2.5        Special Design and Procurement Procedures

2.5.1            Comprehensive Paving and Comprehensive Interior/Exterior Modifications Contract Design Procedure

Comprehensive Paving Contracts (Comp Paving) and Comprehensive Interior/Exterior Modifications Contracts (Vertical Comp) at BWI Marshall and Martin State (MTN) Airports are on-call construction contracts for which MDOT MAA makes multiple awards under one contract. Each successful bidder is issued the Technical Provisions for the overall Contract which include General Information, Technical Specifications (Comp Paving only), Wage Rates, and Bid Forms. After award, competitive bids are solicited from the selected contractors as “Tasks” are advertised.

 

Comp Paving tasks involve airside and landside paving projects and typically do not include terminal/building work. Tasks under a Comp Paving contract range from small to large, usually involving paving, pavement patching, crack sealing, pavement marking, structure adjustments, sign installation, and other construction flatwork.

 

Vertical Comp projects are for work on buildings, utilities, and other airport facilities and typically do not include flatwork such as paving. Tasks under a Vertical Comp contract usually involve construction and/or repair services including electrical, mechanical, architectural, demolition, roofing, painting and finishes.

 

Designs of Comp Paving and Vertical Comp tasks shall comply with all applicable sections of this Manual. The following sections describe the design procedure for a Task to be bid under Comp Paving and Vertical Comp Contracts at BWI Marshall and MTN. Text which does not specify either Comp Paving or Vertical Comp is applicable to both.

 

2.5.1.1          Technical Provisions

Procurement templates have been developed for Comp Paving and Vertical Comp Tasks and shall be used to create the Technical Provisions specific to each Task. The information to be provided in the template is discussed below. The populated template shall be bound in one (1) complete volume. The templates are available for download on AIRPortal, or click the following links to download the templates directly:

Comp Paving_Tech Specs and Bid Forms

Comp Interior-Exterior_Tech Specs and Bid Forms

 

A.     Part I – General Information

Consultants shall develop the General Information in the format provided in the template and submit this at each submittal phase. Refer to PEGS V2, Chapter 3 Deliverables.

 

General Information shall be a narrative of the Task, summarizing major items for contractor consideration and awareness for bid. The items shall include at minimum:

1.      Contract Summary – table with information fields to be filled in by Consultant

2.      Referenced Documents – for Comp Paving tasks, reference overall contract technical specifications

3.      Description of project

4.      Special Construction Requirements – include information such as Project Duration, Liquidated Damages, Phasing Requirements (if applicable), Security Requirements (if applicable)

5.      List of Drawings

The information included in the Special Construction Requirements is not limited to the items listed above. The Consultant shall determine if there are other specific items that should be brought to the contractor’s attention and include them with the narrative.

 

B.     Part II – Technical Specifications

1.      Comp Paving

Each Contractor awarded a Comp Paving contract is issued the Technical Specifications that apply to all Tasks, airside and/or landside, constructed under the contract. The technical specifications are also available on AIRPortal, or click the following link to download the specifications directly:

Comp Paving Tech Specs and Bid Forms

 

Additional supplemental specifications may be required and should be issued with each individual Task as described below.

 

Consultants shall review and evaluate the Comp Paving Technical Specifications to determine if the Task being designed requires language/specifications above and beyond those given. If a Comp Paving Technical Specification is determined to be applicable but needs supplemental information, the Consultant may include this information as additional notes on the Task drawings. If additional technical specifications are deemed necessary for the Task, the Consultant shall develop the appropriate specifications and submit them to MDOT MAA in Part II of the Technical Provisions.

 

In general, the Comp Paving technical specifications are more suitable for landside tasks than for airside tasks. Each specification shall be reviewed by the Consultant to ensure compatibility with each task. Several airside specifications have been included in the contract; however, additional specifications may be required.

 

In the event that additional specifications are required, Consultants shall note that MDOT MAA has developed certain Standard Specifications which are included in PEGS V1, Appendix 1G Standard Specifications, PEGS V2, Appendix 2D Standard Specifications, PEGS V4, Appendix 4B MAA Standard Procedures, PEGS V6, Appendix 6B Standard Specifications, and PEGS V7, Appendix 7B MAA Standard Procedures. These specifications shall be used if applicable when additional specifications are needed for the Task. Refer to PEGS V2, Chapter 3.6 Construction Specifications.

 

If the Comp Paving Specifications are deemed adequate and no supplementary specifications are required, the Design shall not in Part II “Not Applicable.”

