Cedrick T. Fulton President. Solicitation RK-23C. Design-Build Services for New Harlem River Drive Connector Ramp

Size: px
Start display at page:

Download "Cedrick T. Fulton President. Solicitation RK-23C. Design-Build Services for New Harlem River Drive Connector Ramp"

Transcription

1 2 Broadway New York, NY Tel Cedrick T. Fulton President Bridges and Tunnels December 5, 2018 ADDENDUM NO. 1 To all Prospective Proposers: Solicitation RK-23C Design-Build Services for New Harlem River Drive Connector Ramp The due date to submit Expressions of Interest remains unchanged: December 19, 2018 You are hereby notified of the following change to the above referenced solicitation: 1. Attached is a pdf copy of the presentation shared at the 12/5/18 pre-eoi Informational Meeting, for reference only. 2. Attached is a copy of the sign-in sheet from the 12/5/18 pre-eoi Informational Meeting. 3. Anticipated Contract Duration is reduced to not more than 24 Months (reduced from 27 months as listed in the 11/14/18 REOI letter). Below are questions received and the Authority responses: Q1 A1 Q2 A2 Q3 A3 In paragraph 7. a) Organization and Key Personnel, where TBTA references "Organization", is that meant to be referring to an Organization Chart or to a listing of the Key Personnel along with their duties related to this project and a narrative of the overall Organization of our Proposed Team? "Organization" in Par 7a), it is referring to the overall Team proposed. The EOI should substantiate that the proposed Team has the requisite capabilities as listed in Par. 5. Are we correct to assume that Key Personnel Resumes from the Contractor/Design-Builder (Project Superintendent, Project Manager, Office Engineer, etc.) are NOT to be placed on the SF330 Form, but are to be added into the narrative detailing the qualifications of these key personnel positions? Form SF-330 is to be completed by the Design Professional. Additional individuals whom the Proposer deems to be Key Personnel can be included in the customized statement of qualifications per Par 7b)ii. Are we correct to assume that Key Personnel employed by the Design-Builder (i.e. Project Superintendent, Project Manager, etc.) or the Design Professional (Design Manager, Lead Structural Engineer, Lead Civil Engineer, etc.) are to be defined by the Design-Builder and NOT by TBTA? The EOI should demonstrate that the Proposer can best meet the requirements of Par 5 to perform the Work of Pars 3, 4 and 6. The Request for Proposals that is distributed to shortlisted firms will have specific requirements for certain Key Personnel. MTA Bridges and Tunnels (Triborough Bridge and Tunnel Authority) is an agency of the Metropolitan Transportation Authority, State of New York

2 Q4 A4 Are we correct to assume a Quality Control Plan is NOT to be submitted with the EOI submission and that Paragraph 6 is providing the Design-Builder an overview of what QC will be required in the next step of the RFP process or after award of the contract? Yes, it is not necessary at this time. Please be governed accordingly in submitting your Expressions of Interest for this solicitation and be sure to register to attend the Informational Meeting as instructed in the solicitation letter. Additionally, please acknowledge receipt of this Addendum 1 in your Expression of Interest cover letter. Sincerely, Susan Higgins Director, Procurement MTA Bridges and Tunnels (Triborough Bridge and Tunnel Authority) is an agency of the Metropolitan Transportation Authority, State of New York

3 RK-23C DESIGN-BUILD SERVICES FOR NEW HARLEM RIVER DRIVE CONNECTOR RAMP December 2018 DESIGNATED POINT OF CONTACT SUSAN HIGGINS, Director Triborough Bridge & Tunnel Authority Law & Procurement Department Two Broadway, 24 th Floor New York, NY Alternate Point of Contact is John Weldon 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 Business Development EB 1

4 GENERAL LOCATION - NEED MANHATTAN Second Avenue Existing Vehicle Route E. 125 th St. Harlem River Drive Harlem River FDR Drive Existing Sidewalk RFK Bridge Willis Avenue Bridge BRONX 3 GENERAL LOCATION - PROPOSED MANHATTAN Second Avenue Harlem River Drive E. 125 th St. NB HRD Viaduct Diverge Ramp K HRD PIER NB 5 FDR Drive End of Sidewalk Harlem River RFK Bridge Pedestrian Underpass Willis Avenue Bridge BRONX 4 Business Development EB 2

