View
0
Download
0
Category
Preview:
Citation preview
Meeting of the Trustees of the City University Construction Fund 205 East 42nd Street, 7th Floor, Room 725
June 27, 2018 at 9:30 a.m.
REVISED AGENDA
ACTION ITEMS
1. Approval of the Minutes of the April 25, 2018 Meeting of the Fund (No. 2268).
2. Resolution of City University Construction Fund Authorizing Upgrades for the HVAC System Within the North Academic Center at City College of New York (No. 2269).
3. Resolution of the City University Construction Fund Approving the Annual Report on Procurement Contracts and the Guidelines for Procurement Contracts (No. 2270).
4. Resolution of the City University Construction Fund Authorizing the Architect of Record for Construction Administration Services for the Student Union at Thomas Hunter Hall, Hunter College (No. 2271).
5. Resolution of the City University Construction Fund Appointing Lisa Bova-Hiatt as General Counsel to the Fund (No. 2272).
REPORTS
• Report of the Chair
• Report of the Executive Director
• Report of the Dormitory Authority
C I T Y U N I V E R S I T Y C O N S T R U C T I O N F U N D 5 5 5 W . 5 7 t h S t r e e t , 1 6 t h F l o o r , N e w Y o r k , N Y 1 0 0 1 9
Minutes of the Meeting of the Board of Trustees Wednesday, April 25, 2018, at 9:30 a.m. 205 East 42nd Street, Room 0725 New York, New York 10017
Trustees Present: Hon. Philip Berry, Acting Chairman Hon. Brian Obergfell Hon. Michael Walsh Hon. Victor Pichardo**
Jeffrey Beal, Team Leader, Division of Budget Higher Education Unit* Edward Moore, Section Head, Division of Budget Higher Education Unit*
In Attendance: Judith Bergtraum, Executive Director, CUCF Robert Lemieux, Executive Director, Department of Design, Construction & Management, CUNY John Antonelli, Deputy Executive Director, CUCF Gustavo Ordóñez, Chief of Staff, FPCM, CUNY Daniel Rothbaum, Controller, CUCF Gwen Perlman, Director, Capital Budget, CUNY Michael Stabulas, Managing Director, Managing Director, Downstate Operations, DASNY Nancy Nichols, Special Assistant to the Fund
* Designee for Robert F. Mujica, Jr., Executive Director of NYS Division of the Budget in Albany, attending via videoconference.
** Joined meeting via conference call.
At 9:31 a.m., Acting Chairman Berry called the meeting to order, noting there was a quorum and thanking the attendees for their participation.
Action Items
1. Approval of the Minutes of the March 16, 2018 Meeting of the Fund (No. 2266).
Acting Chairman Berry asked if there were any discussion or amendments to the minutes. There being none, Mr. Berry entertained a motion that this item be approved. On motion duly made and seconded, the minutes were approved.
City University Construction Fund – Minutes of April 25, 2018 Meeting of the Fund, Page 2
2. Resolution of City University Construction Fund Authorizing a Purchase Order for Services and Equipment for the Design and Installation of Security Cameras at Queens College (No. 2267).
After reading the Resolution, Acting Chairman Berry called upon Executive Director Judith Bergtraum for an explanation of the item. Ms. Bergtraum reported that the resolution asks for an increased amount, above that authorized by the original resolution No. 2258, brought to the CUCF Trustees on November 1, 2017. The original amount was for $400,000; this amendment will allow for an additional $400,000 for the design and installation of security cameras and related work.
Questions from the Trustees included why the additional amount was necessary. Ms. Bertraum explained that this amended resolution is necessary because the original bid did not have a sophisticated enough system to handle the surveillance and did not include the number of cameras needed for such a large campus. Also, when the project was reviewed with the school, it was discovered there were materials and equipment needed that were not covered by the original estimate, including the number of cameras, 21 of which are equipped for providing outdoor images in all kinds of weather and lighting conditions. The additional equipment will provide video surveillance and technology sensitive enough to read license plates.
It was asked how this need to amend a prior resolution could be avoided in the future. Ms. Bergtraum stated that the original project scope was provided by the school and was insufficient for their needs. She said that the approval of the original estimate was given in order to usher the project along in a timely fashion, but that growth in the project scope made the increase necessary. In future, she explained, she and her team will be more vigilant in making sure the initial scope and estimates are complete.
Mr. Berry asked if there were any further comments or questions. There being none, Mr. Berry called for a motion to approve. On motion duly made and seconded, the resolution was approved.
REPORTS
Acting Chairman’s Report
Acting Chairman Berry let the attendees know the next CUCF meeting will be held on Wednesday, June 27 at 9:30 a.m.
Executive Director’s Report
Mr. Berry called upon Executive Director Judy Bergtraum for her report.
Ms. Bergtraum said that she plans to report on all the CUNY colleges’ projects at upcoming CUCF Board meetings, to inform the Trustees and attendees of the progress of these ongoing very important efforts.
City University Construction Fund – Minutes of April 25, 2018 Meeting of the Fund, Page 3
Today, she stated, she would give an update of the capital projects being addressed at Brooklyn College. There are $42 million worth of projects at Brooklyn College; about $100 million worth of renovation is needed, most of which will be small projects. This is typical of a senior college – it will need significant funding for renovation of older buildings.
She then presented images and information about the status of various construction projects at Brooklyn College, including those at Ingersol Hall, Boylan Hall, Whitehead Hall and Whitman Hall.
Ingersol was part of the original Brooklyn College campus, built in 1939 as a WPA project. The building had an addition constructed in 1961. Renovations to the HVAC system for the laboratories are taking place, approximately 10 different construction projects underway, to bring the labs up to code. It is expected to be completed next year and is going very well, considering how disruptive it is. There are also fire alarm upgrades taking place. At Whitman Hall, exterior conditions have been addressed, particularly entrance ways to performance spaces like the ADA ramp at the entrance to the theater, which is the second-largest theater in Brooklyn; parapets, plazas and roofs. Also, interior work is being done in the black box theater. Boylan Hall is getting a renovated lecture hall, which will be ready in January, and new Ansul System, which is a kitchen monitoring system. Plans are underway for window replacement. Ingersol and Boylan were the original classroom buildings – Ingersol for the sciences, Boylan for administration, English, and other typical curriculum. Whitehead Hall will receive new windows, and a plaza underneath that needs repaving and regrading. And as always, working on a campus while classes are in session is a major disruption.
Mr. Lemieux reported that there are an additional 13 projects in design, waiting to go into construction.
In reply to a question from Acting Chairman Berry about the status of the Performing Arts Center, Mr. Lemieux explained that construction is finished, and they are currently working with the fire department to receive a re-inspection, at which point the DOB will be able to issue a TCO. They expect a grand opening this summer.
The $132 million replacement of Roosevelt Hall is on hold, Ms. Bergtraum stated. The building is on hold now because additional funding is needed. The project has advanced through design development. No construction documents will be issued until the funding is in place. There is $342 million in projects in place at Brooklyn College, $240 million of that is in the new buildings, and $100 million is in renovations; $42 million went to the HVAC project in Ingersol Hall.
Acting Chairman Berry thanked Ms. Bergtraum for her report and presentation. He then called upon Michael Stabulas of the Dormitory Authority.
Report of the Dormitory Authority
Mr. Stabulas said he will bring his reports to the next meeting, with some photographs to illustrate the particulars.
City University Construction Fund – Minutes of April 25, 2018 Meeting of the Fund, Page 4
Acting Chairman Berry thanked Mr. Stabulas for his report, and thanked everyone for attending the meeting.
On motion duly made and seconded, the meeting of the Board of Trustees was adjourned at 10:04 a.m.
_____________________________________
Item 2 Resolution #
June 27, 2018
RESOLUTION OF THE CITY UNIVERSITY CONSTRUCTION FUND AUTHORIZING UPGRADES FOR THE HVAC SYSTEM WITHIN THE NORTH ACADEMIC CENTER AT CITY COLLEGE OF NEW YORK
RESOLVED: That, pending a request of the Board of Trustees of The City University of New York, the Board of Trustees of the City University Construction Fund (the “Fund”) authorize The Dormitory Authority of the State of New York to provide funding to The New York Power Authority (NYPA) on behalf of City College of New York (CCNY) to install energy efficient upgrades for the HVAC system within the North Academic Center (NAC) at CCNY. The contract cost shall be chargeable to the State Capital Project, NYPA Project NY. ES-GSN-0590 for an amount not to exceed 20 million dollars ($20,000,000). The contract shall be subject to approval as to form by the Fund’s General Counsel.
EXPLANATION: The New York Power Authority (NYPA) under the NYPA BuildSmart program of Executive Order 88, will implement the installation of energy efficient upgrades for the HVAC system within the North Academic Center (NAC) at CCNY. The upgrades will greatly enhance the University’s ability to reduce energy consumption and greenhouse gas generation at its campus facilities through the implementation of energy efficiency construction projects.
The undersigned hereby certifies that (i) the foregoing is a true and correct copy of the resolution adopted at the regular meeting of the Trustees of the City University Construction Fund held on June 27, 2018; (ii) at such meeting, a quorum of Trustees was present; (iii) the resolution was adopted by the affirmative vote of not less than four Trustees present at such meeting; and (iv) the resolution has not been amended or rescinded since the date of adoption.
June 27, 2018
Judith Bergtraum, Executive Director
EXHIBIT A
PROJECT SUMMARY
City College of New York North Academic Center HVAC Upgrade
NYPA Project No. ES-GSN-0590
1. Nature of Request for permission to install energy efficient upgrades for the Action HVAC system within the North Academic Center
2. Related Trustee N/A Actions
3. Project History The North Academic Center currently has outdated pneumatic HVAC controls which are barely functional. This leads to overheating and over-cooling in the building and subsequently high energy usage.
4. Project Scope The project will be implemented through the New York Power Authority (NYPA) under the NYPA BuildSmart program of Executive Order 88. The scope includes the upgrade of air handling unit control devices and the rehabilitation of each Air Handling Unit (AHU). The rehabilitation of each AHU will include the replacement of coils, dampers and damper actuators. Also included is the replacement of Variable Frequency Drives (VFD) and the conversion of 100% outside air units to return air systems.