 

2.      Vertical Comp

There are no Technical Specifications issued to Contractors that apply to all Vertical Comp Tasks. Each individual Task shall have the appropriate specifications developed, tailored to the Task’s specific scope of work.

 

In addition to the applicable technical specifications tailored to the scope of work, Consultants shall also include MDOT MAA Standard Specification items for each Task where relevant. See PEGS V1, Appendix 1G Standard Specifications, PEGS V2, Appendix 2D Standard Specifications, PEGS V4, Appendix 4B MAA Standard Procedures, PEGS V6, Appendix 6B Standard Specifications, and PEGS V7, Appendix 7B MAA Standard Procedures.

 

Consultant shall prepare remaining Technical Specifications following the most current listing of sections included in Construction Specifications Institute (CSI) MasterFormat Division Numbers (6-digits) and Titles, and Section Format organization. Note that MasterFormat 95 and Section numbering (5-digits) is not acceptable.

 

3.      Method of Measurement and Basis of Payment

Technical Specifications shall be developed in accordance with PEGS V2, Chapter 3.6 Construction Specifications, and shall include sections for Method of Measurement and Basis of Payment sections.

 

The Comp Paving Technical Specifications do not include sections for Method of Measurement or Basis of Payment. Consultants shall include additional notes on the Task drawings to indicate if work and/or materials are incidental to a specific Item. This shall be a requirement for all pay items, regardless of whether they are from the Comp Paving Technical Specifications or from supplemental specifications prepared by the Consultant.

 

C.      Part III – Wage Rates

Wage rates are provided in the Technical Provisions issued to the Contractor upon award of a Comp Paving or Vertical Comp contract. The wage rats do not need to be provided again if the Task specific Technical Provisions.

 

D.     Part IV – Bid Forms

Bid Forms are provided in the overall Technical Provisions of both contracts and do not need to be provided again for each Task.

 

However, a Bid Tabulation form is required for each Task. Consultants shall develop the Bid Tabulation form with which the contractors will use to submit Unit or Lump Sum prices to MDOT MAA. Consultants shall determine each item of work and the quantity of each item necessary to complete the Task.

 

A blank Bid Tabulation Form in Microsoft Word format for Comp Paving and for Vertical Comp is provided in the template found on AIRPortal, or click the following link to download the form directly:

Comp Paving_Tech Specs and Bid Forms

Comp Interior-Exterior_Tech Specs and Bid Forms

 

 Rows can be added or deleted for items depending on the complexity of the work.

 

2.5.1.2          Construction Contract and Task Number

All Tasks shall be identified by the Comp Paving or Vertical Comp contract number, in the format MAA-CO-XX-XXX, as well as its unique Task number, on the drawings and in the template for the Technical Provisions in the designated spaces. Consultants shall obtain the Task numbers from the MDOT MAA Task Manager during the 100% design stage at the latest, prior to submitting 100% documents.

 

2.5.1.3          MBE Goal Establishment

MBE goals shall be obtained by the Consultant for all Comp Paving and Vertical Comp tasks issued under the 2016 and future on-call construction contracts. MBE goals will be determined on an individual task basis.

 

The Consultant shall contact the Compliance Officer, Office of Fair Practice, at the time of the 100% design submission, to initiate the process.

 

The following items shall be provided by the Consultant, as part of the 100% design submission, to the Compliance Officer, Office of Fair Practice:

A.     Part I – General Information Section.

B.     Scope of Work and purpose of the task.

C.      Engineer’s Estimate.

D.     Subcontractable items.

E.      Contractor Self-Performance Goal.

F.      A description of the work that will be the responsibility of the prime contractor.

 

If a task is deemed to be an “emergency” task by MDOT MAA, the Consultant shall contact Lisa Grant as soon as possible and indicate that said task is an “emergency” task.

 

Once the MBE goals have been established by the Office of Fair Practice, the Consultant shall include the MBE goals in Part I – General Information Section of the Technical Provisions.

 

2.5.1.4          Task Durations and Submittal Review

Task durations shall be established during design and documented in the contract documents. In instances when duration is less than 30 days, the Consultant shall be aware that the product submittal review period as defined in the Standard Provisions GP-8.06 is reduced from 21 calendar days to 10 calendar days. For projects requiring materials with a lengthy procurement time, utility relocations, a large number of product submittals or other similar situations, Consultant shall consider specifying a “Phase 0” to account for the duration of these activities prior to the start of construction in the field.

