Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
TABLE OF CONTENTS
SECTION
II.
OBJECTIVE
CONSULTANT QUALIFICATIONS
A.
III.
VI.
PROJECT SCHEDULE
A.
B.
C.
D.
E.
V.
PROJECT BUDGET
A.
B.
C.
D.
IV.
PAGE
PROJECT DEFINITION
A.
B.
C.
Jo
11
PROJECT BACKGROUND
FUNCTIONAL DESCRIPTION OF THE FACILITY
FUNCTIONAL DESCRIPTION OF THE BUILDING
PAGE 2
VII.
G.
H.
PROGRAM PHASE
ENERGY SAVINGS PHASE
HAZARDOUS MATERIALS PHASE
DESIGN PHASE
GENERAL DESIGN OVERVIEW
PROJECT COMMENCEMENT
Project Directory
1.
2.
Site Access
Project Coordination
3.
Existing Documentation
4.
Scope of Work
5.
Project Schedule
6.
BUILDING & SITE INFORMATION
1.
Building Classification
Building Block & Lot Number
2.
Building Site Plan
3.
Site Location Map
4.
DESIGN MEETINGS & PRESENTATIONS
Design Meetings
1.
Design Presentations
2.
E.
F.
G.
13
PAGE 3
30
H.
I.
J.
K.
L.
M.
N.
0.
IX.
SUB-CONSULTANT PARTICIPATION
DRAWINGS
Shop Drawings
1.
2.
As-Built & Record Set Drawings
CONSTRUCTION DEFICIENCY LIST
INSPECTIONS: SUBSTANTIAL & FINAL COMPLETION
CLOSE-OUT DOCUMENTS
CLOSE-OUT ACTIVITY TIME
TESTING, TRAINING, MANUALS, AND ATTIC STOCK
Testing
1.
2.
Training
Manuals
3.
Attic Stock
4.
CHANGE ORDERS
Consultant
1.
2.
Contractor
Recommendation for Award
3.
4.
Code Review
Cost Estimate
5.
Time Extension
6.
Submission
7.
Meetings
8.
Consultant Fee
9.
B.
C.
D.
E.
F.
G.
H.
I.
41
PAGE 4
X.
GENERAL REQUIREMENTS
A.
B.
C.
D.
XI.
B.
C.
XII.
SCOPE CHANGES
ERRORS & OMISSIONS
ENERGY INCENTIVE PROGRAM
AIR POLLUTION FROM ARCHITECTURAL COATINGS
ALLOWANCES
A.
47
PERMIT ALLOWANCE
1.
Permits
2.
Permit Costs
3.
Applications
Consultant Fee
4.
UTILITY UPGRADE DESIGN ALLOWANCE
HAZARDOUS MATERIALS ALLOWANCE
SUBMITTAL REQUIREMENTS
A.
B.
C.
D.
E.
45
48
CONTRACT DELIVERABLES
CATALOG CUTS
PROJECT DOCUMENT BOOKLET
DESIGN DOCUMENT CHANGES
SINGLE-PRIME CONTRACT
50
51
XV.
59
EXHIBITS
A.
B.
C.
D.
E.
F.
PAGE 5
I.
OBJECTIVE
The objective of this project is to reprogram the interior and exterior spaces of the DOT Electrical
Building #20, and make renovations that will provide more efficient administration, working, and
storage areas for the traffic control devices that are assembled and tested in the building.
II.
CONSULTANT QUALIFICATIONS
A.
B.
PAGE 6
The CWE is the Client Agencys financial budget based on this project Scope of Work and shall not
be exceeded during the design and construction phases of the project unless DPMC approves the
change in Scope of Work through a Contract amendment.
C.
COST ESTIMATING
All CCE under $750,000 may be prepared by the Consultants in-house staff or their Sub-Consultants
staff during each design phase of the project. However, if the CCE is $750,000 or larger, the
Consultant or Sub-Consultant providing the estimate must be pre-qualified with DPMC in the P025
Estimating/Cost Analysis Specialty Discipline.
All cost estimates shall be adjusted for regional location, site factors, construction phasing, premium
time, building use group, location of work within the building, temporary swing space, security issues,
and inflation factors based on the year in which the work is to be performed.
All cost estimates must be submitted on a DPMC-38 Project Cost Analysis form at each design phase
of the project with a detailed construction cost analysis in CSI format (2004 Edition) for all
appropriate divisions and sub-divisions. The Project Manager will provide cost figures for those items
which may be in addition to the CCE such as art inclusion, CM services, etc. and must be included as
part of the CWE. This cost analysis must be submitted for all projects regardless of the Construction
Cost Estimate amount.
D.
CONSULTANTS FEES
The construction cost estimate for this project shall not be used as a basis for the Consultants design
and construction administration fees. The Consultants fees shall be based on the information
contained in this Scope of Work document and the observations made and/or the additional
information received during the pre-proposal meeting.
PAGE 7
PROJECT PHASE
50% (Minimum)
25% (1linimum)
100%
B.
30
14
30
14
30
14
30
14
Issue Permit
6. Bid Phase
35
7. Award Phase
21
8. Construction Phase
180
PAGE 8
The Consultant shall estimate the duration of the project Close-Out Phase based on the anticipated
time required to complete each deliverable identified in Section XIV of this document entitled Project
Close-Out Phase Contract Deliverables and include this information in the bar chart schedule
submitted.
A written narrative shall also be included with the technical proposal explaining the schedule
submitted and the reasons why and how it can be completed in the time frame proposed by the
Consultant.
This schedule and narrative will be reviewed by the Consultant Selection Committee as part of the
evaluation process and will be assigned a score commensurate with clarity and comprehensiveness of
the submission.
C.
D.
PAGE 9
E.
V.
A.
PAGE 10
B.
Phone No:
E-Mail No:
Phone No:
E-Mail No:
PROJECT BACKGROUND
The DOT Electrical Building #20 is a one story masonry and glass structure that houses approximately
25 personnel that store, assemble, test, and repair traffic signalization equipment. The building is
approximately 60 years old and all of its equipment and systems have reached the end of their useful
life. This project is intended to reprogram the interior spaces of the building to provide more efficient
administrative, working, and storage areas for the work being performed in the facility and upgrade the
building to realize the potential energy savings by installing new equipment, systems, and insulation.
This project is also intended to reprogram the exterior Storage Area of the building to provide for more
efficient use of the existing storage space and for the storage and movement of vehicles through the
space.
PAGE 11
B.
C.
PAGE 12
The storage yard is divided by an enclosed walkway that connects building #20 to the adjacent
building #17. The steam supply line for building #17 is enclosed within the walkway structure. See
Exhibit C, 8 pages, for interior and exterior photographs of building #20.
PROGRAM PHASE
This phase of the project is intended to review, develop, and document the detailed requirements of the
project including, but not limited to the project goals and objectives, design objectives and limitations,
building interior space requirements; programming operational spatial relationships and options for
flexibility; need for special equipment, building interior and exterior upgrades, utility and system
upgrades; site requirements; project schedule and cost evaluations.
1. Narrative Description of the Project:
Prepare a brief project summary that describes the design requirements necessary to renovate the
Electrical Building #20 so that it will comply with the operational needs of DOT.
2. Data Gathering:
Obtain and review all available facility documentation that is related to this project such as reports,
studies, surveys, equipment manuals, as-built design drawings, maintenance records, etc. The State
does not attest to the accuracy of the information provided and accepts no responsibility for the
consequences of errors by use of any information and material contained in the documentation
provided.
It shall be the responsibility of the Consultant to verify the contents and assume full responsibility for
any determination or conclusion drawn from the material used. If the information provided is
insufficient, the Consultant shall take the appropriate actions necessary to obtain the additional
information required for the project at no additional cost to the State.
All original documentation shall be returned to the provider at the completion of the project.
PAGE 13
PAGE 14
i.
j.
k.
1.
m.
n.
o.
p.
