257
COSTARS ACT 57 PROVISION APPLIES Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety. CONTRACT DESCRIPTION CONTRACT INFO Provide a brief description (not contract title) of what can be purchased off the contract. May want to include material groups covered, important pages to review in the contract, as well as important change notices regarding the contract, if there are many of them. The Job Order Contract (JOC) is a specific agreement between DGS, Public Works and The Gordian Group only. This contract will provide a means for setting up and implementing a JOC System for the maintenance and construction of Commonwealth owned buildings. Material or Service Service Title & Contract # (s) JOC Program Consultant Service Contract# 4600013166 Number of Suppliers 1 Pcard enabled: N Validity Period 10/01/2007 to 09/30/2010 DGS BOP Point of Contact Jennifer Fishel, Commodity Specialist Contact Phone # 717-703-2937 Email [email protected] PRICING HIGHLIGHTS PROCESS TO ORDER Including Minimum Order Amount (in dollars and/or quantity, if applicable): CONTRACT TYPE- SRM: (NORMAL(has material masters), MSCC, PUNCHOUT,PRODUCT CATEGORY) , R3: (MRP & Market Priced contracts) or describe other processes to order. The Gordian Group receives a percentage fee for the life of the contract, which is based off of the total work order values. The fee is for The Gordian Group to recoup their costs in the implementation of the JOC System and for the lease of their proprietary software, Progen. The Fee Schedule is as Follows: For any amounts cumulating up to and including six million dollars ($6,000,000) of work ordered with the JOC system, DGS shall pay The Gordian Group five percent (5%) of that amount. For any amounts cumulating over six million dollars ($6,000,000) of work with the JOC System, DGS shall pay The Gordian Group two percent (2%) of that amount. IF PRODUCT CATEGORY: DEFINE REQUIREMENTS TO FIND CONTRACT THIS IS A SAP (R/3) CONTRACT. THE MATERIAL GROUP # IS 81101513.

JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Embed Size (px)

Citation preview

Page 1: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

COSTARS ACT 57 PROVISION APPLIES

Overview for ContractPrior to utilizing a contract, the user should read the contract in it's entirety.

CONTRACT DESCRIPTION CONTRACT INFOProvide a brief description (not contract title) of what can be purchased off the contract. May want to include material groups covered, important pages to review in the contract, as well as important change notices regarding the contract, if there are many of them.

The Job Order Contract (JOC) is a specific agreement between DGS, Public Works and The Gordian Group only. This contract will provide a means for setting up and implementing a JOC System for the maintenance and construction of Commonwealth owned buildings.

Material or Service Service Title & Contract # (s) JOC Program Consultant Service

Contract# 4600013166Number of Suppliers 1 Pcard enabled: N

Validity Period 10/01/2007 to 09/30/2010

DGS BOP Point of Contact

Jennifer Fishel, Commodity Specialist

Contact Phone # 717-703-2937

Email [email protected]

PRICING HIGHLIGHTS PROCESS TO ORDERIncluding Minimum Order Amount (in dollars and/or quantity, if applicable):

CONTRACT TYPE- SRM: (NORMAL(has material masters), MSCC, PUNCHOUT,PRODUCT CATEGORY) , R3: (MRP & Market Priced contracts) or describe other processes to order.

The Gordian Group receives a percentage fee for the life of the contract, which is based off of the total work order values. The fee is for The Gordian Group to recoup their costs in the implementation of the JOC System and for the lease of their proprietary software, Progen.The Fee Schedule is as Follows:For any amounts cumulating up to and including six million dollars ($6,000,000) of work ordered with the JOC system, DGS shall pay The Gordian Group five percent (5%) of that amount. For any amounts cumulating over six million dollars ($6,000,000) of work with the JOC System, DGS shall pay The Gordian Group two percent (2%) of that amount.

IF PRODUCT CATEGORY: DEFINE REQUIREMENTS TO FIND CONTRACTTHIS IS A SAP (R/3) CONTRACT. THE MATERIAL GROUP # IS 81101513.

Page 2: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

All using Agencies of the Commonwealth, Participating Political

Subdivision, Authorities, Private Colleges and Universities

Your Quotation: Date: Collective No.: Our Quotation:

ORIGINALContract No. 4600013166Contract Original Approval Date: 02/04/2008

Page 1 of 2

Your SAP Vendor Number With Us: 309728

Supplier Name/Address:THE GORDIAN GROUP INC

140 BRIDGES RD STE E

MAULDIN SC 29662-3260

USA

Supplier Telephone No: 800-874-2291

Supplier Fax No.: 864-233-9100

Please Deliver To:

To be determined at thetime of the Purchase Order

unless specified below

Payment Terms:NET 30

Purchasing Agent:Name: Jennifer Fishel

Phone: 717-703-2937

Valid from/to: 01/03/2008 - 09/30/2010

Item Material/ServiceDesc

Est Qty UOM Net Price Per Unit Total

10 JOC PROGRAMCONSULTANTSERVICE

0.00 0.00 0 0.00

--------------------------------------------------------------- ------------------------------------------------------------------------ -----------------

