27
2 Broadway Veronique Hakim NewYork, NY 10004 President D New York City Transit June 3,2016 STEP 1 ADDENDUM NO.2 RFQ ID 0000132574 CONTRACT C-48702 VIADUCT AND BRIDGE REPLACEMENT MYRTLE AVENUE LINE (BMT) IN THE BOROUGHS OF BROOKLYN AND QUEENS To Prospective Proposers : This Addendum consists of three (3) pages. This Addendum replaces Supplemental Bulletin NO.1 which is hereby rescinded in its entirety. ANSWERS to QUESTIONS SUBMITTED BY PROSPECTIVE PROPOSERS: Question 1: Will additional pages be allowed to include: • "tear sheets" that outline our Firm's relevant experience working with projects of similar scope and size; and The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes. The list of relevant projects and bar chart of concurrent contractual commitments may be submitted as part of an Appendix to the Qualification Package. Question 2: Please send out the sign-in sheets for both the Site Tour and the Pre-Proposal Conference. Answer 2: Attached are sign-in sheets for both the Site Overview held on May 11, 2016 and the Information Session held on May 12, 2016. Question 3: Please confirm that the proposer can utilize subcontractor experience for the pre- qualification criterion #1. Answer 3: Criterion #1 of the Step 1 Evaluation Criteria examines the experience of the Prime Proposer and of the Proposer's team, including subcontractors, with emphasis on the Prime Proposer's experience. Question 4: Will the residents in the adjacent properties be vacated before the work begins?

New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

2 Broadway Veronique Hakim

NewYork, NY 10004 President

DNew York City Transit

June 3,2016

STEP 1 ADDENDUM NO.2

RFQ ID 0000132574

CONTRACT C-48702 VIADUCT AND BRIDGE REPLACEMENT

MYRTLE AVENUE LINE (BMT) IN THE BOROUGHS OF BROOKLYN AND QUEENS

To Prospective Proposers :

This Addendum consists of three (3) pages.

This Addendum replaces Supplemental Bulletin NO.1 which is hereby rescinded in its entirety.

ANSWERS to QUESTIONS SUBMITTED BY PROSPECTIVE PROPOSERS:

Question 1: Will additional pages be allowed to include:

• "tear sheets" that outline our Firm's relevant experience working with projects of similar scope and size; and

• The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information?

Answer 1: Yes. The list of relevant projects and bar chart of concurrent contractual commitments may be submitted as part of an Appendix to the Qualification Package.

Question 2: Please send out the sign-in sheets for both the Site Tour and the Pre-Proposal Conference.

Answer 2: Attached are sign-in sheets for both the Site Overview held on May 11, 2016 and the Information Session held on May 12, 2016.

Question 3: Please confirm that the proposer can utilize subcontractor experience for the pre­qualification criterion #1.

Answer 3: Criterion #1 of the Step 1 Evaluation Criteria examines the experience of the Prime Proposer and of the Proposer's team, including subcontractors, with emphasis on the Prime Proposer's experience.

Question 4: Will the residents in the adjacent properties be vacated before the work begins?

Page 2: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

Step 1 - Addendum No.2 Contract C-48702

Page 2 of 3

Answer 4: Notwithstanding any information that may have been related at the Information Session held on May 12, 2016 pertaining to this issue, Proposers should take into account that NYCT anticipates that the residential properties will be vacant by the start of the track outage at the viaduct (on or about July 1, 2017). Additional information regarding work access and restrictions will be addressed during the procurement process.

Question 5: Can you provide the format for the Bar Chart you describe under Criterion #2 of ·your RFP?

Answer 5: Proposers are advised to use a standard Bar Chart format for concurrent contractual commitments with remaining duration and cost of current and future work as it relates to the performance of this Contract C-48702 .

Question 6: What are the liquidated damages associated with this project? It was indicated there may be damages assessed to each of the three work items: a. Completion of the Inspection facility NLT June, 2017 b. Completion of the NY/Atlantic bridge within the allotted two month window­

7/1/17 to 8/21/17. c. And completion of the Myrtle Ave Viaduct within the eight month shut down

window - 9/1/17 to 5/1/18 .

Answer 6: The Authority anticipates there will be interim milestones and a substantial completion date, all with liquidated damages associated with them.

Question 7: To meet this schedule , we'll have to get out in front of the procurement of all the long lead items. Please provide a list of equipment required for the inspection facility , technical data , expected lead times , and any other pertinent information.

Answer 7: A list of equipment necessary for this Project will be available in the Step 2 RFP documents.