Warehouse: Provide an interior warehouse storage area of a minimum 11,000 square feet. A new
14 x 14 overhead door is required from the storage yard on the west side. The existing overhead
door on the north side shall remain. See Exhibit E. Man doors for Code required egress and
access to the storage yard must be provided. The warehouse shall be subdivided into the following
areas with wire mesh partitions:
Cabinet Storage of a minimum 1,400 square feet.
Eight (8) 400 square feet Storage Compartments.
Two (2) Storage Mezzanines: provide two storage mezzanines, one at the south end of the
building over the office areas, and one over the floor space at the north end the building. They
shall be steel framed with bar grate floor (north end), stairs, and loading gate.
Electrical Equipment & Furniture Inventory: Inventory all of the existing building electrical
equipment, furniture, cabinets, workbenches, lockers, and any other item that is to be relocated to
the new programmed spaces in the Electrical Building #20. The listing shall include their
dimensioned sizes, special material handling requirements, power requirements, special receptacle
requirements, BTU output, etc. This information will be used to locate the items on the new
building floor plan, determine outlet types and locations, determine the lighting design, and size
the electrical and HVAC systems.
Utility Capacities: Survey all of the building utilities to determine their capacities. Develop a table
that identifies the maximum capacity rating of each existing utility, the available capacity
remaining based on present usage, and the capacities anticipated for the new building renovations.
Based on this information, determine the utilities that must be upgraded for this project and their
related costs.
Utility Allowance: The Consultant shall estimate the costs associated with the potential upgrades
to the building utilities and include this amount in their fee proposal line item entitled Utility
Upgrade Design Allowance. The balance of funds not used in this allowance shall be returned to
the State at the completion of the project.
Metal Canopy: Provide a new pre-engineered metal canopy along Building #17. See Exhibit F
for the proposed canopy location. The canopy size shall be based on the approved truck parking
design. The minimum clearance under the canopy shall be 15 and include exterior lighting. The
canopy shall be used for parking of vehicles and include electrical outlets or heater blocks for the
diesel powered vehicles.
Trailer: Building #29 is a trailer used as an inspectors office and shall be removed from the
storage yard. See Exhibit E for the trailer location. The trailer is on wheels and has phone and
electric connections. There is no water or sanitary utilities connected to the trailer. The DOT has
first salvage rights of the trailer.
Steam Pipe: The steam piping running between the Electrical Building #20 and Building #17 shall
be relocated underground. The enclosed walkway between the buildings shall be removed.
Fence: A new 6 high chain link fence shall be constructed between Building #17 and Building
#20 at each end for security. New 30 long sliding gates with locks shall be installed to provide
access to the storage yard between the buildings.
PAGE 15
q. Parking: Provide parking spaces with block heater outlets along Building #17. Review the
elevations of the paved storage yard and patch, repair, or remove any obstructions to obtain a
proper surface for vehicle traffic. See Exhibit F for the parking spaces. Note that angled parking
shall be considered to obtain the maximum number of spaces under the canopy. The DOT
personnel will strip the paved area when the canopy is installed.
r. Exterior Storage Area: Reprogram the exterior storage area between Building #20 and Building
#17 to provide for more efficient use of the stored materials and the movement of vehicles through
the space.
5. Building Blocking Diagram:
Based on the building and site program analysis, prepare an updated blocking diagram identifying the
location and allotted space for the building functions.
Prepare a detailed relocation and sequencing plan considering the building will be occupied during
construction. The plan shall identify temporary storage spaces, personnel swing space, phased
construction schedule identifying the order in which building areas are to be renovated, location and
status of each subdivision during the project, strategies to minimize disruption to the DOT operation,
and reduce the number of personnel relocations.
6. Building Program Report:
Provide a Draft Building Program Report describing the recommended building renovations
including, but not limited to the following: dimensioned floor plans depicting main office areas,
workstations, support and ancillary work areas, and the equipment and furniture locations. The report
shall also include a listing, by subdivision, of all electrical and electronic equipment for the DOT
operational requirements.
Provide a preliminary determination for recommended building renovations, utility and system
upgrades or modifications, and a preliminary project construction cost estimate for each item and the
project construction schedule.
Provide six (6) copies of the Draft Program Report in an 8/2 x 11 bound booklet that contains a
Table of Contents, and an Executive Summary that provides the overall objective of the program, the
observations made, and the justification for each recommendation or conclusion proposed to meet the
goal of the project, and the preliminary project cost estimate and schedule.
Note that the renovations to the building shall be prioritized and some recommendations may need to
be limited or postponed to enable the project to be completed within the funding available.
Make an oral presentation of the Draft Program Report to the Project Team members for review and
approval.
PAGE 16
After review by the Project Team, make all required corrections or changes and submit the Final
Program Report. The final submission shall include six (6) bound copies of the report with reduced
blocking and stacking diagrams, all documentation used to develop the report, and six (6) full size
copies of the diagrams.
At the completion of this programming phase the Project Team will analyze the Program Report
document and authorize the initiation of the design phase of the project.
B.
All supporting documentation such as calculations, worksheets, compliance forms, fuel costs,
manufacturers technical data, catalog cuts, correspondence, meeting minutes, and any other data
obtained shall be included in the report appendix for reference.
All cost data shall be in sufficient detail for each related division of the new CS1 2004 format and shall
also be summarized on the DPMC 38 Cost Analysis form(s).
PAGE 17
Also provide a preliminary project construction schedule for the installation of the new equipment and
systems.
C.
PAGE 18
If lead is detected, the design documents shall specify that all required construction safety procedures
shall adhere to the Federal Lead in Construction Standards. A lead paint abatement project will not
be conducted.
The design documents shall also state that the Contractor shall be responsible for any and all air
samples as may be required by OSHA, Federal Lead in Construction Standards, and other applicable
standards for this work.
3. Miscellaneous Materials:
The Consultant shall employ the services of a firm pre-qualified with DPMC and having the
capabilities to identify and locate all miscellaneous hazardous materials that may impact the
construction work of this project. Miscellaneous hazardous materials may include, but not be limited
to radon, PCBs, radioactive exit lights, mold, mildew, etc. If present, the firm shall prepare design
documents that will identify the approved methods of removal or remediation and the procedures for
their disposal. These documents shall be incorporated in the project design documents prepared by the
Consultant and will be bid as one package.
Special Note: One firm may perform all of the tasks described above if they are pre-qualified with
DPMC and have the license, certification, or approval required by the appropriate regulating authority
to perform those tasks.
4. Reports:
The Consultant shall submit three (3) copies of the final Hazardous Materials Survey Report to the
DPMC Project Manager. The report shall identify and locate all of the hazardous materials found at
the project site and include copies of the test lab results for each material and a schematic plan
showing their locations. All illustrative material, pictures, or drawings developed during the
investigation shall be included for reference.
5. Hazardous Materials Allowance:
The Sub-Consulting firm(s) selected by the Consultant to conduct the hazardous materials tests,
prepare the potential design documents, and provide construction administration services shall
estimate all of the costs associated with their work and submit that amount to the Consultant prior to
the proposal due date. The construction administration fee submitted shall reflect the costs associated
with performing the work with the building occupied or unoccupied.
The Consultant shall enter the amount submitted by the Sub-Consulting firm(s) on the fee proposal
line item entitled Hazardous Materials Allowance and attach a detailed cost breakdown sheet for
use by the Project Team members during the proposal review and potential fee negotiations.
PAGE 19
The cost breakdown sheet shall include, but not be limited to the following information:
a.
b.
c.
d.
D.
DESIGN PHASE
1. Thermal Insulation
a. Investigate alternatives to install insulation below the roof deck of the building.
b. Install insulation above all new hung ceilings in Office, Assembly, Toilet, and Testing Rooms.
c. Install insulation between wall finishes on exterior walls in Offices, Toilet, Assembly, and Testing
Rooms.
2. Windows, Doors, and Hardware
a. Replace all existing steel sash windows. DOT has requested that the Kalwall window system be
designated as one of the recommended window manufacturers in the specification.
b. Storage and Mechanical Rooms and Spaces to be replaced with aluminum curtain wall with
insulated glazed translucent fiberglass sandwich panels.
c. Windows at Office, Assembly, Toilet, and Testing Rooms to be replaced with aluminum curtain
wall with insulated spandrel panels above ceiling level and combination of fixed and operable
insulated sash below ceiling.
d. Replace exterior man doors with steel insulating units.
e. Interior doors and frames shall be steel painted.
f. New sectional uplift doors shall be insulated and have chain hoist and motor operator.
g. All hardware and keying shall be coordinated into DOT system.
