CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW

Similar documents
anew York City Transit (NYCT)

DATE: 12/17/15 MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING:

CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES

Request For Qualifications

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. October 2011

REQUEST FOR PROPOSALS CHINATOWN TOURISM & MARKETING CAMPAIGN

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT MARKETING AND BRANDING PLAN

PURPOSE Appendix A BACKGROUND

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

WATERFRONT COMMISSION OF NEW YORK HARBOR

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

PRE-PROPOSAL CONFERENCE Tuesday, October 19, 2010 SOUTH CENTRAL CORRIDOR HIGH CAPACITY TRANSIT FEASIBILITY STUDY

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

QUALIFICATIONS BASED SELECTION (QBS)

Request for Proposal for Strategic Plan for Transportation Services

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

Below are five basic procurement methods common to most CDBG projects:

PART V PROPOSAL REQUIREMENTS

Responses Due: Friday, August 14, 2015, 11 a.m.

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Request for Proposals

Architectural Services

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR PROPOSALS Paint Stewardship Program Public Awareness Study

On-Call Traffic Engineering Services

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

Request for Qualifications DRPA Solar Photovoltaic Systems

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

January 19, To Whom It May Concern:

REQUEST FOR PROPOSAL INFORMAL BID PROFESSIONAL ENERGY AUDIT SERVICES FOR THE HOUSING REHABILITATION PROGRAM

REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES

CITY OF GREENVILLE, SC REQUEST FOR PROPOSALS RFP NO

Request for Proposals (RFP) to Provide Auditing Services

LEGAL NOTICE Request for Proposal for Services

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

Request for Proposal PROFESSIONAL AUDIT SERVICES

Request for Proposals (RFP)

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

Project Management Services Unit Sump Pump Installation Modifications Project. RFP No. 922

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

City of Imperial On-Call Plan Check and Inspection Services. Released: September 13, Important Dates

Unsolicited Proposals Policy and Procedures

Energy Efficiency Programs Process and Impact Evaluation

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

Knights Ferry Elementary School District

REQUEST FOR PROPOSALS

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

SAU 19 and the School Districts of Goffstown and New Boston REQUEST FOR PROPOSAL AUDIT SERVICES

Ontario School District 8C

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR PROPOSAL FOR Catering & Event Management Services at Carl M. Levin Public Dock and Terminal

City of Malibu Request for Proposal

REQUEST FOR QUALIFICATIONS PROJECT AND CONSTRUCTION MANAGEMENT CONSULTANT

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

REQUEST FOR PROPOSAL Architectural Design and Engineering Services

REQUEST FOR PROPOSAL

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

Contract No Project No C

OWENS VALLEY CAREER DEVELOPMENT CENTER

ADDENDUM NO. 2. Date Of Addendum: April 21, 2014

Policies and Procedures. Unsolicited Proposals. Western Lands

INVITATION TO BID (Request for Proposal)

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

REQUEST FOR PROPOSALS FOR RENTAL ASSISTANCE DEMONSTRATION (RAD) CONSULTING FOR THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK

Request for Proposals To Provide Engineering Services for the Wastewater Treatment Facility Improvements Project

Transcription:

New York City Transit (NYCT) DATE: February 1, 2018 CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING: SSE #: 0000189595 OPENING/DUE DATE: 03/13/2018 TYPE OF SOLICITATION: RFP DOCUMENT AVAILABILITY DATE: 02/08/2018 SOLICITATION TITLE: CM-0143 Environmental and Engineering Services for Staten Island North Shore Bus Rapid Transit System DESCRIPTION: MTA New York City Transit (NYCT) is seeking to retain the services of a Consultant to perform environmental and engineering services necessary for the preparation of the Final Environmental Impact Statement and conceptual engineering for the Staten Island Bus Rapid Transit System. A multi-disciplinary environmental and engineering Consultant is required to update the Staten Island North Shore Alternatives Analysis (SINSAA) completed by New York City Transit (NYCT) in August 2012. The Consultant will provide conceptual engineering services to support the required environmental documentation, and draft the Final Environmental Impact Statement (EIS) for the Bus Rapid Transit (BRT) alternative identified as the Locally Preferred Alternative (LPA) in the SINSAA. (http://web.mta.info/mta/planning/nsaa/pdfs/finalreport.pdf) Funding: 100% MTA Goals: 15% MBE 15% WBE 6% SDVOB Est $ Range: $1M - $5M Contract Term: 24 months PLEASE SEE ATTACHED FOR ADDITIONAL INFORMATION ( X) PRE-PROPOSAL CONFERENCE LOCATION: 2 Broadway, New York, NY 10004, Conference Rm #A5.02 DATE: 2/26/18 TIME: 10AM ( X ) SITE TOUR LOCATION: Staten Island Ferry Ramp E- St George Terminal, Staten Island,NY10301 DATE: 2/27/18 TIME: 11AM FOR MORE INFORMATION, PLEASE CONTACT: PROCUREMENT REPRESENTATIVE: Dhariana Grzyb PHONE: (646)-252-6915 REQUIREMENTS TO PARTICIPATE DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER: ALL VENDORS MUST HAVE A DUN & BRADSTREET DUNS NUMBER IF THEY WISHTO PARTICIPATE IN THIS PROCUREMENT. VENDORS WHO DO NOT HAVE A DUNS NUMBER CAN REGISTER ONLINE AT WWW.MYDNB.COM. TO OBTAIN ONE FREE OF CHARGE. YOU MUST STATE THAT THE NUMBER IS REQUIRED FOR SAM (SYSTEM FOR AWARD MANAGEMENT) SYSTEM FOR AWARD MANAGEMENT (SAM): VENDORS ARE ALSO REQUIRED TO REGISTER WITH SAM, A FEDERAL VENDOR DATABASE USED TO VALIDATE VEDNDOR INFORMATION, BEFORE REQUESTING BID DOCUMENTS. YOU CAN VISIT THEIR WEBSITE AT www.sam.gov TO REGISTER. A DUNS NUMBER IS REQUIRED FOR REGISTRATION. 04/16

