District of Columbia Water and Sewer Authority Pre-Bid Conference & Site Visit Gravity Thickener Upgrades – Phase II Blue Plains Advanced Wastewater Treatment Plant November 29, 2018 2pm IFB #130180
District of Columbia Water and Sewer Authority
Pre-Bid Conference & Site Visit Gravity Thickener Upgrades – Phase II
Blue Plains Advanced Wastewater Treatment Plant
November 29, 2018 2pm IFB #130180
Introductions• DC Water team
Procurement Requirements• Bid Due Dates, Costs, Schedule, Bonds/Security, Documents • Subcontractor Approval Requests• EPA American Iron & Steel (AIS) Requirements• Optional Bid Items (based on selected sequence of construction)• ROCIP
MBE/WBE• Outreach Documentation & Good Faith Effort
Local Hiring• DC WaterWorks
Safety Communication During Bidding PeriodConstruction Documents and Design Information
• Pre-Negotiated Sole Sourced Equipment (Exempt from MBE/WBE goals)• Permitting • Project Constraints
Work by OthersSite Visit
2
Meeting Agenda
3
DC Water Team
Department Wastewater Engineering (DWE)Department of Engineering & Technical Services (DETS)Procurement DepartmentDepartment of Occupational Safety & Health Department of Wastewater Treatment Department of Maintenance ServicesSecurity Department
DWE Director: Diala DandachDETS Manager Program Services: Paul GuttridgeDWE Design PM: Rouben DerMinassianDWE Construction RE: Aaron Montgomery
4
Procurement Data
Bid documents: - $100 @ Procurement Office at COF Building
(money order or cashier’s check only)- Hardcopies only
This project was advertised:Bids are due, 2pm:
Bid questions due by:
Last addendum issued:
Project Estimated cost range: Project duration from NTP date:
$40-$50 million1,500 calendar days
Date 11/11/18 (Sun)Date 01/09/19 (Wed)
5 days prior to bid date
before holidaysDate 12/14/18 (Fri)
Date 01/04/18 (Fri)
Contractor Bond Requirements
5
Bid bond/bid security required at 5% of bid total (Sections 00 20 00 – Article 6.2 and 00 40 20)
If awarded, payment and performance bond required at contract price (Sections 00 70 00 – Article 5.1, 00 61 10, 00 61 20)
6
Bid SubmissionDeliver bids to PROCUREMENT DEPARTMENT: Blue Plains COF Building until 2pm on bid opening dateBid Opening at this location –VISITORS CENTERSealed envelope marked with project name, IFB #, bid opening date and time (Section 00 20 00 – Article 6.3)
Bid Submittal Checklist: See next slideBidder’s Qualification and Financing Documentation (Section 00 20 00 –Article 13)
• § 13.1 & 13.2 Each Bidder shall submit a Contractor’s Qualification Statement (See Section 00 40 30) in a separate envelope marked with IFB #, Bidder’s name and with the notation “BIDDER’S QUALIFICATION STATEMENT ENCLOSED”. This form must be notarized.
• § 13.3 Each Bidder shall submit a current financial statement by a CPA in a separate envelope marked with IFB #, Bidder’s name and with the notation “FINANCIAL STATEMENT ENCLOSED”.
Section 00 40 30 – Question #63: documentation needed from product manufacturers listed in technical specs for approval of bidder to apply products and for warranty coverage.