3. Interior finishes
a. All new partitions shall be constructed of unit masonry and be finished with epoxy paint.
b. Exterior walls in Office, Assembly, Toilet, and Testing Rooms shall have metal furring and
gypsum board installed on exterior walls. Wall board shall be painted.
c. Install new hung ceilings in Office, Assembly, Toilet, and Testing Rooms.
d. Toilet rooms shall have ceramic tile floors, floor drains, and have Barrier Free design components.
e. Offices shall have carpet tile floors.
f. Training / Lunch Room and Assembly shall have vinyl floor covering.
PAGE 20
4. Kitchenette:
a. Provide a Barrier-Free kitchenette unit with microwave, two burner cook top stove, sink, and full
size refrigerator in Training / Lunch Room. Appliances shall be purchased and installed by the
Contractor.
5. Special Construction:
a. Provide pre-engineered mezzanine with bar grate flooring, stairs, and rails jn storage area.
b. Provide wire mesh partitioning in storage areas and at mezzanine level with lockable mesh doors.
c. Provide pre-engineered canopy structure between Building #20 and #17.
6. Plumbing:
a. New Barrier Free accessible male and female toilet rooms shall be designed for the building
occupancy. Maximum anticipated occupancy is 27 male and 3 female.
b. Provide a floor drain(s) in each toilet room.
c. Investigate the size and capacity of the existing sanitary line and upgrade if required.
d. Provide new instantaneous hot water heaters for all fixtures.
e. Sink and toilet fixtures shall include water conservation devices.
f. Indicate the location of all equipment associated with plumbing and related piping components.
Separate riser diagrams shall be shown for steam, sanitary drain and vent system, hot and cold
water, HVAC, etc.
g. Drawings shall include equipment connection details, BTUH input, pipe sizes, water supply fixture
units (WSFU), drainage fixture units (DFU), slope, valves, drainage points, area, distance, etc. as it
relates with each riser.
7. HVAC
a. Relocate existing steam supply line and condensate lines that feed Building #17 to underground.
b. Modify existing heating in storage area to accommodate new layout. Provide new mechanical
exhaust and ventilation system.
c. Office, Assembly, Toilet, and Testing Rooms shall be heated and cooled with new direct
expansion cooling units with remote condensing units. Install steam coils for heating. Provide
Code required mechanical ventilation and exhaust system. Provide new controls for HVAC units.
d. Provide signed & sealed heating & cooling load calculations to DPMC Design & Code Review
Unit verifying the capacity of the HVAC equipment selected is adequate for the building.
PAGE 21
8. Electrical
a. Modify existing electrical distribution system to accommodate new layout and equipment. Survey
the panels, breakers, transformers, and any other appropriate electrical component to determine
those that shall be replaced based on age, physical condition, location, or capacity.
b. Provide signed & sealed calculations to DPMC Design & Code Review Unit verifying the
electrical supply to the building is adequate.
c. Provide phone and data outlets where required by the locations of the furniture and equipment.
d. Offices, Assembly, and Testing Rooms to have energy efficient parabolic lighting fixtures.
e. Provide power receptacles on exterior of building for diesel truck block heaters and exterior
lighting under the new canopy.
f. Electrical drawings shall be provided for all lighting, power, communication, fire alarm, and any
specialized electrical system. Riser diagrams shall identify all service equipment, feeders, panels,
wire sizes, current demand factors, switch and panel schedules, etc.
g. Location, capacity, space requirements of all major items or equipment must be indicated. Indicate
the size of the service equipment, transformers, circuit breakers, switchgear, main disconnect, etc.
To accommodate and distribute power inside the building, a main electric service room shall be
provided to house main circuit breakers (service disconnect) and an adjoining circuit breaker
distribution switchboard.
9. Lighting:
a. Lighting design documents must identify lighting arrangements, types of fixtures, proposed light
intensities, emergency and egress lighting. Provide a reflected ceiling plan showing all energy
efficient lighting fixtures, grills and diffusers, and any fire protection device if provided. Provide
all lighting panel schedules, light switching requirements and their locations.
b. Modify lighting in storage areas to proper level of lighting.
c. Provide timers and/or motion detectors for appropriate lighting and energy conservation.
10. Fire Detection System:
a. The fire detection system shall be designed in accordance with NFPA 72. It shall provide
evacuation alarm tone signaling using horns to sound the alarm signals, and strobe lights as visual
notification appliances. The system shall be intelligent device addressable, analog detecting, low
voltage and modular, with digital communication techniques, in full compliance with all applicable
codes and standards. It shall be UL listed and FM approved for Central Monitoring Station tie-in.
b. The system shall be installed, programmed, tested, and delivered to the owner in fully operational
condition. The system shall include hardware, software, raceways and interconnecting wiring to
accomplish the requirements of the State. The system must utilize a dialer for data transmission to
the Edna Mahan Central Station and third party monitor.
PAGE 22
c. The fire detection system must be tested after installation by an independent Testing Lab hired by
the Contractor and the test must be witnessed and approved by the Department of Community
Affairs (DCA). The Consultant shall provide ample notification time when arranging the test with
DCA, DPMC, Contractor, and equipment manufacturers.
d. The fire detection system shall have a 3 year warranty on all parts and a 1 year free maintenance
contract on all system components. There shall be a 3 year maintenance contract after the 1 year
free maintenance agreement with a guaranteed maintenance cost for that 3 year period.
11. Fire Suppression System:
a. A fuiiy engineered design of a sprinkler system shall be provided for selected locations of the
building such as special operations rooms, storage areas over 100 square feet, etc. The design shall
include, but not be limited to a scaled layout of the new sprinkler piping and all related system
components.
b. The system layout shall be shown on the current interior floor plan of the building and coordinated
with the ceilings, lighting, HVAC ductwork and diffusers, wiring conduit, and other obstructions.
Identify the location of all walls, partitions, concealed spaces, closets, and bathroom areas. The
design shall be in accordance with NFPA 13, Section 14.1.3 and the International Building Code
(IBC).
c. Design documents shall include the pipe material, size and wall thickness, and center to center
dimension of the sprinider heads. All control valves, check valves, backflow preventers, line
flushing valves, drain pipes, air compressors, jockey pumps, fire pumps, and test connections shall
be shown. Details of the hanger type and location, sleeves, braces, and methods of securing the
sprinkler system shall be provided including calculations that indicate they meet all seismic
requirements.
d. A statement shall be included in the specification and on the drawings that states: If the sprinkler
Contractor prepares shop drawings that differ in design from those supplied by the Consultant,
they shall submit them to DPMC Plan & Code Review Unit for approval prior to fabrication and
installation of the system.
e. The specification shall indicate the type of system and the name of the desired manufacturer and
two alternate manufacturers of the fire suppression system components proposed including, but not
limited to: valves, hangers, sprinkler heads, alarms, meters, fire pump and jockey pump, etc.
f. Upon completion of the project, and prior to issuance of the Certificate of Approval, the Contractor
shall test the complete fire suppression and detection system making adjustments as required to
secure all necessary approvals. The Consultant shall identify the testing requirements in the
specification including the hydrostatic test pressures, the test duration under pressure, and the
amount of allowable leakage per hour.
g. All equipment testing shall be conducted in the presence of the Consultant and designated
representatives of the DPMC, Client Agency, Contractors and DCA. The Consultant shall be
responsible for the coordination and scheduling of all tests. All test results shall be collected and
bound in a manual for reference.
PAGE 23
h. Locate test/drain connections so that their discharge will not cause damage to the building or site.
Provide splash blocks where test and drain connections are discharged to grade. All test stations
shall be located in areas where testing does not affect occupants or programs, and water discharge
does not pooi or freeze.
12. Roofing:
Replace in kind all roofing sections that have been patched to prevent water infiltration.
