Bronx Mental Health Redevelopment Project

advertisement
Bronx Mental Health
Redevelopment Project
NYC Children’s Center – Bronx Campus
Central Services Building
Pre-Bid Presentation
May 23rd, 2012
1
PRE-BID PRESENTATION
Project Team
Office of Mental Health
Bronx Campus Redevelopment
(OMH)
Dormitory Authority of the
State of New York
(DASNY)
Jacobs Project Management
Spector Group
The LiRo Group
Master Construction Manager
Master Architect
Adult Building Construction Manager
STV Inc.
Spector Group
Architectural Resources
Adult Facility
Residential Village/CSB/CUP Building
Children’s Facility
2
PRE-BID PRESENTATION
Project Overview
Ball fields
Adult
Central
Services
Children’s
Residential
Village
Horizon House
Haven House
(Crisis)
Transitional
Living Residence
Studio
Apartments
3
PRE-BID PRESENTATION
Children’s Center
4
PRE-BID PRESENTATION
Children’s Center Entrance
5
PRE-BID PRESENTATION
Children’s Center
6
PRE-BID PRESENTATION
Children’s Center 1st Floor
Pool
Exit
Break
Room
Admissions
House 1
Gym
Auditorium
House 2
School
Admin
Entry
Nursing
Home
Rooms
7
PRE-BID PRESENTATION
Children’s Center 2nd Floor
Living
Room
Break
Room/
Lockers
Treatment
Teams
House 3
House 4
House 6
House 5
Living
Room
8
PRE-BID PRESENTATION
Children’s Center Nurse’s Station
9
PRE-BID PRESENTATION
Central Services Building
10
PRE-BID PRESENTATION
Central Services Building 1st Floor
North
Entry
Men’s
Locker
Central
Utility
Plant
Dry
Union
Offices Storage
Women’s
Locker
Break
Room
Kitchen
Loading
Dock
Warewash
Area
Food
Receiving
Adult Facility
Access
Receiving
Break Meeting
Room
Room
Multi Building Interconnecting Corridor
Mail
Pharmacy
House
Keeping
Bulk
Storage
Children’s Facility
Access
Maintenance
South
Entry
11
PRE-BID PRESENTATION
Central Services Building 2nd Floor
Medical
Records
Workstations
Personnel
Director
Business
Director
ICM
Work
Stations
IT
Work
Stations
Accounts
Payable
ED
&
Training
Medical
Records
Storage
Medium
Classroom
Computer
Classroom
Conference
Room
Multi Building Interconnecting Corridor
File
Room
Adult
Exec.
Director
Adult
Admin
Suppt.
Clinical
Services
Director
Operations
Director
Board
of
Visitors
Pantry
Conference
Room
Inpatient
Service
Director
Meeting
Room
Nursing
Director
Risk
Manager
Children’s
Exec
Director
Waiting
Area
Admin
Support
Area
12
PRE-BID PRESENTATION
Central Utility Plant
13
PRE-BID PRESENTATION
Drawings and Technical Specifications
• Drawings
• Volumes 1A, 1B (NYC Children’s Center)
• Volume 2 (Central Services Building)
• Volume 3 (Fire Alarm)
• Project Manuals
• Volume 1 (Front End Documents)
• Volumes 2A (NYC Children’s Center Technical Specifications - Architectural/GC)
• Volumes 2B (NYC Children’s Center Technical Specifications - MEP)
• Volumes 2C (Central Services Building Technical Specifications - Architectural/GC)
• Volumes 2D (Central Services Building Technical Specifications - MEP)
• Volume 3 (Fire Alarm Technical Specifications)
• Reference Documents
• Volume 4 (DVD) Inside cover of Volume 3
• Maintenance Agreements
• Volume 5 Project Manual
14
NOTICE TO BIDDERS
DORMITORY AUTHORITY - STATE OF NEW YORK
New York State Office of Mental Health
Bronx Mental Health Redevelopment (Bronx PC)
Construct NYC Children's Center-Bronx Campus & Bronx MHR Central Service Buildings
CR No. 28 General Construction Work
Project Number 2737309999
Sealed bids for the above work located at Bronx Psychiatric Center, 1500 Waters Place, Bronx New
York 10461 will be received by the DORMITORY AUTHORITY - STATE OF NEW YORK at its
office located at 515 Broadway, Albany, NY 12207. Each bid must be identified, on the outside of the
envelope, with the name and address of the bidder and designated a bid for the project titled above. When
a sealed bid is placed inside another delivery jacket, the bid delivery jacket must be clearly marked on the
outside “BID ENCLOSED” and “ATTENTION: CONSTRUCTION CONTRACTS.”
The
Dormitory Authority will not be responsible for receipt of bids which do not comply with these
instructions.
Individuals submitting bids in person or by private delivery services should allow sufficient time for
processing through building security to assure that bids are received prior to the deadline for submitting
bids. All individuals who plan to attend bid openings will be required to present government-issued
picture identification to building security officials and obtain a visitors pass prior to attending the bid
opening.
Only those bids in the hands of the DORMITORY AUTHORITY - STATE OF NEW YORK, available to
be read at 2:00 PM local time on June 6, 2012 will be considered. Bids shall be publicly opened and
read aloud. Bid results can be obtained by calling 1-800-662-3676, extension 3330, after 4:00 PM, or
viewed at the Dormitory Authority’s website; http://www.dasny.org.
In accordance with State Finance Law § 139-j and § 139-k, this solicitation includes and imposes certain
restrictions on communications between Dormitory Authority personnel and a prospective bidder during
the procurement process. Designated staff for this solicitation is: Mr. David Rivera, Jacobs, 1500 Waters
Place, Bronx, New York 10461 (718) 409-3660 and the Dormitory Authority at
ccontracts@dasny.org. Contacts made to other Dormitory Authority personnel regarding this
procurement may disqualify the prospective bidder and affect future procurements with governmental
entities in the State of New York. For more information pursuant to this law, refer to the Dormitory
Authority’s website; http://www.dasny.org or the OGS website; http://www.ogs.state.ny.us.
A pre-bid meeting is scheduled for Wednesday, May 23, 2012, at 12:30 PM in the Auditorium of the
Bronx Children's Psychiatric Center, 1000 Waters Place, Bronx, NY, 10461. Potential bidders can park at
on-site locations as directed by the on-site security. Potential bidders must plan to arrive sufficiently in
advance to progress from designated parking areas through security and to the pre-bid meeting location.
The pre-bid meeting will include an outreach program with MBE, WBE and Bronx-based businesses,
review of the project, OMH Maintenance Agreements and a BIM Orientation.
This project also includes the bidding of Maintenance Agreements for a term of five (5) years for the
boilers, chillers and generators on behalf of the NYS Office of Mental Health (OMH). This will be a
separate contract executed between the successful bidder and the NYS Office of Mental Health. The
MBE goal for the maintenance agreement is 12%; the WBE goal for the maintenance agreement is 8%.
The execution of the maintenance agreement is subject to approval of the NYS Office of the State
Comptroller (OSC).
6-2010
Dormitory Authority -- State of New York
515 Broadway
Albany, NY 12207
Date:
4/24/2012
SCHEDULE OF VALUES
Project No: 273730 & 283010
Project: BMHR - NYC Children's Center & Central Services Building
Contractor:
CSI
General Cond.
General Cond.
General Cond.
General Cond.
General Cond.
General Cond.
General Cond.
General Cond.
General Cond.
General Cond.
General Req.
General Req.
General Req.
