Revised Work Scope Dated April 23 rd, 2015



Similar documents
Exhibit C: Scope of Work and Schedule of Deliverables

REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES (PS-0748-A) Appendix 1 Project Information. PS-0748-A Page 1 5/4/2016 Appendix 1

Volume II- Project Development Processes

SAMPLE. CONTRACT FOR PROFESSIONAL SERVICES: Lump Sum by Phase. Federal Identification (I.D.) Number

Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES. Part I: Proposal Information

Request for Qualifications

Animal Health Center for Reid Park Zoo, Tucson, Arizona

REQUEST FOR ARCHITECTURAL SERVICES (RFS)

Guidelines for Determining Architect/Engineer Fees for Public Works Building Projects (effective July 1, 2015)

ARCHITECTURAL SERVICES AGREEMENT

REQUEST FOR PROPOSAL MECHANICAL, ELECTRICAL, PLUMBING ENGINEERING SERVICES VARIOUS BUILDING RENOVATIONS AND NEW CONSTRUCTION

Attachment 5 Electrical Engineering

Request of Qualification Proposal for Construction Management Services

ISSUE BRIEF. Understanding the Hospital Planning, Design, and Construction Process. Introduction. Background. Phase 1: Project Definition and Planning

TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF ARCHITECT TABLE OF CONTENTS

GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES

PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR KUWAIT PORT AUTHORITY FOR PROJECTS AT SHUAIBA PORT

Document B101 TM. Standard Form of Agreement Between Owner and Architect

NORTH COLONIE CENTRAL SCHOOL DISTRICT 91 FIDDLERS LANE LATHAM, NEW YORK INVITATION FOR CONSTRUCTION MANAGEMENT PROPOSALS

N O T I C E REQUEST FOR STATEMENT OF QUALIFICATIONS RFQ# POLICE DEPARTMENT PARKING GARAGE

CONTRACT FOR DESIGN SERVICES. Appendix 2 Contract Documents Design Services. PS-0748-A Page 1 5/4/2016 Appendix 2

NECESSITY OF SCHOOL CONSTRUCTION STAGE III DESIGN REVIEWS

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER

REQUEST FOR QUALIFICATIONS RFQ NO

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho

Note: All terms which are defined and which are used throughout this document appear in italicized text beginning with a CAPITAL letter.

CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING SERVICES ELECTRICAL ENGINEERING SERVICES MECHANICAL ENGINEERING SERVICES STRUCTURAL ENGINEERING SERVICES

Construction Management Standards of Practice

ACG Commissioning Guideline

AGREEMENT FOR PROFESSIONAL DESIGN SERVICES

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES. Responsibilities of Construction Manager Scope of Construction Manager s Basic Services

CAD Standards Guideline For Facility Documentation and Construction Projects

Request for Qualifications. Owner s Project Manager. Design and Construction of a New School Facility. K~8 Charter School

Capital Project Delivery Handbook

LOUISIANA CAPITAL IMPROVEMENT PROJECTS PROCEDURE MANUAL FOR DESIGN AND CONSTRUCTION

Request for Qualification (RFQ) For Architectural Services. McCormick, South Carolina

Construction Manager at Risk

City Of Portsmouth, New Hampshire REQUEST FOR QUALIFICATIONS # For. Construction Management Services for the

2.4 Hardcopy submittals shall be provided at adequate size so that all notes are readable.

GUIDELINES FOR AUGUST 1995

PRIME CONSULTANT SERVICES

REQUEST FOR PROPOSAL FOR ARCHITECTURAL DESIGN SERVICES. The Battery Conservancy

REQUEST FOR QUALIFICATIONS ARCHTECTURAL SERVICE FEBRUARY 20, 2015 JACKSONVILLE PUBLIC SCHOOL DISTRICT 117

REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT SERVICES

NATIONAL INSTITUTE FOR CERTIFICATION IN ENGINEERING TECHNOLOGIES Fire Alarm Systems

Request for Qualifications for Program Management Support Services for The Greenville-Spartanburg International Airport Terminal Improvement Program

The purpose of the policy is to establish guidelines for the administration of the School Planning and the School Construction programs.

