I) NewYork CityTransit

2y ago
12 Views
2 Downloads
1.53 MB
58 Pages
Last View : 1m ago
Last Download : 3m ago
Upload by : Macey Ridenour
Transcription

I) New York CityTransitOctober 28, 2016RFP No. CM·1059RFQ No. 0000143675Consultant Construction Management (CCM) Services for the Enhanced Station Initiative(Design and Renovation of Multiple Stations in the Boroughs of Brooklyn, Queens,Manhattan, the Bronx and Staten Island)Supplemental Information Bulletin No.2To All Prospective Proposers:Note: Due to the time constraint of this project, the due date, November 9t h , remains thesame.This Supplemental Information Bulletin consists of one (47) pages.A) Solicitation:Please be advised the initial posting on the NYCT Procurement Website for this solicitationincluded an incorrect phone number for the Procurement Representative, Nathalie Lebrun. Thecorrect phone number is (646) 252-6349. Her email addressisNathalie.Lebrun@nyct.comB) PRE-PROPOSAL CONFERENCEAs requested at the Pre-Proposal Conference held on October 25,2016, please find thefollowing: Enhanced Station Initiative CCM Presentation (39 pages). Please be advised that anyinformation contained in the presentation is considered preliminary in nature and theAuthority shall not be bound by such information.Attendance Sheets (6 pages).List of Firms Currently Supporting MTA in the ESI Program (1 page).Please be governed accordingly when submitting your Qualification Packaged in consideration ofStep 1 of this RFP.Sincerely,Frank SalvatoAssistant Chief Procurement OfficerMateriel Division

Company/Representative Attending Pre-Proposal Conference for CM - 1059 RFQ #143675Representativei?o L.A.-.J;::. -Company Name-M&J Engineers, P.C.A1'(cf rrGedeon GRC Consulting),. G .,.,57'1 -100 " S/:.-.StC.f.t-,i((lU':(';".; r', 11([('.(Amir Siddiaui0:-,,"::',.1 -a' S. ( 6aWiISeM- ;'G. Com' \ hA. 1A.II Slt/6?3 7fJ/Ok:r)/0'021 J 3F · ricoJAfivaWilsonj::.E::-e, c: s.so.-, e./:::A , Eg.( c sso j tOd L' dZoltigaCheck-In.CC··'1,.,,·Simco Engineelino, P.C.t5"-'. i'.Bill FallKimlevHomfLI(r.:.t 'I'.' l ::;; . .F:,. i I Fe. I A .c ., David HechtHill InternationalDesiree RuckerAFG Group, INC.cfJ. ,.{'!(,\.l(\IC "'/""-)Ie; I,-,-.n.I,\\\\I,-tli I '( (/\f-I"e( t, . (Jt\u.c \ ' ( \/)yc{ C f. (i' c4 ( (f,Cf/f .C 6 fV\. --'-. .""" .' \L'c;l t'(\L :r:."-1W) "' . , v .(-.:{:'l"I-"j/t:t' ";, -c ' , i I (i-'- l,DouglasTraverJ j I;,. 'Tetomc.h :(./I St;j {(J .!'tW·oJe:.Howard ChvnskvSimco Engineering, P.C./1.-.1 / / . , {/1I1E! krt/.'"'TV:2/2 -Co .ser-I"XI(;;?3J

(65'-(:17liaz AkbarI A Engineerina, P.C.':\v T-\!1-,1., . I ;A I, (1" '/I E [ d ( ,/'( .:«.-- '. \t '.'.).r / ,"It . ./ .JCMS.INC./)' ' // ?:J ,-"A:.:,L', --'"Javanta Outta/rJ (Il.--'".j(f2,c (,toj1-::'/ /'/(j;(.,,: :c r"j.C '".':/C"'( f ,,;v,l.-r. .(.; jt'ff('A' J';;'/Y! ;::uJ ct ( "' .5. ( ';':o/'-7JessieJaimeJacobs Civil Consultants, INC,I/;/)LJoseph E. Ferrala. P.E,Kiran Patel)iItKS EnQineers. P CTv Lin International."iri"/ ( f// .I//'--- -' .",/'.;f , , V' ) .,.',I/:.·/'.t,:c . ,Kin! Mevawala. P.E.'lei L-;., /2(.;;. I,()C;-:,I?'i:'·(' :,.'': . .L:. (t:{ .":' i.1(;' /6 t"-II,c! 1", I' ". I" .' .'.: .t-SiTd'j -·le h.l e.r'f (, ; '.It /" z., r .h /.I",L.-L.;-,c 'f'"(, ec6If;},L-ti '0,* C-0 J';j ro307- 7"1c. --{6'f t04 t et-Z''V9-f.'f, : -6/ f KS Enqineers. PC . z"rz.z .a:;r :O , 0 y luiai Zechin).'1louis Berner/;;:::w6*:luigi Brasacchio, P.E.'),' ".;:). . ,EnTech Enaineenna. pc.L-3tcd.,.4 '" - , Michael D'AlessandroKimleyHomMike MoskowitzSTY. INC./,.,.'",r I. -I J . c .r-,'1.'t:- . sJz.e. "'l y ko! o(J. h/I1i&",,,r(.J)AurrNUD