General Requirements for all Items:

Header Text

The Commonwealth of Pennsylvania, through the Department of General Services, accepts the submission of theBidder/Contractor for the awarded item(s) at the price(s) set forth below in accordance with: 1) the RFQ submittedby the Bidder/Contractor, if any; 2) the documents attached to this Contract or incorporated by reference, if any,and 3) the contract terms and conditions stored on the website address at www.dgs.state.pa.us for this type ofContract as of the date of the RFQ, if any, or other solicitation for this Contract, all of which, as appropriate, areincorporated herein by reference. When the Bidder/Contractor receives an order from a Commonwealth agency, theorder constitutes the Bidder/Contractor's authority to furnish the item(s) to the agency at the time(s) and place(s)specified in the order. RFQ, as used herein, means Request for Quotations, Invitation for Bids, Invitation to Qualify,or Request for Proposals, as appropriate.

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCO_L, Version 1.0, Created on 05/27/2003, Last changed on 03/29/2005.

SEE LAST PAGE FOR ESTIMATED

TOTAL VALUE INFORMATION

Page 3: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

ORIGINALContract No. 4600013166Contract Original Approval Date: 02/04/2008

Supplier Name:THE GORDIAN GROUP INC

Page 2 of 2

Item Material/ServiceDesc

Est Qty UOM Net Price Per Unit Total

THE JOB ORDER CONTRACT(JOC)IS A SPECIFIC AGREEMENT BETWEEN DGS, PUBLIC WORKS AND THE GORDIAN GROUP

ONLY. THIS CONTRACT WILL PROVIDE A MEANS FOR SETTING UP AND IMPLEMENTING A JOC SYSTEM FOR THE

MAINTENANCE AND CONSTRUCTION OF COMMONWEALTH OWNED BUILDINGS.

COSTARS PROVISION ACT 57 APPLIES.

CONTACT:

DAVID L MAHLER, BUSINESS MANAGER

THE GORDIAN GROUP

140 BRIDGES ROAD, SUITE E

MAULDIN, SC 29662

800-874-2291

864-233-9100

E-MAIL: [email protected]

WEBSITE: www.gordian-group.com

CONTRACT ADMINISTRATOR:

Jennifer Fishel

DGS Procurement

Forum Place, 6th Floor

555 Walnut Street

Harrisburg, PA 17101

Phone: 717-703-2937

Fax: 717-214-9505

Email: [email protected]

No futher information for this contract.

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCO_L, Version 1.0, Created on 05/27/2003, Last changed on 03/29/2005.

Estimated Total Value:$ 5,000,000.00

Currency: USD

Page 4: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 5: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 6: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 7: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 8: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 9: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 10: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 11: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 12: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 13: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 14: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 15: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 16: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 17: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 18: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 19: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 20: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 21: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 22: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 23: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 24: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 25: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 26: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 27: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 28: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 29: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 30: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 31: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 32: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 33: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 34: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 35: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 36: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 37: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 38: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 39: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 40: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 41: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 42: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 43: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 44: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 45: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 46: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 47: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 48: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 49: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 50: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 51: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 52: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 53: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 54: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 55: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 56: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 57: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 58: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 59: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 60: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 61: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 62: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 63: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 64: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 65: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 66: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 67: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 68: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 69: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 70: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 71: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 72: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Table of Contents

PA Department of General Services 1 Proposal for a JOC Program Consultant

SECTION

Cover Letter

Table of Contents

Statement of Problem ....................................................................................... 1

Management Summary .................................................................................... 2

Work Plan .......................................................................................................... 3

Prior Experience ............................................................................................... 4

Personnel ............................................................................................................ 5

Training................................................................................................................ 6

Financial Capability ............................................................................................ 7

Objections and Additions to Standard Contract Terms and Conditions...... 8

COSTARS Program Questionnaire ................................................................... 9

Appendix

Resumes ....................................................................................................... 10 Execution Procedures ................................................................................. 11 Construction Task Catalog .......................................................................... 12 Technical Specifications .............................................................................. 13 PROGEN Users Manual - Chapters 1 and 2 ............................................... 14 PROGEN Customized Forms ...................................................................... 15 PROGEN Management Reports ................................................................. 16 JOC Training Manual ................................................................................... 17

The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services, shall not be disclosed outside of the PA Department of General Services and shall not be duplicated, used, or disclosed in whole or in part for any purpose other than to evaluate this proposal, except as required by law; provided, that, if a contract is awarded to this offeror as a result of or in connection with the submission of this information or data, the PA Department of General Services shall have the right to duplicate, use or disclose the information or data to the extent provided for in the contract.

Copyright ©2007 by The Gordian Group, Inc. All rights reserved. PROGEN, PROGEN Online, Construction Task Catalog, Catalog of Construction Tasks, DMAP, eGordian and 6 Phase Development and Implementation Program are either registered trademarks or trademarks of The Gordian Group, Inc. The names of actual companies and products mentioned herein may be the trademarks of their respective owners.

