SLED Opportunity · CALIFORNIA · VTA PURCHASING

    BSVII Union Pacific Railroad Trackwork Engineering

    Issued by Vta Purchasing
    localRFPVta PurchasingSol. 225017
    Closed
    STATUS
    Closed
    due Apr 2, 2026
    PUBLISHED
    Feb 24, 2026
    Posting date
    JURISDICTION
    Vta Purchasing
    local
    NAICS CODE
    237990
    AI-classified industry

    AI Summary

    VTA requests proposals for engineering design of a temporary spur track to support material transport for the BSVII Project in San Jose, California.

    Opportunity details

    Solicitation No.
    225017
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    February 24, 2026
    Due Date
    April 2, 2026
    NAICS Code
    237990AI guide
    Jurisdiction
    Vta Purchasing
    Agency
    Vta Purchasing

    Description

    VTA seeks proposals (each a "Proposal") from responsive and responsible qualified firms (each a "Proposer") to design a temporary spur track and related facilities to support the BSVII Project’s muck off haul operations. The work is essential to facilitate the transport of material generated by the BSVII Project from the Newhall Yard site to the Alviso Salt Ponds in San Jose.

    Background

    BART Silicon Valley Phase II (“BSVII”) is an approximately six-mile, four-station extension from the BSV “I” terminus at the Berryessa/North San José BART Station to the Santa Clara station in the City of Santa Clara. BSVII is planned to include a single-bore tunnel, three underground stations (28th Street/Little Portugal Station, Downtown San José Station, and Diridon Station), one at-grade station (Santa Clara Station), and a maintenance facility at Newhall Yard.

    Project Details

    • Reference ID: V25326
    • Department: BART Silicon Valley II
    • Department Head: Tom Maguire (Chief Capital Megaprojects Delivery Officer)

    Important Dates

    • Questions Due: 2026-03-19T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-09T21:00:00.000Z — The pre-proposal conference will be held at: 3331 North, First Street, Auditorium A (in Building A), San Jose, CA 95134 Teams meeting for the pre-proposal conference for participants who are unable to attend in person. Virtual Microsoft Teams Pre-Proposal Conference details: Join: https://teams.microsoft.com/meet/23681106207922?p=zQGxQiyoHkdVIYDgmv Dial in by phone +1 408-889-1601,,783258950# United States, San Jose (833) 256-0505,,783258950# United States (Toll-free) Find a local number Phone conference ID: 783 258 950#

    Addenda

    • Official Notice #1: Notice of Site Tour (released 2026-02-27T23:34:14.320Z) —

      Date: March 9, 2026

      Start Time: Following the Conclusion of the Pre-Proposal Conference 

      VTA will conduct a Site Tour for all prospective proposers attending the in person Pre Proposal Conference on March 9, 2026. The tour will include two stops. Attendees shall arrive at the first location and be prepared to begin following the conclusion of the Pre-Proposal Conference. 

      Stop 1: Alviso Salt Ponds Site –1195 Hope Street, Alviso, CA 95002

      Stop 2: Newhall Site – 831 Newhall Drive, San Jose, CA 95110

      (Walkthrough to commence immediately following Stop 1)

       

      Important Tour Instructions:

      •Transportation: Proposers are responsible for their own transportation between sites.

      • Promptness: The tour will begin following the conclusion of the Pre-Proposal Conference, on March 9, 2026. VTA will not restart the walkthrough or revisit locations for late arrivals.

      • Safety/PPE: All participants must provide and wear their own PPE. Minimum requirements include hard hats, safety vests, and closed toe shoes (safety boots preferred). A safety briefing will be provided prior to allowing visitors to enter the active construction areas at the Newhall site.

      • RSVP: Please confirm your attendance by March 5, 2026, at 5:00 PM (PST) to Gaby Arrioja(gaby.arrioja@vta.org).

      All verbal questions asked during the site tour are non binding. Official questions must be submitted in writing through the procurement portal.