5. Net-to-Gross Not Applicable Efficiency
6. Schedule Design Complete August 2017 Construction Start July 2018 Construction End August 2020
7. Project Funding Source: DASNY Project No. 3423109999 Amounts: Design/Build: $ 20,000,000
8. Cost Estimate N/A
9. Cost Per Square N/A Foot
Exhibit B - Site Plan
PROJECT SITE
_____________________________
Item 3 Resolution No. 2270
June 27, 2018
RESOLUTION OF THE CITY UNIVERSITY CONSTRUCTION FUND APPROVING THE ANNUAL REPORT ON PROCUREMENT CONTRACTS
AND THE GUIDELINES FOR PROCUREMENT CONTRACTS
RESOLVED: That pursuant to Section 2879 of the New York Public Authorities Law and Section H of the City University Construction Fund ("the Fund") Guidelines for Procurement Contracts ("the Guidelines") as amended through June 23, 2016, the Annual Report on Procurement Contracts of the Fund for the Fiscal Year ending June 30, 2017, attached as Exhibit 1 to this Resolution, be, and hereby is, approved and adopted;
BE IT FURTHER RESOLVED: That the Guidelines as last amended through June 23, 2016, attached as Exhibit 2 to this Resolution, be, and hereby are, approved and adopted.
EXPLANATION: The 2017 Annual Report on Procurement Contracts reflects the procurement activity of the Fund during the prior fiscal year, July 1, 2016 through June 30, 2017. The Guidelines, which have been in effect since September 1991 and were amended as of January 29, 1998, October 14, 2008 and June 10, 2014, and last amended on June 23, 2016, set forth the operative policy and instructions of the Fund regarding the use, awarding, monitoring, and reporting of procurement contracts. They were last reviewed and approved by the Trustees on June 28, 2017 (No. 2248).
The undersigned hereby certifies that (i) the foregoing is a true and correct copy of the resolution adopted at the regular meeting of the Trustees of the City University Construction Fund held on June 27, 2018; (ii) at such meeting, a quorum of Trustees was present; (iii) the resolution was adopted by the affirmative vote of not less than four Trustees present at such meeting; and (iv) the resolution has not been amended or rescinded since the date of adoption.
Date: June 27, 2018
Judith Bergtraum, Executive Director
City
Uni
vers
ity C
onst
ruct
ion
Fund
6/
25/2
018
FY 2
017
Annu
al R
epor
t on
Proc
urem
ent C
ontr
acts
3:
14 P
M
Cam
pus
Proj
ect N
ame
Vend
or
Sele
ctio
n Pr
oces
s Pr
ojec
t Val
ue
New
Pro
cure
men
t Co
ntra
ct E
nter
ed In
to in
FY
201
7 Pa
ymen
t Am
ount
Ba
ruch
Ad
min
istra
tion
Build
ing
Auto
mat
ion
Syst
em
Tran
e U
S In
c.
NYS
-OGS
$6
44,4
07.6
5 $6
8,73
7.53
Baru
ch
Fiel
d Bu
ildin
g C.
J. Br
own
Ener
gy, P
.C.
Cont
ract
s Pro
cure
d by
Go
vern
men
tal E
ntiti
es-
DASN
Y $2
52,2
95.0
0 $1
9,56
8.66
Ba
ruch
Fi
eld
Build
ing
Davi
s Bro
dy B
ond
LLP
RFP
$12,
369,
764.
00
$588
,619
.03
Baru
ch
Fiel
d Bu
ildin
g Li
Ro P
rogr
am a
nd C
onst
ruct
ion
Man
agem
ent,
P.C.
RF
P $1
66,3
26,0
27.0
0 $5
29,9
67.4
3 Ba
ruch
Fi
eld
Build
ing
Siem
ens I
ndus
try
Inc.
N
YS-O
GS
$980
,423
.69
$142
,601
.64
Baru
ch
IT B
uild
ing
Fire
Ala
rm U
pgra
de
Red
Haw
k Fi
re &
Sec
urity
N
YS-O
GS
$982
,568
.69
$81,
870.
93
Baru
ch
Libr
ary
Mas
ter P
lan
AECO
M
RFP-
Task
Ord
er
$294
,090
.00
$155
,941
.78
Baru
ch
Stud
ent C
ompu
ter L
ab
Dona
ld B
lair
Arch
itect
s RF
P-Ta
sk O
rder
$1
60,3
52.0
0 $3
5,06
8.95
Ba
ruch
St
uden
t Com
pute
r Lab
Q
ualit
y Co
ntro
l Lab
orat
orie
s, L
LC
RFP-
Task
Ord
er
$43,
900.
00
* $6
,000
.00
Baru
ch
Stud
ent C
ompu
ter L
ab
Vang
uard
Con
stru
ctio
n &
Dev
elop
men
t Co
Inc.
CS
B $1
,420
,515
.00
* $1
,135
,524
.27
BMCC
AD
A Ba
thro
om 1
99 C
ham
bers
Gi
lban
e Bu
ildin
g Co
mpa
ny
RFP-
Task
Ord
er
$12,
619,
863.
08
* $1
,651
,787
.43
BMCC
AD
A Ba
thro
om 1
99 C
ham
bers
U
rban
Eng
inee
rs o
f New
Yor
k, P
.C.
RFP-
Task
Ord
er
$172
,175
.00
* $7
,342
.50
BMCC
BM
CC A
DA B
athr
oom
Gr
af &
Lew
ent A
rchi
tect
s, L
LP
RFP-
Task
Ord
er
$558
,423
.00
$108
,611
.39
BMCC
Pe
dest
rian
Plaz
a &
Roo
f Rep
lace
men
t Su
pers
truc
ture
s RF
P $3
07,3
79.0
0 $4
9,19
6.87
BM
CC
Phys
ical
Mas
ter P
lan
Cons
ulta
nts
Mitc
hell
Giur
gola
Arc
hite
cts,
LLP
RF
P-Ta
sk O
rder
$2
49,6
84.9
9 $1
1,00
0.00
BM
CC
Roof
Rep
lace
men
t & P
hoto
volta
ic
ABCD
Con
stru
ctio
n Co
rp
CSB
$3,8
64,9
99.0
0 $2
18,7
05.7
7 BM
CC
Roof
Rep
lace
men
t & P
hoto
volta
ic
Supe
rstr
uctu
res
RFP-
Task
Ord
er
$307
,379
.00
$3,6
31.5
3 BM
CC
Emer
genc
y Ge
nera
tor
DASN
Y DA
SNY/
CUN
Y M
OU
( a
) $6
,500
,000
.00
$2,7
48,5
39.0
0 Br
onx
CC
Alum
ni G
ym L
ocke
r Ren
ovat
ion
H2M
Arc
hite
cts &
Eng
inee
rs
RFP-
Task
Ord
er
$66,
244.
00
* $1
2,85
2.00
Br
onx
CC
Bron
x Ex
pres
s/St
uden
t Suc
cess
Cen
ter
Datt
ner A
rchi
tect
s, D
.P.C
. RF
P-Ta
sk O
rder
$9
9,74
6.00
*
$41,
048.
66
Bron
x CC
Bl
iss H
all B
athr
oom
Ren
ovat
ion
H2M
Arc
hite
cts &
Eng
inee
rs
RFP-
Task
Ord
er
$80,
005.
00
* $1
5,78
7.81
Br
onx
CC
Com
mun
ity H
all L
ocal
Law
11
DASN
Y DA
SNY/
CUN
Y M
OU
( a
) $2
50,0
00.0
0 *
$250
,000
.00
Bron
x CC
Do
min
ican
War
Vet
eran
s Mem
oria
l Sa
rato
ga A
ssoc
iate
s RF
P-Ta
sk O
rder
$4
7,99
2.00
*
$8,3
81.5
9 Br
onx
CC
Ohi
o Fi
eld
Trac
k Sa
rato
ga A
ssoc
iate
s RF
P-Ta
sk O
rder
$1
12,7
78.0
0 *
$19,
362.
89
Bron
x CC
Ro
of R
esto
ratio
ns fo
r Gou
ld M
emor
ial L
ibra
ry
Beye
r Blin
der B
elle
Arc
hite
cts &
Pla
nner
s LLP
RF
P-Ta
sk O
rder
$4
13,5
39.0
0 $5
8,75
9.70
Br
onx
CC
Stud
ent C
ente
r Fire
Ala
rm S
yste
m
Red
Haw
k Fi
re &
Sec
urity
N
YS-O
GS
$670
,209
.97
$126
,706
.11
Broo
klyn
AD
A U
pgra
de to
Lec
ture
Hal
l Ep
ic M
anag
emen
t, In
c.
RFP-
Task
Ord
er
$9,1
74,4
85.4
2 $2
9,40
3.56
Br
ookl
yn
Cam
pus W
ide
Secu
rity
& F
ire S
yste
ms
John
son
Cont
rols,
Inc.
N
YS-O
GS
$12,
786,
000.
00
$4,3
09,2
56.0
8 Br
ookl
yn
Geol
ogy
Lab
Reno
vatio
n M
ichi
elli
Wye
tzne
r Arc
hite
cts
RFP-
Task
Ord
er
$145
,000
.00
* $3
8,53
5.31
Br
ookl
yn
Inge
rsol
l Lab
Li
Ro P
rogr
am a
nd C
onst
ruct
ion
Man
agem
ent,
P.C.
RF
P-Ta
sk O
rder
$2
2,72
9,51
6.00
$2
,572
,046
.28
Broo
klyn
In
gers
oll L
ab
Mitc
hell
Giur
gola
Arc
hite
cts,
LLP
RF
P-Ta
sk O
rder
$1
,598
,794
.00
$146
,252
.41
Broo
klyn
In
gers
oll L
ab
Yu &
Ass
ocia
tes
RFP-
Task
Ord
er
$191
,239
.00
* $3
6,83
4.16
Broo
klyn
Pe
rfor
min
g Ar
ts C
ente
r EM
E Co
nsul
ting
Engi
neer
ing
Grou
p, L
LC
Cont
ract
s Pro
cure
d by
Go
vern
men
tal E
ntiti
es-
DASN
Y $1
48,4
74.4
9 $6
9,60
9.41
Br
ookl
yn
Perf
orm
ing
Arts
Cen
ter
Hill
Inte
rnat
iona
l, In
c.
RFP
$69,
086,
736.
00
$16,
898,
528.
46
Broo
klyn
Pe
rfor
min
g Ar
ts C
ente
r Ho
lland
& K
nigh
t LLP
RF
P-Ta
sk O
rder
$1
00,0
00.0
0 $1
17,5
07.5
1 Br
ookl
yn
Perf
orm
ing
Arts
Cen
ter
Mun
icip
al T
estin
g La
b., I
nc.