Question 8: In reference to the project listed in the subject , can you tell me if the information session and the site overview meetings were mandatory or non-mandatory.

Answer 8: Attendance at the site overview and information session were not mandatory for participating in this RFP.

Question 9: As part of this project there is a necessity for multiple areas of self-perform work due to the critical nature of the bridge and viaduct replacement as well as the procurement and installation of specialized equipment required at the Car inspection Enclosure. Can the Contractor assume that a waiver for these self­perform and specialized work elements has been pursued since the MIWBE goals are listed at 15% and 15% respectively?

Answer 9: The MBEIWBE goals for this project are 15% for MBE and 15% for WBE participation. Proposers seeking a waiver should do so as part of Step 2 of the RFP.

NOTE: Attached hereto is a revision to the Step 2 Evaluation Criteria , which changes the order of Criteria 2 and 3. See attached revised pages 6 - 8.

Page 3: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

Step 1 - Addendum NO.2 Contract C-48702

Page 3 of 3

Please be governed accordingly in submitting your Qualification Package in consideration of Step 1 of this Request for Proposals.

~~ ~ete r Gillespie

Assistant Chief Procurement Officer Capital Program Management, Procurement

Attachments 1. Step 2 Evaluation Criteria , Revised Pages 6 - 8 2. Site Overview Attendance Sheets 3. Information Session Attendance Sheets

Page 4: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

INFORMAnON FOR WEB SITE

MTA New York City Transit

NOTICE

RFQ 0000132574

SOLICITATION # C-48702

The Metropolitan Transportation Authority, acting by the New York City Transit Authority (NYCT) is seeking to retain the services of a contractor for the replacement of two elevated structures on the Myrtle Avenue Line (BMT) (the viaduct and track with an approximate length of 3 I 0 feet known as the Bushwick Cut and the bridge over New York and Atlantic Railway with an approximate length of 50 feet) and the construction of a two-car inspection enclosure at the Fresh Pond Yard . Selection will be accomplished with a two-step Request For Proposals (RFP) process . Proposers will be evaluated in accordance with Step I Selection Criteria for relevant experience including construction approach and the ability to accelerate construction, general responsibility, including record of integrity and business ethics, and safety record. In Step 2, the selected proposers from Step 1 will be asked to submit a detailed technical response to the RFP and make recommendations on how to reduce the overall project duration, which shall be evaluated for Technical Proposal and Approach, Overall Project Cost, as well as Other Relevant Matters. Particular emphasis will be placed on acceleration of the project schedule and the extent of which the prime proposer will be perform ing the main structural portion of the bridge work. For Step 2, proposals will only be accepted from firms selected in Step I.

The contract duration is twenty six (26) months.

The estimated construction amount is over $1OM.

The M/WBE goals are 15% MBE/15% WB E.

An information session about the project will be held at 2 Broadway, New York NY 10004 on May 12, 2016 at 2:00 PM.

A Site Overview will be held at 975 Broadway, Brooklyn NY on May 11,2016 at 10:00 AM.

Please contact Christine Budhwa, Senior Director, Procurement at [email protected] for more information.

Schedule J - Responsibility Questionnaire(s) and a short Scope of Work may be obtained through the MTA website http: //web .mta.info/nyct/procure/conrfp .htm . To participate in this project, proposers must be registered with the System for Award Management (SAM), a federal vendor database used to val idate vendor information, and FedBizOpps, a federal website used to distribute and disseminate sensitive but unclassified procurement related materials. You can visit SAM at www.sam .gov and FedBizOpps at www.fbo.gov to register. A DUNS number is required for both registrations. You can register online at www.dnb.com/product/eupdate/requestoptions .html to obtain a DUNS number free of charge if you mention it is for SAM registration.

Contractors desiring to be included for Step 1 evaluation (see further details below) must respond with one (1) original and seven (7) copies of a Qualification Package that consists of the following documents. In preparing the Qualification Statement, Proposers should address each criterion in the order listed in the Step 1 Evaluation Criteria:

(I) Letter of Interest (signed by an officer or principal of the firm);

3

Page 5: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

(2) Schedule J (Responsibility Questionnaire) to be completed by the Prime Contractor and/or Joint Venture team (as well as each member firm ofthe JV), and all known sub-contractors expected to perform work for the MTA estimated at $3M or more); and (3) Affirmation that the Proposer will provide the appropriate equipment and staffing resources to complete the project and that the Prime Contractor and/or Joint Venture team will perform significant portions of the work. (4) a customized Qualification Statement (maximum of 10 pages single-sided or 5 pages double-sided), which describes the Proposer's skills, abilities and experience that are most relevant to the project and demonstrates that they have adequate experience and staffing resources to handle the project. Proposers should include a list of projects with description, owner (with contact information), project size , project duration and status (completed or in-progress).

