Bid Solicitation Bid Package #: 2014-01-17 o HVAC o Plumbing
TABLE OF CONTENTS DESCRIPTION PAGES SECTION 1: BID CRITERIA...2 Subsection I General Bid Criteria 2 Subsection II General Scope Criteria 3 Subsection III Furnish & Install HVAC & Plumbing 4 SECTION 2: SCHEDULE FOR BID PACKAGE...6 SECTION 3: BID FORM... 7 SECTION 4: SCOPE OF WORK CONTRACT REFERENCE DOCUMENTS...13 SECTION 5: ADDITIONAL REQUIRED DOCUMENTS..14
SECTION 1: BID CRITERIA WAYSIDE FACILITIES HVAC AND PLUMBING I. General Bid Criteria A. Bid Requirements 1. No Prequalification Required Before Bid 2. No Pre-Bid Conference 3. No Bid Bond Required 4. Bidder shall provide proposals for each package separately. Bidder may provide proposal for one, any combination, or all Bid Packages. Proposals for all packages shall include detailed schedule of values listing including quantities, unit price, and total price per item. (For example Stainless Steel Guardrail would include lineal footage, price per foot, total tonnage, add/deduct, and total price for the item.) 5. PRICES WILL BE ACCEPTED FOR PARTIAL AREAS AND SCOPE WITHIN THE SKILL SET OF THE BIDDER. Clear qualifications will be expected. 6. Bids should note which items are furnished and installed and which items, if any, are furnish only. 7. All Bids on one station and/or select scopes will be considered. 8. Payment & Performance Bond required; (SSH pays first 1% of bond cost) 9. California Contractor s license required prior to bid for Bids involving field services 10. No Escrow of Bid Documents 11. Your bid prices include all necessary taxes 12. Interested Bidders must obtain bidding materials that include: a. this Bid Solicitation b. Plans and Specifications c. Other information necessary to submit a comprehensive Bid d. Bid documents can be found at the following location: https://partners.myskanska.com/usa/clients/vta/bep/prosit/bid Packages/2014-01- 17 - HVAC B. Disadvantaged Business Enterprise (DBE) PARTICIPATION ENCOURAGED 1. This project has over $140 million in DBE participation expected so all bids that include material DBE participation are valued highly. DBE and other small business enterprises (SBEs), as defined in Title 49 CFR, Part 26 are encouraged to participate in the performance of agreements financed in whole or in part with Federal funds. The Contractor and sub bidders shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of US DOT assisted agreements. Failure by the Contractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of the Agreement or such other remedy as VTA, a recipient of federal funds, deems appropriate. 2
2. This procurement will be awarded on a best value basis with key factors including but not limited to price, schedule, DBE participation commitment, inclusions/exclusions, and related work history of subcontractor. 3. Please inform Skanska-Shimmick-Herzog JV (SSH JV) if your firm is a CA certified DBE and be prepared to submit a copy of the DBE certificate. 4. Liquidated Damages of 7.77% of DBE shortfall between bid and actual participation will be incurred as that is the same rate as the liquidated damages will be charged to the joint venture for DBE shortfalls. C. Conditions 1. Please expect each worker to invest one day for safety training, drug testing, environmental awareness training, and any other required new hire activity. Training and drug testing shall be provided by the Contractor. 2. The bidder must only use equipment that meets US EPA emission standards Tier 3 or higher for all non-road diesel engines unless exception is approved by the Contractor. 3. All permanent materials made of iron or steel and all manufactured products must be produced in the United States as per Buy America provisions. 4. The Bidder / suppliers will be required to report sustainability information for all materials purchased for the project. Subcontractor/ supplier will be provided the excel spreadsheet template the Contractor is using for reporting and the process will be explained during preconstruction orientation. 