RFP-
Task
Ord
er
$443
,710
.00
$346
,511
.47
Broo
klyn
St
eine
r Stu
dios
Ad
oram
a RF
Q &
CSB
( b
) $1
0,55
5.93
$1
0,67
4.31
Br
ookl
yn
Stei
ner S
tudi
os
Appl
e, In
c.
NYS
OGS
( b
) $1
2,79
7.60
$1
2,79
7.60
Br
ookl
yn
Stei
ner S
tudi
os
B&H
Phot
o RF
Q &
CSB
( b
) $5
3,07
4.93
$5
3,07
4.93
Br
ookl
yn
Stei
ner S
tudi
os
Beno
it W
irele
ss In
c.
RFQ
$4
,466
.48
* $4
,466
.48
Broo
klyn
St
eine
r Stu
dios
CD
W-G
N
YS-O
GS
$138
,137
.09
$36,
124.
08
Broo
klyn
St
eine
r Stu
dios
Co
rpor
ate
Com
pute
r Sol
utio
ns, I
nc.
RFQ
$7
,365
.00
* $7
,365
.00
Broo
klyn
St
eine
r Stu
dios
Gr
uska
y Co
nnec
tivity
LLC
RF
Q
$1,0
89.3
3 *
$1,0
89.3
3 CC
NY
City
Lab
Ren
ovat
ion
2014
Gr
af &
Lew
ent A
rchi
tect
s, L
LP
RFP-
Task
Ord
er
$262
,179
.44
* $8
8,69
0.96
CC
NY
Ener
gy L
ab
Trito
n Co
nstr
uctio
n Co
mpa
ny, L
LC
RFP-
Task
Ord
er
$7,0
45,5
65.0
0 *
$157
,255
.30
CCN
Y M
arsh
ak H
all
Trito
n Co
nstr
uctio
n Co
mpa
ny, L
LC
RFP-
Task
Ord
er
$7,8
13,1
74.0
0 $1
5,01
7.68
City
Uni
vers
ity C
onst
ruct
ion
Fund
6/
25/2
018
FY 2
017
Annu
al R
epor
t on
Proc
urem
ent C
ontr
acts
3:
14 P
M
CSI
Build
ing
2M R
enov
atio
n Ph
ase
2 La
ngan
Eng
inee
ring
& E
nviro
nmen
tal S
ervi
ces I
nc.
RFP-
Task
Ord
er
$20,
600.
00
* $1
9,86
8.00
CS
I Bu
ildin
g 2M
Ren
ovat
ion
Phas
e 2
STV
Cons
truc
tion,
Inc.
RF
P-Ta
sk O
rder
$6
,191
,394
.00
$14,
177,
666.
21
CSI
Build
ing
2M R
enov
atio
n Ph
ase
2 Su
pers
truc
ture
s RF
P-Ta
sk O
rder
$9
3,56
4.00
*
$40,
832.
50
CSI
Cam
pus W
ide
Emer
genc
y Ge
nera
tor
O'B
rien
& G
ere
Engi
neer
s, In
c RF
P-Ta
sk O
rder
$1
11,0
92.0
0 $4
2,99
2.70
CS
I Ca
mpu
s Wid
e U
nder
grou
nd U
tility
U
RS C
orpo
ratio
n RF
P-Ta
sk O
rder
$4
92,8
15.0
0 $4
0,09
0.36
CS
I Co
mpu
tatio
nal C
ente
r HD
R, In
c RF
P $7
,750
,000
.00
$191
,000
.00
CSI
Com
puta
tiona
l Cen
ter
O'B
rien
& G
ere
Engi
neer
s, In
c RF
P-Ta
sk O
rder
$5
95,5
93.0
0 $3
49,9
15.5
4 CS
I Se
wer
Pum
p Ho
use
OLA
Con
sulti
ng E
ngin
eers
, PC
RFP-
Task
Ord
er
$315
,060
.00
* $7
,713
.11
CUN
Y La
w
New
Law
Sch
ool B
uild
ing
Cush
man
& W
akef
ield
, Inc
. Si
ngle
Sou
rce
( c )
NA
$10,
777.
11
CUN
YWID
E CU
NY
Firs
t Sy
scom
Si
ngle
Sou
rce
( d )
$9
28,4
77.0
0 $2
71,9
95.4
8 CU
NYW
IDE
Data
Cen
ter R
eloc
atio
n Ep
ic M
anag
emen
t, In
c.
RFP-
Task
Ord
er
$20,
144,
810.
00
$3,5
74,8
85.6
5 CU
NYW
IDE
Educ
atio
nal T
echn
olog
y El
luci
an C
ompa
ny L
.P.
Sing
le S
ourc
e ( e
) $7
64,4
14.0
0 *
$331
,987
.26
CUN
YWID
E Te
achi
ng L
abs
Epic
Man
agem
ent,
Inc.
RF
P-Ta
sk O
rder
$3
,150
,697
.52
$61,
817.
55
CUN
YWID
E Te
achi
ng L
abs
Gert
ler &
Wen
te A
rchi
tect
s, L
LP
RFP-
Task
Ord
er
$728
,981
.00
* $5
,180
.25
CUN
YWID
E Te
achi
ng L
abs
Graf
& L
ewen
t Arc
hite
cts,
LLP
RF
P-Ta
sk O
rder
$4
,683
.46
* $4
,683
.46
Grad
uate
Cen
ter
9th
Floo
r Con
fere
nce
Room
Do
nald
Bla
ir Ar
chite
cts
RFP-
Task
Ord
er
$567
,395
.40
$30,
706.
11
Hono
rs
Roof
top
HVAC
Rep
lace
men
t Li
Ro P
rogr
am a
nd C
onst
ruct
ion
Man
agem
ent,
P.C.
RF
P-Ta
sk O
rder
$1
,270
,000
.00
$352
,123
.29
Host
os C
C Ai
r Han
dlin
g U
nits
De
wbe
rry
Engi
neer
s Inc
. RF
P-Ta
sk O
rder
$2
39,0
76.0
0 *
$117
,026
.01
Host
os C
C Al
lied
Heal
th a
nd N
atur
al S
cien
ce B
uild
ing
Com
plex
Fl
ad A
rchi
tect
s RF
P $9
,321
,429
.00
$43,
257.
81
Host
os C
C Fi
re A
larm
475
GC
John
son
Cont
rols,
Inc.
N
YS-O
GS
$29,
477.
20
$3,0
65.9
5 Ho
stos
CC
HVAC
Wor
k O
LA C
onsu
lting
Eng
inee
rs, P
C RF
P-Ta
sk O
rder
$2
38,9
30.0
0 *
$89,
013.
26
Host
os C
C Sa
voy
Build
ing
Roof
Rep
lace
men
t Ex
pedi
te C
onst
ruct
ion
Man
agem
ent S
ervi
ces I
nc.
CSB
$1,0
92,0
00.0
0 *
$497
,234
.78
Host
os C
C Sa
voy
Build
ing
Roof
Rep
lace
men
t Su
pers
truc
ture
s RF
P-Ta
sk O
rder
$1
29,8
91.0
0 $7
2,15
5.87
Hu
nter
Ch
iller
Rep
lace
men
t Tr
ane
US
Inc.
N
YS-O
GS
$367
,164
.81
$851
,069
.10
Hunt
er
Hunt
er L
ab R
enov
atio
n 20
14
Graf
& L
ewen
t Arc
hite
cts,
LLP
RF
P-Ta
sk O
rder
$2
62,1
79.4
4 $1
53,2
23.4
7 Hu
nter
Hu
nter
Lab
Ren
ovat
ion
2014
TD
X Co
nstr
uctio
n Co
rpor
atio
n RF
P-Ta
sk O
rder
$4
,934
,976
.00
* $1
13,4
58.2
7 Hu
nter
N
orth
Bui
ldin
g En
ergy
Fea
sibili
ty
Tran
e U
S In
c.
NYS
-OGS
$3
2,30
3.52
$3
02,8
65.5
4 Hu
nter
Pu
rcha
se C
orne
ll Co
ndo
Wei
ll Co
rnel
l Med
ical
Col
lege
Si
ngle
Sou
rce
(f )
$65,
000,
000.
00
$435
,000
.00
Hunt
er
Stud
ent U
nion
Ren
ovat
ion
RCDo
lner
LLC
RF
P-Ta
sk O
rder
$2
,450
,000
.00
$17,
656.
20
Hunt
er
Swin
g Sp
ace
Mitc
hell
Giur
gola
Arc
hite
cts,
LLP
Si
ngle
Sou
rce
( g )
$2,5
26,7
47.0
0 $7
5.00
Ki
ngsb
orou
gh C
C Ki
ngsb
orou
gh C
C Fi
re A
larm
Upg
rade
Si
emen
s Ind
ustr
y In
c.
NYS
-OGS
$4
2,94
9.00
$3
0,00
0.00
Ki
ngsb
orou
gh C
C Pe
rfor
min
g Ar
ts R
enov
atio
n St
ephe
n Ya
blon
Arc
hite
cts P
LLC
RFP-
Task
Ord
er
$547
,565
.50
* $5
9,84
2.42
Ki
ngsb
orou
gh C
C St
uden
t Con
fere
nce
Cent
er
Mic
hiel
li W
yetz
ner A
rchi
tect
s RF
P-Ta
sk O
rder
$1
65,0
00.0
0 *
$19,
460.
48
King
sbor
ough
CC
T2 B
uild
ing
Epic
Man
agem
ent,
Inc.
RF
P-Ta
sk O
rder
$4
,604
,935
.00
$129
,043
.95
King
sbor
ough
CC
T7 P
hase
1 H
VAC
& E
lect
rical
Upg
rade
O
'Brie
n &
Ger
e En
gine
ers,
Inc
RFP-
Task
Ord
er
$238
,810
.00
$85,
727.
16
Lehm
an
Book
stor
e Re
loca
tion
Ikon
5 A
rchi
tect
s, L
LC
RFP-
Task
Ord
er
$350
,000
.00
$45,
127.
92
Lehm
an
Child
Car
e Ce
nter
Ax
is Co
nstr
uctio
n Co
rp.
CSB
$6,0
77,7
00.0
0 $1
96,2
95.0
0 Le
hman
Ch
ild C
are
Cent
er P
layg
roun
d K&
V Co
nstr
uctio
n, In
c.
CSB
$484
,392
.00
$37,
568.
