DFW Airport SA01 Southgate Plaza Infrastructure Bid date: June 4, - - PowerPoint PPT Presentation

dfw airport sa01 southgate plaza infrastructure bid date
SMART_READER_LITE
LIVE PREVIEW

DFW Airport SA01 Southgate Plaza Infrastructure Bid date: June 4, - - PowerPoint PPT Presentation

DFW Airport SA01 Southgate Plaza Infrastructure Bid date: June 4, 2013 Bid time: 11:00 AM Gary Ralls Project Executive Jeff Heimer Operations Manager Carlos House - Project Manager


slide-1
SLIDE 1

DFW Airport SA01 Southgate Plaza Infrastructure Bid date: June 4, 2013 Bid time: 11:00 AM

slide-2
SLIDE 2
  • Gary Ralls – Project Executive
  • Jeff Heimer – Operations Manager
  • Carlos House - Project Manager
  • Lee Halencak – Senior Project Engineer
  • Don Kelsey - Estimator
  • John Cairasco – Safety Manager
  • Jennifer Elsner – Contract Administrator
  • Katrina Keyes – MBE Program Director
  • Carol Stephens – MBE Program Manager
slide-3
SLIDE 3
  • Jack Zill – AVP Project Administration
  • Francisco Parra – DMWBE Business Specialist
  • Cathleen Baulish – Contract Manager
  • Ruth Dornier – Capital Assistance & Bonding Program
  • Stuart Jackson – Audit Manager
  • Anthony Watson – Project Manager
  • Ben King – Contract Administrator
  • Patrick Craney – ROCIP Program Manager
slide-4
SLIDE 4
  • The project is a new 32 acre development along the north bound

service road at Rental Car Drive consisting of Office, Parking Structure, Hospitality and Restaurant pad sites. The work consists of Site Utilities, Roadways and Utility Services to support the proposed development.

slide-5
SLIDE 5
slide-6
SLIDE 6
  • 01 Erosion Control

02 Barricades and Traffic Control 03 Earthwork 04 Wet Utilities and Storm Drainage 05 Franchise Utilities (Power and Data Duct Banks) 06 Site Concrete 07 Cast in Place Retaining Walls

slide-7
SLIDE 7

SA-01 SOUTHGATE PLAZA INFRASTRUCTURE BID FORM To: Turner Omega Howard Date: ___________________ Airport Development and Engineering Building 3003 South Service Road DFW Airport, TX 75261 Attn: Carlos House Submitted By: Company Name: ____________________________________________________ Contact Person: ____________________________________________________ Telephone No.: ____________________________________________________ Note: If a firm is proposing on more than one scope of work, then a separate copy of page 2 is required for each package. Please include the credit for multiple Scopes as a Voluntary Alternate.

The undersigned, in compliance with the Request for Bids (RFB) for construction of the above referenced project, having carefully examined all of the drawings, specifications, related documents and site of the proposed work, and being familiar with all of the conditions surrounding the work, including the proposed construction schedule and the availability of specified materials, labor and equipment necessary to construct the Work, hereby proposes to furnish all labor, materials, taxes, insurance, equipment, tools, machinery, transportation and supervision required to perform all work, provide all services and to construct all work in accordance with the RFB Documents for the amount stated below. This proposal is to cover all expenses incurred in performing the work required for this RFB Scope under the RFB Documents and includes all warranty costs, required insurances, overhead and profit. Bid Scope No.: ______ , Designation: ___________________________________________ (Bidders should refer to the “Bid Scope No.” specified in Section 3, Additional Provisions) If bidding multiple scopes, please list additional below and include a separate Page 2 for each Scope. Bid Scope No.: ______ , Designation: ___________________________________________ Bid Scope No.: ______ , Designation: ___________________________________________ Bid Scope No.: ______ , Designation: ___________________________________________ Bid Scope No.: ______ , Designation: ___________________________________________ Bid Scope No.: ______ , Designation: ___________________________________________ Bid Scope No.: ______ , Designation: ___________________________________________ The undersigned proposes to perform the work for the indicated sums:

  • A. Base Bid

1.