5 PROJECT SCHEDULE Notice of Award is anticipated for September 2019 Contract Duration Not to exceed 24 Months (DB to determine/propose shorter duration) Coordination with other projects NYCEDC Bulkhead Rehabilitation HRD NYCDOT Maintenance 5 PROJECT GOALS Meet Project Requirements Safety Quality Schedule Budget Minimize impacts to travelling public on NB and southbound Harlem River Drive and the adjoining roadways. Obtain all required environmental, lane closure and construction permits to secure staging construction area and access to the site. Coordinate all utility work with Agencies Involved Utilize existing foundations and structures built under contracts RK-23A and HBM1027 for Final Design and Construction 6 Business Development EB 3

6 RAMP K HRD PIER NB 5 Ramps to Willis Ave. Bridge SB HRD RFK Bridge Off Ramp NB HRD NB HRD to E. 127 th St. Off Ramp ( Ramp B) Diverge Ramp K RFK Bridge RAMP K ALIGNMENT AND PROFILE IS DIRECTIVE Willis Ave. Bridge 7 RAMP K K13 K12 K2A K3 K4 K5 K6 K7 K8 K9 K10 K11 59 K1A K1B K2B LEGEND Rk 23 Construction Willis Ave. Bridge NYCDOT HBM 1027 Construction RFK Bridge RK 23C (Ramp K) Construction 8 Business Development EB 4

7 DIVERGE - TODAY Cantilever Deck and Stringers No Joint over Pier Pier K1 Sub framing Girders / Framed Connection At Pier Cap 15 0 Min. Clearance 9 HRD PIER NB-5 No Pedestals, Rebar or Anchor Bolts 10 Business Development EB 5

8 PEDESTRIAN UNDERPASS New Pedestrian Underpass to connect the north sidewalk to the south sidewalk Foundations Lighting Pedestrian Enclosed Fencing 11 PROPOSED UTILITIES Design-Builder to design and install: Roadway Lighting Dry Fire Standpipe Drainage System 12 Business Development EB 6

9 DRAINAGE SCOPE Design-Builder shall design and construct At-Grade drainage for Ramp K from Pier Nos. K1 to K7. New Design is not expected to tap into existing drainage systems or outfalls. New Outfall may be required. Design Builder shall design and construct Superstructure Drainage Systems for all of Ramp K (Scupper, Downspouts, etc) 13 EXISTING AND PROPOSED AT-GRADE DRAINAGE K7 NB 5 K1 58 Existing Drainage RK 23C Existing Drainage 14 Business Development EB 7

10 AGENCY COORDINATION &PERMITTING Agencies requiring coordination and/or permitting include, but are not limited to: NYCDOT NYCDEP NYCDPR NYSSBS NYSDEC USACOE 15 ACCESS MAP STAGE AREAS - ROW 16 Business Development EB 8

11 QUALITY CONTROL /QUALITY ASSURANCE QC/QA is Design Build Team s Responsibility Design Build Team shall appoint a QC/QA Manager responsible for Project QC/QA The Authority will perform, with assistance of independent engineering firm(s): Design Quality Oversight Construction Administration and Inspection 17 CONTRACT INFORMATION Design Build Contract amount shall include all construction and engineering 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 24 Months Milestones, potential incentives, and liquidated damage assessments will be detailed in the RFP Stipend Amount and Agreement will be provided in the RFP M/WBE/SDVOB Goals have been set at 15% / 15% / 6% respectively 18 Business Development EB 9

12 EXPRESSIONS OF INTEREST (EOI) Design Build Team shall identify the following: Construction Contractor Design Professional Design Build Team shall be fully experienced in all project aspects including: Bridge Design Construction of concrete foundations Drainage system design and construction Agency coordination and permitting 19 ADDITIONAL INFORMATION Submittal requirements page limits Cover letter Statement of Qualifications RK 23C 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 December 11, questions to Designated Point of Contact SHIGGINS@MTABT.ORG 20 Business Development EB 10

13 EOI EVALUATION AND SELECTION Evaluation Factors Organization and Key Personnel Past Performance of the proposed Team/Firms Record of performing together as a Team and on Design Build Projects 21 SUBMIT EXPRESSIONS OF INTEREST TO: Solicitation No: RK 23C 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 Business Development EB 11

