TURKISH CONSULATE GENERAL
NEW YORK
REQUEST FOR PROPOSALS:
PROFESSIONAL HAZARDOUS MATERIALS (“HAZMAT”)
ASSESSMENT AND ABATEMENT CONSULTING AND
ADMINISTRATION SERVICES
for the
HAZARDOUS MATERALS (HAZMAT)
ABATEMENT OF THE EXISTING STRUCTURES
on the PROJECT SITE of the TURKEVI CENTER
AT 821 UNITED NATIONS PLAZA
NEW YORK CITY, NEW YORK
ISSUING DATE FOR REQUEST FOR PROPOSALS: A u g u s t 1 4 , 2015
CLOSING DATE FOR RECEIPT OF PROPOSALS: September 3, 2015
TIME: 10:00 a.m.
PLACE: 825 3rd Avenue, 28th Floor
New York, New York 10022
Page 2 of 29
1. NOTICE TO PROFESSIONALS.
Through this Request For Proposals (RFP), on behalf of the Republic of Turkey the Consulate
General of Turkey in New York (in short form hereafter as “RepT”) is seeking proposals from
qualified professional firms to demonstrate qualifications, experience, and approach for
Hazardous Materials consulting, site investigations, sampling, testing and abatement
administration services (hereafter, “HAZMAT Consulting”) for the new “Turkevi Center Project”
(in short form hereafter as “Project”).
P r o j e c t : The abatement of the existing structures on the “Project Site” (in short form
hereafter as “Site”) and the design and construction of a new “Turkevi Center” building
(in short form hereafter as “Building”) is referred to as the “Project”. S i t e : NY block 1338, lots 30, 31, 132 is called the “Site”. (821 United Nations Plaza, New
York, NY, more specifically NY block 1338, lots 30, 31, 132 on the corner of 1st Avenue and E.
46th Street in Manhattan’s Turtle Bay neighborhood).
B u i l d i n g : New “Turkevi Center” building to be constructed, after the a b a t e m e n t a n d
demolition of existing buildings, on the Site is referred to as the “Building”.
HAZMAT Consulting Services: Services required through this RFP and described in detail in
the Scope of Services document, attached as Attachment A to this RFP are referred to the
“HAZMAT Consulting Services”. HAZMAT Consultant : The contractor company firm of the HAZMAT Consulting Services,
providing a team headed by a professional licensed in New York, including necessary field
technicians, testing laboratories, field monitoring, consultants, etc. to carry out all the
necessary services required through this RFP, and to satisfy the City of New York, will be referred
to the “HAZMAT Consultant”.
HAZMAT Consultant ’s Tea m : The team which consists of a fully-staffed, competent and
experienced personnel to perform all services subject to the Agreement on behalf of the HAZMAT
Consultant, shall be referred to as the “HAZMAT Consultant’s Team” or the “Key
Personnel”.
HAZMAT Consultant’s C o n s u l t a n t : All consultants (advisors, architects, contractors,
t e s t i n g l a b o r a t o r i e s , engineers, experts etc.) who will be hired for all services which
could not be performed by the HAZMAT Consultant’s own personnel for the fulfillment of the
obligations under this Agreement and signed contracts with, shall be referred to as the “HAZMAT
Consultant”.
Page 3 of 29
P r o j e c t M anage r : A Project Management/RepT’s Owner’s Representative team from “Cresa
Partners, LLC” directed by Michael Lomax and Phillip Infelise will be referred to the “Project
Manager”. Please refer to Attachment H to this RFP for Project Manager’s responsibilities against
RepT throughout the demolition process (abatement and demolition).
L e g a l Advisor: A legal team from “Herrick, Feinstein LLP” headed by Jonathan Adelsberg will
be referred to the “Legal Advisor”.
Demolition Consultant; RepT retained “Thornton Tomasetti” as the Demolition Consultant for the demolition of the existing Turkevi Building and the townhouse.
A r chi t ect: RepT retained “Perkins Eastman Architects P.C.” as the Architect (Architect of
Record) for the new Turkevi Center Building.
This is a Request for Proposal only and should not be interpreted as a solicitation for services or as a contract for services.
2. PROJECT OVERVIEW.
The Republic of Turkey aims to build a new “Turkevi Center Building” on the Site where current
Turkevi Building and a townhouse are located. The construction of the new building is planned
to start in January of 2016. Accordingly, the current buildings (the current Turkevi center
building and a townhouse) on the project site will be remediated and demolished before the
construction.
The c urrent Tur k e v i Ce n t e r b u i l d i n g : The structure is eleven stories in height with a floor
plate of approximately 6,600 SF resulting in a total of approximately 72,600 SF. Photographs
and drawings related to the current Turkevi Center are attached as Attachment D to this
RFP.
The t o w n h o u s e b u i l din g: The structure is four stories in height with a floor plate of
approximately 1400 SF resulting in a total of approximately 6,400 SF. Photographs and
drawings related to the town house are attached as Attachment E to this RFP.
RepT will assign a “HAZMAT Consultant” to carry out HAZMAT Consulting, consulting and
abatement administration services for the remediation and demolition of the buildings currently
located on the Site.
The HAZMAT Consu l t an t will prepare a HAZMAT Abatement bid package (abatement project and bid documents), which in turn will be used by RepT to bid the abatement and demolition work. The bid package will be coordinated with Thornton Tomasetti’s demolition bid package.