13. Furniture & Equipment:
Show the location of all systems furniture, loose furniture, shelving systems, special miliwork, copiers,
communication equipment, data processing equipment, kitchenette equipment, storage cabinets,
workbenches, and any other special equipment used by the DOT operation on the floor plan of the
building.
Note that the furniture will be provided and installed by the Client Agency and is being shown on the
drawing to determine the most efficient arrangement -of the furniture on the floor and the appropriate
locations for the electrical, voice and data outlet connections.
14. Demolition Drawing Detail:
The drawings shall identify all of the interior building materials, walls, ceilings, utilities, systems, and
finishes to be removed, replaced and/or relocated in all areas of the building as part of this project.
Indicate methods to temporarily cap, seal, bypass, shutdown, and make safe all of the building utilities
and systems while the demolition work is being conducted in the building.
The design documents shall identify any special utility coordination and shutdown requirements
needed to demolish the designated interior areas of the building.
Provide a note in the design documents that the DOT personnel will be responsible for the relocation
of all furniture and equipment to the swing space areas and back to the finished reprogrammed areas
when they are completed.
Ensure that the design documents identify the demolition coordination required to remove the
structural components or finishes that contain asbestos or other hazardous materials and that must be
removed and disposed by qualified Contractors under separate contract.
15. General Construction Requirements:
A note shall be added that states all materials including fixtures, equipment, debris, rubbish, etc. shall
be removed as it accumulates, and not stored on the site.
PAGE 24
Drawings shall identify the approved location of the dumpster(s), vehicle parking, material storage
trailers, construction equipment, etc. and specify any safety and/or security measures required in those
areas.
Identify any required construction barriers or other measures to be taken to protect equipment and
personnel from construction dirt, dust and provide safety during any demolition work.
Address fire protection requirements during the demolition and include language that states open
flames such as propane torches, flame cutting, and welding cannot be used on the construction site
until a fire watch program has been submitted by the Contractor and approved by the Consultant and
Project Team members.
Identify any special requirements for temporary utilities, utility shutdown coordination, etc., during the
upgrades or replacement of the existing utilities.
16. Contractors Use of the Premises:
Develop a Contractors Use of the Premises directive with the Project Team that will identify any
special policies, procedures, security requirements, etc. that must be observed by the Contractors
during all work conducted at the facility and include this information in Division 1 of the specification.
Develop procedures for personnel to access the project site and construction areas, and provide the
names and phone numbers of approved escorts when needed.
17. Phased Construction:
The building will be occupied during construction. Develop a phased construction schedule with the
Project Team so that the operation and activities performed in the building will not be disrupted. For
example, the new canopy and rollup door shall be installed first so the trucks can be parked outside the
building during the interior renovations. This schedule shall be included in the specification so the
Contractor can address this requirement in their bid proposal.
18. Equipment Spare Parts List:
A spare parts list shall be prepared and items purchased as part of this project for all equipment and
systems installed in the building.
PAGE 25
Coordinate the training of the new equipment and systems installed in the building with Client Agency
personnel and equipment vendors. Operation and maintenance manuals shall be issued that contains
the operating procedures, parts lists, detailed drawings, catalog cuts, and maintenance procedures for
all equipment installed in the building. The content of the manuals and training sessions, and the
length of the training sessions shall be reviewed and approved by the Project Team members prior to
the training seminar. The Contractor shall video tape the training sessions and make (3) copies of the
tapes or CDs and submit them to DPMC for distribution.
E.
Section VII of this Scope of Work is intended as a guide for the Consultant to understand the overall
basic design requirements of the project and is not intended to identify each specific design component
related to code and construction items. The Consultant shall provide those details during the design
phase of the project ensuring that they are in compliance with all applicable codes, regulating
authorities, and the guidelines established in the DPMC Procedures for Architects and Engineers
Manual.
The Consultant shall understand that construction documents submitted to DPMC shall go beyond the
basic requirements set forth by the current copy of the Uniform Construction Code NJAC 5:232.15(e). Drawings and specifications shall provide detail beyond that required to merely show the
nature and character of the work to be performed. The construction documents shall provide sufficient
information and detail to illustrate, describe and clearly delineate the design intent of the Consultant
and enable all Contractors to uniformly bid the project.
The Consultant shall ensure that all of the design items described in this scope of work are addressed
and included in the project drawings and specification sections where appropriate.
It shall be the Consultants responsibility to provide all of the design elements for this project. Under
no circumstance may they delegate the responsibility of the design; or portions thereof, to the
Contractor unless specifically allowed in this Scope of Work.
2. Specification Format:
The Consultant shall ensure that the project design specifications are formatted in the revised and
expanded version of the Construction Specifications Institute (CSI) format entitled Master Format
2004 Edition: Numbers and Titles.
PAGE 26
The Consultant shall review all of the CSI Master Format 2004 specification sections listed and
remove those that do not apply and edit those that remain so they are consistent and specific to this
project scope of work.
F.
PROJECT COMMENCEMENT
A pre-design meeting shall be scheduled with the Consultant and the Project Team members at the
commencement of the project to obtain and/or coordinate the following information:
1. Project Directory:
Develop a project directory that identifies the name and phone number of key designated
representatives who may be contacted during the design and construction phases of this project.
2. Site Access:
Develop procedures to access the project site and provide the names and phone numbers of approved
escorts when needed. Obtain copies of special security and policy procedures that must be followed
during all work conducted at the facility and include this information in Division 1 of the specification.
3. Project Coordination:
Review and become familiar with any current and/or future projects at the site that may impact the
design, construction, and scheduling requirements of this project. Incorporate all appropriate
information and coordination requirements in Division 1 of the specification.
4. Existing Documentation:
Obtain and review all available facility documentation that is related to this project such as reports,
studies, surveys, equipment manuals, as-built drawings, maintenance records, utility energy data, etc.
The State does not attest to the accuracy of the information provided and accepts no responsibility for
the consequences of errors by the use of any information and material contained in the documentation
provided. It shall be the responsibility of the Consultant to verify the contents and assume full
responsibility for any determination or conclusion drawn from the material used. If the information
provided is insufficient, the Consultant shall take the appropriate actions necessary to obtain the
additional information required for the project at no additional cost to the State.
All documentation shall be returned to the provider at the completion of the project.
Copies of the following documents will be provided to each Consulting firm at the pre-proposal
meeting to assist in the bidding process.
PAGE 27
5. Scope of Work:
Review the design and construction administration responsibilities and the submission requirements
identified in this Scope of Work with the Project Team members. Items such as: contract
deliverables, special sequencing or phased construction requirements, special hours for construction
based on Client Agency programs or building occupancy, security needs, delivery dates of critical and
long lead items, utility interruptions or shut down constraints for tie-ins, weather restrictions, and
coordination with other project construction activities at the site shall be addressed.
This information and all general administrative information; including a narrative summary of the
work for this project, shall be included in Division 1 of the specification. The Consultant shall assure
that there are no conflicts between the information contained in Division 1 of the specification and the
DPMC General Conditions.
6. Project Schedule:
Review and update the project design and construction schedule with the Project Team members.
G.
PAGE 28
a.
b.
c.
d.
The size and location of new and existing buildings and additions as well as other structures.
The distance between buildings and structures and to lot lines.
Established and new site grades and contours as well as building finished floor elevations.
New and existing site utilities, site vehicular and pedestrian roads, walkways and parking areas.
H.
Conduct the appropriate number of review meetings with the Project Team members during each
design phase of the project so they may determine if the project meets their requirements, question any
aspect of the contract deliverables, and make changes where appropriate. The Consultant shall
describe the philosophy and process used in the development of the design criteria and the various
alternatives considered to meet the project objectives. Selected studies, sketches, cost estimates,
schedules, and other relevant information shall be presented to support the design solutions proposed.
Special considerations shall also be addressed such as: Contractor site access limitations, utility
shutdowns and switchover coordination, phased construction and schedule requirements, security
restrictions, available swing space, material and equipment delivery dates, etc.
It shall also be the responsibility of the Consultant to arrange and require all critical Sub-Consultants
to be in attendance at the design review meetings.