 

2.5.1.5          Liquidated Damages

The amount of liquidated damages shall be evaluated for each task to be completed under a Comp Paving or Vertical Comp contract. The Consultant shall state the liquidated damages amount(s) in Part I – General Information section of the Technical Provisions for Comp Paving or Technical Provisions for Vertical Comp (see Section 2.5.1.1 Technical Provisions to download). Consultants shall note whether liquidated damages are being assessed per phase, for the overall project duration, or both.

 

2.5.1.6          Deliverables

Consultants shall deliver each design submittal to the MDOT MAA Task Manager. Pre-bid submittals such as 60%, 100%, etc. will be distributed by the MDOT MAA Task Manager to the Fire Marshal, Construction Manager, and other MDOT MAA stakeholders for review. Bid documents are also delivered to the MDOT MAA Task Manager for their review and delivery to the MDOT MAA Manager, Construction Section.

 

The following items shall be submitted to the MDOT MAA Task Manager at each submittal level:

1.      Task Drawings

2.      Engineer’s Estimate of Construction Costs

3.      Technical Provisions

4.      Engineer’s Design Report, if required

 

The number of hard copies and CDs to be distributed for review shall be coordinated with and determined by the MDOT MAA Task Manager prior to the first design submission. This count shall be maintained for the remaining pre-bid design submissions (i.e., 60%, 100%, etc.) unless otherwise directed by the MDOT MAA Task Manager.

 

CDs shall be formatted in accordance with the design standard for electronic document preparation; however, folders 01_Instructions to Bidders and 02_Standard Provisions need not be included on the CD. Utilize the Comp Paving or Vertical Comp procurement template for the 03_Technical Provisions folder.

 

The number of hard copies and CDs to be submitted for Bid solicitation shall vary for each contract depending on the number of contractors bidding. Confirm the number of hard copies and CDs with the MDOT MAA Task Manager prior to bid submission.

 

CDs for Bid solicitation shall contain PDFs of the drawings, Technical Provisions, and Certified Engineer’s Estimate. PDFs of the Bid Documents shall display all applicable signatures required in PEGS V2, Chapter 3.4 Drawing Requirements.

 

2.5.1.7          Pre-Bid Meetings

The Construction Manager will schedule Pre-Bid meetings for each Task. Consultants shall attend the Pre-Bid meetings unless instructed otherwise by the MDOT MAA Task Manager.

 

2.5.1.8          Conformed Documents

At the direction of the MDOT MAA Task Manager, Consultants shall provide Conformed Documents for Comp Paving/Vertical Comp Tasks in accordance with Section 2.2.5.4 Conformed Construction Documents, and in accordance with the design standard for electronic document preparation. Conformed documents shall be submitted to the MDOT MAA Document Manager in accordance with Section 2.2.5.4 Conformed Construction Documents.

 

2.5.1.9          Record Documents

Consultants shall provide Record Documents for all Tasks to the MDOT MAA Document Manager in accordance with Section 2.4 Phase IV Record Drawings Project Close Out.

 

2.5.2            Construction Manager at Risk (CMAR) Contract Design Procedures

Construction Manager at Risk (CMAR) is a project delivery method in which the CMAR commits to delivering a project within a Guaranteed Maximum Price (GMP) which is based on the construction documents and specifications at the time of the GMP plus any reasonably inferred items. This standard is intended for use on vertical building projects only and shall only be used on projects that are over $10,000,000 in construction cost (COMAR 21.05.10.02). All procedures contained herein shall follow COMAR 21.05.10, Construction Management at Risk.

 

The CMAR shall be procured by a Competitive Sealed Proposals procedure (COMAR 21.05.10.03) which considers qualifications and pre-construction services fee to determine the best value to the State of Maryland. The CMAR project delivery method is most beneficial when the CMAR is procured early in the Design Phase of a project. Unlike a General Contractor, the CMAR provides professional services during both the design phase (Pre-Construction Services) and the construction phase (Construction Services).

 

Designs produced by the A/E of Record (Consultant) under the CMAR project delivery method shall comply with all sections of this Manual, unless otherwise noted. The following sections describe modifications to the design procedure to be followed by the Consultant for the CMAR project delivery method and anticipated Pre-construction and Construction services to be provided by the CMAR for reference.

 

2.5.2.1          Phase II Design

While the Design submittals are similar, there are several key differences from PEGS V2, Chapter 2.2 Phase II Design regarding the Consultant’s effort during a CMAR project delivery. The Consultant will have to remain flexible during Phase II Design while the CMAR performs Pre-construction Services specified in PEGS V2, Chapter 2.5.2.5 Pre-construction Services Provided by the CMAR. It is anticipated this will be an iterative process – it will not utilize the typical review process described in PEGS V2, Chapter 1.2 Design Reviews – the Consultant will address comments as the design progresses, in addition to each Submittal. The goal of Phase II Design is to produce Issued for Construction (IFC) documents that incorporate feedback received from the Stakeholders, the CMAR, and the agreed upon CMAR GMP defined contract scope.

