Public Legal Notices

 
GOLDEN GATE BRIDGE, HIGHWAY AND TRANSPORTATION DISTRICT
 
NOTICE TO CONTRACTORS
 
The Golden Gate Bridge, Highway and Transportation District (District) is soliciting bids from qualified firms for Contract No. 2024-F-010, San Francisco Ferry Terminal West and East Berth Ramp Rehabilitation. Bids must be uploaded to the District's Procurement Portal: https://ggbhtd.bonfirehub.com by August 27, 2024, at 2:00 p.m., Pacific Time, at which time bids will be publicly opened and read online.
 
Hard copy submissions will NOT be accepted. Hard copies received will be returned (unopened) to Bidders without consideration.
 
The bid opening will be conducted online only, and the District will be utilizing Microsoft Teams to conduct the meeting. Below is the Microsoft Teams Meeting information for Bidders who wish to participate in the bid opening. If you have not used Microsoft Teams before, please refer to the link: Join a Meeting in Teams prior to the meeting to ensure that you are able to join without technical difficulties. On the date and time of the meeting, press Ctrl+Click on the hyperlink, “Join Bid Opening.” This meeting is specifically for the bid opening relative to the above Contract. Bidders may also call the telephone number and enter the Conference ID number provided below. Join the meeting now
 
Meeting ID: 275 346 134 295
 
Passcode: 95FRGp
 
Dial in by phone
 
+1 628-212-0729,,106381557# United States, San Francisco Find a local number
 
Phone conference ID: 106 381 557#
 
Join on a video conferencing device
 
Tenant key: goldengate@m.webex.com
 
Video ID: 114 569 901 0 More info For organizers: Meeting options | Reset dial-in PIN
 
This public works Project consists of, in general, rehabilitating the San Francisco Ferry Terminal existing west and east berth ramps. At the west berth, the work includes refurbishing the existing hydraulic systems including refurbishing the existing hydraulic cylinders, removing and replacing existing hydraulic lines, removing and replacing existing electrical and control systems, removing and replacing existing hydraulic equipment such as pumps, valves, manifolds, and tanks, and testing and commissioning the new hydraulic systems. At the east berth, the work includes disconnecting the existing steel ramp from the terminal and transporting it to an offsite facility to perform structural steel repairs as well as refurbishing the hydraulic system. The structural steel repairs include repairing cracked elements, strengthening the ramp and sandblasting and coating the steel elements, transporting and reinstalling the ramp, and performing all testing and commissioning to ensure the ramp function. Concrete repairs at the east berth are also included, all other work required to
 
complete the Project titled San Francisco Ferry Terminal West and East Berth Ramp Rehabilitation, as shown on the Contract Plans and as specified in the Contract Documents.
 
A pre-bid conference will be held on August 7, 2024, at 10:00 a.m., Pacific Time, at the Golden Gate Bridge Toll Plaza Administration Building, 1 Toll Plaza, San Francisco, CA, 94129-9000. A job site tour will be conducted immediately after the conference. While attendance at this conference and the job site tour is not mandatory, the District highly recommends you attend. Parties interested in attending either the pre-bid conference or the bid opening shall notify the District 24 hours prior to attending either event by contacting dmoore@goldengate.org.
 
Bidders bidding as the prime contractor shall possess a valid State of California Class A, General Engineering Contractor's License, with a minimum experience of one (1) similar projects with public agencies in the past five (5) years at the time of bid submittal. All subcontractors, if any, shall be properly licensed by the State of California to perform specialized trades and shall have a minimum experience of one (1) similar projects with public agencies in the past five (5) years at the time of bid submittal. Bidder shall submit satisfactory qualifications and experience listed above in bidding documents. Pursuant to Public Contract Code Section 4104, each Bid Proposal must include the name and location of the place of business of each subcontractor who shall perform work or service, or install work for the prime contractor in excess of one-half of one percent (1/2 of 1%) of the bid price, using Attachment E, List of Subcontractors, included with the Bid Documents.
 
Bids must be accompanied by a deposit either in the form of cash, a certified or cashier's check, or Bidder's Bond, as described in the Contract Documents, which shall be applied to damages sustained by the District if the successful Bidder fails or refuses to enter into a contract awarded to it.
 
Bids shall be submitted on the District's Proposal Forms, including all attachments, and plainly marked with Bidder's name, and contract name and number.
 
The District reserves the right to reject any and all bids or to waive any irregularities or informalities in any bid or in the bidding procedure. No Bidder may withdraw its bid for a period of ninety (90) days after the date of opening bids. Within two (2) working days of bid opening, a summary of Bidders' quotes will be available at the District's Procurement Portal website. To review the bid results, go to the District's Procurement Portal website: https://ggbhtd.bonfirehub.com
 
and look for Contract No. 2024-F-010. Each Bidder will be notified of award, if award is made.
 