INFORMATION FOR WEB SITE MTA New York City Transit Notice CM-0143 SSE No: 0000189595 Environmental and Engineering Services for the Staten Island North Shore Bus Rapid Transit System MTA New York City Transit (NYCT) is seeking to retain the services of a Consultant to update the Staten Island North Shore Alternatives Analysis (SINSAA) completed by New York City Transit (NYCT) in August 2012. The Consultant is to provide conceptual engineering services that supports the required environmental documentation and Final Environmental Impact Statement (EIS) for the Bus Rapid Transit (BRT) alternative, identified as the Locally Preferred Alternative (LPA) in the SINSAA. Any consultant that plays a key role in this environmental and conceptual engineering contract may be prohibited from participating in subsequent contracts associated with this initiative. Contract duration is twenty-four (24) months. The MBE/WBE/SDVOB goals for this contract are: 15% MBE, 15% WBE and 6% SDVOB. This project is 100% MTA funded. The RFP document will aid you in preparing the written Technical and Cost Proposals. Proposals shall be evaluated by NYC Transit personnel in accordance with the specific evaluation criteria set forth in the RFP. All submissions must reference SSE No. 0000189595, CM-0143- Environmental and Engineering Services for the Staten Island North Shore Bus Rapid Transit System and shall be submitted by March 13,2018 to: MTA- New York City Transit, Bid Reception Desk, 3 Stone Street, New York, NY I 0004, Attn: Dhariana Grzyb, Procurement Representative. Cost Proposals (I original and 5 copies) must be submitted in a separate sealed envelope, clearly marked SSE No. 0000189595, CM-0143 - Environmental and Engineering\ Services for the Staten Island North Shore Bus Rapid Transit System - COST PROPOSAL. The eost proposal must contain all the required information as specified in the RFP for both the Prime and all Sub-Consultants. Cost proposals will only be opened in the event a team is recommended for negotiations. If your firm is not selected for negotiations the cost proposal will be returned to you, if requested, unopened. Incomplete packages may be rejected without further consideration. A Pre-Proposal meeting is scheduled for February 26, 2018 at 10:00AM, in Conference Room A5.02 at 2 Broadway. A list of attendees will have to be provided to Dhariana.Grzyb@nyct.com no later than 12:00PM on February 23, 2018. Firms and individuals who do not RSVP will not be admitted to the Pre Proposal meeting. The site tour will be provided on February 27, 2018 at ll:ooam. The tour will commence at St. George Ferry Terminal in Staten Island (Ramp E). Participation is limited to one representative per firm/proposer. A list of attendees will have to be provided to Dhariana.Grzyb@nyct.com no later than 12:00PM on February 26, 2018.

CM-0143 SSENo:0000189595 Environmental and Engineering Services for the Staten Island North Shore Bus Rapid Transit System SHORT SCOPE OF WORK A multi-disciplinary environmental and engineering Consultant is required to update the Staten Island North Shore Alternatives Analysis (SINSAA) completed by New York City Transit (NYCT) in August 2012. The Consultant will provide conceptual engineering services to support the required environmental documentation, and draft the Final Environmental Impact Statement (EIS) for the Bus Rapid Transit (BRT) alternative identified as the Locally Preferred Alternative (LPA) in the SINSAA. (http://web.mta.info/mta/planning/nsaa/pdfs/finalreport.pd!) The scope of services include: Project Management, Alternatives Analysis, Travel Demand Modeling, Traffic Analysis, Conceptual Engineering, Construction Planning/Sequencing/Scheduling, Capital and Operating Cost Estimating, Public Outreach Efforts, Notice of Intent and National Environmental Policy Act (NEP A) Scoping, Draft Environmental Impact Statement (DEIS) Efforts, Final Environmental Impact Statement (FEIS) Efforts. The Consultant will complete environmental documentation tasks in conformance with NEP A guidance of 23 CFR 771, the State Environmental Quality Review Act (SEQRA), and the City Environmental Quality Review (CEQR). Consultant documentation shall support FTA requirements of 23 CFR 771 (Environmental Impact and Related Procedures).

