The following is the complete text of NYC's Request for Proposals (RFP) for contractors to assume the animal management contract being vacated by the ASPCA, with the exception of the Attachments which were omitted.
City officials claim that this RFP was "widely circulated" but according to a F.O.I.L. request, the only public notice or hearing regarding this contract award appeared in the July 22, 1994 edition of The City Record, a municipal publication with a limited circulation, just days before the hearing. It read as follows:
- ANIMAL CARE AND CONTROL SERVICES -- SS -- PIN #81695AA06900 -- Due: 7-28-94, 5 PM -- The Bureau for Veterinary Public Health Services intends to begin Sole Source Negotiations with the Animal Control and Development Corporation, for the provision of animal care and control services throughout New York City. Any organization that believes it can supply such a service, is invited to so indicate by contacting, no later than 5 p.m. on July 28, 1994, Lisa Polk, Bureau for Veterinary Public Health Services, 125 Worth St., Box 66, NYC, 212-566-0091.
THE CITY OF NEW YORK
DEPARTMENT OF HEALTH
BUREAU OF VETERINARY PUBLIC HEALTH SERVICES
REQUEST FOR PROPOSALS
FOR
ANIMAL MANAGEMENT SERVICES
DATE OF ISSUE: October 4, 1993
PIN: 95AA002
This Request for Proposals (RFP) includes the following:
TABLE OF CONTENTS
SECTION I - BACKGROUND/PURPOSE OF THE RFP
SECTION II - RFP TIMETABLE
SECTION III - GENERAL INFORMATION
SECTION IV - PROPOSAL PROCEDURES AND REQUIREMENTS
SECTION V - SCOPE OF SERVICES
ATTACHMENTS [omitted]
Appendix A: Proposal Package Checklist
Appendix B: Format for Budget/Cost Proposal
Appendix C: Acknowledgement of Addenda
Appendix D: General Contract Provisions
Appendix E: New York City Dog License Law
Appendix F: NYC Health Code Articles 135, 161
Appendix G: Record Keeping and Reports
----------------------------------------------------------------------------
AUTHORIZED AGENCY CONTACT
Proposers are advised that the Agency's authorized contact person for ALL matters concerning this RFP is:
Lisa Polk
Assistant Director
Bureau of Veterinary Public Health Services
Department of Health
93 Worth Street, Room 1003
212-566-0091
----------------------------------------------------------------------------
The New York City Comptroller is charged with the audit of contracts in New York City. Any vendor/provider who believes that there has been unfairness, favoritism or impropriety in the proposal process, should inform the Comptroller, Office of Contract Administration, 1 Centre Street, Room 835, New York, New York 10007 (212-669-3000).
REQUEST FOR PROPOSALS
TABLE OF CONTENTS
SECTION I - BACKGROUND/PURPOSE OF THE RFP
SECTION II - RFP TIMETABLE
SECTION III - GENERAL INFORMATION
1. Status of Information
2. Communication With the Agency
3. Proposer Inquiries
4. Addenda to the RFP
5. Pre-Proposal Conference
6. Site Visit
7. Modified Proposals
8. Withdrawal of Proposals
9. Late Proposals, Late Modifications and
10. Late Withdrawals
11. Confidential/Proprietary Information
12. Costs Incurred By Proposers
13. Oral Presentations and Interviews
14. Discussions/Negotiations/Best and Final
15. Offers
16. Proposer Acceptance of RFP and Contract
17. Provisions
18. Contract Award
19. RFP Postponement/Cancellation
20. Proposer Appeal Rights
21. Prompt Payment Policy
SECTION IV - PROPOSAL PROCEDURES AND REQUIREMENTS
A. PROPOSAL EVALUATION PROCEDURES
1. Evaluation Committee
2. Evaluation Committee Procedures
3. Minimum Qualification Requirements
4. Evaluation Criteria and Relative Weights
B. PROPOSAL PACKAGE
1. Proposal Cover Letter
2. Program Proposal
3. Statement of Qualifications
4. Budget/Cost Proposal
5. Acknowledgement of Addenda
6. VENDEX QUESTIONNAIRES PACKAGES
C. PROPOSAL PACKAGE SUBMISSION REQUIREMENTS
SECTION V - SCOPE OF SERVICES
ATTACHMENTS [omitted]
Appendix A: Proposal Package Checklist
Appendix B: Format for Budget Proposal
Appendix C: Acknowledgement of Addenda
Appendix D: General Contract Provisions
Appendix E: New York City Dog License Law
Appendix F: NYC Health Code Articles 135, 161
Appendix G: Record Keeping and Reports
REQUEST FOR PROPOSALS
SECTION I - BACKGROUND/PURPOSE OF THE RFP
The purpose of this Request for Proposal (RFP) is to select a vendor(s) professionally skilled, qualified and equipped to provide administration and staffing for municipal animal management services in New York City.
