Proposal & Bid Notice Details:
SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT
SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT-ITB-CONTRACT NO:09AF-111A-FOR,TBT CROSS PASSAGE DOORS REPLACEMENT.
Notice Summary:
SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT
INVITATION TO BID
TITILE: TBT CROSS PASSAGE DOORS REPLACEMENT
CONTRACT NO: 09AF-111A
NOTICE IS HEREBY GIVEN that sealed Bids will be received until the hour of 2:00 p.m., Tuesday, May 1, 2018, at the District Secretary's Office, 23rd. Floor, 300 Lakeside Drive, Oakland, California 94612 (mailing address: P.O. Box 12688, Oakland, California, 94604-2688) for TBT Cross Passage Doors Replacement, Contract No. 09AF-111A. Such Bids will be opened publicly and announced at the said hour and date in the 23rdFloor Conference Room No. 2382T, Kaiser Center Building, 300 Lakeside Drive, Oakland, California. Bids will thereafter be accepted or rejected by the District. The Bidders are responsible to ensure their Bids are received at the time and location specified.
This Contract is subject to the District’s Small Business (SB) Participation Program that includes a preference for Bidders who meet or exceed the Local SB (LSB) Subcontractor participation goal of 14% of the total Bid Price excluding Allowances and Option Bid items, established for this Contract.
Bidders that meet or exceed the LSB Subcontractor participation goal will be eligible for a Bid preference of 5% of the Bid Price of the lowest responsible Bidder’s total Bid price up to a maximum of $1.5 million, only during evaluation for determining Award of the Contract. However, the actual Contract awarded will be for the amount of the original Bid. Bidders that do not meet the LSB Subcontractor participation goal will not be eligible for the preference.
Bidder’s attention is directed to the Instructions to Bidders, Paragraphs 7.B.6 and 14.B.1 and Supplementary Conditions Article SC7.4 that more fully describe the terms of the Small Business Program. Inquiries regarding the District’s Small Business Program shall be directed to the District’s Office of Civil Rights, 300 Lakeside Drive, 16th Floor, Oakland, CA 94612, Telephone at (510) 464-6100, or to BART’s Website at: www.bart.gov/ocr.
The time for receipt of Bids may be extended by the District's General Manager, or authorized representative, from the above-stated Bid Opening date. Notice of such extension will be published at least once in a newspaper of general circulation in the District, which publication will be at least ten (10) Days before Bids are formally received and opened.
BIDDERS MAY OBTAIN INFORMATION ON THE STATUS OF THE AWARD OF THIS CONTRACT BY CHECKING THE BART WEBSITE: http://www.bart.gov/aboutbod/meetings.aspx FOR CONTRACTS SCHEDULED TO BE PRESENTED BY STAFF TO THE BART BOARD FOR AWARD CONSIDERATION.
A. The Work of this Contract, in general, is to provide all labor, equipment, tools, materials, services, and testing operations necessary to furnish two (2) cross passage doors, frames and hardware for installation by others; and to remove and replace one hundred twelve (112) cross passage doors in the Transbay Tube (TBT), two (2) cross passage doors in the San Francisco Transition Structure (SFTS), two (2) cross passage doors in the Oakland Transition Structure (OTS), and two (2) doors leading from the Lower Gallery to the stairwells at the SFTS and OTS, for a total of one hundred twenty (120) doors,
B. The Work includes but is not limited to the following:
1. Scanning to ascertain rebar locations within the existing concrete walls where replacement door frames and steel external frames are to be attached.
2. Removal of existing doors, frames, hardware and door sensors (contacts) as Indicated.
3. Internal frames: Installation of new standard replacement doors and door frames within the existing door openings.
4. Relocation of utilities and/or protection of utilities in place as required for installation of steel external frames.
5. External frames: Installation of new external tube steel frames against existing Lower Gallery concrete wall and installation of new replacement doors and frames within external steel frames.
6. Modifications to door monitoring system (Option work).
C. A pair of cross passage doors serves the same segment of the TBT; the doors are located directly opposite each other in the Lower Gallery and identified with the same numerical designation corresponding to the TBT segment. No more than four (4) pairs of cross passage doors (maximum of eight (8) doors) shall be removed and replaced at one time. Work on the next set of cross passage doors shall not start until the work on the previous set of cross passage doors is complete and the new cross passage doors are fully operational to the satisfaction of the Engineer.
D. The Contractor shall have provisions in place to temporarily close-off the cross passage door opening(s) with a wall closure system, hereinafter referred to as a “wall plug”, furnished by the Contractor.
