Pre-Proposal ConferenceConstruction Management Services forBronx Animal Care Center and Veterinary Clinic
July 17, 2019
Lorraine GrilloCommissioner
Thomas Foley, PE, CCM, ENV SPDeputy Commissioner
DDC is committed to delivering best-in-class infrastructure and public buildings, on time and on budget.
Mission
RFP for CM Services
• RFP issued on June 28, 2019 for Comprehensive CM Services for the Bronx Animal Care Center and Veterinary Clinic for the Department of Health and Mental Hygiene
• Seeking a partner to ensure on-time and on-budget capital project delivery, meeting the City’s mandate to provide animal care services in the Bronx by 2024.
• Leadership and pro-active project management throughout design and construction phases
• Dynamic thinking and innovative problem solving
• Enterprising professional organization
• Quality Assurance/Quality Control expertise
What DDC is Looking for in a Partner
• $46M, 50,000 SF New Facility for Department of Health and Mental Hygiene (DOHMH)
• Animal shelter, veterinary medical clinic, and administrative headquarters operated by Animal Care Centers of NYC (ACC)
• Wildlife rehabilitation center with education programming operated by the Wild Bird Fund (WBF)
Scope of Work
• March 31, 2024 - Substantial Completion
• July 1, 2024 - Fully Operational (legislative mandate for NYC to build and operate full-service animal shelters in each of the five boroughs)
• Currently in Schematic Design
Schedule and Project Status
• 2050 Bartow Avenue, Bronx
• 88,200 SF lot
• Adjacent to an existing senior living facility
• Bordered by retail development
• Previously occupied with NYPD tractor trailers
• Proximity to Co-Op City and the shores of Pelham Bay
Location and Site
Aerial View – Looking South West
Street View – Looking South West
Street View – Looking North West
Street View – Looking North East
Site – Looking South West
• Admissions, adoptions, medical services, boarding for approximately 70 dogs, 140 cats, 30 rabbits, and 20 animals of other species, and community use space
• Support spaces - offices, restrooms, and storage
• Site work - yards to facilitate dog adoptions, covered exercise runs, courtyards, and parking for staff, visitors, and shelter vehicles
Program
17
18
• Sustainability Goals - LEED Gold or higher
• Resiliency - located in future flood plain
• Site Contamination - remediation required
• Easement - existing access at southern site boundary
• Waterfront Revitalization – Coastal Waterfront Zone
Other Considerations
• A Capital Project Scope Development (CPSD) study was completed for this project.
• Documents are available to firms who sign and return a non-disclosure agreement.
CPSD
RFP Requirements and Evaluation
Proposed Team
Past Project Experience
Management Strategy and Organization Capacity
If required, a Technical Proposal Presentation will be scheduled with top ranked firms.
Qualification and Experience of the Proposed Team [30%]
Quality and Relevance of Past Project Experience and Performance [30%]
Management Strategy to Perform the Proposed Services and Organizational Capacity [40%]
DDC will award a contract to the responsible proposer whose proposal is determined to be the highest quality and most advantageous to the city.
• Article 5 - CM Personnel• Staffing requirements
• Article 6 - CM Services required throughout and during pre-construction, construction and post-construction.
• QA/QC, on-time and on-budget, minimize errors and omissions• Estimating and constructability reviews• Identify opportunities for cost savings, schedule reductions• Identify risks
• Article 7 - Payment Terms• Direct salary• Multiplier (profit and overhead)• Reimbursable services
• Exhibit K - Incentives and Liquidated Damages
Contract Terms and Conditions
• Pre-Construction/Budget Incentive - $50,000• Two (2) bids received are within 10% of the CM’s pre-bid final
detailed cost estimate.
• Construction/Schedule Incentive - $125,000• A Temporary Certificate of Occupancy or permanent Certificate
of Occupancy from the NYC Department of Buildings is acquired thirty (30) days prior to the scheduled substantial completion date.
• Close-out Phase/Cost Incentive - $100,000• At Final Acceptance of the Project the total value of all approved
construction change orders necessary or required due to design errors and/or design omissions is less than 4%.
Incentives
• Schedule - $1,000 per day• Should the Project receive a TCO or CO more than 45 days
after the Scheduled Substantial Completion date, $1,000 per day for each full day and any portion of a day thereafter that is required to obtain TCO or CO for the Projects.
• Cost - $50,000 per 2% increment of additional costs due to errors and omissions
• At Final Acceptance of the Project, if the total cost of change orders necessary or required due to design errors and/or design omissions is greater than 4% of the original construction contract award amount.
