SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Similar documents
SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY. Approving parking modifications associated with the Commuter Shuttle Pilot Program.

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Replacement of Manual Trolley Switch System Phase 1

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Page 1 of 2 AMENDMENT - REQUEST FOR QUALIFICATIONS (RFQ)

6.a DATE: FEBRUARY 7, 2013 BOARD OF DIRECTORS RICHARD D. THORPE CHIEF EXECUTIVE OFFICER

Invitation for Bids for Armed and Unarmed Security Guard Services ADDENDUM NO. 1 ACKNOWLEDGEMENT NOTICE

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

PROJECT DESCRIPTION. The project is the Spartan Complex Seismic Upgrade, San Jose, California.

PUBLIC CONTRACT CODE SECTION

MOTION NO. M Construction Contract for the Downtown Bellevue to Spring District Segment within the East Link Extension

City of Palo Alto (ID # 4369) City Council Staff Report

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Any discussions or marketing activities related to this specific project.

FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: JULY 9, 2007 CMR:251 A:07

ADDENDUM NO. 1. Date: January 11, for. RFQ for Design-Build Entity, Health Center/ Concession Project at Irvine Valley College. BID No.

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents

AGENDA REPORT. Attachments: 1. Resolution No. 18-R Joint Community Letter Dated April 17, 2018

UNIVERSITY OF CALIFORNIA, SAN DIEGO

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11)

DOCUMENT BID PROPOSAL

City and County of San Francisco

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA

AGENDA ITEM Public Utilities Commission City and County of San Francisco

Commonwealth of Virginia

Van Ness BRT CAC April 26

MOTION NO. M Contract Amendment for Downtown Bellevue to Spring District Construction within the East Link Extension

The New SFMTA Strategic Plan

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK (CMAR) SERVICES WITH GUARANTEED MAXIMUM PRICE

Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011)

Contract No Amendment: Conversion Management Associates, Inc. for the Center Street Garage Replacement Project

METRO RED LINE ESCALATOR REPLACEMENT/MODERNIZATION AT PERSHING SQUARE

Preliminary Project Assessment

BOARD OF AIRPORT COMMISSIONERS

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

January 22, Table of Contents

Draft SFMTA Strategic Plan

Town of Brandon, Vermont US Route 7 (Center Street) Bridge 114 Improvements

Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS

Strategic Plan Progress Report Goal 2 Focus. November 2015 San Francisco, California

Agenda. Hugh Tucker, Deputy Chief Procurement Officer Legislation Request for Qualifications/Proposals

CONSTRUCTION MANAGEMENT SERVICES

EXHIBIT A. 1) General:

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY BOARD OF DIRECTORS. RESOLUTION No

Environmental Review of SFMTA Projects Under CEQA. SFMTA Board of Directors February 2, 2016 Special Meeting

Strategic Plan. SFMTA Board of Directors Workshop

Town of Brandon, Vermont Brandon Union St. Sidewalk STP EH 05 (4) Request for Qualifications Construction Inspection and Testing Services

POLICIES AND PROCEDURES ENGINEERING SERVICES DEPARTMENT

Information for Contractors Regarding Public Works Projects

SEE BELOW APRIL 3, 2001 FOX CALIFORNIA THEATRE CONSTRUCTION CONTRACT

NASCIO Award Application. Section A: Cover Page. NCDOT Vendor Prequalification System. Digital Government: Government to Business (G to B)

REQUEST FOR PROPOSALS. Construction Manager CM Services Pre-Construction and Construction Services

Please note the following policy concerning communication between Consultants and Pike County Engineer during the announcement and selection process:

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR

Information for Contractors Regarding Public Works Projects

Complying with Ohio s. Qualifications-Based Selection Law. (Ohio Revised Code ) A Guide for Public Authorities

Please note the following policy concerning communication between Consultants and Pike County Engineer during the announcement and selection process:

RESOLUTION NO. A RESOLUTION EXEMPTING THE DESIGN AND CONSTRUCTION OF WTP , VINE

Bowman Outside Plant Splicing Project

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

g r1 a rt December 3, 2012 TO: Honorable Mayor and City Council FROM: Department of Public Works

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Construction & Engineering 1845 East Russell Road Suite 300 Las Vegas, NV 89119

City of Sacramento City Council 915 I Street, Sacramento, CA,

Midpeninsula Regional Open Space District

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

The Bid Date has changed to 03/16/2010 at 2:30 PM.

