anew York City Transit (NYCT)

Similar documents
CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW

CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW

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

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

PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD

REQUEST FOR PROPOSALS COMMUNICATIONS CONSULTANT. The New Orleans City Council seeks proposals from marketing, public relations and/or

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

Request for Qualifications (RFQ) Indefinite Delivery Indefinite Quantity (IDIQ) Athletic Facility Architectural Services

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

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

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

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

Request For Qualifications

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

MARYLAND DEPARTMENT OF TRANSPORTATION ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES

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

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

Knights Ferry Elementary School District

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

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

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

Request for Proposal for Strategic Plan for Transportation Services

PENNSYLVANIA TURNPIKE COMMISSION

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

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

REQUEST FOR PROPOSAL (RFP) PROJECT DESIGN AND CONTRACT DOCUMENT PREPARATION CEDAR BAND TRAVEL PLAZA ENTERPRISE

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

ADDENDUM No. 1. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Procurement Section 3800 Commonwealth Boulevard, MS#93 Tallahassee, Florida

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

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

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

Request for Proposals

STONE CHILD COLLEGE. The contract will be for one (1) year and correspond with the fiscal year of the College, which is July 1, 2018 to June 30, 2019.

January 19, To Whom It May Concern:

REQUEST FOR PROPOSALS Paint Stewardship Program Public Awareness Study

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

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

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

PENNSYLVANIA TURNPIKE COMMISSION

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

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

Dakota County Technical College. Pod 6 AHU Replacement

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

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

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

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

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

REQUEST FOR PROPOSALS For. Mobile Kitchen Consulting Services. for the. HOUSING AUTHORITY OF THE CITY of SAN BUENAVENTURA

FLORIDA DEPARTMENT OF TRANSPORTATION

Request for Qualifications Grant Writing Services For the Assisted Housing Department Tampa, Florida

New York State Contract Reporter NYS' official source of contracting opportunities Bringing business and government together

REQUEST FOR PROPOSAL (RFP) PROJECT MANAGEMENT CEDAR BAND TRAVEL PLAZA ENTERPRISE

Welcome to the City of Chicago. Department of Procurement Services

Request for Proposals September Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION

REQUEST FOR STATEMENT OF QUALIFICATIONS PROFESSIONAL CONSTRUCTION INSPECTION SERVICES FOR

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Design Services.

WATERFRONT COMMISSION OF NEW YORK HARBOR

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

Scope of Services The City is seeking consulting services for the following tasks:

Request for Qualifications. On-Call Landscape Architectural Services. In the City of Dublin, Alameda County. Responses Due:

PURPOSE Appendix A BACKGROUND

AUSTIN INDEPENDENT SCHOOL DISTRICT

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

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

TOWN OF FALMOUTH REQUEST FOR QUALIFICATIONS FOR ENGINEER CONSULTANT SERVICES. to the. Falmouth Public School Boiler Projects

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

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES

New York State Contract Reporter NYS' official source of contracting opportunities Bringing business and government together

REQUEST FOR PROPOSAL. Virginia s Region 2000 Local Government Council Region 2000 Services Authority

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

CECIL COUNTY MARYLAND REQUEST FOR PROPOSALS. ENGINEERING SERVICES On-call Comprehensive Engineering Contracts Water and Wastewater

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

L1354, CENTRAL HEATING PLANT UPGRADE, LOGAN INTERNATIONAL AIRPORT, EAST

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

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

REQUEST FOR PROPOSAL: RFP No Asphalt Repair Services

Construction Management (CM) Procedures

REQUEST FOR PROPOSAL

AUSTIN INDEPENDENT SCHOOL DISTRICT

REQUEST FOR PROPOSALS: NON-PROFIT GRANT WRITING SERVICES

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

Big Sky Economic Development Authority Brownfields Project

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD

QUALIFICATIONS BASED SELECTION (QBS)

All proposals must be received by August 30, 2016 at 2:00 PM EST

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION

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

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

Note to all City Departments

REQUIRED LEGISLATIVE CHANGE

Transcription:

