6

Click here to load reader

York City Transit (NYCT) - Metropolitan Transportation …web.mta.info/nyct/procure/contracts/149805sol.pdf ·  · 2017-01-27MTA New York City Transit ("NYCT") ... which shall describe

Embed Size (px)

Citation preview

Page 1: York City Transit (NYCT) - Metropolitan Transportation …web.mta.info/nyct/procure/contracts/149805sol.pdf ·  · 2017-01-27MTA New York City Transit ("NYCT") ... which shall describe

aNew York City Transit (NYCT)

DATE January 26 2017

CONSTRUCTIONARCHITECTURAL amp ENGINEERING CONTRACT SOLICITATION NOTICEPROJECT OVERVIEW

MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING

SSE 0000149805 OPENINGDUE DATE 22217

TYPE OF SOLICITATION RFP I SOLICITATION TITLE CMmiddot1061 -Indefinite Quantity Consultant Services for the Underground Storage Tanks (UST) and Environmental Remediation Program

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) amp Environmental Remediation Program on an as-needed task order basis The services will include remedial investigation of soilgroundwater contamination remedial design (based on evaluation of conventional vs innovative remediation technologies) technical inspectionoversight 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 DATETBD TIME TBD

2 Broadway New York NY 10004

( ) SITE TOUR LOCATION NA DATE TIME

FOR MORE INFORMATION PLEASE CONTACT

PROCUREMENT REPRESENTATIVE Anthony Edwards PHONE 646middot252middot6255

REQUIREMENTS TO PARTICIPATE

DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER ALL VENDORS MUST HAVE A DUN amp BRADSTREET DUNS NUMBER IF THEY WISHTO PARTICIPATE IN THIS PROCUREMENT VENDORS WHO DO NOT HAVE A DUNS NUMBER CAN REGISTER ONLINE AT WWWMYDNBCOM 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 wwwsamgov TO REGISTER A DUNS NUMBER IS REQUIRED FOR REGISTRATION

Imiddot 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 Environmental Remediation Program

MTA New York City Transit (hereinafter NYCT or the Authority) 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) amp Environmental Remediation Program on an as-needed task order basis No task order issued for these services shall exceed $250000 without prior authorization

Estimated amount $53M (NYCT $43M MTABC $10M)

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 andor Joint Venture Partners and all proposed Sub-Consultants) (3) Schedule J (Responsibility Questionnaire to be completed by the Prime Consultant andor 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 Proposers 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 Consultants 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 1200 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 httpwwwmtainfonyctlprocureconrfphtm 672032

CM-I061 SSE No 0000149805

Indefinite Quantity Consultant Services for the Underground Storage Tanks (UST) and Environmental Remediation Program

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 soilwater 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 No2 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

672032

CM-I061 SSE No 0000149805

Indefinite Quantity Consultant Services for the Underground Storage Tank (UST) and Environmental Remediation Program

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 Proposers 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

bull 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 Proposers approach to performance of the work should include the utilization of the disciplines and tasks specified in the Scope-of-Work for this Contract

bull 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

672032

bull Experience of Project 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 USTs 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

bull 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

bull 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 MWDBEs goals on similar prior projects and proposed plans to achieve subcontracting goals under the MBE and WBE requirements of this RFP

bull Proposers Diversity Practice Proposers Diversity Practices as determined by the Authoritys assessment of Proposers answers to Schedule E (Proposer Diversity Practices Questionnaire) which is primarily though not entirely concerned with Proposers use of and programs for New York State certified Minority and Women Owned Business Enterprises Proposers answers to Schedule E will be scored by the Authority at its sole discretion

Management

bull 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

bull 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 andor MTABC related to the task orders

672032

bull Construction Supportability The Proposers 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 as follows

bull Quality of written proposal bull Quality of oral presentation if any bull Compliance with and acceptance of the terms and conditions or willingness to negotiate same

in a timeframe consistent with the Authoritys needs

NYCT reserves the right to bull Reject all proposals submitted bull Require revisions to corrections of or other changes to any proposal submitted as a

condition to its being given any further consideration bull Reject without entertaining revisions a proposal with major substantive deficiencies bull Negotiate with Proposers considered most qualified by the Selection Committee bull 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 of the proposal even if those 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

