Facade Access Equipment

Bid Type: Construction
Bid Number: TG15.2
Bid Title: Façade Access Equipment
Bid Due Date: Wednesday, October 15, 2014
Time Due: 2:00 p.m.
Estimated Value: $390,000
SBE Utilization Goal: 5%

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 TG15.2 Façade Access Equipment 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, designing and installation of davit sockets, davit arms and fall arrest systems on complex projects. Also included are engineering, coordination, procurement and complete installation of the respective systems.

Bid Plans and Specifications may be purchased via ARC – Northern California PlanWell, (415) 495-8700. Other package documents, including the Project Bidding Manual, are posted below.

A Pre-bid Conference for Trade Subcontractors interested in submitting bids will be held on Thursday, August 28, 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:

  • Shimmick Construction Company, Inc.
  • Sky Rider Equipment Co., Inc.
  • Skymaster Inc.
  • Tractel Inc.

Pre-Qualified Bidders Contact List for TG15.2 (as of September 29, 2014)

If a Bidder is not pre-qualified, the Bidder shall submit one (1) original and four (4) copies of their Qualification requirements in sealed envelopes addressed to: Webcor/Obayashi Joint Venture at 175 Beale Street, San Francisco, CA 94105 by 2:00 pm Pacific Time on Monday, September 15, 2014. Second-tier subcontractors do not need to respond to the RFQ. Trade Subcontractors will be notified of their qualification status by Wednesday, September 24, 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 5%.

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, October 15, 2014.

Attached Files No. of Files: 14
Click titles below to download
TG15.2 Bid Tabulation 13KB .pdf Posted 10/20/14
Editable QBD Form 19KB .pdf Posted 8/7/14
Preconstruction RFI’s Update (Dated October 7, 2014) 222KB .pdf Posted 10/7/14
Questions & Answers Set #1 12KB .pdf Posted 10/7/14
Addendum #4 Cover Letter TG15.2 (Documents noted below as Addendum #4 are updated in this Addendum; revised plans/specs available from ARC-Northern California PlanWell) 113KB .pdf Posted 10/9/14
Addendum #3 Cover Letter TG15.2 (Documents noted below as Addendum #3 are updated in this Addendum; revised plans/specs available from ARC-Northern California PlanWell) 100KB .pdf Posted 9/30/14
Addendum #2 Cover Letter TG15.2 (Documents noted below as Addendum #2 are updated in this Addendum; revised plans/specs available from ARC-Northern California PlanWell) 97KB .pdf Posted 8/22/14
Addendum #1 Cover Letter TG15.2 (Documents noted below as Addendum #1 are updated in this Addendum; revised plans/specs available from ARC-Northern California PlanWell) 96KB .pdf Posted 8/12/14
Invitation For Bid Cover Letter TG15.2 184KB .pdf Posted 8/7/14
Project Bidding Manual (Addendum #1; Rev. 26, Dated August 12, 2014 772KB .pdf Posted 8/12/14
Exhibit A TG15.2 (Addendum #4; Rev. D) 11,604KB .pdf Posted 10/9/14
Long Form Subcontract TG15.2 (Addendum #1; Rev. A) 501KB .pdf Posted 8/12/14
Exhibits B through S, U and W 20,407KB .pdf Posted 8/7/14
Plan Room List 166KB .pdf Posted 8/7/14
Advertisement TG15.2 80KB .pdf Posted 8/7/14
QUALIFICATION DOCUMENTS
Request for Qualifications TG15.2 421KB .pdf 1/7/14
TG15.2 Advertisement 16KB .pdf 1/7/14
Key IFB Dates
Bid Package Issued Thursday, August 7, 2014
Pre-Bid Conference Thursday, August 28, 2014
Qualifications Due (for non-prequalified) Monday, September 15, 2014, 2:00 p.m.
Notification of Qualification (for non-prequalified) Wednesday, September 24, 2014
Questions/Clarifications (QBD) Due Wednesday, September 24, 2014
Value Engineering (VE) Proposals Due Wednesday, September 24, 2014, 2:00 p.m.
VE Proposals Review September 24 – October 1, 2014
Bid Packages Due Wednesday, October 15, 2014, 2:00 p.m.
Public Bid Opening Wednesday, October 15, 2014, 2:00 p.m.
Protest Period October 15, 2014 (2:00 p.m.) – October 22, 2014 (2:00 p.m.)
Notification of Intention to Award Contract October 23, 2014
TJPA Board Vote to Approve Contract Award Thursday, November 13, 2014 (November 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 qualififications and bids respond to any such documents.