Page 73: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Statement of the Problem

PA Department of General Services 1.1 Proposal for a JOC Program Consultant

The Commonwealth of Pennsylvania Department of General Services (DGS) has experienced deficiencies and limitations inherent in its traditional procurement methods. Even for straightforward or routine projects, the current contracting procedures require a lengthy bidding process including an extensive and complete bid package, public advertisement, and a thorough contract award process. DGS desires to reduce procurement time, decrease costs, gain contractual control, increase the quality of work, and satisfy all competitive bidding requirements.

DGS has determined that Job Order Contracting will achieve these goals by putting in place performance driven, on-call contractors ready to perform a series of projects at competitively bid prices.

DGS is therefore seeking a Job Order Contracting consultant to develop, implement and support a Job Order Contracting Program.

The essential steps to a successful Job Order Contracting Program include:

Program Development

The administrative structure of DGS staff, the role of the project managers, major elements of the Job Order Contracts, and execution procedures for the Job Order Contracting process must be developed.

Administrative Structure: What is the best way to organize the staff? Who will report to whom? Should the Job Order Contracting process be designed around servicing different geographic areas or servicing different types of internal clients?

Role of the Project Managers: Another important challenge is to decide upon the structure of the project management group for Job Order Contracting. There are two basic options that work best. The first is to establish a group of project managers that handle projects from cradle-to-grave. The second is to dedicate a group of project managers that provide Job Order development services to other project managers that act as internal clients. There are multiple variations on each method and there is no blanket solution for each facility owner. Every organization is different and no two operate the same.

Job Order Contracts: The next major group of decisions that must be made involve the core elements of the Job Order contracts. What are the advantages of trade contracts and when should they be used? What should the maximum contract value be? How many and what type of adjustment factors should be used? The answers to these questions are important because they will determine whether contractors will be interested in bidding and getting the most competitive prices.

Page 74: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Statement of the Problem

PA Department of General Services 1.2 Proposal for a JOC Program Consultant

Execution Procedures: Since Job Order Contracting is a new and different procurement process, new procedures and policies must be developed. What documents and forms are needed? Who will organize and schedule the Joint Scope Meeting? How will the Detailed Scope of Work be documented? What is the proper procedure to review a contractor’s Proposal? Who will sign the Job Order? These questions must be answered and incorporated in the procedures and policies under which the Job Order Contracting system will be operated.

Another important part of the procedures is to incorporate certain checks and balances in the system to prevent fraud, waste and abuse. Procedures and documents that create realistic opportunities for auditing and substantial disincentives for violations must be in the forefront of the development process.

Document Preparation

There are three critical documents to be prepared for each Job Order Contract:

Unit Price Book

Technical Specifications

Contract and General Conditions.

At the heart of every Job Order Contracting program is a unit price book, the document that will be used to price every Job Order. The quality and content of the unit price book is critical to the success of any program. Loose, general or incomplete task descriptions, inaccurate pricing, and missing tasks all put a strain on the relationship with the contractor as the parties work through the tough pricing issues. On the other hand, a comprehensive, detailed and accurate unit price book, allows the parties to focus on completing projects. That is how Job Order Contracting is supposed to work.

The Technical Specifications must provide the quality of material and workmanship for all tasks included in the unit price book. The specifications should also be coordinated with the unit price book and clearly define the quality of materials and workmanship required. The CSI numbers and descriptions should also be coordinated to make both documents easier to use.

The Contract and General Conditions are critical documents in the Job Order Contracting process since they set forth the contract requirements. Poorly developed documents can lead to bid protests and claims as well as a breakdown of the non-adversarial relationship that is essential to the Job Order Contracting process.

The challenge of creating these documents is that DGS’s standard contract language must be integrated with Job Order Contracting specific language. Since Job Order Contracting is a different procurement process, some of the contract language that has been adopted for traditional construction contracting does not apply or is inappropriate. The development of the Contract and General Conditions must be accomplished very carefully and in full coordination with DGS legal and contracting

Page 75: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Statement of the Problem

PA Department of General Services 1.3 Proposal for a JOC Program Consultant

staff. If Job Order Contracting is to be used to execute Federal and State funded projects, then the appropriate Federal and State contract language must also be included.

Procurement Support

To attract and educate a field of solid contractors, there should be an external marketing effort and comprehensive and professional pre-bid presentations.

JOC will be a new concept to most contractors. In order to be confident in the success of the process and to provide competitive pricing, they must understand how it works. An external marketing effort and prebid seminars is an effective way to accomplish these goals.

Information Management System

Managing a Job Order Contract involves managing many small projects. It is important to have comprehensive information management software that centralizes all information.

The information management software should manage the development of each Job Order from project identification to completion. It should track all dates and information and generate summary reports showing for each contractor, client or region, all the projects, critical dates, dollar value spent, estimated date of completion, etc.

The information management software should have a common interface for ease of use, have several layers of security that can be customized by user and group, and generate all forms and documents required for the process (Initiation Sheet, Notice of Joint Scope Meeting, Cost Proposal, Job Order, etc.) by using a professional report writing component such as Crystal Reports.