anew York City Transit (NYCT) DATE: January 26, 2017 CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING: SSE #: 0000149805 OPENING/DUE DATE: 2/22/17 TYPE OF SOLICITATION: RFP I SOLICITATION TITLE: CM 1061 -Indefinite Quantity Consultant Services for the Underground Storage Tanks (UST) and DESCRIPTION: MTA New York City Transit ("NYCT") acting for itself and on behalf of MTA Bus Company ("MTABC"), is seeking to retain the services of a Environmental Engineering Consultant to provide services for the Underground Storage Tank ("UST") & Environmental Remediation Program on an as-needed task order basis. The services will include remedial investigation of soil/groundwater contamination, remedial design (based on evaluation of conventional vs. innovative remediation technologies), technical inspection/oversight of construction, and other environmental support services. Expertise is required in the following areas: Environmental, Civil, Mechanical and Chemical Engineering, Hydrogeology, Geology and familiarity with all applicable codes and regulations. The MBE goals are 15% and the WBE goals are 15% Funding: 100% MTA See attached for additional information. (X) PRE-BID CONFERENCE LOCATION: DATE:TBD TIME: TBD 2 Broadway, New York, NY 10004 ( ) SITE TOUR LOCATION: N/A DATE: TIME: FOR MORE INFORMATION, PLEASE CONTACT: PROCUREMENT REPRESENTATIVE: Anthony Edwards PHONE: 646 252 6255 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, I 0117

INFORMATION FOR WEB SITE MTANew York City Transit Notice CM-I061 SSE No: 0000149805 Indefinite Quantity Consultant Services for the Underground Storage Tank (UST) and MTA New York City Transit (hereinafter "NYCT" or the "Authority") acting for itself and on behalf ofmta Bus Company ("MTABC") is seeking to retain the services of a Environmental Engineering Consultant to provide services for the Underground Storage Tank ("UST") & Environmental Remediation Program on an as-needed task order basis. No task order issued for these services shall exceed $250,000 without prior authorization. Estimated amount: $5.3M (NYCT: $4.3M; MTABC: $1.0M) Contract Duration is 36 months The MBE goals are 15% and the WBE goals are 15% The Consultants shall be selected using a two-step procurement process. Step I involves the submission of a Qualifications Package which shall consist of the original and five (5) copies of the following: (I) Letter of Interest; (2) SF-330 Forms (to be completed by the Prime Consultant and/or Joint Venture Partners and all proposed Sub-Consultants); (3) Schedule J (Responsibility Questionnaire, to be completed by the Prime Consultant and/or Joint Venture Partners and proposed Sub-Consultants); and (4) a Customized Qualification Statement (maximum of 10 pages single-sided or 5 pages double-sided), which shall describe the Proposer's skills, abilities and experience that are most relevant to the project and shall demonstrate that they have adequate experience and staffing resources to handle multiple assignments. In Step 2, the recommended qualified Proposers shall submit a comprehensive response to the RFP which shall be evaluated in accordance with the specific evaluation criteria set forth in the RFP. Step 2 proposals shall be accepted only from firms selected in Step I. In evaluating a Consultant's response to this advertisement, NYCT shall primarily consider the information furnished in the Qualifications Package and information contained on NYCT and sister agency prior performance evaluation forms, if any. Incomplete packages may be rejected without further consideration. Consultants desiring to be included for Step I evaluation must respond by submitting a Qualifications Package as detailed above, referencing SSE No: 0000149805 - CM-I061 Indefinite Quantity Consultant Services for the Underground Storage Tank (UST) and Environmental Remediation Program, and shall be submitted by 12:00 Noon, Wednesday, February 22, 2017 to: MTA - New York City Transit, Bid Desk, 3 Stone Street, New York, NY 10004, Attn: Anthony Edwards, Procurement Specialist. Schedule J, SF-330 Forms, and the Scope of Work may be obtained free of charge from the NYCT website at http://www.mta.info/nyctlprocure/conrfp.htm.

CM-I061 SSE No: 0000149805 Indefinite Quantity Consultant Services for the Underground Storage Tanks ("UST") and SHORT SCOPE OF WORK The consultant shall provide services which include tank tightness testing of USTs and associated piping, remedial design and technical inspection, remedial investigations of soil/water contamination and recommendations, tank closing, interim remediation system operation and maintenance, field data collection activities, reports and other environmental support services. The tanks contain petroleum products such as gasoline, diesel, fuel oil, waste oil, etc. The services shall also include installation design for No.2 Fuel Oil USTs and Aboveground Storage Tanks ("ASTs"). Personnel performing tank tightness tests must be licensed by the NYC Fire Department for such testing and also be certified by the test manufacturer. Expertise is required in the following areas of engineering: Civil, Mechanical, Environmental, Hydrogeology, Geology, technical expertise in Tank Tightness Testing, Technical Inspection during construction, preparation of Environmental Assessments and Impact Statements, Construction Design, Scheduling, Cost Estimating, and knowledge of all applicable codes and regulations. The consultant must have the ability and capability to perform surveys, testing, monitoring and analysis of data collected, be familiar with the decision-making process for selection of most effective site specific remediation technology (conventional vs. innovative), and prepare records.