The American Society for the Prevention of Cruelty to Animals has been the sole provider of animal management services under a contractual relationship with the Department of Health, since 1977.
The ASPCA has informed the City that, after December 1994 they will no longer perform animal management services.
State legislation has recently been enacted that would allow the City to select alternate providers to deliver animal management services.
The existing NYC/ASPCA Agreement provides for a comprehensive animal management program consisting of 1) Animal Pickup and Seizure Services, 2) Shelter and Humane Disposition Services and 3) Animal Receiving Facility Services for the boroughs of New York City.
The following indicators fairly represent the present citywide levels of service provided by the ASPCA:
1) Number of animals expected to be received at Shelters, 1993:
Dogs: 18,000 Cats: 21,000 Misc: 5,000 Total: 44,000
2) Average length of stay, in days, at Shelters, 1993:
Dogs: 5.0 Cats: 5.0 Misc: 3.0
3) Number of animals expected to be picked up and seized,1993:
Dogs: 4,300 Cats: 4,500 Misc: 1,700 Total: 10,500
4) Number of animal adoptions expected, 1993:
Dogs: 2,700 Cats: 3,800 Misc: 20 Total: 6,520
Applicants are invited to submit proposals to provide for administration and staffing for the total animal management program on a city-wide basis or to submit proposals to provide for the individual components of this total program on a borough-wide basis. Specific requirements for each component service are contained under the "Scope of Services" section of this RFP. The city will provide all animal shelter facilities and all animal rescue equipment.
If an applicant proposes to provide specifically for the administration of the services for the City, with sub-contractors providing the direct services as detailed in Section V of this RFP, applicants must provide evidence and details of an existing contractual relationship with the direct providors which will continue for the full term of the prime agreement with the City.
The contract(s) resulting from the selected proposal will be for a term of three (3) years for the period January 1, 1995 to December 31, 1997. Amendments to the budget will be considered on an annual basis.
SECTION II - RFP TIMETABLE
1. Release Date of the RFP - October 4, 1993
2. Pre-Bid Conference - October 25, 1993
The Pre-Bid Conference will be held between the hours of 2 pm and 5 pm, at the following location:
Board Room
3rd floor, 125 Worth Street
New York, New York
3. Site Visit - October 25, 1993
Site visits will be provided to potential bidders at 10 am. Attendees must meet at:
Bureau of Veterinary Public Health Services
Department of Health
93 Worth Street, Room 1003
Site visits are MANDATORY for all proposers. If proposers are unable to attend the above scheduled date, proposers must contact the Contracting Officer to arrange for a site visit.
4. Proposal Due Date and Time - December 6, 1993, 5:00 pm
Proposals are to be hand delivered or mailed to:
Lisa Polk
Assistant Director
Bureau of Veterinary Public Health Services
Department of Health
93 Worth Street, Room 1003
212-566-0091
5. Projected Contractor Selection Date - January 21, 1994
6. Public Hearing - Autumn, 1994
7. Projected Contract Start Date - January 1, 1995
SECTION III - GENERAL INFORMATION
1. Status of Information
1.1 The Agency shall not be bound by any oral or written information released prior to the issuance of the RFP.
1.2 The Agency shall not be bound by any oral or written representations, statements or explanations other than those made in this RFP, in Agency written responses to proposer inquiries or in a formal written addendum to this RFP.
2. Communication With the Agency
Proposers are advised that from the date this RFP is issued until the award of the contract, NO contact with Agency personnel related to this solicitation is permitted, except as shall be authorized by the Contracting Officer designated as the Agency contact person.