It should be an internet based system allowing access anytime and anywhere through an internet connection.

DGS’s project managers will be reviewing Proposals with many line items. So the management software should streamline the Proposal review process while making sure that the right tasks are used and that the math is correct.

Training

Job Order Contracting is a different procurement process and therefore, it requires thorough training to ensure a successful implementation. Training should be provided to all levels of the organization, as well as to the contractors. Refresher training should be provided on a regular basis so that the Job Order Contracting procedures and concepts continue to be followed.

Page 76: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Statement of the Problem

PA Department of General Services 1.4 Proposal for a JOC Program Consultant

Technical Support

Support for the Job Order Contracting program is essential for its continued success. Considering all the different components of a Job Order Contracting program you begin to realize how diverse the support needs to be. This may include understanding and applying the unit price book, assistance in reviewing proposals, or answering questions about the software. Lingering or unanswered questions or issues with any of these components can bring the Job Order Contracting program to a standstill. It will be important to have expert support for every aspect of the program.

To create a successful Job Order Contracting program, DGS should hire a consultant that can accomplish each of the six important steps discussed above.

Page 77: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Management Summary

PA Department of General Services 2.1 Proposal for a JOC Program Consultant

Our Approach to Developing JOC Programs

The Gordian Group has developed a proprietary, proven approach to developing, implementing and supporting successful Job Order Contracting (JOC) programs. A detailed description of each phase is provided in Section 3 of this Proposal.

Phase I – Program Development

Our personnel have extensive experience in developing effective Job Order Contracting programs and will assist The Commonwealth of Pennsylvania Department of General Services (DGS) in making educated decisions from the minimum and maximum value of your JOC contracts to the level of bonding that should be required from the contractors. The Gordian Group will prepare efficient, DGS specific Execution Procedures for your JOC program. We will not try to reinvent the wheel and will bring with us the lessons learned from our more than 130 other clients.

Phase II – Document Development

We have substantial experience developing unit prices for construction and maintenance tasks using local labor, material, and equipment costs. Over the last seventeen years, our team of experienced cost estimators has developed more than 1,000 Construction Task Catalogs specifically designed for JOC programs. Our specification writers have comparable experience in preparing companion specifications. We will also work with DGS attorneys, procurement professionals and the other individuals who will have input into the form of contract, information for bidders, and other front-end documents included in the bid documents.

Phase III – Procurement Support

We will take the lead in reaching out to your existing contractors to inform them about JOC. We will market the DGS JOC program to both your contractors and our extensive database of experienced JOC contractors. We will prepare and conduct two very extensive pre-bid conferences that have been refined over time to secure for DGS the very best qualified contractors at a meaningful, competitive price.

Phase IV – Software Customization and Testing

The Gordian Group developed proprietary JOC information management software called PROGEN that not only permits contractors to prepare effective cost proposals, but manages the entire JOC process. PROGEN is a proven Internet based application with approximately 5,000 current users nationwide. PROGEN was developed in a manner that allows customization to meet the needs of the DGS JOC program. PROGEN will be supported by both on-site staff as well as by our toll-free 24/7 support line staffed with capable, knowledgeable technicians.

Page 78: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Management Summary

PA Department of General Services 2.2 Proposal for a JOC Program Consultant

Phase V – Program Implementation and Training

The Gordian Group will train DGS personnel and the JOC contractors in the approved Execution Procedures. We will provide classroom and hands-on training conducted by the most experienced JOC project managers in the industry. They are professionals who have repeatedly been through the entire process and understand everything required to be successful. They will be supported throughout the entire training process by The Gordian Group’s force of highly skilled in-house training specialists.

Phase VI – Follow-On Technical Support

The Gordian Group will provide assistance and advice to DGS during the entire term of the contract. Our reputation has been built on the service we provide after the sale. In addition to providing refresher training for your current staff, we will provide full training throughout the term of the contract to all new staff and new JOC contractors. During the term of the contract, we will develop new Construction Task Catalogs and Technical Specifications for each new JOC contract. We will update your Execution Procedures as your JOC program matures. We will assist in procuring new JOC contractors. We will provide guidance, answer questions, and will take each and every step required to assist DGS in maintaining a successful JOC program. We will be right by your side, helping you make your program successful. Your success will be our success.

Commitment

We are proud of our 17-year record as the pioneer in JOC and we will be dedicated full-time to producing and maintaining the state-of-the-art software, documents and procedures necessary to make your JOC program successful.

Page 79: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

6 Phase Development & Implementation Program The Gordian Group has seventeen years of experience developing, implementing and supporting JOC programs for public owners. We have used the lessons learned during this 17-year period to formulate our proven 6 Phase Development and Implementation Program approach to JOC. This unique approach includes all of the products and services necessary to put a successful JOC program in place for the Commonwealth of Pennsylvania Department of General Services (DGS). Our program is comprised of the six phases listed below.