Request for Proposal (RFP) Community Well Operator Klamath Tribes Housing Department RFP # 1813KTHD-2WellOperator

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

August 31, To Whom It May Concern:

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 01. Terminal D Expansion Joints Rehabilitation CONTRACT NO

Amity School District 4J

SEATTLE S NEW WMBE INCLUSION PLAN

Memorandum. Date: RE: Citizens Advisory Committee

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

Date: January 28, TriMet Contract Review Board. Daniel W. Blocher, P.E.

City of Hartford Hartford School Building Committee

BID AND PURCHASING LAWS/BEST PRACTICES

ADVERTISEMENT FOR BIDS (AFTER PREQUALIFICATION)

19A NCAC 02E.0702 Solicitation and Award of Contract 19A NCAC 02E.0703 Prequalifying to Award - Professional Services Firms

Purchasing and Procurement Policy

Deadline for documents submission June 11, 2009 before 12:00 hours (local time)

MOTION NO. M Design-Build Project Management Services for the Federal Way Link Extension

Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents

PROPOSAL EVALUATION WORKSHEET (INDIVIDUAL) EVALUATION FACTOR: DISADVANTAGED BUSINESS ENTERPRISE PLAN AND PROGRAM (RATED)

Transcription:

THIS PRINT COVERS CALENDAR ITEM NO. : 14 DIVISION: Capital Programs and Construction BRIEF DESCRIPTION: SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY Awarding San Francisco Municipal Transportation Agency Contract No. 1282R1, Twin Peaks Tunnel Trackway Improvement Project to Shimmick/Con-Quest Joint Venture to replace the track structure and perform seismic strengthening and structural repairs in the Twin Peaks Tunnel, between the West Portal and old Eureka Valley Stations, in the amount of $40,980,000, and for a term of 240 calendar days to substantial completion. SUMMARY: Under the Project, the Contractor will replace the track structure (comprising ballast, ties, rail, and track drainage) in the Twin Peaks Tunnel between the West Portal and old Eureka Valley Stations and perform seismic strengthening and structural repairs. The SFMTA received one bid and Statement of Qualifications (SOQ) for the Project, from Shimmick/Con-Quest Joint Venture (SCJV). The SFMTA evaluated the SOQ in early January, and then publicly opened the Bid and announced the SOQ evaluated score on January 18, 2018. SCJV s bid amount of $42,230,000 was 19 percent above the engineer s estimate of $35,500,000. The SFMTA entered into negotiations with SCJV, which reduced the price to $40,980,000 with no reduction to Project scope or contract requirements. Funding for construction services for the Project is provided by federal and local sources. The Planning Department has determined that the Twin Peaks Tunnel Trackway Improvement Project is categorically exempt from the California Environmental Quality Act (CEQA). ENCLOSURES: 1. SFMTAB Resolution 2. Project Budget & Financial Plan APPROVALS: DATE 1/29/2018 DIRECTOR SECRETARY 1/29/2018 ASSIGNED SFMTAB CALENDAR DATE: February 6, 2018

PAGE 2. PURPOSE The SFMTA Board of Directors awards San Francisco Municipal Transportation Agency Contract No. 1282R1, Twin Peaks Tunnel Trackway Improvement Project to Shimmick/Con-Quest Joint Venture, to replace the track structure and perform seismic strengthening and structural repairs in the Twin Peaks Tunnel between the West Portal and old Eureka Valley Stations, in the amount of $40,980,000, and for a term of 240 calendar days to substantial completion. STRATEGIC PLAN GOALS AND TRANSIT FIRST POLICY PRINCIPLES The Project to be performed under Contract No. 1282R1 will assist in the implementation of the following goals, objectives and initiatives in the SFMTA Strategic Plan: Goal 1: Goal 2: Create a safer transportation experience for everyone. Objective 1.3 Improve the safety of the transportation system. Make transit, walking, bicycling, taxi, ridesharing & car-sharing preferred means of travel Objective 2.2 Improve transit performance Goal 3: Improve the environment and quality of life in San Francisco Objective 3.1 Reduce the Agency s and the transportation system s resource consumption, emissions, waste and noise Objective 3.2 Increase the transportation system s positive impact to the economy Objective 3.3 Allocate capital resources effectively Transit First Policy Principles: 1. To ensure quality of life and economic health in San Francisco, the primary objective of the transportation system must be the safe and efficient movement of people and goods. 2. Public transit, including taxis and vanpools, is an economically and environmentally sound alternative to transportation by individual automobiles. Within San Francisco, travel by public transit, by bicycle and on foot must be an attractive alternative to travel by private automobile. DESCRIPTION The Twin Peaks Tunnel is a 2.2 mile long tunnel constructed in 1918 under Twin Peaks. Four of the most heavily used Muni light rail lines run through the tunnel, carrying over 80,000 passengers every weekday. The Twin Peaks tunnel track structure is 50 years old, has reached the end of its useful life, and must be replaced to ensure rail service safety, and improve transit service speed and reliability. The Project includes replacement of rail, ties, ballast, rail fixation and drainage between the tracks.