CAD Standards Guideline For Facility Documentation and Construction Projects

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

Request for Proposal East Tower Nursing Unit and Infrastructure Upgrade Grossmont Hospital

Healthcare 101 Committee Member James E. Sykes, AIA, LEED AP BD+C MorrisSwitzer Environments for Health, LLC

School Building Authority of West Virginia BUILDING INFORMATION MODELING (BIM) EXECUTION PLAN SBA FORM 191

Agreement between Owner and Architect

CITY OF YORBA LINDA P.O. BOX CALIFORNIA

How To Design An Affordable Housing Rehabilitation Project

AGREEMENT FOR DESIGN/BUILD SERVICES WITH GUARANTEED MAXIMUM PRICE

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

Planning and Construction Management Services

GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS. Perley Elementary School Roof Replacement Project DESIGN SERVICES

MASTER AGREEMENT CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

Facility Services PROJECT MANAGEMENT METHODOLOGY FRAMEWORK

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G Architectural Services RIDE 5 Year Capital Plan

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT

CONTRACT FOR PROJECT MANAGEMENT SERVICES (Green Repair Program)

TABLE OF CONTENTS. Article 1ARTICLE 1 -- ARCHITECT/ENGINEER S BASIC SERVICES

Segreti Design Scope of Interior Design Services

Members, Council of Presidents. Advertisements for Architect/Engineer and Construction Manager Services and Calls for Bid

AGREEMENT FOR PROGRAM MANAGEMENT SERVICES WITH SINGLE GENERAL CONTRACTOR DELIVERY (Ocean View Elementary School Project)

San Antonio Water System Standard Specifications for Construction ITEM NO. 903 CONSTRUCTION QC/QA PROGRAM

RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204

Facilities Management and Construction Project Delivery Manual

Schematic Design: Quality Management Phase Checklist Project Phase Checklist Series

Project Management Manual for Design and Construction Projects. (Revised August 2010)

NORTHERN ARIZONA UNIVERSITY EXHIBIT A SCOPE OF SERVICES FOR DESIGN PROFESSIONAL TO STANDARD FROM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL

Information for Charter Schools. The following six requirements cannot be waived by a charter school:

REQUEST FOR PROPOSAL. Design Services

Description of Selected Services under the UN CPC system in which the EC made Market Access Commitments in the EPA

Transcription:

Revised Work Scope Dated April 23 rd, 2015 2.4 SCOPE OF SERVICES The following combines the Scope of Services included in RFQ No. 671 dated March 12, 2015 and the Invitation to Interview letter dated March 27, 2015. The Architect shall communicate with the City of Stamford Engineering Bureau representative, Jeffrey Pardo, Construction Manager, and copy on all email and/or correspondence, Chris Gioielli, Sargent, Stamford Police Department. The Architect shall thoroughly investigate the site, and make recommendations to the City for the most economical design that satisfies the objectives established. The Architect shall develop and prepare the Needs Assessment and Programmatic Specifications. The City has obtained the services of Fuss & O Neal to perform and prepare a hazardous material survey and report for 671 Bedford Street and the existing police maintenance garage. The City has obtained the services of TRC to perform a Phase I Environmental Study and report. If deemed necessary, TRC will also perform a Phase II Environmental Study and report. The City is in the process of obtaining proposals from licensed surveyors to prepare a consolidation map of all three properties, 671, 713 and 805 Bedford Street. This survey shall be prepared to an A-2 level and will include all building structures, utilities, plants/trees and grades in 2 contours. The survey shall also include all utilities in North, Bedford and Hoyt Streets. The scope of professional services shall be the AIA Architects Basic Services for the Schematic Design through Bidding and Construction Administration Phase for the project phases as: The Scope of professional services shall include an independent construction cost estimate updated at each phase of the project, including the design options during schematic design, design development and final bid documents. The selected firm shall be responsible for the following design items: 1. The selected firm will meet with the Engineering Bureau and Stamford Police Department to develop and prepare the programmatic specifications. 2. This firm will provide a minimum of three design options during schematic design for review and comment by the Engineering Bureau and the Stamford Police Department. A cost estimate shall be provided for each option. The City and the police Department are open to all possible design solutions for the proposed site. However, abating and renovating the existing building while permitting the Police Department to remain fully operational appears to be logistically impossible. Therefore, the City believes the most logical location for the new Police Headquarters is a combination of 671, 713 and a portion of 805 Bedford Streets. Develop a phasing plan so that the Stamford Police Department remains fully operational at all times during this entire project. Staging and construction of the new structure will most likely limit the PD s ability to maintain the existing on-site parking. Based on the F&O reports develop hazardous material abatement documents to be included in the demolition bid set. The City shall engage Hygienists to perform the monitoring, inspections and testing during the abatement and demolition portion of the project. Development of the architectural/structural/site and MEP package for the new facility. Preparation of FFE package for the new/renovated facility. 3. The firm will be required to evaluate traffic flow and parking patterns and develop plans for site circulation, parking and direct access to the new/renovated buildings. It is the intent of the Police Dept. to have a covered parking facility for their fleet as part of this project. 4. The selected firm will be required to contact the State of Connecticut Traffic Commission and prepare a traffic study of the area surrounding the new site, as required by the Connecticut State Traffic