Qualification Packages must be submitted to: MTA-NYC Transit, Bid Reception Desk , 3 Stone Street, New York , NY 10004, Attn: Christine Budhwa, Senior Director, Procurement by 12:000000 00 May 25, 2016 referencing RFQ 0000132574/ RFP C-48702.

4

Page 6: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

RFQ 0000132574

SOLICITATION # C-48702

Selection will be accomplished with a two-step Request For Proposal (RFP), utilizing the below listed Evaluation Criteria. The first step is an evaluation by a Selection Committee of each firm 's qualifications, based primarily upon its submitted Qualification Statements. These criteria are generally equivalent in importance.

STEP 1 EVALUATION CRITERIA

CRITERION #1 - Relevant Experience: The Proposer must satisfactorily demonstrate a successful record in the following areas. In preparing the Qualification Statement, Proposers should address each sub-criterion in the order listed below:

• Relevant experience of the Proposer demonstrating the ability to accelerate project completion, implement innovative ways to minimize operational impacts, and manage multiple shifts , 24/7 construction schedule at multiple locations .

• Overall experience of the Proposer's team, including previous experience demolishing and replacing elevated structures (bridges), installing pilings, micropiles and other subsurface work , working in confined work sites, working in transit environments and transit projects, and ongoing commitments that will be concurrent with this project.

• Overall experience of the Proposer 's team constructing pre-fabricated enclosures or similar facilities and performing work in a rail yard and/or depot.

• Record of quality and timely performance with respect to budget and schedule on bridge or structural replacement projects of similar size and scope.

• Qualifications and experience of the proposed Project Manager and key personnel on projects of similar size and scope.

• Proposed project organizational structure and the roles and responsibilities of key personnel to be assigned to this project.

CRITERION #2: The following criteria will be utilized to evaluate a Proposer's general responsibility:

a. General Responsibility to Receive Contract Award and to Successfully and Faithfully Perform the Work.

Included in this criterion is the degree to which the Proposer characteristically performs the contract work (including on-site construction) using its own forces, types of work which it performs, and satisfactory ratings on performance evaluations:

• General Business experience and stability, including organizational structure, management expertise, and extent and length of time in business.

• Size, capacity, and capability in relation to the Work to be performed, satisfactory performance from the perspective of quality, compliance with regulatory requirements, as well as Proposer's other concurrent contractual commitments in bar chart form including remaining duration and cost of current and future work as it relates to the performance of this Contract (e .g.,

5

Page 7: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

management, professional and technical expertise to perform the Work, and the availability of resources to perform the Work).

• Record of performance on other contracts of the Authority, MTA , other governmental and non­governmental entities, including compliance with safety standards, DBE/MBE/WBE requirements, claims loss history, and information on defaults, debarments and non­responsibi Iity determi nations.

NOTE: Financial Resources: Proposer is required to be adequately financed to pay promptly for all labor and materials as such obligations become due and to avoid the necessity for assignment of any monies payable. A firm must demonstrate:

• Requisite financial resources to timely execute the Work.

• Adequate bonding capacity.

• Ability to obtain required insurance,

NOTE: A firm in arrears in the payment of amounts due to the Authority or MTA will be required to pay said amounts in full in order to be considered a responsible firm, unless and to the extent that the Authority/MTA, upon satisfactory explanation made by the firm , excuses the firm from the payment thereof or permits further deferment of payment.

b. Safety Record:

The Proposer must satisfactorily demonstrate that both it and its proposed subcontractors have an acceptable safety record, including an experience rating for Workers Compensation Insurance of not more than 1.2. Also, each Proposer (on behalf of itself and its proposed subcontractors) must supply such information as to whether, within the past five (5) years, its Commercial General Liability (or equivalent) and/or Builder's Risk, or all-risk (or equivalent) insurance policies have been canceled or otherwise discontinued by an insurance carrier, and if so, the background and reasons therefor.

The Authority will perform an evaluation of Step 1 Proposers with regard to all two of the above criteria, which are generally considered of equal importance.