3. Proposer Inquiries
3.1 All inquiries regarding this solicitation shall be addressed to the Contracting Officer designated as the Agency contact person.
3.2 The Contracting Officer may orally respond to inquiries of a non substantive nature. All substantive inquiries, however, shall be responded to in writing.
3.3 Proposers are advised that the Agency cannot ensure a response to inquiries received later than ten (10) calendar days prior to the Proposal Due Date.
4. Addenda to the RFP
4.1 The Agency shall issue responses to inquiries related to substantive issues and any other corrections or amendments to the RFP it deems necessary prior to the Proposal Due Date in the form of written addenda.
4.2 It is the proposer's responsibility to assure receipt of all addenda. The proposer should verify with the designated Agency contact person prior to submitting a proposal that all addenda have been received. Proposersshall acknowledge the number of addenda received as part of their proposals.
5. Pre-Proposal Conference
A Pre-Proposal Conference will be held as designated in SECTION II - RFP TIMETABLE. Although attendance at the Pre-Proposal Conference is NOT mandatory, it is strongly suggested.
6. Site Visit
Site Visits will be held as designated in SECTION II RFP TIMETABLE. Site visits are MANDATORY for all interested bidders.
7. Modified Proposals
7.1 A proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal up until the Proposal Due Date and Time and, if applicable, up until the due date and time set for the submission of Best and Final Offers.
7.2 The Evaluation Committee shall consider only the latest timely version of the proposal.
8. Withdrawal of Proposals
A proposal may be withdrawn in writing only prior to the Proposal Due Date and Time or, if applicable, up until the due date and time set for the submission of Best and Final Offers.
9. Late Proposals, Late Modifications and Late Withdrawals
9.1 Proposals received after the Proposal Due Date and Time are late and shall not be considered.
9.2 Modifications and Withdrawals received after the Proposal Due Date and Time and/or, if applicable, after the due date and time set for the submission of Best and Final Offers, are late and shall not be considered.
10. Confidential/Proprietary Information
10.1 Proposers shall specifically identify those portions of the proposal deemed to be confidential, proprietary information or trade secrets and provide any justification why such material, upon request, should not be disclosed by the City.
10.2 Such information deemed by the proposer to be confidential/proprietary shall be easily separable from the non confidential/non-proprietary sections of the proposal.
11. Costs Incurred By Proposers
The Agency shall not be liable for any costs incurred by proposers in the preparation of proposals or for any work performed in connection therewith.
12. Oral Presentations and Interviews
The Agency may require proposers to give oral or visual presentations in support of their proposals or to exhibit or otherwise demonstrate the information contained therein.
13. Discussions/Negotiations/Best and Final Offers
13.1 The Agency reserves the right to award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the proposer's best terms from a programmatic and cost standpoint.
13.2 The Agency reserves the right to enter into discussions/negotiations with one or more proposers and to subsequently request the submission of best and final offers from those proposers, who after the conclusion of such discussions/negotiations, are still under consideration for award. No proposer shall have any rights against the Agency arising from an invitation to enter into discussions/negotiations or to submit a best and final offer.
14. Proposer Acceptance of RFP and Contract Provisions
Submission of a proposal signifies to the Agency the proposer's intention to compete for the award of the particular contract(s) and that the proposer understands and accepts that the terms and conditions specified in the RFP and the General Contract Provisions attached in Appendix D shall become part of the final contract.
15. Contract Award
15.1 The Agency reserves the right to award [a] contract[s] to other than the proposer[s] offering the lowest overall cost.
15.2 The contract[s] resulting from this solicitation shall be awarded to the qualified proposer[s] whose proposal[s] the Agency determines to be the most advantageous to the City, based on the evaluation factors set forth in the RFP.
15.3 Any proposed contract award shall be subject to all required oversight approvals.
15.4 Contract award (and all sub-contractors) shall be subject to the following conditions, where applicable:
- provisions of the City's Anti-Apartheid Law (Local Law 19) and MacBride Principles Law (Local Law 34);
- completion and submission of the Division of Labor Services' Employment Report and compliance with provisions of federal, state and local laws and executive orders requiring affirmative action and equal employment opportunity;
- completion and submission of VENDEX Questionnaires pursuant to Local Law 5 and review of the information contained therein by the Department of Investigation.