05
Lehm
an
Conc
ert H
all A
dditi
on
Mic
hiel
li W
yetz
ner A
rchi
tect
s RF
P-Ta
sk O
rder
$4
45,0
00.0
0 $5
1,95
3.05
Le
hman
De
part
men
t of S
ocia
l Wor
k St
ephe
n Ya
blon
Arc
hite
cts P
LLC
RFP-
Task
Ord
er
$380
,654
.00
$43,
708.
07
Lehm
an
Labs
Rou
nd II
I Gr
af &
Lew
ent A
rchi
tect
s, L
LP
RFP-
Task
Ord
er
$400
,989
.48
$137
,546
.58
Lehm
an
Labs
Rou
nd II
I Li
Ro P
rogr
am a
nd C
onst
ruct
ion
Man
agem
ent,
P.C.
RF
P-Ta
sk O
rder
$3
,613
,467
.00
$17,
309.
52
Lehm
an
Lehm
an S
ecur
ity S
yste
m U
pgra
de
Siem
ens I
ndus
try
Inc.
N
YS-O
GS
$2,4
56,5
26.5
6 $9
,417
.76
Lehm
an
Lovi
nger
The
ater
ADA
Com
plia
nce
Dona
ld B
lair
Arch
itect
s RF
P-Ta
sk O
rder
$2
55,4
84.8
3 $1
7,40
7.62
Le
hman
N
ursin
g Ed
ucat
ion
Cent
er
Urb
ahn
Arch
itect
s PLL
C RF
P $2
,906
,850
.28
$320
,040
.59
Lehm
an
Spee
ch &
The
ater
Am
phith
eate
r M
ichi
elli
Wye
tzne
r Arc
hite
cts
RFP-
Task
Ord
er
$350
,050
.00
$157
,138
.83
Lehm
an
Stud
ent H
ealth
Ser
vice
s Cen
ter
Graf
& L
ewen
t Arc
hite
cts,
LLP
RF
P-Ta
sk O
rder
$9
2,97
8.00
*
$6,6
50.0
0 Le
hman
Te
achi
ng &
Lea
rnin
g Co
mm
ons
Curt
is +
Gins
berg
Arc
hite
cts L
LP
RFP-
Task
Ord
er
$430
,575
.00
* $3
6,63
1.69
M
edga
r Eve
rs
ADA
Bath
room
& A
thle
tic C
ente
r St
ephe
n Ya
blon
Arc
hite
cts P
LLC
RFP-
Task
Ord
er
$1,0
65,8
46.0
0 $1
68,9
55.2
5 M
edga
r Eve
rs
Bedf
ord
Ave.
Site
Rec
onst
ruct
ion
Thom
as B
alsle
y As
soci
ates
RF
P-Ta
sk O
rder
$4
61,5
80.1
3 $2
36,2
38.8
8 N
YCCT
N
amm
Hal
l Hea
t Exc
hang
ers R
epla
cem
ent
Tran
e U
S In
c.
NYS
-OGS
$4
90,1
05.7
8 *
$92,
471.
26
NYC
CT
New
Aca
dem
ic B
uild
ing
Emte
c Co
nsul
tant
s, P
rofe
ssio
nal E
ngin
eers
, PLL
C RF
P-Ta
sk O
rder
$1
,003
,950
.00
$383
,100
.00
NYC
CT
New
Aca
dem
ic B
uild
ing
F.J.
Scia
me
Cons
truc
tion
Co.,
Inc.
RF
P $2
97,4
33,2
31.0
0 $6
9,94
3,23
1.97
City
Uni
vers
ity C
onst
ruct
ion
Fund
6/
25/2
018
FY 2
017
Annu
al R
epor
t on
Proc
urem
ent C
ontr
acts
3:
14 P
M
NYC
CT
New
Aca
dem
ic B
uild
ing
Gene
sys E
ngin
eerin
g P.
C.
Cont
ract
s Pro
cure
d by
Go
vern
men
tal E
ntiti
es-
DASN
Y $2
99,5
00.0
0 $7
4,99
8.18
N
YCCT
N
ew A
cade
mic
Bui
ldin
g M
unic
ipal
Tes
ting
Lab.
, Inc
. RF
P-Ta
sk O
rder
$8
96,2
75.0
0 $5
41,4
00.0
0 N
YCCT
N
ew A
cade
mic
Bui
ldin
g Pe
rkin
s Eas
tman
Arc
hite
cts,
PC
Sing
le S
ourc
e ( h
) $1
5,30
8,82
5.00
$1
,008
,562
.35
NYC
CT
New
Aca
dem
ic B
uild
ing
Supe
rstr
uctu
res
RFP-
Task
Ord
er
$26,
250.
00
$7,0
69.1
1 Q
ueen
s Ca
mpu
s Wid
e Fi
re A
larm
@ K
lapp
er H
all
Sim
plex
Grin
nell
NYS
-OGS
$1
,156
,513
.00
$196
,686
.53
Que
ens
Fitz
gera
ld G
ym F
loor
En
Tech
Eng
inee
ring,
PC.
RF
P-Ta
sk O
rder
$4
2,66
0.00
$5
8,91
2.18
Q
ueen
s Fi
tzge
rald
Gym
Flo
or
STV
Cons
truc
tion,
Inc.
RF
P-Ta
sk O
rder
$3
,253
,055
.30
$1,0
45,1
94.4
4 Q
ueen
s M
olec
ular
Eco
logy
& R
esea
rch
Scie
nce
Labs
Em
tec
Cons
ulta
nts,
Pro
fess
iona
l Eng
inee
rs, P
LLC
RFP-
Task
Ord
er
$30,
000.
00
* $3
0,00
0.00
Q
ueen
s M
olec
ular
Eco
logy
& R
esea
rch
Scie
nce
Labs
GC
Eng
Eng
inee
ring
Asso
ciat
es
RFP-
Task
Ord
er (W
ASA)
$7
,000
.00
$7,0
00.0
0 Q
ueen
s M
olec
ular
Eco
logy
& R
esea
rch
Scie
nce
Labs
Li
Ro P
rogr
am a
nd C
onst
ruct
ion
Man
agem
ent,
P.C.
RF
P-Ta
sk O
rder
$3
,797
,630
.96
$300
,532
.65
Que
ens
Que
ens A
DA B
athr
oom
Ar
ch B
uild
ers &
Dev
elop
ers I
nc.
CSB
$999
,999
.00
$481
,981
.56
Que
ens
Que
ens A
DA B
athr
oom
Fu
ture
Tec
h Co
nsul
tant
s of N
ew Y
ork,
Inc.
RF
P-Ta
sk O
rder
$1
7,80
0.00
*
$3,3
00.0
0 Q
ueen
s Q
ueen
s ADA
Bat
hroo
m
Mic
hiel
li W
yetz
ner A
rchi
tect
s RF
P-Ta
sk O
rder
$1
64,2
00.0
0 $8
,000
.00
Que
ens
Que
ens A
DA B
athr
oom
Th
e Co
mm
issio
ner o
f Lab
or
Stat
e DO
L Pa
ymen
t-U
nder
paym
ent o
f Fun
ds (
i )
NA
$49,
352.
49
Que
ens
Razr
an H
all L
ab R
enov
atio
n Gr
af &
Lew
ent A
rchi
tect
s, L
LP
RFP-
Task
Ord
er
$485
,585
.36
$175
,120
.81
Que
ens
Rem
sen
Hall
Roof
ing
Diaz
Arc
hite
cts
RFP-
Task
Ord
er
$62,
554.
00
$51,
165.
20
Que
ens
Rem
sen
Hall
Roof
ing
MT
Grou
p, L
LC
RFP-
Task
Ord
er
$9,6
00.0
0 *
$1,8
00.0
0 Q
ueen
s Re
mse
n Ha
ll Ro
ofin
g RJ
Gre
en C
onst
ruct
ion
Corp
. CS
B $1
,530
,500
.00
$779
,946
.66
Que
ens
Rem
sen
& S
B En
viro
nmen
tal L
abs
Perk
ins E
astm
an A
rchi
tect
s, P
C RF
P-Ta
sk O
rder
$2
90,3
85.9
7 *
$8,5
12.0
1 Q
ueen
s St
eam
Pip
e Re
plac
emen
t Sy
ska
Henn
essy
Gro
up
RFP-
Task
Ord
er
$245
,000
.00
* $1
0,82
1.25
Q
ueen
sbor
ough
CC
Libr
ary
ADA
Bath
room
Ik
on 5
Arc
hite
cts,
LLC
RF
P-Ta
sk O
rder
$1
32,0
00.0
0 *
$72,
787.
51
Que
ensb
orou
gh C
C PA
C AD
A Re
cons
truc
tion
Gosh
ow A
rchi
tect
s, L
LP
RFP-
Task
Ord
er
$180
,362
.00
$104
,251
.45
Scho
ol o
f Pub
lic H
ealth
Sc
hool
of P
ublic
Hea
lth
Appl
e, In
c.
NYS
-OGS
(b)
$21,
631.
00
* $2
1,63
1.00
Sc
hool
of P
ublic
Hea
lth
Scho
ol o
f Pub
lic H
ealth
BV
K 55
Wes
t 125
th S
tree
t LLC
Si
ngle
Sou
rce
( j )
NA
$3,8
33,3
34.0
0 Sc
hool
of P
ublic
Hea
lth
Scho
ol o
f Pub
lic H
ealth
De
ll U
SA L
.P.
NYS
-OGS
(b)
$186
,259
.83
* $1
86,2
59.8
3 Yo
rk
Acad
emic
Cor
e HV
AC U
pgra
de
Liza
rdos
Eng
. Ass
oc.,
P.C.
RF
P-Ta
sk O
rder
$6
11,8
73.0
0 $3
1,69
6.48
Yo
rk
Scie
nce
Build
ing
Fire
Ala
rm U
pgra
de
John
son
Cont
rols,
Inc.
N
YS-O
GS
$223
,591
.21
$162
,870
.84
York
Sc
ienc
e Bu
ildin
g Re
tro
Com
miss
ioni
ng
Siem
ens I
ndus
try
Inc.
N
YS-O
GS
$338
,707
.87
$696
,088
.15
Gran
d To
tal
$137
,430
,130
.36
(a) R
elec
ts tr
ansf
er o
f fun
ds p
rovi
ded
from
the
Colle
ge to
DAS
NY
thro
ugh
CUCF
for t
he su
bjec
t pro
ject
. (b
) Inc
lude
s mul
tiple
pur
chas
es.