VI. Follow-on Technical Support

III. Procurement Support

IV. Software Customization and Testing

V. Program Implementation and Training

II. Document Development

I. Program Development

6 Phase Development & Implementation Program

PA Department of General Services 3.1 Proposal for a JOC Program Consultant

Page 80: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

Phase I – Program Development

The Program Development Phase incorporates all the activities necessary to establish the structure of the DGS JOC program. While JOC is a method of procurement, it differs greatly from the traditional methods and many things must be considered when organizing a JOC program.

JOC Program Structure/Bidding Strategy The Gordian Group will organize a series of internal conferences and meetings to develop the overall structure of the DGS JOC program.

A number of interlocking decisions must be considered in order for the JOC program to move forward and be successful. The Gordian Group team has unequaled experience in assisting public organizations in structuring their JOC programs to maximize the cost savings and efficiency of the system. A sampling of these interrelated issues and decisions include:

Interrelated JOC Program Issues

PA Department of General Services 3.2 Proposal for a JOC Program Consultant

Page 81: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.3 Proposal for a JOC Program Consultant

A careful review of DGS construction, repair and maintenance needs for the next several years is a critical part of the development and implementation process. In order for a construction program to be successful, the types and sizes of future projects are essential items of information. This information will guide The Gordian Group and DGS in determining the number, type and size of the Job Order Contracts.

Once the program size has been established, The Gordian Group, along with key DGS staff, can structure the DGS JOC program and the corresponding JOC documents and software. After the overall JOC program has been sized and structured, the Contract Documents for each of the contracts can be developed.

Execution Procedures Since JOC is a new and different procurement process for obtaining construction and construction related services, it is critical that the proper procedures and policies be developed. The Gordian Group team possesses a wealth of JOC experience from both the public owner’s standpoint as well as from the contractor’s. This extensive background and experience enables The Gordian Group to develop a comprehensive set of operating procedures while adhering to the general operating and organizational philosophies of DGS. Specific issues that must be addressed include: Who can initiate a project in JOC? What criteria will be used to determine whether a project is appropriate for JOC? How will a project number be structured? Who should attend the Joint Scope Meeting? What topics must be covered at that meeting? What documentation must the contractor submit with a Proposal? How will liquidated damages apply? What is the proper methodology to review a Proposal and ensure accuracy? How will small and socially disadvantaged contractors’ performance be tracked and reported? Who are the persons at DGS that can sign a Job Order?

The Gordian Group’s vast experience in assisting public owners to successfully adopt a JOC program has given us great insight into each of these issues and allows us to make proven recommendations to DGS staff on the most efficient and cost effective procedures to follow.

The Gordian Group proposes to organize and manage a series of conferences and meetings with key DGS staff in order to identify, develop, and draft internal Execution Procedures specifically designed for JOC. These procedures will be developed by incorporating JOC required procedures with DGS standard procedures and policies. Each procedural step will be fully documented and coordinated within DGS.

The Gordian Group will assist DGS in incorporating appropriate safeguards into the Execution Procedures for the prevention of fraud, waste and abuse.

Sample Execution Procedures are presented in Section 11.

Page 82: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.4 Proposal for a JOC Program Consultant

Phase II – Document Development

The success of any JOC program is directly related to the quality of the Contract Documents. To reach the highest level of success, the DGS JOC program must have a Construction Task Catalog, Technical Specifications, Contract and General Conditions, and Bid Documents that have been prepared and customized specifically for DGS.

The Gordian Group is the only firm that has demonstrated experience in the development of a complete set of client specific integrated JOC documents with components designed and developed to complement and strengthen each other.

We have successfully developed, implemented and supported more than 130 JOC programs for public owners. The key ingredients to these successful programs are the customized contract and construction documents we prepare. Our customized Construction Task Catalog will be vital to your success because it prevents the pitfalls that occur if you use an off-the-shelf unit price estimating book. Off-the-shelf unit price estimating books have an unbalanced pricing structure, an incomplete listing of potential tasks, and generalized task descriptions that will create additional risk for the contractors and result in higher prices for DGS. Incomplete or inconsistent Technical Specifications will create confusion and ultimately a breakdown of the non-adversarial relationship that is essential to the JOC process. Contractual terms and conditions that are not carefully drafted will not fully protect DGS and retain the benefits of the JOC program.

The Gordian Group is proposing to completely develop all of the Job Order Contract documents for DGS including the Construction Task Catalog, Technical Specifications, Contract and General Conditions, and Bid Documents.

Construction Task Catalog The pricing of the Construction Task Catalog will be specific for DGS and will incorporate current Pennsylvania area prevailing wage rates, as well as actual local equipment and material prices. These local prices will be obtained in Pennsylvania by The Gordian Group staff.

The content of The Gordian Group’s Construction Cost Database of approximately 250,000 tasks will be customized to fit the needs of DGS. The Gordian Group will conduct a series of review conferences with DGS staff to ensure the appropriate maintenance and construction related tasks are included in each of the Construction Task Catalogs. Tasks in our Construction Cost Database that are not relevant to the work planned by DGS will be omitted from the customized Construction Task Catalog. Further, if any tasks required by DGS are not already included in our Construction Cost Database, we will gladly develop them for DGS. These new tasks will be for the exact construction product or material that DGS requires for its projects.