The Agency reserves the right to postpone or cancel this RFP and to reject all proposals.
17. Proposer Appeal Rights
Pursuant to Sections 7-02, 7-03 and 7-07 of the Procurement Policy Board (PPB) Rules, proposers have the right to appeal certain responsiveness and responsibility determinations made by the Agency and to protest a determination regarding the solicitation or award of a contract. Proposers should refer to the applicable sections of the PPB Rules for details. A copy of the PPB Rules may be obtained by contacting the PPB at (212) 285-3255.
18. Prompt Payment Policy
18.1 Pursuant to Section 6-07 of the Procurement Policy Board (PPB) Rules, it is the policy of the City to process contract payments efficiently and expeditiously so as to assure payment in a timely manner to firms and organizations that do business with the City. Proposers should refer to the applicable section of the PPB Rules for details. A copy of the PPB Rules may be obtained by contacting the PPB at (212) 285-3255.
18.2 Notwithstanding the above, it has been determined that Section 6-07 of the PPB Rules is NOT applicable to contracts based on advance payments.
SECTION IV - PROPOSAL PROCEDURES AND REQUIREMENTS
A. PROPOSAL EVALUATION PROCEDURES
1. Evaluation Committee
The Evaluation Committee shall be comprised of a minimum of three (3) persons qualified to evaluate the components of this solicitation.
2. Evaluation Committee Procedures
2.1 All proposals received on or before the Proposal Due Date and Time at the location specified in the RFP will be evaluated to determine whether they meet all the Minimum Qualification Requirements set forth in the RFP.
2.2 Only those proposals meeting all the Minimum Qualification Requirements will be evaluated, rated and ranked by applying the Evaluation Criteria set forth in the RFP.
2.3 The Evaluation Committee will make a determination to: 1) award a contract based on initial proposals from all proposers or those receiving at least a minimum score; OR 2) conduct discussions/negotiations with allproposers or those receiving at least a minimum score. In the case that the determination is made to conduct discussions/negotiations with all proposers or those receiving a minimum score,
- The Agency may require proposers to give oral or visual presentations in support of their proposals or to exhibit or otherwise demonstrate the information contained therein.
- Upon completion of the discussions/ negotiations, the Evaluation Committee will request that all proposers still under consideration for award submit a best and final offer by a common due date and time.
- The Evaluation Committee will evaluate, rate and rank the best and final offers by applying the Evaluation Criteria set forth in the RFP.
3. Minimum Qualification Requirements
All proposals received on or before the Proposal Due Date and Time and at the location specified in the RFP will be evaluated to determine whether they meet the Minimum Qualification Requirements set forth in the RFP. Proposals failing to meet ALL the Minimum Qualification Requirements listed below shall not be further considered for award.
3.1 The proposal shall be responsive to all the material requirements of the RFP including, but not limited to, submission of the following:
- Program Proposal
- Statement of Qualifications
- Budget/Cost Proposal
- Acknowledgement of Addenda
- VENDEX Questionnaires (if applicable)
- Copy of 501(C)(3) certificate: vendors must be not-for profit organizations, pursuant to the New York City Dog License Law, Section 8-c.
- The bidder does not have to be an SPCA to be awarded a contract
- The vendor cannot be an organization, the corporate purposes of which include or which otherwise engages in the use of animals for research, experimentation, testing, teaching or demonstration, or any such organization, the directors, officers, employees or agents of which have been found to have engaged in any of the activities prohibited by Section 12, Chapter 115 of the laws of 1894, the New York City Dog license law, as amended (attached).
The Evaluation Committee shall evaluate and rate all proposals meeting the Minimum Qualification Requirements by applying the Evaluation Criteria listed below. Proposals receiving less than a minimum of 70 total points shall not be further considered for award.
