Concrete Masonry Units – CANCELLED

The Invitation For Bid (IFB) for the Transbay Transit Center TG07.4 – Concrete Masonry Units (CMU) Trade Package has been cancelled. The scope of the TG07.4 – Concrete Masonry Units (CMU) Trade Package will be incorporated into TG16.0 – Interiors/Finished Trade Package. The TG16.0 – Interiors/Finishes Request for Qualifications (RFQ) is scheduled to be issued on January 14, 2015.

Bid Type: Construction
Bid Number: TG07.4
Bid Title: Concrete Masonry Units
Bid Due Date: Wednesday, February 18, 2015
Time Due: 2:00 p.m.
Estimated Value: $7.5 million
SBE Utilization Goal: 20%

Description:
Webcor/Obayashi Joint Venture seeks responses to a Request for Qualifications (RFQ) and concurrent Invitation for Bids (IFB) from Trade Subcontractors interested in bidding the TG07.4 Concrete Masonry Units Construction Services on the contract for the Transbay Transit Center (TTC) Project located in San Francisco, California. Bidders that have already pre-qualified do not need to respond to the RFQ.

Webcor/Obayashi Joint Venture seeks Trade Subcontractors that have significant experience with furnishing and installing concrete masonry units, miscellaneous metals to brace own work, associated membranes, and, other related accessories on complex projects which require significant coordination with adjacent properties and traffic relocation located in an urban environment; including the engineering, coordination, procurement and complete installation of their respective systems.

Bid Plans, Specifications, and reference documents for the Project may contain protected information pertaining to sensitive, financial, commercial, or proprietary business information and/or the security of the Project. Such protected information is classified as Confidential Information, Sensitive Security Information (SSI) or Protected Critical Infrastructure Information (PCII).

Bid Plans, Specifications, and reference documents containing protected information will be made available to Bidders on the TJPA’s secure website after they have signed and returned a completed Non-Disclosure Agreement (NDA) to the Transbay Joint Powers Authority (TJPA). In addition to submitting signed NDAs for each individual requesting access to protected information, each bidding firm must submit to the TJPA a list of all Designated Individuals in its organization who require access to protected information. Refer to the NDA Instructions, linked below, for detailed information and instructions.

Bid Plans and Specifications that do not contain protected information may be purchased via ARC – Northern California PlanWell, (415) 495-8700. Other package documents, including the Project Bidding Manual, are posted below.

Use the following links to download the NDA Instructions, the NDA form, and the NDA attachment; an Excel template for the NDA Designated Individuals list; and a diagram showing how Bidders access SSI. Use the “upload” button below to submit signed NDAs and the completed NDA Designated Individuals list.

NDA Downloads No. of Files: 3
Click titles below to download
NDA Instructions, NDA Form, NDA Attachment Form 134KB .pdf Posted 9/22/14
NDA List of Designated Individuals 73KB .xls Posted 9/22/14
How Bidders Access SSI 65KB .pdf Posted 9/22/14

A Pre-bid Conference for Trade Subcontractors interested in submitting bids will be held on Thursday, September 25, 2014, at 2:00 p.m., at Webcor/Obayashi Joint Venture’s project office at 175 Beale Street, San Francisco, CA 94105. Attendance at the pre-bid conference is optional but highly encouraged.

Bidders must be qualified to bid this package. Currently the qualified bidders are:

  • Bratton Masonry, Inc.
  • E & S Masonry Corporation
  • John Jackson Masonry
  • L. Johnson Construction, Inc.
  • The Henson Company, Inc.
  • Winegardner Masonry, Inc.

Pre-Qualified Bidders Contact List for TG07.4 (as of August 1, 2014)

If a Bidder is not pre-qualified, the Bidder shall submit one (1) original, four (4) copies, and one electronic copy on CD, in sealed envelopes addressed to: Webcor/Obayashi Joint Venture at 175 Beale Street, San Francisco, CA 94105 by 2:00 pm Pacific Time on Thursday, October 9, 2014. Second-tier subcontractors do not need to respond to the RFQ. Trade Subcontractors will be notified of their qualification status by Tuesday, October 21, 2014. Bids submitted by non-qualified Bidders will not be accepted or opened. Non-qualified Bidders assume all risk and costs associated with submitting a bid if they are deemed not qualified. Qualification application documents are posted below.

