construction manager skirball mer restoration pim # … · 2020. 9. 25. · the project entails...
TRANSCRIPT
March 27 2015
CONSTRUCTION MANAGER Skirball MER Restoration
PIM 11698
REQUEST FOR PROPOSALS
Introduction
NYU Langone Medical Center (NYULMC) seeks a qualified HVACMechanical firm to provide Construction Management (CM) services using a modified CM form of contract for Skirball MER Restoration (the ldquoProjectrdquo) CM services are required to assure that this Project is performed without disruption to active hospital and research operations in the building
It is our intention to award a contract for ldquoPart A - Pre-Construction Servicesrdquo for the Design and Pre-Construction as well as for ldquoPart B ndash Services During Constructionrdquo in accordance with the form of Construction Management Agreement(designated Attachment A) that will be provided as an addendum during the RFP process
I Project Description The Project entails replacing four large air handling units and all associate piping plumbing controls and electrical systems located in the cellar level mechanical room in the Skirball Institute located at 540 1st Avenue New York New York 10016 As a result of Superstorm Sandy these air handlers as well as several pumps electrical panels and compressors located below the flood plane were severely damaged This equipment has been temporarily recommissioned and now must be permanently replaced
The work entails
bull Replacing AHU-4 and AHU-5 (32000 CFM each) which feed the ground floor vivarium The existing humidifiers will be replaced with Clean Steam Generators
bull Replacing AHU-6 (43000 CFM) which feeds the Main Lobby bull Replacing AHU-7 (20000 CFM) which feeds the ground floor back of house spaces bull Replacing any electrical and control panels associated with the air handlers being
replaced as well as any electrical equipment that was submerged bull Replacing all pumps including condensate domestic water and sewage bull Replacing the vivarium reheat hot water pumps bull Replacing the lobby radiation hot water pumps bull Replacing lab vacuum system bull Furnish and install an additional control air compressor to be tied into the existing two
compressors to create a redundant system bull Provide temporary electrical mechanical and plumbing services as needed during
construction in order to ensure research and hospital activities can continue bull Complete any associated architectural work as described in the Architectural Narrative
in Attachment B Please refer to drawings in Attachment B for Preliminary Drawings Specifications and Narratives
The work is being performed in an active building and must not interfere with hospital or research operations All NYULMC policies must be followed All work schedules will be as directed by the Project Manager
II Construction Management Scope of Services
Scope of Services
The Construction Manager is to provide technical consultation and budgeting during the design stage of the Project and to provide the organization and direction of construction activities during the construction phase The Construction Manager operating as a member of the Owner ndash Architect ndash Construction Manager team will be responsible for cost estimates and cost control review of design for value engineering recommendations life cycle analyses consultation on construction techniques market conditions and material availability construction coordination and scheduling and direction of all construction activities The Construction Manager will also be responsible for developing a phasing and temporary services plan in order to ensure no interruption in research and hospital activities The Construction Management services shall include but not be limited to the following
A PART A ndash Pre-Construction Services Scope of Work
The Contractor shall perform the following pre-construction services
1) Prepare detailed cost estimates covering all anticipated costs of the Work and
provide on-going estimating services as the Project design is further developed
2) Provide Value Engineering analysis and consultation ndash Provide cost estimates for alternatives for all systems equipment and construction methods and material Provide life cycle cost analyses
3) Consult and meet with the Owner and Architect and their engineers and consultants and make recommendations with respect to selection of materials availability and cost of materials equipment and labor selection of building systems and equipment value engineering costs of alternative designs or materials and construction feasibility and alternative methods of construction necessary temporary and support facilities and utilities
4) Review the design documents as they are further developed and provide on-going critique of the design documents for completeness coordination and constructability
5) Arrange for additional site investigation as required
6) Prepare site logisticsmobilization and safety plans
7) Continue reviewing all existing conditions and operations and make additional recommendations regarding maintenance of operations phasing minimization of noise and vibration control of dust and management of other potential sources of disruption to the Ownerrsquos operations
8) In coordination with NYULMC and their representatives develop Construction Schedule and continually update and expand the Construction Schedule to incorporate additional information and details as they become available
9) Develop a procurement strategy for dealing with the effects of phased work and space constraints on site Procurement Strategy should also address site logistics and ongoing research and hospital operations
10) Provide advice and assistance regarding approvals and permits
11) Advise the Owner as to affirmative steps taken to provide Equal Employment Opportunities
12) Advise the Owner as to insurance requirements
13) Make recommendations regarding possible modification of the standard Subcontract forms
14) Prepare standard documentation and reporting forms to be used on the Project such as monthly status reports (including schedule updates) submittal logs anticipated cost reports requests for information (ldquoRFIrsquosrdquo) RFI logs and submittal and RFI tracking reports
15) Make recommendations regarding (i) the division of the Work in the drawings and specifications to facilitate bidding and award of Subcontracts (ii) the bid documents required for each Subcontract including without limitation the scope of Work and (iii) bidding and award of Subcontracts for possible initial or long-lead equipment or Work and for all other Work
16) Conduct competitive bidding for the Work (note that all sub-contractor bids are sealed and received at NYULMC and opened together by CM and NYULMC) Proposers may propose trade subcontractors from the approved list or subcontractors not on the approved list However all subcontractors that are not on the approved subcontractor list must be deemed qualified by NYULMC through a qualification process The Proposer must provide the proposed subcontractorrsquos RED+F Responsibility Qualification Questionnaire with the Proposal This questionnaire form is attached to this RFP NYULMC will review the subcontractorrsquos qualifications which may include a further background check to determine if the subcontractor is acceptable
17) Prepare a Guaranteed Maximum PriceSchedule Submission
18) Provide such other pre-construction services relating to the Project as the Owner
reasonably requests
B PART B ndash Construction Phase Please refer to the Construction Management Agreement for specific responsibilities
III Contract Requirements
A Selection of a CM shall be based on the evaluation criteria set forth below including fee proposal described herein and acceptance of contract language for construction services The successful proposer will enter into the the form of Construction Management Agreement (Attachment A) and shall agree to execute a GMPSchedule Amendment upon agreement regarding GMP and schedule As such any and all exceptions to contract provisions shall be included in response to this RFP and shall be an important criterion of the selection process Signed contracts shall be required prior to selection of a Construction Manager
B The Owner intends to enter into Part A of the form of Construction Management
Agreement with the firm submitting the proposal which in the judgment of the Owner price and other factors considered is most advantageous to the Owner Part A services will include services related to design consultation budgeting and preparation of the GMP until such time as the Owner formally accepts the Guaranteed Maximum Price offered by the Construction Management firm The award of Part A obligates the Construction Manager to proceed with Part B (Construction) upon authorization by the Owner and to execute a GMPSchedule Amendment
C Reimbursable costs and exclusions shall be as defined in the attached Construction
Management Agreement
IV Proposal Requirements
Technical Proposals are limited to 40 single-sided or twenty double-sided pages
A Please address the following in your proposal
1) Describe your view of the CMs role in the overall management of the project 2) Describe how you would organize and run the project 3) Demonstrate your commitment to staff your project team and how they will
contribute to the overall success of this project 4) Describe how you would manage costs in this market environment with a project
with so many moving parts particularly in an active hospital and research environment
5) Describe how you would phase the project keeping in mind the need for temporary services and space constraints for delivering and storing material
6) Prepare a draft high-level preliminary project schedule to serve as the basis of your approach to work and fee proposal
B Complete and notarize the RED+F Qualification Questionnaire
C Provide a copy of your QAQC manual
D CompensationFee Proposal In addition to payments on account of the Costs of the Trade Work (as such terms are
defined in the Construction Management Agreement Proposer shall present one lump sum fee for services rendered as part of both Part A (Pre-Construction) and Part B (Construction)
The lump sum fee proposal shall include all of the following to be the basis of the ldquoFeerdquo
bull Pre-construction Services bull Construction Services including the following
o Purchasing o Project Management o Accounting personnel o Full-time site supervision o All main office expenses o Local travel and parking expenses o Computer cell phone and internet expenses o Software expenses o All overhead o Profit
In addition to the lump sum Fee presented above proposer should present Unit Prices for the following
bull ldquoExtra Work Feerdquo as a percentage of extra work
bull Insurance as a percentage of GMP
Note that the proposal should reflect the following assumptions
bull ldquoDead Bandrdquo is 5 of GMP bull Final fee shall reflect the net change to the GMP after accounting for the
ldquoDead Bandrdquo
E Indicate acceptance of form of Construction Management Agreement (Attachment A) or provide specific proposed modifications (provide an electronic red-lined document)
If the Proposer does not take any exceptions to the terms and conditions the Proposer
must submit a letter statement indicating that the Proposer takes no exceptions to any terms and conditions of this Contract or Agreement However if the Proposer takes exceptions to any of the terms and conditions Proposer must submit a red-lined document both hard copy and on CD which delineates the exceptions and proposes alternate language In general these terms and conditions are standard and as a rule will not be changed or waived
F There will be a mandatory walk-through and pre-proposal conference on Thursday April
2 2015 from 1200 to 100 PM Proposers should meet by the Security Desk in the Skirball Institute Lobby located at 550 1st Avenue Please limit the number of attendees to no more than 3 people Proposers must email their intent to participate in the pre- proposal conference including names of attendees no later than noon Tuesday March 31 2015 to Darryl Halickman at the email addresses in paragraph G below Attachment B Preliminary Drawings Specifications and Narratives can be obtained by sending an email to skirballdrawingsmacropmcom
G For purposes of this proposal all questions regarding this RFP should be transmitted via
email to Darryl Halickman at dhalickmanmacropmcom 1) Inquiries and questions will be accepted through 3 PM on Wednesday April 8 2015 2) NYULMC will issue responses to inquiries and any other corrections amendments
and the like which it deems necessary in written addenda which will be emailed to all Proposers
3) Proposers must acknowledge all addenda in their proposals 4) Proposers should not rely on any representations statements or clarifications not
made either in this RFP or a formal addendum
H RFP responses are due no later than 200 PM on Monday April 20 2015
I Please submit five (5) bound copies and one digital copy (CD or Thumb Drive are acceptable) in a sealed envelope with the words ldquoProposal for Skirball MER Restoration Projectrdquo clearly marked on the outside of the envelope Proposals should be directed as follows
Darryl Halickman RED+F Project Manager NYU Langone Medical Center 339 East 28 Street New York NY 10016
J Oral Presentations portraying an understanding of the assignment and the unique
challenges that NYULMC faces will be held at the discretion of NYULMC and if required Proposers will be notified a week in advance of their presentation
K NYULMC is anticipating that an award will be made in May 2015
V Evaluation Criteria - listed in descending order of importance
A Proposerrsquos understanding of the project and strategy for its successful execution B Qualification of Proposerrsquos personnel C Quality of QA and QC plan D Acceptance of the contract terms and conditions or willingness to negotiate same in a
timeframe consistent with NYULMCrsquos needs E Proposed pricing for the work
VI Minority and Women-owed Business Enterprises Although there are no Minority or Women-owned business enterprise goals for this project Proposers are strongly encouraged to take all necessary affirmative steps to assure that minority firms womenrsquos business enterprises and labor surplus area firms are utilized for the work when possible
Affirmative steps shall include 1) Placing qualified small and minority businesses and womenrsquos business enterprises
on solicitation lists 2) Assuring that small and minority businesses and womenrsquos business enterprises are
solicited whenever they are potential sources 3) Dividing total requirements when economically feasible into smaller tasks or
quantities to permit maximum participation by small and minority business and womenrsquos business enterprises
4) Establishing delivery schedules where the requirement permits which encourage participation by small and minority business and womenrsquos business enterprises and
5) Using the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce
VIII Eligibility for Award
In order to be eligible for an award of Contract and notwithstanding its relative qualifications for purposes of the evaluation criteria and in other respects a proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party ie that it has the integrity skill and experience to faithfully perform and complete the Contract and the necessary facilities and financial resources to do the Work in accordance with the Contract Documents and be otherwise qualified and eligible to receive an award under applicable laws and regulations
In making the determination as to which proposal offers the greatest value to NYULMC NYULMC will include in its evaluation the total cost to NYULMC Accordingly NYULMC may not necessarily make an award to the proposer with the highest technical ranking Further NYULMC reserves the right not to make an award to the lowest priced proposer in the event that NYULMC determines that the lowest price proposal does not offer the greatest value to NYULMC Although the price is not expected to be the controlling factor in the selection of a Contractor for this solicitation NYULMC wishes to ensure that it is paying the least amount possible for the Work that meets NYULMCs needs The degree of importance of price as a factor shall increase to the extent that competing proposals are otherwise determined to be substantially equal
In addition to the evaluation criteria listed above only a responsible proposer will receive an award To be considered responsible the proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party this determination encompasses consideration of the proposers integrity skill experience necessary facilities and financial and other resources to do the work in accordance with the Contract Terms and Conditions
IX Negotiation NYULMC reserves the right to (i) reject all proposals submitted (ii) accept any proposal or alternate as submitted without negotiations (iii) require revisions to corrections of other changes to any proposal submitted as a condition to its being given any further consideration (iv) select for negotiations only the overall best proposal or alternate submitted as determined by NYULMC negotiate with those proposers whose acceptable proposals or alternates fall within the competitive range (v) negotiate with one or more proposers in any manner it deems fit In the event NYULMC chooses to negotiate with more than one proposer it may following the conclusion of all negotiations issue a revised RFP or portion thereof containing among other things any matter offer condition of enhancement elicited from or proposed or suggested by any proposer during the course of such negotiations and solicit Best and Final offers from such proposers or solicit Best and Final offers utilizing another appropriate procedure (vi) after receipt of Best and Final Offers if in the interest of NYULMC to do so to thereafter reopen negotiations (vii) accept improvements to enhancements of or other revisions to any proposal or alternate proposal at any time if it deems such to be in its best interest No proposer shall have any rights against NYULMC arising at any stage of the
solicitation from any negotiations that take place or from the fact that NYULMC does not select a proposer for negotiations
X This Request for Proposal (RFP) is not an offer by NYULMC but an invitation for vendor response No NYULMC contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is executed by duly authorized officers of NYULMC and the vendor Each party shall be entirely responsible for its own costs and expenses incurred while participating in the RFP preparation and negotiation processes
This RFP is proprietary and shall not be distributed or used for any purpose other than preparation of a proposal for submission to NYULMC Disclosure of any part of the information contained herein to parties not directly involved in providing the services requested could result in the disqualification of or legal action against the vendor All proposals and any work completed under contract on acceptance of a proposal become the property of NYULMC
XI FEMA Clauses
As certain funding for the project may be provided by or through the Federal Emergency Management Agency (FEMA) the Construction Management Agreement contains clauses specific to FEMA
XII List of Attachment
1) Attachment A Construction Management Agreement 2) Attachment B Preliminary Drawings Specifications and Narrative 3) Attachment C Milestone Schedule 4) Attachment D RED+F Qualification Questionnaire 5) Attachment E NYULMC Approved Sub-Contractor List 6) Attachment F General Conditions Workbook
Attachment A - Construction Management Agreement
(The Construction Management Agreement will be issued by addendum shortly)
Attachment B Preliminary Drawings Specifications and Narrative
Please request drawings by email to skirballdrawingsmacropmcom
Attachment C Milestone Schedule
327ndash Launch RFP
42 ndash Pre ndash Proposal Site Walkthrough
48 ndash RFI Deadline
420 ndash Bids Due
421 through early May ndash Bid review level and preparation of award memo
Mid- May ndash Award contract
Mid- June ndash Architect and Engineer to issue full construction and permit drawings
Construction schedule to be provided by CM
Attachment D RED+F Questionnaire
Attachment E NYULMC Approved Subcontractor List
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
Introduction
NYU Langone Medical Center (NYULMC) seeks a qualified HVACMechanical firm to provide Construction Management (CM) services using a modified CM form of contract for Skirball MER Restoration (the ldquoProjectrdquo) CM services are required to assure that this Project is performed without disruption to active hospital and research operations in the building
It is our intention to award a contract for ldquoPart A - Pre-Construction Servicesrdquo for the Design and Pre-Construction as well as for ldquoPart B ndash Services During Constructionrdquo in accordance with the form of Construction Management Agreement(designated Attachment A) that will be provided as an addendum during the RFP process
I Project Description The Project entails replacing four large air handling units and all associate piping plumbing controls and electrical systems located in the cellar level mechanical room in the Skirball Institute located at 540 1st Avenue New York New York 10016 As a result of Superstorm Sandy these air handlers as well as several pumps electrical panels and compressors located below the flood plane were severely damaged This equipment has been temporarily recommissioned and now must be permanently replaced
The work entails
bull Replacing AHU-4 and AHU-5 (32000 CFM each) which feed the ground floor vivarium The existing humidifiers will be replaced with Clean Steam Generators
bull Replacing AHU-6 (43000 CFM) which feeds the Main Lobby bull Replacing AHU-7 (20000 CFM) which feeds the ground floor back of house spaces bull Replacing any electrical and control panels associated with the air handlers being
replaced as well as any electrical equipment that was submerged bull Replacing all pumps including condensate domestic water and sewage bull Replacing the vivarium reheat hot water pumps bull Replacing the lobby radiation hot water pumps bull Replacing lab vacuum system bull Furnish and install an additional control air compressor to be tied into the existing two
compressors to create a redundant system bull Provide temporary electrical mechanical and plumbing services as needed during
construction in order to ensure research and hospital activities can continue bull Complete any associated architectural work as described in the Architectural Narrative
in Attachment B Please refer to drawings in Attachment B for Preliminary Drawings Specifications and Narratives
The work is being performed in an active building and must not interfere with hospital or research operations All NYULMC policies must be followed All work schedules will be as directed by the Project Manager
II Construction Management Scope of Services
Scope of Services
The Construction Manager is to provide technical consultation and budgeting during the design stage of the Project and to provide the organization and direction of construction activities during the construction phase The Construction Manager operating as a member of the Owner ndash Architect ndash Construction Manager team will be responsible for cost estimates and cost control review of design for value engineering recommendations life cycle analyses consultation on construction techniques market conditions and material availability construction coordination and scheduling and direction of all construction activities The Construction Manager will also be responsible for developing a phasing and temporary services plan in order to ensure no interruption in research and hospital activities The Construction Management services shall include but not be limited to the following
A PART A ndash Pre-Construction Services Scope of Work
The Contractor shall perform the following pre-construction services
1) Prepare detailed cost estimates covering all anticipated costs of the Work and
provide on-going estimating services as the Project design is further developed
2) Provide Value Engineering analysis and consultation ndash Provide cost estimates for alternatives for all systems equipment and construction methods and material Provide life cycle cost analyses
3) Consult and meet with the Owner and Architect and their engineers and consultants and make recommendations with respect to selection of materials availability and cost of materials equipment and labor selection of building systems and equipment value engineering costs of alternative designs or materials and construction feasibility and alternative methods of construction necessary temporary and support facilities and utilities
4) Review the design documents as they are further developed and provide on-going critique of the design documents for completeness coordination and constructability
5) Arrange for additional site investigation as required
6) Prepare site logisticsmobilization and safety plans
7) Continue reviewing all existing conditions and operations and make additional recommendations regarding maintenance of operations phasing minimization of noise and vibration control of dust and management of other potential sources of disruption to the Ownerrsquos operations
8) In coordination with NYULMC and their representatives develop Construction Schedule and continually update and expand the Construction Schedule to incorporate additional information and details as they become available
9) Develop a procurement strategy for dealing with the effects of phased work and space constraints on site Procurement Strategy should also address site logistics and ongoing research and hospital operations
10) Provide advice and assistance regarding approvals and permits
11) Advise the Owner as to affirmative steps taken to provide Equal Employment Opportunities
12) Advise the Owner as to insurance requirements
13) Make recommendations regarding possible modification of the standard Subcontract forms
14) Prepare standard documentation and reporting forms to be used on the Project such as monthly status reports (including schedule updates) submittal logs anticipated cost reports requests for information (ldquoRFIrsquosrdquo) RFI logs and submittal and RFI tracking reports
15) Make recommendations regarding (i) the division of the Work in the drawings and specifications to facilitate bidding and award of Subcontracts (ii) the bid documents required for each Subcontract including without limitation the scope of Work and (iii) bidding and award of Subcontracts for possible initial or long-lead equipment or Work and for all other Work
16) Conduct competitive bidding for the Work (note that all sub-contractor bids are sealed and received at NYULMC and opened together by CM and NYULMC) Proposers may propose trade subcontractors from the approved list or subcontractors not on the approved list However all subcontractors that are not on the approved subcontractor list must be deemed qualified by NYULMC through a qualification process The Proposer must provide the proposed subcontractorrsquos RED+F Responsibility Qualification Questionnaire with the Proposal This questionnaire form is attached to this RFP NYULMC will review the subcontractorrsquos qualifications which may include a further background check to determine if the subcontractor is acceptable
17) Prepare a Guaranteed Maximum PriceSchedule Submission
18) Provide such other pre-construction services relating to the Project as the Owner
reasonably requests
B PART B ndash Construction Phase Please refer to the Construction Management Agreement for specific responsibilities
III Contract Requirements
A Selection of a CM shall be based on the evaluation criteria set forth below including fee proposal described herein and acceptance of contract language for construction services The successful proposer will enter into the the form of Construction Management Agreement (Attachment A) and shall agree to execute a GMPSchedule Amendment upon agreement regarding GMP and schedule As such any and all exceptions to contract provisions shall be included in response to this RFP and shall be an important criterion of the selection process Signed contracts shall be required prior to selection of a Construction Manager
B The Owner intends to enter into Part A of the form of Construction Management
Agreement with the firm submitting the proposal which in the judgment of the Owner price and other factors considered is most advantageous to the Owner Part A services will include services related to design consultation budgeting and preparation of the GMP until such time as the Owner formally accepts the Guaranteed Maximum Price offered by the Construction Management firm The award of Part A obligates the Construction Manager to proceed with Part B (Construction) upon authorization by the Owner and to execute a GMPSchedule Amendment
C Reimbursable costs and exclusions shall be as defined in the attached Construction
Management Agreement
IV Proposal Requirements
Technical Proposals are limited to 40 single-sided or twenty double-sided pages
A Please address the following in your proposal
1) Describe your view of the CMs role in the overall management of the project 2) Describe how you would organize and run the project 3) Demonstrate your commitment to staff your project team and how they will
contribute to the overall success of this project 4) Describe how you would manage costs in this market environment with a project
with so many moving parts particularly in an active hospital and research environment
5) Describe how you would phase the project keeping in mind the need for temporary services and space constraints for delivering and storing material
6) Prepare a draft high-level preliminary project schedule to serve as the basis of your approach to work and fee proposal
B Complete and notarize the RED+F Qualification Questionnaire
C Provide a copy of your QAQC manual
D CompensationFee Proposal In addition to payments on account of the Costs of the Trade Work (as such terms are
defined in the Construction Management Agreement Proposer shall present one lump sum fee for services rendered as part of both Part A (Pre-Construction) and Part B (Construction)
The lump sum fee proposal shall include all of the following to be the basis of the ldquoFeerdquo
bull Pre-construction Services bull Construction Services including the following
o Purchasing o Project Management o Accounting personnel o Full-time site supervision o All main office expenses o Local travel and parking expenses o Computer cell phone and internet expenses o Software expenses o All overhead o Profit
In addition to the lump sum Fee presented above proposer should present Unit Prices for the following
bull ldquoExtra Work Feerdquo as a percentage of extra work
bull Insurance as a percentage of GMP
Note that the proposal should reflect the following assumptions
bull ldquoDead Bandrdquo is 5 of GMP bull Final fee shall reflect the net change to the GMP after accounting for the
ldquoDead Bandrdquo
E Indicate acceptance of form of Construction Management Agreement (Attachment A) or provide specific proposed modifications (provide an electronic red-lined document)
If the Proposer does not take any exceptions to the terms and conditions the Proposer
must submit a letter statement indicating that the Proposer takes no exceptions to any terms and conditions of this Contract or Agreement However if the Proposer takes exceptions to any of the terms and conditions Proposer must submit a red-lined document both hard copy and on CD which delineates the exceptions and proposes alternate language In general these terms and conditions are standard and as a rule will not be changed or waived
F There will be a mandatory walk-through and pre-proposal conference on Thursday April
2 2015 from 1200 to 100 PM Proposers should meet by the Security Desk in the Skirball Institute Lobby located at 550 1st Avenue Please limit the number of attendees to no more than 3 people Proposers must email their intent to participate in the pre- proposal conference including names of attendees no later than noon Tuesday March 31 2015 to Darryl Halickman at the email addresses in paragraph G below Attachment B Preliminary Drawings Specifications and Narratives can be obtained by sending an email to skirballdrawingsmacropmcom
G For purposes of this proposal all questions regarding this RFP should be transmitted via
email to Darryl Halickman at dhalickmanmacropmcom 1) Inquiries and questions will be accepted through 3 PM on Wednesday April 8 2015 2) NYULMC will issue responses to inquiries and any other corrections amendments
and the like which it deems necessary in written addenda which will be emailed to all Proposers
3) Proposers must acknowledge all addenda in their proposals 4) Proposers should not rely on any representations statements or clarifications not
made either in this RFP or a formal addendum
H RFP responses are due no later than 200 PM on Monday April 20 2015
I Please submit five (5) bound copies and one digital copy (CD or Thumb Drive are acceptable) in a sealed envelope with the words ldquoProposal for Skirball MER Restoration Projectrdquo clearly marked on the outside of the envelope Proposals should be directed as follows
Darryl Halickman RED+F Project Manager NYU Langone Medical Center 339 East 28 Street New York NY 10016
J Oral Presentations portraying an understanding of the assignment and the unique
challenges that NYULMC faces will be held at the discretion of NYULMC and if required Proposers will be notified a week in advance of their presentation
K NYULMC is anticipating that an award will be made in May 2015
V Evaluation Criteria - listed in descending order of importance
A Proposerrsquos understanding of the project and strategy for its successful execution B Qualification of Proposerrsquos personnel C Quality of QA and QC plan D Acceptance of the contract terms and conditions or willingness to negotiate same in a
timeframe consistent with NYULMCrsquos needs E Proposed pricing for the work
VI Minority and Women-owed Business Enterprises Although there are no Minority or Women-owned business enterprise goals for this project Proposers are strongly encouraged to take all necessary affirmative steps to assure that minority firms womenrsquos business enterprises and labor surplus area firms are utilized for the work when possible
Affirmative steps shall include 1) Placing qualified small and minority businesses and womenrsquos business enterprises
on solicitation lists 2) Assuring that small and minority businesses and womenrsquos business enterprises are
solicited whenever they are potential sources 3) Dividing total requirements when economically feasible into smaller tasks or
quantities to permit maximum participation by small and minority business and womenrsquos business enterprises
4) Establishing delivery schedules where the requirement permits which encourage participation by small and minority business and womenrsquos business enterprises and
5) Using the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce
VIII Eligibility for Award
In order to be eligible for an award of Contract and notwithstanding its relative qualifications for purposes of the evaluation criteria and in other respects a proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party ie that it has the integrity skill and experience to faithfully perform and complete the Contract and the necessary facilities and financial resources to do the Work in accordance with the Contract Documents and be otherwise qualified and eligible to receive an award under applicable laws and regulations
In making the determination as to which proposal offers the greatest value to NYULMC NYULMC will include in its evaluation the total cost to NYULMC Accordingly NYULMC may not necessarily make an award to the proposer with the highest technical ranking Further NYULMC reserves the right not to make an award to the lowest priced proposer in the event that NYULMC determines that the lowest price proposal does not offer the greatest value to NYULMC Although the price is not expected to be the controlling factor in the selection of a Contractor for this solicitation NYULMC wishes to ensure that it is paying the least amount possible for the Work that meets NYULMCs needs The degree of importance of price as a factor shall increase to the extent that competing proposals are otherwise determined to be substantially equal
In addition to the evaluation criteria listed above only a responsible proposer will receive an award To be considered responsible the proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party this determination encompasses consideration of the proposers integrity skill experience necessary facilities and financial and other resources to do the work in accordance with the Contract Terms and Conditions
IX Negotiation NYULMC reserves the right to (i) reject all proposals submitted (ii) accept any proposal or alternate as submitted without negotiations (iii) require revisions to corrections of other changes to any proposal submitted as a condition to its being given any further consideration (iv) select for negotiations only the overall best proposal or alternate submitted as determined by NYULMC negotiate with those proposers whose acceptable proposals or alternates fall within the competitive range (v) negotiate with one or more proposers in any manner it deems fit In the event NYULMC chooses to negotiate with more than one proposer it may following the conclusion of all negotiations issue a revised RFP or portion thereof containing among other things any matter offer condition of enhancement elicited from or proposed or suggested by any proposer during the course of such negotiations and solicit Best and Final offers from such proposers or solicit Best and Final offers utilizing another appropriate procedure (vi) after receipt of Best and Final Offers if in the interest of NYULMC to do so to thereafter reopen negotiations (vii) accept improvements to enhancements of or other revisions to any proposal or alternate proposal at any time if it deems such to be in its best interest No proposer shall have any rights against NYULMC arising at any stage of the
solicitation from any negotiations that take place or from the fact that NYULMC does not select a proposer for negotiations
X This Request for Proposal (RFP) is not an offer by NYULMC but an invitation for vendor response No NYULMC contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is executed by duly authorized officers of NYULMC and the vendor Each party shall be entirely responsible for its own costs and expenses incurred while participating in the RFP preparation and negotiation processes
This RFP is proprietary and shall not be distributed or used for any purpose other than preparation of a proposal for submission to NYULMC Disclosure of any part of the information contained herein to parties not directly involved in providing the services requested could result in the disqualification of or legal action against the vendor All proposals and any work completed under contract on acceptance of a proposal become the property of NYULMC