011200
011200
0
00
011200
013100
013100
013100
014000
014000
015000
015000
015000
015000
015000
015000
015000
015000
017419
017700
017700
017823
017839
018113
311000
311000
311000
311000
312000
312000
DASNY 9/2004
DESCRIPTION
Mobilization
Insurance
Bonds
Flagmen
Scheduling
Safety & Equipment (1% of Total Contract Value)
Field Office
Submittals (Other than Shop Drawings)
Submittals - Shop Drawings for all products as required by
the Contract Documents (all Shop Drawings developed in BIM)
Scaffolding & Hoists
Building Information Modeling (BIM LOD 400) Construction Model
Building Information Modeling (BIM LOD 500) As Built Model
All Attic Stock as required by the Contract Documents
Handling and Storage of Windows/Curtain Walls
On-Site
O
S te Steward
Ste a d - Local
oca 282
8
Heat and Generator Tank Final Fueling
Project and Coordination Meetings
Project Supervision
Coordination (Meetings, Prints and BIM LOD 400)
Mock-Ups
All Testing as required by the Contract Documents
Temporary Toilets
Designated Break Area
Temporary Water Connections and Removals
Temporary Power Connections and Removals
Temporary Lighting and Removals
Temporary Fencing Maintenance and Removal
Temporary Air Conditioning and Climate Control
Temporary Heating and Climate Control
Construction Waste Removal
Final Cleaning
Demobilization
All Training as required by the Contract Documents
Closeout Documentation
LEED Documentation
Site Clearing
Site Preparation
Erosion and Sedimentation Control (SWPP)
Disposal of Surplus and Waste Materials
Excavation
Backfill Operations
Page 1 of 9
Contract No:
CR No: 28 &14
Trade: GC
UM
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
S
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
CY
LS
QTY
Labor
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Material
SCHEDULED VALUE
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
-
Activity ID
Activity Name
Original Remaining
Duration
Duration
283010- Central
Cen
Services Building
Construction Phase
Milestones
283010 - CSB/CUP
CSB/CU Bid Schedule (New Support Services)
CS81020
NTP
CS81100
All Coordination Drawings Completed
CS81370
Complete Pile Caps Grade Beams foundation
CS81420
Superstructure complete (Steel & Conc. Deck)
CS81440
Punch Window Mockup and Testing Complete
CS81380
Building is Ready for Elevator Installation
CS81390
Establish Watertight Exterior Envelope
CS81430
Temporary Climate Control
CS81450
Fire-stopping Completed
CS81460
Complete ceiling installations
CS81470
All Building MEP Systems Complete
CS81230
Substantial Completion
CS81410
Permanent Utilities to Children's and Adult
CS81260
Temporary Authorization of Occupancy
CS81490
Code Compliance Certificate
283010 - CUP Area
Are
CS81360
Structrural Steel CUP Area complete
CS81520
CUP Area Ready for Equipment Installation
CS81570
Fire Protection Ready for Testing & Commiss
CS81540
Boiler Ready for Testing & Commissioning
CS81580
Chilled Water Ready for Testing & Commissio
Construction S
Summary work days
283010 - CSB/CUP
CSB/CU Bid Schedule (New Support Services)
CS81000
Mobilization
CS81010
Underground Submittals
CS81060
Long Lead Items Summary
CS81030
Pile Caps
CS81040
Site Grading & Utilities
CS81050
Foundations
CS81070
Steel Erection
CS81080
Slab On Grade
CS81090
Elevated Slabs & Misc. Concretes
CS81110
Exterior envelope
CS81120
Interior Masonry
CS81270
Set Electrical Equipment
CS81300
Set HVAC Equip. In Mechanical Room
CS81140
Window Walls and Storefront Closures
CS81310
Roofing
CS81130
Carpentry Interior
CS81160
Elevators
CS81170
Fire Alarm System
CS81280
Roughin Conduits & Cable Pulls
CS81180
Plumbing
CS81190
Building Finishes
CS81200
Fire Protection
CS81320
Set HVAC Equipment on Roof Top
CS81400
Drywall Sheathing
CS81330
Roughin Mechanical and Chase
CS81150
Tiles
CS81210
Fire Alarm System Testing
CS81290
Electrical Fixtures
CS81220
Cleanup
CS81340
Final HVAC Trim & Balance
CS81350
Training & Closeout
Start Date: 07-May-08
Finish
477
Duration Start
%
Complete
477
0% 01-Aug-12
477
477
0% 01-Aug-12
29-May-14
477
477
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
100
0
0
0
0
0
477
477
10
22
160
55
25
30
40
30
50
70
55
60
60
30
25
30
80
70
75
95
120
70
25
40
60
15
10
5
10
35
30
477
477
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
100
0
0
0
0
0
477
477
10
22
160
55
25
30
40
30
50
70
55
60
60
30
25
30
80
70
75
95
120
70
25
40
60
15
10
5
10
35
30
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
29-May-14
01-Aug-12 29-May-14
01-Aug-12 29-May-14
01-Aug-12*
01-Jan-13
10-Jan-13
16-May-13
06-Jun-13
25-Jul-13
15-Aug-13
05-Sep-13
12-Dec-13
02-Jan-14
21-Mar-14
03-Apr-14
03-Apr-14
01-May-14
29-May-14
07-Mar-13 25-Jul-13
07-Mar-13
26-Apr-13
06-Jun-13
13-Jun-13
25-Jul-13
01-Aug-12 29-May-14
01-Aug-12 29-May-14
01-Aug-12 14-Aug-12
01-Aug-12 30-Aug-12
01-Aug-12 12-Mar-13
31-Aug-12 15-Nov-12
26-Oct-12 29-Nov-12
30-Nov-12 10-Jan-13
11-Jan-13 07-Mar-13
25-Jan-13 07-Mar-13
08-Mar-13 16-May-13
10-May-13 15-Aug-13
10-May-13 25-Jul-13
17-May-13 08-Aug-13
17-May-13 08-Aug-13
05-Jul-13
15-Aug-13
12-Jul-13
15-Aug-13
26-Jul-13
05-Sep-13
26-Jul-13
14-Nov-13
26-Jul-13
31-Oct-13
09-Aug-13 21-Nov-13
16-Aug-13 26-Dec-13
16-Aug-13 30-Jan-14
16-Aug-13 21-Nov-13
16-Aug-13 19-Sep-13
06-Sep-13 31-Oct-13
20-Sep-13 12-Dec-13
01-Nov-13 21-Nov-13
01-Nov-13 14-Nov-13
24-Jan-14 30-Jan-14
31-Jan-14 13-Feb-14
31-Jan-14 20-Mar-14
14-Feb-14 27-Mar-14
2012
2013
2014
2015
Apr May Jun Jul Aug Sep Oct Nov Dec Jan F Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan F Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan F Mar
29-May-14, 283010- Central Services Building
29-May-14, Construction Phase
29-May-14, Milestones
29-May-14, 283010 - CSB/CUP Bid Schedule
NTP
All Coordination Drawings Completed
Complete Pile Caps Grade Beams foundations and U/G Utilities
Superstructure complete (Steel & Conc. Deck)
Punch Window Mockup and Testing Complete
Building is Ready for Elevator Installation
Establish Watertight Exterior Envelope
Temporary Climate Control
Fire-stopping Completed
Complete ceiling installations
All Building MEP Systems Complete
Substantial Completion
Permanent Utilities to Children's and Adult
Temporary Authorization of Occupancy
Code Compliance Certificate
25-Jul-13, 283010 - CUP Area
Structrural Steel CUP Area complete
CUP Area Ready for Equipment Installation
Fire Protection Ready for Testing & Commissioning
Boiler Ready for Testing & Commissioning
Chilled Water Ready for Testing & Commissioning
29-May-14, Construction Summary work days
29-May-14, 283010 - CSB/CUP Bid Schedule
Mobilization
Underground Submittals
Long Lead Items Summary
Pile Caps
Site Grading & Utilities
Foundations
Steel Erection
Slab On Grade
Elevated Slabs & Misc. Concretes
Exterior envelope
Interior Masonry
Set Electrical Equipment
Set HVAC Equip. In Mechanical Room
Window Walls and Storefront Closures
Roofing
Carpentry Interior
Elevators
Fire Alarm System
Roughin Conduits & Cable Pulls
Plumbing
Building Finishes
Fire Protection
Set HVAC Equipment on Roof Top
Drywall Sheathing
Roughin Mechanical and Chase
Tiles
Fire Alarm System Testing
Electrical Fixtures
Cleanup
Final HVAC Trim & Balance
Training & Closeout
Remaining Level of Effort AK60
Actual Level of Effort
Finish Date: 30-Oct-14
Jacobs Facilities
Actual Work
Data Date: 30-Mar-12
Run Dat:
26-Apr-12
Remaining Work
10:24
Critical Remaining Work
Milestone
Summary
Bronx Mental Health Redevelopment
CSB/CUP & Children Schedule
Date
06-Sep-11
30-Sep-11
28-Oct-11
02-Dec-11
30-Dec-11
27-Jan-12
24-Feb-12
1of3 30-Mar-12
Monthly Updates
Revision
Che...
Monthly Update 09-06-11 dat...
Monthly Update 09-06-11 dat...
Monthly Update 10-28-11 dat...
Monthly Update 12-02-11 dat...
Monthly Update 12-30-11 dat...
Monthly Updates 01-27-11 da...
Monthly Update 02-24-12 dat...
Monthly Update )3-30-12 dat...
Approved
OMH/DASNY
Bronx Mental Health Redevelopment
NYC Children’s Center
Central Services Building
March 5, 2012
Issue for Bid
DASNY # 273730, CR# 28
DASNY # 283010, CR# 14
LIQUIDATED DAMAGES
The BMHR Children’s Center\Central Services Building Project will enforce the following Liquidated Damage
milestones in the amount noted below for each calendar day the Contractor’s fails to complete all necessary
indicated work:
1.