PAGE 3. The Project also includes seismic strengthening of walls, beams and columns in the old Eureka Valley Station and replacing a section of the tunnel ceiling east of the West Portal Station. The need for this seismic strengthening was identified in a February 2012 report from an engineering consultant that addressed the seismic vulnerability of the Forest Hill Station and the old Eureka Valley Station, both of which are located in the Twin Peaks Tunnel. Since 2015, the SFMTA has advertised the Project three times for competitive bids. The original Contract No. 1282 was advertised on June 23, 2015 with a bid date of July 23, 2015, which was extended four times to attract more bidders and increase competition. On October 1, 2015, the SFMTA received and publicly opened three bid proposals from DMZ Transit a JV (DMZ), Shimmick/Con-Quest Joint Venture (SCJV), and NTK Construction Inc. (NTK). DMZ requested to withdraw its bid due to material clerical errors, and the Agency concurred. The Agency determined that NTK s bid was non-responsive because it failed to list a required subcontractor and failed to list all costs associated with construction. NTK appealed, and the Director of Transportation upheld staff s determination that NTK's bid was non-responsive. To avoid potential litigation and in lieu of accepting the single remaining responsive bid, the SFMTA elected to reject all bids, clarify the contract requirements, and put the Project back out to bid. On January 14, 2016, the SFMTA issued a second Invitation for Bids for the Project, under Contract No. 1282R. On February 12, 2016, the SFMTA received and publicly opened three bids from SCJV, NTK, and Disney Construction, Inc. On April 5, 2016, the SFMTA Board adopted Resolution No. 16-040 awarding Contract No. 1282R to NTK as the responsible bidder which submitted the lowest responsive bid. The contract required the contractor to perform the Project during 21 long weekends, when transit service through the Twin Peaks Tunnel would be suspended. The Agency subsequently determined (based on the Agency s then recent experience with a similar project to replace tracks in the Sunset Tunnel) that a large number of shutdowns of short duration would more severely impact transit service and the community surrounding the tunnel than the Agency had anticipated. The Agency attempted to negotiate a different project schedule with NTK in which the work would be performed during only a few shutdowns of 11 to 14 days. But the changed schedule would have increased the costs of the Project beyond the amount the Agency could reasonably justify as fair and reasonable. On that basis, the SFMTA determined that it would be more advantageous to terminate the contract with NTK for convenience and to re-package and rebid the project using a single longer shutdown period. On June 1, 2017, the Director of Transportation notified the SFMTA Board that he had authorized staff to terminate NTK's contract for convenience. The SFMTA notified NTK of its intent to terminate the contract on June 2, 2017. On January 16, 2018, the SFMTA Board adopted Resolution No. 180116-005 authorizing final contract modification to Contract No. 1282R that reduced the final contract price, confirmed transfer to the SFMTA of materials and equipment that NTK had purchased to perform the Project, resolved all of NTK's claims, and terminated the contract. After significant internal discussion, SFMTA staff concluded the majority of the construction work for the Project should be performed during a 60-day shutdown of the Twin Peaks Tunnel scheduled for June and July, when there is reduced demand for transit service, and during up to 15 weekends