Page 4 of 29
The demolition work, including hazardous material handling (abatement/remediation), material
salvage and recycling, site work, utility work, building decontamination and mold control, will be
contracted to a Contractor on a fixed lump sum price. (If RepT determines it is feasible to
contract separately with a qualified Hazardous Materials abatement Contractor, then RepT will
instruct the HAZMAT Consultant to exclude abatement from the scope of the overall demolition
project. In both cases, planning and administration services related with the demolition work
will be provided by the Project Manager.)
The Contractor will use the documents prepared by the HAZMAT Consultant to develop
abatement work plans, to accomplish the work in a safe and efficient manner consistent with
the required scope of work. The Contractor will provide Demolition As-Built Drawings to the
Project Manager after the demolition and abatement work is complete.
The HAZMAT Consultant will be the sole responsible party, both technically and legally, against
all the local and international authorities for the whole abatement, testings and monitoring
services provided within the scope of the services. RepT and RepT’s representatives will not be
responsible, technically and/or legally, for accepting requests and demands of the HAZMAT
Consultant or approving process, test results, monitoring results or any other documents
prepared by the HAZMAT Consultant.
If deemed necessary by RepT, all correspondence between RepT and the H A Z M A T C o n s u l t a n t may be made directly by RepT, without the mediation of the Project Manager.
3. PROCUREMENT PROCESS.
The selection of the appropriate “HAZMAT Consultant” will proceed in two phases, as described
below:
3.1 Phase One: Technical Proposals.
Bidders will submit their technical proposals (a Service Report and a Schedule
together with their Qualification Documents) in a sealed envelope/box latest on September 3, 2015 a t 10:00 am. Proposals, addressed t o t h e “ Turkevi C e n t e r P r o j e c t Selection Committee”, will be submitted to the following address:
New “Turkevi Center” Project Selection Committee
Address: Consulate General of Turkey in New York 825 3rd Avenue, 28th Floor New York, New York 10022
Technically, financially and legally incompetent bidders shall be excluded from the tender.
Competent b i d d e r s ( firms w h o s u b m i t c om p l e t e /proper p r o p o s a l s : Service
R e p o r t , Schedule and Qualification Documents) will be invited to submit their Price Proposals. The notification will be sent to competent bidders on September 4, 2015 by fax, e-mail and mail.
Page 5 of 29
If deemed necessary, bidders may be invited to interview. Bidders will be notified for the exact date and time of the interviews three (3) days in advance.
A Draft Agreement will be circulated in the second phase of the tender, based on the
agreed scope of services, insurance requirements and terms and conditions set forth in the bid submittals during the first Phase.
If deemed necessary, the scope of services defined in the RFP will be altered by RepT, and
the competent bidders will be asked to submit their Price Proposals (according to the altered
scope of services). The altered scope of services and the contract will be sent to the
bidders, annexed to the notification letters for price proposals.
3.2 Phase Two: Price Proposals and Negotiations.
Bidders will submit their “Lump Sum” Price Proposals in a sealed envelope clearly marked
“PRICE PROPOSAL” latest on September 17, 2015 at 10:00 am. Proposals, addressed to the “Turkevi Center Project Selection Committee”, will be submitted to the following address:
“Turkevi Center” Project Selection Committee
Address: Consulate General of Turkey in New York
825 3rd Avenue, 28th Floor
New York, New York 10022
All Price Proposals received on or before the proposal due date and time at the location specified herein will be evaluated by the selection committee. The selection committee will make a determination to: (1) recommend award of contract based on initial price proposals; or (2) request from all Bidders to submit a best and final offer by a common due date and time; or (3) conduct negotiations with all “short list” of Bidders (bidders that submit price proposals). In the event the Selection Committee decides to conduct negotiations with all “short list” of Bidders:
- The selection committee may require Bidders to provide additional information about their price proposals, give oral presentations in support of their proposals.
- Upon completion of the negotiations, the selection committee may request that all Bidders still under consideration for award submit a best and final offer by a common due date and time.
The bidder with the lowest r e as o n ab l e price will be awarded the tender.
The awarded bidder will be notified and invited to execute the Agreement immediately upon the submission of both the bank letter of guarantee and the certificate of insurance. The awarded bidder must sign the Agreement within ten (10) business days from the date of notification. In the event that the awarded bidder does not sign the Agreement, without the need for filing a protest or, implementing a provision, if deemed appropriate by RepT, RepT may sign the Agreement with the second lowest price bidder.
This schedule is subject to review and modification and any changes will be communicated
to all participants in writing.
Page 6 of 29
Activity Date or Week Of
Request for Proposals Issued August 14, 2015
Questions Submitted August 21, 2015
Questions Answered August 24, 2015
Technical Proposals Submitted – Phase One September 3, 2015
Notification for Price Proposals September 4, 2015
Price Proposals Submitted – Phase Two September 17, 2015
Announce Award to the Bidders September 18, 2015
Execute HAZMAT Consultant Agreement TBD
Project Orientation/Kick-Off Meeting TBD
RepT reserves the right to reject any or all proposals or suspend the bidding negotiations at any time in the best interests of RepT.
4. SELECTION CRITERIA
4.1 During Phase One (Technical Proposals) of the procurement process, Selection Criteria will focus upon the following elements:
A complete/proper Proposal consisting of the “Service Report”, “Schedule”, and
“Qualification Documents” designated in this RFP, Article 5.1.3.
4.2 During Phase Two (Price Proposals and Negotiations) of the procurement
process, Selection Criteria will focus upon the following elements:
Acceptance of the HAZMAT Consulting and Consulting Agreement.
A competitive price proposal.
The lowest reasonable price will be the only criterion for the final selection.