Commission, Section 14-311 of the Connecticut General Statutes, and prepare the required Application for Certificate in conformance with Major Traffic Generator Submission Guidelines. The selected firm will be responsible for making any modifications to the Application as required by the Traffic Commission. 5. The selected firm will prepare a project development schedule consisting of the establishment of tentative schedule for schematic design, design development, construction documents, regulatory review and approval, bidding and construction. 6. The selected firm will work with the City in the preparation of a preliminary Total Project Budget including estimates of related costs, such as site development, landscaping, utilities, services, furniture and equipment, and technology infrastructure. This shall be updated and submitted prior to progressing into the next phase along with progress drawings and specifications. 7. It shall be the proposer's responsibility to get all approvals from all state and local agencies having regulatory jurisdiction over this project. 8. The selected firm shall prepare independent cost estimates for each phase of work and provide updates to the estimate at each submittal to the City for schematic design, design development and 100% contract documents. At each submittal the Architect and Engineers shall be responsible for reconciling the building design program with the City s allocated budgets. Independent cost estimates shall be prepared for ALL aspects of the primary designer s work including ALL subconsultant work items. 9. The selected firm shall prepare value-engineering analysis and recommendations following the completion of both schematic and design development. However, should value engineering recommendations be determined during the contract document phase, the selected firm may be required to revise contract documents accordingly. 10. The City s goal is to obtain and operate an energy efficient, sustainable, and cost effective building. The selected firm will determine and incorporate the High Performance Building Construction Standards, as regulated by Section 16a-38k of the Connecticut General Statutes. The process starts at the inception of the design and shall include all members of the design team, as identified in the statutes along with those in the City Ordinance #1071 for LEED Silver requirements; see Appendix D. 11. The selected firm shall produce a 3D electronic model rendering at completion of the design development stage. The rendering shall include the entire building and the entire area of the proposed site. 12. The selected firm shall complete a project schedule using P3 (or similar program) for insertion into the bid documents. 13. During the construction administration phase, the selected firm shall use and maintain an electronic RFI and submittal software system, web based preferred. 14. The selected firm shall include all necessary sub-consultants, designers, engineers, surveyors, consultants, etc. in original proposals. Later claims for specialty consultants will not be permitted. 2.5 PROJECT PHASES 2.5a NEEDS ASSESSMENT/PROGRAMATIC SPECIFICATIONS The Architect shall meet with the Stamford Police Department and all sub-departments to determine the needs and square foot requirements of each department. Needs assessment shall account for all present personnel and account for expansion of the department based on the predicted growth of the City. Account for all equipment (loose and fixed) required by the PD as well as all other necessary building equipment required to maintain a modern day police facility. Prepare a detailed report accounting for all personnel, offices, labs, mechanical and all other auxiliary spaces required in a modern police facility. Indicate required square footage, equipment, parking and all other requirements.

Submit a preliminary report and meet with the Engineering Bureau and the PD for comment prior to finalizing. The final report will form the basis for the design of the new facility. 2.5b DEMOLITION The Architect shall review any existing documents available for 671 Bedford Street and the Police Maintenance Garage. Survey the existing structures and prepare bid documents to publically solicit competitive bids to completely demolish both structures. Include the removal of all subsurface structures including foundations and UST s. If fuel, oil or other substances are discovered in existing UST s, the existing material is to be properly evacuated and disposed of by the demolition contractor. Based upon the hazardous materials reports as prepared by F&O and the Environmental Phase I (II) Study as prepared by TRC, prepare hazardous material abatement documents and the removal of any and all subsurface contaminated material. All hazardous or contaminated material is to be properly removed and legally disposed of offsite by the demolition contractor. 2.5c SCHEMATIC PHASE The Architect s design services must include architectural, civil, structural, mechanical, electrical, plumbing, data tech, telecom, security systems, and all specialty engineering consultants services needed for a project of this nature and as required for this program. The selected firm shall schedule a kickoff meeting with all of the representatives that the City feels will be integral to the development of the project. From this meeting an organizational flow chart will be developed to streamline the decision making process. At all times the proposer s primary contact will be the Engineering Bureau who will be the contract administrator. The firm shall then prepare schematic designs of elevations and floor plans, and plan out mechanical, electrical and plumbing connections. At this stage a minimum of three layouts of the floor plans and the building elevations with associated cost estimates shall be prepared. All plans shall be developed to incorporate the contractual requirements set forth by the separation plan. These shall be submitted to the Engineering Bureau and presented to the Stamford Police Department for approval prior to proceeding into the next phase. A public information meeting will be scheduled at the completion of schematic design. The selected firm will be responsible for presenting the design and project costs to the public. Public input and response to public comments shall be addressed in the Design Development Phase of the project. The selected firm shall prepare value engineering analysis and recommendations following the completion of schematic design. 2.5d DESIGN DEVELOPMENT PHASE Prepare design development documents and specifications for the proposed facility. These documents should be developed in sufficient detail as required for review by the following State and Local regulatory agencies: State and Local Fire Marshall City of Stamford Department of Health City of Stamford Police Department City of Stamford Building Department City of Stamford Engineering Bureau Meet with all Utility companies to insure their standards and requirements are incorporated into the design. Provide required load letters. Documents will include, but not be limited to, the following: Site and Utilities Plan including landscaping Mechanical, Plumbing, Sprinkler and Electrical Plans Technology Infrastructure Plans Architectural, Civil, and Structural Plans Control Diagrams and Sequence of Operations Installation Details and Construction Requirements

