Pre-Bid Conference & Site Visit Gravity Thickener Upgrades - - PowerPoint PPT Presentation

pre bid conference site visit gravity thickener upgrades
SMART_READER_LITE
LIVE PREVIEW

Pre-Bid Conference & Site Visit Gravity Thickener Upgrades - - PowerPoint PPT Presentation

Pre-Bid Conference & Site Visit Gravity Thickener Upgrades Phase II November 29, 2018 2pm IFB #130180 District of Columbia Water and Sewer Authority Blue Plains Advanced Wastewater Treatment Plant Meeting Agenda


slide-1
SLIDE 1

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

slide-2
SLIDE 2

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 Period Construction Documents and Design Information

  • Pre-Negotiated Sole Sourced Equipment (Exempt from MBE/WBE goals)
  • Permitting
  • Project Constraints

Work by Others Site Visit

2

Meeting Agenda

slide-3
SLIDE 3

3

DC Water T eam

Department Wastewater Engineering (DWE) Department of Engineering & Technical Services (DETS) Procurement Department Department of Occupational Safety & Health Department of Wastewater Treatment Department of Maintenance Services Security Department DWE Director: Diala Dandach DETS Manager Program Services: Paul Guttridge DWE Design PM: Rouben DerMinassian DWE Construction RE: Aaron Montgomery

slide-4
SLIDE 4

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 million 1,500 calendar days Date 11/11/18 (Sun) Date 01/09/19 (Wed) 5 days prior to bid date before holidays Date 12/14/18 (Fri) Date 01/04/18 (Fri)

slide-5
SLIDE 5

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)

slide-6
SLIDE 6

6

Bid Submission

Deliver bids to PROCUREMENT DEPARTMENT: Blue Plains COF Building until 2pm on bid opening date Bid Opening at this location –VISITORS CENTER Sealed envelope marked with project name, IFB #, bid opening date and time (Section 00 20 00 – Article 6.3) Bid Submittal Checklist: See next slide Bidder’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.

slide-7
SLIDE 7

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 SUBCONTRACT MBE 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 OUTREACH GOOD 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

slide-8
SLIDE 8

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

slide-9
SLIDE 9

9

Subcontracting Approval Request Form

slide-10
SLIDE 10

American Iron and Steel (AIS)

10

slide-11
SLIDE 11

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 and Innovation 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 rhonda.green@dcwater.com Kathleen Kharkar at 202-787-2519 Kathleen.kharkar@dcwater.com

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

slide-12
SLIDE 12

12

American Iron & Steel Certification Form

slide-13
SLIDE 13

Optional Bid Items

13

slide-14
SLIDE 14

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
slide-15
SLIDE 15

15

Optional Bid Items

slide-16
SLIDE 16

Insurance / ROCIP

16

slide-17
SLIDE 17

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

slide-18
SLIDE 18

18

ROCIP Form 1W

slide-19
SLIDE 19

Procurement & Contract Compliance MBE/WBE & Local Hiring

19

slide-20
SLIDE 20
  • Go to DC Water

website to register your company and receive notice of events https://www.dcwater.co m/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 Requirements

General Requirements

slide-21
SLIDE 21

03

INSURANCE

02

PERFORMANCE

01

WAGES

Davis Bacon Wages are applicable

  • Workers Paid

Weekly 1) Base Rate 2) Fringes

  • Weekly Submission
  • f 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 Requirements

General Requirements

slide-22
SLIDE 22

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

slide-23
SLIDE 23

SBA 8a Program SBA SDB Program A Certification Program that meets the EPA Standards Any State DOT DBE Program

EPA Recognized Certifications

slide-24
SLIDE 24

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

  • f Commerce

6.