PAGE 4. with extended service shutdown periods. Staff determined that this schedule would least disrupt transit service, while providing a reasonable window for a qualified contractor to perform the work. CONTRACTING PROCESS To encourage participation of more highly qualified contractors, the SFMTA elected to use a twostep Best Value Procurement Process for the Project as authorized by Administrative Code Section 6.74 when advertising this Project for the third time. A best value contracting process considers bidders' experience, expertise and other qualifications, as well as bid price. On September 28, 2017, the Director of Transportation notified the SFMTA Board that he had authorized the staff to advertise a Request for Qualifications (RFQ) and an Invitation for Bids (IFB) for the Project, under Contract No. 1282R1. On October 2, 2017, the SFMTA advertised a Request for Qualifications (RFQ), as the first step in the procurement process, and invited interested contractors to submit a prequalification questionnaire from which the SFMTA would prequalify contractors to submit detailed Statements of Qualifications and bid proposals. On November 1, 2017, the SFMTA advertised an IFB, as the second step in the procurement process, requiring each prequalified bidder to submit a detailed Statement of Qualifications (SOQ) and a fixed price bid in separately sealed packages. In accordance with the requirements Administrative Code Section 6.74, these two submittals would be used to determine the Best Value Score by dividing the total bid price by an evaluated score of the SOQ. The lowest resulting quotient, or cost per quality point would be the bid that represented the Best Value to the SFMTA. Six contractors responded to the Agency s RFQ and submitted prequalification questionnaires: Stacy & Witbeck; Balfour Beatty; Railworks Corporation; Shimmick Construction/Con-Quest Contractors, Inc. Joint Venture; ProVen Management Inc; and Herzog Corporation. ProVen Management, Inc. later withdrew its application before the Bid Date. The SFMTA reviewed all submitted prequalification questionnaires and determined all five remaining contractors to be prequalified. On January 8, 2018, SFMTA received a single Bid and SOQ from SCJV. Federal Transit Administration (FTA) regulations and the City's Administrative Code require the Agency to investigate whether by amending its bid requirements, the Agency might attract additional bidders if it put the Project out to bid again. The SFMTA surveyed the five prequalified contractors and reviewed the Project's specifications to determine whether the specifications were unduly restrictive and/or whether they could be amended to attract additional bidders. The SFMTA determined that after bidding the Project three times and making modifications to attract more bidders each time, there were no other changes that the SFMTA could make to attract more bidders without risking long disruptions to transit service and without causing major inconvenience to riders, neighborhood merchants, and the general public. The Agency believes that if the Project were put out to bid a fourth time, there is a significant risk that no contractor would bid at all. Having established that rebidding the project was unlikely to attract additional bidders, the SFMTA

PAGE 5. evaluated and scored the single SOQ following the scoring criteria established in its IFB and its Evaluation Plan. On January 16, 2018, the SFMTA held a public bid opening when it first announced SCJV s SOQ score and opened its sealed bid (price) for the Project, and calculated SCJV's proposal as follows: Bidder SOQ Score Total Bid Best Value Score Price (Bid Price/SOQ Score) Shimmick/Con-Quest Joint Venture (SCJV) 846.00 $42,230,000 49,917 The SFMTA's engineer s cost estimate for the Project was $35,500,000; SCJV's bid was 19 percent above that estimate. When the SFMTA receives only a single bid, FTA regulations require the Agency to perform a detailed Cost Analysis of the bid price to determine whether it is fair and reasonable. The SFMTA engaged a consultant to assist the Agency in performing that analysis. The SFMTA and its consultant fully reviewed all backup cost information from SCJV on which the contractor's based its bid price. This review indicated that certain costs in the bid appeared to be inflated, which the SFMTA then negotiated with SCJV. The parties' negotiations reduced the contract price by $1,250,000, for a final contract price of $40,980,000 with no reduction to the scope of the Project or any change to contract requirements. The SFMTA determined that the final negotiated price of $40,980,000 is fair and reasonable given the risks and difficulty of the Project, and conditions in the current construction market. SUBCONTRACTING AND SBE PARTICIPATION Bidders are required by the California Subletting and Subcontracting Fair Practices Act (Public Contract Code section 4104) to list all subcontractors that will perform more than one-half of one percent of the value of the Contract. SCJV s bid listed the following subcontractors: Subcontractor Status Value CMC Traffic Control Specialists LBE, DBE, and State SBE $1,300,000 On The Level Concrete LBE and DBE $1,275,000 Ingram Fire Protection State SBE $ 288,000 Custom Spray Systems NA $ 698,000 The Contract Compliance Office reviewed SCJV s bid proposal and determined that SCJV has made a commitment to achieve the Small Business Enterprise (SBE) participation goal of 21% established for this contract and has committed to meeting the Non-discrimination Equal Employment Requirements of the contract. STAKEHOLDER ENGAGEMENT Since January 2015, SFMTA Outreach staff has attended more than 70 neighborhood meetings to