XI FEMA Clauses
As certain funding for the project may be provided by or through the Federal Emergency Management Agency (FEMA) the Construction Management Agreement contains clauses specific to FEMA
XII List of Attachment
1) Attachment A Construction Management Agreement 2) Attachment B Preliminary Drawings Specifications and Narrative 3) Attachment C Milestone Schedule 4) Attachment D RED+F Qualification Questionnaire 5) Attachment E NYULMC Approved Sub-Contractor List 6) Attachment F General Conditions Workbook
Attachment A - Construction Management Agreement
(The Construction Management Agreement will be issued by addendum shortly)
Attachment B Preliminary Drawings Specifications and Narrative
Please request drawings by email to skirballdrawingsmacropmcom
Attachment C Milestone Schedule
327ndash Launch RFP
42 ndash Pre ndash Proposal Site Walkthrough
48 ndash RFI Deadline
420 ndash Bids Due
421 through early May ndash Bid review level and preparation of award memo
Mid- May ndash Award contract
Mid- June ndash Architect and Engineer to issue full construction and permit drawings
Construction schedule to be provided by CM
Attachment D RED+F Questionnaire
Attachment E NYULMC Approved Subcontractor List
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
II Construction Management Scope of Services
Scope of Services
The Construction Manager is to provide technical consultation and budgeting during the design stage of the Project and to provide the organization and direction of construction activities during the construction phase The Construction Manager operating as a member of the Owner ndash Architect ndash Construction Manager team will be responsible for cost estimates and cost control review of design for value engineering recommendations life cycle analyses consultation on construction techniques market conditions and material availability construction coordination and scheduling and direction of all construction activities The Construction Manager will also be responsible for developing a phasing and temporary services plan in order to ensure no interruption in research and hospital activities The Construction Management services shall include but not be limited to the following
A PART A ndash Pre-Construction Services Scope of Work
The Contractor shall perform the following pre-construction services
1) Prepare detailed cost estimates covering all anticipated costs of the Work and
provide on-going estimating services as the Project design is further developed
2) Provide Value Engineering analysis and consultation ndash Provide cost estimates for alternatives for all systems equipment and construction methods and material Provide life cycle cost analyses
3) Consult and meet with the Owner and Architect and their engineers and consultants and make recommendations with respect to selection of materials availability and cost of materials equipment and labor selection of building systems and equipment value engineering costs of alternative designs or materials and construction feasibility and alternative methods of construction necessary temporary and support facilities and utilities
4) Review the design documents as they are further developed and provide on-going critique of the design documents for completeness coordination and constructability
5) Arrange for additional site investigation as required
6) Prepare site logisticsmobilization and safety plans
7) Continue reviewing all existing conditions and operations and make additional recommendations regarding maintenance of operations phasing minimization of noise and vibration control of dust and management of other potential sources of disruption to the Ownerrsquos operations
8) In coordination with NYULMC and their representatives develop Construction Schedule and continually update and expand the Construction Schedule to incorporate additional information and details as they become available
9) Develop a procurement strategy for dealing with the effects of phased work and space constraints on site Procurement Strategy should also address site logistics and ongoing research and hospital operations
10) Provide advice and assistance regarding approvals and permits
11) Advise the Owner as to affirmative steps taken to provide Equal Employment Opportunities
12) Advise the Owner as to insurance requirements
13) Make recommendations regarding possible modification of the standard Subcontract forms
14) Prepare standard documentation and reporting forms to be used on the Project such as monthly status reports (including schedule updates) submittal logs anticipated cost reports requests for information (ldquoRFIrsquosrdquo) RFI logs and submittal and RFI tracking reports
15) Make recommendations regarding (i) the division of the Work in the drawings and specifications to facilitate bidding and award of Subcontracts (ii) the bid documents required for each Subcontract including without limitation the scope of Work and (iii) bidding and award of Subcontracts for possible initial or long-lead equipment or Work and for all other Work
16) Conduct competitive bidding for the Work (note that all sub-contractor bids are sealed and received at NYULMC and opened together by CM and NYULMC) Proposers may propose trade subcontractors from the approved list or subcontractors not on the approved list However all subcontractors that are not on the approved subcontractor list must be deemed qualified by NYULMC through a qualification process The Proposer must provide the proposed subcontractorrsquos RED+F Responsibility Qualification Questionnaire with the Proposal This questionnaire form is attached to this RFP NYULMC will review the subcontractorrsquos qualifications which may include a further background check to determine if the subcontractor is acceptable
17) Prepare a Guaranteed Maximum PriceSchedule Submission
18) Provide such other pre-construction services relating to the Project as the Owner
reasonably requests
B PART B ndash Construction Phase Please refer to the Construction Management Agreement for specific responsibilities
III Contract Requirements
A Selection of a CM shall be based on the evaluation criteria set forth below including fee proposal described herein and acceptance of contract language for construction services The successful proposer will enter into the the form of Construction Management Agreement (Attachment A) and shall agree to execute a GMPSchedule Amendment upon agreement regarding GMP and schedule As such any and all exceptions to contract provisions shall be included in response to this RFP and shall be an important criterion of the selection process Signed contracts shall be required prior to selection of a Construction Manager
B The Owner intends to enter into Part A of the form of Construction Management
Agreement with the firm submitting the proposal which in the judgment of the Owner price and other factors considered is most advantageous to the Owner Part A services will include services related to design consultation budgeting and preparation of the GMP until such time as the Owner formally accepts the Guaranteed Maximum Price offered by the Construction Management firm The award of Part A obligates the Construction Manager to proceed with Part B (Construction) upon authorization by the Owner and to execute a GMPSchedule Amendment
C Reimbursable costs and exclusions shall be as defined in the attached Construction
Management Agreement
IV Proposal Requirements
Technical Proposals are limited to 40 single-sided or twenty double-sided pages
A Please address the following in your proposal
1) Describe your view of the CMs role in the overall management of the project 2) Describe how you would organize and run the project 3) Demonstrate your commitment to staff your project team and how they will
contribute to the overall success of this project 4) Describe how you would manage costs in this market environment with a project
with so many moving parts particularly in an active hospital and research environment
5) Describe how you would phase the project keeping in mind the need for temporary services and space constraints for delivering and storing material
6) Prepare a draft high-level preliminary project schedule to serve as the basis of your approach to work and fee proposal
B Complete and notarize the RED+F Qualification Questionnaire
C Provide a copy of your QAQC manual
D CompensationFee Proposal In addition to payments on account of the Costs of the Trade Work (as such terms are
defined in the Construction Management Agreement Proposer shall present one lump sum fee for services rendered as part of both Part A (Pre-Construction) and Part B (Construction)
The lump sum fee proposal shall include all of the following to be the basis of the ldquoFeerdquo
bull Pre-construction Services bull Construction Services including the following
o Purchasing o Project Management o Accounting personnel o Full-time site supervision o All main office expenses o Local travel and parking expenses o Computer cell phone and internet expenses o Software expenses o All overhead o Profit
In addition to the lump sum Fee presented above proposer should present Unit Prices for the following
bull ldquoExtra Work Feerdquo as a percentage of extra work
bull Insurance as a percentage of GMP
Note that the proposal should reflect the following assumptions
bull ldquoDead Bandrdquo is 5 of GMP bull Final fee shall reflect the net change to the GMP after accounting for the
ldquoDead Bandrdquo
E Indicate acceptance of form of Construction Management Agreement (Attachment A) or provide specific proposed modifications (provide an electronic red-lined document)
If the Proposer does not take any exceptions to the terms and conditions the Proposer
must submit a letter statement indicating that the Proposer takes no exceptions to any terms and conditions of this Contract or Agreement However if the Proposer takes exceptions to any of the terms and conditions Proposer must submit a red-lined document both hard copy and on CD which delineates the exceptions and proposes alternate language In general these terms and conditions are standard and as a rule will not be changed or waived
F There will be a mandatory walk-through and pre-proposal conference on Thursday April
2 2015 from 1200 to 100 PM Proposers should meet by the Security Desk in the Skirball Institute Lobby located at 550 1st Avenue Please limit the number of attendees to no more than 3 people Proposers must email their intent to participate in the pre- proposal conference including names of attendees no later than noon Tuesday March 31 2015 to Darryl Halickman at the email addresses in paragraph G below Attachment B Preliminary Drawings Specifications and Narratives can be obtained by sending an email to skirballdrawingsmacropmcom
G For purposes of this proposal all questions regarding this RFP should be transmitted via
email to Darryl Halickman at dhalickmanmacropmcom 1) Inquiries and questions will be accepted through 3 PM on Wednesday April 8 2015 2) NYULMC will issue responses to inquiries and any other corrections amendments
and the like which it deems necessary in written addenda which will be emailed to all Proposers
3) Proposers must acknowledge all addenda in their proposals 4) Proposers should not rely on any representations statements or clarifications not
made either in this RFP or a formal addendum
H RFP responses are due no later than 200 PM on Monday April 20 2015
I Please submit five (5) bound copies and one digital copy (CD or Thumb Drive are acceptable) in a sealed envelope with the words ldquoProposal for Skirball MER Restoration Projectrdquo clearly marked on the outside of the envelope Proposals should be directed as follows
Darryl Halickman RED+F Project Manager NYU Langone Medical Center 339 East 28 Street New York NY 10016
J Oral Presentations portraying an understanding of the assignment and the unique
challenges that NYULMC faces will be held at the discretion of NYULMC and if required Proposers will be notified a week in advance of their presentation
K NYULMC is anticipating that an award will be made in May 2015
V Evaluation Criteria - listed in descending order of importance
A Proposerrsquos understanding of the project and strategy for its successful execution B Qualification of Proposerrsquos personnel C Quality of QA and QC plan D Acceptance of the contract terms and conditions or willingness to negotiate same in a
timeframe consistent with NYULMCrsquos needs E Proposed pricing for the work
VI Minority and Women-owed Business Enterprises Although there are no Minority or Women-owned business enterprise goals for this project Proposers are strongly encouraged to take all necessary affirmative steps to assure that minority firms womenrsquos business enterprises and labor surplus area firms are utilized for the work when possible
Affirmative steps shall include 1) Placing qualified small and minority businesses and womenrsquos business enterprises
on solicitation lists 2) Assuring that small and minority businesses and womenrsquos business enterprises are
solicited whenever they are potential sources 3) Dividing total requirements when economically feasible into smaller tasks or
quantities to permit maximum participation by small and minority business and womenrsquos business enterprises
4) Establishing delivery schedules where the requirement permits which encourage participation by small and minority business and womenrsquos business enterprises and
5) Using the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce
VIII Eligibility for Award
In order to be eligible for an award of Contract and notwithstanding its relative qualifications for purposes of the evaluation criteria and in other respects a proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party ie that it has the integrity skill and experience to faithfully perform and complete the Contract and the necessary facilities and financial resources to do the Work in accordance with the Contract Documents and be otherwise qualified and eligible to receive an award under applicable laws and regulations
In making the determination as to which proposal offers the greatest value to NYULMC NYULMC will include in its evaluation the total cost to NYULMC Accordingly NYULMC may not necessarily make an award to the proposer with the highest technical ranking Further NYULMC reserves the right not to make an award to the lowest priced proposer in the event that NYULMC determines that the lowest price proposal does not offer the greatest value to NYULMC Although the price is not expected to be the controlling factor in the selection of a Contractor for this solicitation NYULMC wishes to ensure that it is paying the least amount possible for the Work that meets NYULMCs needs The degree of importance of price as a factor shall increase to the extent that competing proposals are otherwise determined to be substantially equal
In addition to the evaluation criteria listed above only a responsible proposer will receive an award To be considered responsible the proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party this determination encompasses consideration of the proposers integrity skill experience necessary facilities and financial and other resources to do the work in accordance with the Contract Terms and Conditions
IX Negotiation NYULMC reserves the right to (i) reject all proposals submitted (ii) accept any proposal or alternate as submitted without negotiations (iii) require revisions to corrections of other changes to any proposal submitted as a condition to its being given any further consideration (iv) select for negotiations only the overall best proposal or alternate submitted as determined by NYULMC negotiate with those proposers whose acceptable proposals or alternates fall within the competitive range (v) negotiate with one or more proposers in any manner it deems fit In the event NYULMC chooses to negotiate with more than one proposer it may following the conclusion of all negotiations issue a revised RFP or portion thereof containing among other things any matter offer condition of enhancement elicited from or proposed or suggested by any proposer during the course of such negotiations and solicit Best and Final offers from such proposers or solicit Best and Final offers utilizing another appropriate procedure (vi) after receipt of Best and Final Offers if in the interest of NYULMC to do so to thereafter reopen negotiations (vii) accept improvements to enhancements of or other revisions to any proposal or alternate proposal at any time if it deems such to be in its best interest No proposer shall have any rights against NYULMC arising at any stage of the
solicitation from any negotiations that take place or from the fact that NYULMC does not select a proposer for negotiations
X This Request for Proposal (RFP) is not an offer by NYULMC but an invitation for vendor response No NYULMC contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is executed by duly authorized officers of NYULMC and the vendor Each party shall be entirely responsible for its own costs and expenses incurred while participating in the RFP preparation and negotiation processes
This RFP is proprietary and shall not be distributed or used for any purpose other than preparation of a proposal for submission to NYULMC Disclosure of any part of the information contained herein to parties not directly involved in providing the services requested could result in the disqualification of or legal action against the vendor All proposals and any work completed under contract on acceptance of a proposal become the property of NYULMC
XI FEMA Clauses
As certain funding for the project may be provided by or through the Federal Emergency Management Agency (FEMA) the Construction Management Agreement contains clauses specific to FEMA
XII List of Attachment
1) Attachment A Construction Management Agreement 2) Attachment B Preliminary Drawings Specifications and Narrative 3) Attachment C Milestone Schedule 4) Attachment D RED+F Qualification Questionnaire 5) Attachment E NYULMC Approved Sub-Contractor List 6) Attachment F General Conditions Workbook
Attachment A - Construction Management Agreement
(The Construction Management Agreement will be issued by addendum shortly)
Attachment B Preliminary Drawings Specifications and Narrative
Please request drawings by email to skirballdrawingsmacropmcom
Attachment C Milestone Schedule
327ndash Launch RFP
42 ndash Pre ndash Proposal Site Walkthrough
48 ndash RFI Deadline
420 ndash Bids Due
421 through early May ndash Bid review level and preparation of award memo
Mid- May ndash Award contract
Mid- June ndash Architect and Engineer to issue full construction and permit drawings
Construction schedule to be provided by CM
Attachment D RED+F Questionnaire
Attachment E NYULMC Approved Subcontractor List
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
5) Arrange for additional site investigation as required
6) Prepare site logisticsmobilization and safety plans
7) Continue reviewing all existing conditions and operations and make additional recommendations regarding maintenance of operations phasing minimization of noise and vibration control of dust and management of other potential sources of disruption to the Ownerrsquos operations
8) In coordination with NYULMC and their representatives develop Construction Schedule and continually update and expand the Construction Schedule to incorporate additional information and details as they become available
9) Develop a procurement strategy for dealing with the effects of phased work and space constraints on site Procurement Strategy should also address site logistics and ongoing research and hospital operations
10) Provide advice and assistance regarding approvals and permits
11) Advise the Owner as to affirmative steps taken to provide Equal Employment Opportunities
12) Advise the Owner as to insurance requirements
13) Make recommendations regarding possible modification of the standard Subcontract forms
14) Prepare standard documentation and reporting forms to be used on the Project such as monthly status reports (including schedule updates) submittal logs anticipated cost reports requests for information (ldquoRFIrsquosrdquo) RFI logs and submittal and RFI tracking reports
15) Make recommendations regarding (i) the division of the Work in the drawings and specifications to facilitate bidding and award of Subcontracts (ii) the bid documents required for each Subcontract including without limitation the scope of Work and (iii) bidding and award of Subcontracts for possible initial or long-lead equipment or Work and for all other Work
16) Conduct competitive bidding for the Work (note that all sub-contractor bids are sealed and received at NYULMC and opened together by CM and NYULMC) Proposers may propose trade subcontractors from the approved list or subcontractors not on the approved list However all subcontractors that are not on the approved subcontractor list must be deemed qualified by NYULMC through a qualification process The Proposer must provide the proposed subcontractorrsquos RED+F Responsibility Qualification Questionnaire with the Proposal This questionnaire form is attached to this RFP NYULMC will review the subcontractorrsquos qualifications which may include a further background check to determine if the subcontractor is acceptable
17) Prepare a Guaranteed Maximum PriceSchedule Submission
18) Provide such other pre-construction services relating to the Project as the Owner
reasonably requests
B PART B ndash Construction Phase Please refer to the Construction Management Agreement for specific responsibilities
III Contract Requirements
A Selection of a CM shall be based on the evaluation criteria set forth below including fee proposal described herein and acceptance of contract language for construction services The successful proposer will enter into the the form of Construction Management Agreement (Attachment A) and shall agree to execute a GMPSchedule Amendment upon agreement regarding GMP and schedule As such any and all exceptions to contract provisions shall be included in response to this RFP and shall be an important criterion of the selection process Signed contracts shall be required prior to selection of a Construction Manager
B The Owner intends to enter into Part A of the form of Construction Management
Agreement with the firm submitting the proposal which in the judgment of the Owner price and other factors considered is most advantageous to the Owner Part A services will include services related to design consultation budgeting and preparation of the GMP until such time as the Owner formally accepts the Guaranteed Maximum Price offered by the Construction Management firm The award of Part A obligates the Construction Manager to proceed with Part B (Construction) upon authorization by the Owner and to execute a GMPSchedule Amendment
C Reimbursable costs and exclusions shall be as defined in the attached Construction
Management Agreement
IV Proposal Requirements
Technical Proposals are limited to 40 single-sided or twenty double-sided pages
A Please address the following in your proposal
1) Describe your view of the CMs role in the overall management of the project 2) Describe how you would organize and run the project 3) Demonstrate your commitment to staff your project team and how they will
contribute to the overall success of this project 4) Describe how you would manage costs in this market environment with a project
with so many moving parts particularly in an active hospital and research environment
5) Describe how you would phase the project keeping in mind the need for temporary services and space constraints for delivering and storing material
6) Prepare a draft high-level preliminary project schedule to serve as the basis of your approach to work and fee proposal
B Complete and notarize the RED+F Qualification Questionnaire
C Provide a copy of your QAQC manual
D CompensationFee Proposal In addition to payments on account of the Costs of the Trade Work (as such terms are
defined in the Construction Management Agreement Proposer shall present one lump sum fee for services rendered as part of both Part A (Pre-Construction) and Part B (Construction)
The lump sum fee proposal shall include all of the following to be the basis of the ldquoFeerdquo
bull Pre-construction Services bull Construction Services including the following
o Purchasing o Project Management o Accounting personnel o Full-time site supervision o All main office expenses o Local travel and parking expenses o Computer cell phone and internet expenses o Software expenses o All overhead o Profit
In addition to the lump sum Fee presented above proposer should present Unit Prices for the following
bull ldquoExtra Work Feerdquo as a percentage of extra work
bull Insurance as a percentage of GMP
Note that the proposal should reflect the following assumptions
bull ldquoDead Bandrdquo is 5 of GMP bull Final fee shall reflect the net change to the GMP after accounting for the
ldquoDead Bandrdquo
E Indicate acceptance of form of Construction Management Agreement (Attachment A) or provide specific proposed modifications (provide an electronic red-lined document)
If the Proposer does not take any exceptions to the terms and conditions the Proposer
must submit a letter statement indicating that the Proposer takes no exceptions to any terms and conditions of this Contract or Agreement However if the Proposer takes exceptions to any of the terms and conditions Proposer must submit a red-lined document both hard copy and on CD which delineates the exceptions and proposes alternate language In general these terms and conditions are standard and as a rule will not be changed or waived
F There will be a mandatory walk-through and pre-proposal conference on Thursday April
2 2015 from 1200 to 100 PM Proposers should meet by the Security Desk in the Skirball Institute Lobby located at 550 1st Avenue Please limit the number of attendees to no more than 3 people Proposers must email their intent to participate in the pre- proposal conference including names of attendees no later than noon Tuesday March 31 2015 to Darryl Halickman at the email addresses in paragraph G below Attachment B Preliminary Drawings Specifications and Narratives can be obtained by sending an email to skirballdrawingsmacropmcom
G For purposes of this proposal all questions regarding this RFP should be transmitted via
email to Darryl Halickman at dhalickmanmacropmcom 1) Inquiries and questions will be accepted through 3 PM on Wednesday April 8 2015 2) NYULMC will issue responses to inquiries and any other corrections amendments
and the like which it deems necessary in written addenda which will be emailed to all Proposers
3) Proposers must acknowledge all addenda in their proposals 4) Proposers should not rely on any representations statements or clarifications not
made either in this RFP or a formal addendum
H RFP responses are due no later than 200 PM on Monday April 20 2015
I Please submit five (5) bound copies and one digital copy (CD or Thumb Drive are acceptable) in a sealed envelope with the words ldquoProposal for Skirball MER Restoration Projectrdquo clearly marked on the outside of the envelope Proposals should be directed as follows
Darryl Halickman RED+F Project Manager NYU Langone Medical Center 339 East 28 Street New York NY 10016
J Oral Presentations portraying an understanding of the assignment and the unique
challenges that NYULMC faces will be held at the discretion of NYULMC and if required Proposers will be notified a week in advance of their presentation
K NYULMC is anticipating that an award will be made in May 2015
V Evaluation Criteria - listed in descending order of importance
A Proposerrsquos understanding of the project and strategy for its successful execution B Qualification of Proposerrsquos personnel C Quality of QA and QC plan D Acceptance of the contract terms and conditions or willingness to negotiate same in a
timeframe consistent with NYULMCrsquos needs E Proposed pricing for the work
VI Minority and Women-owed Business Enterprises Although there are no Minority or Women-owned business enterprise goals for this project Proposers are strongly encouraged to take all necessary affirmative steps to assure that minority firms womenrsquos business enterprises and labor surplus area firms are utilized for the work when possible
Affirmative steps shall include 1) Placing qualified small and minority businesses and womenrsquos business enterprises
on solicitation lists 2) Assuring that small and minority businesses and womenrsquos business enterprises are
solicited whenever they are potential sources 3) Dividing total requirements when economically feasible into smaller tasks or
quantities to permit maximum participation by small and minority business and womenrsquos business enterprises
4) Establishing delivery schedules where the requirement permits which encourage participation by small and minority business and womenrsquos business enterprises and
5) Using the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce
VIII Eligibility for Award
In order to be eligible for an award of Contract and notwithstanding its relative qualifications for purposes of the evaluation criteria and in other respects a proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party ie that it has the integrity skill and experience to faithfully perform and complete the Contract and the necessary facilities and financial resources to do the Work in accordance with the Contract Documents and be otherwise qualified and eligible to receive an award under applicable laws and regulations
In making the determination as to which proposal offers the greatest value to NYULMC NYULMC will include in its evaluation the total cost to NYULMC Accordingly NYULMC may not necessarily make an award to the proposer with the highest technical ranking Further NYULMC reserves the right not to make an award to the lowest priced proposer in the event that NYULMC determines that the lowest price proposal does not offer the greatest value to NYULMC Although the price is not expected to be the controlling factor in the selection of a Contractor for this solicitation NYULMC wishes to ensure that it is paying the least amount possible for the Work that meets NYULMCs needs The degree of importance of price as a factor shall increase to the extent that competing proposals are otherwise determined to be substantially equal
In addition to the evaluation criteria listed above only a responsible proposer will receive an award To be considered responsible the proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party this determination encompasses consideration of the proposers integrity skill experience necessary facilities and financial and other resources to do the work in accordance with the Contract Terms and Conditions
IX Negotiation NYULMC reserves the right to (i) reject all proposals submitted (ii) accept any proposal or alternate as submitted without negotiations (iii) require revisions to corrections of other changes to any proposal submitted as a condition to its being given any further consideration (iv) select for negotiations only the overall best proposal or alternate submitted as determined by NYULMC negotiate with those proposers whose acceptable proposals or alternates fall within the competitive range (v) negotiate with one or more proposers in any manner it deems fit In the event NYULMC chooses to negotiate with more than one proposer it may following the conclusion of all negotiations issue a revised RFP or portion thereof containing among other things any matter offer condition of enhancement elicited from or proposed or suggested by any proposer during the course of such negotiations and solicit Best and Final offers from such proposers or solicit Best and Final offers utilizing another appropriate procedure (vi) after receipt of Best and Final Offers if in the interest of NYULMC to do so to thereafter reopen negotiations (vii) accept improvements to enhancements of or other revisions to any proposal or alternate proposal at any time if it deems such to be in its best interest No proposer shall have any rights against NYULMC arising at any stage of the
solicitation from any negotiations that take place or from the fact that NYULMC does not select a proposer for negotiations
X This Request for Proposal (RFP) is not an offer by NYULMC but an invitation for vendor response No NYULMC contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is executed by duly authorized officers of NYULMC and the vendor Each party shall be entirely responsible for its own costs and expenses incurred while participating in the RFP preparation and negotiation processes
This RFP is proprietary and shall not be distributed or used for any purpose other than preparation of a proposal for submission to NYULMC Disclosure of any part of the information contained herein to parties not directly involved in providing the services requested could result in the disqualification of or legal action against the vendor All proposals and any work completed under contract on acceptance of a proposal become the property of NYULMC
XI FEMA Clauses
As certain funding for the project may be provided by or through the Federal Emergency Management Agency (FEMA) the Construction Management Agreement contains clauses specific to FEMA
XII List of Attachment
1) Attachment A Construction Management Agreement 2) Attachment B Preliminary Drawings Specifications and Narrative 3) Attachment C Milestone Schedule 4) Attachment D RED+F Qualification Questionnaire 5) Attachment E NYULMC Approved Sub-Contractor List 6) Attachment F General Conditions Workbook
Attachment A - Construction Management Agreement
(The Construction Management Agreement will be issued by addendum shortly)
Attachment B Preliminary Drawings Specifications and Narrative
Please request drawings by email to skirballdrawingsmacropmcom
Attachment C Milestone Schedule
327ndash Launch RFP
42 ndash Pre ndash Proposal Site Walkthrough
48 ndash RFI Deadline
420 ndash Bids Due
421 through early May ndash Bid review level and preparation of award memo
Mid- May ndash Award contract
Mid- June ndash Architect and Engineer to issue full construction and permit drawings
Construction schedule to be provided by CM
Attachment D RED+F Questionnaire
Attachment E NYULMC Approved Subcontractor List
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
18) Provide such other pre-construction services relating to the Project as the Owner
reasonably requests
B PART B ndash Construction Phase Please refer to the Construction Management Agreement for specific responsibilities
III Contract Requirements
A Selection of a CM shall be based on the evaluation criteria set forth below including fee proposal described herein and acceptance of contract language for construction services The successful proposer will enter into the the form of Construction Management Agreement (Attachment A) and shall agree to execute a GMPSchedule Amendment upon agreement regarding GMP and schedule As such any and all exceptions to contract provisions shall be included in response to this RFP and shall be an important criterion of the selection process Signed contracts shall be required prior to selection of a Construction Manager
B The Owner intends to enter into Part A of the form of Construction Management
Agreement with the firm submitting the proposal which in the judgment of the Owner price and other factors considered is most advantageous to the Owner Part A services will include services related to design consultation budgeting and preparation of the GMP until such time as the Owner formally accepts the Guaranteed Maximum Price offered by the Construction Management firm The award of Part A obligates the Construction Manager to proceed with Part B (Construction) upon authorization by the Owner and to execute a GMPSchedule Amendment
C Reimbursable costs and exclusions shall be as defined in the attached Construction
Management Agreement
IV Proposal Requirements
Technical Proposals are limited to 40 single-sided or twenty double-sided pages
A Please address the following in your proposal
1) Describe your view of the CMs role in the overall management of the project 2) Describe how you would organize and run the project 3) Demonstrate your commitment to staff your project team and how they will
contribute to the overall success of this project 4) Describe how you would manage costs in this market environment with a project
with so many moving parts particularly in an active hospital and research environment
5) Describe how you would phase the project keeping in mind the need for temporary services and space constraints for delivering and storing material
6) Prepare a draft high-level preliminary project schedule to serve as the basis of your approach to work and fee proposal
B Complete and notarize the RED+F Qualification Questionnaire
C Provide a copy of your QAQC manual
D CompensationFee Proposal In addition to payments on account of the Costs of the Trade Work (as such terms are
defined in the Construction Management Agreement Proposer shall present one lump sum fee for services rendered as part of both Part A (Pre-Construction) and Part B (Construction)
The lump sum fee proposal shall include all of the following to be the basis of the ldquoFeerdquo
bull Pre-construction Services bull Construction Services including the following
o Purchasing o Project Management o Accounting personnel o Full-time site supervision o All main office expenses o Local travel and parking expenses o Computer cell phone and internet expenses o Software expenses o All overhead o Profit
In addition to the lump sum Fee presented above proposer should present Unit Prices for the following
bull ldquoExtra Work Feerdquo as a percentage of extra work
bull Insurance as a percentage of GMP
Note that the proposal should reflect the following assumptions
bull ldquoDead Bandrdquo is 5 of GMP bull Final fee shall reflect the net change to the GMP after accounting for the
ldquoDead Bandrdquo
E Indicate acceptance of form of Construction Management Agreement (Attachment A) or provide specific proposed modifications (provide an electronic red-lined document)
If the Proposer does not take any exceptions to the terms and conditions the Proposer
must submit a letter statement indicating that the Proposer takes no exceptions to any terms and conditions of this Contract or Agreement However if the Proposer takes exceptions to any of the terms and conditions Proposer must submit a red-lined document both hard copy and on CD which delineates the exceptions and proposes alternate language In general these terms and conditions are standard and as a rule will not be changed or waived
F There will be a mandatory walk-through and pre-proposal conference on Thursday April
2 2015 from 1200 to 100 PM Proposers should meet by the Security Desk in the Skirball Institute Lobby located at 550 1st Avenue Please limit the number of attendees to no more than 3 people Proposers must email their intent to participate in the pre- proposal conference including names of attendees no later than noon Tuesday March 31 2015 to Darryl Halickman at the email addresses in paragraph G below Attachment B Preliminary Drawings Specifications and Narratives can be obtained by sending an email to skirballdrawingsmacropmcom