5. PROPOSAL FORMAT. During Phase One of the Procurement Process, the bidders will submit a full and complete Proposal comprising a “Service Report”, “Schedule”, and “Qualification Documents”. During Phase Two of the Procurement Process, the competent bidders will submit Price Proposals.
5.1 Technical Proposal Format.
Include the following information in the Technical Proposal presented in the order outlined below. The proposer may further breakdown this format for each item in order to clarify its proposal.
5.1.1 Cover Letter The Bidders shall submit a cover letter transmitting its proposal package to the Selection Committee. The cover letter shall be signed and dated by an individual authorized to enter into a contract with RepT on behalf of the Bidder. The cover letter shall include:
Page 7 of 29
The Bidder’s name, mailing address, phone number, fax number. Name, title, telephone number, and email address of the individual who is authorized to
commit the Bidder to a contract.
Contact information for the C o n s u l t i n g L e a d and related Contact Person – name, title, phone numbers, including cell phone numbers where appropriate, email address.
5.1.2 Table of Contents
Provide a table of contents of the material contained in the proposal.
5.1.3 Service Report
The “Service Report” shall include the following issues:
- Submit a brief summary of the salient features of the proposal, including an
explanation/description of the proposer’s design approach, demonstration of the proposer’s ability to manage complex projects at multiple sites, as well as the firm’s ability to provide personnel with relevant experience.
- Indicate in detail the services that your firm is ready to provide among those defined
in the Attachment A to the RFP, Scope of Services. (Specify which services will be provided by your staff, by your Consultants.)
- Indicate in detail the documents that your firm will provide within the abatement and demolition bid package.
- Indicate all the services that your firm prefers to be excluded from the Scope of
Services and explain your reasons.
- Indicate other services you find necessary although not defined in the Scope of
Services. (Specify which services will be provided by your staff, by your Consultants.)
- List all required local and State Regulatory Agency abatement project permits,
certificates and approvals (if any).
- Indicate your firm’s experience and views on what specific insurance requirements must be met by your firm, the selected Abatement and Demolition Contractor and the Rep T during the performance of the services set forth in the RFP?
5.1.4 Schedule
An overall Milestone Schedule is attached as Exhibit D to this RFP. Please provide your strategy and approach to achieve that schedule. According to this Milestone HAZMAT Consultant’s services (designated in Attachment A to this RFP).
The schedule shall include anticipated dates for the c ommencement of abatement and for
substantial/final completion. The schedule shall include allowances for periods of time required for Project Manager’s review, for the performance of the RepT’s consultants, and for approval of submissions by authorities having jurisdiction over the Project.
If you think that the attached Milestone Project Schedule cannot be achieved, then
explain your arguments and submit your schedule independent of the provided Milestone Schedule.
Page 8 of 29
5.1.5 Statement of Qualifications An overview of the Bidder’s ownership/organizational structure and number of employees.
A detailed description of the Bidder’s experience in providing the kinds of services described
in the Scope of Services. Of particular interest would be the Bidder’s experience in providing such services to any of the following: Foreign Governments, the City of New York, the State of New York, other governmental entity in New York State.
The Key Personnel for this engagement and, for each such person, the role s/he will
play and his/her experience in providing the kind of services described in the Scope of Services.
For each member of the Key Personnel, attach a resume (as an appendix to the proposal), including professional title and contact information, and provide a statement certifying that, to the best of his knowledge, s/he will be available to play the designated role for the duration of the Contract.
A list of at least three (3) references for the Bidder who can provide information
concerning the Bidder’s experience in providing the kind of services described in the Scope of Services.
The list of references should include the name of the reference entity, a brief description of the engagement(s) for such entity for which the Bidder provided services, service fee, size, year completed, a b a t e m e n t cost, name of the Contractor and the name, title and telephone number of a contact person at the reference entity. For each reference, indicate which member(s) of the Key Personnel, if any, worked on the engagement(s) with the reference entity and the role s/he played. At least one reference should relate to an engagement that meets the minimum qualification requirement stated below as item (b).
Minimum Qualification Requirements: (a)The Bidder shall be an consulting firm conducting business in the City of New York for no less than ten (10) years. (b) Within the last five (5) years, the Bidder must have served as HAZMAT consultant to a public or private entity for an abatement/demolition project of at least 50.000 SF or $5.000.000 value in New York, Manhattan.
Proposals that fail to meet the minimum qualification requirements will be rejected
Proposal shall include the following documentation:
- Vendex. Current “Vendex“ form as given by the City of New York.
- Balance Sheet. Certified copy of the audited balance sheet for the last 3 (three) years or similar acceptable documentation from a Certified Public Accountant.
- Tax and insurance clearance certificate.
- Certificate of insurance.
- Trade registration certificate.
Page 9 of 29
At its option, the Bidder may submit any other materials that will allow the Selection Committee to better evaluate its qualifications for this engagement, e.g., letters of reference, recommendation, awards, etc.
If applicable, a like statement of qualifications of each sub consultant/subcontractor shall be included.
5.2 Price Proposal Format.
Complete the formats provided as Attachment B to this RFP. Price Proposal shall be submitted in U.S. Dollars excluding VAT. Lump Sum Price Proposal shall be signed by an official authorized to execute contracts and shall be submitted in a sealed envelope.
All costs, expenses and reimbursable expenses that will arise during the performance of the
services requested in this RFP should be included in your Lump Sum Price Proposal.
The fees of the staff you employ within your firm and the fees of all consultants, professionals, etc. you employ/engage during the performance of the services requested by this RFP should be included in your price proposal.