,r.':''' . , '1;. jMike Rafat ., '"" !I,''iJ-, .-,Jacobs Civil Consultants, INC./Mohlonai,P.D.,P.EMohvi (Moe) Soliman. :"LonaiEnaineerin-DPCno,. . .'i,l"'''':.,''. ' -\," . ':.\r-;':,-:-,- -&,:'".I\,., II'-'Naik Consultino Group, P.C,-711.citt ,I 1'b' /. ir.' rrc C( -'"t/.-(, " /).''1 Tv Lin International / .'."):' . -"":'\'\"' "';: ,-\.,. -,. \.,, :-.:,'-,/l/!; -;:,1/ I"""'I-r\,.!I ) {,r J {\(0 /la.A,J (,.--i:: {'c,, r' rr(] - .Peter Papoas-.#0 ' r: ·· d(;,Jt;;/!/)'L:\Neil Porto,.' ; . .', / - . IJ-,ppc.pp. @ n t-b . C.0"1HNTB Corooration11f1f t] q()-t{ :::;}el-Kti-PIT ,\D. fJ J ),11Phillio RosnerInteractive ElementsRobert S. ParvlakMatt MacDonaldScott PetrettaSvstraSean DalyHNTB CorporationSusan BavatEnTech Engineering, PCI.,. Il .'6 ""f ".J s q . IIS7 1'0 !?er\- ""r,dl l / / L,. / tvU:lS IIj& 17 rJ !I.; . :-0"'1SL// ,J.' -\ ,. \.'f;. Mo"\t c.C4tvvc

cQ,0o.zttlID II !!' II -o;;l:I:':"(f) ,Q u, v : . J.v .1 "-07"'i;1jI."J.,-,\ ,.-""-.J05UJis: " 0 '"-,ci!i0:".""§""uJNui0: !!!:2 II.c'" '-'".-1,c.D.1( ,r.C!')-.1.s{j!;JdG, J-.,. ",: .-:.,.-. i '". \--(-c. .I',r'::;;"J.,- '"" ', ,}.F,.',-: " . .,,0if).::;" ' 0;:.(? (t,r: )Z , -0,:"1i' )."----'- .S?"' s.(-)., . :.:0;. ;,;)\c:JIcJ. c.Y2 (".,r\s:-.-'C;r-·CJ.z: 0.:'lJ-eI::: a I ; -'-r dr.:.i.;?::. 3 J- l\

New York City Transit AuthorityMEETING REGISTERDATE:i 1.'/2 S-TIME:C11- lOS- qPLEASE PRINT:IName-'11\ rl,lf.l ,1 )' 7 I . II LAddressCompanyT /1r ;'(p'l/)t."t: "iv \.J'If(Telephone'?75J ij)t/, of 71,1' HIS, J i,''-".5 COl 1 I;1. k,AII,--,I J "!'-".,,,,J r.:1 / /ri t:?I-- 'J' 'ob'."".:».I I,J,- --JCt:I " ''11rd i.:r,.,j)r" i:"1":;'/ /"'[,''1,/1.II, - .Y ,r /" {t ' , )'. , I I).1( . -,.( ." J ' , ,,'C'oo'I?'/.-!V"! '!)/ZI\F):/ f ,:., f c'/ ' 'iI",' !I .I'/,Jr-;Vi./,,AIt'I .' "IC'r,·c '7,/;'(' - ' .'v ./,"I I'"'", (·,,'Ir',. , JV ,pflU /.\/ (-,(11-\i . /,'\./ ;-/-lif!.r:' ': 'I'i ,I.fI,t-lA.:

New York City Transit AuthorityMEETING REGISTERDATE:TIME:PLEASE PRINT:Name -.\"" ,0.-t ''t-.I\/c. ')-f. "\ t I."I'Jn \ '\ 0:. L .! r( . -'1";f-';E./ ,tv -m v"'5,,,-,-I f VJ c.\ C i1) c'.f I t' rc:AddressCompanymil.L, ;J r f" 11.A\ . vdce.,--r:, /:?,{ Aj [\/f.}-tv?M ,,IIIL,·L.\( s:d;':),' L-.Vl;:'.: ,\,)",'Itn,ntt" Ii":,' I (-zI, :'- tt/tr(,Jt:'v' /' Y;Y/.-r!7 Lt . t( i' ,-7 'I? d.;("" .q. (I. r/t ( 'b-'/ !5y' /y z/« -53"'7 ' 7d:3iv :; V YC'r(' .IVy; , .:s o: I E'N"f;N"-t?' ;N'VITelephoneonIv t.jt'J'v('v1'-'\q-I'1- qL1 I - 176 7 e r .t IolG 'Z.\'t 'SM''5) Flu ,.,. ."., . ,\151't-D; Ii -z-, 2. ',;;'it u: J2.M .POoUA,'-\) l't 1 0,AF6 {;'r,J"'Y).1t , c .Lr. v"I 3 '7 ,3,; ""' c !X ,, '}(J" ';J;;.4f1 bIUI2.3 l}- (/,-,/ / ,qJ 2 (/1.(j( .,SLtv' ,U·b.J'\., -r-coI.""-'1 '(;-', , .'.,) 7' :.,t'/l-lt."?:- 'I,J.(i. 6,-,'I:523873

Firms Currently Supporting MTA in the ESI Program:A.G. Consulting EngineeringA. Esteban & Co.ArupB. Thayer AssociatesCitylDClark TransportationDCS Infrastructure Eng.DESI (Distinct Engineering)Grimshaw ArchitectsIntegrated Strategic ResourcesKal Krishnan Consulting ServicesNaik Consulting GroupNCEPage Ayres Cowley ArchitectsStellar Services Inc.Sowinski Sullivan ArchitectsVia CollectiveVJ AssociatesYu and Associates

Enhanced Station Initiative:CCM Pre-Proposal ConferenceOctober 25, 2016

Agenda1. ESI Program Goals2. ESI Scope of Work3. ESI Organization4. CCM Contract/Procurement5. Key CCM Attributes6. CCM Staffing7. CCM Responsibilities2

1. ESI PROGRAM GOALS3

Governor’s Directive Renewals and Enhancements of 33 Stations inall 5 NYC Boroughs. Schedule driven – “Get in and get out”.4

ESI Program ESI Program was created in response to Governor’sDirective. Two-pronged strategy to drive schedule:Contract Procurement strategy: Divide up 33 Stations into 8 Design-Build ContractPackages (concurrent design & construction).- First 4 DB Contract Packages (16 Stations) tobe managed by CCM.Station Closure strategy: Full, simultaneous closure of stations to fullest extentpossible.5

Contract Procurement StrategyDB Contract Packages 1, 2, 3 and 4- 16 Stations- 3 BoroughsPackage 1, Brooklyn BMT R(NTP Nov 2016) Prospect Avenue 53rd Street Bay Ridge AvenuePackage 2, Queens BMT NQ(NTP Feb 2017) 30th Ave.--Grand Ave. Broadway 36th Ave.--Washington Ave. 39th Ave.--Beebe Ave.86723Package 3, ManhattanIND (NTP Mar 2017)4163rd Street C Cathedral Parkway (110th) B C 86th Street B C 72nd Street B CPackage 4, Manhattan IND &IRT (NTP Apr 2017) 57th Street (IND) F 23rd Street (IND) F M 28th Street (IRT) 6 34th Street (IRT) 1 2 3 34th Street (IND) A C E51 6

Expedited Closure Strategy – DB Contract Packages 1 and 2Full, Simultaneous Closures to fullest extent possiblePackage1MR #Station30Prospect Avenue3453rd Street36Bay Ridge AvenueDivBMTRBMTRBMTRLine NameBorough Construction Ridership4th Ave.BrooklynSubway6,2304th Ave.BrooklynSubway7,5334th Ave.BrooklynSubway8,2403Grand Avenue-30 storiaQueensElevated12,6785Washington Ave.-36 AveBMTNQAstoriaQueensElevated7,1946Beebe Ave-39 AveBMTNQAstoriaQueensElevated2,768Package2Closure / BypassGOAll stations can be closedsimultaneously. Fullstation closures OKWorks with 53 Street - onetrack at a timeWorks with Prospect Ave one track at a timeSeparate GO required option of both trackssimultaneouslyCan only be closed with 36Ave - one platform at atime. QB platform closure temp egress stair requiredat Broadway (Queensbound only).Can only be closed with 39Ave - one platform at atime. QB platform closure- temp egress stairrequired at 30 Ave(Queens bound only).Can only be closed with 30Ave - one platform at atime. QB platform closure- temp egress stairrequired at Broadway(Queens bound only).Can only be closed withBroadway - one platformat a time. QB platformclosure - temp egress stairrequired at 30 Ave(Queens bound only).All four stations worktogether - one track at atime. Operational stationsmust return to service formorning rush hour.Flagging not allowed afterdark.7