1. The wall plug shall be designed by a licensed civil or structural engineer registered in the State of California, and shall be submitted to the Engineer for approval. The wall plug shall be capable of resisting 1 PSI of pressure (negative and positive) resulting from the piston effect of trains traveling at high speed.
2. The wall plug shall be designed, constructed and ready for use prior to commencing removal of existing cross passage doors.
3. The temporary wall plug shall be painted gray and shall be of non-combustible construction; if wood is used, it shall be fire-treated to a fire rating of minimum 1.5 hours.
4. The wall plug may be mounted on the track side of the door opening provided that the wall plug does not interfere with existing wall-mounted utilities and equipment, and provided that the wall plug does not protrude into the walkway by more than two (2) inches.
5. If multiple wall plugs are used concurrently to close-off cross passage doorways, because of safety concerns and compliance with the Fire Code, the following restrictions apply:
a. Closed-off doorways shall be in pairs (on opposite trackways located directly opposite each other within the same TBT segment).
b. The associated closed-off doorways within the same trackway shall be spaced a minimum of two (2) TBT segments (every other door) apart.
6. The Contractor shall provide warning signage for doors out of commission. Coordinate location and sign design with the Engineer.
This Contract includes two Options. Option A includes providing all materials, equipment, labor, services, supplies, and testing necessary for the modifications to the existing door monitoring system by replacing the door contacts, removing and replacing the existing fiber transmission equipment, and
adding surge protection to the existing Security Interface Cabinets.
The following work shall be performed by the Contractor under Option A:
1. Door contacts (sensors): Furnish and install new (118 door locations).
2. Cabling from door contact to junction box: Remove and provide new (118 door locations).
3. Surge protection: Provide new at each SIC enclosure.
4. Fiber transmission equipment: Remove and provide new.
5. Allen Bradley PLC. Remove and provide new
The following existing components shall remain in place and be reused:
1. Junction boxes.
2. SIC enclosures.
3. Fiber.
4. SCADA equipment.
5. Cabling from junction boxes to SIC enclosures.
Option B:
Includes providing all materials and equipment necessary for the modifications to the door monitoring system as Indicated on the Contract Documents for installation and testing by others. See Bill of Materials table on Telecommunications Drawings. Bill of Materials includes but not limited to the following equipment: Power Supplies, Electrical Interface Modules, Optical Interface Modules, Interlogix Wide Gap Contacts. Contractor shall provide pricing for options A and B as specified above. The District may at its own discretion exercise either Option within ninety (90) Days after the effective date of Notice to Proceed.
Licenses that Subcontractors may be required to carry as part of a team include C-28, C61/D28.
The estimated value of this Contract is $ 5,000,000 to $ 6,000,000
Any prospective Bidder intending to participate in the bidding process must sign a Non-Disclosure Agreement for Release of Security Sensitive Information for Bidding Purposes (Agreement) with the District. The Security Sensitive Information as defined in the Agreement includes but is not limited to the Bid Documents. The Agreement may be obtained from the District’s Web site: http://www.bart.gov/about/business/procurement/contractsout.aspx.
Prospective Bidders must provide the District with a list of all individuals anticipated to be granted access to Security Sensitive Information (SSI) and/or who will participate in the pre-Bid meeting and site tour. A deposit in the form of a certified or cashier's check, valid for at least six (6) months, drawn in favor of the San Francisco Bay Area Rapid Transit District in the amount of five thousand dollars ($5,000) as guarantee of compliance with the conditions of the Agreement is required. A completed Federal Form W-9 with the Taxpayer ID Number for the prospective Bidder is also required to be provided. The checks from prospective Bidders who have passed the Security Clearance will be cashed once such prospective Bidders pass the Security Clearance. The checks from prospective Bidders that do not pass the Security Clearance will be returned to them uncashed. The District will hold the guaranty deposit from Prospective Bidders that have passed the Security Clearance until the unsuccessful Bidders’ Security Sensitive Information Handler (SSIH) certifies that all SSI documents held by the Bidder and its Subcontractors and third parties have been either destroyed or returned to the District. Such certification shall be provided within thirty (30) Days after the Bidders are notified that the District has executed the Contract with another firm. Failure to certify that all SSI documents held by the Bidder or its Subcontractors and third parties have been destroyed or returned to the District will constitute a violation of the NDA. Violations of the NDA will cause a forfeiture of the $5,000 guaranty deposit and are grounds for disqualifying such Bidders from participation in District Contracts. The successful Bidder’s $5,000 guaranty deposit will be held by the District until the guaranty deposit required by the Non-Disclosure Agreement for Release of Security Sensitive Information for Construction (NDA for Construction) has been established.