(c) C
ushm
an a
nd W
akef
ield
man
aged
the
build
ing
cont
aini
ng th
e La
w S
choo
l and
ther
e w
as a
requ
irem
ent b
y th
e co
ndom
iniu
m to
use
them
. (d
)The
CU
NY
Firs
t sys
tem
incl
udes
a n
ew st
uden
t inf
orm
atio
n sy
stem
for p
roce
ssin
g st
uden
t rec
ords
. Stu
dent
reco
rds b
egin
with
pro
cess
ing
of la
rge
num
bers
of a
pplic
atio
n do
cum
ent i
mag
es. T
hese
doc
umen
t im
ages
are
crit
ical
to th
e ap
plic
atio
n/ad
miss
ions
pro
cess
and
ong
oing
stud
ent i
nfor
mat
ion
need
s. T
he c
urre
nt a
pplic
atio
n im
age
proc
essin
g w
orkf
low
s mus
t be
revi
sed
and
mod
ified
to p
rope
rly in
tegr
ate
and
wor
k in
con
junc
tion
with
the
CUN
Y Fi
rst s
yste
m. S
ysco
m is
cur
rent
ly re
spon
sible
for a
dmin
ister
ing
the
exist
ing
syst
em a
nd h
as d
evel
oped
hig
hly
spec
ializ
ed k
now
ledg
e of
the
Uni
vers
ity’s
adm
issio
n pr
oces
s. S
ysco
m’s
und
erst
andi
ng o
f the
exi
stin
g sy
stem
s, e
nviro
nmen
t, an
d w
orkf
low
s mak
es th
em u
niqu
ely
qual
ified
to c
ompl
ete
the
requ
ired
wor
k in
the
mos
t effi
cien
t, co
st e
ffect
ive
man
ner.
(e )
Ellic
ian
Degr
ee W
orks
is th
e U
nive
rsity
Aca
dem
ic A
dvise
men
t Sys
tem
in e
ffect
sinc
e 20
04 to
pro
vide
info
rmat
ion
on d
egre
e re
quire
men
ts, c
ours
e pr
ogre
ssio
n an
d de
gree
com
plet
ion
rate
s to
over
20,
000
stud
ents
with
in th
e CU
NY
syst
em. F
or C
UN
Y to
max
imize
the
bene
fit fr
om th
e ap
plic
atio
n, it
s new
func
tions
, and
be
able
to im
plem
ent f
utur
e re
leas
es,
this
upgr
ade
and
cons
ultin
g se
rvic
es a
re c
ritic
al.
(f) W
eill
Corn
ell M
edic
al C
olle
ge e
nter
ed in
to a
pub
lic-p
rivat
e pa
rtne
rshi
p w
ith C
UCF
to a
cqui
re fo
r CU
NY
on b
ehal
f of H
unte
r Col
lege
a fu
ll re
sear
ch fl
oor a
t the
new
18
stor
y m
edic
al re
sear
ch fa
cilit
y be
ing
cons
truc
ted
by W
eill
Corn
ell M
edic
al C
olle
ge.
(g) M
itche
ll-Gi
urgo
la A
rchi
tect
s (M
GA) p
revi
ously
com
plet
ed a
n in
fras
truc
ture
stud
y, b
uild
ing
conc
ept a
nd p
hasin
g pl
an, a
nd p
re-s
chem
atic
des
ign
for L
aGua
rdia
CC'
s Cen
ter 3
bui
ldin
g,
as w
ell a
s a fu
ll de
sign
of th
e Bu
ildin
g's 8
th fl
oor.
Thi
s bui
ldin
g w
ill b
e us
ed to
tem
pora
rily
hous
e Hu
nter
Bro
okda
le C
ampu
s pro
gram
s unt
il th
e ne
w H
unte
r Col
lege
Sci
ence
Bui
ldin
g is
com
plet
ed.
Util
izing
MGA
to d
esig
n th
e sw
ing
spac
e in
the
Cent
er 3
Bui
ldin
g fo
r the
se p
rogr
ams w
ill a
llow
for s
igni
fican
t cos
t and
tim
e sa
ving
s.
(h) P
erki
ns E
astm
an w
as p
art o
f the
team
of t
he o
rigin
al d
evel
oper
cho
sen
thro
ugh
a co
mpe
titiv
e pr
oces
s for
a p
roje
ct w
hich
initi
ally
incl
uded
an
acad
emic
com
pone
nt a
nd a
City
Uni
vers
ity C
onst
ruct
ion
Fund
6/
25/2
018
FY 2
017
Annu
al R
epor
t on
Proc
urem
ent C
ontr
acts
3:
14 P
M
resid
entia
l tow
er.
For 2
.5 y
ears
Per
kins
Eas
tman
wor
ked
on th
e de
velo
pmen
t of t
he p
rogr
am a
nd th
e pr
e-sc
hem
atic
and
sche
mat
ic d
esig
n ph
ases
of t
he p
roje
ct.
Whe
n CU
NY
term
inat
ed it
s par
tner
ship
with
the
deve
lope
r and
lim
ited
the
proj
ect t
o on
ly th
e ac
adem
ic c
ompo
nent
, it w
as d
eter
min
ed th
at P
erki
ns E
astm
an's
unde
rsta
ndin
g of
the
prog
ram
and
th
eir i
nvol
vem
ent i
n th
e pr
evio
us d
esig
n m
ade
them
uni
quel
y qu
alifi
ed to
con
tinue
dev
elop
men
t of t
he p
roje
ct in
the
mos
t exp
editi
ous a
nd e
ffici
ent m
anne
r ava
ilabl
e.
(i) F
inal
ized
1/20
17.
Paym
ent m
ade
to D
OL
for A
rche
r und
erpa
ymen
t of w
ages
on
Que
ens A
DA B
athr
oom
Pro
ject
(j)
BVK
55
Wes
t 125
th S
tree
t LLC
hol
ds th
e le
ase
for t
he si
te o
f thi
s pro
gram
.
Exhibit 2
CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS
(as amended through June 23, 2016)
Section A. Introduction
These Guidelines set forth the operative policy and instructions of the City University Construction Fund (the "Fund") regarding the use, award, monitoring, and reporting of Procurement Contracts in the actual or estimated amount of $5,000 or more.
These Guidelines are intended to satisfy the requirements of Section 2879 of the New York State Public Authorities Law and to provide an internal and administrative policy for the Fund's trustees, officers and employees. These Guidelines do not provide third parties with any rights or remedies.
Section B. Definitions
1. “Construction Management/Build (CM/Build) Contract” means a Procurement Contract pursuant to which the Fund hires a construction management firm to manage the overall construction project and to bid and hold each underlying contract for materials, labor and services related to the construction of the project. The Fund may employ a CM/Build Contract only when the estimated cost of construction is $3 million or more.
2. “Executive Director” means the Executive Director of the CUNY Construction Fund.
3. “Fund” means the CUNY Construction Fund acting through its Board of Trustees or pursuant to a delegation of powers or duties to one or more of its trustees, officers, agents or employees as may be permitted by Section 6274 of the New York State Education Law.
4. “Job Order Contract” (JOC) means a Procurement Contract resulting from a competitive bid process for an indefinite quantity of construction materials and services, which are specified in a Fund-approved catalog by type and unit price, for the Fund to use on specified projects to repair, maintain and upgrade CUNY facilities; the lowest responsible bidder shall bid the lowest ‘adjustment factor’ by which the Fund will multiply the fixed unit prices established by the catalog; the contract amount shall be the product of the ‘adjustment factor’ times the catalog prices for the materials and services that the Fund identifies for use on all of each individual project covered by the contract documents.
5. "Minority Business Enterprise" and a “Women-Owned Business Enterprise” shall have the meanings set forth in Section 2879 of the Public Authorities Law of the State of New York and the regulations promulgated thereunder.
6. Procurement Contract" means any written agreement for the acquisition of goods, services (including but not limited to professional services) or interests in real property of any kind or for construction, or any combination of these. The term does not include any agreement for employment in the civil services or by the Research Foundation of the City
1
University of New York. “Procurement Contractors” means any counter-party to a Procurement Contract with the Fund.
Section C. Selection of Procurement Contractors and Award and Board Review of Procurement Contracts
1. Selection Policy
Consistent with these Guidelines, the Fund shall select Procurement Contractors in a manner that (a) is fair and efficient, (b) seeks high quality goods, services, and/or construction at reasonable prices, and (c) satisfies state law in providing an opportunity for Minority Business Enterprises and Women-Owned Enterprises to compete for Procurement Contracts so as to facilitate the awarding of a fair share of such contracts to such enterprises.
2. Selection Mechanisms
The Fund shall use the following mechanisms to select Procurement Contractors for specified goods, services, interests in real estate and/or construction:
(a) Competitive Bids. The Fund may solicit fixed-price bids and may award the Procurement Contract to a responsible bidder primarily on the basis of the lowest price.
(b) Request for Proposals. The Fund may solicit specific proposals and award the Procurement Contract on the basis of an evaluation of the characteristics, quality and cost of such proposals, as set forth in the form of solicitation, including, without limitation, proffered security where security is requested or appropriate.
(c) Negotiated Procurement. The Fund may negotiate the terms of a Procurement Contract under the circumstances and subject to the conditions set forth below. Negotiations may be preceded by preliminary discussions to explore the feasibility of the procurement. A Negotiated Procurement may be used in combination with a Request for Proposals.
(i) In the case of a Procurement Contract for goods, services and/or construction, the Fund may negotiate with at least three vendors (or, in compelling circumstances, with fewer vendors) and award a Procurement Contract on terms that serve the best interests of the Fund where it is not practical and/or advantageous to make an award by Competitive Bids or Request for Proposals because (A) the constraints of a time-sensitive require a prompt selection and award, such the need to comply with a court order, to secure funding or avoid the loss of funding or to cure the default or unavailability of an existing contractor; (B) there is a limited number of vendors available and able to perform the work; (C) an existing contract needs to be extended beyond the contractually stipulated term and extensions; and (D) there is a compelling need to use an existing contractor to perform additional work or a later phase of a project.
(ii) In the case of a contract for the acquisition of an interest in or the
2
development of real property, the Fund may negotiate with one or more vendors and award a Procurement Contract in the best interests of the Fund.
(d) Single Source. When the Executive Director determines that there is only a single responsible source for any goods, services, interests in real estate and/or construction required by the Fund, the Fund may award a Procurement Contract without competitive procedures. A record setting forth the circumstances under which any such contract was let shall be provided in the annual report of the Fund prepared for the year in which the contract is let.
