Point Of Contact Not Available
Request for Proposals for Scope IIA Bruce Flynn Pump Station Modifications ADVERTISEMENT FOR SUBCONTRACTOR PROPOSALS Subject to conditions prescribed by the City and County of San Francisco, CA responses to this bid request are sought from subcontractors for various Work Packages/Scopes. PROJECT DESCRIPTION: The intent of this project is to replace the existing Headworks Facility at the SE Water Pollution Control Plant with a new all-weather 250 MGD Headworks Facility. This solicitation is for Scope IIA Bruce Flynn Modifications. Scope IIA â Pump Station Modifications Primary focus of this Scope is to replace pumps and bar screens in the Bruce Flynn Pump Station. Work also includes replacing watertight doors, security doors, Odor Control Replacement, conversion from electric actuated system to a hydraulic system. SCOPE / DRAWINGS: The drawings for Scope IIA are included in the Plan Room on Smartbidnet.com. The scopes being sought for this project are as follows: 2A-1 - Equipment and Piping Installation - 15% LBE Requirement 2A-2 - HVAC Duct and Odor Control Installation - 15% LBE Requirement 2A-3 - Traffic Topping - 15% LBE Requirement 2A-5 - Paint and Coatings - 60% LBE Requirement 2A-6 - Concrete Pads, Demo, Bollards - 85% LBE Requirements 2A-7 - Project Cleanup - 85% LBE Requirement 2A-8 - Site Security - 85% LBE Requirement 2A-9 - Traffic Control - 85% LBE Requirement 2A-10 - Plumbing - 60% LBE Requirement 2A-11 - Tree Prunning - 85% LBE Requirement 2A-12 - Trade Resource Reporting System -0% LBE Requirement 2A-13 - Pump Procurement - 0% LBE Requirement 2A-14 - Odor Control Equipment Procurement - 0% LBE Requirement 2A-15 - Flexible Rake Bar Screen Procurement - 0% LBE Requirement PROJECT SCHEDULE: Currently this work is scheduled to commence in the Summer/Fall of 2018. PRE-QUALIFICATION OF PROSPECTIVE SUBCONTRACTORS: The Owner has determined that subcontractors who submit bids to Sundt/Walsh on this Project must be pre-qualified. Those subcontractors who pre-qualify will be allowed to bid on the above Scope of Work. Interested firms may obtain Pre-qualification Documents on the Smartbidnet.com website or by contacting David Cooley, via e-mail at
[email protected]. All prequal documentation must be submitted by July 13, 2018. LOCAL BUSINESS ENTERPRISE (LBE) REQUIREMENTS: The following project-wide LBE participation requirement is: LBE-15%. Each Bid Package has a specific LBE requirement as indicated above. Any proposals that fail to meet the Bid Package LBE requirement may be deemed non-responsive. DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS: All subcontractors are hereby notified that it is expected that work to be performed under this contract will be in full or in part financed by the Clean Water State Revolving Fund (SRF), administered by the United States Environmental Protection Agency (US EPA) and the State Water Resources Control Board (SWRCB). Bidders shall comply with all applicable terms and conditions, special provisions, and reporting requirements, as set forth in these specifications, and as may be required by federal law, rule, or regulation. Additionally, meeting the project-wide Fair Share Objective is encouraged: MBE-6.4%, WBE-2.0%. Refer to Contract Section 00 48 10.01, ¶2 for more information. Note that, per the DBE requirements, first-tier subcontractors must certify compliance with Good Faith Effort (GFE) requirements to solicit DBEs as lower-tier subcontractors for at least 30 days prior to the Bid Due Date by completing the DBE Good Faith Effort Certification (Section 00 48 11.02). At a minimum, first tier subcontractors must advertise these subcontracting opportunities no later than June 22, 2018 to meet this requirement. Failure to certify the GFE requirement may result in the proposal being deemed non-responsive. All completed documentation should be submitted to David Cooley, via e-mail at
[email protected]. All bid documents must be submitted no later than July 23, 2018 by 2:00 p.m. PRE-BID MEETING DATE: June 19, 2018. Location and time will be distributed in a future notice. BID DUE DATE: All bid documents must be submitted no later than July 23, 2018 by 2:00 p.m. Confidentiality of the information provided will be respected to the extent permitted by law. QUESTIONS: Direct all project specific questions to David Cooley at Sundt/Walsh. All questions should be submitted via e-mail. The e-mail address is
[email protected].
Bid Protests Not Available