Unlike estimating guides, a JOC Construction Task Catalog must be specific because, together with the specifications, it describes the work the contractor is obligated to perform. Loose, general or incomplete task descriptions, inaccurate pricing, and missing tasks all put a strain on the relationship with the contractor as the parties work through the tough pricing issues. On the other hand, a clear and

Page 83: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

comprehensive Construction Task Catalog allows the parties to focus on getting the work done. That is how JOC is supposed to work.

Each task in our Construction Task Catalog has an accurate, customized description, an easily recognized unit of measure, a price to install the item, and if appropriate, a price to demolish the item. A task may also have several modifiers which adjust the price for variations in materials (e.g. 12 gauge instead of 14 gauge) or for quantity discounts (from 1,000 to 5,000 square feet). When dealing with tasks such as painting, drywall, ceiling tiles and concrete sidewalks, increased quantities significantly reduces a contractor’s cost and this savings should be passed onto the public owner. A Construction Task Catalog that does not take into account quantity discounts will not be accurate and will deprive the owner of these savings.

Page excerpt from a typical Construction Task Catalog

The Gordian Group has substantial experience developing Construction Task Catalogs for JOC programs. Over the last 17 years, our team of experienced cost estimators led by Mike West, a Certified Cost Engineer, has developed more than 1,000 Construction Task Catalogs specifically designed for JOC programs. We have developed Construction Task Catalogs for municipal, educational, transportation, housing and water management clients. This depth of experience has created a comprehensive database from which we can draw upon when customizing a book for a particular client.

We use only local prevailing wages and local material and equipment costs (which we obtain directly from local subcontractors and suppliers) to price our Construction Task Catalogs. That allows us to be extremely accurate. When contractors have confidence in a Construction Task Catalog, they will offer DGS a more competitive price.

The Gordian Group believes that a balanced, comprehensive JOC specific Construction Task Catalog is a critical element to the success of the JOC program. The only alternative to our customized Construction Task Catalog is one or more of the generalized construction cost estimating guides from RS Means or a handful of other companies. However, these guides are not well suited for use in JOC for the following reasons:

PA Department of General Services 3.5 Proposal for a JOC Program Consultant

Page 84: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

Price Averaging: Generalized estimating guides are prepared using national price averages. They include city cost indexes to adjust the national price average to a local price. For example, the instructions on how to use the RS Means city cost indexes state, “The weighted average for each city is a total of the divisional components weighted to reflect typical usage, but it does not include the productivity variations between trades or cities. In addition, the CCI does not take into consideration factors such as the following managerial efficiency, competitive conditions, automation, restrictive union practices, unique local requirements and regional variations due to specific building codes.”

RS Means Estimating

Guide

The Gordian Group Construction Task

Catalog

Using national prices and price averaging results in unbalanced pricing. Some tasks are underpriced and some are overpriced for the local market. The unbalanced pricing structure causes two problems. The first problem is that the owner could end up paying more than is necessary for work because the prices listed in the generalized estimating guides do not reflect heightened competition, increased productivity or other local components. The second problem is that a contractor, uncomfortable with the imbalance in pricing, will raise his/her bid to compensate for the risk involved. The public owner will pay for this added risk.

Ambiguous Task Descriptions: Tasks in the generalized estimating guides have descriptions that are meant for doing construction estimates, not contracts. The task descriptions are designed to be general and cover an average cost of a range of items. This ambiguity allows a JOC contractor to include tasks that are not appropriate and therefore increase costs unnecessarily. Not only does this result in increased costs to the public owner, but it also fosters an adversarial relationship between the owner and the contractor and slows the overall process.

In addition to the ambiguous task descriptions, generalized estimating guides, such as RS Means, use the terms minimum, average and maximum throughout to indicate quality of materials. What will the contractor use as a guideline to determine which price to use? The owner should not have to negotiate what is an “average” piece of hardware. This can open the door to fraud, favoritism, and corruption, and the owner will end up paying more for the work.

No Demolition for Most Tasks: The bulk of the work performed in JOC is renovation, repair and replacement work. Most generalized estimating guides do not provide demolition prices for a majority of the tasks associated with this work. Therefore, the demolition cost of even the simplest task must be negotiated. One of the significant advantages of JOC is that you do not have to negotiate prices. The requirement to negotiate tasks will create an adversarial relationship between the owner and the contractor and change the nature of the contract from competitively bid to negotiated.

PA Department of General Services 3.6 Proposal for a JOC Program Consultant

Page 85: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.7 Proposal for a JOC Program Consultant

No Quantity Discounts: There can be significant cost savings when doing large quantities of the same work. Most generalized estimating guides do not provide pricing for quantity discounts. This results in the owner losing the benefit from the savings associated with larger quantities.