By 05 Sept 2013 the Contractor must complete all Work of the Contract required to provide temporary
climate control from the Central Utility Plant (CUP) portion of the Project. Completion of the CUP shall
specifically mean sufficient operations of all Mechanical, Electrical, Plumbing and Fire Protection systems
required to permit the Owner use the CUP to provide temporary manually controlled MEP services to the
Adult Project (#273750). MEP systems in the CUP must also be sufficiently complete to commence
Commissioning and Testing. Failure to meet this contract milestone will result in the assessment of
Liquidated Damages in the amount of $10,000 per calendar day.
2.
By 03 April 2014 the Contractor must complete all Work of the Contract required to secure Substantial
Completion of the Central Utility Plant (CUP) portion of the Project (Activity CS81410). Substantial
Completion of the CUP shall specifically mean complete operations of all Mechanical, Electrical, Plumbing
and Fire Protection systems required to permit the Owner use the CUP as intended to provide MEP services
to the Adult Project (#273750). Substantial Completion of the CUP must allow the complete operations by
the Office of Mental Health to commence occupation and use of the Adult Project Building as intended.
Failure to meet this contract milestone will result in the assessment of Liquidated Damages in the amount
of $10,000 per calendar day.
3.
By 01 May 2014 the Contractor must complete all Work of the Contract to allow the Office of Mental
Health access to commence complete occupation and use of the entire Central Services Building (#283010)
as intended. Failure to meet this contract milestone : Temporary Authorization of Occupancy (Activity
CS81260) will result in the assessment of Liquidated Damages in the amount of $20,000 per calendar day.
4.
By 02 October 2014 the Contractor must complete all Work of the Contract to allow the Office of Mental
Health access to commence complete occupation and use of the entire NYC Children’s Center (#273730)
as intended. Failure to meet this contract milestone: Temporary Authorization of Occupancy (Activity
CH1260) will result in the assessment of Liquidated Damages in the amount of $10,000 per calendar day.
The contract milestones assumes all normal contemplated delays, including, but not limited to normal weather
patterns, differing site conditions, utility conflicts, design changes or defects, shop drawing and submittal reviews,
RFI’s and responses, actions or inactions of suppliers, subcontractors or other contractors, actions by third parties,
M/WBE compliance, payment progress, change orders, and other delays and disruptions normally encountered in
the construction industry.
LIQUIDATED DAMAGES
Appendix D - 2
PRE-BID PRESENTATION
4D Video
19
INFORMATION FOR BIDDERS
C. The Owner reserves the right to reject any bid or all bids, to waive any informalities or irregularities
or omissions in any bid received or to afford any bidder an opportunity to remedy any informality or
irregularity.
D. The execution of the Agreement shall not be construed as a guarantee by the Owner that the plant,
equipment and the general scheme of proposed operations of a bidder is either adequate or suitable
for the satisfactory performance of the Work or that other data supplied by a bidder is accurate.
E. As a condition of award, the first and second apparent low bidders must provide the following
information within 48 hours of the bid opening to:
Michael Costache
DASNY Project Manager
Bronx Mental Health Redevelopment
Dormitory Authority State of New York Field Office
1508 Waters Place
Bronx, NY 10461
Bronx Field Office - 718 824-3040 x 223
Bronx Fax 718 824-3241
The requested information shall be forwarded via fax to (718) 824-3241 or via e-mail to
(mcostach@dasny.org). As each item is prepared, please forward immediately to facilitate review of
bid.
1. Completed Schedule of Values – A completed schedule of values, as listed in the Table of
Contents, including supporting subcontractor and supplier quotations.
2. Curtain Wall Sub Contractor Quotation – Detailed quotation from curtain wall
subcontractor and supplier.
3. NYS Vendor Responsibility Questionnaire and DASNY Vendor Questionnaire Completed NYS Vendor Responsibility Questionnaire and DASNY Vendor Questionnaire for
apparent low bidder as well as proposed subcontractors with proposed subcontracts in excess
of two million dollars ($ 2,000,000).
4. Project References - A minimum of three (3) project references for projects that provide
relevant experience for this project in terms of cost, quality, type of construction and
criticality of schedule and demonstrate compliance with Sections 3.0.B and 3.0.C of the
Information to Bidders. Project references shall consist of:
a. The official project name and number
b. Name, address, contact person and telephone number of the owner, design consultant,
owners representative and CM/GC
c. Project value – Overall project value
d. Contract value - Original contract and change order value
e. Name of contractor’s project manager, field superintendent and safety manager
f. Description of the scope of work performed by the contractor
g. Timeframe/dates the work was performed
5. DASNY Project References – Provide a listing of all DASNY projects on which the
contractor has performed work, either as a prime contractor or subcontractor, in the last 10
years. Provide detailed project reference information for each project as noted above.
May ‘10
Page 7
PRE-BID PRESENTATION
Bronx Mental Health Redevelopment Program Children’s Center Project Overview 2012
24
Bronx Psychiatric Center
Project Labor Agreement - - Letter of Assent
Dear:
The undersigned party confirms that it agrees to be a party to and be bound by the Project Labor Agreement
Covering Specified Construction and Renovation Work at the Bronx Psychiatric Center, as such Agreement
may, from time to time, be amended by the parties or interpreted pursuant to its terms. The terms of the
Project Labor Agreement, its Schedules, Addenda and Exhibits are hereby incorporated by reference herein.
The undersigned, as a Contractor or Subcontractor (hereinafter Contractor) on the Project known as _Bronx
Mental Health Redevelopment_ and located at _Waters Place, Bronx, NY 10461_ (hereinafter PROJECT), for
and in consideration of the award to it of a contract to perform work on said PROJECT, and in further
consideration of the mutual promises made in the Project Labor Agreement, a copy of which was received
and is acknowledged, hereby:
(1)
(2)
(3)
(4)
(5)
Accepts and agrees to be bound by the terms and conditions of the Agreement, together with any and
all schedules; amendments and supplements now existing or which are later made thereto:
Agrees to be bound by the legally established collective bargaining agreements and local trust
agreements as set forth in the Project Labor Agreement and this Agreement but only to the extent of
Project Work and as required by the PLA.
Authorizes the parties to such local trust agreements to appoint trustees and successor trustees to
administer the trust funds and hereby ratifies and accepts the trustees so appointed as if made by the
Contractor but only to the extent of Project Work as required by the PLA.
Certifies that it has no commitments or agreements that would preclude its full and complete
compliance with the terms and conditions of said Agreement. The Contractor agrees to employ
labor that can work in harmony with all other labor on the Project and shall require labor harmony
from every lower tier subcontractor it has engaged or may engage to work on the Project. Labor
harmony disputes/issues shall be subject to the Labor Management Committee provisions.
Agrees to secure from any Contractor(s) (as defined in said Agreement) which is or becomes a
Subcontractor (of any tier), to it, a duly executed Agreement to be Bound in from identical to this
document.
Provide description of work below:
Dated: ________________________
(Name of Contractor or subcontractor)
________________________________
(Name of CM; GC; Contractor or
Higher Level Subcontractor)
______________________________
(Authorized Officer & Title)
_______________________________
(Address)
_______________________________
(Phone) (Fax)
Contractor's State License
#______________________________
Sworn to before me this
____ day of ______________, 2010
________________________
Notary Public
PLA Letter of Assent.doc
page 1 of 1
BRONX MENTAL HEALTH REDEVELOMENT PROJECT
Project Labor Agreement Drag Along Provisions
Project Labor Agreement
There is an executed Project Labor Agreement (PLA)between Jacobs Project Management Company
and the Building & Construction Trades Council of Greater New York and Vicinity (Council) and
Signatory Local Unions for all work performed on the Bronx Mental Health Redevelopment Project.
A Project Labor Agreement (PLA) is an agreement that defines wages and work rules for a project, and is
approved by the awarding public body (Dormitory Authority-State of New York) and Labor (Council and
Signatory Local Unions) before the project begins. Project Labor agreements require the use of
members of local unions that are signatories to the Project Labor Agreement.
Generally Labor will be referred to contactors or subcontractors from the respective signatory local
unions. However, contractors or subcontractors may use up to 12% of their existing qualifying
labor force for this work, in accordance with the terms of PLA Article 4, Section 2B. The
first seven employees must be sent by the union. The eighth employee can be requested by
the contractor or subcontractor by name provided the employee is qualified.
Exceptions: New York State Certified Minority Business Enterprises and Women Business
Enterprises (for which participation goals are set in accordance to New York Law) that are
not signatory to any Schedule A Collective Bargaining Agreements (CBAs) may use their
existing qualified employees for the 2nd, 4th, 6th, and 8th employees needed on the job if their
contracts are valued at or under $500,000. For contracts valued at above $500,000 but
under $1,000,000 state certified Minority or Women Business Enterprises may use their
own qualified employees for the 2nd, 5th, and 8th employees needed on the job in
accordance with the provisions of PLA Article 4, Section 2C.