Only those Proposers whose overall qualifications are considered acceptable based on the foregoing Criteria 1 and 2 will be deemed eligible to proceed to Step 2 and propose on RFP C-48702 (second step of the RFP process), which will include the contract documents (contract specifications, drawings, terms and conditions, special conditions, etc) .

STEP 2 EVALVATION CRITERIA

In Step 2, the Proposers will be evaluated by the Selection Committee utilizing Criterion 1. Technical Proposal and Approach, Criterion 2. Overall Project Cost, and Criterion 3. Other Relevant Matters, which Criteria are listed in relative order of importance. Proposers determined to be within the competitive range after such evaluation will then be invited to participate in negotiations possibly resulting in a request for Best and Final Offers. Final evaluation for award will be made utilizing Criterion I. Technical Proposal and Approach, Criterion 2. Other Relevant Matters, and Criterion 3. Overall Project Cost, where, to the extent that the proposals are determined to be substantially equivalent with respect to Criteria 1 and 2, Criterion 3 will be given greater consideration.

CRITERION 1. Technical Proposal and Approach: Committee members will base their evaluation of the Subcriteria listed below, which are listed in their relative order of importance.

In preparing the Proposal, Proposers should address each Subcriterion in the order listed below:

a. Plan of approach for minimizing operational impacts and closure duration of the viaduct, bridge and enclosure work and overall proposed project schedule (including schedule monitoring). Proposer shall describe the total outage by number of calendar days it

6

Page 8: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

proposes to complete the viaduct, bridge and enclosure work for this project. Such plans may include recommended changes to the specified design in order to achieve these objectives.

b. Construction approach for the viaduct, bridge and enclosure demonstrating the extent to which key portiones) of the work will be performed by the Prime Proposer; Proposer's understanding of the project objectives, phasing and staging plans, including managing construction and community impacts, identifying key project concerns, risks and mitigation plan .

c. Proposer's Safety and Quality Control/Quality Assurance Plans .

d . Proposed project innovations and their respective merits.

e. Qualifications of Subcontractors whose work scope value exceeds $5 Million (exclusive of suppliers of common materials) or are otherwise identified in this RFP.

f. Past performance on Authority contracts regarding administrative matters such as timely submittal of contractually required certifications and reports and past performance regarding compliance with subcontracting provisions for D/M/WB Es and proposed plans to achieve subcontracting goals under the MBE/WB E requirements of this RFP.

g. 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.

CRITERION ~. Overall Project Cost

This Criterion includes but is not limited to the following elements:

I. Overall Project Cost, including net cost savings and /or additions and/or other benefits resulting from proposed changes to Terms and Conditions, as well as from innovations with respect to the Project Schedule and Staging; and cost implications of proposed use of Authority forces, facilities and materials. In the case of alternate Proposals deemed acceptable by the Selection Committee offering reductions to the time required for Substantial Completion, the cost implications and value to the Authority of such schedule improvements will be taken into account under this Criterion.

2. In evaluating Overall Project Cost, the Authority may consider whether and to what extent a Proposal, a system, or other matter being offered contains realistic pricing.

CRITERION 3. Other Relevant Matters

Other Relevant Matters. including Evaluat ion Criteria I and 2 from Step I as well as those matters not expressly covered above to include issues . raised after the release of the RFP. including proposed exceptions to the RFP and the terms and conditions. acceptability of any terms and conditions Proposer wishes to be incorporated into the Agreement portion, and overall adherence to the requirements of this RFP in tem1S of quality and completeness, including thoroughness of Technical Proposal and Oral Presentations.

The Authority may not necessarily make an award to the Proposer with the highest technical ranking, or to the Proposer with the lowest price . The degree of importance of price as a factor shall increase to the extent that competing proposals are otherwise determined to be substantially equal.

The Authority reserves the right to (i) reject all Proposals submitted; (ii) accept any Proposals or alternate as submitted without oral presentations or negotiations; (iii) require revisions to corrections of, or other changes to any Proposal submitted as a condition to its being given any further consideration; (iv) reject, without entertaining revisions or conducting negotiations, a proposal with major substantive deficiencies; (v) any time during the RFP process, should the Authority determine that a Proposer, including its proposed

7

Page 9: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

Subcontractors, is found not acceptable in any area, the Authority may eliminate such Proposer from any further consideration or evaluation; (vi) select for negotiations only the overall best Proposal or alternate submitted, as determined by the Authority; (vii) negotiate with those Proposers whose acceptable proposals or alternates fall within a competitive range; (viii) negotiate with one or more Proposers in any manner it deems fit, (such negotiations may be concurrent or sequential as the Authority determines); (ix) following the conclusion of all negotiations, issue a revised RFP or portion thereof and solicit "Best and Final offers"; (x) solicit "Best and Final" offers utilizing another appropriate procedure; (xi) after receipt of "Best and Final" offers if it is in the interest of the Authority to do so, to thereafter reopen negotiations; and/or (xii) accept improvements to, enhancements of or other revisions to any proposal or alternate at any time if it deems such to be in its best interest.