14 PROCUREMENT SCHEDULE Request EOI 11/14/18 Last Date for EOI Questions 12/11/18 Receive EOI 12/19/18 RFP Available January, 2019 Contract Award September, DESIGNATED POINT OF CONTACT SUSAN HIGGINS, Director Triborough Bridge & Tunnel Authority Law & Procurement Department Two Broadway, 24 th Floor New York, NY Alternate Point of Contact is John Weldon 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 Business Development EB 12

15 25 Business Development EB 13

16

17

18

19

20 2 Broadway New York, NY Tel Cedrick T. Fulton President Bridges and Tunnels December 12, 2018 ADDENDUM NO. 2 To All Prospective Proposers: Solicitation RK-23C Design-Build Services for New Harlem River Drive Connector Ramp You are hereby notified of the following change to the above referenced solicitation: The due date to submit Expressions of Interest is postponed to: January 3, Below are questions received and the Authority responses (questions continue from Addendum 1): Q5 Please verify that the Letter from a bona fide Surety does not count towards the 60 page limit. A5 Please reference the REOI Par 7b). The only items excluded from the 60 page count are the RFQ-4 and the Financial Statements. Q6 A6 Q7 A7 Q8 A8 Q9 A9 Please verify that the SF-330 Form does not count towards the 60 page limit. See A5 MBE/WBE/SDVOB goals: Are there minority goals for the engineering and design roles separate from the overall sub-contracting work or can these goals be completely satisfied by using only construction tasks. The MBE, WBE and SDVOB goals are set for the overall contract and MBE, WBE and SDVOB participation in any aspect of the contract will be counted toward meeting contractual goals. Will there be a separate procurement by MTA for Construction Inspection (QA/QC) oversight or will this be performed by the Design-Build contractor as part of their own team. RK-23C Construction Inspection will be awarded under a separate solicitation. The solicitation states: Provide no more than five (5) past project descriptions for the Constructor(s) and five (5) for the Designer. Are you looking for 5 projects from each member of the design team or the design team overall? Please include a maximum of 5 of the most relevant projects for the Design Team overall. MTA Bridges and Tunnels (Triborough Bridge and Tunnel Authority) is an agency of the Metropolitan Transportation Authority, State of New York

21 Q10 Which firms that were involved in the study of, and scoping documents for, RK-23C and in the performance of neighboring projects, are precluded under this solicitation? A10 Hardesty and Hanover, LLC (H&H) provided design and design support during construction (CSS) services for the new connector ramp including for portions built under neighboring projects. H&H is precluded from participating under the RK-23C design-build solicitation. Please note that the Request for EOIs states that the contractor and designer shall complete and submit an RFQ-4. The second paragraph of the RFQ-4, Supplement A states in part: "The Authority will rely on the consultants to identify a potential conflict of interest or unfair advantage and notify the Authority. All consultants participating in a procurement process have an obligation to disclose a potential conflict of interest or unfair advantage. If uncertain about whether a conflict or unfair advantage exists, consultants should request a determination from the Authority." Q11 Paragraph 6 of the November 14, 2018 Solicitation for RK-23C states that the Design-Builder shall be required to plan, implement and provide a Quality Control Program for both design and construction. Also, the same paragraph further states that The Design-Builder shall oversee, manage, certify and perform construction QC activities. This paragraph seem to conflict with the information provided at the December 5, 2018 Informational Meeting wherein the Authority stated that the Authority will be performing inspections and material testing similar in scope to a traditional design-bid-build project. A11 Please see A8 above. The awarded D-B Team will be responsible for providing all QA/QC for design and construction and an overall quality outcome under this Contract. The RFP will provide additional information related to QA/QC and staffing requirements. The difference from some prior TBTA Design-Build projects is that independent Construction Inspections and confirmatory testing will be performed by the Authority instead of by the Design-Builder. Please be governed accordingly in submitting your Expressions of Interest for this solicitation. Additionally, please acknowledge receipt of this Addendum 2 in your Expression of Interest cover letter. Sincerely, Susan Higgins Director, Procurement MTA Bridges and Tunnels (Triborough Bridge and Tunnel Authority) is an agency of the Metropolitan Transportation Authority, State of New York