Administrative Challenge: As mentioned above, generalized estimating guides are prepared using national price averages. The national price average must then be multiplied by a unique factor related to the local city cost index to obtain a local price. In addition to this multiplication, the owner must determine whether the total cost column will be used or the total including overhead and profit. When reviewing a JOC contractor’s estimate prepared from a generalized estimating guide, owner staff must verify that the correct tasks, the correct quantity, the correct bid factor, the correct price column, and the correct city factor have been used; and that the entire math containing all of these components is properly completed. Considering the average Proposal has over 40 tasks, this can create a severe burden on existing staff.

A JOC program that uses a generalized estimating guide for construction prices will cause an owner to pay more for construction, require more for administration, and create an adversarial working environment. A JOC program developed and implemented by The Gordian Group will enable the owner to pay less for construction, reduce administration and promote a non-adversarial working environment.

DGS will save time and money and improve quality with their JOC program only if they use a Construction Task Catalog that has been tailored to meet the needs of DGS. The Gordian Group will tailor a Construction Task Catalog to fulfill this need.

Another advantage of our Construction Task Catalog is that it is continually improved and updated not only by us, but by our clients. We do not just sell public owners an off-the-shelf catalog and walk away like some other companies. We produce updated Construction Task Catalogs as part of our consulting role in an on-going JOC program. We work with our clients when they are applying the Construction Task Catalog. If areas for improvement are noticed, we immediately notify the cost estimating team which incorporates the improvement in the very next published book. With 17 years of experience and with over 400 books currently in use, the feedback has allowed us to continually raise our level of quality.

The Gordian Group has also developed a software application that allows us to prepare the most descriptive, most accurate Construction Task Catalogs in the industry. Unlike regional estimating guides or off-the-shelf price books, the program, known as DMAP (Database Manager and Publisher), offers fully customizable task descriptions and features the use of material component pricing. In general, using material component pricing for items such as a cubic yard of concrete, or a square foot of drywall, allows us to price the item locally, and use that very accurate price in every task calculation. The result is a 100% customized, 100% accurate Construction Task Catalog.

The technology incorporated into DMAP has brought our Construction Task Catalogs to a new level. So much time can be wasted by the owner’s Project Manager and the contractor’s Project Manager in trying to determine what a particular task listed in the Construction Task Catalog really includes. This problem has been solved by DMAP.

Page 86: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.8 Proposal for a JOC Program Consultant

A sample of a Construction Task Catalog prepared by The Gordian Group is provided in Section 12.

Technical Specifications The Technical Specifications for a Job Order Contract dictate the quality of the workmanship and the quality of the materials for the tasks set forth in the Construction Task Catalog. The two documents must complement each other and be consistent. Since the Construction Task Catalog is customized for each public owner, the Technical Specifications must also be customized.

The Gordian Group proposes to organize a series of meetings with the appropriate staff to evaluate existing DGS technical standards and specifications. These technical standards and specifications will then be incorporated into a comprehensive set of performance based construction Technical Specifications for each of the JOC contracts.

The Gordian Group’s comprehensive and integrated development process will allow the DGS Technical Specifications to be taken into consideration while the pricing for the Construction Task Catalog is being developed. The coordination of the performance based Technical Specifications and the Construction Task Catalog is essential to give potential bidders confidence in the pricing structure of the JOC program.

We have prepared more than 1,000 sets of Technical Specifications specifically for Job Order Contracts. We believe that the coordination of the Technical Specifications and the Construction Task Catalog is essential to give potential bidders confidence in the pricing structure and in the overall process. The Construction Task Catalog alone does not establish the cost of performing the individual tasks. Our comprehensive and integrated development process allows us to prepare these two documents in parallel. Also, having both the estimators and the Technical Specification writers in the same firm increases the level of communication and coordination and substantially improves the likelihood that the final documents will be consistent with each other.

Customization of the JOC Technical Specifications will provide DGS with the flexibility of standardizing equipment and materials. Preferred vendors and suppliers can be incorporated into the Technical Specifications with DGS having the final approval of “or equal” substitutions.

Sample Technical Specifications prepared by The Gordian Group are provided in Section 13.

Contract and General Conditions The Contract and General Conditions are extremely critical documents in the JOC program since they set forth all of the contract requirements and compliance procedures. A poorly developed document can lead to bid protests and claims as well as a breakdown of the non-adversarial relationship that is essential to the JOC program.

The challenge of creating these documents is that DGS standard contract language and forms must be integrated with JOC specific language and clauses. Since JOC is a different procurement process, a great deal of the contract language that has been adopted for traditional construction contracting does not apply. The development of

Page 87: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.9 Proposal for a JOC Program Consultant

these documents must be accomplished very carefully, and in full coordination with DGS legal, procurement and contracting staff.

The development of the Contract and General Conditions must also envision the use of Federal and State funding on certain projects. If JOC is to be used to execute projects funded through these sources, then the appropriate Federal and State clauses, certifications and representations must also be included in the Contract and General Conditions.

The Gordian Group is proposing to draft a full set of Contract and General Conditions and to coordinate those draft terms and conditions with the various staff elements within DGS.