Expedited Closure Strategy – DB Contract Packages 3 and 4Full, Simultaneous Closures to fullest extent possibleMR NDCathedral Pkwy (110th St.)BCIND86th StreetBCIND72nd StreetBCIND57th StreetFIND23rd StreetF M163rd Street40428th Street31834th Street-Penn Station16434th Street-Penn StationIRT6IRT1 23INDACELine NameBorough Construction Ridership8th Ave.ManhattanSubway3,7728th Ave.ManhattanSubway6,7428th Ave.ManhattanSubway10,7718th Ave.ManhattanSubway8,6796th Ave.ManhattanSubway15,0456th 2,7947th Ave.ManhattanSubway8th Ave.ManhattanSubwayClosure / BypassGOSeparate GO required - onetrack at a timeWorks with 86 St and 72 St All stations can be closedone track at a timesimultaneously. FullWorks with 110 St and 72 St station closures OK.one track at a timeWorks with 110 St and 86 St one track at a timeSeparate GO required -onetrack at a timeSeparate GO required - oneAll stations can be closedtrack at a timesimultaneously. FullSeparate GO required -onestation closure OKtrack at a time. WeekendGO's not compatible withClark St.8

2. ESI SCOPE OF WORK9

Typical Scope of Work - Renewals State of Good Repair (SOGR): Structural Steel Repairs. Concrete Repairs. Waterproofing. Wall Tile Patching. New Platform Edges. Stair Upgrades/Improvements. Flooring Upgrades/Improvements. Painting/Cleaning.10

Typical Scope of Work - Enhancements Improve aesthetics and customer experience (“WOW”). Industrial Design Elements: New Street Entrance Canopies and Totems. LED Lighting. Leaning Bars. Trash Cans. Fare Control Reconfiguration (with Glass/Mesh Barriers) New Floor and Wall Finishes. Decluttering Cable/Conduit. Improved Wayfinding Signage. On-the-Go Informational Dashboards. Communication Systems – PA/CIS, WiFi, HelpPoint, PIDs. Arts for Transit – Mosaic Tile, Glass with Art Inner-layer.11

New Platform Edges, LED Lighting, On-the-GoDashboards, Leaning Benches, New Floor Finishes12

New Street Entrance Canopies and TotemsPositive, Inviting Street Presence – Hallmark of ESI Program13

Fare Control Reconfiguration with Glass or Mesh Barriers atFare Arrays (Dividing Paid vs. Unpaid Zones)Clear Sight Lines Improve Intuitive Wayfinding, Promote Calm14

Decluttering of Cable/ConduitClarify, Simplify the Station Environment15

FixedStreet & StreetNE CornerSubway stationB D F M61 to Many1 to 11. F Destination2. M Destination1min5minStatusF DestinationM Destination1min5minVariableImproved Wayfinding SignageDelivering the Right Information in the Right Place, at the RightTime16

3. ESI ORGANIZATION17

ESI TeamNYC Transit(CPM andOperating)Arup /GrimshawProgram Facilitator(Pre-Award)ArupDesign Administrator(Post-Award)CCMConstruction Administrator(Post-Award)18

4. CCM CONTRACT19

CCM Contract Qualification Packages due November 9, 2016.Anticipated RFP available on/after December 5, 2016.Anticipated NTP – February/March 2017.Approximate duration of 33 months.Construction management/administration of first 4 DB ContractPackages comprising 16 stations.Covers both Design/Construction and Closeout Phases.NTE w/ fixed average hourly rates for each staff title.15% MBE and 15% WBE Goals.The number of CCM contract awards will be determined byassessment of consultant’s demonstrated ability to manage workat multiple locations simultaneously and to allocate sufficientresources.20

CCM Contract Phasing Barchart21

5. KEY CCM ATTRIBUTES22

Key CCM Attributes Extension of the NYCT CMO office.“Eyes and ears” of the NYCT CMO office.Fast-learning curve; self-starting and self-learning.Keep the job moving; proactively resolve issues and makedecisions.For commercially important issues, propose recommendedsolutions to NYCT CMO.Abide by policies/rules/procedures of NYCT – AWOs,payments, TAL requests, etc.Take appropriate actions when Safety is violated: Safety is#1 priority.Field presence/coverage: Field Engineers are required, notInspectors.23