Qualified employee as defined in Article 4, Section 2B/2C of the PLA—Persons who have
applied to a local signatory union for project work and who meet the following qualifications:
1. posses any license required by New York State law for the Project Work to be
performed;
2. have worked a total of at least 1000 hours in the Construction field during the prior
3 years; and
3. were on the Contractor’s active payroll for at least 60 out of the 180 calendar days
prior to contact award.
DORMITORY AUTHORITY - STATE OF NEW YORK
Office of Opportunity Programs
UPSTATE: 515 Broadway * Albany, NY 12207-2964 * Phone: (518) 257-3706 Fax: (518) 257-3100
DOWNSTATE: One Penn Plaza, 52nd Floor * New York, NY * 10119-0098 * Phone: (212) 273-5038 Fax: (212) 273-5121
UTILIZATION PLAN
ORIGINAL Submission
A. PRIME INFORMATION: CONTRACTOR
Name:
Address:
Contact Person:
Fax Number:
REVISED Submission
CONSULTANT
City:
State:
E-Mail Address:
PROJECT INFORMATION: Project Number:
Contract / Bid Number:
MBE Goal %
Facility Name:
Building(s):
Address:
City:
County:
Work Description:
VENDOR
Zip:
Telephone Number:
Work Authorization# (if applicable)
Contract / Bid Amount: $
$
WBE Goal %
$
Zip:
1. Schedule of proposed subcontract work:
Trade/Service
Amount
$
$
$
$
$
$
2. Description of Equipment, Materials or Supplies
AAP 1.0 Revised (07/10)
Trade/Service
Amount
$
$
$
$
$
$
Estimated Amount
$
$
$
$
$
$
Page 1 of 8
INFORMATION FOR BIDDERS
B. The Contractor shall not make subcontracts totaling a dollar amount which is more than the
percentage of the total contract price indicated below. The Owner may modify these requirements at
any time, including after receipt of bids, when determined to be in the best interest of the Owner.
Subcontract limits are as follows:
Contract Trade
General Construction
%
90
Contract Trade
%
Section 8.0- Opportunity Programs Requirements
A. Pursuant to provisions of the General Conditions, Article 20 - Opportunity Programs, the Contractor
agrees, in addition to any other nondiscrimination provision of the Contract and at no additional cost
to the Owner, to fully comply and cooperate with the Owner in the implementation ofNYS Executive
Law ARTICLE 15-A, PARTICIPATION BY MINORITY GROUP MEMBERS AND WOMEN
WITH RESPECT TO STATE CONTRACTS. These requirements will include: equal employment
opportunities for minority group members and women (EEO), plus opportunities for minority and
women-owned business enterprises (M/WBE). The Contractor's demonstration of good faith efforts
shall also be a part of these requirements.
B. The Owner has adopted a goal oriented approach to ensure employment ofEEO & M/WBE at a level
commensurate with their capability and availability. The Owner has determined that the goals for
EEO & M/WBE participation may be achieved in the Work of the Contract as follows:
Percent of Total Work Force CEEO):
Minority Workforce Goal (for all trades)
Women Workforce Goal (for all trades)
40%
2%
Percent of Total Contract (M/WBE):
Minority Business Enterprise Goal
20%
No more than halfofthis goal (10% maximum) may be attained through the use ofNYS Empire
State Development Corporation (ESDC) Certified MBE suppliers. A minimum of half of this
goal (10%) must be attained through the use ofESDC Certified MBE subcontractors.
Women's Business Enterprise Goal
10%
No more than half of this goal (5% maximum) may be attained through the use ofNYS Empire
State Development Corporation (ESDC) Certified WBE suppliers. A minimum of half of this
goal (5%) must be attained through the use ofESDC Certified WBE subcontractors.
The goals stated above, for each contract, do not apply to bids of less than $100,000.
C. The low bidder shall submit on the forms provided in the Contract Documents, within the specified
time frames, the following:
Utilization Plan
May'lO
Page 3
INFORMATION FOR BIDDERS
Contractor's Request for Waiver
Six Month Workforce Utilization Schedule
D. Resident Employment Opportunities:
• The Contractor will endeavor to employ 25% of the workforce for this project from
residents of Bronx County.
• The contractor shall provide to the Owner on a monthly basis, a report in a format
acceptable to the Owner, including the following information:
o Total number of workers
o ZIP Code of residence for each worker
o Hours worked on project for each worker
o Written description of contractor's efforts in the past month and subsequent
month to encourage resident employment opportunities
o Other information as requested by the Owner to support the contractor's good
faith efforts to encourage resident employment opportunities
E. Bronx-based Business Initiative: It is the goal ofthe Authority to promote participation ofNew York
State Business Enterprises, consistent with the provisions of Public Authorities Law Article 9, Title 4.
Accordingly, the Authority has established a Bronx Based Business Initiative. Under such initiative
the Authority had developed a list of potential trade subcontractors and material supplier located in
Bronx County to facilitate the utilization of such businesses during the performance of work under
this contract. Prime contractors and subcontractors with contracts valued at One Million Dollars
($1,000,000) or more shall provide to the Owner on a monthly basis, a report in a format acceptable
to the Owner, including the following information:
.
o Written description of contractor's efforts in the past month and subsequent
month to promote this Bronx-based Business Initiative.
o Documentation of award of subcontracts or purchase orders to Bronx Based
Businesses
o Other information as requested by the Owner to support the contractor's good
faith efforts to promote particpiation in this project by Bronx-based businesses.
F. Failure to provide the above plans and the aforementioned information may be cause for rejection of
the bid.
Section 9.0- Preparation of Bids
A. Bids must be submitted on the forms supplied by the Owner in the bidder's full legal name or the
bidder's full legal name plus a registered assumed name. Bids shall be enclosed in a sealed envelope,
addressed to the Owner and marked with the name and address of the bidder, and the name of the
Project. All blank spaces for bid prices must be filled in, using both words and figures, words to take
precedence over figures. Conditional bids shall not be accepted. Bids shall not contain any
recapitulation of the Work to be done. No oral, facsimile transmittal, or telephonic bids or
modifications of bids shall be considered.
B. Bids that are illegible or that contain omissions, alterations, additions or items not called for in the
bidding documents may be rejected as not responsive. Any bid which modifies, limits, or restricts all
or any part of such bid, other than as expressly provided for in the Contract Documents, may be
rejected as not responsive.
C. The Owner may reject any bid not prepared and submitted in accordance with the provisions of the
Contract Documents.
May '10
Page4
PRE-BID PRESENTATION
Bronx Mental Health Redevelopment Program Children’s Center Project Overview 2012
31
PRE-BID PRESENTATION
What is Building Information Modeling?
BIM is an intelligent 3D model-based process
MANAGE
BIM provides insight for
creating and managing
projects faster, more
economically, and with
less environmental
impact.
PLAN
BUILD
DESIGN
32
BIM ORIENTATION
Mechanical
33
BIM ORIENTATION
Electrical and Lighting
34
BIM ORIENTATION
Fire Protection, Fire Alarm, Security and Tele-Data
35
BIM ORIENTATION
Structural
36
BIM ORIENTATION
Integrated Revit Model
37
PRE-BID PRESENTATION
38
PRE-BID PRESENTATION
39
PRE-BID PRESENTATION
40
PRE-BID PRESENTATION
Parking
There is limited on-site parking for construction personnel. The number of available spaces for
the Central Services/Children’s Center workforce is 74 as shown on the Site Logistics Plan as
provided in the Contract Documents. The Contractor shall be responsible for arranging any
additional off-site parking. The Contractors registered Company Vehicles will be permitted
access to the site as required to perform the Work of the Contract. No Parking will be permitted
at any time in spaces designated for campus staff and employees or parking designated for
Owner and/or Owner’s Representatives. The Owners Representative shall provide parking
passes to the Contractor for the allotted number of spaces.
41
OMH/DASNY
Bronx Mental Health Redevelopment
NYC Children’s Center
Central Services Building
March 5, 2012
Issue for Bid
DASNY # 273730, CR# 28
DASNY # 283010, CR# 14
BRONX PSYCHIATRIC CENTER
Rules/Regulations for Private Contractors working on the Bronx Psychiatric Campus.
(Document has been edited for BMHR Project)
A.
Do not fraternize with clients (patients).
B.
Do not give clients money, cigarettes, matches etc.
C.
Do not provide clients with transportation at any time.
D.
If a problem is encountered with a client or staff, contact your Prime Contractor’s safety or project
manager. The Prime Contractor shall advise the Owner’s Representative of the encounter.
E.
No Alcohol beverages on campus at anytime.
F.
No firearms on campus at anytime
G.
Parking: Vehicle/Equipment is assigned areas only. (Unauthorized vehicles will be ticketed and/or
towed)
H.
Project Supervisor must report to the Work Control Center everyday to sign in with Facility Representative
and have necessary keys issued. (not applicable)
All keys will be returned to Work Control Center at the end of each work day. (not applicable)
I.