Liquidated Damages
Andrew Cammock
Deputy Agency Chief Contracting Officer (DACCO)
Inquiries
All inquiries must be submitted by email no later than Monday, July 22, 2019.
Submission Deadline
• Proposals due Monday, August 5, 2019 by 4:00 PM
• DDC entrance is on 30th Place (not Thomson Avenue)
• Proposals shall only be hand-delivered to the 1st Floor, Contract Section
Acknowledgement of Addenda
All addenda shall become part of the requirements of the RFP. Please sign and return
Attachment 10 with your proposals.
Helpful Reminders
As per Attachment 1- Proposal Checklist the following packages will be required for
submission:
1) Technical Proposal
• The technical proposal shall contain items 1 to 7
• 1 original, 6 copies, 1 electronic version of entire technical proposal saved as a
single PDF on a clearly labeled disc (CD) or USB flash drive
2) Doing Business Data Form (Attachment 12)
3) Schedule B: M/WBE Utilization Form (Attachment 11)
4) Fee Proposal (Attachment 9)
• 1 Original and 1 Electronic Version (Attachment 9 and excel file)
Proposal Package Contents (RFP-23 to RFP-24)
Procurement and Sourcing Solutions Portal (PASSPort) Disclosure Filing (formerly known as Vendor Information Exchange System (VENDEX) Forms or Certificate of No Change)
All organizations intending to do business with the City of New York should complete an online disclosure process to be considered for a contract. This disclosure process was formerly completed using Vendor Information Exchange System (VENDEX) paper-based forms. In anticipation of awards, proposers to Construction Management Services for Bronx Animal Care Center and Veterinary Clinic at 2050 Bartow Avenue must create online accounts in the new Procurement and Sourcing Solutions Portal (PASSPort) and file all disclosure information. Paper submissions, including certifications of no changes to existing VENDEX packages will not be accepted in lieu of complete online filings.
For more information about PASSPort, please visit nyc.gov/passport.
PASSPort (RFP-19, Section V)
General Information To Proposers (RFP-20 to RFP-22, Section VI)
Proposers are advised to read the entire section.
Subcontractor Reporting (RFP-46)
As of March 2013, the City has implemented a new web-based subcontractor
reporting system through the City’s Payee Information Portal (PIP), available at
www.nyc.gov/pip.
Helpful Reminders
• Local Law 1 of 2013
• M/WBE Participation Goal: 26%
• M/WBE requirement can be achieved by:
1) M/WBE Prime Vendor
2) Qualified M/WBE Joint Venture
3) M/WBE Subcontractor(s)
• Asian MBE Firms will not received M/WBE Credit
• For more information about certified M/WBEs, please visit NYC Department of
Small Business Service at: www.nyc.gov/sbs
Minority/Woman-Owned Business Enterprise (M/WBE) Program
HireNYC is a suite of initiatives designed to leverage the City’s purchasing power and economic investments to create employment opportunities for low‐income and underserved New Yorkers.HireNYC: Goods and Services is a hiring process that requires businesses that contract with the City to share entry and mid‐level positions associated with the contract and to interview the qualified candidates.Requirements apply to all new contracts for goods, services, and construction with a value of one million dollars or more, solicited on or after October 15th, 2015. On applicable contracts, contractors are required to:• Enroll through the HireNYC portal website within 30 days after registration of the contract;• Provide information at the HireNYC portal website on all entry‐ to mid‐level job
opportunities arising from a contract that will be performed within New York City;• Interview qualified candidates sourced from the Department of Small Business Services
Workforce 1 for those opportunities; related to a contract arose.
HireNYC Rider
• Provide feedback to Workforce 1 related to referred candidates that were interviewed and employment information related to referred candidates that were hired, and;
• Certify if no applicable employment opportunity related to a contract arose.
These requirements will apply throughout the life of the contract. These requirements weredesigned to assist contractors with finding employees if openings occur throughout the term of the contract. Though contractors will be required to interview qualified candidates referred byWorkforce 1, contractors will not be required to hire anyone. For specific information on theprogram as they relate to DDC contracts, please contact:
Donna [email protected](718) 391‐1556
HireNYC Rider
• Inquiry/Clarification Deadline: Monday, July 22, 2019 at 4:00pm
• Proposal Submission Deadline: Monday, August 5, 2019 at 4:00pm
• Contact E‐mail Address:
Maritza Ortega: [email protected] Roopnarine: [email protected]
RFP Schedule Overview
Q & A
Lorraine GrilloCommissioner
Thank you