6. CCM STAFFING24

CCM Staffing With the exception of Contract Package #2, One (1) Field Officeper Station. On-site field coverage at all stations at all times; 24/7, 2-3shifts/day. Minimum field staff requirements: One (1) Resident Engineer for each station/office. One (1) Field Engineer – Civil/Structural for eachstation/office. One (1) Field Engineer – Electrical for each station/office. One (1) Field Engineer – Communications for eachstation/office. One (1) Field Engineer – Architect for each station/office. One (1) Field Engineer –Mechanical for each station/office.25

CCM Staffing Minimum management/administrative staff requirements: One (1) Project Manager for each CCM Contract. One (1) Project Scheduler for each DB ContractPackage. One (1) Administrative Staff Member for each DBContract Package. One (1) Office Engineer / Document Controller for eachDB Contract Package. One (1) Cost Estimator for each DB Contract Package.26

CCM Staffing Additional CCM staff (encouraged): Safety Manager for each DB Contract Package. Quality Manager for each DB Contract Package. Senior Resident Engineer for each DB Contract Package Additional Administrative support for payments, AWOs,submittals, etc.27

6. CCM RESPONSIBILITIES28

CCM Responsibilities Schedule ControlsCost Controls / EstimatingDocument Controls.Project Administration.Quality Assurance/Quality Control Oversight.Safety / Environmental Management.Construction Inspections.Special Inspections.Project Coordination.BU/SC Administration.FC/Closeout Administration.29

Schedule Controls Review and accept monthly schedule reports. Recommendation to mitigate schedule delays. If delays can’t be mitigated, make a determination: Contractor-caused delays:- BU/SC slippage – Liquidated damages. TA-caused, Differing/Unforeseen Site Condition delays:- SC slippage – Impact costs. TA Operational and 3rd Party delays:- SC slippage – No-cost time extension.- TAL service delays – Idle time reimbursement Accelerations: BU early completion – Incentive Payment.30

Cost Controls / Estimating Review and ensure backup for Contractor Payments – up to 2 permonth. Updated WBE/MBE Report (online). Certified Payroll. Approved monthly DCB with backup. Affidavit Certifying Payment to Laborers & Subs. Certificate of Cleanliness. Certificate of Minimum Wage. Certificate of Compliance with 1C (Preparing/Updating AsBuilts). Maintain payment logs. Prepare AWO cost estimates.31

Document Control Constructware. Construction Submittals – response within 7 working days.32

Project Administration Reporting: CCM Progress Reports. CCM Field Inspection Reports. Meeting Minutes / meeting agendas. Letters/correspondence. Change Order Administration AWO cost estimates. AWO scope of work. AWO negotiations. AWO documentation and logs. Subcontractor and key staff approvals. TA Labor Service Requests.33

Quality Assurance / Quality Control Each construction activity - Quality Work Plan. Ensure conformance of work with Contract Documents and ShopDrawings. Ensure QA/QC of document control and project administration. Ensure and facilitate closure of: Contract waiver requests. Contract deviation requests. Or-equal requests. Issue and ensure closure of: Non-conformance reports. Ensure regular updates to As-Builts (Record Drawings). Coordinate Hold Point inspections for mockups/prototypes.34

Safety / Environmental Management Each construction activity - Safe Work Plan.Daily safety briefings.Asbestos abatement work – TA.Lead and other hazmat abatement work – Contractor. Hazardous waste manifest signoff by qualified TA staff.Dust control.Noise control.PPE.Daily Contractor Personnel Access Form.Track safety training.Daily housekeeping of jobsite.35

Construction Inspections On-site field coverage at all stations at all times; 24/7, 2-3shifts/day. Field Engineers are required, not Inspectors. Daily CCM Field Inspection Reports. Field Engineers have the authority to stop the work/job in theevent of a Safety violation. Field Engineers are responsible for ensuring that all work isperformed in accordance with the Shop Drawings and ContractDocuments. Field Engineers are the first line of defense; they are the “eyesand ears” in the field and must immediately report any issues(Quality, Safety, Environmental, Technical, etc.) back to RE.36

Special Inspections CCM shall retain the services of a Special Inspection Agency. Special Inspection Agency shall: Perform all NYS Code required special inspections and tests. Be guided by the schedule of work requiring special inspections and tests(as prepared by the Contractor). Develop and furnish all written reports for each inspection and testconducted. Generate NCRs as required. CCM shall: Facilitate coordination between the Contractor and Special InspectionAgency. Verify that Special Inspection Agency is performing all responsibilities. Ensure Contractor’s prompt closure of all NCRs generated by the SpecialInspection Agency.37