P rospective Bidders shall attach to the Agreement a copy of a government issued photo identification (ID),preferably a driver's license, for each listed individual. The executed Agreement, the required $5,000.00 deposit, a completed Federal Form W-9 with the Taxpayer ID Number for the prospective Bidder, and IDs, must be received by the District Secretary at the address (United States Mail: Office of the District Secretary, San Francisco Bay Area Rapid Transit District (BART), P.O. Box 12688, Oakland, CA 94604-2688. Or by Courier Service: Office of the District Secretary, San Francisco Bay Area Rapid Transit District (BART), 300 Lakeside Drive 23rd Floor, Oakland, CA 94612) contained herein by 4:00 p.m. on Wednesday, January 10, 2018.
The prospective Bidder is requested to submit to the District Secretary at the address contained herein, sealed envelope labeled “Personal Information and Agreement for Contract No. 09AF-111A” containing the IDs, Exhibit A, the certified or cashier’s check, the completed Federal Form W-9 with the Taxpayer ID Number for the prospective Bidder, and the executed Agreement.
Prospective Bidders’ attention is directed to Section 6 of the Agreement that requires, before prospective Bidder discloses any SSI to a third party (Subcontractors, Suppliers, Consultants and other third parties), such third party must execute the Third Party Non-Disclosure Agreement for Release of Security Sensitive Information for Bidding Purposes (Third Party NDA for Bidding) and complete a security screening. The Third Party NDA for Bidding may be obtained from BART website: http://www.bart.gov/about/business/procurement/contractsout.aspx.
The third party shall attach to the Third Party NDA for Bidding a copy of a government issued photo identification (ID),preferably a driver's license, for each listed individual. The executed Third Party NDA for Bidding and IDs, must be received by the District Secretary at the address (United States Mail: Office of the District Secretary, San Francisco Bay Area Rapid Transit District (BART), P.O. Box 12688, Oakland, CA 94604-2688. Or by Courier Service: Office of the District Secretary, San Francisco Bay Area Rapid Transit District (BART), 300 Lakeside Drive 23rd Floor, Oakland, CA 94612) contained herein by 4:00 p.m. on Wednesday, March 14, 2018.
The third party is requested to submit to the District Secretary at the address contained herein, a sealed envelope labeled “Personal Information and the Third Party NDA for Contract No. 09AF-111A”, containing the ID’s, Exhibit A, and the executed Third Party NDA for Bidding.
The District will protect all personal information from unauthorized disclosure. The IDs, will be used only for a law enforcement check to compare the names against a Terrorist Watch List. Only individuals who pass the Security Clearance will be allowed access to the SSI and participation in the pre-Bid meeting and site tour . It is anticipated that within fourteen (14) Days after receipt of the executed Agreement/Third Party NDA for Bidding, the $5,000.00 deposit, the completed Federal Form W-9 with the Taxpayer ID Number for the prospective Bidder, and IDs, the District will notify the prospective Bidders/third parties about the results of the Security Clearance. Such notification will be sent to the address provided by the prospective Bidder/third party in the NDA or the third party NDA in a manner that provides verification of receipt. The District will include Exhibit A with the notification. The notification to the prospective Bidder/third party who has passed the Security Clearance will address the date and time of the pre-Bid meeting and site tour.
The District retains ownership of all SSI. Following execution of the Contract, the District will notify all unsuccessful Bidders of this action and request that all SSI be returned to the District within the next thirty (30) Days. The District will return the $5,000.00 deposit to unsuccessful Bidders following certification by the unsuccessful Bidders’ Security Sensitive Information Handler (SSIH) that all SSI documents held by the Bidder and its Subcontractors and third parties have been destroyed or returned to the District.
Following receipt of notification that the prospective Bidder has passed the Security Clearance, the prospective Bidder’s representative who has passed the Security Clearance shall purchase and pick up the Bid Documents from the District Secretary’s office, on the 23rd Floor at 300 Lakeside Drive, Oakland, California. Documents will not be mailed. Payment for the Bid Documents will be made by either cash, check, or postal money order drawn in favor of the San Francisco Bay Area Rapid Transit District in the following amount, which includes any applicable sales tax, and is not refundable:
Contract Book and Contract Drawings (Includes forms for submittal of Bids)... $100.00
BART Facilities Standards, Standard Specifications, Release R3.1.1, dated May 2017 (BFS):
BFS Compact Disc (CD) …$ 20.00
Full Size Drawings, per sheet...$ 2.50
Copies of BART Facilities Standards, Standard Specifications, and Release R3.1.1, dated May 2017 may be purchased as described above or may be downloaded from the District website: www.bart.gov.