The successful Bidder shall furnish a Performance Bond and a Payment Bond in amounts equal to one hundred percent (100%) of the total price of the Contract. District will retain five percent (5%) from each invoice/billing statement submitted in connection with the Contract. Pursuant to Public Contract Code Section 22300, the successful Bidder may submit certain securities in lieu of the District withholding funds from progress payments (retention) during the Project.
 
The District hereby notifies all Bidders that it is the policy of the District to ensure nondiscrimination on the basis of race, color, national origin, or sex in the award and administration of contracts.
 
Bidders are strongly encouraged to obtain Disadvantaged and Small Business Enterprise (DBE/SBE) participation on this Project. DISADVANTAGED BUSINESS ENTERPRISES (DBEs) ARE, BY DEFINITION, CONSIDERED TO BE SBEs, AND ARE COVERED BY THE REFERENCES TO SBEs IN THIS DOCUMENT. In order to achieve such participation, the District has developed procedures to remove barriers to DBE participation in the bidding and award process and to assist DBEs to develop and compete successfully outside of the DBE Program. These procedures include the establishment of a SBE Element of the District's Diversity Program for Contracts. The District has evaluated subcontracting opportunities for this Contract and determined that such opportunities exist and has established an SBE goal of 11.4% Bidders must meet the contract-specific SBE goal or demonstrate good faith efforts to do so. Bidders are encouraged to attend the pre-bid meeting to better understand the applicable DBE/SBE requirements. For DBE/SBE assistance, contact Artemisé Davenport, Manager, DBE and Workforce Inclusion, at (415) 257-4581.
 
Contractor and all lower-tier subcontractors and suppliers performing covered work shall be required to submit certified payroll and labor compliance documentation to the District electronically using LCP Tracker software.
 
In accordance with Section 1720 et seq. of the Labor Code, the general prevailing wage rates, as established by the Director of the California Department of Industrial Relations, will apply to this Contract. Information about prevailing wage rates for this Project is set forth in the Special Provisions. The prevailing wage rates established by the California Department of Industrial Relations are available at http://www.dir.ca.gov/DLSR/PWD. Hard copies can be viewed at the District's Engineering Office or requested by mail, addressed to: Prevailing Wage Unit, Division of Labor Statistics and Research, Department of Industrial Relations, P.O. Box 420603, San Francisco, CA 94142.
 
Should the general prevailing wage rates not specify a wage determination for a particular craft classification or type of worker, attention is directed to 8 C.C.R. 16202(b) regarding petitioning the Director of the California Department of Industrial Relations for a special wage determination. The District has made no request for such determination, as the District does not know the specific craft classifications or type of workers intended by Contractor for this Project.
 
Contractor and subcontractors must be registered with the California Department of Industrial Relations pursuant to Labor Code Section 1725.5. This Contract is subject to monitoring and enforcement by the DIR pursuant to Labor Code Section 1771.4. The Contractor must post job site notices, as prescribed by regulation. The Contractor shall furnish the records specified in Labor Code Section 1776 directly to the Labor Commissioner, monthly in a format prescribed by the Labor Commissioner.
 
Bidders' attention is directed to the requirements of the California Division of Occupational Safety and Health (Cal/OSHA).
 
Bid documents are available at no charge on the District's Procurement Portal at https://ggbhtd.bonfirehub.com. In order to download and respond to posted solicitations, Bidders are required to register on the District's Procurement Portal. Once registered the documents may be downloaded. Click on the “Open Public Opportunities” page, click View Opportunity next to the desired project.
 
Any revision to the Bid Documents will be made by a written addendum and be available on the District's Procurement Portal for download at no charge. Such addendum will become a part of the Bid Documents and be binding on all Bidders. Bidder's receipt of the addendum shall be acknowledged and so noted by each Bidder in the space provided on the Proposal Form. It is the responsibility of Bidder to check the District's Procurement Portal website for any Addenda that may be issued relative to this Contract.
 
Questions regarding technical information and clarifications shall be submitted in the District's Procurement Portal by clicking on the Opportunity Q & A tab of the message section of the project page. Such submissions shall be sent no later than eight calendar days before bid opening. Note that only written clarifications issued by the District are binding on the District. The District will post all pre-bid questions and the District's responses on the District's Procurement Portal website under Reference Number 2024-F-010. Bidders are encouraged to check the procurement portal website regularly.
 
 
John R. Eberle P.E., District Engineer
 
Dated at San Francisco, this 16th day of July 2024
 
7/25, 8/1, 8/8/24
 
CNS-3834096#
 
SMALL BUSINESS EXCHANGE
 

GGBD - Contract No. 2024-F-010, San Francisco Ferry Terminal West and East Berth Ramp Rehabilitation


Email To Friend

Your name
Your email *
Your friend's email *
Your message


« Go Back



SBE Northeast
 


Louisiana Business JournalArchive