No Proposer shall have any rights against the Authority for any reason, arising at any stage of the solicitation based upon any negotiations that take place, or because the Authority does not select a Proposer for negotiations or if the Authority determines not to make an award of this contract.

The Authority also reserves the right to (a) incorporate into the Contract Documents the successful Proposer's Proposal or portions thereof, as accepted by the Authority, (b) revise the solicitation documents in accordance with the completed negotiations with the successful Proposer and require such Proposer to execute the resultant Contract Documents or develop new Contract Documents reflecting the completed negotiations with the successful Proposer and require such firm to execute same , and (c) take such other action as may be in the best interests ofthe Authority consistent with the law.

8

Page 10: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

General Scope-Ot-Work

Viaduct and Track Replacement (Bushwick Cut), Replacement of Bridge Over New York and Atlantic Railroad and

Car Inspection Enclosure at Fresh Pond Yard

(A) Viaduct and Track Replacement (Bushwick Cut Project)

The general scope of work for the Bushwick Cut Project is to demolish and replace the existing Viaduct. The structure is a 310 foot "S" curve structure with one of the curves having a sharp 150 foot radius. The Viaduct connects the Myrtle Line with the Jamaica Line in Brooklyn; the new structure will accommodate the existing track alignment.

Among the challenges for this project is the requirement to support the signal and fiber cables appended to the Viaduct throughout the duration of construction ; services will also need to be maintained and protected on the Jamaica Line. Another challenge is the close proximity of adjacent, occupied residential and mixed-use properties to the edge of the structure ; since the limits of the structure will generally be maintained, this condit ion must be considered for both demolition and construct ion activities .

Completing as much preparatory work, demolition, and construction prior to the planned service disruption is expected . It is the objective of the Authority to limit the duration of the outage to 8-10 months or less.

Tasks include the followlnq :

1. Demolish Type I track (and remove ballast) 11. Install new steel superstructure with 2. Demolish concrete deck approximately 20 foot spans 3. Demolish steel and concrete superstructure 12. Install new prefabricated concrete deck 4. Demolish 10 unreinforced concrete piers 13. Install new micro-pile foundation

(abandon footings) 14. Install new signals and signal accessories to 5. Demolish seven steel columns (abandon match existinq

footings) 15. Install new impedance bonds to match 6. Demolish signals and signal accessories existing 7. Demolish third rail and DC power accessories 16. Install new third rail and DC power 8. Abandon drainage in place accessories 9. Temporarily support, maintain, and protect 17. Install new drainage to reconnect with

appended signals and fiber cables (re­ existing at sewer append when new viaduct is complete)

10. Install Type II - Low Vibration track with the alignment to match existing

(B) Bridge Over New York and Atlantic Railway

The general scope of work for the replacement of the 52 foot Bridge Over NY&A is to remove and replace the single-span , open deck, steel thru girder bridge. Included in the work are the removal and replacement of the track, third rail, and signals . The Contractor will also maintain , support , and protect the signal and communication cables, and provide new abutments while preserving the existing stone abutments .

(C) Car Inspection Enclosure The Two-Car Inspection Enclosure will be constructed in the Fresh Pond Yard over a section of unused yard tracks. The enclosure will be a pre-fabricated building and will feature one track , storage area, one inspection lift and all the required Electrical , DC Power, Mechanical, Utility and Communications systems and equipment.

9

Page 11: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

D New York City Transit I CPM Line Structures

2015-19 Capital Program

C-48702 Viaduct and Bridge Replacement

Myrtle Avenue Line (BMT)

o Myrtle Viaduct in the Boroughs of Brooklyn and Queens

• • ~=--..;

.t:I . I .. ~~..(~' •.__ ; -

J ~ - ... ­ _. , , I

, - l- · ~ ~·· · · . ' : ~' - / ...

