Documentation: Provide only if the MBE goal is not met. (Final Approval of GFE by BDDD) Failure to comply with the updated MBE requirements will deem your Proposal non-responsive with no further consideration. (All of the above forms are provided in the solicitation package).
Bid Form with Unit Pricing and Alternates
Experience Modification Rating (EMR) Form 2012 Insurance Company 2013 Insurance Company 2014 Insurance Company The proposal may be considered non-responsive if your EMR >1.0
Bid Bond Form (5%) The proposal will be considered non-responsive if you do not submit a bid bond
Preliminary Schedule of Subcontractors (PSS) Identify all subcontractors, certification status, scope of work, percentage and dollar commitment for each.
Commitment to Minority Business (MBE) Participation Form Identify your commitment to meeting the MBE participation
Good Faith Effort Complete the form and attach support documentation only if the MBE goal is not achieved.
MBE Program SA 05 20% MBE Goal for this Package MBE Classifications : Asian Pacific/Indian American, Black American, Hispanic American, American Indian, Indo Asian American. A certified MBE Prime Contractors self performance counts towards meeting the 20% MBE goal. (MBE Certificate must be submitted with Proposal.) Valid MBE certification certificates required with Proposal submittal: North Central Texas Regional Certification Agency (NCTRCA) D/FW Minority Supplier Diversity Council (DFW MSDC) MBE must have an office in one of DFW Airport s relevant market areas: Dallas Ellis Collin Hunt Delta Johnson Denton Kaufman Parker Rockwall Wise Tarrant Review DFW Airport Business Diversity Department web page www.dfwairport.com/bdd
Counting MBE Participation MBE participation can be counted through all tiers TOH (Prime) Bidder (1 st -Tier) Subcontractors to Bidder (2 nd -Tier +) MBE 1 st -Tier bidders can count their self-performance toward meeting the MBE goal, but only for the scope of work and at the percentage level they will self-perform. If the bidder is unable to reach the goal through self performance, the remainder of the goal must be met through 2 nd -tier + participation Counting MBE Suppliers: Only 60% of their purchase order (PO) value can be credited towards meeting the MBE goal DFW Airport encourages diversity in terms of business disciplines as well as ethnicity and gender
Approved Certification Agencies MBE s must be certified at the time of Proposal submission by an approved certification agency MBE certificates must be included with Proposal submission for credit State of Texas HUB Certifications are not accepted
Sample Certificate Check expiration date! Not valid if expired.
MBE Assistance Sourcing for MBE certified firms o Pre-Proposal Meeting Sign-In Sheet (posted on DFW Solicitation Schedule) & issued by addendum after Pre-Proposal Meeting date o TOH MBE Program Manager can provide a listing of certified MBE firms by specific trade or service o Contact: Ruben Landa, rlanda@kstrategies.com o Office: 214 599 9766 Cell: 832 477 1271 o DFW Airport MBE Online Directory (with search engine) www.dfw.diversitysoftware.com
Proposal Opening Process The Construction Manager at Risk (CMAR) and will open the Proposal Envelope in a Private Proposal Opening setting (not open to the public). If any part of the required Proposal envelope documents are missing or not in conformance with the instructions listed in the solicitation documents, the proposal may be considered non-responsive. If all of the documents are acceptable and conform to the proposal requirements, the Proposal shall be considered responsive and the CMAR will review the Proposal for scope and schedule. The CMAR may contact some or all of the proposing companies to schedule a post-proposal interview.