Proposers must indicate those service components that are being offered. Component services are defined in Section V, Scope of Services. All proposals will be evaluated by component. For those proposers that offer a number of components (ie: a citiwide offer including all services in all boroughs, or all services within one borough, etc.), the department will award component services to proposers receiving the highest rating for that particular component. The following criteria will be applied to all proposals:
a. The applicant's understanding of the scope and magnitude of the work to be accomplished, as evidenced by the proposal (10 points);
b. The adequacy and comprehensiveness of the proposal with regard to the applicant's approach to fulfilling the required services and responsibilities as outlined in the RFP (10 points);
c. Evidence of successful prior experience in delivering animal management services or demonstrated capacity to deliver these services. (20 points);
d. Cost effectiveness of proposed budget compared with levels of proposed services, and completeness of budget (25 points);
e. Evidence of administrative and organizational structures that meet all requirements indicated in this RFP (5 points);
f. Evidence of proposed staff's preparedness to perform the functions necessary to complete the scope of work to be done (5 points);
g. Evidence of applicant's ability to meet any monitoring requirements of the project, ensure timely submission of information and reports and collaborate with the Agency in the development of relevant materials concerning project's goals (5 points);
h. Evidence of ability to start service on time and within budget (20 points);
B. PROPOSAL PACKAGE
The Proposal Package shall contain the following:
1. Proposal Cover Letter
The proposer shall submit a Cover Letter transmitting their Proposal Package to the Agency. The Cover Letter shall be signed and dated by an individual authorized to enter into a contract with the City on behalf of the proposer.
2. Program Proposal
The Program Proposal is a clear, concise narrative which addresses the proposer's overall program concept, incorporating all requirements specified in the Scope of Services described in Section V of the RFP. At a minimum, the following shall be included:
a. A description of the service component being offered: (indicate all that apply)
1. Animal Pick-up and Seizure, Manhattan
2. Animal Pick-up and Seizure, Brooklyn
3. Animal Pick-up and Seizure, Bronx
4. Animal Pick-up and Seizure, Queens
5. Animal Pick-up and Seizure, Staten Island
6. Shelter Care and Disposition, Manhattan
7. Shelter Care and Disposition, Brooklyn
8. Animal Receiving Facility, Bronx
9. Animal receiving Facility, Queens
10. Animal receiving facility, Staten Island
b. A statement of the purposes of the organization.
c. A detailed description of the services to be provided. The proposer shall address its overall programmatic approach and include area(s) to be served, description of the specific components of service required in Section V, Scope of Services, proposed staffing patterns, days and hours of program operation and materials and equipment.
d. A description of how the proposer will meet the applicable program standards.
e. A description of how the proposer will achieve the prescribed levels of service and/or outcome measurements.
f. If an applicant proposes to provide specifically for the administration of the services for the City, with sub-contractors providing the direct services as detailed in Section V of this RFP, applicants must provide evidence and details of an existing contractual relationship with the direct providors which will continue for the full term of the prime agreement with the City.
The Program Proposal may include any other information the proposer deems relevant.
3. Statement of Qualifications
The Statement of Qualifications is a presentation of the qualifications and experience of the proposer's organization and the staff that will be providing the services. At a minimum, the following shall be included:
a. A narrative describing the proposer's experience, programmatic, financial and managerial, with an emphasis on the provision of services similar or related to those required by the Scope of Services described in Section V of the RFP. Where a proposer has no prior experience providing similar or related services, the narrative should address the proposer's current and past program operations, its ability to undertake a new type of service and its ability to integrate a new service with services currently being provided.
b. An organization outline or chart reflecting the services to be provided under this contract.
c. Resumes of the staff who will be providing services in demonstration that the proposer's staff meet the minimum qualifications prescribed by the RFP.
d. Certified financial statements for the past two years.
e. 501 (C)(3) certificate
f. The names of at least three references from bidder's clients for services similar to those required by this RFP.
g. A schedule of rabies pre-exposure prophylaxis including names and date for all employees.
In addition, the proposer may submit any other materials which will permit the Agency to better evaluate the organization (e.g., letters of reference/ recommendation/ community support, news articles, awards, etc.).
4. Budget/Cost Proposal
The Budget/Cost Proposal is a presentation of the proposer's total offering price in terms of the proposer's costs for providing each component of the Scope of Services prescribed in Section V of the RFP. At a minimum, the Budget/Cost Proposal shall include the following:
a. Unit and total costs for staff, other than personal services, materials and equipment, and all administrative overhead allocable to the component.
b. Specify the sources and amounts of funding, in addition to those to be provided by the Agency through the awarded contract, to fulfill the Scope of Services.
Provide separate budgets for each component service being offered.