. ~. ~,.J"""'" .,;:J

e Bridge Over New York & Atlanllc Railway

e Inspection Facility Fre.h Pond Yard

Page 12: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

New York City Transit Attendance { 1SIT E TOUR Date: 5(l l0 ~ PRE-BID CONFERENCE ( ) QUALIFICATION HEARING ( ) OTHER _

Contract: C48702: Viaduct and Bridge Replacement of the Myrtle Line (BMT) in the Boroughs of Brooklyn and Queens

NAME REPRESENTING TITLE PHONE NUMBER

~ 0 tAG\.'IV\.ed r:-d-dr, ~ ]'k"C-L> & s. ..srv- .J c...\' .Jo-.~ , o...\~-'i~5 -L{~o :

Mc..M ~c.. /"" l\./To c. ~; '" , Cs-;lrvr ~ .2.... Sl~-7J <) - JSO CO

In It,{; rrk: c.kn(~ )n?-:- .JAa:>~<:: ·~~ r c. (\ COnS,JL.T · ~!J q 61'1 /32/ .r:

~ ~13r l / . "r 11".,.. :.., <, f£- Cr... z. c.:»: }./ 1.. l.f3/ 3 3

~r t.. n~(..R 'Q~~. l ; Po 5" Vr-b .' ~<' 7 1g - ~7 :~ ·-..t):£2C

~~eJ/ cuffe; l\0I1\<..e..1A (,a.,,\Yi\(.\Yl \'>0 \)VV(wY- C\ \q ?llh vSCO 6;\k GuNdet-- 'r(\ 6W\'l ~ p~'7C11- Z01- 67 1- Z7 7.0

Al/m 3 01./ ), e tt1 r ,(w.1 esf,'/,W/i Iv (' Zo l- '71/ - Z~1 1

1~' Ic J ' ''' ~,, ~ e. 11-...\\. "0""~ \rPa ~'\.\C1\. '7 c..:,+.~~\ct. 75/ · sS7 -(,., / ('r)

Ity,t.\\ \.11 rtf \ '¥.. ~\U) ~ i\S ('~~ r-l:::--~\ ~J RN(".e~ . PJLI ~-rc:l -f "'l ·J e -...JI _ ?

p( ir Mnul,...., ~\--, r , I cO,--C, E"s~ rr'4".""'-":-- ;5\ (.. - 23'\ . \(" c C

iUlcJ,r ()~L ~Isk4 v. P. 7/g -, q~6 O~ 06

1~u.L. cAsA7;2/I lM:lLUU PM qt7- br~4D 4-o JA~ A~omts tr>SILuU> 'f:S1TflJffT7i- (03 /- 3qD--- 5180

Page 13: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

New York City Transit Attendance ( ) SITE TOUR Date: -.2.(-,-,-lzj--..l_lp__ ~PRE-B I D CONFERENCE ( ) QUALIFICATION HEARING ( }OTHER _

Contract: C48702 : Viaduct and Bridge Replacement of the Myrtle Line (BMT) in the Boroughs of Brooklyn and Queens

NAME REPRESENTING TITLE PHONE NUMBER

~l1.VlS tf'1vkl!td11l SctUctuovt~ dlLf ~fl~V" ;(.0 (..!8b7 -So1 0 T''-

S~ ['..::sT1 PlATo ~JOSe-AI ( C\:"\, l l 0 J P\C(')~e 51' ?39~/~OO ~).yl f~~ J? ~. , yo 1 C ..,..<'1l I:;r\ ~o' )'{.",/'

K ILL.. ' GRo!S &£C.(. -TVJ.,I_.V PM 317-:; 73 - oq 6 / ;~P ....J ~~\\':l ~r~\-'rl (r. L -l. ..... LecJ CS ·Ln~'\ 'I- »e8SB aGo., s~~nodev~ ,/'-1I(".It'A£4S J ~cn p:::;,n7.rtJf-1'iU'L ??(J·53/1- 33/

RA l-Wv~v-» _ 1'7N11c..l-h\- € '- Eso PA- J- \L. . c..c. ,\1\ S {(:.v\L. ~<::..-.lI C-~~ f {'11 M 423 \ -WIt,. 00«

-15~9 <QA. <;hl\0 M \C-~~ (o r ~ ts rl~.e..... CjI t/- ft &5-- rV'l(~

. Ti~B i2..o Oa..lC.vCS" c.c, /J,- L' v u, ~lIM1rf"l>"- 2.0\- 70j - 40Q ~

Page 14: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

New York City Transit Attendance ( ) SITE TOUR Date: is (I :z.{ lit:> , , ~ PRE-BID CONFERENCE ( ) QUALIFICATION HEARING ( ) OTHER _