Safety John Cairasco TOH Safety Manager Marcus Robins ROCIP Project Manager
Dallas/Fort Worth International Airport Risk Management Rolling Owner Controlled Insurance Program TOH Pre Proposal Information May 22, 2014
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 30
DFW Airport Construction Insurance Program Rolling Owner Controlled Insurance Program R/OCIP Manual Inserted In Proposal Documents Master Policies Insurance Coverage 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 31
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 sfrancis@dfwairport.com R/OCIP Program Manager, Marcus Robins 972 973 2394 mrobins@dfwairport.com Scheduling Construction Staff for Safety Training and Screening Badging SIDA If required, Contact Access Control Office (972) 973 5100 R/OCIP Issued After Safety Training After Screening and R/OCIP Safety Training, Immediately Cleared to Start Work 32
DFW Airport Construction Insurance Program Rolling Owner Controlled Insurance Program Frequently Asked Questions Question How do I enroll in the R/OCIP? What are the R/OCIP requirements? Does the R/OCIP provide auto insurance? Answer Call 972-973-2394 or 972-973-2390 to initiate the process. 1) Schedule employee screening (972-973-2401) 2) Schedule safety training (972-973-2392) 3) Receive badge at end of training 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? How long can a R/OCIP badged employee be gone from the program without repeating the drug and background screenings? When can I go to work (job site)? No. One year. Immediately after you complete the safety training class. Your site badge will be delivered to you. 33
Key Dates for CSP Request for Proposals: Advertise for Proposals May 18 th & 25th Issue RFP Documents (2:00pm) May 19th Pre Proposal Conference & Site Visit (1:00pm) May 22nd Deadline for Questions (2:00 pm) May 28th Issue Last Addendum for RFP: June 3rd RFP Due date (2:00 pm CST) June 5th RFP review and evaluation June 5th & 6th Post Proposal Interview June 10 th Post Interview Responses Due June 11 th Submit Recommendation to DFW June 12th Receive Concurrence from DFW for Award on or before June 17th Award Subcontract June 18th
One Step CSP Selection Criteria Criterion 1 ( Weight 25 Points): Firm s Qualifications Criterion 2 (Weight 20 Points): Firm s Technical Approach Criterion 3 (Weight 20 Points): MBE Participation Criterion 4 (Weight 35 Points): Cost
One Step CSP Selection Criteria Criterion 1 ( Weight 25 Points): Firm s Qualifications Firm s Organizational Chart and Key Personnel with relevant, similar experience Firm s relevant, similar project experience in past 5 years Firm s Safety Record on previous projects Firm s experience with Owner Controlled Insurance Programs Criterion 2 ( Weight 20 Points): Firm s Technical Approach Firm s approach to phasing and completing project by March 1, 2015 Firm s approach and schedule to completing Bridge 2 by September 30, 2014 Firm s plan to field verify existing conditions and services and working within in site limitations Project Specific QC Plan Project Specific Safety Plan
One Step CSP Selection Criteria Criterion 3 ( Weight 20 Points): MBE Participation Firm s ability to deliver MBE Commitments. Provide examples. Firm s plan showing where and how MBE resources will be involved in this project Firm s plan for involving local companies in this project Criterion 4 ( Weight 35 Points): Cost Cost for Completing Base Project Cost for Completing Alternate No. 1 Infield Parking
Post Proposal Discussions Discussions with selected proposers are set for June 10, 2014. Refer Instruction to Proposers for more details. Discussions will be held at the ADE at 3003 South Service Road, DFW Airport, Texas 75261. There should be no direct contact (including telephone calls) between the proposer and any selection committee member.
One Step CSP Process What to Submit Volume 1 (25 Page Printed Material): Volume 1: Label the first tab, Executive Summary Introduction of firm. (1 page maximum) Volume 1: Label the second tab, Contract Comments Volume 1: Label the second tab, Firm s Qualifications Volume 1: Label the third tab, Firm s Technical Approach Volume 1: Label the fourth tab, MBE Participation Volume 2 Pricing Proposal (Content of this volume is not counted against page limit): Volume 2: Label the first tab, Bid Bond. Volume 2: Label the second tab, Preliminary Schedule of Subcontractors Volume 2: Label the third tab, Proposal Forms Volume 2: Label the fourth tab, Unit Pricing Information. Volume 2: Label the fifth tab, Clarifications
QUESTIONS? Questions will need to be submitted in writing to Cameron Curtis with TOH at ccurtis@tcco.com All discussions in this presentation are non binding unless officially submitted in writing DEADLINE FOR QUESTIONS Wednesday MAY 28th AT 2:00pm
DFW International Airport Contract 9500496 SA05 Terminal E Curbside and Carousel Roadway Improvements Phase 1 Proposal Due Date: THURSDAY June 5, 2014 @ 2pm (CST)