    • Addendum #1 (released 2026-03-24T15:54:24.471Z) —

      Addendum #1

    • Official Notice #2: Pre-Proposal Conference Presentation Slides, Attendee List, and Agenda (released 2026-03-10T18:13:37.361Z)

    Evaluation Criteria

    • Qualifications (10 pts)

      The Proposer demonstrating through its Proposal its qualifications to perform the Scope of Work and its experience in successful delivery and performance of comparable work on comparable projects, including demonstrated capability and experience in:

      (i) Three (3) projects within the past 5 years where proposer has designed UPRR rail facilities, gained UPRR approvals, and facilities have been constructed or will be in construction in 2026. (Up to 4 out of total points for "Qualifications")

      (ii) Coordinating effectively with the project owner and multiple external stakeholders and third parties to support successful delivery of comparable projects. For the purposes of this evaluation criteria, "external stakeholders and third parties" refers to the applicable operating entity or department, Class 1 railroads, local jurisdictions, public and private utility owners, the California Public Utilities Commission ("CPUC") and other regulatory agencies, and other third parties and external stakeholders with jurisdiction over or an interface with, the applicable project. Experience involving coordination with UPRR, VTA, environmental regulatory agencies is particularly relevant and is preferred. (Up to 3 out of total points for "Qualifications")

      (iii) Designing facilities in an environmentally sensitive area and achieving regulatory agency approvals from ACOE, Regional Board, and similar agencies with regulatory responsibilities in the South Bay Area. (Up to 3 out of total points for "Qualifications")

    • UPRR Design, Design Support During Construction of Freight Trackwork, Past Experience (25 pts)

      (i) Proposer demonstrating its knowledge and experience with design of UPPR track facilities. Based on that experience proposer understands the key issues and challenges with the proposed project, schedule, deliverables and approvals required, and appropriately applies lessons learned on past projects to successful delivery of this project.  Proposer identifies specific information or actions anticipated by other parties necessary to make this project successful within the timeline required.  Proposer to provide schedule and level of effort for delivery of design services, approvals anticipated to be required including but not limited to UPRR. Provide preliminary construction schedule. (15 points)

      (ii) Proposer will identify anticipated level of support during construction based on past project experience. Present understanding of types of support required during construction, aligned with various stages of construction as presented in the preliminary construction schedule. (10 points)

    • Staffing and Project Organization (30 pts)

      (i) Proposer team. The Proposer demonstrating through its Proposal a cohesive team with a clear and effective division of responsibility between the Proposer Members (if applicable) and between the Proposer and the proposed Subcontractors to support successful delivery of the Scope of Work. Demonstrated experience of Proposer and/or of Proposer Members  (if applicable) and the proposed Subcontractors working together performing comparable work on comparable projects is preferred. (Up to 5 out of total points for "Staffing and Project Organization")

      (ii) Key Personnel experience, capability, and qualifications. The Proposer demonstrating through its Proposal the capability, experience, and qualifications of its nominated key personnel necessary to satisfy the minimum requirements for Key Personnel under the Scope of Work and to successfully deliver the Scope of Work ("Key Personnel"). Demonstrated experience of Key Personnel successfully working together performing comparable work on comparable projects is preferred. (Up to 20 out of total points for "Staffing and Project Organization")


      (iii) Organizational and management structure. The Proposer demonstrating through its Proposal a well-defined and appropriately-resourced organizational management structure that: (A) supports effective communication and issue resolution, (B) incorporates those Key Personnel and other personnel that bring relevant experience from comparable projects (including from the Reference Projects), best practices, and lessons learned, and allocates those Key Personnel and other personnel to those roles that enable them to utilize that experience and those best practices and lessons learned to support successful delivery of the Scope of Work, (C) demonstrates the Proposer's understanding of the Scope of Work, including the schedule for the Scope of Work, and (D) demonstrates the adequacy of the labor commitment for the Scope of Work, including taking account of the requirements to scale-up and/or scale-down the labor commitment according to the phasing of the Scope of Work. (Up to 5 out of total points for "Staffing and Project Organization")