5. Bidder shall include all disposal of debris produced by this scope of work. II. General Scope Criteria A. Requirements & Conditions 1. The BIDDER shall as required, furnish all permits, labor, materials, tools, engineering, submittals, coordination, supervision, scheduling, unloading, staging, rigging, scaffolding, equipment, hoisting, and taxes for the Scopes of Work in conformance with, but not limited to the Plans, Specifications, and Contract Documents for Skanska-Shimmick-Herzog, Joint Venture (SSHJV). 2. Bidder shall provide all Local and Federal TAXES to complete the scope of work as stated herein. 3. Bidder is responsible to adequately provide its means and methods, fabrication and installation solutions and submit for review and approval by Contractor and Owner. 4. The Bidder shall include multiple mobilizations as required for each. 5. Bidder shall contribute to the input and planning with the Project Team for site logistics and accesses. 6. As required, the Bidder shall attend meetings and coordinate with the CONTRACTOR, its Consultants and Subcontractors. 7. Bidder shall provide written warranties and guarantees in accordance with the Contract Documents from the date of Final Acceptance from the Owner. 8. Bidder shall provide and perform all closeout activities including, but not limited to, record documents, as-built drawings, submittals, operations and maintenance manuals, Owner Training Records, test reports, extra stock material turnover, punch list completion, and warranty and guarantee documents. 9. Bidder shall include any required labor and material escalation costs for the duration of the project. 3
10. Bidder shall include any fire stopping, safing, and sealants, including fire sealants required in the performance of the Scopes of Work herein. 11. Bidder shall include any required and necessary labeling and identification. 12. Bidder shall furnish and install any required sleeves, cans, penetrations, or block-outs through slabs, walls, and metal decking as required. 13. The Bidder shall provide water proofing around each metal deck penetration. 14. The Bidder shall tie in modular 15. Bidder shall include any required hangers, supports, including secondary structural supports, vibration control, bracing, including seismic bracing as required in the performance of its work. 16. Bidder shall include any cutting, coring, and patching as required. 17. Bidder shall include all costs associated with mobilization and demobilization activities to the work sites. 18. As required, the Bidder is responsible to obtain all permits and licenses, and pay all fees as required in the direct performance of its work. 19. Bidder shall provide all necessary support, factory and trained personnel, reporting and documentation required to fully execute and complete the testing, including pre-testing, check-out, startup, and coordination with other trades. B. Safety 1. Furnish and install all necessary temporary safety brackets, safety cables and fall protection devices to meet Cal-OSHA and Contractor requirements. Subcontractor shall provide Contractor with copies of Subcontractors fall protection plan, hoisting and rigging plan, safety policies, etc. prior to starting work. 2. Fall protection shall be in accordance with all local, state and federal laws and guidelines and Contractor s Safety Policy. C. Hoisting & Equipment 1. As The Bidder shall provide a Certified Rigger per OSHA section 1618.4 2. Temporary electricity supplied by the Contractor will include minimal wattage single phase for small electric hand tools and basic construction temporary lighting only. 3. As required, the Bidder shall be responsible for filing Notice of Proposed Construction or Alteration, Form 7460-1, with the Federal Aviation Administration ( FAA ) at least 45 days prior to any Subcontractor crane arriving on site. 4. This Bidder shall provide all equipment, labor and material for all hoisting, lifts, forklifts, temporary planking, rigging, scaffolding, ladders, shoring, bracing, falsework, etc. necessary for the completion of the Scope of Work stated herein. III. Furnish and Install A. Mechanical (HVAC) Inclusions 1. Bidder shall furnish and install a complete and operational mechanical system including, but not limited to, air handling units, fans, blowers, ventilator fans ductwork and ductwork accessories 4