PAGE 6. provide Project updates. Staff regularly attends monthly meetings organized by the Greater West Portal Neighborhood Association, the West Portal Merchants Association, the Castro Merchants Association, the Eureka Valley Neighborhood Association, and the Forest Hill Association. By attending neighborhood meetings of groups neighboring the Twin Peaks Tunnel, Outreach staff have engaged key stakeholders by regularly providing project updates, publicizing the project, consulting with neighbors about construction and local topics, and works with participants to find mutually agreeable solutions to concerns about construction impacts. In preparation for construction, SFMTA staff and neighborhood leadership worked together on concerns such as construction noise levels, materials and equipment staging areas, pest abatement, scheduling and timing of the tunnel closure, and mitigating impacts to businesses during construction. Mutually agreeable solutions to neighborhood and merchant concerns were addressed and incorporated into the contract, including restricting the tunnel shutdown to the summer months to avoid impacting schools and merchants, and restricting contractor staging areas in and around business delivery zones to improve customer access to commercial districts during construction. Outreach hosted several open houses since March 2015 in West Portal, Forest Hill and Castro neighborhoods with additional events planned in preparation for the 2018 tunnel closure. The open houses provide pre-construction information and a platform for the community to discuss the Project with SFMTA representatives. After consulting with community leadership, Outreach staff has created communication tools for the benefit of project stakeholders, including a Project website with email notifications and reminders for enrollees, SFMTA representative contact information, opportunities for merchant associations to collaborate on a construction mitigation marketing plan, and support of Twin Peaks Tunnel centennial neighborhood events. ALTERNATIVES CONSIDERED The Project is important to ensure safe transit service through the Twin Peaks Tunnel. The Project will also improve the speed and reliability of transit service through the tunnel. The project team discussed with Maintenance staff whether the Project could be performed by SFMTA personnel as part of regular maintenance. But it was determined that the SFMTA lacks sufficient personnel and equipment to replace the entire 2.2 miles of Twin Peaks Tunnel track structure. Further, Administrative Code Section 6.1 requires that any project valued greater than $600,000 must be contracted, and cannot be performed by City personnel. FUNDING IMPACT Total funding of $51,810,000 for the Twin Peaks project had been previously identified. A portion of that funding has been expended to pay for work under the prior contract which was terminated for convenience. The additional funding amount needed for the Twin Peaks project is to be determined and will come from cost savings, deferral, or defunding of other planned Fixed Guideway capital projects. The budget and financial plan for this Project is presented in Enclosure 2.

PAGE 7. ENVIRONMENTAL REVIEW The Twin Peaks Tunnel Trackway Project is subject to the California Environmental Quality Act (CEQA). CEQA provides a categorical exemption from environmental review for replacement or reconstruction of existing structures and facilities as defined in Title 14 of the California Code of Regulations Section 15302. On July 31, 2015, the Planning Department determined (Case Number 2015-008803ENV) that the Twin Peaks Tunnel Trackway Project is categorically exempt from CEQA as defined in Title 14 of the California Code of Regulations Section 15302. A copy of the CEQA determination is on file with the Secretary to the SFMTA Board, and may be found in the records of the Planning Department at 1650 Mission Street in San Francisco, and is incorporated herein by reference. OTHER APPROVALS RECEIVED OR STILL REQUIRED None. The City Attorney s Office has reviewed this calendar item. RECOMMENDATION Staff recommends that the SFMTA Board of Directors award San Francisco Municipal Transportation Agency Contract No. 1282R1, Twin Peaks Tunnel Trackway Improvement Project to Shimmick/Con-Quest Joint Venture to replace the track structure and perform seismic strengthening and structural repairs in the Twin Peaks Tunnel, between the West Portal and old Eureka Valley Stations, in the amount of $40,980,000, and for a term of 240 calendar days to substantial completion.