All fees, taxes that may be paid to the governmental authorities, regulatory agencies, etc.
during the performance of the services requested by this RFP will be paid by the Bidder.
The total amount of the application fees (that will be paid to local and State Regulatory
Agencies in order to secure permits, certificates, and approvals) should be entered in the Price Proposal line item entitled, “Permit Fee Allowance” (if any).
The Price Proposal (a) should be submitted in a sealed envelope, clearly labeled “Price
proposal”, (b) should be irrevocable for ninety (90) days from the date of the opening of the Price Proposal, and (c) should be signed by the Bidder’s authorized representative.
6. SCOPE OF SERVICES. To develop your strategy, approach and lump sum price proposal, please consider the Scope of Services document, attached as Attachment A, wherein we have detailed the general scope of services that best meets Republic of Turkey’s requirements on this specific project.
7. INSTRUCTIONS TO PROPOSERS.
Non-Binding Acceptance of Proposals: This RFP does not commit RepT to award a contract for any services.
Incurring Proposal Costs: RepT is not liable for any costs incurred in the preparation of a response to this RFP.
RepT reserves the right to reject any or all proposals at any time in the best interests
Page 10 of 29
of RepT. RepT does not assume any obligation due to the rejection of any or all proposals.
Proposals must be in accordance with the requirements set forth in the RFP. Failure to meet the specific requirements of this RFP or its late receipt at the Consul General’s offices will result in returning your Proposal without consideration.
Your submitted proposal becomes the property of Republic of Turkey and will not
be returned.
Once submitted, your proposal cannot be withdrawn or modified. Proposals can only be withdrawn or modified in response to an official addendum.
Changes to the process or the RFP document may be made at any time at the sole discretion of the RepT. Official notifications will be made in writing.
The lowest reasonable price will be the only criterion for the final selection.
Your firm is required to deliver your proposal response in person or via courier and
late responses will not be opened, nor will the proposal be returned to the respondent. Your proposals are due on September 3, 2015 at 10:00 am.
Questions and Answers.
Questions about the RFP shall be directed via e-mail to “[email protected]” and simultaneously in writing to Selection Committee’s following address:
Turkevi Center” Project Selection Committee
Consulate General of Turkey in New York
825 3rd Avenue, 28th Floor
New York, New York 10022
Questions and answers to those questions will be shared with all RFP recipients via e-mail and simultaneously in writing.
Site Visit.
You may perform a site visit by appointment until August 26, 2015. Contact details are as follows:
Mr. S. Serhat Addoc., Vice Consul Consulate General of Turkey in New York
825 3rd Avenue, 28th Floor
New York, New York 10022
Please submit eight (8) copies of your Proposal to the Selection Committee’s above
address.
Page 11 of 29
8. CONTRACT REQUIREMENTS.
8.1 Provisions Related to HAZMAT Consultant’s Sub-consultants. The HAZMAT Consultant shall be fully responsible for the work and services of
all Consultants working under the HAZMAT Consultant’s agreement and shall be responsible for coordinating the timely performance of each Consultant’s services for the Project.
The HAZMAT Consultant shall be responsible towards the RepT for the failures, faults
and defects that may occur in the service awarded to a Consultant through the HAZMAT Consultant’s agreement. The HAZMAT Consultant will be responsible for the actions, defaults and negligence of the HAZMAT Consultant’s Consultants.
HAZMAT Consultant hereby represents and covenants that each consultant employed
and/or engaged by HAZMAT Consultant in connection with the Project is and shall be duly licensed in the State of New York at all times during the term of this Agreement to perform all services required of it under this Agreement.
The HAZMAT Consultant will be the sole responsible, both technically and legally, against
all the local and international authorities for the services provided within the scope of the services of the HAZMAT Consultant’s agreement. RepT and RepT’s representatives will not be responsible, technically and/or legally, for accepting requests and demands of the HAZMAT Consul tant or cert i f ied process or compl iance or any other documents prepared by the HAZMAT Consultant.
8.2 Contract Price, Payments and Price Difference.
Contract Price. RepT agrees to pay the HAZMAT Consultant, as compensation for professional services designated in Attachment A, a fixed lump sum fee, which will be stated in the future Agreement.
The price for each phase of services shall be stated in the Agreement Article 11.2.
Advance Payment. No advance payments will be made for this contract.
Payments. RepT shall make payment for each phase, except for abatement administration services (designated in Attachment A, Scope of Services, Article 3), upon the completion of the phase due to the approval of Project Manager, less a retainage of 6%
RepT shall make payment for a b a t e m e n t administration services, designated in
Attachment A, Scope of Service, Article 3, not more frequently than monthly in proportion to the amount of the gross progress payments to Contractor(s).
Following receipt of the HAZMAT Consultant’s invoice and upon certification by RepT and
the Project Manager that the specified phase, or work has been completed, the HAZMAT Consultant shall be paid within thirty (30) days from the notification date of said certification.
Page 12 of 29
Price Difference. The HAZMAT Consultant may not claim any price difference during the
term of the Agreement including any time extension until the Agreement is performed in full, on such grounds as increases in taxes, duties fees and similar financial obligations or introduction of new financial obligations. No payment will be made for the contract (HAZMAT Consultant’s Services), subject of this RFP, due to any such price differences.
8.3 Additional Services and Reduction in the Services/Increase in and Reduction of the Contract Price.
The HAZMAT Consultant may be compensated for Additional Services that may arise during the course of the Project when deemed necessary by the RepT. Additional Services shall be individually authorized in writing by RepT prior to performance. The parties agree that such authorization by the RepT will constitute an amendment to this Agreement, unless, within 14 calendar days from the date of the Additional Services
authorization, the HAZMAT Consultant submits a written objection to the RepT.
