Bid Details
RFB for DB-129.1
Bay Corridor Transmission & Distribution - Phase 2 (2019) North

Bid due

12/10/2019
2:00 PM

  • Type Professional Services
  • Department Power Enterprise
BACK TO CONTRACTS & BIDS LIST
Project Description
The San Francisco Public Utilities Commission (“SFPUC”), a department of the City and County of San Francisco (the "City"), seeks to retain the services of a Design-Builder (“DB”) to provide design and construction services for the Bay Corridor Transmission and Distribution ("BCTD") - Phase 2 ("P2") - North Project ("BCTD P2 North Project" or "Project") located in San Francisco, CA. Please note that the terms “SFPUC,” “City,” and “City Representative” are used interchangeably throughout this Request for Bids (“RFB”) and all the Bid-related documents. Design-Build services will include, but are not be limited to, providing design, engineering, permitting, procurement of labor, materials procurement, construction, delivery, installation, and testing of: (1) Scope 1: New underground electrical duct bank and vaults, (2) Scope 2: New Auxiliary Water System Supply (AWSS) ductile iron pipe, (3) Scope 3: New roadway and sidewalk and/or restoration thereof. The SFPUC at its discretion may also call upon the selected Design-Builder to provide other related specialized services at the discretion of the SFPUC.

DB will be responsible for completing three Scopes of Work in two Segments. Segment 1 occurs on Terry A Francois Blvd between South Street and Mission Rock Street and consist of work described in Scopes 1, 2 and 3. Segment 2 occurs on Illinois Street between 23rd Street and Marin Street and consist of work described in Scopes 1 and 3. Segment 1 and Segment 2 may each have their own respective milestones for Notice-To-Proceed for Construction, Substantial Completion, and Completion.

The Local Business Enterprise (“LBE”) subconsulting and subcontracting participation requirement for this Project is 8% for Design (Pre-Construction) Services and 10% for Construction Services, respectively.

The Local Hiring Goal for the Construction Phase of the Project is 30%.

The Project is subject to the requirements of the Water System Improvement Program Project Labor Agreement ("WSIP PLA”) and the Second Addendum, thereto, dated July 23, 2019, collectively “PLA."

SFPUC will only consider Bids from entities that are pre-qualified under the DB-129R2 RFQ. As of November 1, 2019, these entities are:

Andrew M Jordan, Inc. dba A&B Construction with AGS, Inc., BKF Engineers, and TRC Solutions, Inc. 

Anvil Builders Inc with GHD Inc. 

Mitchell Engineering with AGS, Inc. and DTN Engineers, Inc.  

Ranger Pipelines Incorporated with Freyer & Laureta, Inc., ENGEO,and Glenn Reddick, DBA Glenn Reddick Professional Services

No further pre-qualification applications are being accepted at this time.  For further information, please visit the RFQ for DB-129R2 webpage at: https://sfwater.org/bids/bidDetail.aspx?bidid=3206

Request for proposal

  • ESTIMATED COST
    $27,542,000
  • DUE DATE
    12/10/2019
  • DUE TIME
    2:00 PM
  • DURATION
  • LOCATION
    525 Golden Gate Avenue - Calaveras Conference Room, 6th Floor, San Francisco, CA 94102
  • CONTACT
    Contract Administration Bureau

Pre-Submittal Conference

  • DATE
    11/06/2019
  • TIME
    1:00 PM
  • ATTENDANCE
    Not Mandatory
  • LOCATION
    525 Golden Gate Avenue - 2nd Floor, Room O'Shaughnessy C, San Francisco, CA 94102
  • ADVERTISEMENT DATE
    11/01/2019
LIST OF CERTIFIED LBE FIRMS AT HRC WEBSITE