G For purposes of this proposal all questions regarding this RFP should be transmitted via
email to Darryl Halickman at dhalickmanmacropmcom 1) Inquiries and questions will be accepted through 3 PM on Wednesday April 8 2015 2) NYULMC will issue responses to inquiries and any other corrections amendments
and the like which it deems necessary in written addenda which will be emailed to all Proposers
3) Proposers must acknowledge all addenda in their proposals 4) Proposers should not rely on any representations statements or clarifications not
made either in this RFP or a formal addendum
H RFP responses are due no later than 200 PM on Monday April 20 2015
I Please submit five (5) bound copies and one digital copy (CD or Thumb Drive are acceptable) in a sealed envelope with the words ldquoProposal for Skirball MER Restoration Projectrdquo clearly marked on the outside of the envelope Proposals should be directed as follows
Darryl Halickman RED+F Project Manager NYU Langone Medical Center 339 East 28 Street New York NY 10016
J Oral Presentations portraying an understanding of the assignment and the unique
challenges that NYULMC faces will be held at the discretion of NYULMC and if required Proposers will be notified a week in advance of their presentation
K NYULMC is anticipating that an award will be made in May 2015
V Evaluation Criteria - listed in descending order of importance
A Proposerrsquos understanding of the project and strategy for its successful execution B Qualification of Proposerrsquos personnel C Quality of QA and QC plan D Acceptance of the contract terms and conditions or willingness to negotiate same in a
timeframe consistent with NYULMCrsquos needs E Proposed pricing for the work
VI Minority and Women-owed Business Enterprises Although there are no Minority or Women-owned business enterprise goals for this project Proposers are strongly encouraged to take all necessary affirmative steps to assure that minority firms womenrsquos business enterprises and labor surplus area firms are utilized for the work when possible
Affirmative steps shall include 1) Placing qualified small and minority businesses and womenrsquos business enterprises
on solicitation lists 2) Assuring that small and minority businesses and womenrsquos business enterprises are
solicited whenever they are potential sources 3) Dividing total requirements when economically feasible into smaller tasks or
quantities to permit maximum participation by small and minority business and womenrsquos business enterprises
4) Establishing delivery schedules where the requirement permits which encourage participation by small and minority business and womenrsquos business enterprises and
5) Using the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce
VIII Eligibility for Award
In order to be eligible for an award of Contract and notwithstanding its relative qualifications for purposes of the evaluation criteria and in other respects a proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party ie that it has the integrity skill and experience to faithfully perform and complete the Contract and the necessary facilities and financial resources to do the Work in accordance with the Contract Documents and be otherwise qualified and eligible to receive an award under applicable laws and regulations
In making the determination as to which proposal offers the greatest value to NYULMC NYULMC will include in its evaluation the total cost to NYULMC Accordingly NYULMC may not necessarily make an award to the proposer with the highest technical ranking Further NYULMC reserves the right not to make an award to the lowest priced proposer in the event that NYULMC determines that the lowest price proposal does not offer the greatest value to NYULMC Although the price is not expected to be the controlling factor in the selection of a Contractor for this solicitation NYULMC wishes to ensure that it is paying the least amount possible for the Work that meets NYULMCs needs The degree of importance of price as a factor shall increase to the extent that competing proposals are otherwise determined to be substantially equal
In addition to the evaluation criteria listed above only a responsible proposer will receive an award To be considered responsible the proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party this determination encompasses consideration of the proposers integrity skill experience necessary facilities and financial and other resources to do the work in accordance with the Contract Terms and Conditions
IX Negotiation NYULMC reserves the right to (i) reject all proposals submitted (ii) accept any proposal or alternate as submitted without negotiations (iii) require revisions to corrections of other changes to any proposal submitted as a condition to its being given any further consideration (iv) select for negotiations only the overall best proposal or alternate submitted as determined by NYULMC negotiate with those proposers whose acceptable proposals or alternates fall within the competitive range (v) negotiate with one or more proposers in any manner it deems fit In the event NYULMC chooses to negotiate with more than one proposer it may following the conclusion of all negotiations issue a revised RFP or portion thereof containing among other things any matter offer condition of enhancement elicited from or proposed or suggested by any proposer during the course of such negotiations and solicit Best and Final offers from such proposers or solicit Best and Final offers utilizing another appropriate procedure (vi) after receipt of Best and Final Offers if in the interest of NYULMC to do so to thereafter reopen negotiations (vii) accept improvements to enhancements of or other revisions to any proposal or alternate proposal at any time if it deems such to be in its best interest No proposer shall have any rights against NYULMC arising at any stage of the
solicitation from any negotiations that take place or from the fact that NYULMC does not select a proposer for negotiations
X This Request for Proposal (RFP) is not an offer by NYULMC but an invitation for vendor response No NYULMC contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is executed by duly authorized officers of NYULMC and the vendor Each party shall be entirely responsible for its own costs and expenses incurred while participating in the RFP preparation and negotiation processes
This RFP is proprietary and shall not be distributed or used for any purpose other than preparation of a proposal for submission to NYULMC Disclosure of any part of the information contained herein to parties not directly involved in providing the services requested could result in the disqualification of or legal action against the vendor All proposals and any work completed under contract on acceptance of a proposal become the property of NYULMC
XI FEMA Clauses
As certain funding for the project may be provided by or through the Federal Emergency Management Agency (FEMA) the Construction Management Agreement contains clauses specific to FEMA
XII List of Attachment
1) Attachment A Construction Management Agreement 2) Attachment B Preliminary Drawings Specifications and Narrative 3) Attachment C Milestone Schedule 4) Attachment D RED+F Qualification Questionnaire 5) Attachment E NYULMC Approved Sub-Contractor List 6) Attachment F General Conditions Workbook
Attachment A - Construction Management Agreement
(The Construction Management Agreement will be issued by addendum shortly)
Attachment B Preliminary Drawings Specifications and Narrative
Please request drawings by email to skirballdrawingsmacropmcom
Attachment C Milestone Schedule
327ndash Launch RFP
42 ndash Pre ndash Proposal Site Walkthrough
48 ndash RFI Deadline
420 ndash Bids Due
421 through early May ndash Bid review level and preparation of award memo
Mid- May ndash Award contract
Mid- June ndash Architect and Engineer to issue full construction and permit drawings
Construction schedule to be provided by CM
Attachment D RED+F Questionnaire
Attachment E NYULMC Approved Subcontractor List
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
A Please address the following in your proposal
1) Describe your view of the CMs role in the overall management of the project 2) Describe how you would organize and run the project 3) Demonstrate your commitment to staff your project team and how they will
contribute to the overall success of this project 4) Describe how you would manage costs in this market environment with a project
with so many moving parts particularly in an active hospital and research environment
5) Describe how you would phase the project keeping in mind the need for temporary services and space constraints for delivering and storing material
6) Prepare a draft high-level preliminary project schedule to serve as the basis of your approach to work and fee proposal
B Complete and notarize the RED+F Qualification Questionnaire
C Provide a copy of your QAQC manual
D CompensationFee Proposal In addition to payments on account of the Costs of the Trade Work (as such terms are
defined in the Construction Management Agreement Proposer shall present one lump sum fee for services rendered as part of both Part A (Pre-Construction) and Part B (Construction)
The lump sum fee proposal shall include all of the following to be the basis of the ldquoFeerdquo
bull Pre-construction Services bull Construction Services including the following
o Purchasing o Project Management o Accounting personnel o Full-time site supervision o All main office expenses o Local travel and parking expenses o Computer cell phone and internet expenses o Software expenses o All overhead o Profit
In addition to the lump sum Fee presented above proposer should present Unit Prices for the following
bull ldquoExtra Work Feerdquo as a percentage of extra work
bull Insurance as a percentage of GMP
Note that the proposal should reflect the following assumptions
bull ldquoDead Bandrdquo is 5 of GMP bull Final fee shall reflect the net change to the GMP after accounting for the
ldquoDead Bandrdquo
E Indicate acceptance of form of Construction Management Agreement (Attachment A) or provide specific proposed modifications (provide an electronic red-lined document)
If the Proposer does not take any exceptions to the terms and conditions the Proposer
must submit a letter statement indicating that the Proposer takes no exceptions to any terms and conditions of this Contract or Agreement However if the Proposer takes exceptions to any of the terms and conditions Proposer must submit a red-lined document both hard copy and on CD which delineates the exceptions and proposes alternate language In general these terms and conditions are standard and as a rule will not be changed or waived
F There will be a mandatory walk-through and pre-proposal conference on Thursday April
2 2015 from 1200 to 100 PM Proposers should meet by the Security Desk in the Skirball Institute Lobby located at 550 1st Avenue Please limit the number of attendees to no more than 3 people Proposers must email their intent to participate in the pre- proposal conference including names of attendees no later than noon Tuesday March 31 2015 to Darryl Halickman at the email addresses in paragraph G below Attachment B Preliminary Drawings Specifications and Narratives can be obtained by sending an email to skirballdrawingsmacropmcom
G For purposes of this proposal all questions regarding this RFP should be transmitted via
email to Darryl Halickman at dhalickmanmacropmcom 1) Inquiries and questions will be accepted through 3 PM on Wednesday April 8 2015 2) NYULMC will issue responses to inquiries and any other corrections amendments
and the like which it deems necessary in written addenda which will be emailed to all Proposers
3) Proposers must acknowledge all addenda in their proposals 4) Proposers should not rely on any representations statements or clarifications not
made either in this RFP or a formal addendum
H RFP responses are due no later than 200 PM on Monday April 20 2015
I Please submit five (5) bound copies and one digital copy (CD or Thumb Drive are acceptable) in a sealed envelope with the words ldquoProposal for Skirball MER Restoration Projectrdquo clearly marked on the outside of the envelope Proposals should be directed as follows
Darryl Halickman RED+F Project Manager NYU Langone Medical Center 339 East 28 Street New York NY 10016
J Oral Presentations portraying an understanding of the assignment and the unique
challenges that NYULMC faces will be held at the discretion of NYULMC and if required Proposers will be notified a week in advance of their presentation
K NYULMC is anticipating that an award will be made in May 2015
V Evaluation Criteria - listed in descending order of importance
A Proposerrsquos understanding of the project and strategy for its successful execution B Qualification of Proposerrsquos personnel C Quality of QA and QC plan D Acceptance of the contract terms and conditions or willingness to negotiate same in a
timeframe consistent with NYULMCrsquos needs E Proposed pricing for the work
VI Minority and Women-owed Business Enterprises Although there are no Minority or Women-owned business enterprise goals for this project Proposers are strongly encouraged to take all necessary affirmative steps to assure that minority firms womenrsquos business enterprises and labor surplus area firms are utilized for the work when possible
Affirmative steps shall include 1) Placing qualified small and minority businesses and womenrsquos business enterprises
on solicitation lists 2) Assuring that small and minority businesses and womenrsquos business enterprises are
solicited whenever they are potential sources 3) Dividing total requirements when economically feasible into smaller tasks or
quantities to permit maximum participation by small and minority business and womenrsquos business enterprises
4) Establishing delivery schedules where the requirement permits which encourage participation by small and minority business and womenrsquos business enterprises and
5) Using the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce
VIII Eligibility for Award
In order to be eligible for an award of Contract and notwithstanding its relative qualifications for purposes of the evaluation criteria and in other respects a proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party ie that it has the integrity skill and experience to faithfully perform and complete the Contract and the necessary facilities and financial resources to do the Work in accordance with the Contract Documents and be otherwise qualified and eligible to receive an award under applicable laws and regulations
In making the determination as to which proposal offers the greatest value to NYULMC NYULMC will include in its evaluation the total cost to NYULMC Accordingly NYULMC may not necessarily make an award to the proposer with the highest technical ranking Further NYULMC reserves the right not to make an award to the lowest priced proposer in the event that NYULMC determines that the lowest price proposal does not offer the greatest value to NYULMC Although the price is not expected to be the controlling factor in the selection of a Contractor for this solicitation NYULMC wishes to ensure that it is paying the least amount possible for the Work that meets NYULMCs needs The degree of importance of price as a factor shall increase to the extent that competing proposals are otherwise determined to be substantially equal
In addition to the evaluation criteria listed above only a responsible proposer will receive an award To be considered responsible the proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party this determination encompasses consideration of the proposers integrity skill experience necessary facilities and financial and other resources to do the work in accordance with the Contract Terms and Conditions
IX Negotiation NYULMC reserves the right to (i) reject all proposals submitted (ii) accept any proposal or alternate as submitted without negotiations (iii) require revisions to corrections of other changes to any proposal submitted as a condition to its being given any further consideration (iv) select for negotiations only the overall best proposal or alternate submitted as determined by NYULMC negotiate with those proposers whose acceptable proposals or alternates fall within the competitive range (v) negotiate with one or more proposers in any manner it deems fit In the event NYULMC chooses to negotiate with more than one proposer it may following the conclusion of all negotiations issue a revised RFP or portion thereof containing among other things any matter offer condition of enhancement elicited from or proposed or suggested by any proposer during the course of such negotiations and solicit Best and Final offers from such proposers or solicit Best and Final offers utilizing another appropriate procedure (vi) after receipt of Best and Final Offers if in the interest of NYULMC to do so to thereafter reopen negotiations (vii) accept improvements to enhancements of or other revisions to any proposal or alternate proposal at any time if it deems such to be in its best interest No proposer shall have any rights against NYULMC arising at any stage of the
solicitation from any negotiations that take place or from the fact that NYULMC does not select a proposer for negotiations
X This Request for Proposal (RFP) is not an offer by NYULMC but an invitation for vendor response No NYULMC contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is executed by duly authorized officers of NYULMC and the vendor Each party shall be entirely responsible for its own costs and expenses incurred while participating in the RFP preparation and negotiation processes
This RFP is proprietary and shall not be distributed or used for any purpose other than preparation of a proposal for submission to NYULMC Disclosure of any part of the information contained herein to parties not directly involved in providing the services requested could result in the disqualification of or legal action against the vendor All proposals and any work completed under contract on acceptance of a proposal become the property of NYULMC
XI FEMA Clauses
As certain funding for the project may be provided by or through the Federal Emergency Management Agency (FEMA) the Construction Management Agreement contains clauses specific to FEMA
XII List of Attachment
1) Attachment A Construction Management Agreement 2) Attachment B Preliminary Drawings Specifications and Narrative 3) Attachment C Milestone Schedule 4) Attachment D RED+F Qualification Questionnaire 5) Attachment E NYULMC Approved Sub-Contractor List 6) Attachment F General Conditions Workbook
Attachment A - Construction Management Agreement
(The Construction Management Agreement will be issued by addendum shortly)
Attachment B Preliminary Drawings Specifications and Narrative
Please request drawings by email to skirballdrawingsmacropmcom
Attachment C Milestone Schedule
327ndash Launch RFP
42 ndash Pre ndash Proposal Site Walkthrough
48 ndash RFI Deadline
420 ndash Bids Due
421 through early May ndash Bid review level and preparation of award memo
Mid- May ndash Award contract
Mid- June ndash Architect and Engineer to issue full construction and permit drawings
Construction schedule to be provided by CM
Attachment D RED+F Questionnaire
Attachment E NYULMC Approved Subcontractor List
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
bull Insurance as a percentage of GMP
Note that the proposal should reflect the following assumptions
bull ldquoDead Bandrdquo is 5 of GMP bull Final fee shall reflect the net change to the GMP after accounting for the
ldquoDead Bandrdquo
E Indicate acceptance of form of Construction Management Agreement (Attachment A) or provide specific proposed modifications (provide an electronic red-lined document)
If the Proposer does not take any exceptions to the terms and conditions the Proposer
must submit a letter statement indicating that the Proposer takes no exceptions to any terms and conditions of this Contract or Agreement However if the Proposer takes exceptions to any of the terms and conditions Proposer must submit a red-lined document both hard copy and on CD which delineates the exceptions and proposes alternate language In general these terms and conditions are standard and as a rule will not be changed or waived
F There will be a mandatory walk-through and pre-proposal conference on Thursday April
2 2015 from 1200 to 100 PM Proposers should meet by the Security Desk in the Skirball Institute Lobby located at 550 1st Avenue Please limit the number of attendees to no more than 3 people Proposers must email their intent to participate in the pre- proposal conference including names of attendees no later than noon Tuesday March 31 2015 to Darryl Halickman at the email addresses in paragraph G below Attachment B Preliminary Drawings Specifications and Narratives can be obtained by sending an email to skirballdrawingsmacropmcom
G For purposes of this proposal all questions regarding this RFP should be transmitted via
email to Darryl Halickman at dhalickmanmacropmcom 1) Inquiries and questions will be accepted through 3 PM on Wednesday April 8 2015 2) NYULMC will issue responses to inquiries and any other corrections amendments
and the like which it deems necessary in written addenda which will be emailed to all Proposers
3) Proposers must acknowledge all addenda in their proposals 4) Proposers should not rely on any representations statements or clarifications not
made either in this RFP or a formal addendum
H RFP responses are due no later than 200 PM on Monday April 20 2015
I Please submit five (5) bound copies and one digital copy (CD or Thumb Drive are acceptable) in a sealed envelope with the words ldquoProposal for Skirball MER Restoration Projectrdquo clearly marked on the outside of the envelope Proposals should be directed as follows
Darryl Halickman RED+F Project Manager NYU Langone Medical Center 339 East 28 Street New York NY 10016
J Oral Presentations portraying an understanding of the assignment and the unique
challenges that NYULMC faces will be held at the discretion of NYULMC and if required Proposers will be notified a week in advance of their presentation
K NYULMC is anticipating that an award will be made in May 2015
V Evaluation Criteria - listed in descending order of importance
A Proposerrsquos understanding of the project and strategy for its successful execution B Qualification of Proposerrsquos personnel C Quality of QA and QC plan D Acceptance of the contract terms and conditions or willingness to negotiate same in a
timeframe consistent with NYULMCrsquos needs E Proposed pricing for the work
VI Minority and Women-owed Business Enterprises Although there are no Minority or Women-owned business enterprise goals for this project Proposers are strongly encouraged to take all necessary affirmative steps to assure that minority firms womenrsquos business enterprises and labor surplus area firms are utilized for the work when possible
Affirmative steps shall include 1) Placing qualified small and minority businesses and womenrsquos business enterprises
on solicitation lists 2) Assuring that small and minority businesses and womenrsquos business enterprises are
solicited whenever they are potential sources 3) Dividing total requirements when economically feasible into smaller tasks or
quantities to permit maximum participation by small and minority business and womenrsquos business enterprises
4) Establishing delivery schedules where the requirement permits which encourage participation by small and minority business and womenrsquos business enterprises and
5) Using the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce
VIII Eligibility for Award
In order to be eligible for an award of Contract and notwithstanding its relative qualifications for purposes of the evaluation criteria and in other respects a proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party ie that it has the integrity skill and experience to faithfully perform and complete the Contract and the necessary facilities and financial resources to do the Work in accordance with the Contract Documents and be otherwise qualified and eligible to receive an award under applicable laws and regulations
In making the determination as to which proposal offers the greatest value to NYULMC NYULMC will include in its evaluation the total cost to NYULMC Accordingly NYULMC may not necessarily make an award to the proposer with the highest technical ranking Further NYULMC reserves the right not to make an award to the lowest priced proposer in the event that NYULMC determines that the lowest price proposal does not offer the greatest value to NYULMC Although the price is not expected to be the controlling factor in the selection of a Contractor for this solicitation NYULMC wishes to ensure that it is paying the least amount possible for the Work that meets NYULMCs needs The degree of importance of price as a factor shall increase to the extent that competing proposals are otherwise determined to be substantially equal
In addition to the evaluation criteria listed above only a responsible proposer will receive an award To be considered responsible the proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party this determination encompasses consideration of the proposers integrity skill experience necessary facilities and financial and other resources to do the work in accordance with the Contract Terms and Conditions
IX Negotiation NYULMC reserves the right to (i) reject all proposals submitted (ii) accept any proposal or alternate as submitted without negotiations (iii) require revisions to corrections of other changes to any proposal submitted as a condition to its being given any further consideration (iv) select for negotiations only the overall best proposal or alternate submitted as determined by NYULMC negotiate with those proposers whose acceptable proposals or alternates fall within the competitive range (v) negotiate with one or more proposers in any manner it deems fit In the event NYULMC chooses to negotiate with more than one proposer it may following the conclusion of all negotiations issue a revised RFP or portion thereof containing among other things any matter offer condition of enhancement elicited from or proposed or suggested by any proposer during the course of such negotiations and solicit Best and Final offers from such proposers or solicit Best and Final offers utilizing another appropriate procedure (vi) after receipt of Best and Final Offers if in the interest of NYULMC to do so to thereafter reopen negotiations (vii) accept improvements to enhancements of or other revisions to any proposal or alternate proposal at any time if it deems such to be in its best interest No proposer shall have any rights against NYULMC arising at any stage of the
solicitation from any negotiations that take place or from the fact that NYULMC does not select a proposer for negotiations
X This Request for Proposal (RFP) is not an offer by NYULMC but an invitation for vendor response No NYULMC contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is executed by duly authorized officers of NYULMC and the vendor Each party shall be entirely responsible for its own costs and expenses incurred while participating in the RFP preparation and negotiation processes
This RFP is proprietary and shall not be distributed or used for any purpose other than preparation of a proposal for submission to NYULMC Disclosure of any part of the information contained herein to parties not directly involved in providing the services requested could result in the disqualification of or legal action against the vendor All proposals and any work completed under contract on acceptance of a proposal become the property of NYULMC
XI FEMA Clauses
As certain funding for the project may be provided by or through the Federal Emergency Management Agency (FEMA) the Construction Management Agreement contains clauses specific to FEMA
XII List of Attachment
1) Attachment A Construction Management Agreement 2) Attachment B Preliminary Drawings Specifications and Narrative 3) Attachment C Milestone Schedule 4) Attachment D RED+F Qualification Questionnaire 5) Attachment E NYULMC Approved Sub-Contractor List 6) Attachment F General Conditions Workbook
Attachment A - Construction Management Agreement
(The Construction Management Agreement will be issued by addendum shortly)
Attachment B Preliminary Drawings Specifications and Narrative
Please request drawings by email to skirballdrawingsmacropmcom
Attachment C Milestone Schedule
327ndash Launch RFP
42 ndash Pre ndash Proposal Site Walkthrough
48 ndash RFI Deadline
420 ndash Bids Due
421 through early May ndash Bid review level and preparation of award memo
Mid- May ndash Award contract
Mid- June ndash Architect and Engineer to issue full construction and permit drawings
Construction schedule to be provided by CM
Attachment D RED+F Questionnaire
Attachment E NYULMC Approved Subcontractor List
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
Darryl Halickman RED+F Project Manager NYU Langone Medical Center 339 East 28 Street New York NY 10016
J Oral Presentations portraying an understanding of the assignment and the unique
challenges that NYULMC faces will be held at the discretion of NYULMC and if required Proposers will be notified a week in advance of their presentation
K NYULMC is anticipating that an award will be made in May 2015
V Evaluation Criteria - listed in descending order of importance
A Proposerrsquos understanding of the project and strategy for its successful execution B Qualification of Proposerrsquos personnel C Quality of QA and QC plan D Acceptance of the contract terms and conditions or willingness to negotiate same in a
timeframe consistent with NYULMCrsquos needs E Proposed pricing for the work
VI Minority and Women-owed Business Enterprises Although there are no Minority or Women-owned business enterprise goals for this project Proposers are strongly encouraged to take all necessary affirmative steps to assure that minority firms womenrsquos business enterprises and labor surplus area firms are utilized for the work when possible
Affirmative steps shall include 1) Placing qualified small and minority businesses and womenrsquos business enterprises
on solicitation lists 2) Assuring that small and minority businesses and womenrsquos business enterprises are
solicited whenever they are potential sources 3) Dividing total requirements when economically feasible into smaller tasks or
quantities to permit maximum participation by small and minority business and womenrsquos business enterprises
4) Establishing delivery schedules where the requirement permits which encourage participation by small and minority business and womenrsquos business enterprises and
5) Using the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce
VIII Eligibility for Award
In order to be eligible for an award of Contract and notwithstanding its relative qualifications for purposes of the evaluation criteria and in other respects a proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party ie that it has the integrity skill and experience to faithfully perform and complete the Contract and the necessary facilities and financial resources to do the Work in accordance with the Contract Documents and be otherwise qualified and eligible to receive an award under applicable laws and regulations
In making the determination as to which proposal offers the greatest value to NYULMC NYULMC will include in its evaluation the total cost to NYULMC Accordingly NYULMC may not necessarily make an award to the proposer with the highest technical ranking Further NYULMC reserves the right not to make an award to the lowest priced proposer in the event that NYULMC determines that the lowest price proposal does not offer the greatest value to NYULMC Although the price is not expected to be the controlling factor in the selection of a Contractor for this solicitation NYULMC wishes to ensure that it is paying the least amount possible for the Work that meets NYULMCs needs The degree of importance of price as a factor shall increase to the extent that competing proposals are otherwise determined to be substantially equal
In addition to the evaluation criteria listed above only a responsible proposer will receive an award To be considered responsible the proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party this determination encompasses consideration of the proposers integrity skill experience necessary facilities and financial and other resources to do the work in accordance with the Contract Terms and Conditions
IX Negotiation NYULMC reserves the right to (i) reject all proposals submitted (ii) accept any proposal or alternate as submitted without negotiations (iii) require revisions to corrections of other changes to any proposal submitted as a condition to its being given any further consideration (iv) select for negotiations only the overall best proposal or alternate submitted as determined by NYULMC negotiate with those proposers whose acceptable proposals or alternates fall within the competitive range (v) negotiate with one or more proposers in any manner it deems fit In the event NYULMC chooses to negotiate with more than one proposer it may following the conclusion of all negotiations issue a revised RFP or portion thereof containing among other things any matter offer condition of enhancement elicited from or proposed or suggested by any proposer during the course of such negotiations and solicit Best and Final offers from such proposers or solicit Best and Final offers utilizing another appropriate procedure (vi) after receipt of Best and Final Offers if in the interest of NYULMC to do so to thereafter reopen negotiations (vii) accept improvements to enhancements of or other revisions to any proposal or alternate proposal at any time if it deems such to be in its best interest No proposer shall have any rights against NYULMC arising at any stage of the
solicitation from any negotiations that take place or from the fact that NYULMC does not select a proposer for negotiations
X This Request for Proposal (RFP) is not an offer by NYULMC but an invitation for vendor response No NYULMC contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is executed by duly authorized officers of NYULMC and the vendor Each party shall be entirely responsible for its own costs and expenses incurred while participating in the RFP preparation and negotiation processes
This RFP is proprietary and shall not be distributed or used for any purpose other than preparation of a proposal for submission to NYULMC Disclosure of any part of the information contained herein to parties not directly involved in providing the services requested could result in the disqualification of or legal action against the vendor All proposals and any work completed under contract on acceptance of a proposal become the property of NYULMC
XI FEMA Clauses
As certain funding for the project may be provided by or through the Federal Emergency Management Agency (FEMA) the Construction Management Agreement contains clauses specific to FEMA
XII List of Attachment
1) Attachment A Construction Management Agreement 2) Attachment B Preliminary Drawings Specifications and Narrative 3) Attachment C Milestone Schedule 4) Attachment D RED+F Qualification Questionnaire 5) Attachment E NYULMC Approved Sub-Contractor List 6) Attachment F General Conditions Workbook
Attachment A - Construction Management Agreement
(The Construction Management Agreement will be issued by addendum shortly)
Attachment B Preliminary Drawings Specifications and Narrative
Please request drawings by email to skirballdrawingsmacropmcom
Attachment C Milestone Schedule
327ndash Launch RFP
42 ndash Pre ndash Proposal Site Walkthrough
48 ndash RFI Deadline
420 ndash Bids Due
421 through early May ndash Bid review level and preparation of award memo
Mid- May ndash Award contract
Mid- June ndash Architect and Engineer to issue full construction and permit drawings
Construction schedule to be provided by CM
Attachment D RED+F Questionnaire
Attachment E NYULMC Approved Subcontractor List
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
In order to be eligible for an award of Contract and notwithstanding its relative qualifications for purposes of the evaluation criteria and in other respects a proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party ie that it has the integrity skill and experience to faithfully perform and complete the Contract and the necessary facilities and financial resources to do the Work in accordance with the Contract Documents and be otherwise qualified and eligible to receive an award under applicable laws and regulations
In making the determination as to which proposal offers the greatest value to NYULMC NYULMC will include in its evaluation the total cost to NYULMC Accordingly NYULMC may not necessarily make an award to the proposer with the highest technical ranking Further NYULMC reserves the right not to make an award to the lowest priced proposer in the event that NYULMC determines that the lowest price proposal does not offer the greatest value to NYULMC Although the price is not expected to be the controlling factor in the selection of a Contractor for this solicitation NYULMC wishes to ensure that it is paying the least amount possible for the Work that meets NYULMCs needs The degree of importance of price as a factor shall increase to the extent that competing proposals are otherwise determined to be substantially equal
In addition to the evaluation criteria listed above only a responsible proposer will receive an award To be considered responsible the proposer must demonstrate to the satisfaction of NYULMC that it is in all respects a responsible party this determination encompasses consideration of the proposers integrity skill experience necessary facilities and financial and other resources to do the work in accordance with the Contract Terms and Conditions
IX Negotiation NYULMC reserves the right to (i) reject all proposals submitted (ii) accept any proposal or alternate as submitted without negotiations (iii) require revisions to corrections of other changes to any proposal submitted as a condition to its being given any further consideration (iv) select for negotiations only the overall best proposal or alternate submitted as determined by NYULMC negotiate with those proposers whose acceptable proposals or alternates fall within the competitive range (v) negotiate with one or more proposers in any manner it deems fit In the event NYULMC chooses to negotiate with more than one proposer it may following the conclusion of all negotiations issue a revised RFP or portion thereof containing among other things any matter offer condition of enhancement elicited from or proposed or suggested by any proposer during the course of such negotiations and solicit Best and Final offers from such proposers or solicit Best and Final offers utilizing another appropriate procedure (vi) after receipt of Best and Final Offers if in the interest of NYULMC to do so to thereafter reopen negotiations (vii) accept improvements to enhancements of or other revisions to any proposal or alternate proposal at any time if it deems such to be in its best interest No proposer shall have any rights against NYULMC arising at any stage of the