The price for Additional Services will be negotiated between the parties, and the RepT will pay the HAZMAT Consultant a fixed lump sum fee agreed upon. Hourly rates will not be paid to HAZMAT Consultant for additional services under any circumstances.
Total price for the additional services under this Agreement shall not exceed 20% of
the Contract Price.
In case of deduction of services up to 20% of the Contract Price, the HAZMAT Consultant is obliged to complete the services.
Time delays, not caused by the HAZMAT Consultant, including but not limited to the
following, will not be compensated: - Unreasonable delays caused by the RepT, the RepT’s Consultants, etc. - Unreasonable delays due to any third parties or government or regulatory agency
having jurisdiction over the Project
- Unreasonable delays caused by Contractor(s)
- Unreasonable delays due to any Force Majeure Event (Natural disasters, Legal strikes, General epidemic, Declaration of partial or general mobilization, other similar circumstances that will be determined by RepT when necessary.)
8.4 Penalties In Case Of Delay
In case of delays caused by the HAZMAT Consul tant (late submission and such), a delay penalty at the rate of 0.06 % (six per ten thousand) of the contract price will be deducted from the entitlement of the HAZMAT Consultant for each calendar day that elapses without the need to serve a notice.
Page 13 of 29
8.5 Provisions Related To Financial Security.
Immediately before the execution of the contract, a bank letter of guarantee at the ratio
of 6% (six percent) of the Contract Price shall be furnished by the HAZMAT Consultant for this Project. In the event that the specified time period is exceeded because of cases such as extension of the duration of the contract or working as penalty, the validity period of the letter of guarantee is extended by such time period as required. The HAZMAT Consultant agrees to increase the letter of guarantee during the Service Increase period at the ratio of 6% percent reflecting the additional payment of fees.
In case of additional services, the HAZMAT Consultant will provide additional bank letter
of guarantee at the ratio of 6% (six percent) of the agreed Additional Service Price.
Returning of the financial security. The bank letter of guarantee shall be returned to
the HAZMAT Consultant after the RepT in its sole and absolute discretion determined that the Project has been fulfilled in accordance with the provisions of the Contract.
The letter of guarantee may be drawn upon by the RepT at any time, in the event of default, following the applicable cure period, if any.
Attachments:
Attachment A: Scope of Services (DRAFT)
Attachment B: Lump Price Proposal Form
Attachment C: Milestone Project Schedule
Attachment D: Photographs and drawings related to the current Turkevi Center
Attachment E: Photographs and drawings related to the townhouse
Attachment F: Dilapidation Survey Report prepared by Langan Engineering
Attachment G: Soil Survey Report prepared by Langan Engineering
Attachment H: Project Manager’s responsibilities against RepT throughout the abatement
And demolition process:
Attachment A:
Scope of Service
The Scope of Services to be provided by the HAZMAT Consultant consists of 3 parts;
1. Abatement Bid Package Phase Services
2. Bidding/Negotiation Phase Services 3. Abatement Phase Services (Abatement Administration)
1. Abatement Bid Package Phase Goals
During this phase, the HAZMAT Consultant shall prepare (or retain related
Consultants/Engineers to prepare) ab a t e m e n t bid package, including Abatement
Drawings/photographs/reports, Technical A b a t e m e n t Specifications, Cost Estimate,
A b a t e m e n t Management Plan (Health and safety, traffic management, etc.), and
other documents, which in turn will be used by RepT to bid the demolition work (demolition
and abatement).
Exception: Building demolition documents will be developed by the d e m o l i t i o n
c o n s u l t a n t . Other planning documents necessary to bid the demolition work, if any,
will be prepared by the demolition consultant within the scope of the demolition bid
package.
The HAZMAT Consultant, retaining professionals (consultants, contractors, testing laboratories,
monitoring, etc.) as necessary, will investigate all necessary site conditions, analyze site
findings, verify applicable codes and regulatory requirements, develop schedules and
work sequences, prepare budgets, determine appropriate methods for handling and
disposing of s ub s t an ce s and other a b a t e m e n t waste, and define LEED requirements.
For certainty, the HAZMAT Consultant is to include for the services of any contracting
requirement to access all areas and surfaces to determine the quantity and location of all
designated substances. All costs for this contracting work to be included in the HAZMAT
Consultants proposal submission. No additional monies will be granted to the HAZMAT
Consultant to perform this scope of work.
Exception: The Architect’s LEED Consultant developed a report for gaining points for
LEED Certification during remediation and demolition of the existing buildings on the Site.
The Architect’s LEED Consultant shall develop other necessary documents that may be
needed.
Construction type of structures to be abated and demolished, safety issues, cost, site access,
protection of adjacent structures, unforeseen conditions, scheduling, sequence of work, the
disposal, recycling and reuse of construction and demolition waste, the environmental effect
of the abatement will be considered by the HAZMAT Consultant.
HAZMAT Consultant provide support to the Project Manager, Demolition Consultant, and
the Legal Advisor to identify and qualify contractors for bidding. (Contractor companies
that will be invited for bidding will be identified by the Project Manager. Technical
competency of these companies will be determined by the Project Manager. Financial
competency of these companies will be determined by the Legal Advisor.)