Work Control Center hours are as follows: (not applicable)
MONDAY THRU FRIDAY 7:30 AM - 4:00 PM
Work Control Center Phone Extension: 4510
J.
No work will continue beyond normal work hours without prior approval of the Plant Superintendent or his
designee. (not applicable)
K.
All project staff must enter buildings through proper entrances (Building 102 – Parker) front and rear. (not
applicable)
L.
All project staff must report to Safety Desk at Building entrance and receive a daily ID pass (to be visibly
displayed at all times.) (not applicable)
M.
All doors must be kept locked at times.
N.
Do not allow clients or unauthorized staff in work areas.
O.
All tools/equipment must be monitored and accounted for at ALL TIMES. (DO NOT leave
tools/equipment accessible to clients.)
P.
All work areas must be kept in a safe, clean, secure and unobstructed manner during and at the end of each
day.
Q.
ILSM (Interim Life Safety Measure) must be incorporated and maintained as needed throughout the
project.
R.
The Safety/Security of clients and staff must be maintained at all times.
S.
Report any problems or unusual observations to the contact your Prime Contractor’s safety or project
manager. The Prime Contractor shall advise the Owner’s Representative (718) 409-3660. Plant
Superintendent or his designee immediately. (Extension 3350/4513)
BRONX PSYCHIATRIC CENTER CONTRACTOR RULES AND REGULATIONS
Appendix H - 2
OMH/DASNY
Bronx Mental Health Redevelopment
NYC Children’s Center
Central Services Building
March 5, 2012
Issue for Bid
DASNY # 273730, CR# 28
DASNY # 283010, CR# 14
General Requirements for Construction
APPENDIX G
Supplemental Construction Safety Standards
SUPPLEMENTAL CONSTRUCTION SAFETY STANDARDS
Appendix G - 1
OMH/DASNY
Bronx Mental Health Redevelopment
NYC Children’s Center
Central Services Building
March 5, 2012
Issue for Bid
DASNY # 273730, CR# 28
DASNY # 283010, CR# 14
Owner’s Representive’s Safety Observation Reports:
A
B*
C*
D*
E*
F
G
H
Housekeeping
Fall Protection
Scaffolds Ladders
Stairway
Personal Protective
Equipment
Excavation
Hoisting/Lifting
Material Handling
Vehicles/Mobile
Equipment
Tools &
Equipment
50
250
200
100
200
150
100
100
I
J*
K*
L*
M*
N
O*
P
Fire
Prevention
Confined Space
Planning/Training
Communications
LO/TO and
Electrical
Work Practices
Chemical
Exposure
Permit/Hazard
Evaluations
Other
250
150
6.
Category
B,C
E
D
J,K,L,M, O
J
50
150
50
100
100
100
The noted value(s) will be assessed on a per SOR basis. Although the total value of an SOR
can be modified by the following multipliers noted in the table below:
Condition
if one or more persons is exposed to a fall of 15’-0 or more
if one or more persons is exposed to an improper excavation of 8’-0 or
more in depth
if five or more persons, in an area, are observed in identical PPE noncompliance
if safety documentation is identified to be fraudulent
if two or more persons are improperly exposed to a Permit Required
Confined Space
Multiplier
2X
2X
2X
4X
3X
7.
Finally, if ‘Imminent Danger’ is checked on the report the total calculated value, after the
above multipliers are applied, is doubled for the SOR.
8.
Lost time accidents that are identified to be related to the Contractor’s or employee’s noncompliance with OSHA regulations or the site specific safety plan may be assessed $500 per
lost day to a maximum of $2500 per incident/employee.
9.
This safety compliance policy does not preclude DASNY from making additional reductions in
the payment values for services deemed to be incomplete or not provided per the contract.
SUPPLEMENTAL CONSTRUCTION SAFETY STANDARDS
Appendix G - 8
PRE-BID PRESENTATION
Maintenance Agreement Summary
Total of Base Bid and Maintenance Agreement will determine lowest bid
Agreements:
• Generator
• Boilers
• Chiller/Cooling Tower
• MWBE Goals
• OMH Required Forms
Directly Contract with Office of Mental Health
Five Year Duration
• Year 0 - Year 1
• Year 1 - Year 5
45
RE: M/WBE Goals for Contract #___________________
Potential Bidder:
New Minority/Women-Owned Business Enterprises (M/WBE) Regulations were recently enacted by New York
State. Though M/WBE participation goals have existed for some time in New York State Office of Mental
Health (OMH) solicitations, the general impact of these new regulations will be to increase the percentage goals
from past levels, and require a higher level of effort to meet the stated goals in a solicitation. All OMH
contractors are encouraged to visit the Department of Economic Development’s M/WBE web site at
http://www.esd.ny.gov/MWBE.html to obtain detailed information about the new regulations.
M/WBE participation goals for this specific solicitation are: 12 % MBE and 8 % WBE.
Firms interested in supplying products/services to OMH should be aware that the MWBE participation goals are
not optional. In addition, the fact that a bidding firm is fully capable of supplying all the products/services as
described in the solicitation document does not constitute a reason for being granted a waiver from the stated
participation goals. Bidding firms must provide an MWBE Utilization Plan (Attachment L) detailing how the
stated goals are to be met. In addition, a bidding firm must provide a Request for Waiver (Attachment M)
detailing a Good Faith Effort (GFE) if unable to completely meet the participation goals specified in the
solicitation. Also, only New York State-certified M/WBE firms can be used as subcontractors to meet the stated
goal. Firms certified as M/WBEs in other states, certified as Disadvantage Business Enterprises (DBEs) in the
federal government program, or in the process of applying for M/WBE status in New York State do not qualify
as subcontractors for meeting the stated M/WBE goals.
A directory of NYS-certified M/WBE’s can be found at the following web site:
http://www.esd.ny.gov/MWBE/directorySearch.html . Bidding firms should use the directory to identify
potential M/WBE subcontractors, and then contact the potential subcontractor to determine availability and
capabilities. If bidding firms cannot arrange for M/WBE subcontractor(s) to meet the M/WBE goals completely,
then the bidding firm will need to complete the Request for Waiver form and detail the efforts and results of
contacting potential M/WBE subcontractors. Bidding firms should also be aware that purchasing supplies to be
used in the performance of the contract from an M/WBE supplier is another way to meet the M/WBE goals.
Not providing a Utilization Plan meeting the entire M/WBE goals, plus a Request for Waiver detailing a
GFE if unable to completely meet the M/WBE goals, may, at NYSOMH’s discretion, result in the bid
being found non-responsive, and disqualified from the bid process. Potential bidders should also note that
once a bid has been submitted and the bid deadline passed, State Finance Law does not allow a bidder to
change their quoted prices to adjust for pricing from potential M/WBE subcontractors. It is in the
bidder’s best interest to negotiate rates/prices with an M/WBE subcontractor before submitting a bid.
Bidders should address questions regarding the New York State M/WBE program to Empire State
Development. If you have questions regarding the specific goals in this contract, please contact the individual
named in the IFB as the Permissible Contact.
Thank you for your assistance in making NYS Office of Mental Health’s M/WBE efforts a success.
BID SUBMISSION CHECKLIST
OMH reserves the right to disqualify any bids that do not contain the mandatory items as specified for this
Solicitation and the resulting Contract. Bidders should use the following checklist when submitting bids and
include all required documents with bid proposals (mark the box to indicate inclusion of the documents):
Required document
Attachment C
Solicitation Cover Sheet
Attachment E
Non-Collusive Bidding Certification
Proof of Years in Business
Attachment F
Business References
Form ST-220-CA Contractor
Certification
Attachment G:
Vendor Responsibility
Questionnaire
Vendor Responsibility
Certification
Vendor Registration
Requirement
Attachment J1: Offerer’s
Affirmation of Understanding
Attachment J2: OMH Offerer
Disclosure of Prior
Non-Responsibility Determinations
Attachments K and K-2: EEO
Forms
Attachments L, M and A-2: M/WBE
compliance forms: Utilization Plan,
Request for Waiver if applicable, and
the MWBE/EEO Policy Statement
Attachment N:
Nondiscrimination in Employment in
Northern Ireland: MacBride Fair
Employment Principles
Workers’ Compensation and NYS
Disability Coverage required forms
Liability Insurance Coverage
Technician Qualifications
Type of Submission
Include the completed hard copy (found on Page 12 in this
document).
Provide a signed and notarized original (found on Pages 1315 of this document).
Include proof of having been in business performing the
required type of service at least 5 years.
Include three references on form provided on Page 16 of this
document.
Provide a signed and notarized original (link to form
provided in Section 2.2f)
Submit either hard copy questionnaire or be sure to update
the VendRep online questionnaire using NYS VendRep
System if applicable.
