Capital Construction

DATE: January 4, 2019 CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW

MTA-CAPITAL CONSTRUCTION IS NOW ADVERTISING FOR THE FOLLOWING:

SOLICITATION #: CH063 OPENING/DUE DATE: 02/06/2019

TYPE OF SOLICITATION: RFQ DOCUMENT AVAILABILITY DATE: 01/14/2019 SOLICITATION TITLE: Design Build Services for Harold Catenary Construction for the Project

DESCRIPTION:. MTA Capital Construction acting as an agent and on behalf of the Metropolitan Transportation Authority, is requesting qualification proposals from firms interested in providing design-build services for Contract CH063 – Design Build Services for Harold Catenary Construction for the East Side Access Project. A portion or all of the funding for this Contract will be provided by a federal grant. The Work is necessary to reconfigure traction power catenary systems and track alignment within the Harold Interlocking in order to provide LIRR with full operational flexibility upon completion of the overall ESA Project, including by providing access to the new Midday Storage Yard. The Work includes the performance of the final design for the elements of the 11kV 25 Hz AC traction power catenary system used by within the Harold Interlocking and in , NY, and the furnishing and installation of all labor, equipment, materials and incidentals for construction and installation of the catenary system elements in accordance with the prime contractor’s final design, including installation, transfer and removal of the catenary wires.Proposers shall furnish proposals w/supporting documentation to be evaluated on the following criteria: 1) Completeness and responsiveness of the Statement of Qualifications; 2) experience; 3) past performance with regard to quality of work, schedule compliance, and meeting D/M/WBE goal requirements, 4) organization and key personnel; 5) project understanding and approach; 6) responsibility; and 7) financial strength.

Funding: 100% FTA Contract Term: 24 Months Goals: DBE 20% Estimated $ Range: $10M - $50M See attached for additional information.

( ) PRE-PROPOSAL CONFERENCE LOCATION: N/A DATE: TIME:

( ) SITE TOUR LOCATION: N/A DATE TIME:

FOR MORE INFORMATION, PLEASE CONTACT:

PROCUREMENT REPRESENTATIVE: Eduardo Leanez PHONE: 646-252-2143

REQUIREMENTS TO PARTICIPATE

DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER: ALL VENDORS MUST HAVE A DUN & BRADSTREET DUNS NUMBER IF THEY WISH TO PARTICIPATE IN THIS PROCUREMENT. VENDORS WHO DO NOT HAVE A DUNS NUMBER CAN REGISTER ONLINE AT WWW.MYDNB.COM. 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 www.sam.gov TO REGISTER. A DUNS NUMBER IS REQUIRED FOR REGISTRATION.

04/16 Request for Qualification MTACC Contract No. CH063 Design Build Services for Harold Catenary Construction for the East Side Access Project.

PROJECT OVERVIEW

1. Introduction to ESA Project and Contract CH063 The ongoing East Side Access Project (the “ESA Project”) will directly connect the (“LIRR”) to Manhattan’s East Side. The overall ESA Project alignment begins with connections from the LIRR’s tracks within the Harold Interlocking in Queens, then continues west via tunnels under Harold Interlocking and the East River through to Manhattan and ultimately the Project’s terminal under Metro North Railroad’s . MTACC is responsible for procurement of work package CH063 for the ESA Project. Through this procurement process, MTACC seeks to identify and engage a qualified design-builder to perform the Work under the terms of a design-build contract (“Contract CH063”). This work package consists of performance of final design, construction, installation of certain traction power catenary systems for use by Amtrak within the Harold Interlocking and Sunnyside Yard, demolition of existing catenary structures, as well as track and special track work installation (the “Work”). The Work is necessary to reconfigure traction power catenary systems and track alignment within the Harold Interlocking in order to provide LIRR with full operational flexibility upon completion of the overall ESA Project, including by providing access to the new Midday Storage Yard. The Work includes the performance of the final design for the elements of the 11kV 25 Hz AC traction power catenary system used by Amtrak within the Harold Interlocking and Sunnyside Yard in Queens, NY, and the furnishing and installation of all labor, equipment, materials and incidentals for construction and installation of the catenary system elements in accordance with the prime contractor’s final design, including installation, transfer and removal of the catenary wires. The Work also includes the construction and surfacing of new concrete tie track, installation of new turnouts and , demolition of existing track and third rail and demolition of existing catenary poles. The schedule of this Contract will require some of the Work to be performed at nights and on weekends. The Work will include significant coordination in an active railroad environment with Amtrak, LIRR, and other contractors. 2. Contracting Methodology Contract CH063 will be a fixed price design-build contract. Procurement on a design-build basis is intended to encourage development of innovative designs, planning and logistics while also optimizing the sharing of risks related to the Work. 3. Procurement Process a. This Request for Qualification (“RFQ”) is the first step of a two-step procurement process for Contract CH063. Pursuant to this RFQ, MTACC invites entities or groups of entities (“Proposers”) interested in competing to perform the Work to submit Statement of Qualifications (“SOQ”) detailing, among other things, their qualifications and preparedness to formally submit proposals for Contract CH063. b. MTACC will evaluate all SOQs received in accordance with evaluation criteria set out in this RFQ. Based on the results of the evaluation, and at its sole discretion, MTACC then expects to select no more than four Proposers with the capability, capacity, and experience necessary to undertake and successfully complete the Work as Design-Builder as eligible to participate in the second step of the process, the Request for Proposals (“RFP”). The forecast for the release of the Request for Proposal is the first quarter of 2019. c. After shortlisting but prior to issuance of a final RFP, MTACC, may at its discretion issue a draft RFP to the Shortlist and carry out a series of one-on-one discussions with the shortlisted Proposers in order to solicit feedback on the draft RFP. This draft RFP would include a draft form of Contract CH063. i. With or without issuance of a draft RFP, the second step in the procurement process will involve inviting Shortlisted Proposers to respond to the RFP. ii. Through the evaluation of the Proposals submitted in response to the RFP, MTACC intends to ultimately select a Proposer whose Proposal, in MTACC’s sole discretion, represents the best value to MTACC. While price will be a factor in the evaluation, design, technical approach, schedule, and other qualitative factors will also be considered in determining best value. 4. Evaluation of SOQs SOQs will be evaluated to create a Shortlist of qualified Proposers possessing, as demonstrated in the SOQ, the capability and experience necessary to undertake and successfully complete the Work. MTACC anticipates using a pass/fail process that incorporates qualitative assessments. At the conclusion of the evaluation process MTACC will establish a shortlist of an appropriate number (as determined by MTACC, at its discretion, but not to exceed four) of the qualified Proposers to ensure adequate competition. MTACC anticipates identifying the shortlisted Proposers by eliminating the Proposers that MTACC determines are insufficiently qualified relative to other Proposers.