solicitation from any negotiations that take place or from the fact that NYULMC does not select a proposer for negotiations
X This Request for Proposal (RFP) is not an offer by NYULMC but an invitation for vendor response No NYULMC contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is executed by duly authorized officers of NYULMC and the vendor Each party shall be entirely responsible for its own costs and expenses incurred while participating in the RFP preparation and negotiation processes
This RFP is proprietary and shall not be distributed or used for any purpose other than preparation of a proposal for submission to NYULMC Disclosure of any part of the information contained herein to parties not directly involved in providing the services requested could result in the disqualification of or legal action against the vendor All proposals and any work completed under contract on acceptance of a proposal become the property of NYULMC
XI FEMA Clauses
As certain funding for the project may be provided by or through the Federal Emergency Management Agency (FEMA) the Construction Management Agreement contains clauses specific to FEMA
XII List of Attachment
1) Attachment A Construction Management Agreement 2) Attachment B Preliminary Drawings Specifications and Narrative 3) Attachment C Milestone Schedule 4) Attachment D RED+F Qualification Questionnaire 5) Attachment E NYULMC Approved Sub-Contractor List 6) Attachment F General Conditions Workbook
Attachment A - Construction Management Agreement
(The Construction Management Agreement will be issued by addendum shortly)
Attachment B Preliminary Drawings Specifications and Narrative
Please request drawings by email to skirballdrawingsmacropmcom
Attachment C Milestone Schedule
327ndash Launch RFP
42 ndash Pre ndash Proposal Site Walkthrough
48 ndash RFI Deadline
420 ndash Bids Due
421 through early May ndash Bid review level and preparation of award memo
Mid- May ndash Award contract
Mid- June ndash Architect and Engineer to issue full construction and permit drawings
Construction schedule to be provided by CM
Attachment D RED+F Questionnaire
Attachment E NYULMC Approved Subcontractor List
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
solicitation from any negotiations that take place or from the fact that NYULMC does not select a proposer for negotiations
X This Request for Proposal (RFP) is not an offer by NYULMC but an invitation for vendor response No NYULMC contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is executed by duly authorized officers of NYULMC and the vendor Each party shall be entirely responsible for its own costs and expenses incurred while participating in the RFP preparation and negotiation processes
This RFP is proprietary and shall not be distributed or used for any purpose other than preparation of a proposal for submission to NYULMC Disclosure of any part of the information contained herein to parties not directly involved in providing the services requested could result in the disqualification of or legal action against the vendor All proposals and any work completed under contract on acceptance of a proposal become the property of NYULMC
XI FEMA Clauses
As certain funding for the project may be provided by or through the Federal Emergency Management Agency (FEMA) the Construction Management Agreement contains clauses specific to FEMA
XII List of Attachment
1) Attachment A Construction Management Agreement 2) Attachment B Preliminary Drawings Specifications and Narrative 3) Attachment C Milestone Schedule 4) Attachment D RED+F Qualification Questionnaire 5) Attachment E NYULMC Approved Sub-Contractor List 6) Attachment F General Conditions Workbook
Attachment A - Construction Management Agreement
(The Construction Management Agreement will be issued by addendum shortly)
Attachment B Preliminary Drawings Specifications and Narrative
Please request drawings by email to skirballdrawingsmacropmcom
Attachment C Milestone Schedule
327ndash Launch RFP
42 ndash Pre ndash Proposal Site Walkthrough
48 ndash RFI Deadline
420 ndash Bids Due
421 through early May ndash Bid review level and preparation of award memo
Mid- May ndash Award contract
Mid- June ndash Architect and Engineer to issue full construction and permit drawings
Construction schedule to be provided by CM
Attachment D RED+F Questionnaire
Attachment E NYULMC Approved Subcontractor List
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
Attachment A - Construction Management Agreement
(The Construction Management Agreement will be issued by addendum shortly)
Attachment B Preliminary Drawings Specifications and Narrative
Please request drawings by email to skirballdrawingsmacropmcom
Attachment C Milestone Schedule
327ndash Launch RFP
42 ndash Pre ndash Proposal Site Walkthrough
48 ndash RFI Deadline
420 ndash Bids Due
421 through early May ndash Bid review level and preparation of award memo
Mid- May ndash Award contract
Mid- June ndash Architect and Engineer to issue full construction and permit drawings
Construction schedule to be provided by CM
Attachment D RED+F Questionnaire
Attachment E NYULMC Approved Subcontractor List
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
Attachment B Preliminary Drawings Specifications and Narrative
Please request drawings by email to skirballdrawingsmacropmcom
Attachment C Milestone Schedule
327ndash Launch RFP
42 ndash Pre ndash Proposal Site Walkthrough
48 ndash RFI Deadline
420 ndash Bids Due
421 through early May ndash Bid review level and preparation of award memo
Mid- May ndash Award contract
Mid- June ndash Architect and Engineer to issue full construction and permit drawings
Construction schedule to be provided by CM
Attachment D RED+F Questionnaire
Attachment E NYULMC Approved Subcontractor List
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
Attachment C Milestone Schedule
327ndash Launch RFP
42 ndash Pre ndash Proposal Site Walkthrough
48 ndash RFI Deadline
420 ndash Bids Due
421 through early May ndash Bid review level and preparation of award memo
Mid- May ndash Award contract
Mid- June ndash Architect and Engineer to issue full construction and permit drawings
Construction schedule to be provided by CM
Attachment D RED+F Questionnaire
Attachment E NYULMC Approved Subcontractor List
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
Attachment D RED+F Questionnaire
Attachment E NYULMC Approved Subcontractor List
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
Attachment E NYULMC Approved Subcontractor List
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
Attachment F General Conditions Workbook
- Skirball CM Trade Manager RFP 3 24 15 VCF FINAL FOR POSTING (2) r3-25
- Skirball MER RFP Attachments A through F (3)
-
General Conditions
GENERAL CONDITIONS | |||||||||||
CONTRACTOR | |||||||||||
PROJECT | |||||||||||
LOCATION | |||||||||||
ITEM | DESCRIPTION | UNIT COST ($)1 | QUANTITY | EXTENDED COST | NOTES | ||||||
1 | PROJECT EXECUTIVE | ||||||||||
2 | PROJECT MANAGER | ||||||||||
3 | SUPERINTENDENT | ||||||||||
5 | ADMINISTRATIVE ASSISTANT | ||||||||||
6 | ACCOUNTING | ||||||||||
7 | ESTIMATING amp VALUE ENGINEERING | ||||||||||
9 | PERMITS amp FEES | ||||||||||
10 | LOCAL TRAVEL AND PARKING EXPENSES | ||||||||||
13 | PRINTING AND REPRODUCTION | ||||||||||
14 | POSTAGE amp MESSENGER | ||||||||||
15 | SITE SAFETY AND SIGNAGE | ||||||||||
19 | NEGATIVE AIR MACHINES (2-6 ACHR) | ||||||||||
20 | SITE ENTRANCE MATS (Sticky Mats) | ||||||||||
22 | FIELD OFFICE EXPENSES | ||||||||||
23 | FIELD TELEPHONES FAX INTERNET | ||||||||||
24 | CLEANING | ||||||||||
26 | RUBBISH REMOVAL (Mini Containers) | ||||||||||
31 | FIRST AID | ||||||||||
32 | FIRE EXTINGUISHER | ||||||||||
33 | EQUIPMENT RENTAL | ||||||||||
34 | SITE SECURITY | ||||||||||
36 | OTHER GENERAL CONDITIONS2 | ||||||||||
37 | |||||||||||
38 | TOTAL GENERAL CONDITIONS | ||||||||||
39 | |||||||||||
40 | Notes | ||||||||||
41 | 1 Include only those items that apply to this project For all others input NA | ||||||||||
42 | 2 Describe in NOTES column | ||||||||||
43 | 3 Must be filled out entirely Incomplete worksheet will disqualify your bid | ||||||||||
44 | |||||||||||
45 |
RED+F Qualification Questionnaire Page 1 of 11 Revised February 10 2015
RED+F QUALIFICATION QUESTIONNAIREINFORMATION TO BE FURNISHED BY A CONTRACTOR
(Note The term Contractor also refers to Consultants) All questions on this questionnaire must be answered do not leave blanks ndash where appropriate state ldquoNonerdquo or ldquoNot Applicablerdquo (NA) If additional space is required to fully respond to any questions please add sheets to this questionnaire and reference the questionsanswers appropriately) NYULMC reserves the right to inquire further with respect to any matter in this questionnaire or otherwise to determine the suitability of Contractor toreceive an award of a contract
PART I IDENTITY OF CONTRACTOR
A Contractorrsquos full legal name __________________________________________________
B Tax ID Number (ldquoTINrdquo) Employer Identification Number (ldquoEINrdquo) and Social Security Number (ldquoSSNrdquo) as applicable _______________________________________________
Dun amp Bradstreet DUNS (DUNS) (unique nine digit number) _____________________________
C Contractorrsquos form of legal entity (corporation joint venture sole proprietorship etc)____________________________________________________________________ If the Contractor is a Joint Venture or Partnership please list all partner firms andor parties to the Joint Venture below All partners andor parties listed are also required to individually complete a separate RED+F Qualification Questionnaire
(1) PartnerParty Name ____________________________________________________
TIN EIN or SSN_____________________________________________________
DUNS ____________________________________________________________ Percentage of Ownership _______________________________________________
(2) PartnerParty Name_____________________________________________________ TIN EIN or SSN_______________________________________________________
DUNS ____________________________________________________________ Percentage of ownership_________________________________________________
D State or country under whose laws Contractor is organized and year organized _________________________________________________________________________
F Does the Contractor now use or in the past ten (10) years has it used TIN EIN doing business as or ldquoDBArdquo name trade name or abbreviation other than the Contractorrsquos name or TIN or EIN number listed in Part IB above ________________________
E Number of employees - Company wide __________ Local office ___________
RED+F Qualification Questionnaire Page 2 of 11 Revised February 10 2015
G Contractorrsquos mailing address _________________________________________________ ndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndash ndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndash
H Contractorrsquos street address (complete only if different than ldquoFrdquo) ____________________________________________________________________________________________________
I Has contractor changed its address in the past five (5) years and if so what was the firmrsquosprior address(es)__________________________________________________________
J Contractorrsquos telephone number _______________ Fax number______________________Email address _____________________________________________________________
K Does the Contractor own or rent office space Please provide the details__________________ _______________________________________________________________________________ PART II IDENTITY OF PERSON COMPLETING THIS QUESTIONNAIRE
A Name ______________________________________________________________________
B EmployerTitle ______________________________________________________________
C Telephone number _________________________ Fax number______________________
D Email address _________________________________ Mobile number_______________
PART III CONTRACTOR REPRESENTATIONS If for any reason a representation on this questionnaire is not accurate and complete as of the time Contractor signs this form Contractor must identify the provision and explain the reason in detail on a separate sheet Absent such an explanation Contractor represents that the following statements are complete and accurate
The following questions apply to i) Contractor Contractorrsquos parent subsidiaries and affiliates of Contractor (if any) ii) any joint venture (including its individual members) and any other form of partnership (including its individual members) which includes Contractor or Contractorrsquos parent subsidiaries or affiliates of Contractor iii) Contractorrsquos directors officers principals managerial employees and any person or entity with a 10 or more interest in Contractor iv) any legal entity controlled or 10 or more of which is owned by Contractor or by any director officer principal managerial employee of Contractor or by any person or entity with a 10 or more interest in Contractor (If the answer to any question is ldquoYESrdquo Contractor must provide all relevant information on a separate sheet annexed hereto) Please check this box if a separate sheet is attached
RED+F Qualification Questionnaire Page 3 of 11 Revised February 10 2015
(1) Within the past five (5) years has Contractor been declared not responsible to receive a public or private contract
NO YES
(2) Has Contractor been debarred suspended or otherwise disqualified from bidding proposing or contracting
NO YES
(3) Is there a proceeding pending relating to Contractorrsquos responsibility debarment suspension or qualification to receive a public or private contract
NO YES
(4) Within the past five (5) years has Contractor defaulted on a contract or been terminated for cause on a public or private contract
NO YES
(5) Has a public or private entity requested or required enforcement of any of its rights under a surety agreement on the basis of Contractorrsquos default or in lieu of declaring Contractor in default
NO YES
(6) Within the past five (5) years has the Contractor been required to engage the services of an Integrity Monitor in connection with the award of or in order to complete any public or private contract
NO YES
(7) Within the past five (5) years have Contractorrsquos safety practicesprocedures been evaluated and ruled as less than satisfactory by a public or private entity
NO YES
(8) Has Contractorrsquos Workers Compensation Experience Rating (also known as the Experience Modification Rate or EMR) been 12 or greater at any time in the last five (5) years If ldquoyesrdquo please explain
NO YES
RED+F Qualification Questionnaire Page 4 of 11 Revised February 10 2015
PART IV QUESTIONS WHICH MUST BE ANSWERED BY ldquoYESrdquo or ldquoNOrdquo (In the event of a ldquoYESrdquo Contractor must provide all relevant information on a separate sheet annexed hereto)
To the best of your knowledge after diligent inquiry in connection with the business of Contractor or any other firm which is related to Contractor by any degree of common ownership control or otherwise do any of the following statements apply to i) Contractor Contractorrsquos parent subsidiaries and affiliates of Contractor (if any) ii) any joint venture (including its individual members) and any other form of partnership (including its individual members) which includes Contractor or Contractorrsquos parent subsidiaries or affiliates of Contractor iii) Contractorrsquos directors officers principals managerial employees and any person or entity with a 10 or more interest in Contractor iv) any legal entity controlled or 10 or more of which is owned by Contractor or by any director officer principal managerial employee of Contractor or by any person or entity with a 10 or more interest in Contractor
A Within the past ten (10) years has been convicted of or pleaded nolo contendre to (1) any felony or (2) a misdemeanor related to truthfulness in connection with business conduct
NO YES
B Is currently disqualified from selling or submitting bidsproposals to or receiving awards from or entering into any contract with any federal state or local government agency any public authority or any other public entity
NO YES
C Has within a ten (10) year period preceding the date of this Questionnaire been convicted of or had a civil judgment rendered against it for or in relation to (i) commission of fraud or a criminal offense in connection with obtaining attempting to obtain or performing a public (federal state or local) transaction or contract under a public transaction (ii) collusion with another person or entity in connection with the submission of bidproposals (iii) violation of federal or state antitrust statutes or False Claims Acts or (iv) commission of embezzlement theft forgery bribery falsification or destruction of records making false statements) or receiving stolen property
NO YES
RED+F Qualification Questionnaire Page 5 of 11 Revised February 10 2015
PART V ADDITIONAL QUESTIONS In the event of a ldquoYesrdquo Contractor must provide all relevant information on a separate sheet annexed hereto
A List the name title and home and business address of each person or legal entity which has a 10 or more ownership or control interest in Contractor
Name____________________________________________________________________ Title_____________________________________________________________________ Home address_____________________________________________________________ _________________________________________________________________________ Business address___________________________________________________________
B List the name title and home and business address of each director and principal officer of Contractor
Name____________________________________________________________________ Title_____________________________________________________________________ Home address_____________________________________________________________ _________________________________________________________________________ Business address___________________________________________________________
C In the past ten (10) years has Contractor entered into a consent decree deferred prosecution agreement or a non-prosecution agreement
NO YES
D In the past seven (7) years have any bankruptcy proceedings been initiated by or against the Contractor (whether or not closed) or is any bankruptcy proceeding pending by or against the Contractor regardless of the date of filing
NO YES
E In the past five (5) years have there been any judgments or tax liens of $100000 or more including but not limited to judgments based on taxes owed fines and penalties assessed by a government agency against Contractor at any time
NO YES
F During the past five (5) years has the Contractor failed to file any applicable federal state or local tax return NO YES
G Does any principal owner or officer of the Contractor or any member of hisher immediate family have an ownership interest in any entity that holds the title or lease to any real property used by the Contractor
NO YES
RED+F Qualification Questionnaire Page 6 of 11 Revised February 10 2015
H Does Contractor share office space staff equipment or expenses with any other entities If ldquoYESrdquo please provide details
NO YES
I Contractor is required to provide a list of contracts as requested in (1) and (2) below For each of the contracts listed in (1) and (2) below Contractor shall provide a brief description of the work performed the contract number the dollar amount at award and at completion date completed and the name and telephone number of the ownerrsquos representative
(1) List all contracts completed during the last three (3) years that are relevant to the type of work you expect to perform at NYULMC If more than three (3) contracts have been completed in the past three (3) years list the last three (3) contracts completed here and attach additional pages for the remainder
a Brief description of work performed______________________________________________________________________________________________________________________________ ______________________________________________________________________________ Contract number ___________________________________________________ Dollar amount of award _____________________________________________ Date completed ____________________________________________________ NameTelephone number and email address of company and Ownerrsquos Representative __________________________________________________________________ Dollar Amount at completion __________________________________________
b Brief description of work performed _______________________________________________________________________________________________________________________________________________________________________________________________________Contract number ____________________________________________________Dollar amount of award ______________________________________________Date completed _____________________________________________________
NameTelephone number and email address of company and Ownerrsquos Representative __________________________________________________________________ Dollar Amount at completion __________________________________________
c Brief description of work performed ________________________________________________________________________________________________________________________________________________________________________Contract number ____________________________________________________Dollar amount of award _______________________________________________Date completed _____________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative____________________________________________________________________________________________________________________________________Dollar Amount at completion __________________________________________
(2) List each contract completed by Contractor during the last three (3) years for which liquidated damages or penalty provisions were assessed against Contractor for failure to complete the work on time or for any other reason Contractor is required to provide an explanation of the circumstances for each contract
a Brief description of work performed _______________________________________
RED+F Qualification Questionnaire Page 7 of 11 Revised February 10 2015
Contract number ______________________________________________________ Dollar amount of award _________________________________________________ Date completed ________________________________________________________ NameTelephone number and email address of company and Ownerrsquos Representative _____________________________________________________________________ Dollar Amount at completion _____________________________________________
b Brief description of work performed _______________________________________Contract number ______________________________________________________Dollar amount of award _________________________________________________Date completed ________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative_____________________________________________________________________Dollar Amount at completion _____________________________________________
c Brief description of work performed ____________________________________________________________________________________________________________Contract number _______________________________________________________Dollar amount of award _________________________________________________Date completed ________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative
_____________________________________________________________________ Dollar Amount at completion _____________________________________________
If none of the above situations occurred during the last three (3) years state ldquoNONErdquo here ___________
J Furnish the following information for each contract for which during the last three (3) years the Contractor was
(1) Terminated for default or (2) Sued to compel performance or (3) Sued to recover damages including without limitation upon an alleged breach of contract
misfeasance error or omission or other alleged failure on Contractorrsquos part to perform as required by the contract or
(4) Called upon a surety to perform the work or (5) Required to engage the services of an Integrity Monitor in connection with the award of or in
order to complete any public or private contract or (6) Required to draw on a letter of credit in lieu of a performance bond
a Brief description of work performed ______________________________________________________________________________________________________________Contract number ________________________________________________________Dollar amount of award ___________________________________________________Date completed _________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative______________________________________________________________________
If none of the above situations occurred during the last three (3) years state ldquoNONErdquo here________
RED+F Qualification Questionnaire Page 8 of 11 Revised February 10 2015
PART VI ANNUAL REVENUE LAST 3 YEARS A Annual average revenues of firm for last 3 years _____________________________
1 Hospital medical research etc _____________________
2 Work performed in NYC_______________________
B New awards list the value and billing amount of new contracts awarded to your firm for the last 5 years
PART VII BACKGROUND
A Indicate if your business qualifies as one of the following
Minority Business Enterprise Disadvantaged Business Enterprise
Woman-owned Business Enterprise Small Business Enterprise
B Governmental Certification Expiration Dates
State of _____________________ City of _____________________
Dormitory Authority Port Authority of NYNJ School Construction Authority Health amp Hospitals Other _______________________ Attach a copy of your current certification)
C
D
Bonding Capacity ndash single job $______________ Aggregate $_______________Surety contact (Name address AgentBroker name email address phone number________________________________________________________________________________________________________________________________________________________
List any licenses your company holds Attach a separate sheet if necessary________________________________________________________________________________________________________________________________________________________
Contract Awards $ Billings
Current Year 20____ $_________________ $________________
Previous Year 20_____ $_________________ $________________
Two Years Prior 20_____ $_________________ $________________
Three Years Prior 20_____ $_________________ $________________
Four Years Prior 20_____ $_________________ $________________
RED+F Qualification Questionnaire Page 9 of 11 Revised February 10 2015
PART VIII SAFETY
A Workerrsquos Compensation Carrier _____________________ Policy Expiration Date______________
B Experience Modification Rate (EMR) OSHA Recordable and Lost Time information
List your firmrsquos EMR for the three most recent years Current __________________ Previous _________________ Two years prior ___________
C Please use your OSHA 200 logs (or insurance loss runs) to complete this section
Number of injuries and illnesses One Year Prior Two Years Prior Three Years Prior 1 Number of lost workday
cases incl restricteddays (columns 2 amp 9)
_________________ _________________ _________________
2 Number of OSHArecordable(columns 2 6 9 amp13)
_________________ _________________ _________________
3 Number of fatalities_________________ _________________ _________________
D Total employee hours worked One Year Prior Two Years Prior Three Years Prior
_________________ _________________ _________________
E Name of insurance company _______________________________________________________ Address________________________________________________________________________ _______________________________________________________________________________ Telephone _______________________ Contact name __________________________________
RED+F Qualification Questionnaire Page 10 of 11 Revised February 10 2015
NYU LANGONE MEDICAL CENTER RED+F QUALIFICATION QUESTIONNAIRE
PART VI - AFFIDAVIT AND ACKNOWLEDGEMENT
STATE OF_______________________) ) SS __________________
COUNTY OF_____________________)
On the___________ day of___________ 201_____ before me personally came and appeared __________________________by me known to be said person who swore under oath as follows
l I am_______________________________ of__________________________________(Print name and title) (Print name of firm)
2 I am duly authorized to sign this RED+F Qualification Questionnaire on behalf of said firm and dulysigned this document pursuant to said authorization
3 The answers to the questions set forth in the RED+F Qualification Questionnaire and exceptas set forth in the stated exceptions in Part III the representations set forth in this questionnaire aretrue accurate and complete I authorize NYU Langone Medical Center to verify any such informationand to conduct any background checks it deems appropriate
4 I acknowledge and understand that the RED+F Qualification Questionnaire includes provisions whichare deemed included n the contract if awarded to the firm
___________________________________________ Signature
Sworn to and subscribed to before me this_________day of _______________ 20____
______________________________________
Notary Public_____________________County My commission expires____________________
RED+F Qualification Questionnaire Page 11 of 11 Revised February 10 2015
RED+F QUALIFICATION QUESTIONNAIRE PART13 VII13 ndashAFFIDAVIT13 OF13 NO13 CHANGE13
(If applicable13 complete and submit two original signed13 notarized affidavits of no change)STATE13 OF13 _____________________________13 )
)13 ssCOUNTY OF ___________________________ )
On13 the13 ________13 day13 of13 _____________13 20______13 before13 me13 personally13 came13 and13 appeared13 _________________________13 by13 me13 known to be said person who swore13 under oath as follows
1 I13 am13 __________________________13 13 13 13 13 13 13 13 13 13 13 of ________________________________________(Print name and title)13 13 13 13 (Print name13 of13 firm)
2 The firm is the BidderProposerContractor for Contract _________________ I am duly authorized tosign this Affidavit of No Change on behalf of said firm and duly signed this document pursuant to saidauthorization
3 The BidderProposerSubcontractor previously submitted a RED+F Qualification Questionnairewithin one (1) year prior to the date hereof to NYU Langone Medical Center (NYULMC)
4 Attached is an accurate and true copy of such previously submitted RED+F QualificationQuestionnaire
5 I hereby certify that there has been no material change in the information specified on such attachedRED+F Qualification Questionnaire except as follows (attach additional sheet as required)__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
6 I acknowledge and understand that the previously submitted RED+F Qualification Questionnaireincludes provisions which are deemed included in the Contract if awarded to the firm
BidderProposerContractor must13 sign13 here13 ___________________________________Dated13 ___________________________________13
Sworn13 to13 and13 subscribed13 to13 before13 me13 this13 ____________13 13 13 day13 of13 ____________13 20__13
__________________________________(Notary13 Public)
Notary Public____________________ County
My commission expires ________
- Untitled
-
- Contractors full legal name
- Number SSN as applicable
- Dun Bradstreet DUNS DUNS unique nine digit number
- etc
- 1 PartnerParty Name
- TIN EIN or SSN
- DUNS
- Percentage of Ownership
- 2 PartnerParty Name
- TIN EIN or SSN_2
- DUNS_2
- Percentage of ownership
- State or country under whose laws Contractor is organized and year organized
- or TIN or EIN number listed in Part IB above
- Contractors mailing address 1
- Contractors mailing address 2
- Contractors street address complete only if different than F
- G
- prior addresses
- Contractors telephone number
- Fax number
- Email address
- J Does the Contractor own or rent office space Please provide the details 1
- J Does the Contractor own or rent office space Please provide the details 2
- Name
- EmployerTitle
- Fax number_2
- Mobile number
- Name_2
- Title 1
- Title 2
- Home address
- Business address
- Name_3
- Title 1_2
- Title 2_2
- Home address_2
- Business address_2
- a Brief description of work performed
- 1
- 2
- Contract number
- Dollar amount of award
- Date completed
- NameTelephone number and email address of company and Owners Representative
- b Brief description of work performed
- Dollar Amount at completion 1
- Dollar Amount at completion 2
- undefined_42
- Contract number_2
- Dollar amount of award_2
- Date completed_2
- NameTelephone number and email address of company and Owners Representative_2
- c Brief description of work performed
- Dollar Amount at completion 1_2
- Dollar Amount at completion 2_2
- undefined_43
- Contract number_3
- Dollar amount of award_3
- Date completed_3
- NameTelephone number and email address of company and Owners Representative 1
- NameTelephone number and email address of company and Owners Representative 2
- Dollar Amount at completion
- Brief description of work performed
- Contract number_4
- Dollar amount of award_4
- Date completed_4
- NameTelephone number and email address of company and Owners Representative_3
- Dollar Amount at completion_2
- Brief description of work performed_2
- Contract number_5
- Dollar amount of award_5
- Date completed_5
- NameTelephone number and email address of company and Owners Representative_4
- c Brief description of work performed
- Dollar Amount at completion 1_3
- Dollar Amount at completion 2_3
- Contract number_6
- Dollar amount of award_6
- Date completed_6
- NameTelephone number and email address of company and Owners Representative_5
- Dollar Amount at completion_3
- If none of the above situations occurred during the last three 3 years state NONE here
- a Brief description of work performed
- undefined_44
- Contract number_7
- Dollar amount of award_7
- Date completed_7
- NameTelephone number and email address of company and Owners Representative_6
- If none of the above situations occurred during the last three 3 years state NONE here_2
- City of
- undefined_48
- undefined_49
- undefined_50
- undefined_51
- undefined_52
- undefined_53
- Minority Business Enterprise Off
- Disadvantaged Business Enterprise Off
- Womanowned Business Enterprise Off
- Local Business Enterprise Off
- State of
- Other
- Expiration Dates 1
- Expiration Dates 2
- Expiration Dates 4
- Expiration Dates 5
- Expiration Dates 6
- Expiration Dates 7
- Expiration Dates 8
- Workers Compensation Carrier
- Policy Expiration Date
- Current
- Previous
- Two years prior
- cases incl restricted
- undefined_60
- undefined_61
- undefined_62
- undefined_63
- undefined_64
- undefined_65
- undefined_66
- undefined_67
- One Year Prior
- Two Years Prior
- Three Years Prior
- Name of insurance company
- Address 1
- Address 2
- Telephone
- Contact name
- STATE OF
- SS
- COUNTY OF
- On the
- day of
- 201
- by me known to be said person who swore under oath as follows
- I am
- of
- 201_2
- this 1
- this 2
- day of_2
- Notary Public
- My commission expires
- undefined_73
- OF
- undefined_74
- undefined_75
- I am
- undefined_76
- The firm is the BidderProposerContractor for Contract
- Qualification 1
- Qualification 2
- Qualification 3
- Dated
- undefined_77
- Notary Public
- undefined_78
- Notary Public_2
- Commission expires
- PersonPhone
- Person email
- Check Box3 Off
- Check Box10 Off
- Check Box11 Off
- Check Box12 Off
- Check Box13 Off
- Check Box14 Off
- Check Box15 Off
- Check Box16 Off
- Check Box17 Off
- Check Box18 Off
- Check Box19 Off
- Check Box20 Off
- Check Box21 Off
- Check Box22 Off
- Check Box23 Off
- Check Box24 Off
- Check Box25 Off
- Check Box26 Off
- Check Box27 Off
- Check Box28 Off
- Check Box29 Off
- Check Box30 Off
- Check Box31 Off
- Check Box32 Off
- Check Box33 Off
- Check Box34 Off
- Check Box35 Off
- Check Box36 Off
- Check Box37 Off
- Check Box38 Off
- Check Box39 Off
- Check Box40 Off
- Check Box41 Off
- Check Box42 Off
- Check Box43 Off
- Text44
- Text45
- Text46
- Text47
- Text48
- employees company wide
- Employees - locally
- bonding - single job
- bonding - aggregate
- undefined_55
- undefined_54
- undefined_100
- undefined_101
- Text 100
- Text 102
- Text 103
- Text 101
- Text 104
- Text110
- Text112
- Text111
- Text113
-
RED+F Qualification Questionnaire Page 2 of 11 Revised February 10 2015
G Contractorrsquos mailing address _________________________________________________ ndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndash ndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndashndash
H Contractorrsquos street address (complete only if different than ldquoFrdquo) ____________________________________________________________________________________________________
I Has contractor changed its address in the past five (5) years and if so what was the firmrsquosprior address(es)__________________________________________________________
J Contractorrsquos telephone number _______________ Fax number______________________Email address _____________________________________________________________
K Does the Contractor own or rent office space Please provide the details__________________ _______________________________________________________________________________ PART II IDENTITY OF PERSON COMPLETING THIS QUESTIONNAIRE
A Name ______________________________________________________________________
B EmployerTitle ______________________________________________________________
C Telephone number _________________________ Fax number______________________
D Email address _________________________________ Mobile number_______________
PART III CONTRACTOR REPRESENTATIONS If for any reason a representation on this questionnaire is not accurate and complete as of the time Contractor signs this form Contractor must identify the provision and explain the reason in detail on a separate sheet Absent such an explanation Contractor represents that the following statements are complete and accurate
The following questions apply to i) Contractor Contractorrsquos parent subsidiaries and affiliates of Contractor (if any) ii) any joint venture (including its individual members) and any other form of partnership (including its individual members) which includes Contractor or Contractorrsquos parent subsidiaries or affiliates of Contractor iii) Contractorrsquos directors officers principals managerial employees and any person or entity with a 10 or more interest in Contractor iv) any legal entity controlled or 10 or more of which is owned by Contractor or by any director officer principal managerial employee of Contractor or by any person or entity with a 10 or more interest in Contractor (If the answer to any question is ldquoYESrdquo Contractor must provide all relevant information on a separate sheet annexed hereto) Please check this box if a separate sheet is attached