Indicate format utilized by checking appropriate box on
Page 17 of this document.
Include the completed Substitute Form W-9. Use the link
on Page 17 to access, complete, and download the required
form.
Provide the signed original (found on Page 19 in this
document).
Include the signed original (found on Page 20 in this
document).
EEO Employment Opportunity Policy
Statement/Attachment K (Page 21) and EEO Employment
Opportunity Staffing Plan/Attachment K-2 (Pages 22-23)
Submit a completed and signed Attachment L (Page 24),
Attachment M if applicable (Pages 25-26), and
Attachment A-2 MWBE/EEO Policy Statement (Pages
10-11)
Sign and include an original (found on page 27 in this
document).
See Section 3 for the acceptable forms.
If required, include verification of required coverage as
required in Appendix G of the contract.
Provide qualifications of technicians who would be assigned
to provide the services described in Appendix D of the
OMH contract.
Included with
Bid Submission
MAINTENANCE SERVICE FOR BOILERS & ANCILLARY EQUIPMENT
CONTRACT #OMH01-C000152-3650201 BID QUOTE SHEET
BRONX PSYCIITATRIC CENTER
CENTRAL SERVICES BUILDING, HORIZON HOUSE-HAYEN HOUSE,
STUDIO APARTMENTS, and TRANSITIONAL LIVING RESIDENCE
Page 1 of6
The Maintenance Contract, consisting of one (1) year of Preventive Maintenance, followed by four (4) years of Full Service Warranty
Maintenance and Time & Material Rates will be with the NYS Office of Mental Health ("OMH") and is subject to the approval of the NYS
Office of the State Comptroller. Pricing, if accepted, shall be binding for the length of the contract. The Contract will commence upon the
provision of beneficial use of the Boilers and ancillary equipment to OMH as evidenced by the issuance of a Notification of Beneficial
Occupancy, provided by the Owner.
Maintenance will be performed in accordance with Appendix D, Program Work Plan of the contract.
The FACILITY reserves the right to alter the scheduling of the services as necessary. There is no reimbursement for travel time and/or travel
expenses including mileage and fuel costs.
Subcontractors Costing: The prices/rates quoted include all direct and indirect costs of any subcontractors, including those used to meet any
stated M/WBE participation goals.
NYS Department of Labor Prevailing wage rates apply to this contract. The Prevailing Rate Case (PRC#) number is: 2012002374,
requested on March 14, 2012.
A copy of the prevailing wage schedules that apply to this Contract is available at:
http://wpp.labor.state.ny.us/wpp/publicViewProject.do?method=showit&id=727041 and is hereby incorporated by reference and made part
hereto as fully as if it were set forth at length herein.
Year 1 Preventive Maintenance: Provide Preventive Maintenance for equipment specified in the Equipment List (Exhibit B) of the Work Plan
(Appendix D) of the Contract. The tasks associated with the Preventive Maintenance portion of this Work Plan are provided in Exhibit A. The
equipment shall be warranted by the constructionlinstallatioh vendor during the first year after acceptance by OMH.
It is the intent of this Contract, during Year 1 of the contract period, to prevent expending time and associated effort and costs in proposing,
reviewing, approving, and invoicing paperwork for small cost materials and parts needed to accomplish the maintenance specified in Exhibit A,
Maintenance Tasks. Therefore, the CONTRACTOR shall provide materials and parts clearly specified in the Program Work Plan including
"soft parts", such as air/oil filters, gaskets/materials, belts, gauges, thermometers, lamps, pneumatic tubing, rubber hose, rubber/plastic parts,
clamps and fasteners, chemicals, lubricants, and cleaning agents at no additional cost to the FACILITY. In addition, all other necessary
materials/"soft parts" not specifically defined in the Program Work Plan costing up to $150 per materiall"soft part" unit that are needed to
accomplish the maintenance specified in Exhibit A, Maintenance Tasks, are the responsibility ofthe CONTRACTOR.
Years 2 through 5 Full Service Warranty Maintenance: Provide Full Service Maintenance for equipment specified in the Equipment List
(Exhibit B) of the Work Plan (Appendix D). The scope of work is detailed in Appendix D of the contract. All repairs and emergency service
are included. The only circumstance where the CONTRACTOR shall not be obligated under this agreement to repair damage at no additional
cost is where such damage was caused by fire or other act of God (except that which is caused by the CONTRACTOR) or by the willful
destruction of the equipment by the FACILITY employees, clients, or visitors. Regarding any repairs for which the CONTRACTOR is not
obligated under this section, the FACILITY will pay for any services at CONTRACTOR's standard time and material rates.
MAINTENANCE SERVICE FOR BOILERS & ANCILLARY EQUIPMENT
CONTRACT #OMH01-C000152-3650201 BID QUOTE SHEET
BRONX PSYCIDATRIC CENTER
CENTRAL SERVICES BUILDING, HORIZON HOUSE-HAVEN HOUSE,
STUDIO APARTMENTS, and TRANSITIONAL LIVING RESIDENCE
Page 2 of6
PREVENTIVE MAINTENANCE - FIRST YEAR OF SERVICE
Directions: 1) Insert the Unit Cost in the Unit Cost ($) column for each preventive maintenance service task listed; 2) Determine the Year 1 Annual Cost
which is equal to the Bid Unit X Service Frequency per Year X Unit Cost($); 3) Calculate the Sub-Total Quote Bid for Preventive Maintenance Tasks,
which is equal to the sum of the Annual Cost ($) column.
Failure to follow these directions exactly may result in your bid being disqualified. Please be advised that only actual services performed may be
invoiced at the Unit Costs quoted as per Appendix C of the contract. Bidders are bound by the Unit Costs provided and cannot be changed after
the Bid Opening.
Item
Maintenance Task
Bid
Unit
Service Freq
per Year
CSB/
BOILERS B-1 and B-2
[including fans, control
system, and fuel oil pumps]
Spring Service
2
1
Monthly PM Service
2
12
Fall Service
2
1
HHHHI
BOILERS B-1 and B-2
Spring Service
2
1
Fall Service
2
1
Annual Cost($) =
Unit Cost($)
Bid Unit X Service Frequency per
Year X Unit Cost ($)
PAGE 2 - SUB-TOTAL QUOTE FOR PREVENTIVE MAINTENANCE SERVICES $
Contractor Name:
Date:
--------------------------------
Authorized Representative (Print): ---------------------
------------------------------------------
Authorized Signature: --------------------------------
MAINTENANCE SERVICE FOR BOILERS & ANCILLARY EQUJPMENT
CONTRACT #OMH01-C000152-3650201 BID QUOTE SHEET
BRONX PSYCIUATRIC CENTER
CENTRAL SERVICES BUILDING, HORIZON HOUSE-HAVEN HOUSE,
STUDIO APARTMENTS, and TRANSITIONAL LIVING RESIDENCE
Page 3 of6
PREVENTIVE MAINTENANCE - FffiST YEAR OF SERVICE
Directions: 1) Insert the Unit Cost in the Unit Cost($) column for each preventive maintenance service task listed; 2) Determine the Year 1 Annual Cost
which is equal to the Bid Unit X Service Frequency per Year X Unit Cost ($); 3) Calculate the Sub-Total Quote Bid for Preventive Maintenance Tasks,
which is equal to the sum of the Annual Cost($) column.
Failure to follow these directions exactly may result in your bid being disqualified. Please be advised that only actual services performed may be
invoiced at the Unit Costs quoted as per Appendix C of the contract. Bidders are bound by the Unit Costs provided and cannot be changed after
the Bid Opening.
Item
Maintenance Task
Bid
Unit
Service Freq
per Year
Spring Service
2
1
Fall Service
2
1
Spring Service
2
1
Fall Service
2
1
Annual Cost($) =
Unit Cost($)
Bid Unit X Service Frequency per Year X
Unit Cost ($)
SA/
BOILERS B-1 and B-2
TLR/
BOILERS B-1 and B-2
PAGE 3- SUB-TOTAL QUOTE FOR PREVENTIVE MAINTENANCE SERVICES $
Contractor Name:
--------------------------------
Authorized Representative (Print): ---------------------
Date=--------------------~--------------------
Authorized Signature: -------------------------------
MAINTENANCE SERVICE FOR BOILERS & ANCILLARY EQUIPMENT
CONTRACT #OMH01-C000152-3650201 BID QUOTE SHEET
BRONX PSYCIDATRIC CENTER
CENTRAL SERVICES BUILDING, HORIZON HOUSE-HAVEN HOUSE,
STUDIO APARTMENTS, and TRAN~ITIONAL LIVING RESIDENCE
Page 4 of6
Directions: 1) Insert the Annual Cost for Full Service Warranty Maintenance as explained in Appendix D of the contract for Years 2 through 5 for each
item; 2) Calculate the Total Cost for each item, the sum of Years 2 through 5; 3) Calculate the Sub-Total Quote for Full Service Warranty Maintenance,
which is equal to the sum of the Total Cost column.