Bidders are informed that all of these documents will be required in the preparation of Bids. Each Bid shall be on a prescribed Bid Form and shall be for the entire Contract including all Bid Items.
The Contract Documents will not be available at public and private plan rooms. A Bidder who has passed the Security Clearance but does not wish to purchase the Contract Documents may view them by arrangement at BART’s offices at 300 Lakeside Drive, Oakland. A request for such viewing shall be directed to the Contract Administrator, Sunni Gunawardena, at (510) 464-6550 or email sgunawa@bart.gov. Viewing sessions are limited to two hours in duration. Additional sessions may be available but are not guaranteed.
The pre-Bid meeting will convene at the District’s offices, at 300 Lakeside Drive, Oakland, CA 94612 followed by the site tour. Due to safety and security related restrictions for accessing the jobsite it is highly recommended that the prospective Bidders attend this one and only site tour. Persons who have successfully completed the Security Clearance will be notified regarding the date and time of the Pre-Bid Meeting and Site Tour. Persons wishing to attend the prebid/site tour must notify with Contract Administrator, Sunni Gunawardena at (510) 464-6550 or email sgunawa@bart.gov. The site tour will be conducted immediately following the pre-Bid meeting. It is the responsibility of the Bidder to have examined the jobsite before submitting the Bid.
Pre-Bid Matchmaking Session: In accordance with the District’s efforts to support the participation of Local Small Businesses (LSBs) and avoid discrimination in the use of minority and women owned businesses on District contracts, all Bidders are requested to participate in Matchmaking Session(s) for the Contract. The Bidder shall assign an officer or employee equivalent to the project manager, the project engineer, or the chief estimator on the Contract as its representative at Matchmaking Session. Qualified firms will make themselves available to discuss individual subcontracting opportunities with Bidders at the session.
There will be one Matchmaking Session for the Contract. The Office of Civil Rights will notify the Bidders of the time, date and location of the Pre-Bid Matchmaking Session.
Within seven (7) Days following notification of the date(s) for the Matchmaking Session(s), the Bidder shall notify BART’s Office of Civil Rights (OCR) of the name of the representative(s) that will be attending on behalf of the Bidder.
If there are any questions regarding the Bid Matchmaking Session(s), please contact:
San Francisco Bay Area
Rapid Transit District
Office of Civil Rights
300 Lakeside Drive, 16th Floor
Oakland, California 94612
Attention: Stella Becerra
Telephone: 510 287 4890, Fax_510-874-7470, Email sbecerr@bart.gov
Only individuals that have passed the Security Clearance will be allowed to participate in the pre-Bid meeting and site tour. At the pre-Bid meeting the District's Non-Discrimination Program for Subcontracting and the District’s Small Business Program will be explained. In addition, the District’s requirements related to bidding on this Security Sensitive Contract will be explained. The site tour will be conducted immediately following the pre-Bid meeting.
The Availability Percentages for this Contract are, for Minority Business Enterprises (MBEs) 18.2% and for Women Business Enterprises (WBEs) 9.3%. If a firm is owned and controlled by a Minority Woman or Minority Women, the firm may be counted towards meeting both the MBE and WBE Availability Percentages.
Bids shall be submitted in accordance with, and subject to, the conditions contained in the Instructions to Bidders contained in the Contract Book.
The District may reject any and all Bids.
At the time of submitting a Bid, the Bidder must have a valid State Contractor's license, Classification A or B, and be in good standing with the Contractors' State License Board. Bidder shall also submit with the Bid, proof of current registration with the State Department of Industrial Relations (DIR) in conformance with the requirements of State Labor Code Section 1775.5 and Section 1771.1. If the Bidder is a joint venture, each of the joint venturers must have a current, active license in good standing to act separately in the capacity of a Contractor within the State, in accordance with Section 7029 and 7029.1 of the State Business and Professions Code and also be currently registered with the State DIR, or the Bid may be rejected. Also, if the Bidder is a Joint Venture, the Bidder may submit its valid State Contractor’s license number, classification, and expiration date with the Bid but shall submit such information no later than 2:00 p.m. on Friday of the week following the date of Bid opening to the Contract Administrator at the address indicated in the Instructions to Bidders. Any Bid submitted by a Specialty Contractor must be in compliance with Section 7059 of the State Business and Professions Code.
All work shall be performed in accordance with the Laws of the State of California.