1.2 Abatement/Demolition Bid Package Phase Process
(i) Abatement/Demolition Project and Bid Documents Phase Kick-Off Meeting The Kick-Off Meeting shall be held at the start of the phase and is attended by the
HAZMAT Consultant (including all the related members of the HAZMAT Consultant’s team,
such as A b a t e m e n t Expert, etc.), RepT, Project Manager, D e m o l i t i o n
C o n s u l t a n t , Legal Advisor and other team members as may be required. Project
requirements shall be reviewed and confirmed as necessary.
(ii) Progress Meetings Project Manager schedules progress meetings. The HAZMAT Consultant shall prepare an
agenda at least three days prior to each meeting.
The HAZMAT Consultant shall attend and bring necessary materials to ensure a productive
meeting. These meetings are intended to be active design work sessions with all
stakeholders participating in the process.
The meetings shall be recorded by the HAZMAT Consultant in meeting Minutes.
(iii) Review The HAZMAT Consultant shall submit abatement/demolition bid package in suitable format for reviews to the RepT and the Project Manager (6 copies to RepT, 3 copies to Project Manager). Project Manager will review the documents in 15 calendar days. Project Manager will issue written comments to the HAZMAT Consultant. The HAZMAT Consultant will in turn submit written responses to each comment within 5 calendar days. A meeting to discuss the comments will be conducted if the HAZMAT Consultants’ responses are not acceptable. When so directed by the Project Manager, the HAZMAT Consultant shall resubmit all or portions of the demolition project and bid documents submission to the satisfaction of the reviewers.
(iv) Acceptance
Abatement/Demolition bid package shall not be considered approved and acceptable for bid until the Project Manager has notified the HAZMAT Consultant in writing. Additional submissions of revised documents for review will be required until any and all outstanding issues are fully resolved in a manner acceptable to the Project Manager and Rep T. At the point of acceptance, the documents are considered to be in compliance with Rep T’s requirements and ready for bid.
When so directed by the Project Manager, the HAZMAT Consultant will submit the Final Bid
Documents. HAZMAT Consultant shall provide fifteen (15) sets of Final Bid Documents in
suitable format upon completion of the Abatement/Demolition Bid Package Phase of
HAZMAT Consultant’s services.
1.3 Abatement/Demolition Bid Package Phase Tasks
(i)Investigations
The HAZMAT Consultant shall perform a Hazardous Materials condition analysis for the
existing buildings (current Turkevi Center building and the townhouse) that are to be
abated and demol i shed . The HAZMAT Consultant shall detail the abatement
methodology and identify a l l a r eas o f aba t emen t r equ i r emen t s . The HAZMAT
Consultant shall perform a thorough assessment of the condition of the buildings
components to determine the extent of the hazardous materials as defined under New
York State law, and New York City law. Analysis and findings shall be presented in a report
supplemented with floor plans, lab reports, and photographs of the buildings.
The Hazmat Consultant shall inspect the existing buildings (current Turkevi Center building
and the townhouse) interiors, exteriors, roofs, concrete material, all paved surfaces, any
fixtures or equipment in the structures, and utilities including piping, steam lines and duct
banks. The Hazmat Consultant shall use necessary protocol, pursuant to New York state law,
to set sampling strategies for both asbestos containing building material (ACBM) and asbestos
containing construction materials (ACCM) and retrieve a sufficient number of samples of other
hazardous materials including paint coatings, PCB bedding sealants, expansion joint gaskets,
etc.
The Hazmat Consultant shall inspect for the presence of suspect ACBM, ACCM and any other
hazardous material that will be subject to regulatory abatement requirements.
The Hazmat Consultant shall perform destructive testing to expose hidden and inaccessible
mechanical shafts, plenums, and furred out spaces, and hidden layers of ceiling systems and
floor coverings.
The Hazmat Consultant shall define the various hazardous materials locations and
homogeneous areas, condition, measure the quantities, and evaluate hazardous materials
found.
The HAZMAT Consultant shall retain the services of a licensed New York Stae testing
laboratory to provide certified analysis of all samplings extracted from the facilities
identified. The laboratory is to provide the test results required for regulatory approval
and bidding.
The HAZMAT Consultant shall develop the planning document for identification and removal
of designated substances and asbestos (conduct hazardous material survey, and provide a
report and abatement documents as necessary). Al planning documents necessary to bid the
abatement work will be prepared by the HAZMAT Consultant within the scope of the
abatement/demolition bid package.
(ii) Abatement/Demolition Bid Package The HAZMAT Consultant shall prepare and submit all the necessary abatement planning and documentation, including Abatement Location Drawings, Technical Specifications, Cost Estimate, Abatement Management Plan (health and safety, traffic management, etc.), and other documents, in accordance with all local codes and standards for the a b a t e m e n t / demolition of existing two (2) buildings including basements and below grade building elements, structures, all paved surfaces and all underground piping
and conduit.
The abatement/demolition bid package shall provide sufficient information and detail to
illustrate, describe and clearly delineate the abatement intent of the HAZMAT Consultant
and enable all prospective bidders (Contractors) to uniformly bid the project.
(iii)Approvals
Due to the aggressive schedule of the Project, in the early planning stages, H A Z M A T C o n s u l t a n t s s hall meet with regulatory agencies and local authorities, to develop “acceptable” (comply with the latest codes, regulations, etc.) hazardous materials abatement documentation. All required Regulatory Agency permits, certificates, and approvals shall be obtained either by the abatement/demolition contractor or by the HAZMAT Consultant, depending on the local authorities, regulations and law. The HAZMAT Consultant shall cause to determine the appropriate phase of the abatement/demolition project to submit the required application(s) in order to meet the abatement/demolition project milestone dates.