7
Bid Submission Checklist
SUBMISSION REQUIREMENT ITEMS SUBMITTED (BIDDER’S INITIALS)
SECTION NUMBER DOCUMENT TITLE
00 40 00 BID FORM
00 40 10 SCHEDULES OF PRICES
00 40 20 BID BOND
00 40 21 CERTIFICATION OF OUTREACH EFFORTS
00 40 22 DC WATER GOOD FAITH EFFORTS CHECKLIST
00 40 25 BID DOCUMENT CHECKLIST
00 40 30 CONTRACTOR’S QUALIFICATION STATEMENT (Notarized and in separate envelope)
00 45 01 CONTRACTOR IDENTIFICATION NUMBER
00 45 02 USI FORM 1W
00 45 03 NON-COLLUSION AFFIDAVIT
00 45 04 DC WATER CERTIFICATION REGARDING A DRUG FREE WORKPLACE
00 45 08 DC WATER CONTRACTOR’S INTENT TO SUBCONTRACTMBE OR WBE
00 45 09 DC WATER WBE – MBE INTENT TO SUBCONTRACT
00 45 13 PAYMENT TO SUBCONTRACTORS AND SUPPLIERS CERTIFICATE
00 45 15 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY & VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTION
0045 16 EPA CERTIFICATION REGARDING DEBARMENT, SUSPENSION & RESPONSIBILITY MATTERS
00 45 17 ASSURANCE OF COMPLIANCE W/EEO GOALS
SUBMISSION REQUIREMENT
SECTION NUMBER DOCUMENT TITLE
00 45 18 EEO & NON-SEGREGATED FACILITIES CERTIFICATE
00 45 19 DISCLOSURE OF LOBBYING ACTIVITIES
00 45 20 DC WATER WORKS – EMPLOYMENT PLAN (30 days after contract award)
00 45 21 DC WATER WORKS PROGRAM – DISCLOSURE STATMENT
01 00 00-01 SUBCONTRACTING APPROVAL REQUEST (formerly 00 45 23)
00 45 25 D.C. TAX CERTIFICATION AFFIDAVIT
00 45 26 EPA CERTIFICATION REGARDING LOBBYING
00 45 30 DBE SUBCONTRACTOR PERFORMANCE FORM
00 45 31 DBE SUBCONTRACTOR UTILIZATION FORM
00 45 40 AMERICAN IRON AND STEEL (AIS) CERTIFICATION STATEMENT
CLASS “A” BUSINESS LICENSE (See Section 00 20 00, Art. 18)
CONTRACTOR’S QUALIFICATION STATEMENT (See Section 00 20 00, Art. 13.1)
CERTIFIED FINANCIAL STATEMENT (See Section 00 20 00, Art. 13.3)
MBE & WBE OUTREACH PLAN (See Section 00 20 00, Art 31.3)
APPENDICIES
FR-W-9 REQUEST FOR TAXPAYER ID. NUMBER & CERTIFICATION
FR-500 COMBINED BUSINESS TAX REGISTRATION APPLICATION
MBE/WBE OUTREACHGOOD FAITH EFFORT BID SUBMITTAL CHECKLIST
RESPONSES FROM CORRESPONDENCE OUTREACH
CALL LOG
ADS IN WASHINGTON POST, MINORITY NEWSPAPERS
WEBSITE POSTINGS, I.E., SMALL BUSINESS ADMINISTRATION (SBA) AND THE MINORITY BUSINESS DEVELOPMENT AGENCY OF THE DEPARTMENT OF COMMERCE
MBE/WBE SUMMARY TO INCLUDE PERCENTAGES
CURRENT MBE/WBE CERTIFICATIONS OF SELECTIONS
Section 00 40 25
8
Subcontracting Approval Request Form• Form to be used for all tiers of subcontractors• Submit forms prior to subcontractors starting work• See next slide for latest form • Addendum to be issued soon:
Corrected instructions to bidders in Section 00 20 00 – Article 23.2 Updated form in Section 01 00 00-01 (formerly Section 00 45 23)
Other MBE/WBE subcontracting forms are submitted with bid • See MBE/WBE Compliance slides
Provide list of major subcontractors in bid submission(Section 00 20 00 – Article 6.1.23)
Subcontracting Approval Requests
9
Subcontracting Approval Request Form
American Iron and Steel(AIS)
10
What is AIS?The “American Iron and Steel” provision requires assistance recipients to use the iron and steel products that are produced in the United States for the construction, alteration, maintenance, or repair of a public water system or treatment works.
– January 2014, Consolidated Appropriations Act of 2014 (P.L. 113-76)
Why is it included in this project?Gravity Thickeners Upgrade Phase II project financing is partially provided through the EPA Water Infrastructure and Finance andInnovation Act (WIFIA).
