Unfortunately, the listing you're looking for is no longer available.
Similar Listings
Sub-Bids Requested from qualified DBE Subcontractors and Suppliers for:
MAINSPRING LINEAR GENERATOR PROJECT
Owner: Silicon Valley Clean Water
Developer: Mainspring Energy, Inc.
Location: Redwood City, CA
Bid Date: April 25, 2025 @ 2:00 P.M.
Contact: Lori Olivas, lori.olivas@jfshea.com
J.F. Shea Construction, Inc. is soliciting your participation in the preparation of this bid. We are particularly interested in bids from subcontractors/suppliers for the following work items: Site Clearing, AC Paving, Ready-Mix Concrete, Reinforcing Steel, Structural Steel, Miscellaneous Metals, Painting & Coatings, HVAC, and Electrical.
Plans and Specifications: Email your request to elizabeth.pettus@jfshea.com. Plans may also be viewed at our NorCal Office at 4309 Hacienda Drive, Suite 170 Pleasanton, CA 94588. J.F. Shea Construction, Inc. is an equal opportunity employer and intends to negotiate in good faith with interested DBE firms and intends to utilize the lowest responsive bidder. J.F. Shea expects potential subcontractors to be bondable. J.F. Shea will pay for up to 1% for subcontractor bond costs. Subcontractors and Suppliers are expected to bid per plans and specifications, including requirements for warranties. Standard manufacturer's warranties, if not in conformance with owner's specifications, will not be accepted. Show more »
NOTICE TO ENGINEERING DESIGN CONSULTANTS
The Sewer Authority Mid-Coastside (the "Authority"), San Mateo County, California is issuing a Request for Proposals (RFP) and will receive Proposals from Engineering Design Consultants for its WWTP ELECTRICAL SYSTEM RELOCATION PROJECT. A mandatory Pre-Proposal Conference and Site Visit is being conducted at the Wastewater Treatment Plant at 1000 North Cabrillo Highway in Half Moon Bay on March 20, 2025 at 10 AM. Attendance at the Pre-Proposal Conference and Site Visit is required. Proposals will not be accepted by the Authority from proposers that fail to attend the Mandatory Pre-Proposal Conference and Site Visit.
Proposals will be received by the Authority electronically or at its office located at 1000 N. Cabrillo Highway, Half Moon Bay, California 94019, on or before 2:00 PM, April 15, 2025. Proposals will be examined and considered by the Board of Directors of the Authority at its next meeting. Proposals shall be submitted per the instructions included in the RFP.
Each Proposal shall conform and be responsive to this notice and all other documents comprising the RFP. Electronic copies of the RFP may be requested in writing at no cost to the following email:
kishen@samcleanswater.org
Questions related to the RFP shall be directed to the Authority's engineer for this project: Engineer, Sewer Authority Mid-Coastside, Half Moon Bay, CA 94019; (650) 726-0124; kishen@samcleanswater.org. Deadline to submit questions is close of business (4 PM) on March 24, 2025.
Dated this 3rd day of March, 2025
Sewer Authority Mid-Coastside
By: __________________________
Kishen Prathivadi, General Manager Show more »
REQUEST FOR QUALIFICATIONS (RFQ) FOR ESTIMATOR/VALUE ENGINEER
Project: Owners Representative/Estimator/Value Engineer Subconsultant for MWA, Inc.
Date: March 19, 2025
Introduction
MWA Inc. is seeking a qualified Estimator/Value Engineer Subconsultant (referred to as "VE consultant" in the remainder of this document) to assist in the reconstruction of Camp Krem Boulder Creek following the CZU Lightning Complex wildfires. The selected firm will play a critical role in optimizing costs, materials, and construction methods while maintaining the integrity, function, and aesthetics of the project.
Background
MWA, Inc. is an architecture and engineering firm based in Truckee, CA, with nearly four decades of experience designing thoughtful and practical spaces that reflect the character of mountain communities. MWA, Inc.'s multidisciplinary team specializes in architecture, engineering, and interior design, creating designs that balance beauty, function, and sustainability.
Camping Unlimited for the Developmentally Disabled (CU) is a California charitable corporation founded in 1957 with IRS 501(c)(3) exemption. It operates Camp Krem, a 97-acre campus in Boulder Creek, Santa Cruz County. The August 2020 CZU Lightning Complex wildfires destroyed about 95% of Camp Krem's main camp facilities, including 30 buildings totaling 30,000 square feet, infrastructure, utilities, materials, contents, supplies, and vehicles. CU is eligible for FEMA Public Assistance funding to support the rebuilding of these lost facilities.
Scope of Work
The VE Consultant will be responsible for the following key tasks:
1. Project Estimate Complete a construction estimate of the project as currently designed. This estimate will include infrastructure costs as well as a detailed, line by line breakdown of costs for each building.