Project Coordination NYCDOT DDC Projects: HWK1669 (4th Avenue Pedestrian Safety Improvements) –should not affect DB Contract Package #1. HWPEDSF1 (MultiSite Pedestrian Safety Improvements) –potential impact to DB Contract Package #2. NYCT CPM Communication Projects:(Transit Wireless, ICC, EMD) PA/CIS. Beacon. WiFi. HelpPoint.38

BU/SC AdministrationSuccessful Pre-Final Inspections.Approved As-Builts (Record Drawings).Successful Special Inspections (with requisite reports).Successful/passing Hold Points (particularly for Visual QualitySubmittals/Mock-Ups). Successful Commissioning (systems). Successful Testing and Acceptance Approved O&M Manuals. Successful Training. Only non-safety Punch Lists. “Photo ready” requirements. 39

New York City TransitOctober 18, 2016RFP No. CM-1059RFQ No. 0000143675Consultant Construction Management (CCM) Services for the Enhanced Station Initiative(Design and Renovation of MUltiple Stations in the Boroughs of Brooklyn, Queens,Manhattan, The Bronx and Staten Island)Supplemental Information Bulletin No.1To All Prospective Proposers:This Supplemental Information Bulletin consists of one (1) Page.A) PRE-PROPOSAL CONFERENCE:Please be advised that the initial posting on the NYCT Procurement Website for this solicitationincluded an incorrect date for the Pre-Proposal Conference. The correct date is October 25,2016. The NYCT Procurement Website posting (htlp:llweb.mla,infolnycVprocurelconrfp.html hasbeen corrected.In addition, please be advised that firms interested in attending the Pre-ProposalConference must pre-register with Nathalie Lebrun by 12:00 PM on October 21. 2016 sothat building access arrangements can be made.Due to space constraints in the room, each firm will be limited to two representatives.Please be governed accordingly when submitting your Qualification Package in consideration ofStep 1 of this RFP.Sincerely,Frank SalvatoAssistant Chief Procurement OfficerMateriel Division

aNew York City Transit (NYCT)DATE: October 14, 2016CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACTSOLICITATION NOTICE/PROJECT OVERVIEWMTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING:RFg ID #: 0000143675OPENING/DUE DATE: 11/9/16TYPE OF SOLICITATION: RFPISOLICITATION TITLE: CM-1059 - Consultant Construction Management (CCM) Services for the EnhancedStation Initiative (Design and Renovation of Multiple Stations in the Boroughs of Brooklyn, Queens, Manhattan,The Bronx and Staten Island)DESCRIPTION:.The New York City Transit Authority (NYCT) is seeking one or more experienced consultants to provide consultantconstruction management (CCM) services for the Enhanced Station Initiative (ESI) Program.The ESI Program's focus is on improving the customer experience, the continued responsibility of providing a state ofgood repair in stations, and the development of underlying station aesthetics through construction and design innovation.The Program includes 31 pre-selected stations located in all five boroughs. Work will be accomplished through theaward of multiple Design-Build or other alternative-delivery contract packages that will likely include groups of severalstations each. Each construction contract package will include both design and construction work at multiple NYCTstations.This RFP requires CCM services for a duration of approximately 33 months for a total of four ESI construction packagesincluding 16 stations in the Boroughs of Brooklyn, Queens and Manhattan (with options for additional contract packagesincluding stations in the Bronx and Staten Island as required). The cost for each construction package is estimated to begreater than 10 million. The number, location and construction contract packaging of the project stations are subject tochange at any time.The number of CCM contract awards will be determined by an assessment of the consultant's available resources anddemonstrated ability to manage work at multiple locations simultaneously. Should NYCT award more than one CCMcontract, each CCM Contract will be separate and independent and require construction management and inspectionservices for one or more construction contract packages.The ESI Program includes MBE goals of 15% and WBE goals of 15%.Funding: 100% MTA.Type Of solicitation: RFPSee attached for additional information.2 Broadway, New York, NY - Conference Room C18.05, 18th floorDATE: October 25,2016(X) PRE-PROPOSAL CONFERENCELOCATION:Conference Room A7.01, 7 th Floor, 2 Broadway, New York, NY 10004DATE:() SITE TOUR LOCATION:TIME: 10:00AMTIME:FOR MORE INFORMATION, PLEASE CONTACT:PROCUREMENT REPRESENTATIVE: Nathalie LebrunPHONE: 646-252-6349REQUIREMENTS TO PARTICIPATEDATA UNIVERSAL NUMBERING SYSTEM [DUNS) NUMBER: ALL VENDORS MUST HAVE A DUN & BRADSTREET DUNSNUMBER IF THEY WISHTO PARTICIPATE IN THIS PROCUREMENT. VENDORS WHO DO NOT HAVEA DUNS NUMBERCAN REGISTER ONLINE AT WWWDNB.COM/PRODUCT/EUPDATE/REQUESTOPTIONS.HTML. TO OBTAIN ONEFREEOF CHARGE. YOU MUSTSTATE THAT THE NUMBER IS REQUIRED FOR SAM (SYSTEM FOR AWARD MANAGEMENnSYSTEM FORAWARD MANAGEMENT (SAM): VENDORS ARE ALSO REQUIRED TO REGISTER WITH SAM, A FEDERALVENDOR DATABASE USED TO VALIDATE VEDNDOR INFORMATION, BEFOREREQUESTING BID DOCUMENTS. YOU CANVISIT THEIR WEBSITE AT www.sam.gov TO REGISTER. A DUNS NUMBERIS REQUIRED FOR REGISTRATION.04/16