AIS is a Federal requirement of WIFIA.
How is compliance monitored? (Section 00 20 00 – Article 34)Bid proposal must include a completed AIS certification Statement – See next slide.
All manufacturing processes must take place in the U.S. with few exceptions.
Reporting requirements to include certification letters from manufactures.
Contractors should seek certification letters as early as possible in the bid and construction process.
For further details and information please contact:Rhonda Green at 202 -787-2276 [email protected]
Kathleen Kharkar at 202-787-2519 [email protected]
EPA AIS Website including guidance list of exempt construction materials: http://www.epa.gov/cwsrf/state-revolving-fund-american-iron-and-steel-ais-requirement
11
Compliance with American Iron and Steel Provisions
12
American Iron & Steel Certification Form
Optional Bid Items
13
14
Optional Bid Items
Total of 36 Bid Items listed in Schedule of Prices (Section 00 40 10)
Bid Items No. 26 through No. 35 are optional• Beneficial Occupancy for each of the 10 Gravity Thickener tanks
without cover and ventilation system (Section 01 71 16)• Dependent on Contractor’s selected construction sequence
If tank is to be upgraded initially with cover then there is no cost for this Bid Item – write “No Charge” on this line in the Schedule of Prices
If tank is to be upgraded initially without cover, then there is a cost included for this Bid Item (cover would be installed later in the project)
• Allows for individual retainage release of these Bid Items (Section 00 73 00 3.1.C)
• See sample from Schedule of Prices on next slide
15
Optional Bid Items
Insurance / ROCIP
16
Successful bidder shall enroll in DC Water ROCIP program • Web based interface enrollment• See Section 00 73 16 and Appendix B
ROCIP Form 1-W collected by DC Water (Section 00 45 02)• Breakdown on your payroll costs & insurance costs attributable
17
ROCIP
18
ROCIP Form 1W
Procurement & Contract Compliance
MBE/WBE & Local Hiring
19
•Go to DC Water website to register your
company and receive notice of events
https://www.dcwater.com/procurement
•Awarded vendors must complete a W-9 Tax Form and Vendor Information Form. Submit completed
forms to Purchasing@dcwater.
com
•Provide a list (up to 7 categories) of what
goods and/or services your firm supplies
•Remember: Please provide good
contact information
REGISTER FORMS INTERESTS CONTACT
Procurement and Contract Compliance RequirementsGeneral Requirements
03INSURANCE
02 PERFORMANCE
01 WAGES
Davis Bacon Wages
are applicable
Workers Paid Weekly1) Base Rate 2) Fringes
Weekly Submission of Certified Payrolls
WAGES
DC Water Scores Vendor’s Performance Quarterly
PERFORMANCE
Enrollment in ROCIP
Insurance Must Be Up-to-date
INSURANCE
Procurement and Contract Compliance RequirementsGeneral Requirements
EPA Fair Share Objectives
• DC Water’s MBE and WBE fair share objectives are:
• Objectives are based on goals established by EPA Region 3 (DC, DE, MD, PA, VA and WV)
• DC Water’s policy is to meet or exceed EPA objectives for MBE and WBE participation at all tiers
• See Section 00 20 00 – Article 31
Services Fair Share Objectives (%)
MBE WBE
Construction 32 6
SBA 8a Program
SBA SDB Program
A CertificationProgram that
meets the EPA Standards
Any State DOT DBEProgram
EPA Recognized Certifications
Good Faith Efforts
1. Ensure DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities
2. Make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date
3. Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs
4. Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually
5. Use the services of the SBA and the Minority Business Development Agency of the Department of Commerce
6. If the prime contractor awards subcontracts, require the prime to use Steps 1 through 5
Mandatory Requirements
• Environmental Protection Administration:http://cfpub.epa.gov/sbvps
• District of Columbia Department of Transportation:http://ddotfiles.com/db/DBE/dbe.php
• Maryland Department of Transportation: https://mbe.mdot.maryland.gov/directory/search_select.asp
• Minority Business Development Agency:www.mbda.gov