2. Cost-Benefit Analysis Evaluate various construction components, considering factors such as longevity, sustainability, ease of maintenance, and overall cost-effectiveness.
3. Pre-Construction Value Engineering Assess architectural and engineering designs, identifying cost-saving opportunities without compromising quality, safety, or project goals. Provide recommendations on materials, construction methods, and phasing strategies.
4. Design Optimization Collaborate with MWA Inc. and CU to ensure efficient design choices that align with budget constraints while maintaining aesthetic and functional integrity.
5. Budget and Cost Control Assist in refining project budgets, tracking costs, and advising on financial efficiency in coordination with the general contractor and CU.
6. Risk Assessment Identify potential risks and provide proactive solutions to minimize financial and operational impacts.
7. POTENTIAL ADDITIONAL SERVICE: Construction Oversight Support Monitor ongoing work for cost control opportunities and propose alternatives if necessary, ensuring alignment with the project's financial plan.
Qualifications
The ideal VE Consultant should possess the following qualifications:
1. Extensive Construction and Engineering Experience Demonstrated expertise in value engineering, construction cost analysis, and large-scale project management.
2. In-Depth Knowledge of Construction Materials & Methods Strong understanding of construction techniques, alternative materials, and cost-effective design solutions.
3. Analytical and Problem-Solving Skills Ability to assess complex design challenges and propose creative, cost-effective solutions.
4. Project Management Expertise Experience coordinating with architects, engineers, contractors, and stakeholders to implement value-driven solutions.
5. Understanding of Building Codes & Regulations Familiarity with California construction codes, FEMA requirements, and best practices for fire-resilient structures.
6. Communication & Collaboration Skills Ability to effectively communicate recommendations to the project team, balancing technical feasibility with client objectives.
Encouragement of Small and Disadvantaged Businesses
MWA Inc. strongly encourages small businesses, minority-owned firms, women's business enterprises, and labor surplus area firms to apply.
Conflict of Interest Disclosure
MWA Inc. prohibits conflicts of interest in the procurement process. Any potential conflicts must be disclosed in the proposal's submission. Failure to disclose relevant conflicts may result in disqualification.
Submission Deadlines
All submissions must be received no later than April 4, 2025, at midnight PST.
Should any amendments or addenda be issued for this solicitation, the submission deadline may be extended to provide vendors with reasonable time to review the changes.
Submission Instructions
Please submit one (1) electronic copy and/or one (1) hard copy of your qualifications package to the following contact:
Michael Johnson (mj)
Project Manager
mj@mwa-truckee.com
MWA, Inc.
11165 Brockway Rd #1
Truckee, CA, 96161
Scoring Criteria
Submissions will be evaluated based on the following criteria:
• Cost (20%) Cost-effectiveness of proposed solutions and overall value offered.
• Experience (20%) Relevant experience in Estimating, value engineering and construction cost management.
• Understanding of Construction Standards and Codes (20%) Demonstrated expertise in regulatory compliance and efficient building solutions.
• Communication and Collaboration Skills (20%) Ability to effectively coordinate with project stakeholders and articulate value-driven recommendations.
• Problem-Solving Ability (20%) Demonstrated ability to identify and resolve project challenges with creative solutions.
Federal Compliance Requirements
This procurement is subject to compliance with all applicable federal laws, including FEMA contract provisions. The selected firm must adhere to the following federal regulations, as applicable:
• Termination for Cause & Convenience MWA Inc. reserves the right to terminate contracts under federal guidelines.
• Equal Employment Opportunity Clause (for contracts over $10,000) The contractor must comply with non-discrimination policies.
• Davis-Bacon Act Compliance (if applicable for construction projects) Contractors must comply with prevailing wage requirements.
• Contract Work Hours & Safety Standards Act (if applicable for contracts over $100,000) Contractors must adhere to overtime pay and safety standards.
• Clean Air Act & Federal Water Pollution Control Act (if over $150,000) Compliance with environmental regulations is required
• Debarment and Suspension Certification Contractors must verify they are not excluded from federal contracts.
A full list of required contract provisions will be provided upon award.
Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352
Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency.
Funding Information
While this project may involve Public Assistance funding, it should be noted that funding is not contingent on state or federal dollars. MWA Inc. and the selected vendor will be in a contract with each other regardless of federal funding, ensuring the completion of the work and payment for services rendered.
Additional Information
For additional information or to obtain any documents related to this RFQ, please contact:
Michael Johnson (mj)
mj@mwa-truckee.com
Conclusion
Thank you for your interest in partnering with MWA Inc. We look forward to reviewing your qualifications and working together to rebuild Camp Krem Boulder Creek in a cost-effective and sustainable manner. Show more »