MTA New York City Transit Notice CM-0143 SSE No: 0000189595 Environmental and Engineering Services for the Staten Island North Shore Bus Rapid Transit System PROPOSAL EVALUATION CRITERIA The technical proposal shall be evaluated by a "Selection Committee" composed of NYCT personnel, experienced in the disciplines necessary to evaluate the proposal submission. The Selection Committee shall first determine if any firm(s) shall be invited to make oral presentations based on an evaluation of all technical proposals. The Procurement Representative shall notify the firms selected for oral presentations. Upon conclusion of the oral presentations, the Selection Committee shall perform a ranking of short-listed firms. In addition to the evaluation criteria listed below, only a responsible Proposer shall receive an award. To be considered responsible, the Proposer must demonstrate to the satisfaction ofnyct that it is in all respects a responsible party; this determination encompasses consideration of the Proposer's integrity, skill, experience, necessary facilities, financial and other resources to do the work in accordance with the Contract Terms and Conditions. Committee members shall base their evaluation on the criteria listed below, which are listed in their relative order of importance. CRITERION #1- Overall Technical Qualifications, to include such matters as: Technical Criteria: Plan of approach The Proposer must show its understanding of the requirements of this Contract. The proposal must show the proposer's work plan, including the technical steps necessary to complete the tasks detailed in the Scope of Work. The Proposer is to include a clear description of the methodology to be employed to perform the required environmental assessments and studies and include a description of perceived challenges or obstacles for each task described in the Scope of Work, if any, and proposed possible solutions. Experience in relevant areas The Proposer and all subconsultants must show that it has experience in the type, size, scope, complexity and magnitude of the work required, and demonstrate that it has, or presently is, satisfactorily performing generally similar work. Particularly, experience related to FTA environmental requirements of the National Environmental Policy Act (NEP A), the State Environmental Quality Review Act (SEQRA), and the City Environmental Quality Review (CEQR).

Experience of Project Team/Key Personnel The proposed Contract team must have experience in performing environmental studies and be composed of firms with the organization and capability to perform the work. In addition, the Contract team should demonstrate previous experience working together on similar projects, or other projects as a team. The Proposer must propose a team of key personnel including subconsultant key personnel that shall be assigned to work on this specific project. Key personnel assigned to this project should be present at the oral presentation. The Proposer must demonstrate that the personnel assigned to this project have the necessary experience needed for the type of work required. The resume of all key personnel proposed must be provided. Current workload of prime and sub-consultants The Proposer must state the current workload for all projects assigned to the project team and demonstrate that it is able and that it shall allocate sufficient resources to handle a contract of this nature and size. Diversity Practices Proposer's Diversity Practices as determined by the Authority's assessment of Proposer's answers to Schedule E (Proposer Diversity Practices Questionnaire), which is primarily, though not entirely, concerned with Proposer's use of, and programs for, New York State certified Minority and Women Owned Business Enterprises. Proposer's answers to Schedule E will be scored by the Authority at its sole discretion. Management Criteria: Management Approach The Proposer must describe how it shall manage the Contract. A contract organization chart must be included that demonstrates information flow processes that are in place, and how Contract coordination shall take place on individual Task Orders. Quality Assurance Plan The Proposer must describe its quality assurance plan and how it will implement the plan in areas covered by this Scope of Work. CRITERION #2- Proposed Pricing for the Work including hourly rate, overhead and profit: The cost proposal must be submitted in a separate sealed envelope. CRITERION #3- Other Relevant Matters, as follows: Quality of written proposal. Quality of oral presentation, if any. Compliance with, and acceptance of, the terms and conditions or willingness to negotiate the same in a timeframe consistent with the Authority's needs.

NYCT reserves the right to: reject all proposals submitted; require revisions to, corrections of, or other changes to any proposal submitted as a condition to its being given any further consideration; reject, without entertaining revisions, a proposal with major substantive deficiencies; negotiate with Proposers ranked as the most qualified by the Selection Committee; negotiate with Proposers in any manner it deems fit. In making the determination as to which proposal offers the best value to the Authority, the Authority will review all factors that contribute to the total cost of the proposal. Accordingly, the Authority may not necessarily make an award to the lowest priced proposal in the event that the Authority determines that the lowest priced proposal does not offer the best value to the Authority. In addition, the Authority may not necessarily make the award to the Proposer with the highest technical ranking. Even if the price is not the most important evaluation criterion for this solicitation, price may be the controlling factor to the extent that competing proposals are otherwise determined to be substantially equal. NYCT may, following the conclusion of all negotiations, issue a revised RFP or portion thereof and solicit Best and Final Offers (BAFOs). After receipt of the Best and Final Offer, NYCT reserves the right to (a) reopen negotiations; (b) accept improvements to, enhancements of or other revisions to any proposal or alternate proposal at any time if it deems such to be in its best interest. No Proposer shall have any rights against NYCT arising at any stage of the solicitation from any negotiations that take place, or from the fact that NYCT does not select a Proposer for negotiations.