Bid Details
WW-719A
Folsom Area Stormwater Improvements – SOMA and Mission Districts Sewer Replacement [BID TABULATION]

Bid due

03/02/2023
2:00 PM

  • Type Construction
  • Department Infrastructure Division
BACK TO CONTRACTS & BIDS LIST
Project Description
An electronic version of the bidding forms is available by request. To request these materials, email qbd@sfwater.org with this Contract No. WW-719A, 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 https://webapps.sfpuc.org/bids/ for updates.

The objective of the project is to replace and/or upsize various sewers in the South of Market area and the Mission District. The work is to be performed in San Francisco, California.

Bid discounts may be applied as per San Francisco Administrative Code Chapter 14B and Section 2.01 of CMD Attachment 1. The Pilot Neighborhood/Zip Code Local Business Enterprise (LBE) Program applies to this project. And for this project, the following Supervisorial District(s) 6 and 9 and project zip code(s) 94103 and 94110 will be used to apply the applicable bid discounts, if any. The Local Business Enterprise (LBE) subcontracting requirement is 20.00%. The LBE subcontracting requirement can only be met with CMD certified San Francisco Micro and Small-LBEs. SFPUC-LBEs cannot be counted towards meeting the LBE subcontracting requirement(s). Prime and Joint Venture level LBE participation cannot be counted towards meeting any of the LBE subcontracting requirement(s). LBE subcontractors must be certified with CMD in the scope of work they are being listed to perform. All Bidders shall submit documented Good Faith efforts with their Bids as directed on CMD Form 2B, except those who exceed the above-stated subcontracting requirement(s) by at least 35%. Refer to CMD Attachment 1. Failure to comply with Chapter 14B requirements may result in a Bid being deemed non-responsive and ineligible for Contract award. Please contact Michelle Kassatly at (408) 641-8031 or michelle.kassatly@sfgov.org for further information. Subcontracting opportunities may include, but not limited, to the following major types of work: pavement demolition, excavation, pipe laying, backfilling, pavement restoration, and traffic control.

Interested Bidders are encouraged to attend by remote means a teleconference pre-bid and contractor networking conference to be held on 12/14/2022 at 10:00 AM. To participate by remote means, please access the meeting at this website: https://sfwater.zoom.us/j/81515522810?pwd=VUxyVW5Fay9FOEZFYjY1UGNwWXpwUT09. The Meeting ID is 815 1552 2810 and meeting Passcode is 828613 . To join, enter Meeting ID and click Join. When prompted, enter the meeting Passcode. To participate by phone, dial +1.213.338.8477 and enter the Meeting ID followed by # key. When prompted, enter the meeting Passcode and # key. Attendance of remote attendees will be completed at the end of the pre-bid meeting.

Bidders are encouraged to submit a Safety Prequalification Form at least 3-weeks prior to the date of Bid opening; however Bidders are required to submit the completed Form no later than 7 calendar days prior to the date of Bid opening. SFPUC will notify Bidders who have passed the Safety Prequalification prior to or on the date of Bid opening. Bidders must pass the Safety Prequalification prior to SFPUC considering their bid submission complete. Refer to Section 00 21 13 – Instructions to Bidders, “Bidder Qualifications” and Section 00 45 12 – Safety Prequalification for additional information.

A Class “A” California Contractors License is required to bid. Furthermore, each listed subcontractor must possess appropriate active licenses for the work each subcontractor will be performing.

Funding for this project may be provided in full or in part through an agreement with the State Water Resources Control Board (“SWRCB”). California’s Clean Water State Revolving Fund (“CWSRF”) is capitalized through a variety of funding sources, including grants from the United States Environmental Protection Agency (“EPA”) and state bond proceeds. Funding for this project may also be supplemented by the Water Infrastructure Finance and Innovation Act (“WIFIA”). The contents of this document do not necessarily reflect the views and policies of the foregoing, nor does mention of trade names or commercial products constitute endorsement or recommendation for use. Bidder must take all necessary and reasonable steps to ensure that Disadvantaged Business Enterprise (DBE) firms have an opportunity to compete for, and participate in, performance on the project; information on DBE certification is available at the following link: https://dot.ca.gov/programs/business-and-economic-opportunity. In accordance with the 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 before the bid opening date. The Bidder 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. Refer to Contract Section 00 48 10 for more information.

Request for proposal

  • ESTIMATED COST
    $8,200,000
  • DUE DATE
    03/02/2023
  • DUE TIME
    2:00 PM
  • DURATION
  • LOCATION
    https://sfwater.zoom.us/j/87811945391?pwd=Q0JOVzRCbnBCb0lFWlRJbUt2MWRudz09
  • CONTACT
    Contract Administration Bureau at QBD@sfwater.org

Pre-Bid Conference

  • DATE
    12/14/2022
  • TIME
    10:00 AM
  • ATTENDANCE
    Not Mandatory
  • LOCATION
    https://sfwater.zoom.us/j/81515522810?pwd=VUxyVW5Fay9FOEZFYjY1UGNwWXpwUT09
  • ADVERTISEMENT DATE
    11/17/2022
LIST OF CERTIFIED LBE FIRMS AT HRC WEBSITE