(e) Emergency. In the event of an emergency involving danger to life or property or other unforeseen occurrences requiring immediate action that cannot await the completion of other procurement mechanisms, the Executive Director may award a Procurement Contract without competitive procedures. For any such Procurement Contract involving an actual or estimated expense of $10,000 or more, the Executive Director shall, prior to executing the contract, notify four Trustees of the Fund of the nature and circumstances of the emergency and obtain their approval as to the aware. The Executive Director shall present a report of the award of such an emergency contract as an information item at the next regularly scheduled meeting of the Board of Trustees. A record setting forth the circumstances under which any such emergency contract was awarded shall be provided in the annual report of the Fund prepared for the year in which the contract is awarded.
(f) Contracts Procured by Government Entities. The Fund may award a Procurement Contract through existing contracts awarded by government entities, i.e., the State of New York, including any authority or public benefit corporation of the State of New York , the City of New York, including the Department of Education, or the Federal Government, provided that the Procurement Contract contains material terms, including price, that are substantially the same as or more favorable than the material terms of the contract with the government entity.
(g) Procurement Cards (P-Cards). The Executive Director shall be permitted to utilize Procurement Cards, a flexible, convenient and efficient means of processing payments for one-time and recurring monthly purchases, for payment of reasonable out-of-pocket expenses incurred in the performance of the duties of that office, such as subscriptions, parking lot fees, E-Z Pass tolls and telecommunication charges.
(h) Discretionary Purchasing. In accordance with Section 2879 of the New York State Public Authorities Law, the Fund may use its discretion in the selection of vendors to compete for Procurement Contracts for goods, services, including architectural services and engineering services, and/or construction, as follows:
i. Eligibility to compete for such Procurement Contracts may be limited by the Fund to those vendors Certified as Minority-Owned Business Enterprises or Women-Owned Business Enterprises by Empire State Development’s Division of Minority and Women’s Business Development or Certified as Service-Disabled Veteran-Owned Businesses by the New
3
York State Office of General Services Division of Service-Disabled Veterans’ Business Development. This is to provide an opportunity for such entities to compete for Procurement Contracts so as to facilitate the awarding by the Fund of a fair share of such Procurement Contracts to such entities, consistent with State law and these Guidelines.
ii. The total value of all such Procurement Contract awards by the Fund to a particular vendor cannot exceed $200,000.
iii. Except as otherwise provided in this Section, all other provisions of these Guidelines remain in effect.
(i) Other Mechanisms Approved by the Fund's Board. The Fund may use any other procurement mechanism the Board of Trustees shall deem appropriate.
3. Advertisement Requirements for Competitive Selection Mechanisms
The solicitation of bids, proposals or submissions for a Procurement Contract shall be made by the Fund in a manner determined by the Executive Director to be the most cost-effective for providing reasonable competition for the Fund's procurement contracts. This may include advertisement in appropriate newspapers or trade journals, direct mailings and such other outreach mechanisms as are consistent with the policy of these Guidelines with respect to firms considered by the Executive Director to be qualified, including, without limitation, Minority Business Enterprises and Women-Owned Business Enterprises.
(a) Procurement Opportunities Newsletter. The Executive Director may solicit bids or proposals by placing a listing in the New York State Contract Reporter, or any other official listing of bidding opportunities established under Article 4-C of the Economic Development Law or comparable statutes. Any such listing shall be made in conformity with the rules and requirements established by the responsible agency, such as New York State Department of Economic Development, Division for Small Business, that are in effect at the time the listing is to be made.
(b) General Contents of Solicitations. Except as otherwise required (for example, by the applicable rules of the Department of Economic Development referred to in item (a) above), each solicitation by the Fund shall include: (i) the name of the Fund, (ii) a description of the goods, services, and/or construction sought, the location where goods are to be delivered or services and/or construction are to be provided and the contract term, (iii) the address where bids or proposals are to be submitted, (iv) the date when such bids or proposals are due, (v) a description of any eligibility requirement or preference and (vi) any other information that the Executive Director deems useful.
(c) Antidiscrimination Language in Fund Solicitations. All solicitations of bids or proposals for any procurement contract shall contain or make reference to the following:
(i) The contractor will not discriminate against employees or applicants 4
for employment because of race, creed, color, national origin, sex, sexual orientation, age, disability, or marital status, and will undertake or continue existing programs of affirmative action to ensure that minority group members (as herein defined), including, without limitation, women, are afforded equal opportunity without discrimination. Such programs shall include, but not be limited to, recruitment, employment, job assignments, promotion, upgrading, demotion, transfer, layoff, termination, rates of pay or other forms of compensation, and selections for training or retaining, including apprenticeship and on-the-job training;
(ii) At the request of the Fund, the contractor shall request each employment agency, labor union, or authorized representative of workers with which it has a collective bargaining or other agreement or understanding and which is involved in the performance of the contract with the authority to furnish a written statement that such employment agency, labor union or representative shall not discriminate because of race, creed, color, national origin, sex, sexual orientation, age, disability or marital status and that such union or representative will cooperate in the implementation of the contractor's obligations hereunder;
(iii) The contractor will state, in all solicitations or advertisements for employees placed by or on behalf of the contractor in the performance of the contract with the Fund, that will qualified applicants will be afforded equal employment opportunity without discrimination because of race, creed, color, national origin, sex, sexual orientation, age, disability or marital status; and
(iv) The contractor will include the provisions of subdivisions (i) through (iii) of this section in every subcontract or purchase order in such a manner that such provisions will be binding upon each subcontractor or vendor as to its work in connection with the contract with the Fund.
(d) Procurement Contracts for $50,000 or More. If the actual or estimated cost of a Procurement Contract is fifty thousand dollars ($50,000) or more, any solicitation shall be published once in the New York State Contract Reporter, published by Empire State Development and at least once in a newspaper of general circulation.
(e) Timing. At least fifteen business days shall elapse between the first solicitation of bids, proposals or submissions or the first publication of any advertisement for bids, proposals or submissions and the due date for the submission of bids, proposals or submissions.
4. Award of Procurement Contracts
(a) Minimum Solicitation. Except as otherwise provided in these Guidelines, the Executive Director shall solicit bids, proposals or submissions from at least three (3) contractors that are qualified to provide the goods, services, interests in real estate and/or construction sought by the Fund and have
5
agreed to consent to the nondiscrimination and compliance provisions required by Section E of these Guidelines. Subject to subsections (b) and (c) hereof, the Fund shall award the Procurement Contract on the basis of the most favorable combination of criteria applicable respectively to goods, services, interests in real estate or construction, such as quality, ability to deliver or perform in a timely manner, price or fee structure, location, technical qualifications, financial stability, past performance, staff availability and experience.
(b) Contracts for $10,000 or More. No Procurement Contract involving an actual or estimated expense of ten thousand dollars ($10,000) or more shall be awarded by the Fund unless, prior to execution of the contract by the Fund, no fewer than four (4) trustees of the Fund approve the contract.
(c) Contracts for $25,000 or More. Each Procurement Contract for supplies, materials or equipment involving an estimated expense of twenty-five thousand dollars ($25,000) or more shall be awarded to the lowest responsible bidder furnishing required security, if security is to be required, after obtaining competitive bids, proposals or submissions for such contract in the manner prescribed herein; provided that prior to execution of such contract by the Fund, no fewer than four (4) trustees of the Fund approve the contract.
(d) Construction Management/Build (CM/Build) Contracts. The Executive Director is authorized to enter into CM/Build contracts, as defined herein; provided that prior to execution of such contract by the Fund, no fewer than four (4) trustees of the Fund approve the contract. A record setting forth the justification for utilizing a CM/Build contract shall be provided to the Board. Notwithstanding anything herein to the contrary, award shall be made to the highest qualified vendor, after successful negotiation of a fair and reasonable price.
(e) Job Order Contract (JOC). The Executive Director is authorized to enter into JOC contracts, as defined herein.
(f) Alternative Selection Mechanisms. Notwithstanding anything herein to the contrary, the Executive Director may recommend that the Board approve procedures for the use and application of a particular selection mechanism other than those set forth in these Guidelines.
5. Board Review of Procurement Contracts
For each Procurement Contract to which the Fund is a party, the Executive Director will document and describe for the Board the procedure used to select the Procurement Contractor.
Section D. Minority Business Enterprise and Women-Owned Business Enterprise Participation
1. Solicitation
6
In order to promote the engagement of Minority Business Enterprises and Women-Owned Business Enterprises as Procurement Contractors, the Fund shall solicit offers from Minority Business Enterprises and Women-Owned Business Enterprises known to supply the goods or provide the services, interests in real estate and/or construction sought. If the provision of any goods, services, interests in real estate and/or construction under a prime contract permits or requires the use of a subcontractors, said prime contract shall require the prime contractor to act affirmatively to secure participation by Minority Business Enterprises and Women-Owned Business Enterprises in such subcontract and to report the nature and extent of such efforts to the Fund.
2. Maintenance of List of Procurement Contractors Including Minority Business Enterprises and Women-Owned Business Enterprises
The Executive Director shall prepare and update annually a list of potential sources including Minority Business Enterprises and Women-Owned Business Enterprises of goods, services, interests in real estate and/or construction that are regularly purchased by the Fund or that the Fund expects to purchase in the following year. Executive Director's report to the Board shall include: (a) the list, and (b) the procedures established to identify new sources for the list and to notify such new sources of the opportunity to bid for contracts for the purchase of goods, services, interests in real estate and/or construction. In identifying qualified sources, including Minority Business Enterprises and Women-Owned Business Enterprises, the Executive Director shall seek the assistance of agencies of the State of New York and the City of New York including the Department of Commerce, the Office of General Services, and the Office of Contract Compliance and Minority and Women-Owned Business Enterprises of the State and the Office of Minority Business Development of the City.
3. Qualification as a Minority Business Enterprise or Women-Owned Business Enterprises
The Executive director shall require each contractor seeking to be considered as a Minority Business Enterprise or Women-Owned Business Enterprise by the Fund to submit a written statement describing how it qualifies as a Minority Business Enterprise or Women-Owned Business Enterprise. The Fund shall monitor the entities considered to be Minority Business Enterprises and Women-Owned Business Enterprises to ensure their continued satisfaction of the criteria set forth in these Guidelines.