Trade Subcontractors will be required to have second-tier subcontractors in order to meet the Small Business Enterprise (SBE) participation goals. Second-tier subcontractors do not need to respond to this RFQ, regardless of SBE status. An SBE is defined in the Transbay Joint Powers Authority (TJPA) Board Policy No. 15, Small Business Enterprise Program. The SBE utilization goal on this contract is 20%.

Trade Subcontractors are required to comply with all TJPA contract requirements, including signing a letter of assent to the Transbay Transit Center Project Labor Agreement (PLA) and certifying compliance with federal Buy America regulations. See Project Labor Agreement Web Page for PLA and Small and Disadvantaged Business Enterprise Frequently Asked Questions.

Each Trade Subcontractor shall submit sealed bids to the TJPA offices at 201 Mission Street, Suite 2100, San Francisco, California 94105 by 2:00 pm Pacific Time on Wednesday, February 18, 2015.

Attached Files No. of Files: 15
Click titles below to download
Editable QBD Form 18KB .docx Posted 9/4/14
Preconstruction RFI’s Update (Dated November 4, 2014) 257KB .pdf Updated 12/2/14
Questions & Answers Set Set #1 14KB .pdf Posted 10/13/14
Addendum #3 Cover Letter TG07.4 (IFB has been CANCELLED) 92KB .pdf Posted 1/14/15
Addendum #2 Cover Letter TG07.4 (Documents noted below as Addendum #2 are updated in this Addendum; revised plans/specs available from ARC-Northern California PlanWell) 97KB .pdf Posted 10/16/14
Addendum #1 Cover Letter TG07.4 (Documents noted below as Addendum #1 are updated in this Addendum; revised plans/specs available from ARC-Northern California PlanWell) 98KB .pdf Posted 9/24/14
Invitation For Bid Cover Letter TG07.4 185KB .pdf Posted 9/4/14
Project Bidding Manual (Rev. 26, Dated August 12, 2014) 771KB .pdf Posted 9/4/14
Exhibit A TG07.4 (Addendum 2; Rev. B) 11,623KB .pdf Posted 10/16/14
Long Form Subcontract TG07.4 461KB .pdf Posted 9/4/14
Exhibits B through S, U and W 20,353KB .pdf Posted 9/4/14
Plan Room List (as of September 4, 2014) 166KB .pdf Posted 9/4/14
Advertisement TG07.4 81KB .pdf Posted 9/4/14
QUALIFICATION DOCUMENTS
Request for Qualifications (RFQ) TG07.4: Concrete Masonry Units 458 KB .pdf 6/20/14
RFQ Questions & Answers Set #1 TG7.4 14KB .pdf Posted 7/14/14
TG07.4: Concrete Masonry Units Advertisement 12 KB .pdf 6/20/14
Key IFB Dates
Bid Package Issued Thursday, September 4, 2014
Pre-Bid Conference Thursday, September 25, 2014
Qualifications Due (for non-prequalified) Thursday, October 9, 2014, 2:00 p.m.
Notification of Qualification (for non-prequalified) Tuesday, October 21, 2014
Questions/Clarifications (QBD) Due Wednesday, January 28, 2015, 2:00 p.m.
Pre-bid Request for Substitution Due Wednesday, January 28, 2015, 2:00 p.m.
Value Engineering (VE) Proposals Due Wednesday, February 4, 2015, 2:00 p.m.
VE Proposals Review February 5 – 18, 2015
Bid Packages Due Wednesday, February 18, 2015, 2:00 p.m.
Public Bid Opening Wednesday, February 18, 2015, 2:00 p.m.
Protest Period February 18, 2015, 2:00 p.m. – February 25, 2015, 2:00 p.m.
Notification of Intention to Award Contract March 2015
TJPA Board Vote to Approve Contract Award Thursday, March 12, 2015 (March TJPA Board Meeting)

For notification of updates, contractors are encouraged to register on the TJPA’s website. However, all contractors are solely responsible for ensuring the receipt of any and all addenda, questions on bid documents, applicable pre-construction RFIs and should therefore check the website before submitting their Qualifications and Bids to ensure receipt of all listed documents, and to ensure their qualifications and bids respond to any such documents.