Equipment Specifications and Schedules Project Technical Specifications and General Conditions The selected firm shall prepare an independent cost estimate at the completion of Design Development Furnishings, Fixtures, and Equipment (FFE) shall be included under this phase. Some light design of the technology infrastructure to support the Program including cabling, intercom, computers, telephones and teleconference will be required under the scope of this project. All technology systems must be designed and coordinated with all disciplines involved including the FFE phase of the project. Coordination with the Stamford Technology Management Services and Stamford Police Department Technology Information Services will be required to ensure that their standards are followed. This includes data wiring, backbone infrastructure, wireless, fiber & copper, placement of computers, and all associated technologies. Internal building communication systems and security are required. 2.5e CONSTRUCTION DOCUMENTS/BIDDING PHASE Prepare final Construction Documents and FFE package, consisting of drawings, specifications and other applicable documents as necessary, to a level suitable for competitive bidding of the project as well as obtaining State Department of Transportation, State Department of Public Works, and State Department of Energy and Environmental Protection approval for bid. Obtain all necessary approvals and provide three signed and sealed bid documents (plans and specifications) to secure a building permit. Include all design drawings and Construction Documents in AutoCAD 2014 and PDF on CD s for the City s records. Attend pre-bid meeting, and answer contractor questions; provide needed addenda, etc. Assist in the review of contractor bids and attend the pre-award meeting with the lowest qualified bidder. Evaluate contractors and sub-contractors references; make recommendations to City. Assist in the preparation of contract between City and contractor. 2.6 CONSTRUCTION ADMINISTRATION (CA) PHASE The CA time period shall include architectural and engineering services from start of construction through the 1 1/2-year warranty period. Time through warranty period shall be billed at Hourly Rates as required. Assist in the coordination of the construction efforts with the General Contractor and the Engineering Bureau. Review and comment on contractors schedule. Provide periodic project observation and issue a detailed field report in a format acceptable to the City Engineer, including but not limited to, photographs (to include all disciplines) of on-site construction activities to ensure that they are being performed in accordance with the Contract Documents (minimum of once a week for 8 hours/day or more often depending upon magnitude of work being performed). Attend and prepare minutes of all project meetings (bi-weekly), perform onsite inspections, and issue field report of activities (bi-weekly). Evaluate contractors work performance and adherence to schedule. Review and make recommendations for approval of contractor s payment requisitions, requests for extra work and change order applications. Monitor work onsite for compliance with construction documents, good construction practices/industry standards, and utility company requirements.

Respond to contractor Requests for Information by providing drawings/sketches, specifications or other data as may be required and maintain log. The selected firm shall use and maintain an electronic RFI software system, web based preferred. Review shop drawings and other submittals for approval and compliance with construction documents, performances, industry standards, utility company requirements, and coordination with other trades. Prepare and maintain punch list of completed construction and work deficiencies until project is completed and closed out. Assist the Client with Project Close-Out, As-Built drawings, reviews, warranties, manuals, training, etc. and issuance of final payment to contractor and resolution of any issues that arise during the 2 year warranty period. 2.7 A/E FIRM TIME REQUIREMENT Based upon the conceptual schedule provided prior to selection, the City is looking to occupy the new facility by the end of June 2018. Programmatic Specifications to begin after issuance of the contract and purchase order. Survey of existing buildings, demolition documents which shall include hazardous material abatement design to be completed by July 1, 2015. Bid documents for the demolition of 671 Bedford Street and the Maintenance Garage shall be completed by September 1, 2015. Schematic Design of the new Police Facility to be completed by September 2015. Design Development of the new Police Facility to be completed by December 2015. Construction Documents of the new Police Facility to be completed by May 1, 2016. Bid June 1, 2016. 2.8 DELIVERABLES 3 copies of the plans, specifications, and cost estimates shall be submitted for each progress review by the City. Construction Documents are to be prepared and provided to the City in electronic format, on latest version of AutoCAD but no later than AutoCAD 2014 and PDF-A. The firm will also be required to submit three (3) complete sets of reproducible drawings, stamped and signed by a Connecticut licensed Architect/Engineer. Specifications and estimates are to be prepared utilizing CSI Masterformat and Excel respectively. Project schedule including Phasing shall utilize Primavera P3 or other acceptable project management scheduling software. Documents and As-built drawings are to be as hard copy and on CD s. Three sets of all plan submissions shall be made.