RED+F Qualification Questionnaire Page 3 of 11 Revised February 10 2015
(1) Within the past five (5) years has Contractor been declared not responsible to receive a public or private contract
NO YES
(2) Has Contractor been debarred suspended or otherwise disqualified from bidding proposing or contracting
NO YES
(3) Is there a proceeding pending relating to Contractorrsquos responsibility debarment suspension or qualification to receive a public or private contract
NO YES
(4) Within the past five (5) years has Contractor defaulted on a contract or been terminated for cause on a public or private contract
NO YES
(5) Has a public or private entity requested or required enforcement of any of its rights under a surety agreement on the basis of Contractorrsquos default or in lieu of declaring Contractor in default
NO YES
(6) Within the past five (5) years has the Contractor been required to engage the services of an Integrity Monitor in connection with the award of or in order to complete any public or private contract
NO YES
(7) Within the past five (5) years have Contractorrsquos safety practicesprocedures been evaluated and ruled as less than satisfactory by a public or private entity
NO YES
(8) Has Contractorrsquos Workers Compensation Experience Rating (also known as the Experience Modification Rate or EMR) been 12 or greater at any time in the last five (5) years If ldquoyesrdquo please explain
NO YES
RED+F Qualification Questionnaire Page 4 of 11 Revised February 10 2015
PART IV QUESTIONS WHICH MUST BE ANSWERED BY ldquoYESrdquo or ldquoNOrdquo (In the event of a ldquoYESrdquo Contractor must provide all relevant information on a separate sheet annexed hereto)
To the best of your knowledge after diligent inquiry in connection with the business of Contractor or any other firm which is related to Contractor by any degree of common ownership control or otherwise do any of the following statements apply to i) Contractor Contractorrsquos parent subsidiaries and affiliates of Contractor (if any) ii) any joint venture (including its individual members) and any other form of partnership (including its individual members) which includes Contractor or Contractorrsquos parent subsidiaries or affiliates of Contractor iii) Contractorrsquos directors officers principals managerial employees and any person or entity with a 10 or more interest in Contractor iv) any legal entity controlled or 10 or more of which is owned by Contractor or by any director officer principal managerial employee of Contractor or by any person or entity with a 10 or more interest in Contractor
A Within the past ten (10) years has been convicted of or pleaded nolo contendre to (1) any felony or (2) a misdemeanor related to truthfulness in connection with business conduct
NO YES
B Is currently disqualified from selling or submitting bidsproposals to or receiving awards from or entering into any contract with any federal state or local government agency any public authority or any other public entity
NO YES
C Has within a ten (10) year period preceding the date of this Questionnaire been convicted of or had a civil judgment rendered against it for or in relation to (i) commission of fraud or a criminal offense in connection with obtaining attempting to obtain or performing a public (federal state or local) transaction or contract under a public transaction (ii) collusion with another person or entity in connection with the submission of bidproposals (iii) violation of federal or state antitrust statutes or False Claims Acts or (iv) commission of embezzlement theft forgery bribery falsification or destruction of records making false statements) or receiving stolen property
NO YES
RED+F Qualification Questionnaire Page 5 of 11 Revised February 10 2015
PART V ADDITIONAL QUESTIONS In the event of a ldquoYesrdquo Contractor must provide all relevant information on a separate sheet annexed hereto
A List the name title and home and business address of each person or legal entity which has a 10 or more ownership or control interest in Contractor
Name____________________________________________________________________ Title_____________________________________________________________________ Home address_____________________________________________________________ _________________________________________________________________________ Business address___________________________________________________________
B List the name title and home and business address of each director and principal officer of Contractor
Name____________________________________________________________________ Title_____________________________________________________________________ Home address_____________________________________________________________ _________________________________________________________________________ Business address___________________________________________________________
C In the past ten (10) years has Contractor entered into a consent decree deferred prosecution agreement or a non-prosecution agreement
NO YES
D In the past seven (7) years have any bankruptcy proceedings been initiated by or against the Contractor (whether or not closed) or is any bankruptcy proceeding pending by or against the Contractor regardless of the date of filing
NO YES
E In the past five (5) years have there been any judgments or tax liens of $100000 or more including but not limited to judgments based on taxes owed fines and penalties assessed by a government agency against Contractor at any time
NO YES
F During the past five (5) years has the Contractor failed to file any applicable federal state or local tax return NO YES
G Does any principal owner or officer of the Contractor or any member of hisher immediate family have an ownership interest in any entity that holds the title or lease to any real property used by the Contractor
NO YES
RED+F Qualification Questionnaire Page 6 of 11 Revised February 10 2015
H Does Contractor share office space staff equipment or expenses with any other entities If ldquoYESrdquo please provide details
NO YES
I Contractor is required to provide a list of contracts as requested in (1) and (2) below For each of the contracts listed in (1) and (2) below Contractor shall provide a brief description of the work performed the contract number the dollar amount at award and at completion date completed and the name and telephone number of the ownerrsquos representative
(1) List all contracts completed during the last three (3) years that are relevant to the type of work you expect to perform at NYULMC If more than three (3) contracts have been completed in the past three (3) years list the last three (3) contracts completed here and attach additional pages for the remainder
a Brief description of work performed______________________________________________________________________________________________________________________________ ______________________________________________________________________________ Contract number ___________________________________________________ Dollar amount of award _____________________________________________ Date completed ____________________________________________________ NameTelephone number and email address of company and Ownerrsquos Representative __________________________________________________________________ Dollar Amount at completion __________________________________________
b Brief description of work performed _______________________________________________________________________________________________________________________________________________________________________________________________________Contract number ____________________________________________________Dollar amount of award ______________________________________________Date completed _____________________________________________________
NameTelephone number and email address of company and Ownerrsquos Representative __________________________________________________________________ Dollar Amount at completion __________________________________________
c Brief description of work performed ________________________________________________________________________________________________________________________________________________________________________Contract number ____________________________________________________Dollar amount of award _______________________________________________Date completed _____________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative____________________________________________________________________________________________________________________________________Dollar Amount at completion __________________________________________
(2) List each contract completed by Contractor during the last three (3) years for which liquidated damages or penalty provisions were assessed against Contractor for failure to complete the work on time or for any other reason Contractor is required to provide an explanation of the circumstances for each contract
a Brief description of work performed _______________________________________
RED+F Qualification Questionnaire Page 7 of 11 Revised February 10 2015
Contract number ______________________________________________________ Dollar amount of award _________________________________________________ Date completed ________________________________________________________ NameTelephone number and email address of company and Ownerrsquos Representative _____________________________________________________________________ Dollar Amount at completion _____________________________________________
b Brief description of work performed _______________________________________Contract number ______________________________________________________Dollar amount of award _________________________________________________Date completed ________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative_____________________________________________________________________Dollar Amount at completion _____________________________________________
c Brief description of work performed ____________________________________________________________________________________________________________Contract number _______________________________________________________Dollar amount of award _________________________________________________Date completed ________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative
_____________________________________________________________________ Dollar Amount at completion _____________________________________________
If none of the above situations occurred during the last three (3) years state ldquoNONErdquo here ___________
J Furnish the following information for each contract for which during the last three (3) years the Contractor was
(1) Terminated for default or (2) Sued to compel performance or (3) Sued to recover damages including without limitation upon an alleged breach of contract
misfeasance error or omission or other alleged failure on Contractorrsquos part to perform as required by the contract or
(4) Called upon a surety to perform the work or (5) Required to engage the services of an Integrity Monitor in connection with the award of or in
order to complete any public or private contract or (6) Required to draw on a letter of credit in lieu of a performance bond
a Brief description of work performed ______________________________________________________________________________________________________________Contract number ________________________________________________________Dollar amount of award ___________________________________________________Date completed _________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative______________________________________________________________________
If none of the above situations occurred during the last three (3) years state ldquoNONErdquo here________
RED+F Qualification Questionnaire Page 8 of 11 Revised February 10 2015
PART VI ANNUAL REVENUE LAST 3 YEARS A Annual average revenues of firm for last 3 years _____________________________
1 Hospital medical research etc _____________________
2 Work performed in NYC_______________________
B New awards list the value and billing amount of new contracts awarded to your firm for the last 5 years
PART VII BACKGROUND
A Indicate if your business qualifies as one of the following
Minority Business Enterprise Disadvantaged Business Enterprise
Woman-owned Business Enterprise Small Business Enterprise
B Governmental Certification Expiration Dates
State of _____________________ City of _____________________
Dormitory Authority Port Authority of NYNJ School Construction Authority Health amp Hospitals Other _______________________ Attach a copy of your current certification)
C
D
Bonding Capacity ndash single job $______________ Aggregate $_______________Surety contact (Name address AgentBroker name email address phone number________________________________________________________________________________________________________________________________________________________
List any licenses your company holds Attach a separate sheet if necessary________________________________________________________________________________________________________________________________________________________
Contract Awards $ Billings
Current Year 20____ $_________________ $________________
Previous Year 20_____ $_________________ $________________
Two Years Prior 20_____ $_________________ $________________
Three Years Prior 20_____ $_________________ $________________
Four Years Prior 20_____ $_________________ $________________
RED+F Qualification Questionnaire Page 9 of 11 Revised February 10 2015
PART VIII SAFETY
A Workerrsquos Compensation Carrier _____________________ Policy Expiration Date______________
B Experience Modification Rate (EMR) OSHA Recordable and Lost Time information
List your firmrsquos EMR for the three most recent years Current __________________ Previous _________________ Two years prior ___________
C Please use your OSHA 200 logs (or insurance loss runs) to complete this section
Number of injuries and illnesses One Year Prior Two Years Prior Three Years Prior 1 Number of lost workday
cases incl restricteddays (columns 2 amp 9)
_________________ _________________ _________________
2 Number of OSHArecordable(columns 2 6 9 amp13)
_________________ _________________ _________________
3 Number of fatalities_________________ _________________ _________________
D Total employee hours worked One Year Prior Two Years Prior Three Years Prior
_________________ _________________ _________________
E Name of insurance company _______________________________________________________ Address________________________________________________________________________ _______________________________________________________________________________ Telephone _______________________ Contact name __________________________________
RED+F Qualification Questionnaire Page 10 of 11 Revised February 10 2015
NYU LANGONE MEDICAL CENTER RED+F QUALIFICATION QUESTIONNAIRE
PART VI - AFFIDAVIT AND ACKNOWLEDGEMENT
STATE OF_______________________) ) SS __________________
COUNTY OF_____________________)
On the___________ day of___________ 201_____ before me personally came and appeared __________________________by me known to be said person who swore under oath as follows
l I am_______________________________ of__________________________________(Print name and title) (Print name of firm)
2 I am duly authorized to sign this RED+F Qualification Questionnaire on behalf of said firm and dulysigned this document pursuant to said authorization
3 The answers to the questions set forth in the RED+F Qualification Questionnaire and exceptas set forth in the stated exceptions in Part III the representations set forth in this questionnaire aretrue accurate and complete I authorize NYU Langone Medical Center to verify any such informationand to conduct any background checks it deems appropriate
4 I acknowledge and understand that the RED+F Qualification Questionnaire includes provisions whichare deemed included n the contract if awarded to the firm
___________________________________________ Signature
Sworn to and subscribed to before me this_________day of _______________ 20____
______________________________________
Notary Public_____________________County My commission expires____________________
RED+F Qualification Questionnaire Page 11 of 11 Revised February 10 2015
RED+F QUALIFICATION QUESTIONNAIRE PART13 VII13 ndashAFFIDAVIT13 OF13 NO13 CHANGE13
(If applicable13 complete and submit two original signed13 notarized affidavits of no change)STATE13 OF13 _____________________________13 )
)13 ssCOUNTY OF ___________________________ )
On13 the13 ________13 day13 of13 _____________13 20______13 before13 me13 personally13 came13 and13 appeared13 _________________________13 by13 me13 known to be said person who swore13 under oath as follows
1 I13 am13 __________________________13 13 13 13 13 13 13 13 13 13 13 of ________________________________________(Print name and title)13 13 13 13 (Print name13 of13 firm)
2 The firm is the BidderProposerContractor for Contract _________________ I am duly authorized tosign this Affidavit of No Change on behalf of said firm and duly signed this document pursuant to saidauthorization
3 The BidderProposerSubcontractor previously submitted a RED+F Qualification Questionnairewithin one (1) year prior to the date hereof to NYU Langone Medical Center (NYULMC)
4 Attached is an accurate and true copy of such previously submitted RED+F QualificationQuestionnaire
5 I hereby certify that there has been no material change in the information specified on such attachedRED+F Qualification Questionnaire except as follows (attach additional sheet as required)__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
6 I acknowledge and understand that the previously submitted RED+F Qualification Questionnaireincludes provisions which are deemed included in the Contract if awarded to the firm
BidderProposerContractor must13 sign13 here13 ___________________________________Dated13 ___________________________________13
Sworn13 to13 and13 subscribed13 to13 before13 me13 this13 ____________13 13 13 day13 of13 ____________13 20__13
__________________________________(Notary13 Public)
Notary Public____________________ County
My commission expires ________
- Untitled
-
- Contractors full legal name
- Number SSN as applicable
- Dun Bradstreet DUNS DUNS unique nine digit number
- etc
- 1 PartnerParty Name
- TIN EIN or SSN
- DUNS
- Percentage of Ownership
- 2 PartnerParty Name
- TIN EIN or SSN_2
- DUNS_2
- Percentage of ownership
- State or country under whose laws Contractor is organized and year organized
- or TIN or EIN number listed in Part IB above
- Contractors mailing address 1
- Contractors mailing address 2
- Contractors street address complete only if different than F
- G
- prior addresses
- Contractors telephone number
- Fax number
- Email address
- J Does the Contractor own or rent office space Please provide the details 1
- J Does the Contractor own or rent office space Please provide the details 2
- Name
- EmployerTitle
- Fax number_2
- Mobile number
- Name_2
- Title 1
- Title 2
- Home address
- Business address
- Name_3
- Title 1_2
- Title 2_2
- Home address_2
- Business address_2
- a Brief description of work performed
- 1
- 2
- Contract number
- Dollar amount of award
- Date completed
- NameTelephone number and email address of company and Owners Representative
- b Brief description of work performed
- Dollar Amount at completion 1
- Dollar Amount at completion 2
- undefined_42
- Contract number_2
- Dollar amount of award_2
- Date completed_2
- NameTelephone number and email address of company and Owners Representative_2
- c Brief description of work performed
- Dollar Amount at completion 1_2
- Dollar Amount at completion 2_2
- undefined_43
- Contract number_3
- Dollar amount of award_3
- Date completed_3
- NameTelephone number and email address of company and Owners Representative 1
- NameTelephone number and email address of company and Owners Representative 2
- Dollar Amount at completion
- Brief description of work performed
- Contract number_4
- Dollar amount of award_4
- Date completed_4
- NameTelephone number and email address of company and Owners Representative_3
- Dollar Amount at completion_2
- Brief description of work performed_2
- Contract number_5
- Dollar amount of award_5
- Date completed_5
- NameTelephone number and email address of company and Owners Representative_4
- c Brief description of work performed
- Dollar Amount at completion 1_3
- Dollar Amount at completion 2_3
- Contract number_6
- Dollar amount of award_6
- Date completed_6
- NameTelephone number and email address of company and Owners Representative_5
- Dollar Amount at completion_3
- If none of the above situations occurred during the last three 3 years state NONE here
- a Brief description of work performed
- undefined_44
- Contract number_7
- Dollar amount of award_7
- Date completed_7
- NameTelephone number and email address of company and Owners Representative_6
- If none of the above situations occurred during the last three 3 years state NONE here_2
- City of
- undefined_48
- undefined_49
- undefined_50
- undefined_51
- undefined_52
- undefined_53
- Minority Business Enterprise Off
- Disadvantaged Business Enterprise Off
- Womanowned Business Enterprise Off
- Local Business Enterprise Off
- State of
- Other
- Expiration Dates 1
- Expiration Dates 2
- Expiration Dates 4
- Expiration Dates 5
- Expiration Dates 6
- Expiration Dates 7
- Expiration Dates 8
- Workers Compensation Carrier
- Policy Expiration Date
- Current
- Previous
- Two years prior
- cases incl restricted
- undefined_60
- undefined_61
- undefined_62
- undefined_63
- undefined_64
- undefined_65
- undefined_66
- undefined_67
- One Year Prior
- Two Years Prior
- Three Years Prior
- Name of insurance company
- Address 1
- Address 2
- Telephone
- Contact name
- STATE OF
- SS
- COUNTY OF
- On the
- day of
- 201
- by me known to be said person who swore under oath as follows
- I am
- of
- 201_2
- this 1
- this 2
- day of_2
- Notary Public
- My commission expires
- undefined_73
- OF
- undefined_74
- undefined_75
- I am
- undefined_76
- The firm is the BidderProposerContractor for Contract
- Qualification 1
- Qualification 2
- Qualification 3
- Dated
- undefined_77
- Notary Public
- undefined_78
- Notary Public_2
- Commission expires
- PersonPhone
- Person email
- Check Box3 Off
- Check Box10 Off
- Check Box11 Off
- Check Box12 Off
- Check Box13 Off
- Check Box14 Off
- Check Box15 Off
- Check Box16 Off
- Check Box17 Off
- Check Box18 Off
- Check Box19 Off
- Check Box20 Off
- Check Box21 Off
- Check Box22 Off
- Check Box23 Off
- Check Box24 Off
- Check Box25 Off
- Check Box26 Off
- Check Box27 Off
- Check Box28 Off
- Check Box29 Off
- Check Box30 Off
- Check Box31 Off
- Check Box32 Off
- Check Box33 Off
- Check Box34 Off
- Check Box35 Off
- Check Box36 Off
- Check Box37 Off
- Check Box38 Off
- Check Box39 Off
- Check Box40 Off
- Check Box41 Off
- Check Box42 Off
- Check Box43 Off
- Text44
- Text45
- Text46
- Text47
- Text48
- employees company wide
- Employees - locally
- bonding - single job
- bonding - aggregate
- undefined_55
- undefined_54
- undefined_100
- undefined_101
- Text 100
- Text 102
- Text 103
- Text 101
- Text 104
- Text110
- Text112
- Text111
- Text113
-
RED+F Qualification Questionnaire Page 3 of 11 Revised February 10 2015
(1) Within the past five (5) years has Contractor been declared not responsible to receive a public or private contract
NO YES
(2) Has Contractor been debarred suspended or otherwise disqualified from bidding proposing or contracting
NO YES
(3) Is there a proceeding pending relating to Contractorrsquos responsibility debarment suspension or qualification to receive a public or private contract
NO YES
(4) Within the past five (5) years has Contractor defaulted on a contract or been terminated for cause on a public or private contract
NO YES
(5) Has a public or private entity requested or required enforcement of any of its rights under a surety agreement on the basis of Contractorrsquos default or in lieu of declaring Contractor in default
NO YES
(6) Within the past five (5) years has the Contractor been required to engage the services of an Integrity Monitor in connection with the award of or in order to complete any public or private contract
NO YES
(7) Within the past five (5) years have Contractorrsquos safety practicesprocedures been evaluated and ruled as less than satisfactory by a public or private entity
NO YES
(8) Has Contractorrsquos Workers Compensation Experience Rating (also known as the Experience Modification Rate or EMR) been 12 or greater at any time in the last five (5) years If ldquoyesrdquo please explain
NO YES
RED+F Qualification Questionnaire Page 4 of 11 Revised February 10 2015
PART IV QUESTIONS WHICH MUST BE ANSWERED BY ldquoYESrdquo or ldquoNOrdquo (In the event of a ldquoYESrdquo Contractor must provide all relevant information on a separate sheet annexed hereto)
To the best of your knowledge after diligent inquiry in connection with the business of Contractor or any other firm which is related to Contractor by any degree of common ownership control or otherwise do any of the following statements apply to i) Contractor Contractorrsquos parent subsidiaries and affiliates of Contractor (if any) ii) any joint venture (including its individual members) and any other form of partnership (including its individual members) which includes Contractor or Contractorrsquos parent subsidiaries or affiliates of Contractor iii) Contractorrsquos directors officers principals managerial employees and any person or entity with a 10 or more interest in Contractor iv) any legal entity controlled or 10 or more of which is owned by Contractor or by any director officer principal managerial employee of Contractor or by any person or entity with a 10 or more interest in Contractor
A Within the past ten (10) years has been convicted of or pleaded nolo contendre to (1) any felony or (2) a misdemeanor related to truthfulness in connection with business conduct
NO YES
B Is currently disqualified from selling or submitting bidsproposals to or receiving awards from or entering into any contract with any federal state or local government agency any public authority or any other public entity
NO YES
C Has within a ten (10) year period preceding the date of this Questionnaire been convicted of or had a civil judgment rendered against it for or in relation to (i) commission of fraud or a criminal offense in connection with obtaining attempting to obtain or performing a public (federal state or local) transaction or contract under a public transaction (ii) collusion with another person or entity in connection with the submission of bidproposals (iii) violation of federal or state antitrust statutes or False Claims Acts or (iv) commission of embezzlement theft forgery bribery falsification or destruction of records making false statements) or receiving stolen property
NO YES
RED+F Qualification Questionnaire Page 5 of 11 Revised February 10 2015
PART V ADDITIONAL QUESTIONS In the event of a ldquoYesrdquo Contractor must provide all relevant information on a separate sheet annexed hereto
A List the name title and home and business address of each person or legal entity which has a 10 or more ownership or control interest in Contractor
Name____________________________________________________________________ Title_____________________________________________________________________ Home address_____________________________________________________________ _________________________________________________________________________ Business address___________________________________________________________
B List the name title and home and business address of each director and principal officer of Contractor
Name____________________________________________________________________ Title_____________________________________________________________________ Home address_____________________________________________________________ _________________________________________________________________________ Business address___________________________________________________________
C In the past ten (10) years has Contractor entered into a consent decree deferred prosecution agreement or a non-prosecution agreement
NO YES
D In the past seven (7) years have any bankruptcy proceedings been initiated by or against the Contractor (whether or not closed) or is any bankruptcy proceeding pending by or against the Contractor regardless of the date of filing
NO YES
E In the past five (5) years have there been any judgments or tax liens of $100000 or more including but not limited to judgments based on taxes owed fines and penalties assessed by a government agency against Contractor at any time
NO YES
F During the past five (5) years has the Contractor failed to file any applicable federal state or local tax return NO YES
G Does any principal owner or officer of the Contractor or any member of hisher immediate family have an ownership interest in any entity that holds the title or lease to any real property used by the Contractor
NO YES
RED+F Qualification Questionnaire Page 6 of 11 Revised February 10 2015
H Does Contractor share office space staff equipment or expenses with any other entities If ldquoYESrdquo please provide details
NO YES
I Contractor is required to provide a list of contracts as requested in (1) and (2) below For each of the contracts listed in (1) and (2) below Contractor shall provide a brief description of the work performed the contract number the dollar amount at award and at completion date completed and the name and telephone number of the ownerrsquos representative
(1) List all contracts completed during the last three (3) years that are relevant to the type of work you expect to perform at NYULMC If more than three (3) contracts have been completed in the past three (3) years list the last three (3) contracts completed here and attach additional pages for the remainder
a Brief description of work performed______________________________________________________________________________________________________________________________ ______________________________________________________________________________ Contract number ___________________________________________________ Dollar amount of award _____________________________________________ Date completed ____________________________________________________ NameTelephone number and email address of company and Ownerrsquos Representative __________________________________________________________________ Dollar Amount at completion __________________________________________
b Brief description of work performed _______________________________________________________________________________________________________________________________________________________________________________________________________Contract number ____________________________________________________Dollar amount of award ______________________________________________Date completed _____________________________________________________
NameTelephone number and email address of company and Ownerrsquos Representative __________________________________________________________________ Dollar Amount at completion __________________________________________
c Brief description of work performed ________________________________________________________________________________________________________________________________________________________________________Contract number ____________________________________________________Dollar amount of award _______________________________________________Date completed _____________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative____________________________________________________________________________________________________________________________________Dollar Amount at completion __________________________________________
(2) List each contract completed by Contractor during the last three (3) years for which liquidated damages or penalty provisions were assessed against Contractor for failure to complete the work on time or for any other reason Contractor is required to provide an explanation of the circumstances for each contract
a Brief description of work performed _______________________________________
RED+F Qualification Questionnaire Page 7 of 11 Revised February 10 2015
Contract number ______________________________________________________ Dollar amount of award _________________________________________________ Date completed ________________________________________________________ NameTelephone number and email address of company and Ownerrsquos Representative _____________________________________________________________________ Dollar Amount at completion _____________________________________________
b Brief description of work performed _______________________________________Contract number ______________________________________________________Dollar amount of award _________________________________________________Date completed ________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative_____________________________________________________________________Dollar Amount at completion _____________________________________________
c Brief description of work performed ____________________________________________________________________________________________________________Contract number _______________________________________________________Dollar amount of award _________________________________________________Date completed ________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative
_____________________________________________________________________ Dollar Amount at completion _____________________________________________
If none of the above situations occurred during the last three (3) years state ldquoNONErdquo here ___________
J Furnish the following information for each contract for which during the last three (3) years the Contractor was
(1) Terminated for default or (2) Sued to compel performance or (3) Sued to recover damages including without limitation upon an alleged breach of contract
misfeasance error or omission or other alleged failure on Contractorrsquos part to perform as required by the contract or
(4) Called upon a surety to perform the work or (5) Required to engage the services of an Integrity Monitor in connection with the award of or in
order to complete any public or private contract or (6) Required to draw on a letter of credit in lieu of a performance bond
a Brief description of work performed ______________________________________________________________________________________________________________Contract number ________________________________________________________Dollar amount of award ___________________________________________________Date completed _________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative______________________________________________________________________
If none of the above situations occurred during the last three (3) years state ldquoNONErdquo here________
RED+F Qualification Questionnaire Page 8 of 11 Revised February 10 2015
PART VI ANNUAL REVENUE LAST 3 YEARS A Annual average revenues of firm for last 3 years _____________________________
1 Hospital medical research etc _____________________
2 Work performed in NYC_______________________
B New awards list the value and billing amount of new contracts awarded to your firm for the last 5 years
PART VII BACKGROUND
A Indicate if your business qualifies as one of the following
Minority Business Enterprise Disadvantaged Business Enterprise
Woman-owned Business Enterprise Small Business Enterprise
B Governmental Certification Expiration Dates
State of _____________________ City of _____________________
Dormitory Authority Port Authority of NYNJ School Construction Authority Health amp Hospitals Other _______________________ Attach a copy of your current certification)
C
D
Bonding Capacity ndash single job $______________ Aggregate $_______________Surety contact (Name address AgentBroker name email address phone number________________________________________________________________________________________________________________________________________________________
List any licenses your company holds Attach a separate sheet if necessary________________________________________________________________________________________________________________________________________________________
Contract Awards $ Billings
Current Year 20____ $_________________ $________________
Previous Year 20_____ $_________________ $________________
Two Years Prior 20_____ $_________________ $________________
Three Years Prior 20_____ $_________________ $________________
Four Years Prior 20_____ $_________________ $________________
RED+F Qualification Questionnaire Page 9 of 11 Revised February 10 2015
PART VIII SAFETY
A Workerrsquos Compensation Carrier _____________________ Policy Expiration Date______________
B Experience Modification Rate (EMR) OSHA Recordable and Lost Time information
List your firmrsquos EMR for the three most recent years Current __________________ Previous _________________ Two years prior ___________
C Please use your OSHA 200 logs (or insurance loss runs) to complete this section
Number of injuries and illnesses One Year Prior Two Years Prior Three Years Prior 1 Number of lost workday
cases incl restricteddays (columns 2 amp 9)
_________________ _________________ _________________
2 Number of OSHArecordable(columns 2 6 9 amp13)
_________________ _________________ _________________
3 Number of fatalities_________________ _________________ _________________
D Total employee hours worked One Year Prior Two Years Prior Three Years Prior
_________________ _________________ _________________
E Name of insurance company _______________________________________________________ Address________________________________________________________________________ _______________________________________________________________________________ Telephone _______________________ Contact name __________________________________
RED+F Qualification Questionnaire Page 10 of 11 Revised February 10 2015
NYU LANGONE MEDICAL CENTER RED+F QUALIFICATION QUESTIONNAIRE
PART VI - AFFIDAVIT AND ACKNOWLEDGEMENT
STATE OF_______________________) ) SS __________________
COUNTY OF_____________________)
On the___________ day of___________ 201_____ before me personally came and appeared __________________________by me known to be said person who swore under oath as follows
l I am_______________________________ of__________________________________(Print name and title) (Print name of firm)
2 I am duly authorized to sign this RED+F Qualification Questionnaire on behalf of said firm and dulysigned this document pursuant to said authorization
3 The answers to the questions set forth in the RED+F Qualification Questionnaire and exceptas set forth in the stated exceptions in Part III the representations set forth in this questionnaire aretrue accurate and complete I authorize NYU Langone Medical Center to verify any such informationand to conduct any background checks it deems appropriate
