Metal Ceiling (RFP)

REQUEST FOR PROPOSALS: METAL CEILING DESIGN-BUILD SERVICES PACKAGE

Webcor/Obayashi Joint Venture seeks responses to a Request for Proposals (RFP) from Trade Subcontractors interested in submitting a proposal for the TG08.6R1 – Metal Ceiling 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 Trade Subcontractors that have significant experience with design, furnish and installation of metal panel ceilings 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:

TG08.6R1 Metal Ceiling

Webcor/Obayashi Joint Venture re-issues this Request for Proposals (RFP) for the Metal Ceiling Package for the Transbay Transit Center Project from Trade Subcontractors with expertise in design, fabrication and installation of Metal Ceiling. The successful Proposer must demonstrate experience in its respective field as outlined within the RFP. The successful Proposer must also follow the instructions
in the RFP and submit all required forms with its Proposal.

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 the Exhibit A of the RFP. 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 Metal Ceiling Package (W-14) system for the Transbay Transit Center. The TJPA has established a procurement methodology for the Metal Ceiling 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 Metal Ceiling which is $15.8 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 Metal Ceiling. The award of construction of the Metal Ceiling 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 Metal Ceiling that meets specified performance requirements and design criteria/intent at a cost that is consistent with the TJPA’s budget for the Metal Ceiling.

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 Webinar for Proposers interested in submitting Proposals was held on Tuesday, January 20, 3015 at 2:00 p.m. Pacific Time. Questions and Answers from the Pre-Proposal Webinar are
available below and the presentation and sign-in sheets are available here: Pre-Proposal Webinar Presentation | Pre-Proposal Webinar Sign-in Sheets

Each Proposer shall submit sealed proposals to the Webcor/Obayashi Joint Venture, located at 175 Beale Street, San Francisco, CA 94105-1801 by 2:00 p.m. Pacific time on Tuesday, March 3, 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 Trade Package: TG08.6R1 Metal Ceiling Package contract work to the TJPA for its approval, the Trade Subcontractor will be asked to comply with all TJPA contract requirements. Trade Subcontractors will be required to meet a Small Business Enterprise (SBE) utilization goal. 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 10%. Trade Subcontractors will be required to sign a letter of assent to the Transbay Transit Center 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 – Northern California PlanWell, (415) 495-8700. Other proposal 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 12/16/14
NDA List of Designated Individuals 73KB .pdf Posted 12/6/14
How Bidders Access SSI 65KB .pdf Posted 12/6/14

Attached Files No. of Files: 8
Click titles below to download
Questions & Answers Set from Pre-Proposal Webinar Q & A 20 KB .pdf Posted 1/26/15
RFP TG08.6R1 Cover Letter 57 KB .pdf 2/24/15
RFP TG08.6R1 Exhibit A 7,614KB .pdf 2/24/15
Exhibits B – S, U & W 22,852 KB .pdf 2/24/15
RFP TG08.6R1 Long Form Subcontract 461 KB .pdf 2/24/15
Request for Proposals Manual (Rev. 19, dated January 13, 2015) 771KB .pdf 2/24/15
RFP TG08.6R1 Advertisement 10 KB .pdf 2/24/15
Plan Room List 166 KB .pdf 2/24/15
Package Timeline *
Proposal Package Issued Tuesday, February 24, 2015
Proposals Due Tuesday, March 3, 2015, 2:00 p.m.
Notification of Intention to Award Design-Build Contract by Wednesday, March 4, 2015
Protest Period Ends March 11, 2015, 5:00 p.m.
TJPA Board Vote to Approve Design-Build Contract Award Thursday, March 12, 2015 (March TJPA Board meeting)
Award Contract for Design-Build Services Friday, March 27, 2015
Design Process March 30 – May 27, 2015
Development and Negotiation of Final Construction Cost March 30 – May 27, 2015
Submit Final Design May 28, 2015
Submit Final Construction Cost May 28, 2015
TJPA Board Vote to Approve Change Order for Construction Thursday, June 11, 2015 (June TJPA Board meeting)
Issue Change Order for Construction June 29, 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.