Year2
Quantity Annual Cost
Item
Year3
Annual Cost
Year4
Annual Cost
YearS
Annual Cost
Total Cost =
Sum ofYears 2 through 5
[$]
[$]
[$]
[$]
[$]
CSB I BOILERS B-1 & B-2
2
HHHH I BOILERS B-1 & B-2
2
SA I BOILERS B-1 & B-2
2
TLRI BOILERS B- 1 & B-2
2
PAGE 4 - SUBTOTAL QUOTE FOR FULL SERVICE WARRANTY MAINTENANCE
Contractor Name:
Date:
$
-------------------------------
Authorized Representative (Print): ---------------------
----------------------------------------
Authorized Signature: -----------------------------
MAINTENANCE SERVICE FOR BOILERS & ANCILLARY EQUIPMENT
CONTRACT #OMH01-C000152-3650201 BID QUOTE SHEET
BRONX PSYCHIATRIC CENTER
CENTRAL SERVICES BUILDING, HORIZON HOUSE-HAVEN HOUSE,
STUDIO APARTMENTS, and TRANSITIONAL LIVING RESIDENCE
Page 5 of6
TIME AND MATERIAL RATES
With respect to labor and material for repairs not covered under the full maintenance warranty service (including emergency service), provide labor rate
quote. For emergency service, the CONTRACTOR is expected to respond within two (2) hours of notification. Prior FACILITY approval is required for
all repairs. Material markup will be fixed at 10%. Shipping costs are not to be included in the material markup. There is no reimbursement for travel
time and/or travel expenses, including mileage and fuel costs.
Straight Time is defined as an eight (8) hour day Monday thru Friday. Overtime includes all other times except hours/days indicated as Straight Time, i.e.:
NY State Holidays, weekends, etc.
Directions: 1) Insert the Hourly Labor Rates in the Unit Cost ($) column for Straight Time, Overtime and Training. Do not enter any pricing for the
Material Allowance; 2) Next, determine the Annual Cost for the Contract Year, which is equal to the Estimated Service Frequency per Year x Unit Cost($);
3) Calculate the Total Amount (Years 1 through 5) for Straight Time, Overtime and Training for each Contract Year (1 through 5); 4) Calculate the Time &
Material Allowance Sub-Total which is equal to the sum of the Total Amount (Years 1-5) column (Total Material Allowance+ Total Straight Time+ Total
Overtime+ Total Training).
Failure to follow these directions exactly may result in your bid being disqualified. Please be advised that only actual services performed may be invoiced at the
Unit Costs quoted as per Appendix C of the contract. · Bidders are bound by the Unit Costs provided and cannot be changed after the Bid Opening.
c
A
Estimated
Service
Frequency
per Year
B
Year 1
Unit
Cost
($)
D
Year2
Unit
Cost
($)
E
Year2
Annual
Cost($)
= AxD
H
Year4
Unit
Cost
($)
J
K
L
Year3
Unit
Cost
($)
G
Year3
Annual
Cost($)
=AxF
I
Year 1
Annual
Cost($)
=AxB
Year4
Annual
Cost($)
=AxH
Year 5
Unit
Cost
($)
Year 5
Annual
Cost($)
= AxJ
Total Amount
(Years 1 - 5) =
C+E+G+I+K
Material
Allowance
1 Lot <1>
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$25,000.00
Mechanic
Straight Time
Mechanic
Overtime
40 Hours <1>
8 Hours
<>
Training Rate
8 Hours
<>
Item
.F
1
1
Page 5- Sub-Total Quote for Time & Material Allowances ($)
(l)
The material allowance and the number of straight time, overtime, and training hours are estimated. Payment will be made on actual number of hours performed and
materials used.
Contractor Name:
Date:
-------------------------------------
Authorized Representative (Print): - - - - - - - - - - - -
-----------------------------------------------
Authorized Signature: - - - - - - - - - - - - - - - - - -
MAINTENANCE SERVICE FOR BOILERS & ANCILLARY EQUIPMENT
CONTRACT #OMH01-C000152-3650201 BID QUOTE SHEET
BRONX PSYCIDATRIC CENTER
CENTRAL SERVICES BUILDING, HORIZON HOUSE-HAVEN HOUSE,
STUDIO APARTMENTS, and TRANSITIONAL LIVING RESIDENCE
Page 2 I Sub-Total Quote For Preventive Maintenance Services
$
Page 3 I Sub-Total Quote For Preventive Maintenance Services
$
Page 4 I Sub-Total Quote for Full Service Warranty Maintenance
$
Page 5 I Sub-Total Quote for Time & Material Allowances
$
TOTAL QUOTE FOR MAINTENANCE
$
When applicable,
• The bidder's signature below attests that they have reviewed the prevailing wage rates that apply to this solicitation.
• The bidder's signature below attests to the receipt and understanding of the questions & answers associated with this solicitation.
• The bidder's signature below attests that they will inform the OMH in writing of the name(s) of any individual(s) who will provide any service
under the resulting contract who has not been off the New York State payroll for at a minimum of two years from the start date of the resulting
contract. The bidder must notify the OMH such individual(s) prior to the start of the contract or prior to that individual(s) providing any service in
accordance with resulting contract.
• The bidder's signature below attests they have reviewed and understand the requirements stated in the OMH contract boilerplate (Appendix C)
regarding the necessity to accept Electronic Payments for all invoices if awarded this contract, and certifies that it has already applied to participate
in the State Comptroller's Electronic Payment system, or will do so within 10 days of receiving notification of contract selection.
-If award is to an individual:
0 The signature below attests that I have not been on the New York State payroll during the last two years
0
OR
The signature below attests that I have been on the New York State payroll during the last two years and the NYS Ethics Commission Approval
Letter is attached
Contractor Name:
Date:
-------------------------------------
Authorized Representative (Print): - - - - - - - - - - - -
-----------------------------------------------
Authorized Signature: ----------------------------
MAINTENANCE SERVICE FOR CHILLERS & ANCILLARY EQUIPMENT
CONTRACT #OMH01 -C000151-3650201 BID QUOTE SHEET
BRONX PSYCHIATRIC CENTER
CENTRAL SERVICES BUILDING, HORIZON HOUSE-HAYEN HOUSE,
STUDIO APARTMENTS, and TRANSITIONAL LIVING RESIDENCE
Page 1 of6
The Maintenance Contract, consisting of one (1) year of Preventive Maintenance, followed by four (4) years of Full Service Warranty Maintenance
and Time & Material Rates will be with the NYS Office of Mental Health ("OMH") and is subject to the approval of the NYS Office of the State
Comptroller. Pricing, if accepted, shall be binding for the length of the contract. The Contract will commence upon the provision of beneficial use of
the Chillers and ancillary equipment to OMH as evidenced by the issuance of a Notification of Beneficial Occupancy, provided by the Owner.
. Maintenance will be performed in accordance with Appendix D, Program Work Plan of the contract. The FACILITY reserves the right to alter the
scheduling of the services as necessary. There is no reimbursement for travel time and/or travel expenses including mileage and fuel costs.
NYS Department of Labor Prevailing wage rates apply to this ~ontract. The Prevailing Rate Case (PRC#) number is: 2012002376,
requested on March 14, 2012.
A copy of the prevailing wage schedules that apply to this Contract is available at:
http://wpp.labor.state.ny.us/wpp/publicViewProject.do?method=showlt&id=727059 and is hereby incorporated by reference and made part
hereto as fully as if it were set forth at length herein.
Subcontractors Costing: The prices/rates quoted include all direct and indirect costs of any subcontractors, including those used to meet any
stated M/WBE participation goals.
Year 1 Preventive Maintenance: Provide Preventive Maintenance for equipment specified in the Equipment List (Exhibit B) of the Work Plan
(Appendix D) of the Contract. The tasks associated with the Preventive Maintenance portion of this Work Plan are provided in Exhibit A. The
equipment shall be warranted by the construction/installation vendor during the first year after acceptance by OMH.
It is the intent of this Contract, during Year 1 of the contract period, to prevent expending time and associated effort and costs in proposing,
reviewing, approving, and invoicing paperwork for small cost materials and parts needed to accomplish the maintenance specified in Exhibit A,
Maintenance Tasks. Therefore, the CONTRACTOR shall provide materials and parts clearly specified in the Program Work Plan including
"soft parts", such as air/oil filters, gaskets/materials, belts, gauges, thermometers, lamps, pneumatic tubing, rubber hose, rubber/plastic parts,
clamps and fasteners, chemicals, lubricants, and cleaning agents at no additional cost to the FACILITY. In addition, all other necessary
materials/"soft parts" not specifically defined in the Program Work Plan costing up to $150 per materiaV"soft part" unit that are needed to
accomplish the maintenance specified in Exhibit A, Maintenance Tasks, are the responsibility of the CONTRACTOR.