INFORMATION FOR WEBSITEMTANew York City TransitNoticeCM-I059RFQ #0000143675Consultant Construction Management (CCM) Services for the Enhanced Station Initiative(Design and Renovation of Multiple Stations in the Boroughs of Brooklyn, Queens,Manhattan, The Bronx and Staten Island)The New York City Transit Authority (NYCT) is seeking one or more experienced consultants to provideconsultant construction management (CCM) services for the Enhanced Station Initiative (ESI) Program.The ESI Program's focus is on improving the customer experience, the continued responsibility of providinga state of good repair in stations, and the development of underlying station aesthetics through constructionand design innovation. The Program includes 31 pre-selected stations located in all five boroughs. Work willbe accomplished through the award of multiple Design-Build or other alternative-delivery contract packagesthat will likely include groups of several stations each. Each construction contract package will include bothdesign and construction work at multiple NYCT stations.The work will include making the stations cleaner, brighter and easier to navigate, by utilizing means such asimproved lighting and more intuitive way-finding and will provide amenities such as Wi-Fi and cellularconnectivity. This will involve architectural finishes (including painting and signage), structural repair andmodifications, electrical (including lighting, communications and technology) and mechanical work, as wellas architectural and engineering services and surveying. Some contract packages will also include industrialdesign associated with station furniture and architectural elements and components to be installed within thesestations.This RFP requires CCM services for a duration of approximately 33 months for a total of four ESIconstruction packages including 16 stations in the Boroughs of Brooklyn, Queens and Manhattan (withoptions for additional contract packages including stations in the Bronx and Staten Island as required). Thenumber of awards will be determined by an assessment of the consultant's available resources anddemonstrated ability to manage work at multiple locations simultaneously. The four construction packagesaddressed by this RFP include: Package #1 - comprising three Brooklyn stations on the 'R' Line (BMT): Prospect Avenue, 53rdStreet and Bay Ridge Avenue. Package #2 - comprising four Queens stations on the 'N' and 'Q' Lines (BMT): Grand Avenue-3DAve, Broadway, Washington Ave.-36 Ave and Beebe Ave-39 Ave. Package #3 - comprising four Manhattan stations on the 'B' and 'C' Lines (lND): 163rd Street,Cathedral Pkwy, 86th Street and 72nd Street. Package #4 - comprising five Manhattan stations: 57th Street (lND) (F), 23rd Street (lND) (F, M),28th Street (IRT) (6), 34th Street - Penn Station (!ND) (A, C, E) and 34th Street - Penn Station (IRT)(1,2,3).The cost for each construction package is estimated to be greater than 10 million. The number, location andconstruction contract packaging of the project stations are subject to change at any time.665457