4 I acknowledge and understand that the RED+F Qualification Questionnaire includes provisions whichare deemed included n the contract if awarded to the firm
___________________________________________ Signature
Sworn to and subscribed to before me this_________day of _______________ 20____
______________________________________
Notary Public_____________________County My commission expires____________________
RED+F Qualification Questionnaire Page 11 of 11 Revised February 10 2015
RED+F QUALIFICATION QUESTIONNAIRE PART13 VII13 ndashAFFIDAVIT13 OF13 NO13 CHANGE13
(If applicable13 complete and submit two original signed13 notarized affidavits of no change)STATE13 OF13 _____________________________13 )
)13 ssCOUNTY OF ___________________________ )
On13 the13 ________13 day13 of13 _____________13 20______13 before13 me13 personally13 came13 and13 appeared13 _________________________13 by13 me13 known to be said person who swore13 under oath as follows
1 I13 am13 __________________________13 13 13 13 13 13 13 13 13 13 13 of ________________________________________(Print name and title)13 13 13 13 (Print name13 of13 firm)
2 The firm is the BidderProposerContractor for Contract _________________ I am duly authorized tosign this Affidavit of No Change on behalf of said firm and duly signed this document pursuant to saidauthorization
3 The BidderProposerSubcontractor previously submitted a RED+F Qualification Questionnairewithin one (1) year prior to the date hereof to NYU Langone Medical Center (NYULMC)
4 Attached is an accurate and true copy of such previously submitted RED+F QualificationQuestionnaire
5 I hereby certify that there has been no material change in the information specified on such attachedRED+F Qualification Questionnaire except as follows (attach additional sheet as required)__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
6 I acknowledge and understand that the previously submitted RED+F Qualification Questionnaireincludes provisions which are deemed included in the Contract if awarded to the firm
BidderProposerContractor must13 sign13 here13 ___________________________________Dated13 ___________________________________13
Sworn13 to13 and13 subscribed13 to13 before13 me13 this13 ____________13 13 13 day13 of13 ____________13 20__13
__________________________________(Notary13 Public)
Notary Public____________________ County
My commission expires ________
- Untitled
-
- Contractors full legal name
- Number SSN as applicable
- Dun Bradstreet DUNS DUNS unique nine digit number
- etc
- 1 PartnerParty Name
- TIN EIN or SSN
- DUNS
- Percentage of Ownership
- 2 PartnerParty Name
- TIN EIN or SSN_2
- DUNS_2
- Percentage of ownership
- State or country under whose laws Contractor is organized and year organized
- or TIN or EIN number listed in Part IB above
- Contractors mailing address 1
- Contractors mailing address 2
- Contractors street address complete only if different than F
- G
- prior addresses
- Contractors telephone number
- Fax number
- Email address
- J Does the Contractor own or rent office space Please provide the details 1
- J Does the Contractor own or rent office space Please provide the details 2
- Name
- EmployerTitle
- Fax number_2
- Mobile number
- Name_2
- Title 1
- Title 2
- Home address
- Business address
- Name_3
- Title 1_2
- Title 2_2
- Home address_2
- Business address_2
- a Brief description of work performed
- 1
- 2
- Contract number
- Dollar amount of award
- Date completed
- NameTelephone number and email address of company and Owners Representative
- b Brief description of work performed
- Dollar Amount at completion 1
- Dollar Amount at completion 2
- undefined_42
- Contract number_2
- Dollar amount of award_2
- Date completed_2
- NameTelephone number and email address of company and Owners Representative_2
- c Brief description of work performed
- Dollar Amount at completion 1_2
- Dollar Amount at completion 2_2
- undefined_43
- Contract number_3
- Dollar amount of award_3
- Date completed_3
- NameTelephone number and email address of company and Owners Representative 1
- NameTelephone number and email address of company and Owners Representative 2
- Dollar Amount at completion
- Brief description of work performed
- Contract number_4
- Dollar amount of award_4
- Date completed_4
- NameTelephone number and email address of company and Owners Representative_3
- Dollar Amount at completion_2
- Brief description of work performed_2
- Contract number_5
- Dollar amount of award_5
- Date completed_5
- NameTelephone number and email address of company and Owners Representative_4
- c Brief description of work performed
- Dollar Amount at completion 1_3
- Dollar Amount at completion 2_3
- Contract number_6
- Dollar amount of award_6
- Date completed_6
- NameTelephone number and email address of company and Owners Representative_5
- Dollar Amount at completion_3
- If none of the above situations occurred during the last three 3 years state NONE here
- a Brief description of work performed
- undefined_44
- Contract number_7
- Dollar amount of award_7
- Date completed_7
- NameTelephone number and email address of company and Owners Representative_6
- If none of the above situations occurred during the last three 3 years state NONE here_2
- City of
- undefined_48
- undefined_49
- undefined_50
- undefined_51
- undefined_52
- undefined_53
- Minority Business Enterprise Off
- Disadvantaged Business Enterprise Off
- Womanowned Business Enterprise Off
- Local Business Enterprise Off
- State of
- Other
- Expiration Dates 1
- Expiration Dates 2
- Expiration Dates 4
- Expiration Dates 5
- Expiration Dates 6
- Expiration Dates 7
- Expiration Dates 8
- Workers Compensation Carrier
- Policy Expiration Date
- Current
- Previous
- Two years prior
- cases incl restricted
- undefined_60
- undefined_61
- undefined_62
- undefined_63
- undefined_64
- undefined_65
- undefined_66
- undefined_67
- One Year Prior
- Two Years Prior
- Three Years Prior
- Name of insurance company
- Address 1
- Address 2
- Telephone
- Contact name
- STATE OF
- SS
- COUNTY OF
- On the
- day of
- 201
- by me known to be said person who swore under oath as follows
- I am
- of
- 201_2
- this 1
- this 2
- day of_2
- Notary Public
- My commission expires
- undefined_73
- OF
- undefined_74
- undefined_75
- I am
- undefined_76
- The firm is the BidderProposerContractor for Contract
- Qualification 1
- Qualification 2
- Qualification 3
- Dated
- undefined_77
- Notary Public
- undefined_78
- Notary Public_2
- Commission expires
- PersonPhone
- Person email
- Check Box3 Off
- Check Box10 Off
- Check Box11 Off
- Check Box12 Off
- Check Box13 Off
- Check Box14 Off
- Check Box15 Off
- Check Box16 Off
- Check Box17 Off
- Check Box18 Off
- Check Box19 Off
- Check Box20 Off
- Check Box21 Off
- Check Box22 Off
- Check Box23 Off
- Check Box24 Off
- Check Box25 Off
- Check Box26 Off
- Check Box27 Off
- Check Box28 Off
- Check Box29 Off
- Check Box30 Off
- Check Box31 Off
- Check Box32 Off
- Check Box33 Off
- Check Box34 Off
- Check Box35 Off
- Check Box36 Off
- Check Box37 Off
- Check Box38 Off
- Check Box39 Off
- Check Box40 Off
- Check Box41 Off
- Check Box42 Off
- Check Box43 Off
- Text44
- Text45
- Text46
- Text47
- Text48
- employees company wide
- Employees - locally
- bonding - single job
- bonding - aggregate
- undefined_55
- undefined_54
- undefined_100
- undefined_101
- Text 100
- Text 102
- Text 103
- Text 101
- Text 104
- Text110
- Text112
- Text111
- Text113
-
RED+F Qualification Questionnaire Page 4 of 11 Revised February 10 2015
PART IV QUESTIONS WHICH MUST BE ANSWERED BY ldquoYESrdquo or ldquoNOrdquo (In the event of a ldquoYESrdquo Contractor must provide all relevant information on a separate sheet annexed hereto)
To the best of your knowledge after diligent inquiry in connection with the business of Contractor or any other firm which is related to Contractor by any degree of common ownership control or otherwise do any of the following statements apply to i) Contractor Contractorrsquos parent subsidiaries and affiliates of Contractor (if any) ii) any joint venture (including its individual members) and any other form of partnership (including its individual members) which includes Contractor or Contractorrsquos parent subsidiaries or affiliates of Contractor iii) Contractorrsquos directors officers principals managerial employees and any person or entity with a 10 or more interest in Contractor iv) any legal entity controlled or 10 or more of which is owned by Contractor or by any director officer principal managerial employee of Contractor or by any person or entity with a 10 or more interest in Contractor
A Within the past ten (10) years has been convicted of or pleaded nolo contendre to (1) any felony or (2) a misdemeanor related to truthfulness in connection with business conduct
NO YES
B Is currently disqualified from selling or submitting bidsproposals to or receiving awards from or entering into any contract with any federal state or local government agency any public authority or any other public entity
NO YES
C Has within a ten (10) year period preceding the date of this Questionnaire been convicted of or had a civil judgment rendered against it for or in relation to (i) commission of fraud or a criminal offense in connection with obtaining attempting to obtain or performing a public (federal state or local) transaction or contract under a public transaction (ii) collusion with another person or entity in connection with the submission of bidproposals (iii) violation of federal or state antitrust statutes or False Claims Acts or (iv) commission of embezzlement theft forgery bribery falsification or destruction of records making false statements) or receiving stolen property
NO YES
RED+F Qualification Questionnaire Page 5 of 11 Revised February 10 2015
PART V ADDITIONAL QUESTIONS In the event of a ldquoYesrdquo Contractor must provide all relevant information on a separate sheet annexed hereto
A List the name title and home and business address of each person or legal entity which has a 10 or more ownership or control interest in Contractor
Name____________________________________________________________________ Title_____________________________________________________________________ Home address_____________________________________________________________ _________________________________________________________________________ Business address___________________________________________________________
B List the name title and home and business address of each director and principal officer of Contractor
Name____________________________________________________________________ Title_____________________________________________________________________ Home address_____________________________________________________________ _________________________________________________________________________ Business address___________________________________________________________
C In the past ten (10) years has Contractor entered into a consent decree deferred prosecution agreement or a non-prosecution agreement
NO YES
D In the past seven (7) years have any bankruptcy proceedings been initiated by or against the Contractor (whether or not closed) or is any bankruptcy proceeding pending by or against the Contractor regardless of the date of filing
NO YES
E In the past five (5) years have there been any judgments or tax liens of $100000 or more including but not limited to judgments based on taxes owed fines and penalties assessed by a government agency against Contractor at any time
NO YES
F During the past five (5) years has the Contractor failed to file any applicable federal state or local tax return NO YES
G Does any principal owner or officer of the Contractor or any member of hisher immediate family have an ownership interest in any entity that holds the title or lease to any real property used by the Contractor
NO YES
RED+F Qualification Questionnaire Page 6 of 11 Revised February 10 2015
H Does Contractor share office space staff equipment or expenses with any other entities If ldquoYESrdquo please provide details
NO YES
I Contractor is required to provide a list of contracts as requested in (1) and (2) below For each of the contracts listed in (1) and (2) below Contractor shall provide a brief description of the work performed the contract number the dollar amount at award and at completion date completed and the name and telephone number of the ownerrsquos representative
(1) List all contracts completed during the last three (3) years that are relevant to the type of work you expect to perform at NYULMC If more than three (3) contracts have been completed in the past three (3) years list the last three (3) contracts completed here and attach additional pages for the remainder
a Brief description of work performed______________________________________________________________________________________________________________________________ ______________________________________________________________________________ Contract number ___________________________________________________ Dollar amount of award _____________________________________________ Date completed ____________________________________________________ NameTelephone number and email address of company and Ownerrsquos Representative __________________________________________________________________ Dollar Amount at completion __________________________________________
b Brief description of work performed _______________________________________________________________________________________________________________________________________________________________________________________________________Contract number ____________________________________________________Dollar amount of award ______________________________________________Date completed _____________________________________________________
NameTelephone number and email address of company and Ownerrsquos Representative __________________________________________________________________ Dollar Amount at completion __________________________________________
c Brief description of work performed ________________________________________________________________________________________________________________________________________________________________________Contract number ____________________________________________________Dollar amount of award _______________________________________________Date completed _____________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative____________________________________________________________________________________________________________________________________Dollar Amount at completion __________________________________________
(2) List each contract completed by Contractor during the last three (3) years for which liquidated damages or penalty provisions were assessed against Contractor for failure to complete the work on time or for any other reason Contractor is required to provide an explanation of the circumstances for each contract
a Brief description of work performed _______________________________________
RED+F Qualification Questionnaire Page 7 of 11 Revised February 10 2015
Contract number ______________________________________________________ Dollar amount of award _________________________________________________ Date completed ________________________________________________________ NameTelephone number and email address of company and Ownerrsquos Representative _____________________________________________________________________ Dollar Amount at completion _____________________________________________
b Brief description of work performed _______________________________________Contract number ______________________________________________________Dollar amount of award _________________________________________________Date completed ________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative_____________________________________________________________________Dollar Amount at completion _____________________________________________
c Brief description of work performed ____________________________________________________________________________________________________________Contract number _______________________________________________________Dollar amount of award _________________________________________________Date completed ________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative
_____________________________________________________________________ Dollar Amount at completion _____________________________________________
If none of the above situations occurred during the last three (3) years state ldquoNONErdquo here ___________
J Furnish the following information for each contract for which during the last three (3) years the Contractor was
(1) Terminated for default or (2) Sued to compel performance or (3) Sued to recover damages including without limitation upon an alleged breach of contract
misfeasance error or omission or other alleged failure on Contractorrsquos part to perform as required by the contract or
(4) Called upon a surety to perform the work or (5) Required to engage the services of an Integrity Monitor in connection with the award of or in
order to complete any public or private contract or (6) Required to draw on a letter of credit in lieu of a performance bond
a Brief description of work performed ______________________________________________________________________________________________________________Contract number ________________________________________________________Dollar amount of award ___________________________________________________Date completed _________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative______________________________________________________________________
If none of the above situations occurred during the last three (3) years state ldquoNONErdquo here________
RED+F Qualification Questionnaire Page 8 of 11 Revised February 10 2015
PART VI ANNUAL REVENUE LAST 3 YEARS A Annual average revenues of firm for last 3 years _____________________________
1 Hospital medical research etc _____________________
2 Work performed in NYC_______________________
B New awards list the value and billing amount of new contracts awarded to your firm for the last 5 years
PART VII BACKGROUND
A Indicate if your business qualifies as one of the following
Minority Business Enterprise Disadvantaged Business Enterprise
Woman-owned Business Enterprise Small Business Enterprise
B Governmental Certification Expiration Dates
State of _____________________ City of _____________________
Dormitory Authority Port Authority of NYNJ School Construction Authority Health amp Hospitals Other _______________________ Attach a copy of your current certification)
C
D
Bonding Capacity ndash single job $______________ Aggregate $_______________Surety contact (Name address AgentBroker name email address phone number________________________________________________________________________________________________________________________________________________________
List any licenses your company holds Attach a separate sheet if necessary________________________________________________________________________________________________________________________________________________________
Contract Awards $ Billings
Current Year 20____ $_________________ $________________
Previous Year 20_____ $_________________ $________________
Two Years Prior 20_____ $_________________ $________________
Three Years Prior 20_____ $_________________ $________________
Four Years Prior 20_____ $_________________ $________________
RED+F Qualification Questionnaire Page 9 of 11 Revised February 10 2015
PART VIII SAFETY
A Workerrsquos Compensation Carrier _____________________ Policy Expiration Date______________
B Experience Modification Rate (EMR) OSHA Recordable and Lost Time information
List your firmrsquos EMR for the three most recent years Current __________________ Previous _________________ Two years prior ___________
C Please use your OSHA 200 logs (or insurance loss runs) to complete this section
Number of injuries and illnesses One Year Prior Two Years Prior Three Years Prior 1 Number of lost workday
cases incl restricteddays (columns 2 amp 9)
_________________ _________________ _________________
2 Number of OSHArecordable(columns 2 6 9 amp13)
_________________ _________________ _________________
3 Number of fatalities_________________ _________________ _________________
D Total employee hours worked One Year Prior Two Years Prior Three Years Prior
_________________ _________________ _________________
E Name of insurance company _______________________________________________________ Address________________________________________________________________________ _______________________________________________________________________________ Telephone _______________________ Contact name __________________________________
RED+F Qualification Questionnaire Page 10 of 11 Revised February 10 2015
NYU LANGONE MEDICAL CENTER RED+F QUALIFICATION QUESTIONNAIRE
PART VI - AFFIDAVIT AND ACKNOWLEDGEMENT
STATE OF_______________________) ) SS __________________
COUNTY OF_____________________)
On the___________ day of___________ 201_____ before me personally came and appeared __________________________by me known to be said person who swore under oath as follows
l I am_______________________________ of__________________________________(Print name and title) (Print name of firm)
2 I am duly authorized to sign this RED+F Qualification Questionnaire on behalf of said firm and dulysigned this document pursuant to said authorization
3 The answers to the questions set forth in the RED+F Qualification Questionnaire and exceptas set forth in the stated exceptions in Part III the representations set forth in this questionnaire aretrue accurate and complete I authorize NYU Langone Medical Center to verify any such informationand to conduct any background checks it deems appropriate
4 I acknowledge and understand that the RED+F Qualification Questionnaire includes provisions whichare deemed included n the contract if awarded to the firm
___________________________________________ Signature
Sworn to and subscribed to before me this_________day of _______________ 20____
______________________________________
Notary Public_____________________County My commission expires____________________
RED+F Qualification Questionnaire Page 11 of 11 Revised February 10 2015
RED+F QUALIFICATION QUESTIONNAIRE PART13 VII13 ndashAFFIDAVIT13 OF13 NO13 CHANGE13
(If applicable13 complete and submit two original signed13 notarized affidavits of no change)STATE13 OF13 _____________________________13 )
)13 ssCOUNTY OF ___________________________ )
On13 the13 ________13 day13 of13 _____________13 20______13 before13 me13 personally13 came13 and13 appeared13 _________________________13 by13 me13 known to be said person who swore13 under oath as follows
1 I13 am13 __________________________13 13 13 13 13 13 13 13 13 13 13 of ________________________________________(Print name and title)13 13 13 13 (Print name13 of13 firm)
2 The firm is the BidderProposerContractor for Contract _________________ I am duly authorized tosign this Affidavit of No Change on behalf of said firm and duly signed this document pursuant to saidauthorization
3 The BidderProposerSubcontractor previously submitted a RED+F Qualification Questionnairewithin one (1) year prior to the date hereof to NYU Langone Medical Center (NYULMC)
4 Attached is an accurate and true copy of such previously submitted RED+F QualificationQuestionnaire
5 I hereby certify that there has been no material change in the information specified on such attachedRED+F Qualification Questionnaire except as follows (attach additional sheet as required)__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
6 I acknowledge and understand that the previously submitted RED+F Qualification Questionnaireincludes provisions which are deemed included in the Contract if awarded to the firm
BidderProposerContractor must13 sign13 here13 ___________________________________Dated13 ___________________________________13
Sworn13 to13 and13 subscribed13 to13 before13 me13 this13 ____________13 13 13 day13 of13 ____________13 20__13
__________________________________(Notary13 Public)
Notary Public____________________ County
My commission expires ________
- Untitled
-
- Contractors full legal name
- Number SSN as applicable
- Dun Bradstreet DUNS DUNS unique nine digit number
- etc
- 1 PartnerParty Name
- TIN EIN or SSN
- DUNS
- Percentage of Ownership
- 2 PartnerParty Name
- TIN EIN or SSN_2
- DUNS_2
- Percentage of ownership
- State or country under whose laws Contractor is organized and year organized
- or TIN or EIN number listed in Part IB above
- Contractors mailing address 1
- Contractors mailing address 2
- Contractors street address complete only if different than F
- G
- prior addresses
- Contractors telephone number
- Fax number
- Email address
- J Does the Contractor own or rent office space Please provide the details 1
- J Does the Contractor own or rent office space Please provide the details 2
- Name
- EmployerTitle
- Fax number_2
- Mobile number
- Name_2
- Title 1
- Title 2
- Home address
- Business address
- Name_3
- Title 1_2
- Title 2_2
- Home address_2
- Business address_2
- a Brief description of work performed
- 1
- 2
- Contract number
- Dollar amount of award
- Date completed
- NameTelephone number and email address of company and Owners Representative
- b Brief description of work performed
- Dollar Amount at completion 1
- Dollar Amount at completion 2
- undefined_42
- Contract number_2
- Dollar amount of award_2
- Date completed_2
- NameTelephone number and email address of company and Owners Representative_2
- c Brief description of work performed
- Dollar Amount at completion 1_2
- Dollar Amount at completion 2_2
- undefined_43
- Contract number_3
- Dollar amount of award_3
- Date completed_3
- NameTelephone number and email address of company and Owners Representative 1
- NameTelephone number and email address of company and Owners Representative 2
- Dollar Amount at completion
- Brief description of work performed
- Contract number_4
- Dollar amount of award_4
- Date completed_4
- NameTelephone number and email address of company and Owners Representative_3
- Dollar Amount at completion_2
- Brief description of work performed_2
- Contract number_5
- Dollar amount of award_5
- Date completed_5
- NameTelephone number and email address of company and Owners Representative_4
- c Brief description of work performed
- Dollar Amount at completion 1_3
- Dollar Amount at completion 2_3
- Contract number_6
- Dollar amount of award_6
- Date completed_6
- NameTelephone number and email address of company and Owners Representative_5
- Dollar Amount at completion_3
- If none of the above situations occurred during the last three 3 years state NONE here
- a Brief description of work performed
- undefined_44
- Contract number_7
- Dollar amount of award_7
- Date completed_7
- NameTelephone number and email address of company and Owners Representative_6
- If none of the above situations occurred during the last three 3 years state NONE here_2
- City of
- undefined_48
- undefined_49
- undefined_50
- undefined_51
- undefined_52
- undefined_53
- Minority Business Enterprise Off
- Disadvantaged Business Enterprise Off
- Womanowned Business Enterprise Off
- Local Business Enterprise Off
- State of
- Other
- Expiration Dates 1
- Expiration Dates 2
- Expiration Dates 4
- Expiration Dates 5
- Expiration Dates 6
- Expiration Dates 7
- Expiration Dates 8
- Workers Compensation Carrier
- Policy Expiration Date
- Current
- Previous
- Two years prior
- cases incl restricted
- undefined_60
- undefined_61
- undefined_62
- undefined_63
- undefined_64
- undefined_65
- undefined_66
- undefined_67
- One Year Prior
- Two Years Prior
- Three Years Prior
- Name of insurance company
- Address 1
- Address 2
- Telephone
- Contact name
- STATE OF
- SS
- COUNTY OF
- On the
- day of
- 201
- by me known to be said person who swore under oath as follows
- I am
- of
- 201_2
- this 1
- this 2
- day of_2
- Notary Public
- My commission expires
- undefined_73
- OF
- undefined_74
- undefined_75
- I am
- undefined_76
- The firm is the BidderProposerContractor for Contract
- Qualification 1
- Qualification 2
- Qualification 3
- Dated
- undefined_77
- Notary Public
- undefined_78
- Notary Public_2
- Commission expires
- PersonPhone
- Person email
- Check Box3 Off
- Check Box10 Off
- Check Box11 Off
- Check Box12 Off
- Check Box13 Off
- Check Box14 Off
- Check Box15 Off
- Check Box16 Off
- Check Box17 Off
- Check Box18 Off
- Check Box19 Off
- Check Box20 Off
- Check Box21 Off
- Check Box22 Off
- Check Box23 Off
- Check Box24 Off
- Check Box25 Off
- Check Box26 Off
- Check Box27 Off
- Check Box28 Off
- Check Box29 Off
- Check Box30 Off
- Check Box31 Off
- Check Box32 Off
- Check Box33 Off
- Check Box34 Off
- Check Box35 Off
- Check Box36 Off
- Check Box37 Off
- Check Box38 Off
- Check Box39 Off
- Check Box40 Off
- Check Box41 Off
- Check Box42 Off
- Check Box43 Off
- Text44
- Text45
- Text46
- Text47
- Text48
- employees company wide
- Employees - locally
- bonding - single job
- bonding - aggregate
- undefined_55
- undefined_54
- undefined_100
- undefined_101
- Text 100
- Text 102
- Text 103
- Text 101
- Text 104
- Text110
- Text112
- Text111
- Text113
-
RED+F Qualification Questionnaire Page 5 of 11 Revised February 10 2015
PART V ADDITIONAL QUESTIONS In the event of a ldquoYesrdquo Contractor must provide all relevant information on a separate sheet annexed hereto
A List the name title and home and business address of each person or legal entity which has a 10 or more ownership or control interest in Contractor
Name____________________________________________________________________ Title_____________________________________________________________________ Home address_____________________________________________________________ _________________________________________________________________________ Business address___________________________________________________________
B List the name title and home and business address of each director and principal officer of Contractor
Name____________________________________________________________________ Title_____________________________________________________________________ Home address_____________________________________________________________ _________________________________________________________________________ Business address___________________________________________________________
C In the past ten (10) years has Contractor entered into a consent decree deferred prosecution agreement or a non-prosecution agreement
NO YES
D In the past seven (7) years have any bankruptcy proceedings been initiated by or against the Contractor (whether or not closed) or is any bankruptcy proceeding pending by or against the Contractor regardless of the date of filing
NO YES
E In the past five (5) years have there been any judgments or tax liens of $100000 or more including but not limited to judgments based on taxes owed fines and penalties assessed by a government agency against Contractor at any time
NO YES
F During the past five (5) years has the Contractor failed to file any applicable federal state or local tax return NO YES
G Does any principal owner or officer of the Contractor or any member of hisher immediate family have an ownership interest in any entity that holds the title or lease to any real property used by the Contractor
NO YES
RED+F Qualification Questionnaire Page 6 of 11 Revised February 10 2015
H Does Contractor share office space staff equipment or expenses with any other entities If ldquoYESrdquo please provide details
NO YES
I Contractor is required to provide a list of contracts as requested in (1) and (2) below For each of the contracts listed in (1) and (2) below Contractor shall provide a brief description of the work performed the contract number the dollar amount at award and at completion date completed and the name and telephone number of the ownerrsquos representative
(1) List all contracts completed during the last three (3) years that are relevant to the type of work you expect to perform at NYULMC If more than three (3) contracts have been completed in the past three (3) years list the last three (3) contracts completed here and attach additional pages for the remainder
a Brief description of work performed______________________________________________________________________________________________________________________________ ______________________________________________________________________________ Contract number ___________________________________________________ Dollar amount of award _____________________________________________ Date completed ____________________________________________________ NameTelephone number and email address of company and Ownerrsquos Representative __________________________________________________________________ Dollar Amount at completion __________________________________________
b Brief description of work performed _______________________________________________________________________________________________________________________________________________________________________________________________________Contract number ____________________________________________________Dollar amount of award ______________________________________________Date completed _____________________________________________________
NameTelephone number and email address of company and Ownerrsquos Representative __________________________________________________________________ Dollar Amount at completion __________________________________________
c Brief description of work performed ________________________________________________________________________________________________________________________________________________________________________Contract number ____________________________________________________Dollar amount of award _______________________________________________Date completed _____________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative____________________________________________________________________________________________________________________________________Dollar Amount at completion __________________________________________
(2) List each contract completed by Contractor during the last three (3) years for which liquidated damages or penalty provisions were assessed against Contractor for failure to complete the work on time or for any other reason Contractor is required to provide an explanation of the circumstances for each contract
a Brief description of work performed _______________________________________
RED+F Qualification Questionnaire Page 7 of 11 Revised February 10 2015
Contract number ______________________________________________________ Dollar amount of award _________________________________________________ Date completed ________________________________________________________ NameTelephone number and email address of company and Ownerrsquos Representative _____________________________________________________________________ Dollar Amount at completion _____________________________________________
b Brief description of work performed _______________________________________Contract number ______________________________________________________Dollar amount of award _________________________________________________Date completed ________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative_____________________________________________________________________Dollar Amount at completion _____________________________________________
c Brief description of work performed ____________________________________________________________________________________________________________Contract number _______________________________________________________Dollar amount of award _________________________________________________Date completed ________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative
_____________________________________________________________________ Dollar Amount at completion _____________________________________________
If none of the above situations occurred during the last three (3) years state ldquoNONErdquo here ___________
J Furnish the following information for each contract for which during the last three (3) years the Contractor was
(1) Terminated for default or (2) Sued to compel performance or (3) Sued to recover damages including without limitation upon an alleged breach of contract
misfeasance error or omission or other alleged failure on Contractorrsquos part to perform as required by the contract or
(4) Called upon a surety to perform the work or (5) Required to engage the services of an Integrity Monitor in connection with the award of or in
order to complete any public or private contract or (6) Required to draw on a letter of credit in lieu of a performance bond
a Brief description of work performed ______________________________________________________________________________________________________________Contract number ________________________________________________________Dollar amount of award ___________________________________________________Date completed _________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative______________________________________________________________________
If none of the above situations occurred during the last three (3) years state ldquoNONErdquo here________
RED+F Qualification Questionnaire Page 8 of 11 Revised February 10 2015
PART VI ANNUAL REVENUE LAST 3 YEARS A Annual average revenues of firm for last 3 years _____________________________
1 Hospital medical research etc _____________________
2 Work performed in NYC_______________________
B New awards list the value and billing amount of new contracts awarded to your firm for the last 5 years
PART VII BACKGROUND
A Indicate if your business qualifies as one of the following
Minority Business Enterprise Disadvantaged Business Enterprise
Woman-owned Business Enterprise Small Business Enterprise
B Governmental Certification Expiration Dates
State of _____________________ City of _____________________
Dormitory Authority Port Authority of NYNJ School Construction Authority Health amp Hospitals Other _______________________ Attach a copy of your current certification)
C
D
Bonding Capacity ndash single job $______________ Aggregate $_______________Surety contact (Name address AgentBroker name email address phone number________________________________________________________________________________________________________________________________________________________
List any licenses your company holds Attach a separate sheet if necessary________________________________________________________________________________________________________________________________________________________
Contract Awards $ Billings
Current Year 20____ $_________________ $________________
Previous Year 20_____ $_________________ $________________
Two Years Prior 20_____ $_________________ $________________
Three Years Prior 20_____ $_________________ $________________