INCORPORATED MATERIALS

$__________________

2.

LABOR, EQUIPMENT, RENTALS, CONSUMABLE MATERIALS ETC.

$__________________

3.

INSURANCES (GENERAL LIABILITY, AUTOMOTIVE & WORKMEN’S COMPENSATION FOR OFFSITE LABOR ONLY) EXCLUDING ONSITE INSURANCES PROVIDED BY ROCIP

INCLUDED 4.

TAXES ON CONSUMABLE MATERIALS, (INCORPORATED MATERIALS ARE EXEMPT)

$__________________ 5.

OVERHEAD & FEE

INCLUDED 6.

PAYMENT AND PERFORMANCE BONDS

$__________________

GRAND TOTAL BASE BID $_______________

Bid Breakdown:

Bidders shall initial the bottom of the scope of work for all trades and the trade specific scope of work and provide scope breakdown amounts as listed on the trade specific scopes of work located in section 3 of the Bid Manual.

Voluntary Alternates

Alternate Prices include all labor, material, equipment, engineering, overhead, profit, taxes, insurance’s and all else necessary to complete the work. Alternate Prices are firm for the life of the Project. Award of any Alternate will be at the sole discretion of Turner Omega Howard. Alternate No. 1 _____________________________________ Add/Deduct $_______________ Alternate No. 2 _____________________________________ Add/Deduct $_______________ Alternate No. 3_____________________________________ Add/Deduct $_______________

Addenda:

Acknowledge receipt of the following Addenda to the drawings and specifications and all of the provisions and requirements of said Addenda have been taken into consideration in preparation of this Proposal. Addendum No. _____Dated_________________ Addendum No. _____Dated_________________ Addendum No. _____Dated_________________ Addendum No. _____Dated_________________

slide-8
SLIDE 8
slide-9
SLIDE 9
  • Bid Form
  • Additional Provisions
  • Minority Business Participation Forms
  • Commitment to MBE Participation
  • Preliminary Schedule of Subcontractors
  • D/S/M/WBE Good Faith Effort Plan (and supporting documentation)
  • Required with bid submission if 35% MBE Goal is not met
  • Not Required if bid meets 35% MBE Goal
  • MBE Certification Certificates
  • Intent to Perform Contract as a D/S/M/WBE Subcontractor
  • Letter stating previous 3 years of EMR
  • Sample Insurance Certificate
  • List of other similar projects
slide-10
SLIDE 10
  • SA -01
  • 35% MBE Goal
  • MBE Classifications : Asian American, Black, Hispanic, American Indian, Indo

Asian

  • A certified MBE Prime Contractors self-performance counts towards meeting

the 35% MBE goal. (MBE Certificate must be submitted with bid.)

  • Valid MBE certification certificates required with bid 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 Collin Delta Denton Ellis Hunt Johnson Kaufman Parker Rockwall Wise Tarrant

  • Review DFW Airport Business Diversity Department web page

www.dfwairport.com/bdd

slide-11
SLIDE 11

!"

Carol Stephens , MBE Program Manager Office: 214-599-9766 Cell: 972-984-0718 Email: cstephens@TOHJV.com

  • Provide assistance to MBE firms
  • Provide MBE subcontractors and suppliers list to prime bidders
  • Verify valid MBE certificates
  • Assist with questions on MBE program and forms required for bid submission
slide-12
SLIDE 12

#

  • John Cairasco – TOH Safety Manager
  • Patrick Craney – ROCIP Project Manager
slide-13
SLIDE 13

$%&

  • 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.

slide-14
SLIDE 14
  • 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.

  • The ROCIP Program Manual has been included in your bid documents – if you have any

questions please contact the ROCIP Program Manager: Patrick Craney at patrick.craney@willis.com or 972-973-2394.

$%&

slide-15
SLIDE 15
  • Carlos House - Project Manager
  • Lee Halencak – Senior Project Engineer
  • Don Kelsey - Estimator

E-mail all questions to: chouse@tohjv.com

'(&)*