Should NYCT award more than one CCM contract, each CCM Contract will be separate and independent andrequire construction management and inspection services for one or more construction contract packages.The ESI Program includes MBE goals of 15% and WBE goals of 15%. The project Is 100% MTA-funded.It is anticipated that the RFP will be available on or after December 5, 2016. Please contact Nathalie Lebrun,Procurement Representative at Nathalie.Lebrun@nyct.com for more information.Consultants will be selected using a two-step process with Step I being the submission of a QualificationPackage describing the Proposer's skills, abilities and experience that are most relevant to the project. Theproposals (Step 1 and 2) will be evaluated by a Selection Committee composed of Authority personnelexperienced in the disciplines necessary to make a value judgment and decision regarding the proposalsubmissions. The proposals will be evaluated to assess the Proposer's responsibility, project specific andgeneral professional experience, financial stability and ability to successfully execute the work in relation toconcurrent contractual commitments. In evaluating a Consultant's response to this advertisement, NYCT willprimarily consider the information furnished in the Qualifications Package and information contained onNYCT and sister agency prior performance evaluation forms. Incomplete packages may be rejected withoutfurther consideration. The first step will conclude with the selection of proposers to receive a detailed Requestfor Proposal (RFP).Proposers shall submit ten (10) copies of their qualification package bound in three-ring "D" binders andcontaining the following required documentation: Letter of Interest includ ing a statement certifying that neither the Proposer nor any of its knownmajor subconsultants are currently participating with any of the design and/or construction teamscurrently involved in the Enhanced Station Initiative Program; Completed SF330 forms for the prime consultant and/or joint venture partners and all proposed sub consultants. Consultant submissions must include the required forms for the complete team expectedto perform the work (prime consultant or joint venture partners and all proposed subconsultants); NYCT Schedule J - Responsibility Questionnaire for the prime consultant and/or joint venturepartners, lind all known major subconsultants expected to perform work in excess of 1M (pART VII FINANCIAL is not required at this time); and Qualification Statement (maximum 20 pages single-sided or 10 pages double-sided) that describesthe proposer's skills, abilities and experience that are most relevant to the project including, but notlimited to, significant experience in managing complex construction projects in a transit and/orrailroad operating

155 Cathedral Pkwy (110th St.) IND BC 8th Ave. Manhattan Subway 6,742 Works with 86 St and 72 St - one track at a time 158 86th Street IND BC 8th Ave. Manhattan Subway 10,771 Works with 110 St and 72 St - one track at a time 160 72nd Street IND BC 8th Ave. Manhattan Subway 8,679 Works with 110 St and 86

Related Documents:

Texts of Wow Rosh Hashana II 5780 - Congregation Shearith Israel, Atlanta Georgia Wow ׳ג ׳א:׳א תישארב (א) ׃ץרֶָֽאָּהָּ תאֵֵ֥וְּ םִימִַׁ֖שַָּה תאֵֵ֥ םיקִִ֑לֹאֱ ארָָּ֣ Îָּ תישִִׁ֖ארֵ Îְּ(ב) חַורְָּ֣ו ם

5141 Broadway New York, NY 10034 (212) 932-4321 NewYork-Presbyterian Lawrence Hospital Attention: Director, Patient Services Administration 55 Palmer Avenue Bronxville, NY 10708 (914) 787-3074 NewYork-Presbyterian/Columbia University Irving Medical Center Attention: Director, Patient Services Administration

Empathy Listen, Understand and Respond Respect Every Person Counts, Every Role Counts. Innovation Creative Ideas, Cutting Edge Solutions Teamwork. Working Together. 5. Respect Credo. RESPECT at NewYork-Presbyterian At NYP, every person and every role counts. We will treat everyone as a valued human being,

TEACHER WRAPAROUND EDITION I COVERI G UR PAST To WORLD WAR I JOYCEApPLEBY, . JAMES M. MCPHERSON, PH.D DONALD A. RITCHIE, PH.D. NATIONAL GEOGRAPHie _ Glencoe NewYork, NewYork Columbus, Ohio Chicago, Illinois Peoria, Illinois Woodland Hills, California. . Teacher Edition

characteristics allowed him to face his difficult health issues with dignity and grace.” Now Sandra wishes the same for others requiring the best in healthcare. She turned to NewYork-Presbyterian’s Planned Giving experts to help her honor the memory of her husband—and his place in Ne

The Genotropin Pen (GTP, Pfizer,Inc,NewYork,NewYork)[15]andHumatro-Pen (HTP, Eli Lilly and Company, Indianapolis, Indi-ana) [16] pen devices were selected for comparison based on local availability at the time of the study and because reconstitution was required (Table 2). Prior to the study, the

THEGROLIER CODEX J. Eric S. Thompson The Grolier codex came to public notice inApril, 1971, whendisplayed as part of the exhibition "Ancient Maya Calligraphy" at the Grolier club, NewYork. Its survival washailedby Michael D. Coe as "nothing less thanamiracle" (NewYork Times, April 21, 1971). Where, when, andunderwh

The asset management plan also includes: clear links to (or incorporates) the organisation’s capital/procurement plan long-term (5-10 years) needs based on the direction of travel for the organisation the gap between the current and future asset base, and the way this will be addressed in the form of asset acquisitions and disposals, by each asset category plans for .