• Small Business Administration:https://www.sam.gov
• Virginia Department of Small Business and Supplier Diversity:https://www.sbsd.virginia.gov/directory
Certified Firm Outreach Resources
Required Forms (with Bid / Pre-Award)
• Contract’s Intent to Subcontract with MBE/WBE Form (Section 00 45 08)• This form captures the prime’s acknowledgement of DC Water’s objectives and mandatory Good
Faith Efforts, as well as the prime’s intention to use certified MBE/WBE firms
• DBE Subcontractor Performance Form (Section 00 45 30)• This form captures an intended subcontractors description of work to be performed for the prime
contractor and the price of work submitted to the prime
• DBE Subcontractor Utilization Form (Section 00 45 31)• This form captures the prime’s actual/anticipated use of certified subcontractors and the estimated
dollar amount of each subcontract
• Good Faith Efforts Checklist/Documentation of Outreach Efforts (Section 00 40 21 and Section 00 40 22):
• Advertisements • Emails (outgoing and incoming)• Faxes (cover sheets and transmittal records)• Call logs• Response logs• EPA Mandatory Forms• Current DBE certification
MBEs and WBEs must be recognized by an EPA approved agency in order to be counted toward goal
Primes who are MBE/WBEs must still exercise good faith efforts for subcontracting opportunities
(Post Award) Ongoing monitoring of certified firm participation and payments
EPA Fair Share Objectives
DC Water Works! Local Hiring Initiative
• 60% Local Resident New Hire Goal
• Use of DC Water Works as the first recruiting source
• Support of the DC Water Works Training Initiatives
Preference for qualified employees from DC Water user jurisdictions• District of Columbia• Montgomery and Prince George’s County in Maryland• Fairfax and Loudoun Counties in Virginia
Employment and Hiring
Jamal Jones, Compliance Officer, DC [email protected]
Audrey Vasquez, DC Water Works, DC [email protected]
Korey Gray, DC Water Compliance, DC [email protected]
Daniel Lamm, Vendor Registration (Zycus), DC [email protected]
Rhonda Green, Grants Specialist, DC [email protected]
Ken Pantuck, Sr. Environmental Specialist, [email protected]
Contact List
Safety
30
31
Safety
SAFETY REQUIREMENTS & GUIDELINES
Bidder responsibility analysis: will review your safety record • with DC Water (ROCIP staff have past work safety reports)• As a contractor in all venues
Safety planning & execution• No issues• No injuries• No work slowdowns or stoppages!
OSHA-Hierarchy of Controls
Safety
Change work procedures or redesign your environment
33
Safety
ELIMINATEMove work to ground level.
PREVENTWork in a guarded area, utilizing products such as handrails, safety gates, guardrails and rooftop railings.
34
Change work procedures or redesign your environment
RESTRAINRestrain worker by fitting them in a harnesswith a tether attached. A fixed-length lanyard is then attached to the D-ring on the harness, and then to a code-compliant anchorage system.
ARRESTUtilize a professionally engineered fallarrest system—ideally one that is custom designedfor your specific work environment. Proper fall arrest includes three key components: anchorage, body harness, and connecting device.
Safety
Rigging Equipment and Training
Safety
36
Safety
Cranes
When is the lift plan due?
Preventive measures after load pick and set
37
Safety
Cranes
38
Safety
Cranes
39
Safety
Cranes
40
Safety
Reporting
41
Safety
Confined Space Entry (Section 01 15 21)• Permit Safety Program• Lock Out/Tag Out, entry, operating, and emergency procedures• DC Water Pump Station Operators shall be notified before and after
each entry according to the approved lock out/tag out procedures. Contact personnel shall be established at the pre-construction meeting.
Communication During Bidding Period
42
43
Communication During Bidding
TIMELINES
Bid due date: January 9, 2019 (Wed)Last DC Water addendum issue: Jan. 4th (Fri) Bid questions deadline: December14th (Fri)
Bidder Questions
44
Communication During Bidding
No Addenda have been issued to date.
Each addendum will be emailed to all registered planholders followed by mailed hardcopy.