 

A.     Design Development (30% Review) Submittal

It is advantageous to procure the CMAR and have them to be actively engaged no later than the end of the Design Development Submittal. All provisions of PEGS V2, Chapter 2.2.1 Design Development (30% Review) Submittal apply to the CMAR project delivery.

 

B.     Construction Documents (60% Review) Submittal

All provisions of PEGS V2, Chapter 2.2.2 Construction Documents (60% Review) Submittal apply to the CMAR project delivery with one notable exception – the CMAR will utilize the 60% documents to begin construction procurement activities. As such, in addition to providing traditional 60% level of completion drawings, the Consultant shall provide a full set of draft specifications as part of this Submittal – a specification outline is not acceptable. While the term “60% Review” is noted in this section, the actual submittal completion may be between 50% and 90% depending on project conditions. (Note that, per COMAR 21.05.10.04, 50% construction documents are the minimum completion level that the CMAR can utilize for procurement purposes). Actual “60% Review” level of completion will be directed by MDOT MAA prior to commencement of design.

 

C.      Construction Documents (100% Review) Submittal

All provisions of PEGS V2, Chapter 2.2.3 Construction Documents (100% Review) Submittal apply to the CMAR project delivery. In addition, concurrent with the Consultant’s progression of the documents from 60% to 100%, the CMAR will package the 60% documents into trade packages, solicit bids for each trade package, conduct scope review meetings, etc. to determine the best value to the State of Maryland for each trade package. During this procurement, the bidders will be given an opportunity to ask questions and request clarifications. These questions and clarifications will be compiled by the CMAR and submitted to the Consultant as Requests for Information (RFI). The Consultant shall participate in meetings as required to resolve RFI responses and will be required to expeditiously respond to all RFI. All required drawing and/or specification changes during the RFI process shall be issued to the CMAR as Addenda. In addition, Consultant participation in scope review meetings may also be necessary if requested by the CMAR. The Consultant shall perform these services as requested by MAA concurrent with the progression of the construction documents.

 

D.     Bid Documents

Since the procurement phase of the project is coincidental with the progression of the construction documents from 60% to 100%, a separate Bid Documents Submittal as described in PEGS V2, Chapter 2.2.4 Bid Documents is not required in a CMAR project delivery.

 

E.      Procurement

Since the procurement phase of the project is coincidental with the progression of the construction documents from 60% to 100% and since the CMAR is responsible for development and procurement of trade packaged, full procurement services as described in PEGS V2, Chapter 2.2.5 Procurement are generally not required in a CMAR project delivery. However, there are several exceptions where Procurement services provided by the Consultant will be required. These services are discussed in other subsections of these CMAR Design Procedures.

 

F.      Conformed Construction Documents

When utilizing the CMAR project delivery, Conformed Construction Documents are referred to as “Issued for Construction (IFC).” These documents are prepared after Construction Documents (100% Submittal) Review and incorporate all valid comments from review of the 100% Submittal and all questions and addenda from the procurement. All other requirements of PEGS V2, Chapter 2.2.5.4 Conformed Construction Documents remain in effect.

 

2.5.2.2          Phase III Construction Administration

 

All provisions of Volume 2, Section 2.3 apply to the CMAR projectdelivery.

 

2.5.2.3          Phase IV Record Drawings & Project Close-Out

In a CMAR project delivery, the CMAR will record all deviations from the IFC documents, RFI responses, Field Revisions, etc. in the documents. At the completion of the work, the CMAR will submit the “as-built” BIM Model to the Consultant. The Consultant shall perform a Quality Assurance review and validation of known deviations of the BIM Model and provide comments to the CMAR. The CMAR will prepare the final Record BIM Model/Drawings and submit to MDOT MAA according to the provisions in PEGS V1, Chapter 5 Building Information Modeling (BIM) Standards and Section 2.4 Phase IV Record Drawings & Project Close Out.

 

Projects impacting MAA’s GIS data according to PEGS V1, Chapter 4.6 GIS Data Compliance Requirements must coordinate with MDOT MAA’s GIS and Engineering Technology Section (GETS). The CMAR will be responsible for updating MDOT MAA’s GIS data to reflect record conditions.

