TRIBOROUGH BRIDGE AND TUNNEL AUTHORITY

Size: px
Start display at page:

Download "TRIBOROUGH BRIDGE AND TUNNEL AUTHORITY"

Transcription

1

2

3

4

5 TRIBOROUGH BRIDGE AND TUNNEL AUTHORITY FLOOD MITIGATION AT THE HUGH L CAREY TUNNEL AND THE QUEENS MIDTOWN TUNNEL DESIGN-BUILD CONTRACT TUN-MIT-01 R EQUEST FOR E XPRESSIONS OF I NTEREST (EOI) I NFORMATIONAL S UMMARY M ARCH 2016

6 DESIGNATED POINT OF CONTACT BRIAN WALSH, Director Sandy Capital Procurement Triborough Bridge & Tunnel Authority Law & Procurement Department Two Broadway, 24 th Floor New York, NY Alternate Point of Contact is Brian Bajor Designated Point of Contact for all questions and comments during the procurement phase of the project as stated in the Request for Expressions of Interest and in accordance with the New York State Finance Law 139-j and 139-k. 2

7 TUN-MIT-01 DESIGN-BUILD PROJECT Project Overview Purpose Scope of Work Goals Project Schedule EOI and Administrative Overview 3

8 PROJECT PURPOSE The Triborough Bridge and Tunnel Authority (TBTA) is requesting Proposals from qualified Design- Build teams to design and construct flood mitigation measures at the: Hugh L. Carey Tunnel (HLCT) and Queens Midtown Tunnel (QMT). Hugh L Carey Tunnel Queens Midtown Tunnel 4

9 HUGH L. CAREY TUNNEL (FORMERLY BROOKLYN-BATTERY TUNNEL) 9,117 ft in length Opened in May Two tubes, two lanes each, 21ft-4in wide Connects lower Manhattan to Brooklyn (Red Hook) 2015 Annual Traffic 18.1M (Avg. Daily Users 49.6K) Following Superstorm Sandy, was inundated with floodwater for ~2/3 of tunnel length (approx. 60 million gallons) Hugh L Carey Tunnel Queens Midtown Tunnel 5

10 QUEENS-MIDTOWN TUNNEL The QMT was opened to traffic in 1940 The tunnel is comprised of two parallel tubes that connect the Long Island Expressway and midtown Manhattan. These tubes are referred to as North & South and are 6,414 ft. and 6,272 ft. respectively. Annual traffic 28.2M (Avg daily users 77K ) Flooded for ~40% of tunnel length following Sandy (approx. 12 million gallons) Hugh L Carey Tunnel 6

11 GENERAL SCOPE OF WORK The Design-Builder shall provide for at least two independent lines of flood protection at each of the tunnel plazas consisting of: A deployable flood barrier system installed at each tunnel portal and An enlarged protected perimeter around each tunnel plaza that will include permanent (i.e., existing plaza retaining walls, where feasible) and deployable elements. The Project shall also include a raised seawall at the HLCT Governors Island Ventilation Building. The Design-Build team will also be responsible for deployment (during annual tests and before major storm events) and maintenance of the mitigation measures for two years following completion of construction. 7

12 HLCT MANHATTAN PLAZA Deployable Flood Barriers Raise and Reinforce Retaining Wall Extend Retaining Wall Deployable Flood Barriers Permanent Flood Barrier Portal Flood Barriers Raise and Reinforce Retaining Wall Deployable Flood Barriers 8

13 HLCT BROOKLYN PLAZA Extend Retaining Wall Deployable Flood Barriers Portal Flood Barriers 9

14 HLCT GOVERNORS ISLAND VENTILATION BUILDING 10

15 QMT MANHATTAN PLAZA Permanent Flood Barrier Portal Flood Barriers Deployable Flood Barriers 11

16 QMT QUEENS PLAZA Deployable Flood Barrier Portal Flood Barriers Deployable Flood Barriers 12

17 PROJECT GOALS AND OVERALL DESIGN CRITERIA Protect the HLCT and QMT plazas, tunnels and associated facility buildings (including GIVB) to the Design Flood Elevation (DFE), based on FEMA 500-year flood elevation, at minimum Permanent measures are preferred over deployable measures, but are not allowed across active roadways; Permanent measures shall match existing architectural features to the greatest extent possible; Deployable measures that minimize deployment time and labor resources are preferred; Deployable measures that require minimal site storage or that may be stored on-site or insitu are strongly preferred. 13