If applicable, amounts and specifications of services to be sub-contracted shall be indicated.
The proposer shall use the prescribed format/form for the Budget/Cost Proposal, attached in Appendix B.
5. Acknowledgement of Addenda
The proposer shall complete and submit the Acknowledgement of Addenda form, attached as Appendix C, as part of the Proposal Package. This form serves as the proposer's acknowledgement of the receipt of Addenda which may have been distributed by the Agency prior to the Proposal Due Date and Time.
6. Required City Documents
VENDEX Questionnaires, attached shall be completed and submitted by the proposer in conjunction with the Proposal Package:
C. PROPOSAL PACKAGE SUBMISSION REQUIREMENTS
1. Proposal Packages are due on or before the date and time and at the location prescribed in SECTION II - RFP TIMETABLE.
2. Proposers shall hand deliver or ail one (1) original and three (3) copies of the Proposal Package.
3. Proposers are advised that while there is no page limitation for proposals, discretion should be used. Proposals must be typewritten, using 8 1/2 x 11 paper.
4. The outer envelope enclosing any materials submitted in response to this RFP shall be addressed as follows:
FROM: Proposer Name/Address
RFP Title: Animal Management Services
TO: Lisa Polk, Assistant Director
Bureau of Veterinary Public Health Services
Department of Health
93 Worth Street, Room 1003
5. Proposers shall be responsible for informing any commercial delivery service, if used, of all delivery requirements and for ensuring that the information required in item "4", above, appears on the outer envelope used by such service.
6. Appendix A: Proposal Package Checklist, which itemizes each component/document that is to be submitted as part of the Proposal Package, has been attached for the proposer's convenience.
SECTION V - SCOPE OF SERVICES
The Department of Health, City of New York seeks qualified vendor(s) capable of providing animal management services consisting of the following components: (1) Animal Pick up and Seizure Services; (2) Shelter and Humane Disposition Services and (3) Animal Receiving Facility Services. Respondents may elect to submit plans to provide for the delivery of said components of animal management services on a borough wide basis, on a city-wide basis, or any other combination of the above. If you are planning to respond to only one part (or parts) of this total service, you must include in your proposal plans to demonstrate how you will coordinate your activities with the other components of the animal management program. While the licensing of dogs is not a component of this RFP, the vendor shall be expected to assist the City in all programs designed to increase the sale of dog licenses. Additionally, the vendor must cooperate with all City efforts to encourage pet owners to comply with regulations to have their dogs and cats vaccinated against rabies. The specifications for each of these service components are described below.
A. Animal Pick-up and Seizure Services
Using vehicles provided by the Department of Health, throughout the five (5) boroughs of New York City, the vendor will provide radio-dispatched response teams to provide the following:
1. Stray Animal Roundup - the routine, early morning roundup of straying animals throughout the five (5) boroughs of New York City.
2. Animal Seizure - immediate response to citizen telephone requests, special requests from the Department of Health and requests from police agencies to seize vicious and threatening dogs, stray and owned dogs and cats that have bitten, exotic and wild animals and venemous reptiles and bats from schools, playgrounds, vacant lots, vacant buildings, parks and highways and attempt to capture same.
3. An advertised telephone number must be established so citizens can call for animal pick up services. A recorded message will be placed on the above referenced telephone for the twelve (12) hour period from 8:00 p.m. to 8:00 a.m. Monday through Friday, for one two-and-one-half (2 1/2) day weekend period from 8:00 p.m. Friday through 8:00 a.m. Monday and on all major and minor holidays on a 24 hour basis informing all callers that animal pick up services are no longer available at that time. Forms and records must be utilized so that all calls are documented and the disposition of the action to each call is properly entered.
4. All pick ups, seizures and transportation services must be provided in accordance with applicable City, State, and Federal laws.
5. In all cases where a dog or cat is seized the vendor must make arrangements to provide shelter care to said dog or cat for a period of no less than forty-eight (48) hours after seizure except for those cases that come within the purview of Section 374 of the Agriculture & Markets Law. In the case of dogs so seized, if they are not licensed pursuant to applicable law, and in the case of all not-exotic cats, if they are not claimed and redeemed within forty-eight (48) hours after seizure, they may be adopted,
6. The vendor must establish a mechanism to contact the New York City Department of Health, Dog Licensing Program, if a dog with a license tag is seized. The vendor must specify and describe what arrangements it will make with the Dog Licensing Program so that licensed dogs are quickly reunited with their owners.