such as dampers, fire dampers, FSD, turning vanes, flex connections, louvers, grilles, exterior louvers, and other accessories and appurtenances. 2. Bidder shall include system air balancing, cleaning, and filters changes. 3. The Bidder shall furnish and install HVAC Controls as required. B. Plumbing Inclusions 1. Bidder shall furnish and install a complete and operational plumbing system including, but not limited to, plumbing piping, fixtures and trim, water system piping, domestic water distribution, meters, gauges, storm drain piping, sanitary sewer piping, condensate system and condensate handling equipment, HVAC hot water distribution, underground plumbing and piping systems under and in the building footprint, including any backing, accessories and appurtenances. 2. Bidder shall furnish and install all bathroom fixtures as required, and eyewash stations. Include furnish and install drinking fountains, if shown. 3. Bidder shall include all required trench excavation and backfill for the Scope of Work Stated herein. 4. Bidder shall include any required flushing, cleaning, and disinfecting of the plumbing systems. 5. Bidder shall furnish and install all required drains. 6. The Bidder shall tie in all plumbing pipes 5 outside unless otherwise noted. 5
SECTION 2: SCHEDULE FOR BID PACKAGE HVAC & Plumbing Bid Contacts: Michael Schreckengost Skanska-Shimmick-Herzog JV 1436 California Circle Milpitas, CA 95035 (408) 678-0266 (Desk) Michael.Schreckengost@sshjv.com CC email to bid contact Grace Li Skanska-Shimmick-Herzog JV 1436 California Circle Milpitas, CA 95035 (408) 678-0178 (Desk) Grace.Li@sshjv.com CC email to bid contact BID DUE DATE: January 31, 2014. CONTRACTOR reserves the right to award any work posted for solicitation 10 or more days after the solicitation is posted. o Expected Start Date for Work: : August 2014 6
SECTION 3: BID FORM HVAC AND PLUMBING SCHEDULE OF BID PRICES For the SCOPE, in accordance with the Contract Documents for SSHJV Bidder s Firm Name & CSLB Lic. # Street Address City State Zip Code Estimator: Email Address: (Area Code) Telephone No. Bidder shall provide proposals for each package/ Station separately. Bidder may provide proposal for all Bid Packages/ Stations. Bids will be considered if Bidder selects to Bid on one station and / or scope. Proposals for all packages shall include detailed schedule of values listing including quantities, unit price, total tonnage, and total price per item. (For example Stainless Steel Guardrail would include lineal footage, price per foot, total tonnage, add/deduct, and total price for the item.) The undersigned, having examined all referenced documents and the Drawings, understanding the terms and conditions of the Contract Documents and the local conditions affecting the performance and costs of the Work, and having fully inspected the Site in all particulars, hereby proposes and agrees to fully perform the Work as indicated on the Drawings and in accordance with the requirements of the Contract Documents within the time stated therein, and for the following price(s): 7
Reference Sheet Milpitas - DU25 Facilities HVAC Plumbing 1 Train Control House S28 M102 M103-104 2 Breaker Station SXB Toilet M102 M108 3 DC Switchgear House SME M105 4 DC Switchgear House SRR M106 5 Substation SXB M107 San Jose - DU26 Facilities HVAC Plumbing 1 Train Control/ Communications House S44 M202 M203-204 2 SSL, SLP Toilet M202 M208 3 Substation SLPP and Switching Station SSL M205 4 Station SXC M206 5 SHO-DC House M207 Fremont - DU27 Facilities HVAC Plumbing 1 Train Control/ Communications House S24 M402 M403-404 2 Train Control/ Communications House S26 M405 M406-407 3 Switchgear House SKR M408-409 8
HVAC MILPITAS WAYSIDE FACILITIES DU25 Item Description 1 Louver Vent 2 HVAC Equipment 3 Duct Insulation 4 Controls 5 Management & Overhead SAN JOSE WAYSIDE FACILITIES DU26 Quantity Item Description Quantity UM 1 Louver Vent 2 HVAC Equipment 3 Duct Insulation 4 Controls 5 Management & Overhead FREMONT WAYSIDE FACILITIES DU27 Item Description Quantity UM 1 Louver Vent 2 HVAC Equipment 3 Duct Insulation 4 Controls 5 Management & Overhead UM Price/ Unit Price Price / Unit Price Price / Unit Price 9
