Bid Details
HH-1000
Mountain Tunnel Improvements Project [BID TABULATION]

Bid due

02/12/2020
2:00 PM

  • Type Construction
  • Department Hetch Hetchy Water and Power Enterprise
BACK TO CONTRACTS & BIDS LIST
Project Description
**Note: The pre-bid conference and site tour is a 2-day event occurring on December 3rd & 4th.  The deadline to register for the site tour is 5:00 p.m. on Monday, 12/2/19.  See further details below.
___________________________________________________
The objective of the project the rehabilitation of the raw water Mountain Tunnel and related improvements to control water flow, water quality, and maintenance access. The work includes concrete lining repairs, contact grouting, concrete invert paving, large flow control valving facility, new tunnel adits and access portals, new siphon extension, deep shafts, access road slope stabilization, environmental mitigations, and other site work and restoration. The work is to be performed in Tuolumne and Mariposa Counties, California. The Contract will be awarded to the responsible bidder submitting the lowest responsive bid.

Interested Bidders are encouraged to attend a pre-bid and contractor networking conference to be held at:
MAIN HALL, ADMINISTRATION BUILDING., 1 Lakeshore Road, Moccasin, CA 95347 on December 3, 2019, 8:30 AM.
(Parking is at Old School House Lot, 10390 Moccasin Switchback Rd., Moccasin, CA 95347. See Agenda and aerial map under
Documents tab.)
Attendees of the site tour must complete the registration for each person at https://sfwater.typeform.com/to/BsOfXH in order to reserve a seat. Reservations are made on a first-respond, first-served basis.

Prime Bidder’s attendance at this conference is worth 15 points toward Chapter 14B “Good Faith Outreach” requirements. Bidders must achieve at least 80 points (out of a possible 100 points), as determined by CMD, to be deemed compliant with the “Good Faith Outreach” requirements, except those who exceed the above stated LBE subcontracting participation requirement by 35% under Section 14B.8(B) of the Administrative Code.

An escorted site inspection will be held on December 3, 2019 at key site locations immediately after the prebid conference and will continue through the next day, December 4, 2019. All attendees shall bring their own safety equipment, including hard hat, safety vest, and boots. Prepare for cold and rainy weather. Attendance limited to four(4) persons per firm.

There will be no bid discounts for this contract. The LBE Subcontracting Participation Requirement is 3.00%. Both San Francisco Small & Micro-LBEs and SFPUC-LBEs (Firms certified by SF Contract Monitoring Division) can be utilized to meet this requirement. The LBE subcontracting participation requirement is 3.00% due to the vast majority of the construction work is specialized in-tunnel repairs, hard rock excavations of new tunnel and deep shaft excavation involving explosives, new tunnel portal excavation involving explosives, grouting in tunnels and pre-excavation grouting to control groundwater infiltration, new tunnel linings over waterproofing, sheet membrane waterproofing systems, and roadway slope stabilization involving rock scaling, soil nailing, rock bolting, slope mesh installation and controlled blasting. This Mountain Tunnel construction is also located remotely in the Sierra Nevada Mountain Range, about 3 hours from San Francisco, where the number of available LBE subcontractors is limited. Please contact Linda Rainaldi at 415-554-3106 for further information. Subcontracting opportunities may include, but not limited, to the following major types of work: clearing and grubbing/tree removal, earthwork, slope stabilization & retention, rock scaling, rock bolting/anchoring, excavation& grading, paving, gabion & MSE wall installations, shotcrete wall stabilization, reinforced concrete slabs and foundations, masonry buildings, metal building roofs, electrical installations, instrumentation & controls, mechanical & valve installations, HVAC for structures, metal products installations including bulkhead doors, stairs & railings, steel pipe fit-up and welding, temporary water treatment installations & supplies, trucking & hauling, concrete supply & delivery, reinforcing steel supply & delivery, explosives supply, delivery, installation & detonation, well drilling, land & aerial surveying. SWPPP regulatory compliance work. Please refer to Section 01 60 00 in the Specifications regarding the purchase of equipment to achieve the LBE subcontracting participation requirement.

This Project is covered by the PLA. A copy of the PLA documents are included as Section 00 73 18.20 in the contract documents. Bidders are advised that the PLA is incorporated into and made a part of any contract awarded for this Project.

Work to be performed under this contract will be partially financed by the Drinking Water State Revolving Fund (SRF). Utilization of Disadvantaged Business Enterprise (DBE) firms is encouraged; information on DBE certification is available at the following link https://dot.ca.gov/programs/business-and-economic-opportunityIn accordance with the SRF DBE Good Faith Effort process, Bidders are required make information on forthcoming opportunities available to DBEs by posting solicitations for bids or proposals for a minimum of 30 calendar days in a local newspaper before the bid opening date.  As a prime bidder, be sure to specifically state that you are seeking DBEs in the DBE Good Faith Effort process outlined above.

An electronic version of the bidding forms, contract specifications, plans, and available project information are available by request. A DVD version is also available for a nonrefundable $10.00 fee paid by check payable to "SFPUC." Hard copy versions of the plans and specifications are only available by mail or by appointment for pick up for an additional fee of $300.00. To request these materials, email qbd@sfwater.org with this Contract No. HH-1000, the firm name, full address, email address, phone number, copy of contractor’s license or business card, and a copy of a government-issued identification. Visit http://sfwater.org/contracts for updates. Please be advised that prior to receiving these materials, all purchasers will be required to complete, sign and fully comply with a Confidentiality Agreement, available under the Documents tab of this listing.

This project requires bidder qualification by the SFPUC. Only prime contractors which are listed as Qualified Contractors for Contract No. HH-1000 Mountain Tunnel Improvements Project by the bid deadline are allowed to submit bids for this contract. The list of Qualified Contractors, and the Qualification Application, are available on the webpage for the RFQ for HH-1000 Mountain Tunnel Improvements Project: (https://sfwater.org/bids/bidDetail.aspx?bidid=3179).
Submit Qualification Application no later than 2:00 pm on November 20, 2019. A timely submission will not guarantee qualification. SFPUC will reject a contractor’s late Qualification Application and will not accept that contractor’s bid.

Request for proposal

  • ESTIMATED COST
    $133,000,000 to $143,000,000
  • DUE DATE
    02/12/2020
  • DUE TIME
    2:00 PM
  • DURATION
  • LOCATION
    525 Golden Gate Avenue - 6th Floor, Calaveras Conference Room, San Francisco, CA 94102
  • CONTACT
    Contract Administration Bureau

Pre-Bid Conference

  • DATE
    12/03/2019
  • TIME
    8:30 AM
  • ATTENDANCE
    Not Mandatory
  • LOCATION
    MAIN HALL, ADMINISTRATION BUILDING., 1 Lakeshore Road, Moccasin, CA 95347
  • ADVERTISEMENT DATE
    11/18/2019
LIST OF CERTIFIED LBE FIRMS AT HRC WEBSITE