Prior to a b a t e m e n t / demolition, the Contractor shall secure all “abatement/demolition
permits” (abatement, demolition, sidewalk closure, road closure, specific structure heights, dust
mitigation plan, airborne release plan, truck route plan, etc.), licenses and inspections necessary for
the proper execution and completion of the demolition work. (The Contractor shall furnish a copy of
said permits, licenses and inspection reports to Project Manager through the HAZMAT Consultant.)
The HAZMAT Consultant is responsible for verifying that all initial applications and procedures that may influence the a b a t e m e n t work and the milestone schedule have been completed. Immediately upon the filling any application, the HAZMAT Consultant shall submit copies to the Project Manager. The HAZMAT Consultant is required to cause file applications as early as possible. Copies of response from regulatory agencies and utilities must be submitted to the Project Manager. The HAZMAT Consultant must notify the Project Manager if any delays occur.
The HAZMAT Consultant shall participate with Project Team in the negotiations with appropriate
authorities and neighbor groups on the adjacent parcels regarding abatement / demolition
requirements including but not limited to underpinning and other such activities.
The HAZMAT Consultant shall assist RepT in connection with the Owner’s responsibility for
filling documents required for the approval of regulatory agencies, local authorities and
entities having jurisdiction over the Project.
1.4 Abatement/Demolition Bid Package Phase Deliverables
The minimum requirements for Abatement/Demolition Bid Package Phase deliverables are
itemized as follows:
(i) Meeting Minutes
(ii) Regulatory Approvals (All permits/approvals/certificates obtained from regulatory agencies/ local authorities/entities)
(iii) Site/Existing Buildings Investigation and Hazardous Materials Reports All necessary surveys shall be conducted and all necessary reports shall be submitted.
(iv) Milestone Abatement/Demolition Schedule
(v) Abatement/Demolition Bid Package (Demolition Project and Bid Documents) The HAZMAT Consultant shall prepare all required documentation: Ab a t e m e n t Drawings,
Technical Specifications, Cost Estimate, Abatement Management Plan (Site Safety, Traffic
Management, et al), and other documents. Planning document for identification and
demolition of the building will be developed by the demolition consultant. Other planning
documents necessary to bid the abatement work, if any, will be prepared by the HAZMAT
Consultant within the scope of the abatement/demolition bid package.
2 Bidding/Negotiation Phase Services
2.1 Bidding/Negotiation Phase Tasks
(i) Interpret Abatement/Demolition Bid Package The HAZMAT Consultant shall interpret abatement/demolition bid package
when requested by the Project Manager in response to inquiries by prospective bidders.
(ii) Prepare and Issue Amendments and Drawings The HAZMAT Consultant shall prepare and issue all necessary addenda, amendments and
drawings required for the clarification of the abatement/ demolition bid package through
the Project Manager.
(iii) Attend Pre-Bid Meetings If required by the Project Manager, at Pre-Bid Meetings the HAZMAT Consultant shall
answer questions from bidders and assure that all parties clearly understand the intent of
the Contract Documents.
If any of the questions posed by the bidders requires a change to the Contract Documents,
the HAZMAT Consultant is responsible for the preparation and issuance of an Addendum.
(iv) Assist in the Analysis and Evaluation of Bids
The HAZMAT Consultant shall assist in the analysis and evaluation of bids and within three
days of the bid opening make written recommendations and reports on the disposition of
bids. The HAZMAT Consultant; in conjunction with the Project Manager, will evaluate and
reject or approve the abatement means and methods that bidders are proposing.
The HAZMAT Consultant shall assist in the review and evaluation of special experience
qualifications of the bidders.
(v) Attend Pre-Award Meetings If required by the Project Manager, the HAZMAT Consultant shall attend Pre-Award Meetings
to answer questions and to provide additional support and analysis in the understanding of
the intent of the Contract Documents.
2.2 Bidding Negotiation Phase Deliverables
The minimum requirements for Bidding/Negotiation Phase deliverables are itemized as
follows:
(i) Addenda The HAZMAT Consultant shall produce addenda drawing and specifications as required by
Contractor questions and requests for information arising during the Pre-Bid Meeting or as
otherwise necessary for the clarification of the Bid Set of Contract Documents.
The HAZMAT Consultant shall submit all addenda, including drawings and specifications, to
the Project Manager.
(ii) Filling and Signature The HAZMAT Consultant or the HAZMAT Consultant’s appropriate consultant shall sign and
seal all necessary drawings. Drawings which need to be filled with, or presented to,
regulatory agencies shall be prepared and filled by the HAZMAT Consultant. The HAZMAT
Consultant shall send regulatory agency approvals to the Project Manager.
(iii) Bid Tabulation Analysis The HAZMAT Consultant shall attend the bid opening and review the bid tabulation available
at the conclusion of the bid opening to assist in discovering any bid anomalies.
3 Abatement/Demolition Phase (Abatement Administration) Services (RepT aims to contract the abatement and demolition work together to a Contractor. If RepT determines it is feasible to contract separately with a qualified hazardous materials abatement Contractor, then RepT will instruct the HAZMAT Consultant to exclude abatement from the scope of the overall demolition project. In both cases, administration services related with the abatement work will be provided by the Project Manager.)
(i) The Demolition consultant will provide the abatement site administration services during the building demolition work: The HAZMAT Consultant will not provide any service related to the building demolition administration, and will not have any responsibility of the building demolition work. The demolition consultant shall provide administration services during the duration of b u i l d i n g d e m o l i t i o n . T he HAZMAT Consu l t an t will oversee and control whether the hazardous materials removal work is performed in accordance with the regulations and the planning documents. The HAZMAT Consultant shall provide any/all technical consultation services for the performance of abatement. T h e H A Z M A T C o n s u l t a n t shall review and approve the progress payments to be made to the contractor during the abatement work.
