Public Legal Notices

 

Golden Gate Bridge, Highway and Transportation District

NOTICE TO CONTRACTORS

NOTICE IS HEREBY GIVENthat sealed bids will be received by the Office of the Secretary of the District, Golden Gate Bridge, Highway and Transportation District (District) either by U.S. Postal Service addressed to its mailing address, P.O. Box 9000, Presidio Station, San Francisco, CA 94129-0601, or by courier or personal delivery to its office at the Administration Building, Golden Gate Bridge Toll Plaza, San Francisco, CA, on Wednesday, September 18, 2019, by 2:00 p.m., Pacific Time, at which time bids will be publicly opened and read in the Board Room of said building for the following:

CONTRACT NO. 2019-F-026

San Francisco Ferry Terminal Outer Berth HYDRAULIC Ramp Repairs

CITY AND COUNTY OF san francisco, CALIFORNIA

This public works Project consists of, in general, repairs to the outer berth hydraulics at the San Francisco Ferry Terminal.

A pre-bid meeting will be held on Wednesday, September 4, 2019, at 10:00 a.m., Pacific Time, at the Administration Building, Golden Gate Bridge Toll Plaza, San Francisco, CA. A job walk through will be conducted one hour after the meeting. While attendance at this meeting and the job site tour is not mandatory, the District highly recommends you attend.

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 three (3) similar projects with public agencies in the past five (5) years at the time of Contract award. All subcontractors, if any, shall be properly licensed by the State of California to perform specialized trades and shall have a minimum experience of three (3) similar projects with public agencies in the past five (5) years at the time of Contract award.

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.

Bids must be accompanied by a deposit either in the form of cash, a certified or cashier's check, or a 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, in a sealed envelope and plainly marked with Bidder's name, contract name and contract number.

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. 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 3.5%. 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 Artemise Davenport, DBE Program Administrator, at (415) 257-4581.

This Contract is subject to financial assistance from the U.S. Department of Transportation. Bidders will be required to certify that they have not been suspended or debarred from participation in federally funded contracts. Bidders must also disclose lobbying activities. Full compliance with all applicable Safety and Health Standards, DBE/SBE requirements, Equal Employment Opportunity, and Americans with Disabilities Act laws and regulations will be required of the successful Bidder.

This Project was made possible in part by Proposition K Sales Tax dollars provided by the San Francisco County Transportation Authority.

Due to the financial assistance from the U.S. Department of Transportation, this Contract is also subject to Buy America compliance. Bidders will be required to submit an executed Buy America Certificate.

This is a federally funded Public Works Contract. As a result, Contractors and subcontractors must be registered with the Department of Industrial Relations (DIR) pursuant to Labor Code Section 1725.5, at the time of contract award. (See Labor Code Section 1771.1(a)). This Contract is subject to monitoring and enforcement by the DIR pursuant to Labor Code Section 1771.4.

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.

Bid documents are available at no charge on the District's Procurement Portal at https://ggbhtd.bonfire.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.

Bid Documents are also available for a non-refundable purchase price of fifty dollars ($50) for a set of hard copies. Make checks payable to the Golden Gate Bridge, Highway and Transportation District and send it to the address below:

Engineering Department

Golden Gate Bridge, Highway and Transportation District

P.O. Box 9000, Presidio Station

San Francisco, CA 94129-0601

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 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 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 2019-F-026. Bidders are encouraged to check the procurement portal website regularly.

/s/ Ewa Z. Bauer-Furbush, P.E.

District Engineer

Dated at San Francisco, this

16th day of August 2019

8/22, 8/29, 9/5/19

CNS-3285517#

SMALL BUSINESS EXCHANGE


GGBD - San Francisco Ferry Terminal Outer Berth HYDRAULIC Ramp Repairs


Email To Friend

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


« Go Back



SBE Northeast
 


Louisiana Business JournalArchive