Contract: C487Q2: Viaduct and Bridge Replacement of the Myrtle Line (BMT) in the Boroughs of Brooklyn and Queens

Nft.IV'E REPRESENTING TITLE PHONE NUMBER

/".....,.,. ,h:Lf'-/ &bl/rl ~L.. 5):0.- £/J#b, 9/)c?-7t?%?Z­~/) ClunY) ~4,n~j:o. 5;. s:~ If?I'", .Jr; , 7/g -? 4 0 - 07 ()(J

m(I nul( 'Pr'l 1;+0 J u 6 {~U 1.\ e,t, NIT {(, f ;f'MCt. fur 7tf5'5'424-/9

J2:..v """ ... .J~-l-o 3v.JI e.., S-e ,, "~ r is'b 7 I ~ ~'i'"'t' ::Z '-{ (~

Page 15: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

Fff lor.sNew York City Transit8 Attendance

~ S I TE TOUR Date: 6" \l l0 ( ) PRE-BID CONFERENCE ( ) QUALIFICATION HEARING ( ) OTHER _

Contract: C48702: Viaduct and Bridge Replacement of the Myrtle Line (BMT) in the Boroughs of Brooklyn and Queens

NAME REPRESENTING TITLE PHONE NUMBER

c )/ ­~( V' 1 S 1' . [-sn ~ f'V'o iL 7lj ')JlO -o7CO·u 11 f.....t I ~ I )~ ,J( r '1(~~f rIlflfUA LA 11, L-3U -7/), V t

'S OIt/ '/.{ /'10UO\JA-U r'I/di'A,;&L-S ~ £8Tjh4-YVfC. ::120 --5"3'1 ---5'8;0 J

C".- (nh,,' Not4lu.J4. s-IroJ.r..l 14 SUD<rt' ,J.., At'At- q lLf .. , qq -~ao

A 'I fl,.':: "'"-. t; c 110 <. c h : ... \/0V'-<-- Sf E:.J" I-- 2o/-}P~ 1- SD~

\ /1(j d ( lJ .....j-; (;'dN V'" ) iA d (Ct L. PH (q\.') 1567 --C)!-r LY VY'l ; (Ze (If) ( /.fD "I u c!.- i 1':( o 5 K f ( ( -i-) t1 ~-/.. , I / J J,f((S f d ftl '~ \ I-L GRoe S'tJEG{ ' "1Jt.-LY YRoJE<.;t ~',JA6 ., 31..(7-513- o'{ f!, (

faJr ~7~/t t:.rs~ vP 1J~ Jj lc-'1Jo it so

t

(/7 ~ 1 7" Q. Jl cl. ~ c -A " ~ <'<:1\ £.:,..1..;. 'V'\ . ~~- . ~( / ;

~ IV)( 0;~A"H I / e; ( Ir" ~" 1'r..,,,: ~ 1~\.j..~~+U" (" 1- ,!1'1- 52 J.{J,

:[p('/ fA-rc; L. rJYC;' rF..ol. fZrJC.~ -I/S - (, I:I - O(oy

;r:-Ul AUI UnLrJ IV t(cr Cp.I11---1 "3 AJPM"7Z 9; 7- 29 ?- " :Zt>-2-.

RPoovf'Yt JT'"4- f~~ / 1 .. r IJ.J,.. pIt--) 7 I fj- - /.J'5 -(J J ~ 0

It=?< J-~' &, If-e« ;11':"(' )1 fJr«u .,, ~ ./ ;:k:- /,?cJ ~ylh- 2,S 2. -G~

I~,L < J) " l J I I /t/>/'f C vY/ ~4~ r: ,/11 ,1-46-;2/ rJ -« -rq ~ANA~~ j p AffL- P'YCT ~ ~f1 . P "!'1 64 6 -2-0,- 31 )o

¥:~u \M fMI! uJ·O\ll q ~ 'f1:1 (}R tJ\. fM ~ <ii.J~s7AA I~ I J

Page 16: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

I

New York City Transit Attendance ~S I TE TOUR Date: 5 It kJ ( . ) PRE-BID CONFERENCE ( ) QUALIFICATION HEARING ( ) OTHER _

Contract: C48702: Viad uct and Bridge Replacement of the Myrtle Line (BMT) in the Boroughs of Brooklyn and Queens