18 PROJECT SCHEDULE Notice of Award is anticipated for November 2016 Contract Duration Not to exceed 30 Months Coordination with other projects BB-28S/BB-28 Phase II/BB-54 Sandy Restoration and Rehabilitation of the Tunnel and Brooklyn Plaza at the Hugh L. Carey Tunnel Construction thru December 2018 QMT-40/QM-40S/QM-18 Rehabilitation of Tunnel Walls, Roadway and Super Storm Sandy Restoration and Mitigation at the Queens Midtown Tunnel Construction thru April 2019 Currently anticipating two-year period of deployment (during annual tests and before major storm events) and maintenance of the mitigation measures following completion of construction. 14

19 TYPICAL WORK DAYS AND HOURS HLCT: Weekdays: 10:30 a.m.-2 p.m. (on/adjacent to roadways) Nights: 9:30 p.m.-5:30 a.m. Weekends No restrictions on work hours for GIVB QMT: Weekdays: 10:30 a.m.-2 p.m. (on/adjacent to roadways) Nights: 11:30 p.m.-5:30 a.m. Weekends 15

20 UTILITIES COORDINATION Design-Builder shall take into account all existing utilities TBTA preference is for solutions that do not impact existing utilities If necessary, Design-Builder shall relocate existing utilities that are interfering with work Design-Builder shall ensure coordination with utility owners Applicable Reference Drawings showing locations of existing utilities shall be included in the RFP 16

21 QUALITY CONTROL / QUALITY ASSURANCE (QC/QA) Project QC/QA is Design-Build Team s Responsibility Design-Build Team shall appoint a QC Manager responsible for Project QC Construction Inspection shall be by an Independent Engineering Firm Retained by the Design-Build Team Materials Testing shall be by an Independent Testing Firm or Laboratory Retained by the Design-Build Team The Authority will perform QA oversight functions on the Design-Build Team s Design and Construction Activities. 17

22 EXPRESSIONS OF INTEREST (EOI) Design-Build Team shall identify the following: Construction Contractor Design Professional Construction Inspection Professional Engineering Firm The Design-Builder shall be fully experienced in all aspects of the Project, including but not limited to heavy civil, structural, geotechnical, architectural finishes, mechanical and electrical construction. The Design-Builder shall have demonstrated experience in inter-agency coordination for the completion of the Work. 18

23 EOI EVALUATION AND SELECTION Evaluation Factors Organization and Key Personnel Past Performance of the proposed Team/Firms Record of performance jointly as a Team and individually on past Design- Build Projects 19

24 CONTRACT INFORMATION Design-Build Contract amount shall include all construction, engineering and maintenance services as required by the RFP RFP will include a Price Schedule Two-Step Design-Build Procurement Process Project Schedule Total Duration Not to Exceed 30 Months Milestones and liquidated damage assessments will be detailed in the RFP Stipend Amount and Agreement will be provided in the RFP M/WBE Goals have been set at 15% / 15% respectively Contract will include Federal (FEMA) contract requirements 20

25 ANTICIPATED PROCUREMENT SCHEDULE Activity Due Date Request for EOIs Released 02/24/2016 EOI Due Date 04/12/2016 Shortlisted DB Teams Announced May 2016 RFP Issued June 2016 Preliminary Site Tours June 2016 One-on-One Meetings with Pre-Qualified Firms July 2016 Proposals Due August 2016 Contract Award November

26 SUBMIT EXPRESSION OF INTEREST TO: Solicitation No: TUN-MIT-01 Attn: Victoria Warren, Manager, Procurement Administration Triborough Bridge and Tunnel Authority 2 Broadway Mail Center Procurement Department New York, NY For additional information and required forms, Visit: 22

27 ADDITIONAL INFORMATION Submittal requirements page limits Cover Letter Statement of Qualifications TUN-MIT-01 Form A RFQ-4, SF-330 Financial Statements Letter from Surety Any additional project information will be posted to the Authority website where you obtained this REOI Final date for receipt of questions pertaining to this EOI is COB April 4, questions to Designated Point of Contact BWALSH@MTABT.ORG 23

28 DESIGNATED POINT OF CONTACT BRIAN WALSH, Director of Sandy Capital Procurement Triborough Bridge & Tunnel Authority Law & Procurement Department Two Broadway, 24 th Floor New York, NY Designated Point of Contact for all questions and comments during the procurement phase of the project as stated in the Request for Expressions of Interest and in accordance with the New York State Finance Law 139-j and 139-k. 24

29