Section E. Standard Nondiscrimination and Compliance Provisions to be Made a Part of Procurement Contracts
Each Procurement Contract shall include the following nondiscrimination and compliance provisions:
1. The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, national origin, sex, sexual orientation, age, disability, or marital status and will undertake or continue existing programs of affirmative action to ensure that minority group members (as herein defined), including, without limitation, women, are afforded equal opportunity without discrimination. Such programs shall
7
include, but not be limited to, recruitment, employment, job assignments, promotion, upgrading, demotion, transfer, layoff, termination, rates of pay or other forms of compensation, and selections for training or retraining, including apprenticeship and on-the-job training. The contractor agrees to post, in conspicuous places available to employees and applicants for employment, notices setting forth the substance of this nondiscrimination provision.
2. At the request of the Fund, the contractor shall request each employment agency, labor union, or authorized representative of workers with which it has a collective bargaining or other agreement or understanding and which is involved in the performance of the contract with the authority to furnish a written statement that such employment agency, labor union or representative shall not discriminate because of race, creed, color, national origin, sex, sexual orientation, age, disability or marital status and that such union or representative will cooperate in the implementation of the contractor's obligations hereunder;
3. The contractor will state, in all solicitations or advertisements for employees placed by or on behalf of the contractor in the performance of the contract with the Fund, that all qualified applicants will be afforded equal employment opportunity without discrimination because of race, creed, color, national origin, sex, sexual orientation, age, disability or marital status;
4. The contractor will include the provisions of subdivisions (l) through (3) of this section in every subcontract or purchase order in such a manner that such provisions will be binding upon each subcontractor or vendor as to its work in connection with the contract with the Fund.
5. The contractor will comply with all provisions of this contract and of the rules, regulations, and orders issued by the Fund to implement the same.
6. The contractor will furnish all information and reports required by the Fund and by any applicable rules, regulations, and any orders issued pursuant thereto, and will permit access to its books, records and accounts by the Fund for purposes of investigation to ascertain compliance with this contract and such rules, regulations and order.
7. If the contractor does not comply with the nondiscrimination provisions of this contract or with any such rules, regulations or orders, this contract may be cancelled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts involving projects under the auspices of the Fund and such other sanctions may be imposed and remedies invoked as are provided by rule, regulations or order issued by the Fund, or as otherwise provided by law.
8. The contractor will include the foregoing provisions in every subcontract or purchase order issued in connection with the performance of the prime procurements contract as well as in any agreement with architects, engineers, accountants and legal counsel for professional services, by incorporating the text or by reference thereto, so that such provisions will be binding upon each subcontractor, professional firm or vendor. The contractor will take such action with respect to any subcontract or purchase order as the Fund may direct as a means of enforcing such provisions, including sanctions for noncompliance.
9. The provisions of this section shall be deemed supplementary to, and not in lieu of or in substitution for the provisions of the New York State Labor Law relating to
8
nondiscrimination, and other applicable Federal, State or City law, ordinance, rule and regulation.
10. Each contractor having a contract containing these provisions shall file, and shall cause each of his subcontractors to file, compliance reports with the Fund. Compliance reports shall be filed within such time and shall contain such information as to the practices, policies, programs, employment policies, and employment statistics of the contractors and each subcontractor, and shall be in such form as the Fund may prescribe.
11. Whenever the contractor or subcontractor has a collective bargaining agreement or other contract or understanding with a labor union or an agency referring workers or providing or supervising apprenticeships or training for such workers, the compliance report shall include such information as to such labor union's or agency's practices and policies affecting compliance as the Fund may prescribe; provided that to the extent such information is within the exclusive possession of a labor union or an agency referring workers or providing or supervising apprenticeship or training, and such labor union or agency shall refuse to furnish such information to the contractor, the contractor shall so certify to the Fund as part of his compliance report, and shall set forth what efforts he has made to obtain such information.
12. The Fund may direct that any bidder or prospective contractor or subcontractor shall submit, as part of his compliance report, a statement in writing, signed by an authorized officer or agent on behalf of any labor union or any agency referring workers or providing or supervising apprenticeship or other training, with which the bidder or prospective contractor deals, with supporting information, to the effect that the signer's practice and policies do not discriminate on the ground of race, creed, color, national origin, sex, sexual orientation, age, disability or marital status, and that the signer either will affirmatively cooperate in the implementation of the policy and provisions of this contract or that it consents and agrees that recruitment, employment, and the terms and conditions of employment under the proposed contract shall be in accordance with the purposes and provisions of this contract. In the event that the union or the agency shall refuse to execute such a statement, the compliance report shall so certify and set forth what efforts have been made to secure such a statement, and such additional factual material as the Fund may require.
Section F. Dispute Resolution Process
All Procurement Contracts for an amount equal to or in excess of $25,000 shall include a provision for resolving disputes with the Fund, including but not limited to such matters as the scope of work required by the contract, the interpretation of the contract and the amount to be paid for extra work. Such a provision shall delineate a process that allows disputes to be resolved directly and efficiently between the Fund, or its designee, and the contractor. At a minimum, it shall (1) define when a dispute arises for resolution by the process; (2) set forth any limitations and exclusions affecting the subject matter of a dispute; (3) designate the Fund’s officers to whom the dispute must be directed; (4) specify the form and content of notices and other documents to be submitted and the deadlines by which they must be submitted; and (5) provide for any meetings to be convened as part of the dispute resolution process. In addition, in the event that the dispute is not resolved directly between the parties, the dispute resolution provision shall
9
provide for a third party mediator to further review and resolve the dispute, with the parties to share equally in the expense of such mediation.
Section G. Procurement Contracts with Former Trustees, Officers or Employees of the Fund
The Fund may not enter into any Procurement Contract with a former trustee, officer or employee of the Fund, unless that action complies with (1) the Code of Conduct for the Trustees of the Fund and (2) all applicable laws and regulations, including, without limitation, the New York Public Officers Law.
Section H. Preparation of Annual Report on Procurement Contracts
1. The Fund shall annually prepare and approve a report on summarizing the procurement activity of the Fund for the reporting period and the Procurement Contracts entered into by the Fund during the reporting period or otherwise performed by the Fund during the reporting period. The Fund's annual procurement contract report shall include:
(a) the Guidelines;
(b) an explanation of the Guidelines and any amendments thereto made since the last annual report;
(c) a list of all Procurement Contracts entered into since the last annual report;
(d) a list of the Procurement Contractors performing services since the last annual report;
(e) the selection process used in connection with each Procurement Contract;
(f) a list of contract prices, fees, commissions or other charges paid to each Procurement Contractor; and
(g) any statements required by law relating to the Fund’s Guidelines or Procurement Contracts.
2. The Fund's annual report on Procurement Contracts may be made a part of any other annual report.
Section I. Distribution of Annual Report on Procurement Contracts
1. The Fund shall submit its annual report on Procurement Contracts to the Division of the Budget.
2. The Fund shall supply copies of its annual report on procurement contracts of the following:
(a) Department of Audit and Control of the State of New York,
10
(b) New York State Senate Finance committee, and
(c) (c) New York State Assembly Ways and Means Committee.
3. The Fund shall make copies of its annual report on Procurement Contracts available to the public upon reasonable request therefore.
Section J. Amendment of These Guidelines
The Fund shall have the power from time to time to amend these Guidelines by vote of a majority of the Board.
Section K. Effect of Noncompliance with Guidelines
Failure by the Fund to comply with the provisions of these Guidelines shall not alter, affect the validity of, modify the terms of or impair any contract or agreement for goods, services, interests in real estate and/or construction to which the Fund is a party.
Section L. Prompt Payment
1. Authorization - This Statement of Prompt Payment Policy is adopted by the Members of the Board of the CUCF pursuant to the provisions of Section 2880 of the Public Authorities Law.
2. Purpose - It is the purpose of this Statement of Prompt Payment Policy of the CUCF to set forth the standards for the payment of bills within specific periods and to prescribe interest charges in situations where payments do not conform to these standards, as provided by section 2880 of the Public Authorities Law.
3. Prompt Payment Policy - It shall be the policy of the CUCF to process contract payments efficiently and expeditiously so as to assure payment in a timely manner to firms and organizations which do business with the CUCF and to avoid, to the greatest extent practicable, the payment of interest in cases where prompt payment does not occur as provided herein.
4. Rules and Regulations – Pursuant to Section 2880 of the Public Authorities Law, the CUCF promulgated Prompt Payment Guidelines, effective July 1, 2014. The Guidelines may be amended from time to time as needed to comply with the Public Authorities Law.
5. Definitions - The following terms shall have the following meanings unless the context shall indicate another of different meaning or intent:
(a) “CUCF” means the City University Construction Fund. (b) “Designated Payment Office” means the office designated by the CUCF to which a
proper invoice is to be submitted by a contractor. (c) “Prompt Payment” means payment of a debt due and owing by the CUCF before
11
interest accrues thereon pursuant to this Statement of Prompt Payment Policy. (d) “Proper Invoice” means a written request for a contract payment that is submitted
by a contractor setting forth the description, price and quantity of goods, property, or services delivered or rendered, in such form and supported by such other substantiating documentation as the CUCF may reasonably require.
(e) “Receipt of an Invoice” means (i) the date on which a Proper Invoice is actually received in the Designated Payment Office, or (ii) the date on which the CUCF, or other entity on whose behalf the CUCF is acting, received the purchased goods, property, or services covered by the Proper Invoice, whichever is later.
(f) “Set-off” means the reduction by the CUCF of a payment due to a contractor by an amount equal to the amount of an unpaid legally enforceable debt owed by the contractor to the CUCF.
6. Scope - This Statement of Prompt Payment Policy shall be applicable to all contract payments. A contract payment is a payment to a contractor pursuant to a written contract, or an amendment thereto, signed by an Authorized Officer of the CUCF and of the contractor, a fully executed change order or an executed purchase order. A contractor is a person, partnership, private corporation, limited liability company, or association:
(a) selling materials, equipment or supplies or leasing property or equipment to the CUCF; (b) constructing, reconstructing, rehabilitating or repairing facilities or other improvements
for or on behalf of the CUCF; or (c) rendering or providing services to the CUCF pursuant to a contract.
7. Prompt Payment Procedure - Each contractor requesting payment shall submit a Proper Invoice and adequate documentation to support the work, services or goods provided to the Designated Payment Office.
(a) In the case of invoices submitted by architects, engineers, contractors and other consultants pursuant to contracts awarded by the CUCF for the construction, reconstruction, rehabilitation or other improvements or facilities comprising all or part of a project, the vendor payment unit is the Designated Payment Office. Proper Invoices submitted to the vendor payment unit will be transmitted to the CUCF project manager assigned to the project for approval. Following the return of the approved proper invoice to the vendor payment unit, a payment will be processed. Payment will be made no later than 30 days, except under the circumstances specified in subdivision (d) of this section, after receipt of such proper invoice at the designated payment office.