672032

Page 2: York City Transit (NYCT) - Metropolitan Transportation …web.mta.info/nyct/procure/contracts/149805sol.pdf ·  · 2017-01-27MTA New York City Transit ("NYCT") ... which shall describe

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 Environmental Remediation Program

MTA New York City Transit (hereinafter NYCT or the Authority) 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) amp Environmental Remediation Program on an as-needed task order basis No task order issued for these services shall exceed $250000 without prior authorization

Estimated amount $53M (NYCT $43M MTABC $10M)

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 andor Joint Venture Partners and all proposed Sub-Consultants) (3) Schedule J (Responsibility Questionnaire to be completed by the Prime Consultant andor 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 Proposers 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 Consultants 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 1200 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 httpwwwmtainfonyctlprocureconrfphtm 672032

CM-I061 SSE No 0000149805

Indefinite Quantity Consultant Services for the Underground Storage Tanks (UST) and Environmental Remediation Program

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 soilwater 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 No2 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

672032

CM-I061 SSE No 0000149805

Indefinite Quantity Consultant Services for the Underground Storage Tank (UST) and Environmental Remediation Program

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 Proposers 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

bull 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 Proposers approach to performance of the work should include the utilization of the disciplines and tasks specified in the Scope-of-Work for this Contract

bull 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

672032

bull Experience of Project 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 USTs 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

bull 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

bull 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 MWDBEs goals on similar prior projects and proposed plans to achieve subcontracting goals under the MBE and WBE requirements of this RFP

bull Proposers Diversity Practice Proposers Diversity Practices as determined by the Authoritys assessment of Proposers answers to Schedule E (Proposer Diversity Practices Questionnaire) which is primarily though not entirely concerned with Proposers use of and programs for New York State certified Minority and Women Owned Business Enterprises Proposers answers to Schedule E will be scored by the Authority at its sole discretion

Management

bull 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

bull 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 andor MTABC related to the task orders

672032

bull Construction Supportability The Proposers 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 as follows

bull Quality of written proposal bull Quality of oral presentation if any bull Compliance with and acceptance of the terms and conditions or willingness to negotiate same

in a timeframe consistent with the Authoritys needs

NYCT reserves the right to bull Reject all proposals submitted bull Require revisions to corrections of or other changes to any proposal submitted as a

condition to its being given any further consideration bull Reject without entertaining revisions a proposal with major substantive deficiencies bull Negotiate with Proposers considered most qualified by the Selection Committee bull 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 of the proposal even if those 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

672032

Page 3: York City Transit (NYCT) - Metropolitan Transportation …web.mta.info/nyct/procure/contracts/149805sol.pdf ·  · 2017-01-27MTA New York City Transit ("NYCT") ... which shall describe

CM-I061 SSE No 0000149805

Indefinite Quantity Consultant Services for the Underground Storage Tanks (UST) and Environmental Remediation Program

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 soilwater 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 No2 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

672032

CM-I061 SSE No 0000149805

Indefinite Quantity Consultant Services for the Underground Storage Tank (UST) and Environmental Remediation Program

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 Proposers 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

bull 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 Proposers approach to performance of the work should include the utilization of the disciplines and tasks specified in the Scope-of-Work for this Contract

bull 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

672032

bull Experience of Project 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 USTs 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

bull 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

bull 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 MWDBEs goals on similar prior projects and proposed plans to achieve subcontracting goals under the MBE and WBE requirements of this RFP

bull Proposers Diversity Practice Proposers Diversity Practices as determined by the Authoritys assessment of Proposers answers to Schedule E (Proposer Diversity Practices Questionnaire) which is primarily though not entirely concerned with Proposers use of and programs for New York State certified Minority and Women Owned Business Enterprises Proposers answers to Schedule E will be scored by the Authority at its sole discretion

Management

bull 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

bull 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 andor MTABC related to the task orders

672032

bull Construction Supportability The Proposers 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 as follows

bull Quality of written proposal bull Quality of oral presentation if any bull Compliance with and acceptance of the terms and conditions or willingness to negotiate same

in a timeframe consistent with the Authoritys needs

NYCT reserves the right to bull Reject all proposals submitted bull Require revisions to corrections of or other changes to any proposal submitted as a

condition to its being given any further consideration bull Reject without entertaining revisions a proposal with major substantive deficiencies bull Negotiate with Proposers considered most qualified by the Selection Committee bull 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 of the proposal even if those 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

