Exterior Awning (RFP)

REQUEST FOR PROPOSALS: EXTERIOR AWNING CONSTRUCTION SERVICES PACKAGE

Webcor/Obayashi Joint Venture seeks responses to a Request for Proposals (RFP) from Trade Subcontractors interested in submitting a proposal for TG08.2R – Exterior Awning Construction Services trade package on the current 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 perforated, prefinished aluminum panel clad assembly on complex projects which present significant coordination with other trade subcontractors; including the engineering, coordination, procurement and complete installation of their respective systems in the following trade:

TG08.2R Exterior Awning

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 Exterior Awning (W-1) system for the Transbay Transit Center. The TJPA has established a procurement methodology for the W-1 system 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 Costs for the W-1 system which are $30 million.

The goal of this procurement methodology is to design, through a collaborative process, a W-1 system that meets specified performance requirements and design criteria/intent at a cost that is consistent with the TJPA’s budget for the W-1 system.

Interested parties shall submit proposals containing the following:

(1) A Technical Qualifications Proposal, including the proposer’s project experience, past performance (references), staffing plan (key management personnel and organizational structure), and satisfaction of essential requirements (i.e., financial capacity, and safety record, etc.).

(2) A Price Proposal comprised of a fixed percentage for the Construction Fee (covering profit and home office overhead), a fixed percentage for Construction Overhead costs (covering staff, trailer, insurance, etc.), and a fixed lump sum dollar amount for design services.

Proposals for the W-1 system will be evaluated and selected based on the Proposer’s Technical Qualifications Proposal and Price Proposal, as described in the RFP. The contract award will be made to the Proposer offering the best value to the TJPA on the basis of the evaluation and scoring of the Technical Qualifications Proposal and the Price Proposal. The weight and/or order of importance of each of the Technical Qualifications factors, as well as the respective weights of the Technical Qualifications and Price, are set forth in the RFP. The Price Proposal amount will be the sum of (1) the fixed lump sum dollar amount for design services; (2) the Construction Fee percentage multiplied by the estimated Construction Costs; and (3) the Construction Overhead percentage multiplied by the estimated Construction Cost.

A Pre-Proposal Conference for Trade Subcontractors interested in submitting proposals was held on Thursday, August 14, 2014, at 2:00 pm, at Webcor/Obayashi Joint Venture’s project office at 175 Beale Street, San Francisco, CA 94105. Attendance at the pre-proposal conference was optional but highly encouraged.
Pre-Proposal Conference Presentation | Pre-Proposal Conference 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, September 30, 2014. No proposal will be accepted after 2:00 p.m. on the Proposal Due Date.

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: TG08.2R Exterior Awning 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 5%. 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.

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 136KB .pdf Posted 8/6/14
NDA List of Designated Individuals 73KB .pdf Posted 8/6/14
How-Bidders-Access-SSI_1310252 65KB .pdf Posted 8/6/14

Download Documents (Note: Don’t forget to Register to be alerted when changes and new documents are added)
Document (Click to Download) File Size & Type Date Posted
Editable QPD Form 28 KB .pdf 7/31/14
Preconstruction RFI’s Update (Dated September 15, 2014) 223KB .pdf Posted 9/15/14
RFP Questions & Answers Set #2 TG08.2R 34KB .pdf Posted 9/25/14
RFP Questions & Answers Set #1 TG08.2R 27KB .pdf Posted 9/22/14
Pre-Proposal Conference Questions & Answers Set TG08.2R 22KB .pdf Posted 9/24/14
Addendum #4 Cover Letter TG08.2R (Documents noted below as Addendum #4 are updated in this Addendum; revised plans/specs available from ARC-Northern California PlanWell) 182KB .pdf Posted 9/25/14
Addendum #3 Cover Letter TG08.2R (Documents noted below as Addendum #3 are updated in this Addendum; revised plans/specs available from ARC-Northern California PlanWell) 99KB .pdf Posted 9/19/14
Addendum #2 Cover Letter TG08.2R (Documents noted below as Addendum #2 are updated in this Addendum; revised plans/specs available from ARC-Northern California PlanWell) 172KB .pdf Posted 8/22/14
Addendum #1 Cover Letter TG08.2R (Documents noted below as Addendum #1 are updated in this Addendum; revised plans/specs available from ARC-Northern California PlanWell) 172KB .pdf Posted 8/12/14
Cover Letter 184 KB .pdf 7/30/14
RFP TG08.2R Exhibit A (Addendum #4; Rev. D) 12,059KB .pdf 9/25/14
Exhibits B – S, U & W 20,427 KB .pdf 7/30/14
Exhibit F (Addendum #1; Rev. 2) 647 KB .pdf 8/12/14
Exhibit I (Addendum #3; Rev. 3) 86KB .pdf 9/18/14
Long Form Subcontract (Addendum #1; Rev. A) 501 KB .pdf 8/12/14
Request for Proposals Manual (Addendum #1; Rev. 17, dated August 12, 2014)) 754 KB .pdf 8/12/14
TG08.2R Advertisement 79 KB .pdf 7/30/14
Package Timeline
Proposal Package Issued Wednesday, July 30, 2014
Pre-Proposal Conference Thursday, August 14, 2014, 2:00 p.m.
Deadline for Submission of Questions Tuesday, September 16, 2014, 2:00 p.m.
Pre-Bid Request for Substitution Tuesday, September 16, 2014, 2:00 p.m.
Proposal Packages Due Tuesday, September 30, 2014, 2:00 p.m.
Proposers Notified of Interviews Tuesday, October 7, 2014
Interviews (if required) October 15 – 21, 2014
Notification of Intention to Award Design-Build Contract Wednesday, October 22, 2014
Protest Period October 23 – 30, 2014
TJPA Board Vote to Approve Design-Build Contract Award November 13, 2014 (November TJPA Board meeting)
Contract for Design-Build Services Monday, December 1, 2015
Design Process December 2, 2014 – April 6, 2015
Development and Negotiation of Final Construction Cost December 2, 2014 – April 16, 2015
Submit Final Design April 7, 2015
Submit Total Construction Cost April 17, 2015
TJPA Board Vote to Approve Change Order for Construction Thursday, May 14, 2015 (May 2015 TJPA Board meeting)
Issue Change Order for Construction June 12, 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.