7. All animal pick up and seizure personnel must be pre-immunized against rabies according to recommendations appearing in Table 3. Rabies Preexposure Prophylaxis Guidelines, United States, 1991, MMWR1991;40:10-16.
8. The above specified Animal Pick-up and Seizure Services shall, except as indicated below, be provided Monday through Friday on the following schedule and basis:
- The vendor shall have dispatch personnel available to both receive telephone calls from the public on a new telephone number listed as the New York City Emergency Animal Pick-up Service and immediately dispatch such emergency calls to the fleet of vehicles. Dispatch services shall be available from 8 a.m. to 8 p.m. Monday through Friday, exclusive of all major and minor holidays.
- For the twelve (12) hour period from 8:00 p.m. to 8:00 a.m. Monday through Friday, for the two-and-one-half (2 1/2) day weekend period from 8:00 p.m. Friday through 8:00 a.m. Monday and on all major and minor holidays on a 24 hour a day basis, the vendor must provide necessary personnel and equipment for on-call animal pick up response services to handle special requests from the Department of Health (including the Poison Control Center) and police agencies to pick up and seize animals suspected of rabies and other wild animals and stray dogs and cats that have bitten without provocation, and have said animals held at an animal shelter for rabies observation or have the animal made ready for testing for rabies.
- Animal pick-up and seizure services will be provided Monday to Friday from 8 a.m. to 8 p.m. exclusive of all major and minor holidays. Rescue services will be performed using vehicles based from the dispatch location.
- At the request of the Department of Health, the vendor will use a vehicle stationed at the pet receiving facilities to respond to a call, if there is no other vehicle available. Each pet receiving facility will have an animal pick-up vehicle stationed at that location during normal operating hours.
1. For the purposes of this RFP, the term "Shelter" shall mean a permanent physical facility designed, equipped and fitted to house humanely the number and type of animals collected by the vendor, captured by the police or others, or normally surrendered by their owners and having the capacity to house stray animals for no less than forty-eight (48) hours; which complies with all federal, state and city laws and regulations, including but not limited to, those pertaining to permits, locations, and size of cages; which accepts animals for rabies observation, and so observes them; which contains or has access to, a facility for the humane destruction of animals; having, or having nearby adequate parking space for the public.
The Department of Health shall provide the necessary shelter facilities to the vendor to fulfill the scope of this contract. The Department shall provide all repairs and renovations required by the facilities. The vendor shall provide all routine maintenance of the facilities, as follows:
- daily cleaning of all kennel areas, water bowls, hallways, floors and cleaning equipment;
- collection and proper disposal of animal waste throughout the day;
- removal and emptying of trash bags either daily or as necessary;
- the City will provide, under contract, for the removal of all animal carcasses from the shelter facilities. The vendor must demonstrate the ability to properly and safely dispose of all regulated medical waste pursuant to all federal, state and local laws.
Manhattan Shelter, 326 East 110 Street, NY NY 10128
Brooklyn Shelter, 2336 Linden Blvd, Brooklyn, NY 11208
2. The vendor shall maintain animal shelter facilities in the boroughs of Manhattan and Brooklyn. The Manhattan shelter will be open to the public on a 7 day a week, 24 hours a day schedule, everyday of the year, excluding major holidays. The Brooklyn shelter will be open to the public on a 5 day a week, 8 hours a day schedule and will house animals on a 7 day a week, 24 hours a day schedule. Both shelters will accept and hold without charge to the public, lost, stray, abandoned, unwanted, wild, vicious and dangerous animals and care for such animals in conformity with all applicable laws.
3. All professional care provided at the animal shelter facilities and at pet receiving facilities must be under the direct supervision of a shelter veterinarian, who must be a graduate of an AVMA recognized veterinary college and have a license to practice veterinary medicine in New York State.
4. Care at the shelter must include feeding, boarding (including bedding and cleaning of cages), watering, exercising, and provision for immediate first aid as required.