    • Work Plan and Approach/Project Understanding (35 pts)

      (i) Project Understanding. The Proposer demonstrating through its Proposal a clear understanding of Contract requirements and the risks, challenges, and opportunities for the Project and how, by reference to specific examples, the Proposer's experience delivering comparable work on comparable projects (including the Reference Projects) will be utilized to address those risks, challenges, and opportunities when performing the Scope of Work. (Up to 10 out of total points for "Work Plan and Approach")

      (ii) Work Plan. The Proposer demonstrating through its Proposal a well-defined and credible work plan for delivering the Scope of Work that: (A) aligns with the Contract requirements and Project objectives, (B) supports timely delivery of the Scope of Work in accordance with the defined milestones, (C) manages and mitigates risks to the Project, (D) establishes clear communication, coordination, and issue resolution protocols supporting productive working relationships between the Proposer and VTA, interfacing contractors and consultants, and external stakeholders, and (E) incorporates, by reference to specific examples, best practices and lessons learned from the Proposer's experience delivering comparable work on comparable projects (including the Reference Projects). (Up to 20 out of total points for "Work Plan and Approach")

      (iii) Quality Management. The Proposer demonstrating through its Proposal, a well-defined and credible approach to quality assurance and quality control during the performance of the Scope of Work. (Up to 5 out of total points for "Work Plan and Approach")

    Submission Requirements

    • PROPOSAL (without Cost form) (required)

      Refer to Section 2. Instructions to Proposers, 2.10, 2.11, 2.12, 2.13 and Section 4, Proposal Submittals and Forms of the RFP for details on response requirements and upload you COMPLETE Proposal here.

      1A: Proposal Form 1A

      2: Reserved

      4: Reserved

      5: Litigation Disclosure

      6: General Certifications

      7: Non-Collusion Declaration

      8: References

      9: Key Personnel Statement of Availability

      10: Designation of Proposer's Representative

      11: Reserved

      12: Certification of Restrictions on Lobbying

      13: Debarment and Suspension Certification

      14: Reserved

      16: Reserved

      17: Reserved

    • Separate Cost Proposal (required)

      Proposers shall submit a Cost Proposal for the services requested in this RFP.

      Submit the following forms:

      1B: Cost Proposal

      3: Designation of Subcontractors

      Confirm that your Cost proposal is not attached in your Proposal and is attached separately here.

    • Bid Bond (required)

      Each bid shall be accompanied by a certified cashier’s check, or bid bond, in the amount of 10% of the total bid price, payable toSanta Clara Valley Transportation Authority, as a guarantee that the bidder, if its bid is accepted, will promptly execute the Agreement. The bidder shall guarantee the total bid price for a period of 60 days from the date of the bid opening.

      Please scan and upload a copy of your bid bond/cashier's check. Bidder must also MAIL bid guarantee with a postmarked date no later thanFriday, April 17, 2026 addressed to:

      Santa Clara Valley Transportation Authority
      Gaby Arrioja
      3331 N 1st Street
      San Jose,CA
      95134

      Please have the Bidder Name, Contract Title ("BSVII Union Pacific Railroad Trackwork Engineering"), and Contract Number ("V25326") listed clearly on the outside of the envelope.

    • Contract Execution, Payment Bond, Performance Bond, and Certificate(s) of Insurance (required)

      The contract shall be executed by the successful bidder and shall be returned, together with the Payment Bond, Performance Bond and Certificate(s) of Insurance to Santa Clara Valley Transportation Authority so that it is received within 14 working daysafter the bidder has received the contract for execution. Failure to do so shall be just cause for forfeiture of the proposal guaranty.

    • SB/DVBE Certification ID

      Please type your SB/DVBE Certification ID. This will be verified by the Cal eProcure Website

    • Electronic Pricing Table (required)

      Would you like to have bidders respond to an electronic pricing table through ProcureNow?