Record the minutes of each design meeting and distribute within seven (7) calendar days to all
attendees and those persons specified to be on the distribution list by the Project Manager.
2. Design Presentations:
The minimum number of design presentations required for each phase of this project is identified
below for reference:
a.
b.
c.
d.
Program, Energy, Hazardous Materials Phase: One (1) oral presentation at phase completion.
Schematic Phase: One (1) oral presentation at phase completion.
Design Development Phase: One (1) oral presentation at phase completion.
Final Design Phase: One (1) oral presentation at phase completion.
PAGE 29
B.
PRE-BID MEETING
The Consultant shall attend, chair, record and distribute minutes of the Contractor pre-bid meetings.
When bidders ask questions that may affect the bid price of the project, the Consultant shall develop a
Bulletin(s) to clarify the bid documents in the format described in the Procedures for Architects and
Engineers Manual, Section 9.2 entitled Bulletins. These Bulletins must be sent to DPMC at least
seven (7) calendar days prior to the bid opening date. DPMC will then distribute the document to all
bidders.
C.
BID OPENING
The Consultant must attend the bid opening held at the designated location.
In the event that the construction bids received exceed the Consultants approved final cost estimate by
5% or more, the Consultant shall redesign and/or set up sufficient approved alternate designs, plans
and specifications for the project work, to secure a bid that will come within the allocation specified
by the State without impacting the programmatic requirements of the project. Such redesign work and
changes to plans, including reproduction costs for submission in order to obtain final approval and
permits, shall be undertaken by the Consultant at no additional cost to the State.
D.
PAGE 30
PAGE 31
5. Performance:
Investigate the past performance of Contractor by contacting Architects and owners (generally three of
each) that were listed in their DPMC pre-qualification package and other references that may have
been provided. Inquire how the Contractor performed with workmanship, schedule, project
management, change orders, cooperation, paper work, etc.
6. Superintendent:
Remind the Contractor that a full-time non-working superintendent is required per the General
Conditions, who must be responsible to address Contract issues. (Article 4.3.2.).
7. Letter of Recommendation:
The Consultant shall prepare a Letter of Recommendation for contract award to Contractor submitting
the low responsible bid within three (3) calendar days from the post bid review meeting. The
document shall contain the project title, DPMC project number, bid due date and expiration date of the
proposal. It shall include a detailed narrative describing each post bid meeting agenda item identified
above and a recommendation to award the contract to the apparent low bid Contractor based on the
information obtained during that meeting. Describe any acceptance or rejection of Alternate pricing
and Unit pricing.
Comment on any discussion with the Contractor that provides a sense of their understanding of the
project and any special difficulties that they see, and how they might approach those problems.
Attach all minutes of the Post bid meeting and any other relevant correspondence with the Letter of
Recommendation and submit them to the Project Manager.
8. Conformed Drawings:
The Consultant shall prepare and distribute two (2) sets of drawings stamped Conformed Drawings
to the Project Manager that reflect all Bulletins and/or required changes, additions, and deletions to the
pertinent drawings within twenty-eight (28) calendar days of the construction contract award date.
Any changes made in Bulletins, meeting minutes, post bid review requirements shall also be reflected
in the specification.
PAGE 32
E.
DIRECTORS HEARING
The Consultant must attend any Directors hearing(s) if a Contractor submits a bid protest. The
Consultant shall be present to interpret the intent of the design documents and answer any technical
questions that may result from the meeting. In cases where the bid protest is upheld, the Consultant
shall submit a new Letter of Recommendation for contract award. The hours required to attend the
potential hearings and to document the findings shall be estimated by the Consultant and the costs will
be included in the base bid of their fee proposal.
F.
The Consultant and Sub-Consultant(s) shall attend the pre-construction meeting and all construction
job meetings during the construction phase of the project. The Consultant shall chair the meeting,
transcribe and distribute the job-meeting minutes for every job meeting to all attendees and to those
persons specified to be on the distribution list by the Project Manager. The Agenda for the meeting
shall include, but not be limited to the items identified in the Procedures for Architects and Engineers
Manual, Section 10.3.1, entitled Agenda.
Also, the Consultant is responsible for the preparation and distribution of minutes within seven (7)
calendar days of the meeting. The format to be used for the minutes shall comply with those identified
in the Procedures for Architects and Engineers Manual, Section 10.3.4, entitled, Format of
Minutes. All meeting minutes are to have an action column indicating the party that is responsible
for the action indicated and a deadline to accomplish the assigned task. These tasks must be reviewed
at each job progress meeting until it is completed and the completion date of each task shall be noted
in the minutes of the meeting following the task completion.
2. Schedules:
The Consultant; with the input from the Client Agency Representative and Project Manager, shall
review and recommend approval of the project construction schedule prepared by the Contractor. The
schedule shall identify all necessary start and completion dates of construction, construction activities,
submittal process activities, material deliveries and other milestones required to give a complete
review of the project.
The Consultant shall record any schedule delays, the party responsible for the delay, the schedule
activity affected, and the original and new date for reference.
PAGE 33
The Consultant shall ensure that the Contractor provides a two (2) week look ahead construction
schedule based upon the current monthly updated schedule as approved at the hi-weekly job meetings
and that identifies the daily planned activities for that period. This Contractor requirement must also
be included in Division 1 of the specification for reference.
3. Submittal Log:
The Consultant shall develop and implement a submittal log that will identify all of the required
project submittals as identified in the design specification. The dates of submission shall be
determined and approved by all affected parties during the pre-construction meeting.
Examples of the submissions to be reviewed and approved by the Consultant and Sub-Consultant (if
required) include: shop drawings, change orders, Request for Information (RFI), equipment and
material catalog cuts, spec sheets, product data sheets, MSDS material safety data sheets, specification
procedures, color charts, material samples, mock-ups, etc. The submittal review process must be
conducted at each job progress meeting and shall include the Consultant, Sub-Consultant, Contractor,
Project Manager, and designated representatives of the Client Agency.
The Consultant shall provide an updated submittal log at each job meeting that highlights all of the
required submissions that are behind schedule during the construction phase of the project.
G.
PAGE 34
The Consultant shall refer to Section XIV. Contract Deliverables of this Scope of Work subsection
entitled Construction Phase to determine the extent of services and deliverables required during this
phase of the project.
H.
SUB-CONSULTANT PARTICIPATION
It is the responsibility of the Consultant to ensure that they have provided adequate hours and/or time
allotted in their technical proposal so that their Sub-Consultants may participate in all appropriate
phases and activities of this project or whenever requested by the Project Manager. This includes the
pre-proposal site visit and the various design meetings and construction job meetings, site visits, and
close-out activities described in this Scope of Work. Field observation reports and/or meeting minutes
are required to be submitted to the Project Manager within seven (7) calendar days of the site visit or
meeting. All costs associated with such services shall be included in the base bid of the Consultants
fee proposal.
DRAWINGS
1. Shop Drawings:
Each Contractor shall review the specifications and determine the numbers and nature of each shop
drawing submittal. Five (5) sets of the documents shall be submitted with reference made to the
appropriate section of the specification. The Consultant shall review the Contractors shop drawing
submissions for conformity with the construction documents within fourteen (14) calendar days of
receipt. The Consultant shall return each shop drawing submittal stamped with the appropriate action,
i.e. Approved, Approved as Noted, Approved as Noted Resubmit for Records, Rejected, etc.
PAGE 35
Upon receipt of the AS-BUILT drawings from the Contractor(s), The Consultant shall obtain the
original mylars from DPMC and transfer the AS-BUILT conditions to the original full sized signed
mylars to reflect RECORD conditions within twenty-eight (28) calendar days of receipt of the ASBUILT information.
The Consultant shall note the following statement on the original RECORD-SET drawings. The ASBUILT information added to this drawing(s) has been supplied by the Contractor(s). The (Architect)
(Engineer) does not assume the responsibility for its accuracy other than conformity with the design
concept and general adequacy of the AS-BUILT information to the best of the (Architects)
(Engineers) knowledge.