 

2.5.2.4          Use of Building Information Modeling (BIM) Software

The Consultant shall utilize BIM Software for the development of all design elements. At each submittal, the Consultant shall provide the BIM Model to the CMAR. The Consultant shall be responsible for the BIM Model through the IFC Submittal. When the IFC Submittal is complete, the Consultant shall transfer responsibility for the BIM Model to the CMAR for the remainder of the project. The BIM Model is to be considered a collaborative tool throughout the design/construction CMAR process and is the property of MDOT MAA.

 

Refer to PEGS V1, Chapter 5 Building Information Modeling (BIM) Standards.

 

2.5.2.5          Pre-construction Services Provided by the CMAR

In addition to the development of the GMP, the CMAR typically provides the following services during the Design Phase of a project.

 

A.     Project Administration

The CMAR will establish a presence in the Program Management Office and will become an integral part of the overall project Team. The CMAR will develop construction phase project procedures specific to the Project. They will attend all meetings and presentations during the design phase of the project. They will develop a tracking spreadsheet for all changes to the design proposed by the CMAR. Partnering is an important part of successful projects. For any project that meets the minimum requirements for Partnering set forth by MDOT MAA per PEGS V2, Section 1.5 Partnering Requirements During Construction, the CMAR will participate in and administer the Partnering sessions. Typically, formal partnering will start at the beginning of the construction phase; however, in CMAR project delivery, formal partnering will commence at the beginning of the design phase.

 

B.     Site Survey and Utility Investigations

An advantage of CMAR project delivery is that the CMAR will participate in and witness investigations of existing conditions. The initial site survey shall be performed by the Consultant and reviewed for completeness by the CMAR. Any future site surveys during the Construction Phase will be the responsibility of the CMAR. The CMAR will witness, review, and evaluate all subsurface utility exploration (SUE) performed by the Consultant. The Consultant shall work closely with the CMAR to identify areas where selective demolition may be required (or beneficial) to verify existing building or field conditions. Any agreed upon selective demolition will be the responsibility of the CMAR. SUE work may require an update to MDOT MAA’s GIS data. Coordinate with the MDOT MAA Project Manager and GETS to identify the requirements of the SUE project, per PEGS V1, Chapter 1.5 Subsurface Utility Engineering SUE Data Requirements for AIRPortal.

 

C.      Value Engineering

At Submittals as specified by MDOT MAA, the CMAR shall perform Value Engineering Studies. The Consultant shall participate in all activities related to the Value Engineering Studies. It is anticipated that the CMAR will hold multiple brainstorming sessions to develop value engineering concepts for consideration. The CMAR will produce a written report detailing the concepts proposed, including cost savings and a pro/con evaluation of each concept. The Consultant shall participate in the reconciliation of these concepts and provide a recommendation to MDOT MAA regarding which elements should be incorporated into the Design.

 

D.     Schedule

The CMAR shall work with the Consultant to develop an overall program schedule.

 

E.      Constructability Review

The CMAR will review the drawings and specifications, starting with the 30% Submittal, for any constructability issues. The CMAR will develop a list of items which appear ambiguous, confusing, conflicting, or erroneous. The Consultant shall work with the CMAR to address these items and incorporate into the Design as required.

 

F.      Construction Cost Estimates

The CMAR and the Consultant will each develop an independent construction cost estimate that will be updated at each Submittal. The detailed construction cost estimate shall be submitted no later than two weeks after the Submittal date. Both parties will work together to develop a format that is agreeable to both parties for ease of MDOT MAA review and use in obtaining Maryland State procurement approvals. MDOT MAA Standard Provisions for Construction Contracts, Volume 3 – Special Provisions for Construction Manager at Risk Contracts dated June 2018 require a CMAR Contingency and Owner Contingency be included in construction cost estimates. The Consultant shall include these contingencies in the designer-provided cost estimate. After development and updates of the estimates, the CMAR and Consultant shall meet as required to reconcile differences in the construction cost estimate.

 

G.     BIM Clash Detection and Quality Assurance

Throughout design and construction process, the CMAR and the Consultant will work closely to identify and resolve conflicts, clashes, discrepancies, or non-conformance to the MDOT MAA BIM Standards.

 

H.     Commissioning Authority

A Commissioning Authority may be required as part of the CMAR Pre-Construction Services or included in procurement of trade packages as a separate package. As the Commissioning scope may vary, reference the scope in the Request for Proposal for a specific project for all requirements. It is not the intent for the Consultant to act as the Commissioning Authority.