NAME REPRESENTING TITLE PHONE NUMBER -II ­ '7IJa1/e. (H l-CaV' -If, /C;t~Vf , r ( • .,...,. k~ ~ N./ 7/1- £ / ( - 7) t,-,

r-e.rVl q n L AlP il(;d:/ (J L'u II!>"-f t S t .L. 973 . ~t, r - </i17 TIw,.,., .. c, \,/~• ." J .Je;,ll I r.. v ... c: bhM "~" 5fIJ - Z")1 IL lu

1\ ti c...,rv; 'Lt.J'" L~<J." l' I N~ l)C\11"'\ E. -s i .''-IG.-N . -?:?J 7tiz - 73~-f, b;' t:

,., 13i*,-, £h,J 7?r-:A:- I U G-~ . f.ro \,,('0-, £:.>o·l.r tlY 'D 6 ?but­

(~X)rx:MJ~ ,/~ (qw;-~ I}~r-~ qI&- Cj ~5/ r'tJ() /0V _~ /., ,?AA.. t1 <;h /10 ll\k ((~ '" ((1 . : Y~hjlYt ",ktL r/ Lj - G(P~- . '-:JLJ~ I.. ,I

J A to R.. c),. tLy..A. .~ 1..JA. Vo<.,\Ll \lO e:-~, l K ~t\... Co')\ - ~o - '51 ~~

.:1 1M Bn\ hen k \Pw ;i- bn ~,, -/o ,.- 2i>/ '77 1 2S ~1 I e,-:"';t /'1",.", ~1 (.f r-: Co /..:~ j., '" ,h.- )./ -;). V J I :J 11J

./

Page 17: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

New York City Transit Attendance SITE TOUR Date: 5 III,) PRE-BID CONFERENCE�

) QUALIFICATION HEARING� ) OTHER _�

Contrac t C48702: Viaduct and Bridge Replacement of the Myrtle Line (BMT) in the Boroughs of Brooklyn and Queens

NAME REPRESENTING TITLE PHONE NUMBER

Jo'~~ tu\\cl A ~ \( f) V\.e..,. PM sift; 26q 1 ~~O

+=r ir ~\j("() 'Vi (O'f\P ~<;:,-\-i mn.1:"(){" C')lfo - 2...~q . 1(,; 00

'-'ose;)~ CA9/1o Rc..cn t7 ocn1M tD R I/sta 2 3 'i -!(;(x) ___ 11.-­/!,~f~ a J,f j <f~j-... ~/ 7,}../D ~t.7 /

"­tZ;~

J I I.. \ "2.._, , .....1\ a ,A nl,\I u: E <&r l aA ~ -,.,., -u; \ - 2 3 ·2. - \4~'/

r; Ai " fL..,{) ou. Ii es ;I ; ,

Lo t - 7rt S"'" - 4tJ q 9

"?,;~ v' ~ _\ \ ,,() P Iw'O<y,,,R-.-:;-' \(t'( a~(, ~,\ ~ \.\ (') \ \?-4,\ ,\\"ll..\ (\\ 173c(. . 'S~ 7· ( .§[ )(JC?

::f;,~ L .: -< . ~~ fl. j -A. l........,. r /n lri. ., I ~) J "

, _ i .

~o h 1" ~ V.#ll r .. J. MIA - I i: c: p/l/1 ? 12 - 8713 - l./ i 2.f

~ ~lL ~Ik> ~.. 4 CC A- C"q PI) ~( Z r;- e rz c,

Page 18: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes

I

2 Broadway Veronique Hakim NewYork, NY 10004 President

New York City Transit

May 23,2016

RFQ ID 0000132574

CONTRACT C-48702 - VIADUCT AND BRIDGE REPLACEMENT MYRTLE AVENUE LINE (BMT) IN THE BOROUGHS OF BROOKLYN AND QUEENS

STEP 1 - ADDENDUM NO.1

To Prospective Proposers:

This Addendum No.1 consists of one (1) page.

The Step 1 Proposal Due Date for Qualification Packages is hereby extended to JUNE 8. 2016. Qualification Packages must be submitted no later than 12:00 PM on that day.

Please be governed accordingly in submitting your Qualification Package in consideration of Step 1 of this Request For Proposals.

?~~> Williarn DeSantis Chief Procurement Officer Capital Prograrn Management, Procurernent

Page 19: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes
Page 20: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes
Page 21: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes
Page 22: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes
Page 23: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes
Page 24: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes
Page 25: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes
Page 26: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes
Page 27: New York City Transit - MTAweb.mta.info/nyct/procure/contracts/132574sol-2.pdf · • The requested Bar Chart in Criterion #2 of the Notice/Sol icitation information? Answer 1: Yes