Signage/Graphics/Directory Systems (RFP)

REQUEST FOR PROPOSALS: SIGNAGE / GRAPHICS / DIRECTORY SYSTEMS CONSTRUCTION SERVICES PACKAGE

Webcor/Obayashi Joint Venture seeks responses to a Request for Proposals (RFP) from Proposers interested in submitting a proposal for the TG17.1 Signage/Graphics/Directory Systems Design-Build Services trade package on the contract for the Transbay Transit Center (TTC) Project located in San Francisco, California.

Webcor/Obayashi Joint Venture seeks Proposer that have significant experience with signage, graphics, and directory systems 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 in the following trade:

TG17.1 Signage/Graphics/Directory Systems

Webcor/Obayashi Joint Venture issues this Request for Proposals (RFP) for the TG17.1 Signage/Graphics/Directory Systems Package for the Transbay Transit Center Project from firms (Trade Subcontractors) with expertise in design, fabrication and installation of Signage/Graphics/Directory Systems. The successful Proposer must demonstrate experience in its respective field as outlined within this RFP.

Based on its evaluation of the Proposals received in response to this RFP, Webcor/Obayashi Joint Venture intends to award to the Trade Subcontractor that receives the highest score in the selection process based on the Scope of Services described in Section 4 and the Evaluation Process set forth in Section 9 of Exhibit A. The selection of any Trade Subcontractor shall not imply Webcor/Obayashi Joint Venture’s acceptance of all terms of the Trade Subcontractor’s Proposal. Webcor/Obayashi Joint Venture shall have no obligation unless and until a final agreement is entered into by the parties following approval by the Transbay Joint Powers Authority (TJPA) Board of Directors (TJPA Board).

Webcor/Obayashi Joint Venture and the TJPA are seeking qualified firms to provide Design/Build services for the eventual construction, as Design/Builders, of the Signage/Graphics/Directory Systems Package for the Transbay Transit Center. The TJPA has established a procurement methodology for the Signage/Graphics/Directory Systems that will involve the award of design services to the Proposer offering the best value to the TJPA based on Technical Qualifications and Price. The price considered for the award of design services is based on a combination of (1) a lump sum for Design Services; (2) a Construction Fee; and (3) Construction Overhead costs. The Construction Fee and Construction Overhead costs are calculated based on percentages determined by the Proposer and multiplied by the estimated Construction Cost for the Signage/Graphics/Directory Systems which is $2.3 million. The award of design services is subject to approval by the TJPA Board.

Following design completion and development of Total Construction Cost, the Design/Builder may be awarded a change order for the fabrication and installation of the Signage/Graphics/Directory Systems. The award of construction of the Signage/Graphics/Directory Systems via change order is subject to approval by the TJPA Board.

The goal of this procurement methodology is to design, through a collaborative process, the Signage/Graphics/Directory Systems that meet specified performance requirements and design criteria/intent at a cost that is consistent with the TJPA’s budget for the Signage/Graphics/Directory Systems.

The Trade Subcontractor, when awarded a change order for construction, shall furnish all services (collectively called the “Work”) required to complete the Work in accordance with the Contract Documents and field direction. The Trade Subcontractor is recognized as a licensed professional Trade Subcontractor and is required to provide a complete scope of work, including any items not shown in the Contract Documents which are typically included in this scope of work.

A Pre-Proposal Meeting for Proposers interested in submitting Proposals was held on March 24, 2015 at 2:00 pm the Webcor/Obayashi Joint Venture Office at 175 Beale Street, San Francisco, California 94105. Attendance was optional, but highly encouraged. The presentation and sign-in sheets are available here: Pre-Proposal Conference Presentation | Pre-Proposal Conference Sign-in Sheets

Questions or clarifications regarding the RFP must be submitted in writing no later than 2:00 pm on March 31, 2015 to Webcor/Obayashi Joint Venture, 175 Beale Street, San Francisco, CA, 94105, via email to TransbayBidding_TG17.1@webcor-obayashi.com. No questions will be accepted after 2:00 p.m. on March 31, 2015. Answers will be posted on the TJPA website (http://transbaycenter.org/ > TJPA > Doing Business with the TJPA > Current Contract Opportunities > Signage/Graphics/Directory Systems).

Each Proposer shall submit sealed proposals to the Webcor/Obayashi Joint Venture office at 175 Beale Street, San Francisco, California 94105 by 2:00 pm Pacific time on Tuesday, April, 14, 2015. Responses to this RFP that are not received by the time and date specified, do not contain all the required information and completed forms, or do not meet all qualifications shall be deemed non-responsive and rejected without consideration.