Upon completion, The Consultant shall deliver the RECORD-SET original mylars to DPMC who will
acknowledge their receipt in writing. This hard copy set of drawings and three (3) sets of current
release AUTO CAD discs shall be submitted to DPMC and the discs shall contain all AS-BUILT
drawings in both .dwg (native file format for AUTO CAD) and .tif (Tagged Image File) file
formats.
J.
K.
PAGE 36
L.
CLOSE-OUT DOCUMENTS
The Consultant shall review all project close-out documents as submitted by the Contractors to ensure
that they comply with the requirements listed in the Procedure for Architects and Engineers
Manual. The Consultant shall forward the package to the Project Manager within twenty-eight (28)
calendar days from the date the Certificate of Occupancy/Certificate of Approval is issued. The
Consultant shall also submit a letter certifying that the project was completed in accordance with the
contract documents, etc.
M.
N.
Training:
The Consultant shall include in the specification that the Contractor shall schedule and coordinate all
equipment training with the Project Manager and Client Agency representatives. It shall state that the
Contractor shall submit the Operation and Maintenance (O&M) manuals, training plan contents, and
training durations to the Consultant, Project Manager and Client Agency Representative for review
and approval prior to the training session.
All costs associated with the training sessions shall be borne by the Contractor installing the
equipment. A signed letter shall be prepared stating when the training was completed and must be
accompanied with the training session sign-in sheet as part of the project close-out package.
PAGE 37
PAGE 38
0.
CHANGE ORDERS
The Consultant shall review and process all change orders in accordance with the contract documents
and procedures described below.
1. Consultant:
The Consultant shall prepare a detailed request for Change Order including a detailed description of
the change(s) along with appropriate drawings, specifications, and related documentation and submit
the information to the Contractor for the change order request submission. This will require the use of
the current DPMC 9b form.
2. Contractor:
The Contractor shall submit a DPMC 9b Change Order Request form to the Project Manager within
twenty (20) calendar days after receiving the Change Order from the Consultant. The document shall
identify the changed work in a manner that will allow a clear understanding of the necessity for the
change. Copies of the original design drawings, sketches, etc. and specification pages shall be
highlighted to clarify and show entitlement to the Change Order.
Copies shall be provided of job minutes or correspondence with all relative information highlighted to
show the origin of the Change Order. Supplementary drawings from the Consultant shall be included
if applicable that indicate the manner to be used to complete the changed work. A detailed breakdown
of all costs associated with the change, i.e. material, labor, equipment, overhead, Sub-Contractor work,
profit and bond, and certification of increased bond shall be provided.
If the Change Order will impact the time of the project, the Contractor shall include a request for an
extension of time. This request shall include a copy of the original approved project schedule and a
proposed revised schedule that reflects the impact on the project completion date. Documentation to
account for the added time requested shall be included to support entitlement of the request such as
additional work, weather, other Contractors, etc. This documentation shall contain dates, weather data
and all other relative information.
3. Recommendation for Award:
The Consultant shall evaluate the reason for the change in work and provide a detailed written
recommendation for approval or disapproval of the Change Order Request including backup
documentation of costs in CSI format and all other considerations to substantiate that decision.
PAGE 39
4. Code Review:
The Consultant shall determine if the Change Order request will require Code review and shall submit
six (6) sets of signed and sealed modified drawings and specifications to the DPMC Plan & Code
Review Unit for approval, if required. The Consultant must also determine and produce a permit
amendment request if required.
5. Cost Estimate:
The Consultant shall provide a detailed cost estimate of the proposed Change Order Request, as
submitted by the Contractor, in CSI format (2004 Edition) for all appropriate divisions and sub
divisions using a recognized estimating formula. The estimate shall then be compared with that of the
Contractors estimate. If any line item in the Consultants estimate is lower than the corresponding line
item in the Contractors estimate, the Consultant in conjunction with the Project Manager is to contact
the Contractor by telephone and negotiate the cost differences. The Consultant shall document the
negotiated agreement on the Change Order Request form. If the Contractors total dollar value changes
based on the negotiations, the Consultant shall identify the changes on the Change Order Request form
accordingly.
When recommending approval or disapproval of the change order, the Consultant shall be required to
prepare and process a Change Order package that contains at a minimum the following documents:
a.
b.
c.
d.
6. Time Extension:
When a Change Order Request is submitted with both cost and time factors, the Consultants
independent cost estimate is to take into consideration time factors associated with the changed work.
The Consultant is to compare their time element with that of the Contractors time request and if there
is a significant difference, the Consultant in conjunction with the Project Manager is to contact the
Contractor by telephone and negotiate the difference.
When a Change Order Request is submitted for time only, the Consultant is to do an independent
evaluation of the time extension request using a recognized scheduling formula.
Requests for extension of contract time must be done in accordance with the General Conditions
Section 14.2.2.
PAGE 40
7. Submission:
The Consultant shall complete all of the DPMC Change Order Request forms provided and submit a
completed package to the Project Manager with all appropriate backup documentation within seven (7)
calendar days from receipt of the Contractors change order request. The Consultant shall resubmit the
package at no cost to the State if the change order package contents are deemed insufficient by the
Project Manager.
8. Meetings:
The Consultant shall attend and actively participate at all administrative hearings or settlement
conferences as may be called by Project Manager in connection with such Change Orders and provide
minutes of those meetings to the Project Manager for distribution.
9. Consultant Fee:
All costs associated with the potential Contractor Change Order Requests shall be anticipated by the
Consultant and included in the base bid of their fee proposal.
If the Client Agency Representative requests a scope change; and it is approved by the Project
Manager, the Consultant may be entitled to be reimbursed through an amendment and in accordance
with the requirements stated in paragraph 10.01 of this Scope of Work.
PAGE 41
The project construction documents must comply with the latest adopted edition of the NJ Uniform
Construction Code that is in effect at the Final Design Phase of this project.
All other required project permits shall be obtained and paid for by the Consultant in accordance with
the procedures described in paragraph 2. below.
2. Other Regulatory Agency Permits, Certificates, and Approvals:
The Consultant shall identif and obtain all other State Regulatory Agency permits, certificates, and
approvals that will govern and affect the work described in this Scope of Work. An itemized list of
these permits, certificates, and approvals shall be included with the Consultants Technical Proposal
and the total amount of the application fees should be entered in the Fee Proposal line item entitled,
Permit Fee Allowance. See Section XIV. 6.4.8 for a preliminary list of Regulatory Agency
approvals.
The Consultant may refer to the Division of property Management and Construction Procedures for
Architects and Engineers Manual, Section 6.4.8, which presents a compendium of State permits,
certificates, and approvals that may be required for this project.
The Consultant shall determine the appropriate phase of the project to submit the permit application(s)
in order to meet the approved project milestone dates.
Where reference to an established industry standard is made, it shall be understood to mean the most
recent edition of the standard unless otherwise noted. If an industry standard is found to be revoked,
or should the standard have undergone substantial change or revision from the time that the Scope of
Work was developed, the Consultant shall comply with the most recent edition of the standard.
3. Prior Approval Certification Letters:
The issuance of a construction permit for this project may be contingent upon acquiring various prior
approvals as defined by NJAC 5:23-1.4. It is the Consultants responsibility to determine which prior
approvals, if any, are required. The Consultant shall submit a general certification letter to the DPMC
Plan & Code Review Unit Manager during the Permit Phase of this project that certifies all required
prior approvals have been obtained.
In addition to the general certification letter discussed above, the following specific prior approval
certification letters, where applicable, shall be submitted by the Consultant to the DPMC Plan & Code
Review Unit Manager: Soil Erosion & Sediment Control, Water & Sewer Treatment Works Approval,
Coastal Areas Facilities Review, Compliance of Underground Storage Tank Systems with NJAC 7:14
b, Pinelands Review, Compliance of Abandoned Wells with NJAC 7:9-9, Certification that all utilities
have been disconnected from structures to be demolished, Board of Health Approval for Potable Water
Wells, Health Department Approval for Septic Systems. It shall be noted that in accordance with
NJAC 5:23-2.1 5(a)5, a permit cannot be issued until the letter(s) of certification is received.