Addenda to be issued soon for: • Updated sole sourced equipment allowances• Instructions to bidders corrections• Updated subcontractor approval request form• Updated performance and payment bond forms• Updated bid document checklist
Addendum will be issued if Davis Bacon Wage Rates change.
Failure to acknowledge receipt of each addendum on bid form may result in rejection of bid.
Construction Documents and Design Information
45
Project Site Location
47
Project Description
This project includes the following work as shown on the Contract Documents:• Replace screening equipment, pumps and degritting equipment in the Primary
Sludge Screening and Degritting Building• Repair concrete surfaces, replace sludge and scum pumps, replace thickening
mechanisms and walkways, and install dome covers for Gravity Thickeners 1-10• Install fans, ducts, and stacks to ventilate covered Gravity Thickener tanks• Install valves and other equipment to control flow from PSSDB to Gravity
Thickeners• Miscellaneous facility improvements including, but not limited to, replacement of
sump pumps, ventilation equipment, light fixtures, wire and conduit, backflow preventers, retaining wall along roadway and access stairs and platforms.
Project duration is: 1,500 days
Anticipated notice of intent to award: March 8, 2019
48
Project Existing Photos
49
Project Existing Photos
50
Project Existing Photos
51
Project Existing Photos
52
Project Existing Photos
53
Project Existing Photos
54
Project Existing Photos
55
Project Existing Photos
56
Project Existing Photos
57
Project Description – PSSDB
Cyclone Degritters
Pinch Valves
Cylindrical Bar Screens
Degritter Feed Pumps
58
Project Description – Gravity ThickenersVentilation Ductwork
Aluminum Cover
Stairs and Perimeter Walkway
Mechanism and Center Walkway
Sludge Pumps
59
Project Description – Gravity Thickeners
Supply Ductwork
Dome Supported Exhaust Ductwork
Elevated Exhaust Ductwork
Exhaust Fans
60
Project Description – Gravity Thickeners
61
Project Description – Solids Processing Bldg
Flow & Density Meters
New Piping
62
Pre-Negotiated Sole Sourced EquipmentSeparate allowance bid item for each. These bid items are exempt from MBE/WBE Participation Goals (Section 00 20 00 – Article 31.1).
• Degritter Feed Pumps by Wemco
• Cyclone Degritters and Classifiers by Wemco
• Cylindrical Bar Screens by Lakeside
• Knife Gate Valves by Wey Valve
• Density Meter by Valmet
• Sludge Blanket Detector by Entech
• Gas Detection System by Sensidyne
• Multi-Turn Actuators by Rotork
• Quarter-Turn Actuators by Beck
• Pressure Switches by United Electric
• Instrumentation Integration with Process Controls System (PCS)by Emerson
63
Permitting
DC Water Provided Permits (Section 00 89 00):• DCRA Building Permit No. B1807286• DOEE Plan No. 6026
Contractor Permit Responsibility:• DCRA Trade Permits• Any other permits as stated in Section 00 89 00
64
Project Constraints
Contract Times and LDs (Section 00 50 00)• Substantial Completion: 1,400 days• Final Completion: 1,500 days
Construction Sequencing (Section 01 12 16)
Work Restrictions (Section 01 14 00)
Beneficial Occupancy (Section 01 71 16)
Operational Demonstration (Section 01 75 00)
Work by Others
65
66
Work by Others
The following work is currently planned in the vicinity of this project to be done by other contractors as follows: High Priority (Miscellaneous Facilities Upgrades):
Relocation of vendor training trailers to south end of PlantPiping and valve replacement/modifications:
• Process Service Water (PSW) - yard• Primary Scum - yard and PSSDB basement• Primary Sludge - yard
HVAC units replaced at electrical roomsSolids Processing Building (SPB) basement drainage improvements
Tunnel Dewatering Pump Station & Enhanced Clarification Facility:Final paving, punch list
Solar Power Purchase Agreement:Solar panels at CMF Building, CMF Parking Lot and SPB
Site Visit
67
To begin shortly
PPE Required hard hat, safety vest, proper shoes
Questions or Comments?