5. The vendor shall provide at the shelter adoption services to the public and shall promote adoption as a means of placing stray or unwanted animals. For all adopted dogs that will be kept within New York City the respondent shall dispense a dog license application and have the animal rabies immunized pursuant to the New York City Health Code.
6. The vendor must have the professional capability to humanely euthanize animals (using sodium pentabarbitol injection). This shall be supervised by a New York State licensed veterinarian.
7. The vendor must have the professional capability to prepare all animals suspected of rabies for submission to either the NYS Rabies Laboratory in Albany, New York or the NYC Rabies Laboratory, New York, New York for rabies examination according to established guidelines. In addition, the respondent must demonstrate the ability to clean up all instruments and contaminated surfaces as a result of preparing the animal specimen for rabies examination and to properly dispose of the animal body by incineration or burial.
8. The vendor must indicate ability to develop, implement and maintain an adequate record keeping system, which shall encompass, at a minimum the following reports, as illustrated in Appendix I: recording the receipt and disposition of all animals by type, elapsed time at the shelter for each animal, return to owner or other placement, indication of animal's health status and of care provided while at the shelter, number of animals surrendered by the public and their reasons for surrendering said animals. The vendor shall prepare regular periodic reports on these and other statistics and operating information as shall be specified by the Department of Health.
9. The vendor shall provide spay/neutering services as a means to control the pet over-population problem.
10. The vendor must have the means to provide a pet lost and found program. This program must include an advertised telephone number and be in operation 24 hours a day, seven days a week so that lost pets can be quickly reunited with their owners.
11. The vendor must be able to hold, by order of the Department, any animal deemed by the Department to be vicious or a threat to the public health until a Departmental decision is made regarding the disposition of that animal.
12. All shelter personnel who will handle or be in contact with animals suspect of rabies must be pre-immunized against rabies according to recommendations appearing in Table 3. Rabies Preexposure ProphylaxisGuide, United States, 1991, MMWR 1991;40:10-16.
C. Animal Receiving Facilities Services
1. The vendor shall maintain animal receiving facilities to be provided by the Department, in the boroughs of the Bronx, Queens, and Staten Island to accept, without charge to the public, lost, stray, abandoned and unwanted animals and care for such animals in conformity with all applicable laws. All animals are to be transferred at the end of the work day to the Manhattan and/or Brooklyn full service shelter facility.
The Department of Health shall provide the necessary facilities to the vendor to fulfill the scope of this contract. The Department shall provide all repairs and renovations required by the facilities. The vendor shall provide all routine maintenance of the facilities, as follows:
- daily cleaning of all kennel areas, water bowls, hallways, floors and cleaning equipment;
- collection and proper disposal of animal waste throughout the day;
- removal and emptying of trash bags either daily or as necessary. facilities will be located at the following
Queens Animal Receiving Facility
92-29 Queens Blvd, Rego Park, NY 11374
Bronx Animal Receiving Facility
1 Fordham Plaza, Bronx, NY 10458
Staten Island Animal Receiving Facility
3139 Veterans Road West, Staten Island 10307
2. The Animal Receiving Facility must be open to the public to accept animals on a five (5) day a week, eight (8) hours a day schedule on a year round basis. exclusive of all major and minor holidays.
3. The vendor must include plans to provide for both a healthy environment and for the humane care and treatment of animals kept at the animal receiving facility to include adequate feed, water, space, exercise, light and ambient temperature.
4. The vendor must have the ability to care for animals for a period of at least eight (8) hours in conformity with all applicable laws and regulations promulgated at the City, State and Federal level.
5. The vendor must establish an advertised telephone number so citizens can call for a schedule of services.
6. The vendor will cooperate with the City of New York by issuing dog license applications and completing related paper work at this facility.
7. All animal receiving facility personnel who will handle or be in contact with animals suspect of rabies must be pre-immunized against rabies according to recommendations appearing in Table 3. Rabies PreexposureProphylaxis Guide, United States, 1991, MMWR 1991;40:10-16.
ATTACHMENTS
[omitted]
Appendix A: Proposal Package Checklist
Appendix B: Format for Budget/Cost Proposal
Appendix C: Acknowledgement of Addenda
Appendix D: General Contract Provisions
Appendix E: New York City Dog License Law
Appendix F: NYC Health Code Articles 135, 161
Appendix G: Reports and Recordkeeping