PAGE 42
B.
C.
D.
E.
F.
PERMIT MEETINGS
The Consultant shall attend and chair all meetings with Permitting Agencies necessary to explain and
obtain the required permits.
PAGE 43
G.
MANDATORY NOTIFICATIONS
The Consultant shall include language in Division 1 of the specification that states the Contractor shall
assure compliance with the New Jersey One Call Program (1-800-272-1000) if any excavation is to
occur at the project site.
The One Call Program is known as the New Jersey Underground Facility Protection Act, N.J.S.A.
48:2-73 through N.J.S.A. 48:2-91, and N.J.A.C. 14:2-1.1 through N.J.A.C. 14:2-6.4.
H.
SPECIAL INSPECTIONS
In accordance with the requirements of the New Jersey Uniform Construction Code, Bulletin 03-5 and
as clarified further by the Department of Community Affairs, the Consultant shall be responsible for
the coordination of all special inspections during the construction phase of the project.
1. Definition:
Special inspections are defined as an independent verification by a qualified person (special Inspector)
rendered to the code official for Class I buildings oniy. The special inspector is to be independent
from the Contractor and responsible to the building owner or owners agent so that there is no possible
conflict of interest.
PAGE 44
2. Responsibilities:
The Consultant shall submit with the pennit application, a list of special inspections and the firm(s)
that will be responsible to carry out the inspections required for the project. The list shall be a separate
document, on letter head, signed and sealed.
3. Special Inspections:
The following special inspections, as applicable to this project, shall be performed in accordance with
Chapter 17 of the International Building Code, New Jersey Edition, as defined below.
a.
b.
c.
d.
e.
f.
g.
X.
GENERAL REQUIREMENTS
A.
SCOPE CHANGES
The Consultant must request any changes to this Scope of Work in writing. An approved DPMC 9d
Consultant Amendment Request form reflecting authorized scope changes must be received by the
Consultant prior to undertaking any additional work. The DPMC 9d form must be approved and
signed by the Director of DPMC and written authorization issued from the Project Manager prior to
any work being performed by the Consultant. Any work performed without the executed DPMC 9d
form is done at the Consultants own financial risk.
PAGE 45
B.
C.
D.
PAGE 46
XI. ALLOWANCES
A.
The Consultant shall determine what is required to complete and submit the permit applications, obtain
supporting documentation, attend meetings, etc., and include the total cost in the base bid of their fee
proposal under the Permit Phase column.
Any funds remaining in the permit allowance account will be returned to the State at the close of the
project.
PAGE 47
B.
C.
CONTRACT DELIVERABLES
All submissions shall include the Contract Deliverables identified in Section XIV of this Scope of
Work and described in the DPMC Procedures for Architects and Engineers Manual.
B.
CATALOG CUTS
The Consultant shall provide catalog cuts as required by the DPMC Plan & Code Review Unit during
the design document review submissions. Examples of catalog cuts include, but are not limited to:
mechanical equipment, hardware devices, plumbing fixtures, fire suppression and alarm components,
specialized building materials, electrical devices, etc.
PAGE 48
C.
D.
E.
SINGLE-PRIME CONTRACT
All references to separate contracts in the Procedures for Architects and Engineers Manual, Chapter
8, shall be deleted since this project will be advertised as a Single Bid (Lump Sum All Trades)
contract. The single prime Contractor will be responsible for all work identified in the drawings and
specifications.
The drawings shall have the required prefix designations and the specification sections shall have the
color codes as specified for each trade in the DPMC Procedure for Architects and Engineers Manual.
The Consultant must still develop the Construction Cost Estimate (CCE) for each trade and the amount
shall be included on the DPMC-38 Project Cost Analysis form where indicated. This document shall
be submitted at each design phase of the project and updated immediately prior to the advertisement to
bid.
PAGE 49
&I
DAT1
DATE
ATE
PAGE 50
DATE
XIV.CONTRACT DELIVERABLES
The following is a listing of Contract Deliverables that are required at the completion of each phase of
this project. The Consultant shall refer to the DPMC publication entitled, Procedures for Architects
and Engineers, Volumes I and II, 2 Edition, dated January, 1991 to obtain a more detailed
description of the deliverables required for each item listed below.
The numbering system used in this Contract Deliverables section of the scope of work corresponds
to the numbering system used in the Procedures for Architects and Engineers manual and some may
have been deleted if they do not apply to this project.
PROGRAM STUDY
5.1
5.2
5.3
Correspondence
5.4
Submission Requirements
5.4.8
5.4.9
5.4.10
5.4.11
5.4.12
5.4.13
5.4.14
5.4.15
5.4.16
5.4.17
Regulatory Approvals
Utility Availability (On Site & Public)
Sanitary Service
Storm Water
Domestic Water
Gas Service
Fire Service
Electric Service
Telephone Service
Diagrammatic Sketches/Drawings: 6 sets
Outline Specifications: 6 sets
Current Working Estimate in CSI Format & Cost Analysis 38 Form
Bar Chart of Design and Construction Schedule
Oral Presentation of Submission to Project Team
SOW Compliance Statement
This Submission Checklist
Deliverables Submission in Booklet Form: 7 sets
PAGE 51
6.2
6.3
Correspondence
6.4
Submission Requirements
6.4.1
6.4.2
6.4.3
6.4.4
6.4.5
6.4.8
6.4.9
6.4.10
6.4.11
6.4.12
PAGE 52
6.4.13
6.4.14
6.4.15
6.4.16
6.4.17
6.5
Approval
6.5.1 Respond to Submission Comments
6.6
Submission Forms
Figure 6.4.10
Figure 6.4.12
Figure 6.4.16
7.2
7.3
Correspondence
7.4
Submission Requirements
7.4.1
7.4.2
7.4.8
7.4.9
PAGE 53
7.4.11
7.4.12
7.4.13
7.4.14
7.4.15
7.4.16
7.4.17
7.5
Approval
7.5.1
7.6
Floor Plans
Elevations
Sections/Details
Structural Drawings, Seismic Design Load Criteria
HVAC Drawings, Heating & Cooling Equipment Schedules
Economic Comparison of Proposed vs. Alternate Fueled System
Plumbing Drawings, Pipe Distribution & Riser Details, Fixture Schedule
Fire Protection Drawings, Hydraulic Caics, Water Pressure & Flow Data
Electrical Drawings, Riser Diagram, Panel Schedules, Service Size, Lighting Design
Specifications: 6 sets (See AlE Manual for format, include Division 1 and edit to
describe the administrative and general requirements of the project)
Current Working Estimate in CSI Format & Cost Analysis 38 Form
Bar Chart of Design and Construction Schedule
Oral Presentation of Submission to Project Team
SOW Compliance Statement
This Submission Checklist (See AlE Manual, Figure 6.4.16 for format)
Deliverables Submission in Booklet Form: 7 sets
Submission Forms
Figure 7.4.12
Figure 7.4.16
This Final Design Phase may require more than one submission based on the technical quality and
code conformance of the design documents.