Each SOQ will be evaluated on a pass/fail basis for compliance with the SOQ submittal requirements, including: i. completeness and responsiveness of the SOQ; ii. experience; iii. past performance with regard to:  quality of work  schedule compliance  meeting D/M/WBE goal requirements iv. organization and key personnel; v. project understanding and approach; vi. responsibility; and vii. financial strength. Evaluations will include qualitative assessments where a Proposer may be deemed to fail (and not be Shortlisted) even if it was responsive to the terms of the RFQ. 5. Experience and Performance of Proposer Team a. In this RFQ the MTACC intends to identify Proposers that include Lead Contractor and Lead Designer with: i. experience in successfully managing, designing and constructing projects of the size and complexity of Contract CH063, in particular projects that include Amtrak catenary installations and/or modifications; ii. experience in successfully completing design-build projects of the size and complexity of Contract CH063; iii. a record of completing contracts on time and within budget; iv. experience in successfully constructing major rail transportation projects (including catenary work) of the size and complexity of Contract CH063 in active commuter rail environments (including Amtrak); and iv. technical and management experience and expertise to plan, organize, execute the design and construction and assure the quality and safety of the Project. b. The background and experience for the Lead Contractor and Designer are expected to be as follows: i. Experience within the last five years of successfully performing as a prime or general contractor or lead designer on multiple construction projects of size, type and complexity comparable to this Contract, each in excess of $10 million; ii. Experience of at least three years within the last ten years of performing work as the prime or general contractor or lead designer in a railroad interlocking environment on railroad construction projects for the construction, repair and maintenance of overhead catenary systems involving coordination with one or more active railroads; iii. Sufficient management resources, equipment and labor, including an appropriate construction/design management team to be assigned to this Contract, and the ability to assure the MTA that Contract CH063 will be properly coordinated and managed and will be completed on schedule. 6. General Limitations on Proposer Team Membership a. Subject to Limitations on Exclusivity set forth below as to Designers, and in addition to any other restriction or qualification on Proposer team membership and on the inclusion of Major Participants and Key Personnel: i. no Major Participant will participate on more than one Proposer team; ii. no Affiliate of any Major Participant will participate on another Proposer’s team; iii. Affiliate entities will not be on separate Proposer teams; iv. no individuals serving a Key Personnel role on one Proposer team will serve any role on another Proposer team; and v. no firm that employs one or more of the individuals named as Key Personnel on one Proposer team will serve any role on another Proposer team. b. If a Proposer is not short-listed as part of the RFQ evaluation process, then following public announcement of the identity of the short-listed Proposers the members of each unsuccessful Proposer team (including Major Participants) will not be restricted solely on the basis of having been a member of such unsuccessful Proposer team. 7. Limitations on Exclusivity a. Designers or their Affiliates may participate on more than one Proposer team, including as Major Participants provided that any engagement of such an entity by two or more Proposer teams will be subject to Information Barriers acceptable to MTACC. In furtherance of this allowance, Proposers may not engage any Designer on an exclusive basis. b. However, in no event will any individual employed by such a Designer or Affiliate hold a role, including as Key Personnel, on more than one Proposer team. 8. Request for Qualification Document Copies of the RFQ will be available at 3 Stone Street, Bid Reception Desk, New York, New York, 10004.