CM-I061 SSE No: 0000149805 Indefinite Quantity Consultant Services for the Underground Storage Tank ("UST") and PROPOSAL EVALUAnON CRITERIA The technical proposal shall be evaluated by a "Selection Committee" composed of MTA New York City Transit ("NYCT") and MTA Bus Company ("MTABC") personnel, experienced in the disciplines necessary to evaluate the proposal submission. The Selection Committee shall first determine which finn(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 the firms. In addition to meeting the evaluation criteria listed below, the Proposer must demonstrate to the satisfaction of NYCT and MTABC 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 necessary to do the work in accordance with the Contract Terms and Conditions. Selection Committee members shall base their evaluation on the criteria listed below, which are listed in their relative order of importance. CRITERION #1 - Overall Technical and Management Qualifications, to include such matters as: Technical: Plan of Approach The Proposer must show its understanding of the requirements of this Contract or Scope of Work. The proposal must show independent thinking on the part of the Proposer and demonstrate a clear description of the methodology to be used in the services for the underground storage tanks and environmental remediation program of various NYCT and MTABC capital projects, including any possible alternatives that may be considered. Proposer's approach to performance of the work should include the utilization of the disciplines and tasks specified in the Scope-of-Work for this Contract. Experience in Relevant Areas The Proposer and all subconsultants must demonstrate that it has experience in the type, size, scope, complexity and magnitude of work required in areas such as: tightness testing; remedial investigation and recommendations; tank closure site assessment and permanent tank closure; remedial design, technical inspections, and construction support; field surveys; site monitoring; maintenance of interim remediation systems. Proposer must demonstrate prior experience with complex underground storage tank projects as per the scope of work; and documented knowledge of all appropriate codes and standards and demonstrate that it has, or presently is, satisfactorily performing generally similar work.

Experience ofproject Team: Prime and Subconsultant Key Personnel The Proposer must demonstrate that the personnel assigned have the necessary experience and availability needed for this project. The proposed project team must demonstrate experience in, and have available the services of, individuals with experiences across a breadth of UST's and environmental remediation programs and related areas, including relevant experience applying environmental remediation programs to construction, methods, procedures of transit projects and be composed of firms with the organization and capability to perform the work. In addition, key members of the project team must demonstrate previous experience working together on similar projects, or other projects as a team. Key personnel assigned to this project should be identified in the technical proposal with an estimate of the percent of time they will be available to provide their services. The Proposer must propose a team of key personnel including sub-consultant key personnel that will be assigned to work on this specific project. Key personnel assigned to this project should be present at the oral presentation. The resume of all key personnel proposed must be provided. Current Workload of Prime and Subconsultants The Proposer must state the current workload for all projects assigned to the project team and demonstrate that it shall allocate sufficient resources to be dedicated to a project of this nature and size. Past Performance on Similar Projects The Proposer and its sub-consultants must satisfactorily demonstrate a successful record of performance on past similar projects. Evidence of this should include a record of timely performance within a target budget and schedule on these projects. The Proposer must demonstrate a successful record of meeting M/W/DBEs goals on similar prior projects and proposed plans to achieve subcontracting goals under the MBE and WBE requirements of this RFP. Proposer's Diversity Practice 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: Management Approach The Proposer must describe how it plans to manage the contract. A contract organization chart must be included with the proposed submissions that demonstrates information flow processes that are in place and how project coordination shall take place on individual task orders. Quality Assurance Plan The Proposer must describe its quality assurance plan and how it will be implemented for this contract. The plan shall address items such as internal review process of the data supplied by NYCT and/or MTABC related to the task orders.

Construction Supportability The Proposer's systems in place to deliver construction support services and manage shop drawings, operating manuals, deviations, installation and test procedures, various request etc. CRITERION #2 - Proposed Pricing for the Work including hourly rate, overhead and profit: The cost proposal must be submitted in a separate envelope. CRITERION #3 - Other Relevant Matters, asfollows: Quality of written proposal. Quality of oral presentation, if any. Compliance with and acceptance of the terms and conditions or willingness to negotiate 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 considered 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, including costs which may be incurred by the Authority as a result ofthe proposal even ifthose costs are external to the proposed price. In making the determination as to which proposal is most advantageous and offers the best value to the Authority, the Authority will review the proposals in relation to all evaluation criteria. Accordingly, neither the Proposer with the highest technical ranking, nor the Proposer with the lowest priced proposal, will necessarily receive the award, which will be determined by assessment of the best value to the Authority based upon all the evaluation criteria. Although price is not the most important evaluation criterion for this solicitation, price may become the controlling factor when competing proposals are otherwise determined to be substantially equal.