8.1
8.2
8.3
Correspondence
PAGE 54
8.4
Submission Requirements
8.4.1
8.4.8
8.4.10
8.4.11
8.4.12
8.4.13
8.4.14
8.4.15
8.4.16
8.4.17
8.5
Approvals
Respond to Submission Comments
8.5.1
8.7
8.6.7: If all of the deliverables of these sections have been previously submitted to
DPMC and approved there are no further deliverables due at this time
Regulatory Agency Approvals
(a) UCC Permit Application & Technical Sub-codes completed by AlE
Utility Availability Confirmation
Signed and Sealed Drawings: 6 sets
Signed and Sealed Specifications: 6 sets
Current Working Estimate/Cost Analysis
Bar Chart Schedule
Project Presentation (N/A this Project)
Plan Review/SOW Compliance Statement
Submission Checklist
Approvals
PAGE 55
8.8
Submission Forms
Figure 8.4.12
Figure 8.4.16
Figure 8.6.12-a
Figure 8.6.12-b
Figure 8.6.12-c
Figure 8.6.16
Figure 8.7
Original Drawings signed & sealed by A/E, one (1) set AUTOCAD Discs
One Unbound Specification Color Coded per AlE Manual Section 8.4.11
Bid Documents Checklist
Bid Proposal Form
Notice for Advertising
9.1
9.2
Prepare Bulletins
9.3
9.4
9.5
9.6
Submission Checklist
9.7
Submission Forms
Figure 9.4.1
Figure 9.6
Cost Analysis
Submission Checklist
PAGE 56
CONSTRUCTION PHASE
10.1
10.2
Pre-Construction Meeting
10.3
10.4
Correspondence
10.5
10.7
10.8
PAGE 57
11.2
11.3
11.4
11.5
11.6
Ensure
11.7
11.8
11.8.1 As-Built & Record Set Drawings, 3 sets AUTOCAD Discs Delivered to DPMC
11.8.2 (a) Maintenance and Operating manuals, Warranties, etc.: 7 sets each
(b) Guarantees
(c) Testing and Balancing Reports
(d) Inspection Certificates
(0 Shop Drawings
(g) Letter of Contract Performance
PAGE 58
Final Payment
11.9.1 Contractors Final Payment
11.9.2 AlE Invoice and Close-Out Forms for Final Payment
11.2
11.3-a
11.3-b
11.5
11.7
11.8.3-a
11.8.3-b
11.8.4
XV. EXHIBITS
The attached exhibits in this section will include a sample project schedule, and any supporting
documentation to assist the Consultant in the design of the project such as maps, drawings,
photographs, floor plans, studies, reports, etc.
PAGE 59
February 7, 1997
Rev.: January29, 2002
DESCRIPTION
CM
Contract Management
CA
Client Agency
N/A
CSP
Technical Services
NE
Architect/Engineer
N/A
PR
Technical Services
CP
Construction Procurement
CON
Construction Contractor
N/A
FM
OEU
N/A
PD
EXHIBIT A
CV3025
consolidate&ReturnSchemaucSubmittalComment
CM
CA
NOTE:
Refer to section IV Project Schedule of the
Scope of Work for contract phase durations.
CV3054
AE
CV3OSO
DBCA-TEST
OCS
PR
CM
CV3045
PR
013044
CA
CM
CM
AE
CM
CM
PR
CA
CM
CM
AB
CM
CM
PR
CA
CM
CM
PiE
Cv3osi
iwiii
.,1
:3
i ni
-I
3
1
.3
3.
:35;
II
:1
1331,.
.133:
:3
.j;.:::
mi iw, ui
II...
ii
t
3
Ii
inmW
3,,
:I
Sheet I
3:::r;
:3
::
--
3:.,l:$
33,_
.3:
or3
3:
3:
3:
II
:.
urn
3.
:t3
3.
:1
Ill
.III,I
HI
.3
.:):,.
1111
,uin1nmllr
Exhibit
1113113
I3:II3$.I,
II3
1$
,.
::I:
Ii
iiliu.i.w,i
i
..
IiIfI:.I
3
3
3
,,I
1
3:
Irni
.:::
..
:1
I..::H.
CV3043
CV3047
CV3042
CV3O4I
OPrepareDcsignDevelopmcntPhaseSubmittal
cV3055
CV3034
Review
CV3O33
Review
Prepare&SubmitProjectCostAnalysis(DPMC38)
CV3O
CV3057
for Review
CVSO3I
Phase Submittal
CV3024
Prepare Schematic
Review&ApprovePmgramSubimttal
cV3O23
CV3O3O
CV3022
Distribute
CV3027
CV3O21
PrepareProgramPhaseSubmittal
..N.
1
-
CV3020
./
31
DescnpIon
CV300
Ati1ity
ID
.3,.:
a
a
--..-...-.--t--.-------
--..-.-----
-.-------
.-
..f._.__.
--
...-----
...
.--.--
.:.
-..
.-.----.-.--:----.-.
I
-
0
Cl)
a
(0
1.1
EEEE
[:
--.--.-
--H-i:.
..
-..-i-
EEZ.
.:.
::[::. H-.H---.-....
...
0
-U
3
Co
3
C)
-.-...
.-
....-:,
.1.
4.
.-..--.
--1W
.-
.------,1
..
--r---.
i-..
__V_
VV.
_V_
__V_V
VV
-.
\\
0o
/8/
$
ThiokoI
MOB
i035ParkwayAvenue
Trenton NJ 08625
Building 1 Vacant
Building 2 Bituminous & Chemistry Labs
Building 3Materials Testing Lab
Building 4 Physical Testing Lab
Building 5 Storage
Building 6 Accident Records/MVC/NJSP Fatal Unit
Building 8 Print Shop
Building 9Concrete testing
GS Geodetic Survey
Thiokol Complex
-ri
CompactCars
.4<
Memorial
tW
22%
.
.
1
rcc:-
S
----a
Fernwood Complex
NA
.tZ
-o
0
-I
3, 1IflIHX1
0
I
0
-I
0
C3
-0
o
-I
o
0
-I
0
CD
o
Io
0
I-
a.
a.
0
I
L()
0
I0
I
a.
EXHIBIT C
0
I
0
a.
PHOTO 10
PHOTO 12
PHOTO 9
PHOTO 11
PHOTO 14
PHOTO 16
PHOTO 13
PHOTO 15
(-p
PHOTO 18
PHOTO 20
PHOTO 17
PHOTO 19
o-I
o
re.)
3, IIflIIIXEE
-o
0
-I
0
-
0
-I
0
-o
-o
I
o
r%)
CD
o
Io
CD
C%1
0
I-
0
I
IS)
C4
o
0
0
I
0
a.
a.
EXHIBIT C
)
1
C
o
Io
C)
oI-
0
I
0.
0)
C4J
C)
0
I0
0
I
0
I
0.
EXHIBIT C
I
0.
NO.
11
FACIL
ITY NAME:
1
FERNW000
CONSTRUCTION CLASS
CONSTRUCTION TYPE
FIRE RATING
WALLS
CEILING
INT. COLUMNS
MEANS OF EGRESS
EXIT QUANTITY
COBB. LENGTH
ALLOWABLE
FLOOR AREA REQD/OCCUPANT
FLOOR AREA
ACTUAL
ALLOWABLE
ROOF AREA
PERIMETER WALL AREA
HEIGHT
ACTUAL
ALLOWABLE
SIORIES
ACTUAL
ALLOWABLE
OCCUPANCY
BUILDING DATA
DATE OF FACILITY
USE GROUP
2C
52
300
15814
8400
18270
9860
26
30
sI
N.l.
WC/IU/2LAV
IWC/ILAV
4WC/2LAV
0
lU/IF
C!2U/IGANS SI
N/A
N/A
N/A
N
Y
N
N
5
N/A
2
0
N/A
SURVEY OF BUILDING:
ELECTRICAL OFFICE/SHOP
435II
I FAC.
D. 0. T.
DEPARTMENT OF TRANSPORTATION
SCALE:
C350-
SURVEY
89
1H0.1
N.T.S.
] L-
SC4LE I/32
ALTERATION
4CDITION
ELECTICt SUILING No. 2
NEW JESEr DEP4TMB.JT Q# TRNSPCTAtION
FERNWOO COMPLEX
WEST TRENTON. MECE COUNTY. N. .J.
UASSOCIATE$,DESINI
ARCIMIEC TURF
PLA?sawG
RONALD A. SEBRING
LLC
ec4LE L/32
P.o.
lTE PLAN
PARKING
r NEW iS x 2O
CANOPY
PARKING
NEW 30 SLIDING
GATES
L-D(
PARKING
PARKING
AitTIN
ItICN
EI..ECtIC4L UILING Nc. 2
NEW JESE DEPTMT O TNPOt4t ION
FENWOO COMPIEX
WEST rENTON, MECE COUNT N. J
//
PARKING
NEW 30 SLIDING
GATES
NEW () 15 x 43 COvERED
PARKING SPACES WITI-4
OUTLETS FOR BLOCK
I-EATERS
PARKING
STORAGE
ELECTICL CE/SQ
RONALD A. SEBRING
LLC