(b) For all other invoices for contract payments not covered by paragraph (a), the Finance Office of the CUCF in New York, New York is the Designated Payment Office. Proper Invoices submitted by the tenth of the month will be paid by the last day of the month, but in any event payment will be made no later than 30 days after receipt of such Proper Invoice.
(c) If a proper invoice is not paid within the periods described in (a) or (b) above, such payment will be subject to interest at the overpayment rate set by the N.Y.C. Comptroller, as agent for CUCF, and the N.Y.C. Office of Management and Budget (OMB).
(d) In accordance with subparagraph (v) of paragraph (A) of subdivision 3 of Section 2880 of the Public Authorities Law, when the following facts and circumstances exist, the CUCF may, to the extent necessary, extend the payment date of a proper invoice to 45
12
days after receipt. The facts and circumstances may include, but shall not be limited to: (1) a contract for which a prior overpayment has been made; (2) a contract which is subject to a mechanics’ lien; (3) a contract which is subject to a notice of prevailing wage withholding; (4) when the CUCF has been notified that an entity contracting with the CUCF or the
principals thereof are the subject of criminal investigation or indictment relating to the business activities of the entity;
(5) those instances when the CUCF has reason to believe that the entity contracting with the CUCF has provided a false statement or material misstatement in connection with the contract.
(6) when the CUCF must rely on tests by a third party reported directly to the CUCF as a prerequisite for payment.
(7) the goods and services were not rendered in the manner detailed in the contract requirements.
8. Sources of Funds Available for Payment of Interest - The CUCF holds or has control of moneys which represent the proceeds of the issuance of its obligations or are on deposit in operating funds of the CUCF derived primarily from its fees and charges, from which it may pay interest on Proper Invoices with respect to which Prompt Payment is not made.
9. Extension of Prompt Payment Date - The date by which a contract payment may be made without the payment of interest may be extended when any of the following facts or conditions exists: (a) in accordance with specific statutory or contractual provision, payment must be
preceded by an inspection period, the receipt of a signed receiving report in the case of the purchase of goods for an entity other than the CUCF itself, or by an audit to determine the resources applied or used by a contractor in fulfilling the terms of the contract;
(b) the necessary state government appropriation required to authorize payment has yet to be enacted;
(c) a Proper Invoice must be examined by the federal government or other governmental entities prior to payment; and,
(d) such date by which contract payment must be made is modified in accordance with section 11 below.
10. Interest Eligibility and Computation - In order for the CUCF not to be liable for the payment of interest, contract payment must be made within the periods described in section 7 after the receipt of an invoice for the amount of the contract payment due; except when the contract payment is of the type where the facts and conditions are as defined pursuant to section 9 above. Any time taken to satisfy or rectify any of the facts or conditions described in section 9 above shall extend the date by which contract payment must be made in order for the CUCF not to become liable for interest payments by an equal period of time. The CUCF shall not be liable for the payment of interest when such interest is less than ten dollars. Notification of Defects - The CUCF shall have 15 calendar days after receipt of an invoice by the Designated Payment Office to notify the contractor of (a) defects in the delivered goods, property, or services, (b) defects in the invoice, or (c) suspected improprieties of any kind; and the existence of such defects or improprieties shall prevent the commencement of the time
13
period specified in section 7 of this Statement. When the CUCF fails to notify a contractor of such defects or suspected improprieties within 15 calendar days of receiving the invoice, the number of days allowed for payment of the corrected proper invoice will be reduced by the number of days between the fifteenth day and the day that notification was transmitted to the contractor. If the CUCF, in such situations, fails to provide reasonable grounds for its contention that a defect or impropriety exists, the date by which contract payment must be made in order for the CUCF not to become liable for interest payments shall be calculated from the date of receipt of an invoice.
11. Predetermined Interval Payments - A Proper Invoice submitted by the contractor shall be required to initiate any payment, except where the contract provides that the contractor will be paid at predetermined intervals without having to submit an invoice for each such scheduled payment and, for the purposes of determining eligibility for payment of interest and subject to the exception and time-to-rectify provisions of sections 9 and 10 above, the date by which contract payment must be made in order for the CUCF not to become liable for interest payments shall be the payment due date specified in accordance with the contract.
12. Inapplicability of Statement - The provisions of this Statement shall not apply to payments due and owing by the CUCF:
(a) under the eminent domain procedure law; (b) as interest allowed on judgments rendered by a court pursuant to any provision of law
other than Section 2880 of the Public Authorities Law; (c) to the federal government; to any state agency or its instrumentalities; to any duly
constituted unit of local government including, but not limited to, counties, cities, towns, villages, school districts, special districts, or any of their related instrumentalists; to any other public CUCF or public benefit corporation; or to its employees when acting in, or incidental to, their public employment capacity;
(d) in a situation where the CUCF exercises a Set-off against all or part of the paymentdue the contractor; or,
(e) for reasonable cause, determines not to release or reduce retainage upon completion or substantial completion of a construction contract.
13. Statement Filing - The CUCF shall, within 30 days after the adoption of this statement, file a copy of such statement, and amendments thereto, with the State Comptroller, the State Director of the Budget, the Chairman of the Senate Finance Committee, and the Chairman of the Assembly Ways and Means Committee.
14. Contract Incorporation - The statement in effect at the time of creation of a contract is hereby deemed to be incorporated into and made a part of that contract.
15. Prompt Payment Report – The N.Y.C. Comptroller, as agent for the CUCF, shall through the N.Y.C. Procurement Policy Board, include CUCF in the prompt payment report generated for the City of New York as a whole. Such report is made available as a matter of public record.
16. Public Access - The City of New York shall make such report available as a matter of public record.
17. Effective Date - This Statement of Prompt Payment Policy shall take effect on July 1, 2014 and shall apply to contracts or purchase orders initially entered into on and after such date.
14
____________________________________
Item 4 Resolution 2271 June 27, 2018
RESOLUTION OF THE CITY UNIVERSITY CONSTRUCTION FUND AUTHORIZING THE ARCHITECT OF RECORD FOR CONSTRUCTION ADMINISTRATION SERVICES FOR THE STUDENT UNION AT THOMAS HUNTER HALL,
HUNTER COLLEGE
RESOLVED: That the Board of Trustees of The City University Construction Fund (“the Fund”) authorize the Executive Director to execute a Construction Administration Services contract with the firm of Calvert Wright Architecture, for construction administration services, as required for the Thomas Hunter Hall 2nd Floor Student Union project at Hunter College, CUNY Project No. CITYW-CUCF-04-14-07. Calvert Wright Architecture was retained for design services by Hunter College. The contract cost shall be chargeable to the private funds from the Hunter Foundation which have been transferred to the Fund for an amount not to exceed $250,000 for construction administration services. The contract shall be subject to approval as to form by the Fund’s General Counsel.
EXPLANATION: The Fund on behalf of the City University of New York intends to build out 11,000 sf of the 2nd Floor Student Union for Thomas Hunter Hall. The floor is occupied by a variety of student organizations in Student Publications, Accessibility Office and Student Government that provide valuable and essential services to Hunter College students. The work includes general construction for the student government offices, game room, conference rooms, ADA lift, new finishes and structural work related to lowering of the elevator.
The procurement for the construction administration services contract is being awarded as a single source. As the Architect of Record, Calvert Wright Architecture has the most knowledge of the project, and needs to be retained for the construction administration services portion of the project. Selecting another firm to take over the project at this stage will delay the construction
The undersigned hereby certifies that (i) the foregoing is a true and correct copy of the resolution adopted at the regular meeting of the Trustees of the City University Construction Fund held on June 27, 2018; (ii) at such meeting, a quorum of Trustees was present; (iii) the resolution was adopted by the affirmative vote of not less than four Trustees present at such meeting; and (iv) the resolution has not been amended or rescinded since the date of adoption.
Date: June 27, 2018
Judith Bergtraum, Executive Director
_____________________________________
Item 5 Resolution No. 2272
June 27, 2018
RESOLUTION OF THE CITY UNIVERSITY CONSTRUCTION FUND APPOINTING LISA BOVA-HIATT AS GENERAL COUNSEL OF THE FUND
RESOLVED: That the Board of Trustees of The City University Construction Fund (“CUCF”) approve the appointment of Lisa Bova-Hiatt as General Counsel of CUCF effective June 27, 2018.
EXPLANATION: Lisa Bova-Hiatt joins us from the private sector, where she was a disaster recovery consultant, working primarily in the USVI, and Texas on rebuilding, construction, infrastructure and policy. Until November of 2017, Ms. Bova-Hiatt served as the Executive Director of the Governor’s Office of Storm Recovery (GOSR), which was created by Governor Cuomo in August 2013 to oversee New York State’s recovery from Superstorm Sandy, Hurricane Irene and Tropical Storm Lee. The Office of Storm Recovery managed New York State’s $4.4 billion grant made available through the U.S. Department of Housing & Urban Development’s (HUD) Community Development Block Grant – Disaster Recovery (CDBG-DR) Program to better prepare New York for future extreme weather. Ms. Bova-Hiatt also served as GOSR’s General Counsel and Acting Chief Operating Officer playing an integral role in helping the agency carry out the reconstruction of over 12,000 homes and hundreds of infrastructure projects. Prior to GOSR, Ms. Bova-Hiatt, spent 19 years at the New York City Law Department. Serving as the Deputy Chief of the Tax and Bankruptcy Litigation Division, she specialized in the acquisition of property by eminent domain, in rem tax foreclosures and real estate titles. She also served in the Bloomberg Administration as a Legislative Representative in the Office of City Legislative Affairs, and on the leadership team assembled by Mayor Bloomberg to address emergency and long term needs on Staten Island in the aftermath of Superstorm Sandy. Lisa Bova-Hiatt will replace the Fund’s former Interim General Counsel, Jane Sovern.
The undersigned hereby certifies that (i) the foregoing is a true and correct copy of the resolution adopted at the regular meeting of the Trustees of the City University Construction Fund held on June 27, 2018; (ii) at such meeting, a quorum of Trustees was present; (iii) the resolution was adopted by the affirmative vote of not less than four Trustees present at such meeting; and (v) the resolution has not been amended or rescinded since the date of adoption.
June 27, 2018
Judy Bergtraum, Executive Director
Recommended