Four Years Prior 20_____ $_________________ $________________
RED+F Qualification Questionnaire Page 9 of 11 Revised February 10 2015
PART VIII SAFETY
A Workerrsquos Compensation Carrier _____________________ Policy Expiration Date______________
B Experience Modification Rate (EMR) OSHA Recordable and Lost Time information
List your firmrsquos EMR for the three most recent years Current __________________ Previous _________________ Two years prior ___________
C Please use your OSHA 200 logs (or insurance loss runs) to complete this section
Number of injuries and illnesses One Year Prior Two Years Prior Three Years Prior 1 Number of lost workday
cases incl restricteddays (columns 2 amp 9)
_________________ _________________ _________________
2 Number of OSHArecordable(columns 2 6 9 amp13)
_________________ _________________ _________________
3 Number of fatalities_________________ _________________ _________________
D Total employee hours worked One Year Prior Two Years Prior Three Years Prior
_________________ _________________ _________________
E Name of insurance company _______________________________________________________ Address________________________________________________________________________ _______________________________________________________________________________ Telephone _______________________ Contact name __________________________________
RED+F Qualification Questionnaire Page 10 of 11 Revised February 10 2015
NYU LANGONE MEDICAL CENTER RED+F QUALIFICATION QUESTIONNAIRE
PART VI - AFFIDAVIT AND ACKNOWLEDGEMENT
STATE OF_______________________) ) SS __________________
COUNTY OF_____________________)
On the___________ day of___________ 201_____ before me personally came and appeared __________________________by me known to be said person who swore under oath as follows
l I am_______________________________ of__________________________________(Print name and title) (Print name of firm)
2 I am duly authorized to sign this RED+F Qualification Questionnaire on behalf of said firm and dulysigned this document pursuant to said authorization
3 The answers to the questions set forth in the RED+F Qualification Questionnaire and exceptas set forth in the stated exceptions in Part III the representations set forth in this questionnaire aretrue accurate and complete I authorize NYU Langone Medical Center to verify any such informationand to conduct any background checks it deems appropriate
4 I acknowledge and understand that the RED+F Qualification Questionnaire includes provisions whichare deemed included n the contract if awarded to the firm
___________________________________________ Signature
Sworn to and subscribed to before me this_________day of _______________ 20____
______________________________________
Notary Public_____________________County My commission expires____________________
RED+F Qualification Questionnaire Page 11 of 11 Revised February 10 2015
RED+F QUALIFICATION QUESTIONNAIRE PART13 VII13 ndashAFFIDAVIT13 OF13 NO13 CHANGE13
(If applicable13 complete and submit two original signed13 notarized affidavits of no change)STATE13 OF13 _____________________________13 )
)13 ssCOUNTY OF ___________________________ )
On13 the13 ________13 day13 of13 _____________13 20______13 before13 me13 personally13 came13 and13 appeared13 _________________________13 by13 me13 known to be said person who swore13 under oath as follows
1 I13 am13 __________________________13 13 13 13 13 13 13 13 13 13 13 of ________________________________________(Print name and title)13 13 13 13 (Print name13 of13 firm)
2 The firm is the BidderProposerContractor for Contract _________________ I am duly authorized tosign this Affidavit of No Change on behalf of said firm and duly signed this document pursuant to saidauthorization
3 The BidderProposerSubcontractor previously submitted a RED+F Qualification Questionnairewithin one (1) year prior to the date hereof to NYU Langone Medical Center (NYULMC)
4 Attached is an accurate and true copy of such previously submitted RED+F QualificationQuestionnaire
5 I hereby certify that there has been no material change in the information specified on such attachedRED+F Qualification Questionnaire except as follows (attach additional sheet as required)__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
6 I acknowledge and understand that the previously submitted RED+F Qualification Questionnaireincludes provisions which are deemed included in the Contract if awarded to the firm
BidderProposerContractor must13 sign13 here13 ___________________________________Dated13 ___________________________________13
Sworn13 to13 and13 subscribed13 to13 before13 me13 this13 ____________13 13 13 day13 of13 ____________13 20__13
__________________________________(Notary13 Public)
Notary Public____________________ County
My commission expires ________
- Untitled
-
- Contractors full legal name
- Number SSN as applicable
- Dun Bradstreet DUNS DUNS unique nine digit number
- etc
- 1 PartnerParty Name
- TIN EIN or SSN
- DUNS
- Percentage of Ownership
- 2 PartnerParty Name
- TIN EIN or SSN_2
- DUNS_2
- Percentage of ownership
- State or country under whose laws Contractor is organized and year organized
- or TIN or EIN number listed in Part IB above
- Contractors mailing address 1
- Contractors mailing address 2
- Contractors street address complete only if different than F
- G
- prior addresses
- Contractors telephone number
- Fax number
- Email address
- J Does the Contractor own or rent office space Please provide the details 1
- J Does the Contractor own or rent office space Please provide the details 2
- Name
- EmployerTitle
- Fax number_2
- Mobile number
- Name_2
- Title 1
- Title 2
- Home address
- Business address
- Name_3
- Title 1_2
- Title 2_2
- Home address_2
- Business address_2
- a Brief description of work performed
- 1
- 2
- Contract number
- Dollar amount of award
- Date completed
- NameTelephone number and email address of company and Owners Representative
- b Brief description of work performed
- Dollar Amount at completion 1
- Dollar Amount at completion 2
- undefined_42
- Contract number_2
- Dollar amount of award_2
- Date completed_2
- NameTelephone number and email address of company and Owners Representative_2
- c Brief description of work performed
- Dollar Amount at completion 1_2
- Dollar Amount at completion 2_2
- undefined_43
- Contract number_3
- Dollar amount of award_3
- Date completed_3
- NameTelephone number and email address of company and Owners Representative 1
- NameTelephone number and email address of company and Owners Representative 2
- Dollar Amount at completion
- Brief description of work performed
- Contract number_4
- Dollar amount of award_4
- Date completed_4
- NameTelephone number and email address of company and Owners Representative_3
- Dollar Amount at completion_2
- Brief description of work performed_2
- Contract number_5
- Dollar amount of award_5
- Date completed_5
- NameTelephone number and email address of company and Owners Representative_4
- c Brief description of work performed
- Dollar Amount at completion 1_3
- Dollar Amount at completion 2_3
- Contract number_6
- Dollar amount of award_6
- Date completed_6
- NameTelephone number and email address of company and Owners Representative_5
- Dollar Amount at completion_3
- If none of the above situations occurred during the last three 3 years state NONE here
- a Brief description of work performed
- undefined_44
- Contract number_7
- Dollar amount of award_7
- Date completed_7
- NameTelephone number and email address of company and Owners Representative_6
- If none of the above situations occurred during the last three 3 years state NONE here_2
- City of
- undefined_48
- undefined_49
- undefined_50
- undefined_51
- undefined_52
- undefined_53
- Minority Business Enterprise Off
- Disadvantaged Business Enterprise Off
- Womanowned Business Enterprise Off
- Local Business Enterprise Off
- State of
- Other
- Expiration Dates 1
- Expiration Dates 2
- Expiration Dates 4
- Expiration Dates 5
- Expiration Dates 6
- Expiration Dates 7
- Expiration Dates 8
- Workers Compensation Carrier
- Policy Expiration Date
- Current
- Previous
- Two years prior
- cases incl restricted
- undefined_60
- undefined_61
- undefined_62
- undefined_63
- undefined_64
- undefined_65
- undefined_66
- undefined_67
- One Year Prior
- Two Years Prior
- Three Years Prior
- Name of insurance company
- Address 1
- Address 2
- Telephone
- Contact name
- STATE OF
- SS
- COUNTY OF
- On the
- day of
- 201
- by me known to be said person who swore under oath as follows
- I am
- of
- 201_2
- this 1
- this 2
- day of_2
- Notary Public
- My commission expires
- undefined_73
- OF
- undefined_74
- undefined_75
- I am
- undefined_76
- The firm is the BidderProposerContractor for Contract
- Qualification 1
- Qualification 2
- Qualification 3
- Dated
- undefined_77
- Notary Public
- undefined_78
- Notary Public_2
- Commission expires
- PersonPhone
- Person email
- Check Box3 Off
- Check Box10 Off
- Check Box11 Off
- Check Box12 Off
- Check Box13 Off
- Check Box14 Off
- Check Box15 Off
- Check Box16 Off
- Check Box17 Off
- Check Box18 Off
- Check Box19 Off
- Check Box20 Off
- Check Box21 Off
- Check Box22 Off
- Check Box23 Off
- Check Box24 Off
- Check Box25 Off
- Check Box26 Off
- Check Box27 Off
- Check Box28 Off
- Check Box29 Off
- Check Box30 Off
- Check Box31 Off
- Check Box32 Off
- Check Box33 Off
- Check Box34 Off
- Check Box35 Off
- Check Box36 Off
- Check Box37 Off
- Check Box38 Off
- Check Box39 Off
- Check Box40 Off
- Check Box41 Off
- Check Box42 Off
- Check Box43 Off
- Text44
- Text45
- Text46
- Text47
- Text48
- employees company wide
- Employees - locally
- bonding - single job
- bonding - aggregate
- undefined_55
- undefined_54
- undefined_100
- undefined_101
- Text 100
- Text 102
- Text 103
- Text 101
- Text 104
- Text110
- Text112
- Text111
- Text113
-
RED+F Qualification Questionnaire Page 6 of 11 Revised February 10 2015
H Does Contractor share office space staff equipment or expenses with any other entities If ldquoYESrdquo please provide details
NO YES
I Contractor is required to provide a list of contracts as requested in (1) and (2) below For each of the contracts listed in (1) and (2) below Contractor shall provide a brief description of the work performed the contract number the dollar amount at award and at completion date completed and the name and telephone number of the ownerrsquos representative
(1) List all contracts completed during the last three (3) years that are relevant to the type of work you expect to perform at NYULMC If more than three (3) contracts have been completed in the past three (3) years list the last three (3) contracts completed here and attach additional pages for the remainder
a Brief description of work performed______________________________________________________________________________________________________________________________ ______________________________________________________________________________ Contract number ___________________________________________________ Dollar amount of award _____________________________________________ Date completed ____________________________________________________ NameTelephone number and email address of company and Ownerrsquos Representative __________________________________________________________________ Dollar Amount at completion __________________________________________
b Brief description of work performed _______________________________________________________________________________________________________________________________________________________________________________________________________Contract number ____________________________________________________Dollar amount of award ______________________________________________Date completed _____________________________________________________
NameTelephone number and email address of company and Ownerrsquos Representative __________________________________________________________________ Dollar Amount at completion __________________________________________
c Brief description of work performed ________________________________________________________________________________________________________________________________________________________________________Contract number ____________________________________________________Dollar amount of award _______________________________________________Date completed _____________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative____________________________________________________________________________________________________________________________________Dollar Amount at completion __________________________________________
(2) List each contract completed by Contractor during the last three (3) years for which liquidated damages or penalty provisions were assessed against Contractor for failure to complete the work on time or for any other reason Contractor is required to provide an explanation of the circumstances for each contract
a Brief description of work performed _______________________________________
RED+F Qualification Questionnaire Page 7 of 11 Revised February 10 2015
Contract number ______________________________________________________ Dollar amount of award _________________________________________________ Date completed ________________________________________________________ NameTelephone number and email address of company and Ownerrsquos Representative _____________________________________________________________________ Dollar Amount at completion _____________________________________________
b Brief description of work performed _______________________________________Contract number ______________________________________________________Dollar amount of award _________________________________________________Date completed ________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative_____________________________________________________________________Dollar Amount at completion _____________________________________________
c Brief description of work performed ____________________________________________________________________________________________________________Contract number _______________________________________________________Dollar amount of award _________________________________________________Date completed ________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative
_____________________________________________________________________ Dollar Amount at completion _____________________________________________
If none of the above situations occurred during the last three (3) years state ldquoNONErdquo here ___________
J Furnish the following information for each contract for which during the last three (3) years the Contractor was
(1) Terminated for default or (2) Sued to compel performance or (3) Sued to recover damages including without limitation upon an alleged breach of contract
misfeasance error or omission or other alleged failure on Contractorrsquos part to perform as required by the contract or
(4) Called upon a surety to perform the work or (5) Required to engage the services of an Integrity Monitor in connection with the award of or in
order to complete any public or private contract or (6) Required to draw on a letter of credit in lieu of a performance bond
a Brief description of work performed ______________________________________________________________________________________________________________Contract number ________________________________________________________Dollar amount of award ___________________________________________________Date completed _________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative______________________________________________________________________
If none of the above situations occurred during the last three (3) years state ldquoNONErdquo here________
RED+F Qualification Questionnaire Page 8 of 11 Revised February 10 2015
PART VI ANNUAL REVENUE LAST 3 YEARS A Annual average revenues of firm for last 3 years _____________________________
1 Hospital medical research etc _____________________
2 Work performed in NYC_______________________
B New awards list the value and billing amount of new contracts awarded to your firm for the last 5 years
PART VII BACKGROUND
A Indicate if your business qualifies as one of the following
Minority Business Enterprise Disadvantaged Business Enterprise
Woman-owned Business Enterprise Small Business Enterprise
B Governmental Certification Expiration Dates
State of _____________________ City of _____________________
Dormitory Authority Port Authority of NYNJ School Construction Authority Health amp Hospitals Other _______________________ Attach a copy of your current certification)
C
D
Bonding Capacity ndash single job $______________ Aggregate $_______________Surety contact (Name address AgentBroker name email address phone number________________________________________________________________________________________________________________________________________________________
List any licenses your company holds Attach a separate sheet if necessary________________________________________________________________________________________________________________________________________________________
Contract Awards $ Billings
Current Year 20____ $_________________ $________________
Previous Year 20_____ $_________________ $________________
Two Years Prior 20_____ $_________________ $________________
Three Years Prior 20_____ $_________________ $________________
Four Years Prior 20_____ $_________________ $________________
RED+F Qualification Questionnaire Page 9 of 11 Revised February 10 2015
PART VIII SAFETY
A Workerrsquos Compensation Carrier _____________________ Policy Expiration Date______________
B Experience Modification Rate (EMR) OSHA Recordable and Lost Time information
List your firmrsquos EMR for the three most recent years Current __________________ Previous _________________ Two years prior ___________
C Please use your OSHA 200 logs (or insurance loss runs) to complete this section
Number of injuries and illnesses One Year Prior Two Years Prior Three Years Prior 1 Number of lost workday
cases incl restricteddays (columns 2 amp 9)
_________________ _________________ _________________
2 Number of OSHArecordable(columns 2 6 9 amp13)
_________________ _________________ _________________
3 Number of fatalities_________________ _________________ _________________
D Total employee hours worked One Year Prior Two Years Prior Three Years Prior
_________________ _________________ _________________
E Name of insurance company _______________________________________________________ Address________________________________________________________________________ _______________________________________________________________________________ Telephone _______________________ Contact name __________________________________
RED+F Qualification Questionnaire Page 10 of 11 Revised February 10 2015
NYU LANGONE MEDICAL CENTER RED+F QUALIFICATION QUESTIONNAIRE
PART VI - AFFIDAVIT AND ACKNOWLEDGEMENT
STATE OF_______________________) ) SS __________________
COUNTY OF_____________________)
On the___________ day of___________ 201_____ before me personally came and appeared __________________________by me known to be said person who swore under oath as follows
l I am_______________________________ of__________________________________(Print name and title) (Print name of firm)
2 I am duly authorized to sign this RED+F Qualification Questionnaire on behalf of said firm and dulysigned this document pursuant to said authorization
3 The answers to the questions set forth in the RED+F Qualification Questionnaire and exceptas set forth in the stated exceptions in Part III the representations set forth in this questionnaire aretrue accurate and complete I authorize NYU Langone Medical Center to verify any such informationand to conduct any background checks it deems appropriate
4 I acknowledge and understand that the RED+F Qualification Questionnaire includes provisions whichare deemed included n the contract if awarded to the firm
___________________________________________ Signature
Sworn to and subscribed to before me this_________day of _______________ 20____
______________________________________
Notary Public_____________________County My commission expires____________________
RED+F Qualification Questionnaire Page 11 of 11 Revised February 10 2015
RED+F QUALIFICATION QUESTIONNAIRE PART13 VII13 ndashAFFIDAVIT13 OF13 NO13 CHANGE13
(If applicable13 complete and submit two original signed13 notarized affidavits of no change)STATE13 OF13 _____________________________13 )
)13 ssCOUNTY OF ___________________________ )
On13 the13 ________13 day13 of13 _____________13 20______13 before13 me13 personally13 came13 and13 appeared13 _________________________13 by13 me13 known to be said person who swore13 under oath as follows
1 I13 am13 __________________________13 13 13 13 13 13 13 13 13 13 13 of ________________________________________(Print name and title)13 13 13 13 (Print name13 of13 firm)
2 The firm is the BidderProposerContractor for Contract _________________ I am duly authorized tosign this Affidavit of No Change on behalf of said firm and duly signed this document pursuant to saidauthorization
3 The BidderProposerSubcontractor previously submitted a RED+F Qualification Questionnairewithin one (1) year prior to the date hereof to NYU Langone Medical Center (NYULMC)
4 Attached is an accurate and true copy of such previously submitted RED+F QualificationQuestionnaire
5 I hereby certify that there has been no material change in the information specified on such attachedRED+F Qualification Questionnaire except as follows (attach additional sheet as required)__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
6 I acknowledge and understand that the previously submitted RED+F Qualification Questionnaireincludes provisions which are deemed included in the Contract if awarded to the firm
BidderProposerContractor must13 sign13 here13 ___________________________________Dated13 ___________________________________13
Sworn13 to13 and13 subscribed13 to13 before13 me13 this13 ____________13 13 13 day13 of13 ____________13 20__13
__________________________________(Notary13 Public)
Notary Public____________________ County
My commission expires ________
- Untitled
-
- Contractors full legal name
- Number SSN as applicable
- Dun Bradstreet DUNS DUNS unique nine digit number
- etc
- 1 PartnerParty Name
- TIN EIN or SSN
- DUNS
- Percentage of Ownership
- 2 PartnerParty Name
- TIN EIN or SSN_2
- DUNS_2
- Percentage of ownership
- State or country under whose laws Contractor is organized and year organized
- or TIN or EIN number listed in Part IB above
- Contractors mailing address 1
- Contractors mailing address 2
- Contractors street address complete only if different than F
- G
- prior addresses
- Contractors telephone number
- Fax number
- Email address
- J Does the Contractor own or rent office space Please provide the details 1
- J Does the Contractor own or rent office space Please provide the details 2
- Name
- EmployerTitle
- Fax number_2
- Mobile number
- Name_2
- Title 1
- Title 2
- Home address
- Business address
- Name_3
- Title 1_2
- Title 2_2
- Home address_2
- Business address_2
- a Brief description of work performed
- 1
- 2
- Contract number
- Dollar amount of award
- Date completed
- NameTelephone number and email address of company and Owners Representative
- b Brief description of work performed
- Dollar Amount at completion 1
- Dollar Amount at completion 2
- undefined_42
- Contract number_2
- Dollar amount of award_2
- Date completed_2
- NameTelephone number and email address of company and Owners Representative_2
- c Brief description of work performed
- Dollar Amount at completion 1_2
- Dollar Amount at completion 2_2
- undefined_43
- Contract number_3
- Dollar amount of award_3
- Date completed_3
- NameTelephone number and email address of company and Owners Representative 1
- NameTelephone number and email address of company and Owners Representative 2
- Dollar Amount at completion
- Brief description of work performed
- Contract number_4
- Dollar amount of award_4
- Date completed_4
- NameTelephone number and email address of company and Owners Representative_3
- Dollar Amount at completion_2
- Brief description of work performed_2
- Contract number_5
- Dollar amount of award_5
- Date completed_5
- NameTelephone number and email address of company and Owners Representative_4
- c Brief description of work performed
- Dollar Amount at completion 1_3
- Dollar Amount at completion 2_3
- Contract number_6
- Dollar amount of award_6
- Date completed_6
- NameTelephone number and email address of company and Owners Representative_5
- Dollar Amount at completion_3
- If none of the above situations occurred during the last three 3 years state NONE here
- a Brief description of work performed
- undefined_44
- Contract number_7
- Dollar amount of award_7
- Date completed_7
- NameTelephone number and email address of company and Owners Representative_6
- If none of the above situations occurred during the last three 3 years state NONE here_2
- City of
- undefined_48
- undefined_49
- undefined_50
- undefined_51
- undefined_52
- undefined_53
- Minority Business Enterprise Off
- Disadvantaged Business Enterprise Off
- Womanowned Business Enterprise Off
- Local Business Enterprise Off
- State of
- Other
- Expiration Dates 1
- Expiration Dates 2
- Expiration Dates 4
- Expiration Dates 5
- Expiration Dates 6
- Expiration Dates 7
- Expiration Dates 8
- Workers Compensation Carrier
- Policy Expiration Date
- Current
- Previous
- Two years prior
- cases incl restricted
- undefined_60
- undefined_61
- undefined_62
- undefined_63
- undefined_64
- undefined_65
- undefined_66
- undefined_67
- One Year Prior
- Two Years Prior
- Three Years Prior
- Name of insurance company
- Address 1
- Address 2
- Telephone
- Contact name
- STATE OF
- SS
- COUNTY OF
- On the
- day of
- 201
- by me known to be said person who swore under oath as follows
- I am
- of
- 201_2
- this 1
- this 2
- day of_2
- Notary Public
- My commission expires
- undefined_73
- OF
- undefined_74
- undefined_75
- I am
- undefined_76
- The firm is the BidderProposerContractor for Contract
- Qualification 1
- Qualification 2
- Qualification 3
- Dated
- undefined_77
- Notary Public
- undefined_78
- Notary Public_2
- Commission expires
- PersonPhone
- Person email
- Check Box3 Off
- Check Box10 Off
- Check Box11 Off
- Check Box12 Off
- Check Box13 Off
- Check Box14 Off
- Check Box15 Off
- Check Box16 Off
- Check Box17 Off
- Check Box18 Off
- Check Box19 Off
- Check Box20 Off
- Check Box21 Off
- Check Box22 Off
- Check Box23 Off
- Check Box24 Off
- Check Box25 Off
- Check Box26 Off
- Check Box27 Off
- Check Box28 Off
- Check Box29 Off
- Check Box30 Off
- Check Box31 Off
- Check Box32 Off
- Check Box33 Off
- Check Box34 Off
- Check Box35 Off
- Check Box36 Off
- Check Box37 Off
- Check Box38 Off
- Check Box39 Off
- Check Box40 Off
- Check Box41 Off
- Check Box42 Off
- Check Box43 Off
- Text44
- Text45
- Text46
- Text47
- Text48
- employees company wide
- Employees - locally
- bonding - single job
- bonding - aggregate
- undefined_55
- undefined_54
- undefined_100
- undefined_101
- Text 100
- Text 102
- Text 103
- Text 101
- Text 104
- Text110
- Text112
- Text111
- Text113
-
RED+F Qualification Questionnaire Page 7 of 11 Revised February 10 2015
Contract number ______________________________________________________ Dollar amount of award _________________________________________________ Date completed ________________________________________________________ NameTelephone number and email address of company and Ownerrsquos Representative _____________________________________________________________________ Dollar Amount at completion _____________________________________________
b Brief description of work performed _______________________________________Contract number ______________________________________________________Dollar amount of award _________________________________________________Date completed ________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative_____________________________________________________________________Dollar Amount at completion _____________________________________________
c Brief description of work performed ____________________________________________________________________________________________________________Contract number _______________________________________________________Dollar amount of award _________________________________________________Date completed ________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative
_____________________________________________________________________ Dollar Amount at completion _____________________________________________
If none of the above situations occurred during the last three (3) years state ldquoNONErdquo here ___________
J Furnish the following information for each contract for which during the last three (3) years the Contractor was
(1) Terminated for default or (2) Sued to compel performance or (3) Sued to recover damages including without limitation upon an alleged breach of contract
misfeasance error or omission or other alleged failure on Contractorrsquos part to perform as required by the contract or
(4) Called upon a surety to perform the work or (5) Required to engage the services of an Integrity Monitor in connection with the award of or in
order to complete any public or private contract or (6) Required to draw on a letter of credit in lieu of a performance bond
a Brief description of work performed ______________________________________________________________________________________________________________Contract number ________________________________________________________Dollar amount of award ___________________________________________________Date completed _________________________________________________________NameTelephone number and email address of company and Ownerrsquos Representative______________________________________________________________________
If none of the above situations occurred during the last three (3) years state ldquoNONErdquo here________
RED+F Qualification Questionnaire Page 8 of 11 Revised February 10 2015
PART VI ANNUAL REVENUE LAST 3 YEARS A Annual average revenues of firm for last 3 years _____________________________
1 Hospital medical research etc _____________________
2 Work performed in NYC_______________________
B New awards list the value and billing amount of new contracts awarded to your firm for the last 5 years
PART VII BACKGROUND
A Indicate if your business qualifies as one of the following
Minority Business Enterprise Disadvantaged Business Enterprise
Woman-owned Business Enterprise Small Business Enterprise
B Governmental Certification Expiration Dates
State of _____________________ City of _____________________
Dormitory Authority Port Authority of NYNJ School Construction Authority Health amp Hospitals Other _______________________ Attach a copy of your current certification)
C
D
Bonding Capacity ndash single job $______________ Aggregate $_______________Surety contact (Name address AgentBroker name email address phone number________________________________________________________________________________________________________________________________________________________
List any licenses your company holds Attach a separate sheet if necessary________________________________________________________________________________________________________________________________________________________
Contract Awards $ Billings
Current Year 20____ $_________________ $________________
Previous Year 20_____ $_________________ $________________
Two Years Prior 20_____ $_________________ $________________
Three Years Prior 20_____ $_________________ $________________
Four Years Prior 20_____ $_________________ $________________
RED+F Qualification Questionnaire Page 9 of 11 Revised February 10 2015
PART VIII SAFETY
A Workerrsquos Compensation Carrier _____________________ Policy Expiration Date______________
B Experience Modification Rate (EMR) OSHA Recordable and Lost Time information
List your firmrsquos EMR for the three most recent years Current __________________ Previous _________________ Two years prior ___________
C Please use your OSHA 200 logs (or insurance loss runs) to complete this section
Number of injuries and illnesses One Year Prior Two Years Prior Three Years Prior 1 Number of lost workday
cases incl restricteddays (columns 2 amp 9)
_________________ _________________ _________________
2 Number of OSHArecordable(columns 2 6 9 amp13)
_________________ _________________ _________________
3 Number of fatalities_________________ _________________ _________________
D Total employee hours worked One Year Prior Two Years Prior Three Years Prior
_________________ _________________ _________________
E Name of insurance company _______________________________________________________ Address________________________________________________________________________ _______________________________________________________________________________ Telephone _______________________ Contact name __________________________________
RED+F Qualification Questionnaire Page 10 of 11 Revised February 10 2015
NYU LANGONE MEDICAL CENTER RED+F QUALIFICATION QUESTIONNAIRE
PART VI - AFFIDAVIT AND ACKNOWLEDGEMENT
STATE OF_______________________) ) SS __________________
COUNTY OF_____________________)
On the___________ day of___________ 201_____ before me personally came and appeared __________________________by me known to be said person who swore under oath as follows
l I am_______________________________ of__________________________________(Print name and title) (Print name of firm)
2 I am duly authorized to sign this RED+F Qualification Questionnaire on behalf of said firm and dulysigned this document pursuant to said authorization
3 The answers to the questions set forth in the RED+F Qualification Questionnaire and exceptas set forth in the stated exceptions in Part III the representations set forth in this questionnaire aretrue accurate and complete I authorize NYU Langone Medical Center to verify any such informationand to conduct any background checks it deems appropriate
4 I acknowledge and understand that the RED+F Qualification Questionnaire includes provisions whichare deemed included n the contract if awarded to the firm
___________________________________________ Signature
Sworn to and subscribed to before me this_________day of _______________ 20____
______________________________________
Notary Public_____________________County My commission expires____________________
RED+F Qualification Questionnaire Page 11 of 11 Revised February 10 2015
RED+F QUALIFICATION QUESTIONNAIRE PART13 VII13 ndashAFFIDAVIT13 OF13 NO13 CHANGE13
(If applicable13 complete and submit two original signed13 notarized affidavits of no change)STATE13 OF13 _____________________________13 )
)13 ssCOUNTY OF ___________________________ )
On13 the13 ________13 day13 of13 _____________13 20______13 before13 me13 personally13 came13 and13 appeared13 _________________________13 by13 me13 known to be said person who swore13 under oath as follows
1 I13 am13 __________________________13 13 13 13 13 13 13 13 13 13 13 of ________________________________________(Print name and title)13 13 13 13 (Print name13 of13 firm)
2 The firm is the BidderProposerContractor for Contract _________________ I am duly authorized tosign this Affidavit of No Change on behalf of said firm and duly signed this document pursuant to saidauthorization
3 The BidderProposerSubcontractor previously submitted a RED+F Qualification Questionnairewithin one (1) year prior to the date hereof to NYU Langone Medical Center (NYULMC)
4 Attached is an accurate and true copy of such previously submitted RED+F QualificationQuestionnaire
5 I hereby certify that there has been no material change in the information specified on such attachedRED+F Qualification Questionnaire except as follows (attach additional sheet as required)__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
6 I acknowledge and understand that the previously submitted RED+F Qualification Questionnaireincludes provisions which are deemed included in the Contract if awarded to the firm
BidderProposerContractor must13 sign13 here13 ___________________________________Dated13 ___________________________________13
Sworn13 to13 and13 subscribed13 to13 before13 me13 this13 ____________13 13 13 day13 of13 ____________13 20__13
__________________________________(Notary13 Public)
Notary Public____________________ County
My commission expires ________
- Untitled
-
- Contractors full legal name
- Number SSN as applicable
- Dun Bradstreet DUNS DUNS unique nine digit number
- etc
- 1 PartnerParty Name
- TIN EIN or SSN
- DUNS
- Percentage of Ownership
- 2 PartnerParty Name
- TIN EIN or SSN_2
- DUNS_2
- Percentage of ownership
- State or country under whose laws Contractor is organized and year organized
- or TIN or EIN number listed in Part IB above
- Contractors mailing address 1
- Contractors mailing address 2
- Contractors street address complete only if different than F
- G
- prior addresses
- Contractors telephone number
- Fax number
- Email address
- J Does the Contractor own or rent office space Please provide the details 1
- J Does the Contractor own or rent office space Please provide the details 2
- Name
- EmployerTitle
- Fax number_2
- Mobile number
- Name_2
- Title 1
- Title 2
- Home address
- Business address
- Name_3
- Title 1_2
- Title 2_2
- Home address_2
- Business address_2
- a Brief description of work performed
- 1
- 2
- Contract number
- Dollar amount of award
- Date completed
- NameTelephone number and email address of company and Owners Representative
- b Brief description of work performed
- Dollar Amount at completion 1
- Dollar Amount at completion 2
- undefined_42
- Contract number_2
- Dollar amount of award_2
- Date completed_2
- NameTelephone number and email address of company and Owners Representative_2
- c Brief description of work performed
- Dollar Amount at completion 1_2
- Dollar Amount at completion 2_2
- undefined_43
- Contract number_3
- Dollar amount of award_3
- Date completed_3
- NameTelephone number and email address of company and Owners Representative 1
- NameTelephone number and email address of company and Owners Representative 2
- Dollar Amount at completion
- Brief description of work performed
- Contract number_4
- Dollar amount of award_4
- Date completed_4
- NameTelephone number and email address of company and Owners Representative_3
- Dollar Amount at completion_2
- Brief description of work performed_2
- Contract number_5
- Dollar amount of award_5
- Date completed_5
- NameTelephone number and email address of company and Owners Representative_4
- c Brief description of work performed
- Dollar Amount at completion 1_3
- Dollar Amount at completion 2_3
- Contract number_6
- Dollar amount of award_6
- Date completed_6
- NameTelephone number and email address of company and Owners Representative_5
- Dollar Amount at completion_3
- If none of the above situations occurred during the last three 3 years state NONE here