The HAZMAT Consultant (and its Consultants) shall provide abatement site administration services during the duration of abatement.
(ii) Weekly Site Visit and Field Inspection Reports The HAZMAT Consultant shall perform weekly site visits, field inspections, and prepare Field
Inspection Reports. The content of these reports is essential to assuring the quality of the
abatement work. The Field Inspection Report is the vehicle by which the HAZMAT Consultant is
empowered to assure that ongoing abatement work is in compliance with the abatement
documents and specifications that form the basis of the Contract Documents. The Field
Inspection Reports are to be prepared by members of the HAZMAT Consultant’s team who are
thoroughly familiar with the Project.
The HAZMAT Consultant’s sub-consultants shall visit the site as directed by the HAZMAT Consultant
when work affecting their respective area of responsibilities being performed, and shall report in
writing on issues or quality of the inspected work or site conditions.
The Field Inspection Reports are to be submitted in writing to the Project Manager within three
(3) working days of the site visit. This will enable Project Manager to address the issues
identified in the reports at the next Project site meeting.
The Field Inspection Reports are to be attached to the job site meeting minutes and shall be signed
and sealed by the HAZMAT Consultant (HAZMAT Consultant of Record).
(iii) Site Observation
The HAZMAT Consultant shall provide on-site inspector to assist in quality assessment, problem resolution, documentation of abatement conditions, and the progress of work.
The H A Z M A T C o n s u l t a n t shall review the Contractor’s coordination documents and
promptly report in writing to the Project Manager on issues relating to meeting the Project
Schedule.
The HAZMAT Consultant shall systematically monitor the progress of all abatement works
scheduled and promptly report to the Project Manager any conditions that may cause delays in
the completion of the work.
(iv) Review and Approval of Progress Payments Based on full-time site observation, the HAZMAT Consultant shall promptly examine,
recommend adjustments to, or indicate approval of the Contractor’s application for payments.
(v) Subcontractor Qualifications The HAZMAT Consultant shall review the credentials of the proposed subcontractors for
compliance with the special experience requirements.
(vi) Interpretation of Contract Documents The HAZMAT Consultant shall interpret Contract Documents, provide clarifications, and
make recommendations, by drawing and in writing, as required by Project Manager.
The HAZMAT Consultant shall promptly prepare any additional drawings that may be necessary
for clarifying the contract documents prepared under the design contract.
(vii) Resolve Design Errors and Minor Design Changes The HAZMAT Consultant, and any HAZMAT Consultant’s s u b - consultants as required, shall promptly submit to Project Manager any necessary correspondence, supplementary or revised drawings, specifications, negotiated cost estimates and any other documents or coordination material.
Upon approval of the required changes in the contract documents by Rep T, the HAZMAT Consultant shall promptly provide to the Contract.
Upon required minor design changes by Rep T, not related to design error or omission, including related technical or administrative work, the HAZMAT Consultant shall promptly provide all the documentation necessary to execute the work as revised.
(viii) Information to Defend Claims The HAZMAT Consultant shall prepare information to defend claims arising out of abatement work.
(ix) Special Inspection Services The HAZMAT Consultant shall retain related Consultants (surveyors, experts, t e s t i n g
l a b o r a t o r i e s , engineers, etc.) to perform all tests and inspections required by regulatory
agencies for items needing special inspection or certification.
The HAZMAT Consultant shall submit all special inspection reports and certification to
regulatory agencies with copies to the Project Manager.
(x) Completion Inspection The HAZMAT Consultant shall participate in the completion inspection.
HAZMAT Consultant shall assist RepT to resolve all final payments to and claims by the Contractor.
Attachment B: Lump Sum Price Proposal Form
PRICE PROPOSAL FORM
Company Name Date
Contact Person
Address and Phone Number
To the Selection Committee:
I hereby certify that I have read, understand, and agree to all sections and attachments of the Request for Proposals for Professional HAZMAT Consulting, Aba t emen t Administration Services. I further certify that the information submitted by me/my company in response to the Request for Proposals is true and accurate.
I understand that RepT has the right to reject any or all proposals, and to negotiate a price for the proposed services as determined to be in the best interest of RepT. Our price proposal will remain valid for a period of six months after submission.
I hereby propose to provide the Professional HAZMAT Consulting, Abatement Administration Services described in the Request for Proposals for a fixed lump sum fee of .
Our price proposal is detailed in the following page.
Signature
Title
Phase Task/Description Fee (Fixed Lump Sum)
1. Ab a t e m e n t Bid Package Phase Services $
2. Bidding/Negotiation Phase Services $
3. Abatement Phase Services $
TOTAL PRICE (Total Fees, Sub-Consultants, Expenses) $
Note 1: Include management costs of outside consultants in your price proposal. Per the By-
Laws of the Republic of Turkey will not pay any additional over-ride percentage on consultants
that are part of your team.
Note 2: Expenses will be billed at cost with no over-ride percentage. Expenses related to all
consultants should become a part of your lump sum fee.
Attachment C: Milestone Project Schedule Attached in PDF Format. Note that the schedule respects the two different contracting approaches.
Attachment D: Photographs and drawings related to the current Turkevi Center
Attachment E: Photographs and drawings related to the townhouse
,
• •
• •
r • •
• ,
•
• •
• •
. " , •
• • •
'
..
•
•