Special attention is directed to Division 2, Part 7, Chapter 1, Article 2 of the State Labor Code concerning wages. Contractor and each Subcontractor shall pay to all workers employed on the Work not less than the prevailing rate of wages as determined by the Director of the State Department of Industrial Relations. Pursuant to Section 1773 of the State Labor Code, the District has obtained from the Director of the State Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which the Work is to be performed and has copies available upon request from BART Procurement Department, 300 Lakeside Drive, 17th Floor, Oakland California 94612. For a craft or classification not shown on the general prevailing wage determinations, Contractor may be required to pay the wage rate of the most closely related craft or classification shown in such determinations for Contract Work or request a wage determination from the State Department of Industrial Relations for the craft or classification.
Bidder’s attention is directed to Supplementary Conditions Article SC7.3.1 which describes the State Labor Code Sections 1725.5 and 1771.1 that, among other things, require all Contractors and Subcontractors to be registered with the DIR in order to be qualified to bid on this Contract or to be listed as a Subcontractor on any Bid submitted subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of work in this Contract.
Bidders are informed that pursuant to Section 1771.4 of the State Labor Code, this Contract is subject to compliance monitoring and enforcement by the DIR. Furthermore, the Contractor shall post Jobsite notices, as prescribed by regulation. Pursuant to Section 1775 of the State Labor Code, the Contractor and Subcontractors are subject to being assessed a penalty of up to two hundred dollars ($200) by DIR for each calendar day for each worker who is paid less than the prevailing wage rate for the work or craft in which the worker is employed. Each Contractor and Subcontractor shall furnish the payroll records specified in Section 1776 of the State Labor Code directly to the Labor Commissioner at least monthly and in a format prescribed by the Labor Commissioner. In addition, under Section 1815 of the State Labor Code, workers who perform work in excess of eight (8) hours per Day, or more than forty (40) hours during any week, shall be compensated at no less than 1 ½ times the basic rate of pay for all hours worked in excess of eight (8) hours per Day, and any hours in excess of forty (40) hours during any week. Pursuant to Section 1813 of the State Labor Code, DIR may impose additional penalties of twenty-five dollars ($25) for each worker employed for each calendar day during which the worker is required or permitted to work more than eight (8) hours a Day or forty (40) hours in a week without paying the required compensation.
Special attention is directed to General Conditions Article GC7.1.2 outlining Contractor's responsibilities for affirmative action relating to Fair Employment Practices.
The District hereby notifies all Bidders that it is the policy of the San Francisco Bay Area Rapid Transit District to ensure that Contractors who contract with the District do not discriminate or give a preference in the award of Subcontracts on the basis of race, national origin, color, ethnicity, or gender.
Bidder's attention is directed to the Supplementary Conditions which set forth the District's Non-Discrimination Program for Subcontracting for this Contract. Inquiries regarding only the District's Non-Discrimination Program for Subcontracting shall be directed to the District's Office of Civil Rights, 300 Lakeside Drive, 16th Floor, Oakland, California 94612 or telephone (510) 464-6100.
Bidders’ attention is directed to the Instructions to Bidders Paragraph 7. H entitled Financial Contribution Limitations. This Paragraph details each Bidder's responsibility for complying with BART Board of Directors Rule regarding financial contribution limitations.
Bidder's attention is directed to General Conditions Article GC9.7.1.1 which permits the substitution of securities by Contractor for any monies retained by the District to insure performance under this Contract.
Each Bid shall be accompanied by a Bidder's Security equal to at least ten percent (10%) of the total Bid Price which shall remain in full force and effect for the period of time stated in the Instructions to Bidders, Paragraph 14.C. The Bidder’s Security must be in the form of cash, a cashier’s check, a certified check, a Bidder’s Bond, or a combination thereof. The Bidder to whom the Contract is awarded shall furnish specified Certificates of Insurance Such Bidder shall also furnish a Performance Bond and a Labor and Materials Bond (Payment Bond), each in an amount not less than one-hundred percent (100%) of the Contract Price. Bonds shall be on forms provided by the District and shall be executed as surety by a corporation or corporations authorized to issue surety bonds in the State of California, as an admitted surety insurer and acceptable to the District.
Questions regarding this Invitation to Bid should be directed to Contract Administrator Sunni Gunawardena, at (510) 464-6554 or email sgunawa@bart.gov.
Dated at Oakland, California, this 1st day of November 2017.
/s/ Kenneth A. Duron
Kenneth A. Duron,
District Secretary
San Francisco Bay Area
Rapid Transit District
11/3/17
CNS-3067750#
DAILY PACIFIC BUILDER
@ Dodge Data & Analytics. All Rights Reserved