Years 2 through 5 Full Service Warranty Maintenance: Provide Full Service Maintenance for equipment specified in the Equipment List
(Exhibit B) of the Work Plan (Appendix D). The scope ofwork is detailed in Appendix D ofthe contract. All repairs and emergency service
are included. The only circumstance where the CONTRACTOR shall not be obligated under this agreement to repair damage at no additional
cost is where such damage was caused by fire or other act of God (except that which is caused by the CONTRACTOR) or by the willful
destruction of the equipment by the FACILITY employees, clients, or visitors. Regarding any repairs for which the CONTRACTOR is not
obligated under this section, the FACILITY will pay for any services at CONTRACTOR's standard time and material rates.
MAINTENANCE SERVICE FOR GENERATORS & ANCILLARY EQUIPMENT
CONTRACT #OMH01-C000153-3650201 BID QUOTE SHEET
BRONX PSYCHIATRIC CENTER
CENTRAL SERVICES BUILDING, HORIZON HOUSE-HAYEN HOUSE,
STUDIO APARTMENTS, TRANSITIONAL LIVING RESIDENCE and PUMP STATION
Page 1 of7
The Maintenance Contract, consisting of one (1) year of Preventive Maintenance, followed by four (4) years of Full Service Warranty Maintenance
and Time & Material Rates will be with the NYS Office of Mental Health ("OMH") and is subject to the approval of the NYS Office of the State
Comptroller. Pricing, if accepted, shall be binding for the length of the contract. The Contract will commence upon the provision of beneficial use
of the Generators and ancillary equipment to OMH as evidenced by the issuance of a Notification of Beneficial Occupancy, provided by the
Owner. Maintenance will be performed in accordance with Appendix D, Program Work Plan of the contract. The FACILITY reserves the right
to alter the scheduling of the services as necessary. There is no reimbursement for travel time and/or travel expenses including mileage and fuel
costs.
NYS Department of Labor Prevailing wage rates apply to this contract. The Prevailing Rate Case (PRC#) number is: 2012002372, requested
on March 14, 2012.
A copy of the prevailing wage schedules that apply to this Contract is available at:
http://wpp.labor.state.ny.us/wpp/publicViewProject.do?method=showlt&id=727039 and is hereby incorporated by reference and made part hereto
as fully as if it were set forth at length herein.
Subcontractors Costing: The prices/rates quoted include all direct and indirect costs of any subcontractors, including those used to meet any stated
MIWBE participation goals.
Year 1 Preventive Maintenance: Provide Preventive Maintenance for equipment specified in the Equipment List (Exhibit B) of the Work Plan
(Appendix D) of the Contract. The tasks associated with the Preventive Maintenance portion of this Work Plan are provided in Exhibit A. The
equipment shall be warranted by the construction/installation vendor during the first year after acceptance by OMH.
It is the intent of this Contract, during Year 1 of the contract period, to prevent expending time and associated effort and costs in proposing,
reviewing, approving, and invoicing paperwork for small cost materials, and parts needed to accomplish the maintenance specified in Exhibit A,
Maintenance Tasks. Therefore, the CONTRACTOR shall provide matetials and parts clearly specified in the Program Work Plan including "soft
parts", such as air/oil filters, gaskets/materials, belts, gauges, thermometers, lamps, pneumatic tubing, rubber hose, rubber/plastic parts, clamps and
fasteners, chemicals, lubricants, and cleaning agents at no additional cost to the FACILITY. In addition, all other necessary materials/"soft parts"
not specifically defined in the Program Work Plan costing up to $150 per material/"soft part" unit that are needed to accomplish the maintenance
specified in Exhibit A, Maintenance Tasks, are the responsibility of the CONTRACTOR.
Years 2 through 5 Full Service Warranty Maintenance: Provide Full Service Maintenance for equipment specified in the Equipment List (Exhibit
B) of the Work Plan (Appendix D). The scope of work is detailed in Appendix D of the contract. All repairs and emergency service are included.
The only circumstance where the CONTRACTOR shall not be obligated under this agreement to repair damage at no additional cost is where such
damage was caused by fire or other act of God (except that which is caused by the CONTRACTOR) or by the willful destruction ofthe equipment
by the FACILITY employees, clients, or visitors. Regarding any repairs for which the CONTRACTOR is not obligated under this section, the
FACILITY will pay for any services at CONTRACTOR's standard time and material rates.
May 22, 2012
FORM OF BID
NYS Office of Mental Health (OMH) Maintenance Agreement Worksheet
Bronx Mental Health Redevelopment Project
Construct NYC Children’s Center – Bronx Campus & Bronx MHR Central Services Buildings
DA #2737309999 CR# 28
Construct NYC Children’s Center – Bronx Campus & Bronx MHR Central Services Buildings
& OMH Maintenance Agreement for Boilers, Chillers, Generators and Ancillary Equipment
In addition to submitting a bid for Constructing NYC Children’s Center – Bronx Campus & Bronx
MHR Central Services Buildings as described herein (Bid Item #1); each Bidder for the contract
must also submit separate bids for the OMH Maintenance Agreements for Boilers and Ancillary
Equipment (Bid Item #2); Chillers and Ancillary Equipment (Bid Item #3); and Generators and
Ancillary Equipment (Bid Item #4), all as described herein.
A “Form of Bid – Worksheet” has been developed to allow prospective bidders to submit bids for
Bid Item #1, Bid Item #2, Bid Item #3, Bid Item #4 and for the Total Bid. The Contract will be
awarded based on the lowest Total Bid, while providing due consideration to factors described in
Executive Order 170.1 – Guidelines for to Responsibility Determinations.
Enter the cost for each respective Bid Item and the Total Bid in the space provided on this “Form of
Bid - Worksheet form and transfer the Total Bid amount to the space provided on page 1 of the
Form of Bid. Failure to do so may result in rejection of the bid.
NOTE: The work of Bid Item #1 will be held by the Dormitory Authority – State of New York and
the OMH Maintenance Agreements for Boilers and Ancillary Equipment, Chillers and Ancillary
Equipment; and Generators and Ancillary Equipment (Bid Items #2, #3 and #4) will be a separate
Contract entered into directly with the NYS Office of Mental Health (“OMH”) by the accepted
Bidder that completes and signs the OMH Form of Bid. The OMH Maintenance Agreement contracts
are subject to approval by the NYS Office of the State Comptroller.
The OMH Maintenance Agreements contract documents and scope of work for the Boilers and
Ancillary Equipment, Chillers and Ancillary Equipment; and Generators and Ancillary Equipment
agreements are located in Volume 5 of the Project Manual. The OMH Maintenance Agreement
Service Provider should be aware that their submitted price for Bid Items #2, #3 and #4 shall be
binding for the length of the OMH Maintenance Agreement Contract and the successive maintenance
service agreement with the NYS Office of Mental Health (OMH).
In addition to completing the blanks below for each respective Bid Item and transferring the totals to
page one (1) of the Form of Bid, each Bidder must also complete the Bid Item breakdown sheets
immediately following the Form of Bid - Worksheet and submit these forms with the bid. Failure to
submit such Bid Item breakdown sheets may result in rejection of the bid.
Form of Bid Page 2A
May 22, 2012
FORM OF BID
NYS Office of Mental Health (OMH) Maintenance Agreement Worksheet
Bronx Mental Health Redevelopment Project
Construct NYC Children’s Center – Bronx Campus & Bronx MHR Central Services Buildings
DA #2737309999 CR# 28
Bid Item #1 – Construct NYC Children’s Center – Bronx Campus & Bronx MHR Central Services
Buildings as described in these Contract Documents.
Dollars $
Bid Item #2 – Total Quote for Maintenance of Boilers and Ancillary Equipment (from Page 6 of 6)
Dollars $
Bid Item #3 – Total Quote for Maintenance of Chillers and Ancillary Equipment (from Page 6 of 6)
Dollars $
Bid Item #4 – Total Quote for Maintenance of Generators and Ancillary Equipment (from Page 7 of 7)
Dollars $
Sum of Bid Items #1, #2, #3 and #4 – Total Bid Amount
Dollars $
(Note: Transfer the “Total Bid Amount” to the space provided on Page 1 of the Form of Bid.
Form of Bid Page 2B
PRE-BID PRESENTATION
58
BIM ORIENTATION
Question & Answer
Contact for Drawings:
Monica Gonzalez
Jacobs Project Management Co.
718.409.3600
monica.gonzalez@jacobs.com
Requires:
Company Name, Contact, Trade,
Phone, Fax, Email, Federal Tax ID#
Note: No deposit required for documents
59
PRE-BID PRESENTATION
BIM Presentation
3:00 p.m.
60
Download