If the prime contractor awards subcontracts, require the prime to use Steps 1 through 5

Mandatory Requirements

slide-25
SLIDE 25
  • 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

slide-26
SLIDE 26

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
slide-27
SLIDE 27

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

slide-28
SLIDE 28

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

slide-29
SLIDE 29
  • Jamal Jones, Compliance Officer, DC Water

202-787-2397 jamal.jones@dcwater.com

  • Audrey Vasquez, DC Water Works, DC Water

202-787-2740 Audrey.Vasquez@dcwater.com

  • Korey Gray, DC Water Compliance, DC Water

202-787-2074 Kgray@dcwater.com

  • Daniel Lamm,

Vendor Registration (Zycus), DC Water 202-787-2352 Daniel.lamm@dcwater.com

  • Rhonda Green, Grants Specialist, DC Water

202-787-2276 Rhonda.green@dcwater.com

  • Ken Pantuck, Sr. Environmental Specialist, EPA

215-814-5769 Pantuck.kenneth@epa.gov

Contact List

slide-30
SLIDE 30

Safety

30

slide-31
SLIDE 31

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!
slide-32
SLIDE 32

OSHA-Hierarchy of Controls

Safety

slide-33
SLIDE 33

Change work procedures or redesign your environment

33

Safety

ELIMINATE Move work to ground level.

PREVENT

Work in a guarded area, utilizing products such as handrails, safety gates, guardrails and rooftop railings.

slide-34
SLIDE 34

34

Change work procedures or redesign your environment

RESTRAIN Restrain worker by fitting them in a harness with 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. ARREST Utilize a professionally engineered fall arrest system—ideally one that is custom designed for your specific work environment. Proper fall arrest includes three key components: anchorage, body harness, and connecting device.

Safety

slide-35
SLIDE 35

Rigging Equipment and Training

Safety

slide-36
SLIDE 36

36

Safety

Cranes

When is the lift plan due? Preventive measures after load pick and set

slide-37
SLIDE 37

37

Safety

Cranes

slide-38
SLIDE 38

38

Safety

Cranes

slide-39
SLIDE 39

39

Safety

Cranes

slide-40
SLIDE 40

40

Safety

Reporting

slide-41
SLIDE 41

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.

slide-42
SLIDE 42

Communication During Bidding Period

42

slide-43
SLIDE 43

43

Communication During Bidding

DETS-Construction.Bid.Inquiry@dcwater.com

TIMELINES Bid due date: January 9, 2019 (Wed) Last DC Water addendum issue: Jan. 4th (Fri) Bid questions deadline: December14th (Fri) Bidder Questions

slide-44
SLIDE 44

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.

slide-45
SLIDE 45

Construction Documents and Design Information

45

slide-46
SLIDE 46

Project Site Location

slide-47
SLIDE 47

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

slide-48
SLIDE 48

48

Project Existing Photos

slide-49
SLIDE 49

49

Project Existing Photos

slide-50
SLIDE 50

50

Project Existing Photos

slide-51
SLIDE 51

51

Project Existing Photos

slide-52
SLIDE 52

52

Project Existing Photos

slide-53
SLIDE 53

53

Project Existing Photos

slide-54
SLIDE 54

54

Project Existing Photos

slide-55
SLIDE 55

55

Project Existing Photos

slide-56
SLIDE 56

56

Project Existing Photos

slide-57
SLIDE 57

57

Project Description – PSSDB

Cyclone Degritters Pinch Valves Cylindrical Bar Screens Degritter Feed Pumps

slide-58
SLIDE 58

58

Project Description – Gravity Thickeners

Ventilation Ductwork Aluminum Cover Stairs and Perimeter Walkway Mechanism and Center Walkway Sludge Pumps

slide-59
SLIDE 59

59

Project Description – Gravity Thickeners

Supply Ductwork Dome Supported Exhaust Ductwork Elevated Exhaust Ductwork Exhaust Fans

slide-60
SLIDE 60

60

Project Description – Gravity Thickeners

slide-61
SLIDE 61

61

Project Description – Solids Processing Bldg

Flow & Density Meters New Piping

slide-62
SLIDE 62

62

Pre-Negotiated Sole Sourced Equipment

Separate 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

slide-63
SLIDE 63

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
slide-64
SLIDE 64

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)

slide-65
SLIDE 65

Work by Others

65

slide-66
SLIDE 66

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 Plant Piping and valve replacement/modifications:

  • Process Service Water (PSW) - yard
  • Primary Scum - yard and PSSDB basement
  • Primary Sludge - yard

HVAC units replaced at electrical rooms Solids 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

slide-67
SLIDE 67

Site Visit

67

To begin shortly PPE Required hard hat, safety vest, proper shoes Questions or Comments?