672032

Page 4: York City Transit (NYCT) - Metropolitan Transportation …web.mta.info/nyct/procure/contracts/149805sol.pdf ·  · 2017-01-27MTA New York City Transit ("NYCT") ... which shall describe

CM-I061 SSE No 0000149805

Indefinite Quantity Consultant Services for the Underground Storage Tank (UST) and Environmental Remediation Program

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 Proposers 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

bull 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 Proposers approach to performance of the work should include the utilization of the disciplines and tasks specified in the Scope-of-Work for this Contract

bull 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

672032

bull Experience of Project 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 USTs 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

bull 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

bull 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 MWDBEs goals on similar prior projects and proposed plans to achieve subcontracting goals under the MBE and WBE requirements of this RFP

bull Proposers Diversity Practice Proposers Diversity Practices as determined by the Authoritys assessment of Proposers answers to Schedule E (Proposer Diversity Practices Questionnaire) which is primarily though not entirely concerned with Proposers use of and programs for New York State certified Minority and Women Owned Business Enterprises Proposers answers to Schedule E will be scored by the Authority at its sole discretion

Management

bull 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

bull 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 andor MTABC related to the task orders

672032

bull Construction Supportability The Proposers 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 as follows

bull Quality of written proposal bull Quality of oral presentation if any bull Compliance with and acceptance of the terms and conditions or willingness to negotiate same

in a timeframe consistent with the Authoritys needs

NYCT reserves the right to bull Reject all proposals submitted bull Require revisions to corrections of or other changes to any proposal submitted as a

condition to its being given any further consideration bull Reject without entertaining revisions a proposal with major substantive deficiencies bull Negotiate with Proposers considered most qualified by the Selection Committee bull 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 of the proposal even if those 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

672032

Page 5: York City Transit (NYCT) - Metropolitan Transportation …web.mta.info/nyct/procure/contracts/149805sol.pdf ·  · 2017-01-27MTA New York City Transit ("NYCT") ... which shall describe

bull Experience of Project 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 USTs 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

bull 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

bull 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 MWDBEs goals on similar prior projects and proposed plans to achieve subcontracting goals under the MBE and WBE requirements of this RFP

bull Proposers Diversity Practice Proposers Diversity Practices as determined by the Authoritys assessment of Proposers answers to Schedule E (Proposer Diversity Practices Questionnaire) which is primarily though not entirely concerned with Proposers use of and programs for New York State certified Minority and Women Owned Business Enterprises Proposers answers to Schedule E will be scored by the Authority at its sole discretion

Management

bull 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

bull 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 andor MTABC related to the task orders

672032

bull Construction Supportability The Proposers 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 as follows

bull Quality of written proposal bull Quality of oral presentation if any bull Compliance with and acceptance of the terms and conditions or willingness to negotiate same

in a timeframe consistent with the Authoritys needs

NYCT reserves the right to bull Reject all proposals submitted bull Require revisions to corrections of or other changes to any proposal submitted as a

condition to its being given any further consideration bull Reject without entertaining revisions a proposal with major substantive deficiencies bull Negotiate with Proposers considered most qualified by the Selection Committee bull 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 of the proposal even if those 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

672032

Page 6: York City Transit (NYCT) - Metropolitan Transportation …web.mta.info/nyct/procure/contracts/149805sol.pdf ·  · 2017-01-27MTA New York City Transit ("NYCT") ... which shall describe

bull Construction Supportability The Proposers 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 as follows

bull Quality of written proposal bull Quality of oral presentation if any bull Compliance with and acceptance of the terms and conditions or willingness to negotiate same

in a timeframe consistent with the Authoritys needs

NYCT reserves the right to bull Reject all proposals submitted bull Require revisions to corrections of or other changes to any proposal submitted as a

condition to its being given any further consideration bull Reject without entertaining revisions a proposal with major substantive deficiencies bull Negotiate with Proposers considered most qualified by the Selection Committee bull 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 of the proposal even if those 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

672032