PLUMBING MILPITAS WAYSIDE FACILITIES DU25 Item Description Quantity UM 1 Fixtures 2 Drainage 3 Waste/ Sanitary Sewer System 4 Domestic Water System 5 Management & Overhead SAN JOSE WAYSIDE FACILITIES DU26 Item Description Quantity UM 1 Fixtures 2 Drainage 3 Waste/ Sanitary Sewer System 4 Domestic Water System 5 Management & Overhead FREMONT WAYSIDE FACILITIES DU27 Item Description Quantity UM 1 Fixtures 2 Drainage 3 Waste/ Sanitary Sewer System 4 Domestic Water System 5 Management & Overhead Price/ Unit Price Price / Unit Price Price / Unit Price 10
Acknowledgement of Addenda Labor Rates Bidder will provide labor rates for all trades and scales associated with their work. Include escalated rates as required. Tools & Equipment Rates Bidder shall provide proposed tool and equipment rental rates per Article 6 of the Prime Contract within 10 days of issuance of Contract. Insurance Requirements VTA / BART Berryessa extension is a Contractor Controlled Insurance Program (CCIP). Reference Appendix C Insurance Requirements (Contractor Controlled Insurance Program, CCIP) Schedule: Please confirm or provide the following: Attach a proposed schedule including time for the following tasks, but not limited to: award; submittals; shop drawings by assembly type; approvals; mockups and testing; fabrication; shipping; and installation. Material Procurement List materials which have lead times longer than three (3) weeks after submittal approval. Material Lead Time Unique Material/Equipment List materials/equipment included in this Trade scope considered unique to the SSHJV project. 11
Material Bidder acknowledges and agrees that this Bid, if not withdrawn prior to the scheduled time for receipt of Bids, shall not be withdrawn for a period of 90 days thereafter. Bid Grand Total: $ Bid submitted by: (Item #5 on Schedule of Bid Prices) (seal) Name of Firm, Corporation, Partnership or Joint Venture Names of All Partners, if Partnership State of Incorporation, if Corporation Signature of Bidder or Authorized Representative Date of Bid Name and Title of Authorized Representative Note: If Bidder is a corporation, set forth the legal name of the corporation together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation. If Bidder is a partnership, set forth the name of the firm together with the signature of the partner or partners authorized to sign contracts on behalf of the partnership. 12
SECTION 4: SCOPE OF WORK CONTRACT REFERENCE DOCUMENTS HVAC AND PLUMBING The Scope of Work/Supply is identified but not limited to the following Specification Section(s) as required to compete the scopes herein: Specification Sections Division One Division Twenty-Two Division Twenty-Three Description General Requirements (All) Plumbing Heating, Ventilating, and Air Conditioning Related Sections Description 13 57 54 Sustainability Requirements Drawings Description DU025 RFC Milpitas Wayside Architectural DU025 RFC Milpitas Wayside Structural DU025 RFC Milpitas Wayside Mechanical DU026 RFC San Jose Wayside Architectural DU026 RFC San Jose Wayside Structural DU026 RFC San Jose Wayside Mechanical DU027 RFC Fremont Wayside Architectural DU027 RFC Fremont Wayside Structural DU027 RFC Fremont Wayside Mechanical 2012-01-27 Guideway and Stations Aesthetics Design Guidelines BFS Volume 6 Volume 6 BART Facilities Standards R2.1 13
SECTION 5: ADDITIONAL REQUIRED DOCUMENTS HVAC AND PLUMBING Appendix A Scope of Work and Contract Price Appendix B Safety Appendix C Insurance Requirements (Contractor Controlled Insurance Program, CCIP) Appendix D Code of Conduct Appendix E Employee Rights Poster Appendix F Environmental Management System Requirements and Policy Appendix G Storm Water Pollution Prevention and Dust Control Plans Appendix H Certain Prime Contract Clauses Appendix I Subcontractor Quality Assurance/ Control (QA/QC) --- Exhibit A Conditional Wavier and Release Upon Progress Payment Exhibit B Unconditional Waiver and Release Upon Progress Payment Exhibit C Conditional Wavier and Release Upon Final Payment Exhibit D Unconditional Wavier and Release Upon Final Payment Exhibit E Payment Bond Exhibit F Performance Bond Exhibit G Subcontractor Certification Exhibit H Subcontractor Monthly Incident Summary Report 14