Webcor/Obayashi Joint Venture reserves the right to contact Proposers after Proposal submission for the purpose of clarifying a Proposal. This contact may include written questions, interviews, site visits, and/or a review of past performance. Webcor/Obayashi Joint Venture will not consider information received from or through a Proposer if the information materially alters the content of the Proposal or the type of goods and/or services the Proposer is offering to Webcor/Obayashi Joint Venture. An individual authorized to legally bind the Proposer shall sign responses to any request for clarification. Responses shall be submitted to Webcor/Obayashi Joint Venture within the time specified in the Webcor/Obayashi Joint Venture’s request. Failure to comply with requests for additional information may result in rejection of the Proposal.

No proposal is accepted and no contract in excess of $400,000 is awarded by the TJPA until the TJPA Board of Directors approves the award. All contract awards are subject to certification by the TJPA Chief Financial Officer as to the availability of funds. If Webcor/Obayashi Joint Venture chooses to recommend any of the TG17.1 Signage/Graphics/Directory Systems Package contract work to the TJPA for its approval, the Proposer will be asked to comply with all TJPA contract requirements. The Proposer will be required to meet Small Business Enterprise (SBE) participation goals, and sign a letter of assent to the Transbay Transit Center Program Project Labor Agreement. Minimum wage rates for this Project must comply with the current General Prevailing Wage as determined by the State Department of Industrial Relations. Minimum wage rates other than those applicable to General Prevailing Wage must comply with San Francisco Administrative Code, Chapter 12P, Minimum Compensation Ordinance. The Specifications include liquidated damages. Contract will be on a Lump Sum basis. Progressive payments will be made. More detail on each of these items is included in the RFP documents.

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). 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.

Plans and Specifications that do not contain protected information may be purchased via ARC – PlanWell, (415) 495-8700 or viewed and downloaded here. Other package documents, including the Project Proposal 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 3/3/15
NDA List of Designated Individuals 73KB .xls Posted 3/3/15
How Bidders Access SSI 65KB .pdf Posted 3/3/15

Attached Files No. of Files: 14
Click titles below to download
Editable QPD Form 24KB .docx Posted 3/3/15
Questions & Answers from the Pre-proposal Conference 149KB .pdf Posted 3/30/15
Questions & Answers Set Set #2 79KB .pdf Posted 4/8/15
Questions & Answers Set Set #1 46KB .pdf Posted 3/20/15
Addendum #2 Cover Letter TG17.1 (Documents noted below as Addendum #2 are updated in this Addendum; revised plans/specs available from ARC-Northern California PlanWell) 214KB .pdf Posted 4/9/15
Addendum #1 Cover Letter TG17.1 (Documents noted below as Addendum #1 are updated in this Addendum; revised plans/specs available from ARC-Northern California PlanWell) 98KB .pdf Posted 3/18/15
RFP TG17.1 Cover Letter 42 KB .pdf 3/3/15
RFP TG17.1 Exhibit A (Addendum #2, Rev. B) 7,552KB .pdf 4/9/15
Exhibits B – S, U & W 22,228 KB .pdf 3/3/15
Exhibit M (Addendum #2, dated 4-7-15) 8,829 KB .pdf 4/9/15
RFP TG17.1 Long Form Subcontract 184 KB .pdf 3/3/15
Request for Proposals Manual (Addendum #1; Rev. 20, dated March 18, 2015) 843KB .pdf 3/18/15
RFP TG17.1 Advertisement 79 KB .pdf 3/3/15
Plan Room List 165 KB .pdf 3/3/15
Package Timeline *
Proposal Package Issued Tuesday, March 3, 2015
Pre-Proposal Meeting Tuesday, March 24, 2015; 2:00 p.m.
Questions on Proposal Documents Due Tuesday, March 31, 2015; 2:00 p.m.
Pre-bid Request for Substitutions Due Tuesday, March 31, 2015; 2:00 p.m.
Proposals Due Tuesday, April 14, 2015; 2:00 p.m.
Proposers Notified of Interviews Thursday, April 16, 2015
Interviews (if necessary) Tuesday, April 21, 2015
Notification of Intention to Award Contract by Thursday, April 23, 2015
Protest Period Ends April 30, 2015; 5:00 p.m.
TJPA Board Vote to Approve Contract Award Thursday, June 11, 2015 (June TJPA Board meeting)
Award Contract for Design-Build Services June 25, 2015
Design Process June 25 – August 20, 2015
Development and Negotiation of Final Construction Cost June 25 – August 20, 2015
Submit Final Design August 24, 2015
Submit Final Construction Cost August 24, 2015
TJPA Board Vote to Approve Change Order for Construction Thursday, September 10, 2015 (September TJPA Board meeting)
Issue Change Order for Construction October 1, 2015

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, question and answers on Proposals, and RFI Cover Letters; contractors are responsible to check the website before submitting their Proposals to ensure receipt of all documents, and to ensure their proposals respond to any such documents.