      Choose this if:

      1. This is a quote for a finite set of goods or commodities
      2. This is a public works bid, but you want the bidder to list their total project cost here.
      3. Seeking services for hourly rate schedules
    • Bid Bond (required)

      Will this solicitation require a bid bond?

    • Separate Fee Proposal Upload (required)

      If not using the Electronic Pricing Table, do you want your bidder to separate a Price Proposal from the rest of the Response?

    • Evaluation Criteria (required)

      Would you like to define the Evaluation Criteria for this solicitation?

    Questions & Answers

    Q (Submittal of Forms): 1. Regarding the Forms, how would you like them submitted? Option 1: Include the forms as part of the Technical Proposal, attached as an Appendix to that section, and submit everything as one complete PDF file in the bid portal or Option 2: Compile all of the forms into one stand-alone PDF file, separate from the Technical Proposal, and submit 2 separate PDF files in the bid-portal.

    A: Please refer to Vendor Submissions under the Project Documents tab in OpenGov. Ensure that all required proposal forms are included, preferably consolidated into a single PDF.


    Q (Submittal of Appendix D): Shall we include Appendix D with the Forms or is that to be submitted separately?

    A: Please refer to Vendor Submissions under the Project Documents tab in OpenGov. Appendix D serves as a checklist; while it is not required, completing it is recommended.


    Q (Reference Projects): On page 22 of the RFP, under Section 3.1.2, Part (a) Qualifications, it requests that we show three (3) projects within the last 5 years where facilities have been constructed or will be in construction in 2026. The RFP then states on page 29 under Section 4.1.1 Qualifications (b) Reference Projects, to submit a summary of a minimum of 3 and maximum of 5 reference projects, but there is no mention of the timeline for these projects. Is it fair to assume that 3 of the 5 reference projects should meet the 5-year criteria mentioned in section 3.1.2 but that we can include 2 additional projects that may have been completed prior to 2021?

    A: VTA accepts two additional reference projects completed between 2016 and 2021 if the proposer has three similar projects where the facilities have been constructed or in construction in 2026.


    Q (Forms): Do the subconsultants need to fill out these specific forms: – Proposal Form 1A: Proposal Submission and Proposer General Information – Proposal Form 5: Litigation Disclosure – Proposal Form 6: General Certifications – Proposal Form 7: Non-Collusion Declaration – Proposal Form 10: Designation of Proposer's Representative

    A: Please review each individual Proposal Form for specific instructions. The Prime Consultant is responsible for ensuring that all required forms are completed as directed.


    Q (Forms): For forms marked as “Reserved” (e.g., Forms 2, 4, 11, 14, 16, 17), what would VTA like the proposer to submit?

    A: “Reserved” is used throughout this RFP and Form of Contract to indicate where a Section or Exhibit does not apply.


    Q (Proposal Due Date): Would VTA consider extending the deadline of this RFP?

    A: Yes, VTA will extend the deadline to April 17, 2026. Please see addendum.


    Q (Sample Agreement): Recent design contracts did not have liquidated or consequential damages provisions. Would VTA consider using that contract template for this design project?

    A: The Form of Contract inserted in this RFP is what VTA will be using. If you have any exceptions, please note that in your response.


    Q (Scope Clarification): Regarding VTA contract V25326 – Form of contract -Exhibit 11 Scope of Work, Task 3.5 (IFB package for VTA) on page 117, the scope includes permits certifications and agreements as part of the IFB package preparation. However, the Task 3 deliverables list identifies only ‘permitting support documentation’. Please clarify whether the proposer is responsible for preparing and obtaining permits certifications and agreements or whether the proposer's role is limited to producing permitting support documentation for VTA or its environmental consultant to use in securing those approvals.

    A: The proposer’s role is to identify and actively support VTA in the development of documentation and discussions with stakeholders through the issuance of permits /execution of agreements.


    Key dates

    1. February 24, 2026Published
    2. April 2, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.