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY BOARD OF DIRECTORS RESOLUTION No. WHEREAS, Twin Peaks Tunnel, is a 2.2 mile long tunnel constructed in 1918, through which four of the most heavily used light rail lines run through the tunnel, carrying over 80,000 passengers per weekday; and, WHEREAS, The track structure, including rails, ties, ballast, rail fixation and drainage between the tracks in the Twin Peaks Tunnel, has reached the end of its useful life and the tunnel requires seismic improvements and structural repairs; and, WHEREAS, To maintain rail service safety, and improve transit service speed and reliability through the Twin Peaks Tunnel, the SFMTA must replace the track structure between the West Portal Station and the old Eureka Valley Station, which Project includes replacement of rail, ties, ballast, rail fixation and drainage between the tracks, and must also perform seismic strengthening of walls, beams and columns in the old Eureka Valley Station and replace a section of the tunnel ceiling east of the West Portal Station; and, WHEREAS, The SFMTA determined that it would use a two-step Best Value Procurement Process to select a contractor qualified to perform the Project; and, WHEREAS, On October 2, 2017, the SFMTA issued a Request for Qualifications to prequalify contractors for the Project, and on November 1, 2017 issued an Invitation for Bids soliciting Statements of Qualifications and Bids from prequalified contractors to perform the Project; and, WHEREAS, On January 8, 2018 The SFMTA received proposal single bid and Statement of Qualifications from Shimmick/Con-Quest Joint Venture (SCJV); and, WHEREAS, The SFMTA determined that the scope of the Project cannot be feasibly changed in a manner that might attract additional bidders if the Agency put the Project out to bid again, and if it did so, there is a significant risk that no contractor would bid at all, and therefore elected to evaluate the single bid received; and, WHEREAS, SCJV s bid price of $42,230,000 was 19 percent above the engineer s estimate of $35,500,000; and, WHEREAS, When only one bid is received, the Federal Transit Administration regulations require the SFMTA to perform a detailed cost analysis of the proposed price to determine whether it is fair and reasonable, and SFMTA staff and a SFMTA consultant reviewed SCJV's cost documents and price sheets to identify portions of the bid that should be negotiated; and,

WHEREAS, SFMTA negotiated the bid price with SCJV, by which SCJV reduced its bid price $1,250,000 for a new bid price of $40,980,000, with no reduction to the scope of the Project or any of the contract requirements which was determined to be fair and reasonable for the Project; and, WHEREAS, The majority of the Project will be performed during a 60-day shutdown of the Twin Peaks Tunnel during which rail service through the tunnel will be suspended, and during up to 15 weekends with extended rail service shutdowns; and, WHEREAS, Outreach staff regularly attends monthly meetings and have attended more than 70 neighborhood meetings and organized several open house events since 2015; and, WHEREAS, The Contract Compliance Office reviewed the bid proposals and confirmed that SCJV will commit to meeting the Small Business Enterprise participation goal of 21% established for this Contract and will commit to meeting the non-discrimination and equal employment requirements of the Contract; and, WHEREAS, Funding for Project under Contract No. 1282R1 will come from Federal grants and local sources; and, WHEREAS, The Twin Peaks Tunnel Trackway Project is subject to the California Environmental Quality Act (CEQA). CEQA provides a categorical exemption from environmental review for replacement or reconstruction of existing structures and facilities as defined in Title 14 of the California Code of Regulations Section 15302; and, WHEREAS, On July 31, 2015, the Planning Department determined (Case Number 2015-008803ENV) that the Twin Peaks Tunnel Trackway Project is categorically exempt from CEQA as defined in Title 14 of the California Code of Regulations Section 15302; and, WHEREAS, A copy of the CEQA determination is on file with the Secretary to the SFMTA Board, and may be found in the records of the Planning Department at 1650 Mission Street in San Francisco, and is incorporated herein by reference; and, therefore be it RESOLVED, That the SFMTA Board of Directors awards San Francisco Municipal Transportation Agency Contract No. 1282R1, Twin Peaks Tunnel Trackway Improvement Project to Shimmick/Con-Quest Joint Venture to replace the track structure and perform seismic strengthening and structural repairs in the Twin Peaks Tunnel, between the West Portal and old Eureka Valley Stations, in the amount of $40,980,000, and for a term of 240 calendar days to substantial completion. I certify that the foregoing resolution was adopted by the San Francisco Municipal Transportation Agency Board of Directors at its meeting of February 6, 2018. Secretary to the Board of Directors San Francisco Municipal Transportation Agency

ENCLOSURE 2 TWIN PEAKS TUNNEL TRACKWAY IMPROVEMENT PROJECT San Francisco Municipal Railway Contract No. 1282R1 Project Budget and Financial Plan Cost Amount Pre-development, Conceptual Engineering, Detailed Design Phase $3,314,000 Staff Support (SFMTA and Other City Services) Construction Phase $48,500,000 Construction Contract, Contingency, and Staff Support Total Cost $51,814,000 Funding Amount Federal Grant Funds $41,451,200 SFMTA Revenue Bonds $4,754,780 Bridge Total Funds $1,458,907 Prop K Sales Tax $4,149,113 Total Funding $51,814,000