- a Brief description of work performed
- undefined_44
- Contract number_7
- Dollar amount of award_7
- Date completed_7
- NameTelephone number and email address of company and Owners Representative_6
- If none of the above situations occurred during the last three 3 years state NONE here_2
- City of
- undefined_48
- undefined_49
- undefined_50
- undefined_51
- undefined_52
- undefined_53
- Minority Business Enterprise Off
- Disadvantaged Business Enterprise Off
- Womanowned Business Enterprise Off
- Local Business Enterprise Off
- State of
- Other
- Expiration Dates 1
- Expiration Dates 2
- Expiration Dates 4
- Expiration Dates 5
- Expiration Dates 6
- Expiration Dates 7
- Expiration Dates 8
- Workers Compensation Carrier
- Policy Expiration Date
- Current
- Previous
- Two years prior
- cases incl restricted
- undefined_60
- undefined_61
- undefined_62
- undefined_63
- undefined_64
- undefined_65
- undefined_66
- undefined_67
- One Year Prior
- Two Years Prior
- Three Years Prior
- Name of insurance company
- Address 1
- Address 2
- Telephone
- Contact name
- STATE OF
- SS
- COUNTY OF
- On the
- day of
- 201
- by me known to be said person who swore under oath as follows
- I am
- of
- 201_2
- this 1
- this 2
- day of_2
- Notary Public
- My commission expires
- undefined_73
- OF
- undefined_74
- undefined_75
- I am
- undefined_76
- The firm is the BidderProposerContractor for Contract
- Qualification 1
- Qualification 2
- Qualification 3
- Dated
- undefined_77
- Notary Public
- undefined_78
- Notary Public_2
- Commission expires
- PersonPhone
- Person email
- Check Box3 Off
- Check Box10 Off
- Check Box11 Off
- Check Box12 Off
- Check Box13 Off
- Check Box14 Off
- Check Box15 Off
- Check Box16 Off
- Check Box17 Off
- Check Box18 Off
- Check Box19 Off
- Check Box20 Off
- Check Box21 Off
- Check Box22 Off
- Check Box23 Off
- Check Box24 Off
- Check Box25 Off
- Check Box26 Off
- Check Box27 Off
- Check Box28 Off
- Check Box29 Off
- Check Box30 Off
- Check Box31 Off
- Check Box32 Off
- Check Box33 Off
- Check Box34 Off
- Check Box35 Off
- Check Box36 Off
- Check Box37 Off
- Check Box38 Off
- Check Box39 Off
- Check Box40 Off
- Check Box41 Off
- Check Box42 Off
- Check Box43 Off
- Text44
- Text45
- Text46
- Text47
- Text48
- employees company wide
- Employees - locally
- bonding - single job
- bonding - aggregate
- undefined_55
- undefined_54
- undefined_100
- undefined_101
- Text 100
- Text 102
- Text 103
- Text 101
- Text 104
- Text110
- Text112
- Text111
- Text113
-
RED+F Qualification Questionnaire Page 8 of 11 Revised February 10 2015
PART VI ANNUAL REVENUE LAST 3 YEARS A Annual average revenues of firm for last 3 years _____________________________
1 Hospital medical research etc _____________________
2 Work performed in NYC_______________________
B New awards list the value and billing amount of new contracts awarded to your firm for the last 5 years
PART VII BACKGROUND
A Indicate if your business qualifies as one of the following
Minority Business Enterprise Disadvantaged Business Enterprise
Woman-owned Business Enterprise Small Business Enterprise
B Governmental Certification Expiration Dates
State of _____________________ City of _____________________
Dormitory Authority Port Authority of NYNJ School Construction Authority Health amp Hospitals Other _______________________ Attach a copy of your current certification)
C
D
Bonding Capacity ndash single job $______________ Aggregate $_______________Surety contact (Name address AgentBroker name email address phone number________________________________________________________________________________________________________________________________________________________
List any licenses your company holds Attach a separate sheet if necessary________________________________________________________________________________________________________________________________________________________
Contract Awards $ Billings
Current Year 20____ $_________________ $________________
Previous Year 20_____ $_________________ $________________
Two Years Prior 20_____ $_________________ $________________
Three Years Prior 20_____ $_________________ $________________
Four Years Prior 20_____ $_________________ $________________
RED+F Qualification Questionnaire Page 9 of 11 Revised February 10 2015
PART VIII SAFETY
A Workerrsquos Compensation Carrier _____________________ Policy Expiration Date______________
B Experience Modification Rate (EMR) OSHA Recordable and Lost Time information
List your firmrsquos EMR for the three most recent years Current __________________ Previous _________________ Two years prior ___________
C Please use your OSHA 200 logs (or insurance loss runs) to complete this section
Number of injuries and illnesses One Year Prior Two Years Prior Three Years Prior 1 Number of lost workday
cases incl restricteddays (columns 2 amp 9)
_________________ _________________ _________________
2 Number of OSHArecordable(columns 2 6 9 amp13)
_________________ _________________ _________________
3 Number of fatalities_________________ _________________ _________________
D Total employee hours worked One Year Prior Two Years Prior Three Years Prior
_________________ _________________ _________________
E Name of insurance company _______________________________________________________ Address________________________________________________________________________ _______________________________________________________________________________ Telephone _______________________ Contact name __________________________________
RED+F Qualification Questionnaire Page 10 of 11 Revised February 10 2015
NYU LANGONE MEDICAL CENTER RED+F QUALIFICATION QUESTIONNAIRE
PART VI - AFFIDAVIT AND ACKNOWLEDGEMENT
STATE OF_______________________) ) SS __________________
COUNTY OF_____________________)
On the___________ day of___________ 201_____ before me personally came and appeared __________________________by me known to be said person who swore under oath as follows
l I am_______________________________ of__________________________________(Print name and title) (Print name of firm)
2 I am duly authorized to sign this RED+F Qualification Questionnaire on behalf of said firm and dulysigned this document pursuant to said authorization
3 The answers to the questions set forth in the RED+F Qualification Questionnaire and exceptas set forth in the stated exceptions in Part III the representations set forth in this questionnaire aretrue accurate and complete I authorize NYU Langone Medical Center to verify any such informationand to conduct any background checks it deems appropriate
4 I acknowledge and understand that the RED+F Qualification Questionnaire includes provisions whichare deemed included n the contract if awarded to the firm
___________________________________________ Signature
Sworn to and subscribed to before me this_________day of _______________ 20____
______________________________________
Notary Public_____________________County My commission expires____________________
RED+F Qualification Questionnaire Page 11 of 11 Revised February 10 2015
RED+F QUALIFICATION QUESTIONNAIRE PART13 VII13 ndashAFFIDAVIT13 OF13 NO13 CHANGE13
(If applicable13 complete and submit two original signed13 notarized affidavits of no change)STATE13 OF13 _____________________________13 )
)13 ssCOUNTY OF ___________________________ )
On13 the13 ________13 day13 of13 _____________13 20______13 before13 me13 personally13 came13 and13 appeared13 _________________________13 by13 me13 known to be said person who swore13 under oath as follows
1 I13 am13 __________________________13 13 13 13 13 13 13 13 13 13 13 of ________________________________________(Print name and title)13 13 13 13 (Print name13 of13 firm)
2 The firm is the BidderProposerContractor for Contract _________________ I am duly authorized tosign this Affidavit of No Change on behalf of said firm and duly signed this document pursuant to saidauthorization
3 The BidderProposerSubcontractor previously submitted a RED+F Qualification Questionnairewithin one (1) year prior to the date hereof to NYU Langone Medical Center (NYULMC)
4 Attached is an accurate and true copy of such previously submitted RED+F QualificationQuestionnaire
5 I hereby certify that there has been no material change in the information specified on such attachedRED+F Qualification Questionnaire except as follows (attach additional sheet as required)__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
6 I acknowledge and understand that the previously submitted RED+F Qualification Questionnaireincludes provisions which are deemed included in the Contract if awarded to the firm
BidderProposerContractor must13 sign13 here13 ___________________________________Dated13 ___________________________________13
Sworn13 to13 and13 subscribed13 to13 before13 me13 this13 ____________13 13 13 day13 of13 ____________13 20__13
__________________________________(Notary13 Public)
Notary Public____________________ County
My commission expires ________
- Untitled
-
- Contractors full legal name
- Number SSN as applicable
- Dun Bradstreet DUNS DUNS unique nine digit number
- etc
- 1 PartnerParty Name
- TIN EIN or SSN
- DUNS
- Percentage of Ownership
- 2 PartnerParty Name
- TIN EIN or SSN_2
- DUNS_2
- Percentage of ownership
- State or country under whose laws Contractor is organized and year organized
- or TIN or EIN number listed in Part IB above
- Contractors mailing address 1
- Contractors mailing address 2
- Contractors street address complete only if different than F
- G
- prior addresses
- Contractors telephone number
- Fax number
- Email address
- J Does the Contractor own or rent office space Please provide the details 1
- J Does the Contractor own or rent office space Please provide the details 2
- Name
- EmployerTitle
- Fax number_2
- Mobile number
- Name_2
- Title 1
- Title 2
- Home address
- Business address
- Name_3
- Title 1_2
- Title 2_2
- Home address_2
- Business address_2
- a Brief description of work performed
- 1
- 2
- Contract number
- Dollar amount of award
- Date completed
- NameTelephone number and email address of company and Owners Representative
- b Brief description of work performed
- Dollar Amount at completion 1
- Dollar Amount at completion 2
- undefined_42
- Contract number_2
- Dollar amount of award_2
- Date completed_2
- NameTelephone number and email address of company and Owners Representative_2
- c Brief description of work performed
- Dollar Amount at completion 1_2
- Dollar Amount at completion 2_2
- undefined_43
- Contract number_3
- Dollar amount of award_3
- Date completed_3
- NameTelephone number and email address of company and Owners Representative 1
- NameTelephone number and email address of company and Owners Representative 2
- Dollar Amount at completion
- Brief description of work performed
- Contract number_4
- Dollar amount of award_4
- Date completed_4
- NameTelephone number and email address of company and Owners Representative_3
- Dollar Amount at completion_2
- Brief description of work performed_2
- Contract number_5
- Dollar amount of award_5
- Date completed_5
- NameTelephone number and email address of company and Owners Representative_4
- c Brief description of work performed
- Dollar Amount at completion 1_3
- Dollar Amount at completion 2_3
- Contract number_6
- Dollar amount of award_6
- Date completed_6
- NameTelephone number and email address of company and Owners Representative_5
- Dollar Amount at completion_3
- If none of the above situations occurred during the last three 3 years state NONE here
- a Brief description of work performed
- undefined_44
- Contract number_7
- Dollar amount of award_7
- Date completed_7
- NameTelephone number and email address of company and Owners Representative_6
- If none of the above situations occurred during the last three 3 years state NONE here_2
- City of
- undefined_48
- undefined_49
- undefined_50
- undefined_51
- undefined_52
- undefined_53
- Minority Business Enterprise Off
- Disadvantaged Business Enterprise Off
- Womanowned Business Enterprise Off
- Local Business Enterprise Off
- State of
- Other
- Expiration Dates 1
- Expiration Dates 2
- Expiration Dates 4
- Expiration Dates 5
- Expiration Dates 6
- Expiration Dates 7
- Expiration Dates 8
- Workers Compensation Carrier
- Policy Expiration Date
- Current
- Previous
- Two years prior
- cases incl restricted
- undefined_60
- undefined_61
- undefined_62
- undefined_63
- undefined_64
- undefined_65
- undefined_66
- undefined_67
- One Year Prior
- Two Years Prior
- Three Years Prior
- Name of insurance company
- Address 1
- Address 2
- Telephone
- Contact name
- STATE OF
- SS
- COUNTY OF
- On the
- day of
- 201
- by me known to be said person who swore under oath as follows
- I am
- of
- 201_2
- this 1
- this 2
- day of_2
- Notary Public
- My commission expires
- undefined_73
- OF
- undefined_74
- undefined_75
- I am
- undefined_76
- The firm is the BidderProposerContractor for Contract
- Qualification 1
- Qualification 2
- Qualification 3
- Dated
- undefined_77
- Notary Public
- undefined_78
- Notary Public_2
- Commission expires
- PersonPhone
- Person email
- Check Box3 Off
- Check Box10 Off
- Check Box11 Off
- Check Box12 Off
- Check Box13 Off
- Check Box14 Off
- Check Box15 Off
- Check Box16 Off
- Check Box17 Off
- Check Box18 Off
- Check Box19 Off
- Check Box20 Off
- Check Box21 Off
- Check Box22 Off
- Check Box23 Off
- Check Box24 Off
- Check Box25 Off
- Check Box26 Off
- Check Box27 Off
- Check Box28 Off
- Check Box29 Off
- Check Box30 Off
- Check Box31 Off
- Check Box32 Off
- Check Box33 Off
- Check Box34 Off
- Check Box35 Off
- Check Box36 Off
- Check Box37 Off
- Check Box38 Off
- Check Box39 Off
- Check Box40 Off
- Check Box41 Off
- Check Box42 Off
- Check Box43 Off
- Text44
- Text45
- Text46
- Text47
- Text48
- employees company wide
- Employees - locally
- bonding - single job
- bonding - aggregate
- undefined_55
- undefined_54
- undefined_100
- undefined_101
- Text 100
- Text 102
- Text 103
- Text 101
- Text 104
- Text110
- Text112
- Text111
- Text113
-
RED+F Qualification Questionnaire Page 9 of 11 Revised February 10 2015
PART VIII SAFETY
A Workerrsquos Compensation Carrier _____________________ Policy Expiration Date______________
B Experience Modification Rate (EMR) OSHA Recordable and Lost Time information
List your firmrsquos EMR for the three most recent years Current __________________ Previous _________________ Two years prior ___________
C Please use your OSHA 200 logs (or insurance loss runs) to complete this section
Number of injuries and illnesses One Year Prior Two Years Prior Three Years Prior 1 Number of lost workday
cases incl restricteddays (columns 2 amp 9)
_________________ _________________ _________________
2 Number of OSHArecordable(columns 2 6 9 amp13)
_________________ _________________ _________________
3 Number of fatalities_________________ _________________ _________________
D Total employee hours worked One Year Prior Two Years Prior Three Years Prior
_________________ _________________ _________________
E Name of insurance company _______________________________________________________ Address________________________________________________________________________ _______________________________________________________________________________ Telephone _______________________ Contact name __________________________________
RED+F Qualification Questionnaire Page 10 of 11 Revised February 10 2015
NYU LANGONE MEDICAL CENTER RED+F QUALIFICATION QUESTIONNAIRE
PART VI - AFFIDAVIT AND ACKNOWLEDGEMENT
STATE OF_______________________) ) SS __________________
COUNTY OF_____________________)
On the___________ day of___________ 201_____ before me personally came and appeared __________________________by me known to be said person who swore under oath as follows
l I am_______________________________ of__________________________________(Print name and title) (Print name of firm)
2 I am duly authorized to sign this RED+F Qualification Questionnaire on behalf of said firm and dulysigned this document pursuant to said authorization
3 The answers to the questions set forth in the RED+F Qualification Questionnaire and exceptas set forth in the stated exceptions in Part III the representations set forth in this questionnaire aretrue accurate and complete I authorize NYU Langone Medical Center to verify any such informationand to conduct any background checks it deems appropriate
4 I acknowledge and understand that the RED+F Qualification Questionnaire includes provisions whichare deemed included n the contract if awarded to the firm
___________________________________________ Signature
Sworn to and subscribed to before me this_________day of _______________ 20____
______________________________________
Notary Public_____________________County My commission expires____________________
RED+F Qualification Questionnaire Page 11 of 11 Revised February 10 2015
RED+F QUALIFICATION QUESTIONNAIRE PART13 VII13 ndashAFFIDAVIT13 OF13 NO13 CHANGE13
(If applicable13 complete and submit two original signed13 notarized affidavits of no change)STATE13 OF13 _____________________________13 )
)13 ssCOUNTY OF ___________________________ )
On13 the13 ________13 day13 of13 _____________13 20______13 before13 me13 personally13 came13 and13 appeared13 _________________________13 by13 me13 known to be said person who swore13 under oath as follows
1 I13 am13 __________________________13 13 13 13 13 13 13 13 13 13 13 of ________________________________________(Print name and title)13 13 13 13 (Print name13 of13 firm)
2 The firm is the BidderProposerContractor for Contract _________________ I am duly authorized tosign this Affidavit of No Change on behalf of said firm and duly signed this document pursuant to saidauthorization
3 The BidderProposerSubcontractor previously submitted a RED+F Qualification Questionnairewithin one (1) year prior to the date hereof to NYU Langone Medical Center (NYULMC)
4 Attached is an accurate and true copy of such previously submitted RED+F QualificationQuestionnaire
5 I hereby certify that there has been no material change in the information specified on such attachedRED+F Qualification Questionnaire except as follows (attach additional sheet as required)__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
6 I acknowledge and understand that the previously submitted RED+F Qualification Questionnaireincludes provisions which are deemed included in the Contract if awarded to the firm
BidderProposerContractor must13 sign13 here13 ___________________________________Dated13 ___________________________________13
Sworn13 to13 and13 subscribed13 to13 before13 me13 this13 ____________13 13 13 day13 of13 ____________13 20__13
__________________________________(Notary13 Public)
Notary Public____________________ County
My commission expires ________
- Untitled
-
- Contractors full legal name
- Number SSN as applicable
- Dun Bradstreet DUNS DUNS unique nine digit number
- etc
- 1 PartnerParty Name
- TIN EIN or SSN
- DUNS
- Percentage of Ownership
- 2 PartnerParty Name
- TIN EIN or SSN_2
- DUNS_2
- Percentage of ownership
- State or country under whose laws Contractor is organized and year organized
- or TIN or EIN number listed in Part IB above
- Contractors mailing address 1
- Contractors mailing address 2
- Contractors street address complete only if different than F
- G
- prior addresses
- Contractors telephone number
- Fax number
- Email address
- J Does the Contractor own or rent office space Please provide the details 1
- J Does the Contractor own or rent office space Please provide the details 2
- Name
- EmployerTitle
- Fax number_2
- Mobile number
- Name_2
- Title 1
- Title 2
- Home address
- Business address
- Name_3
- Title 1_2
- Title 2_2
- Home address_2
- Business address_2
- a Brief description of work performed
- 1
- 2
- Contract number
- Dollar amount of award
- Date completed
- NameTelephone number and email address of company and Owners Representative
- b Brief description of work performed
- Dollar Amount at completion 1
- Dollar Amount at completion 2
- undefined_42
- Contract number_2
- Dollar amount of award_2
- Date completed_2
- NameTelephone number and email address of company and Owners Representative_2
- c Brief description of work performed
- Dollar Amount at completion 1_2
- Dollar Amount at completion 2_2
- undefined_43
- Contract number_3
- Dollar amount of award_3
- Date completed_3
- NameTelephone number and email address of company and Owners Representative 1
- NameTelephone number and email address of company and Owners Representative 2
- Dollar Amount at completion
- Brief description of work performed
- Contract number_4
- Dollar amount of award_4
- Date completed_4
- NameTelephone number and email address of company and Owners Representative_3
- Dollar Amount at completion_2
- Brief description of work performed_2
- Contract number_5
- Dollar amount of award_5
- Date completed_5
- NameTelephone number and email address of company and Owners Representative_4
- c Brief description of work performed
- Dollar Amount at completion 1_3
- Dollar Amount at completion 2_3
- Contract number_6
- Dollar amount of award_6
- Date completed_6
- NameTelephone number and email address of company and Owners Representative_5
- Dollar Amount at completion_3
- If none of the above situations occurred during the last three 3 years state NONE here
- a Brief description of work performed
- undefined_44
- Contract number_7
- Dollar amount of award_7
- Date completed_7
- NameTelephone number and email address of company and Owners Representative_6
- If none of the above situations occurred during the last three 3 years state NONE here_2
- City of
- undefined_48
- undefined_49
- undefined_50
- undefined_51
- undefined_52
- undefined_53
- Minority Business Enterprise Off
- Disadvantaged Business Enterprise Off
- Womanowned Business Enterprise Off
- Local Business Enterprise Off
- State of
- Other
- Expiration Dates 1
- Expiration Dates 2
- Expiration Dates 4
- Expiration Dates 5
- Expiration Dates 6
- Expiration Dates 7
- Expiration Dates 8
- Workers Compensation Carrier
- Policy Expiration Date
- Current
- Previous
- Two years prior
- cases incl restricted
- undefined_60
- undefined_61
- undefined_62
- undefined_63
- undefined_64
- undefined_65
- undefined_66
- undefined_67
- One Year Prior
- Two Years Prior
- Three Years Prior
- Name of insurance company
- Address 1
- Address 2
- Telephone
- Contact name
- STATE OF
- SS
- COUNTY OF
- On the
- day of
- 201
- by me known to be said person who swore under oath as follows
- I am
- of
- 201_2
- this 1
- this 2
- day of_2
- Notary Public
- My commission expires
- undefined_73
- OF
- undefined_74
- undefined_75
- I am
- undefined_76
- The firm is the BidderProposerContractor for Contract
- Qualification 1
- Qualification 2
- Qualification 3
- Dated
- undefined_77
- Notary Public
- undefined_78
- Notary Public_2
- Commission expires
- PersonPhone
- Person email
- Check Box3 Off
- Check Box10 Off
- Check Box11 Off
- Check Box12 Off
- Check Box13 Off
- Check Box14 Off
- Check Box15 Off
- Check Box16 Off
- Check Box17 Off
- Check Box18 Off
- Check Box19 Off
- Check Box20 Off
- Check Box21 Off
- Check Box22 Off
- Check Box23 Off
- Check Box24 Off
- Check Box25 Off
- Check Box26 Off
- Check Box27 Off
- Check Box28 Off
- Check Box29 Off
- Check Box30 Off
- Check Box31 Off
- Check Box32 Off
- Check Box33 Off
- Check Box34 Off
- Check Box35 Off
- Check Box36 Off
- Check Box37 Off
- Check Box38 Off
- Check Box39 Off
- Check Box40 Off
- Check Box41 Off
- Check Box42 Off
- Check Box43 Off
- Text44
- Text45
- Text46
- Text47
- Text48
- employees company wide
- Employees - locally
- bonding - single job
- bonding - aggregate
- undefined_55
- undefined_54
- undefined_100
- undefined_101
- Text 100
- Text 102
- Text 103
- Text 101
- Text 104
- Text110
- Text112
- Text111
- Text113
-
RED+F Qualification Questionnaire Page 10 of 11 Revised February 10 2015
NYU LANGONE MEDICAL CENTER RED+F QUALIFICATION QUESTIONNAIRE
PART VI - AFFIDAVIT AND ACKNOWLEDGEMENT
STATE OF_______________________) ) SS __________________
COUNTY OF_____________________)
On the___________ day of___________ 201_____ before me personally came and appeared __________________________by me known to be said person who swore under oath as follows
l I am_______________________________ of__________________________________(Print name and title) (Print name of firm)
2 I am duly authorized to sign this RED+F Qualification Questionnaire on behalf of said firm and dulysigned this document pursuant to said authorization
3 The answers to the questions set forth in the RED+F Qualification Questionnaire and exceptas set forth in the stated exceptions in Part III the representations set forth in this questionnaire aretrue accurate and complete I authorize NYU Langone Medical Center to verify any such informationand to conduct any background checks it deems appropriate
4 I acknowledge and understand that the RED+F Qualification Questionnaire includes provisions whichare deemed included n the contract if awarded to the firm
___________________________________________ Signature
Sworn to and subscribed to before me this_________day of _______________ 20____
______________________________________
Notary Public_____________________County My commission expires____________________
RED+F Qualification Questionnaire Page 11 of 11 Revised February 10 2015
RED+F QUALIFICATION QUESTIONNAIRE PART13 VII13 ndashAFFIDAVIT13 OF13 NO13 CHANGE13
(If applicable13 complete and submit two original signed13 notarized affidavits of no change)STATE13 OF13 _____________________________13 )
)13 ssCOUNTY OF ___________________________ )
On13 the13 ________13 day13 of13 _____________13 20______13 before13 me13 personally13 came13 and13 appeared13 _________________________13 by13 me13 known to be said person who swore13 under oath as follows
1 I13 am13 __________________________13 13 13 13 13 13 13 13 13 13 13 of ________________________________________(Print name and title)13 13 13 13 (Print name13 of13 firm)
2 The firm is the BidderProposerContractor for Contract _________________ I am duly authorized tosign this Affidavit of No Change on behalf of said firm and duly signed this document pursuant to saidauthorization
3 The BidderProposerSubcontractor previously submitted a RED+F Qualification Questionnairewithin one (1) year prior to the date hereof to NYU Langone Medical Center (NYULMC)
4 Attached is an accurate and true copy of such previously submitted RED+F QualificationQuestionnaire
5 I hereby certify that there has been no material change in the information specified on such attachedRED+F Qualification Questionnaire except as follows (attach additional sheet as required)__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
6 I acknowledge and understand that the previously submitted RED+F Qualification Questionnaireincludes provisions which are deemed included in the Contract if awarded to the firm
BidderProposerContractor must13 sign13 here13 ___________________________________Dated13 ___________________________________13
Sworn13 to13 and13 subscribed13 to13 before13 me13 this13 ____________13 13 13 day13 of13 ____________13 20__13
__________________________________(Notary13 Public)
Notary Public____________________ County
My commission expires ________
- Untitled
-
- Contractors full legal name
- Number SSN as applicable
- Dun Bradstreet DUNS DUNS unique nine digit number
- etc
- 1 PartnerParty Name
- TIN EIN or SSN
- DUNS
- Percentage of Ownership
- 2 PartnerParty Name
- TIN EIN or SSN_2
- DUNS_2
- Percentage of ownership
- State or country under whose laws Contractor is organized and year organized
- or TIN or EIN number listed in Part IB above
- Contractors mailing address 1
- Contractors mailing address 2
- Contractors street address complete only if different than F
- G
- prior addresses
- Contractors telephone number
- Fax number
- Email address
- J Does the Contractor own or rent office space Please provide the details 1
- J Does the Contractor own or rent office space Please provide the details 2
- Name
- EmployerTitle
- Fax number_2
- Mobile number
- Name_2
- Title 1
- Title 2
- Home address
- Business address
- Name_3
- Title 1_2
- Title 2_2
- Home address_2
- Business address_2
- a Brief description of work performed
- 1
- 2
- Contract number
- Dollar amount of award
- Date completed
- NameTelephone number and email address of company and Owners Representative
- b Brief description of work performed
- Dollar Amount at completion 1
- Dollar Amount at completion 2
- undefined_42
- Contract number_2
- Dollar amount of award_2
- Date completed_2
- NameTelephone number and email address of company and Owners Representative_2
- c Brief description of work performed
- Dollar Amount at completion 1_2
- Dollar Amount at completion 2_2
- undefined_43
- Contract number_3
- Dollar amount of award_3
- Date completed_3
- NameTelephone number and email address of company and Owners Representative 1
- NameTelephone number and email address of company and Owners Representative 2
- Dollar Amount at completion
- Brief description of work performed
- Contract number_4
- Dollar amount of award_4
- Date completed_4
- NameTelephone number and email address of company and Owners Representative_3
- Dollar Amount at completion_2
- Brief description of work performed_2
- Contract number_5
- Dollar amount of award_5
- Date completed_5
- NameTelephone number and email address of company and Owners Representative_4
- c Brief description of work performed
- Dollar Amount at completion 1_3
- Dollar Amount at completion 2_3
- Contract number_6
- Dollar amount of award_6
- Date completed_6
- NameTelephone number and email address of company and Owners Representative_5
- Dollar Amount at completion_3
- If none of the above situations occurred during the last three 3 years state NONE here
- a Brief description of work performed
- undefined_44
- Contract number_7
- Dollar amount of award_7
- Date completed_7
- NameTelephone number and email address of company and Owners Representative_6
- If none of the above situations occurred during the last three 3 years state NONE here_2
- City of
- undefined_48
- undefined_49
- undefined_50
- undefined_51
- undefined_52
- undefined_53
- Minority Business Enterprise Off
- Disadvantaged Business Enterprise Off
- Womanowned Business Enterprise Off
- Local Business Enterprise Off
- State of
- Other
- Expiration Dates 1
- Expiration Dates 2
- Expiration Dates 4
- Expiration Dates 5
- Expiration Dates 6
- Expiration Dates 7
- Expiration Dates 8
- Workers Compensation Carrier
- Policy Expiration Date
- Current
- Previous
- Two years prior
- cases incl restricted
- undefined_60
- undefined_61
- undefined_62
- undefined_63
- undefined_64
- undefined_65
- undefined_66
- undefined_67
- One Year Prior
- Two Years Prior
- Three Years Prior
- Name of insurance company
- Address 1
- Address 2
- Telephone
- Contact name
- STATE OF
- SS
- COUNTY OF
- On the
- day of
- 201
- by me known to be said person who swore under oath as follows
- I am
- of
- 201_2
- this 1
- this 2
- day of_2
- Notary Public
- My commission expires
- undefined_73
- OF
- undefined_74
- undefined_75
- I am
- undefined_76
- The firm is the BidderProposerContractor for Contract
- Qualification 1
- Qualification 2
- Qualification 3
- Dated
- undefined_77
- Notary Public
- undefined_78
- Notary Public_2
- Commission expires
- PersonPhone
- Person email
- Check Box3 Off
- Check Box10 Off
- Check Box11 Off
- Check Box12 Off
- Check Box13 Off
- Check Box14 Off
- Check Box15 Off
- Check Box16 Off
- Check Box17 Off
- Check Box18 Off
- Check Box19 Off
- Check Box20 Off
- Check Box21 Off
- Check Box22 Off
- Check Box23 Off
- Check Box24 Off
- Check Box25 Off
- Check Box26 Off
- Check Box27 Off
- Check Box28 Off
- Check Box29 Off
- Check Box30 Off
- Check Box31 Off
- Check Box32 Off
- Check Box33 Off
- Check Box34 Off
- Check Box35 Off
- Check Box36 Off
- Check Box37 Off
- Check Box38 Off
- Check Box39 Off
- Check Box40 Off
- Check Box41 Off
- Check Box42 Off
- Check Box43 Off
- Text44
- Text45
- Text46
- Text47
- Text48
- employees company wide
- Employees - locally
- bonding - single job
- bonding - aggregate
- undefined_55
- undefined_54
- undefined_100
- undefined_101
- Text 100
- Text 102
- Text 103
- Text 101
- Text 104
- Text110
- Text112
- Text111
- Text113
-
RED+F Qualification Questionnaire Page 11 of 11 Revised February 10 2015
RED+F QUALIFICATION QUESTIONNAIRE PART13 VII13 ndashAFFIDAVIT13 OF13 NO13 CHANGE13
(If applicable13 complete and submit two original signed13 notarized affidavits of no change)STATE13 OF13 _____________________________13 )
)13 ssCOUNTY OF ___________________________ )
On13 the13 ________13 day13 of13 _____________13 20______13 before13 me13 personally13 came13 and13 appeared13 _________________________13 by13 me13 known to be said person who swore13 under oath as follows
1 I13 am13 __________________________13 13 13 13 13 13 13 13 13 13 13 of ________________________________________(Print name and title)13 13 13 13 (Print name13 of13 firm)
2 The firm is the BidderProposerContractor for Contract _________________ I am duly authorized tosign this Affidavit of No Change on behalf of said firm and duly signed this document pursuant to saidauthorization
3 The BidderProposerSubcontractor previously submitted a RED+F Qualification Questionnairewithin one (1) year prior to the date hereof to NYU Langone Medical Center (NYULMC)
4 Attached is an accurate and true copy of such previously submitted RED+F QualificationQuestionnaire
5 I hereby certify that there has been no material change in the information specified on such attachedRED+F Qualification Questionnaire except as follows (attach additional sheet as required)__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
6 I acknowledge and understand that the previously submitted RED+F Qualification Questionnaireincludes provisions which are deemed included in the Contract if awarded to the firm
BidderProposerContractor must13 sign13 here13 ___________________________________Dated13 ___________________________________13
Sworn13 to13 and13 subscribed13 to13 before13 me13 this13 ____________13 13 13 day13 of13 ____________13 20__13
__________________________________(Notary13 Public)
Notary Public____________________ County
My commission expires ________
- Untitled
-
- Contractors full legal name
- Number SSN as applicable
- Dun Bradstreet DUNS DUNS unique nine digit number
- etc
- 1 PartnerParty Name
- TIN EIN or SSN
- DUNS
- Percentage of Ownership
- 2 PartnerParty Name
- TIN EIN or SSN_2
- DUNS_2
- Percentage of ownership
- State or country under whose laws Contractor is organized and year organized
- or TIN or EIN number listed in Part IB above
- Contractors mailing address 1
- Contractors mailing address 2
- Contractors street address complete only if different than F
- G
- prior addresses
- Contractors telephone number
- Fax number
- Email address
- J Does the Contractor own or rent office space Please provide the details 1
- J Does the Contractor own or rent office space Please provide the details 2
- Name
- EmployerTitle
- Fax number_2
- Mobile number
- Name_2
- Title 1
- Title 2
- Home address
- Business address
- Name_3
- Title 1_2
- Title 2_2
- Home address_2
- Business address_2
- a Brief description of work performed
- 1
- 2
- Contract number
- Dollar amount of award
- Date completed
- NameTelephone number and email address of company and Owners Representative
- b Brief description of work performed
- Dollar Amount at completion 1
- Dollar Amount at completion 2
- undefined_42
- Contract number_2
- Dollar amount of award_2
- Date completed_2
- NameTelephone number and email address of company and Owners Representative_2
- c Brief description of work performed
- Dollar Amount at completion 1_2
- Dollar Amount at completion 2_2
- undefined_43
- Contract number_3
- Dollar amount of award_3
- Date completed_3
- NameTelephone number and email address of company and Owners Representative 1
- NameTelephone number and email address of company and Owners Representative 2
- Dollar Amount at completion
- Brief description of work performed
- Contract number_4
- Dollar amount of award_4
- Date completed_4
- NameTelephone number and email address of company and Owners Representative_3
- Dollar Amount at completion_2
- Brief description of work performed_2
- Contract number_5
- Dollar amount of award_5
- Date completed_5
- NameTelephone number and email address of company and Owners Representative_4
- c Brief description of work performed
- Dollar Amount at completion 1_3
- Dollar Amount at completion 2_3
- Contract number_6
- Dollar amount of award_6
- Date completed_6
- NameTelephone number and email address of company and Owners Representative_5
- Dollar Amount at completion_3
- If none of the above situations occurred during the last three 3 years state NONE here
- a Brief description of work performed
- undefined_44
- Contract number_7
- Dollar amount of award_7
- Date completed_7
- NameTelephone number and email address of company and Owners Representative_6
- If none of the above situations occurred during the last three 3 years state NONE here_2
- City of
- undefined_48
- undefined_49
- undefined_50
- undefined_51
- undefined_52
- undefined_53
- Minority Business Enterprise Off
- Disadvantaged Business Enterprise Off
- Womanowned Business Enterprise Off
- Local Business Enterprise Off
- State of
- Other
- Expiration Dates 1
- Expiration Dates 2
- Expiration Dates 4
- Expiration Dates 5
- Expiration Dates 6
- Expiration Dates 7
- Expiration Dates 8
- Workers Compensation Carrier
- Policy Expiration Date
- Current
- Previous
- Two years prior
- cases incl restricted
- undefined_60
- undefined_61
- undefined_62
- undefined_63
- undefined_64
- undefined_65
- undefined_66
- undefined_67
- One Year Prior
- Two Years Prior
- Three Years Prior
- Name of insurance company
- Address 1
- Address 2
- Telephone
- Contact name
- STATE OF
- SS
- COUNTY OF
- On the
- day of
- 201
- by me known to be said person who swore under oath as follows
- I am
- of
- 201_2
- this 1
- this 2
- day of_2
- Notary Public
- My commission expires
- undefined_73
- OF
- undefined_74
- undefined_75
- I am
- undefined_76
- The firm is the BidderProposerContractor for Contract
- Qualification 1
- Qualification 2
- Qualification 3
- Dated
- undefined_77
- Notary Public
- undefined_78
- Notary Public_2
- Commission expires
- PersonPhone
- Person email
- Check Box3 Off
- Check Box10 Off
- Check Box11 Off
- Check Box12 Off
- Check Box13 Off
- Check Box14 Off
- Check Box15 Off
- Check Box16 Off
- Check Box17 Off
- Check Box18 Off
- Check Box19 Off
- Check Box20 Off
- Check Box21 Off
- Check Box22 Off
- Check Box23 Off
- Check Box24 Off
- Check Box25 Off
- Check Box26 Off
- Check Box27 Off
- Check Box28 Off
- Check Box29 Off
- Check Box30 Off
- Check Box31 Off
- Check Box32 Off
- Check Box33 Off
- Check Box34 Off
- Check Box35 Off
- Check Box36 Off
- Check Box37 Off
- Check Box38 Off
- Check Box39 Off
- Check Box40 Off
- Check Box41 Off
- Check Box42 Off
- Check Box43 Off
- Text44
- Text45
- Text46
- Text47
- Text48
- employees company wide
- Employees - locally
- bonding - single job
- bonding - aggregate
- undefined_55
- undefined_54
- undefined_100
- undefined_101
- Text 100
- Text 102
- Text 103
- Text 101
- Text 104
- Text110
- Text112
- Text111
- Text113
-