A critical component of any Job Order Contract is to achieve and improve upon the participation goals for small and socially disadvantaged business enterprises. The Gordian Group will work directly with the DGS compliance office to ensure that appropriate goals, compliance procedures and contract language are included in the contract package. Since work under JOC is identified and accomplished on a project by project basis rather than up front, as in traditional contracting, minority subcontracting compliance procedures, policies and forms must be developed and included in the Contract and General Conditions.

Bid Documents An essential part of any contract package is the Bid Documents. The Bid Documents need to be carefully developed specifically for a JOC program in order to enhance competition and minimize the possibility of a bid protest.

The Bid Documents need to be prepared and presented to the bidder in a manner that minimizes uncertainties. The “tighter” the Bid Documents the better the bid prices will be for DGS. The Gordian Group proposes to develop each of the documents specifically for the DGS JOC program.

The Gordian Group will assume the responsibility to fully coordinate all JOC documents with DGS departments such as Legal, Purchasing, Minority Business, Finance, and Risk Management, as well as any other department as required.

Document Preparation The Gordian Group will prepare a draft set of Contract Documents for review by DGS. After incorporation of all comments, The Gordian Group will prepare a final set of Contract Documents in both electronic and hard copy form for printing by DGS.

Page 88: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

Phase III – Procurement Support

The Procurement Support Phase incorporates all the activities necessary to establish the structure of the DGS JOC program, inform internal DGS staff as well as the contracting community about JOC, and procure the actual JOC contractors. Specific services will include preparing and conducting an external marketing program, an internal marketing program and pre-bid seminars.

Prepare and conduct an external marketing program

Prepare and conduct an internal marketing program

Prepare and conduct pre-bid seminars

External Marketing and Outreach Program The Gordian Group proposes to coordinate and conduct the external marketing of the JOC concept to the local community. The purpose is to “sell” the JOC concept to the local contracting community. The Gordian Group will accomplish this portion of the program by meeting with various contractor groups, trade organizations and bonding companies, as necessary, in order to solicit support for the JOC program. Intending bidders will have many questions and concerns that must be fully addressed before they will feel comfortable in submitting a bid.

Internal Marketing Program The Gordian Group will conduct internal marketing of the JOC program by holding orientations and seminars with the various members and elements of DGS staff. These orientations and seminars are essential in obtaining staff support and cooperation.

Pre-Bid Seminars A central feature of The Gordian Group’s procurement plan for Job Order Contracts are the two mandatory pre-bid seminars for intending bidders. Since most public owners desire to structure their JOC programs in order to attract the local contracting community, and since many local contractors are unfamiliar with the JOC process, it is essential that a proactive educational program occur prior to bidding. The Gordian Group believes that the increased information exchange between the owner and the intending bidders will lead to a better understanding of the JOC program, will lower the bid risks, and will result in lower bids.

The first pre-bid seminar focuses on explaining the overall JOC process, the number, size and types of JOC contracts being bid, and an in depth discussion of the owner’s expectations for the JOC contractor. The second pre-bid seminar is normally conducted a week to ten days after the first pre-bid seminar and presents information

PA Department of General Services 3.10 Proposal for a JOC Program Consultant

Page 89: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.11 Proposal for a JOC Program Consultant

on understanding and applying the Construction Task Catalog, the costs that must be included in the Adjustment Factors, and different methods for the contractors to calculate their Adjustment Factors. Contractors are also taught how to build sample price Proposals. The second pre-bid seminar concludes with an extensive question and answer session.

The Gordian Group will fully organize, coordinate, and conduct both of these pre-bid seminars for DGS.

Page 90: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.12 Proposal for a JOC Program Consultant

Phase IV – Software Customization and Testing

Overview The Gordian Group will be responsible for providing information management software that is capable of generating all of the JOC documents, including the contractor’s Proposal, the owner’s independent estimate, Job Orders, and all management reports and forms. Our proven software, PROGEN, was specifically designed to support JOC programs. We will customize PROGEN to meet the information management needs of the DGS JOC program.

PROGEN is the most comprehensive and most widely used JOC information management software available and the only software designed to manage administration of the entire JOC process. PROGEN was developed by The Gordian Group with in-house employees for the sole purpose of administering a JOC program. Designed after Microsoft Windows and the standard office products, Excel, Word and Outlook, PROGEN is both simple to use and easy to learn.

PROGEN is an Internet solution, making it accessible anytime and anywhere there is an Internet connection. Best of all, PROGEN can handle an unlimited number of Users, Projects, Catalogs and other information. DGS will be provided with a license for the term of the contract that allows unlimited access for DGS and contractor staff to utilize the PROGEN system for the DGS JOC program.

PROGEN is the culmination of seventeen years of JOC experience in consulting and software. The software has over 20 individual modules that are used to track and report on Job Orders. The primary modules are for Proposal development and review, but others include the ability to manage budgets, evaluations, invoices, logs, meetings, submittals, tracking dates and more.

The Gordian Group will work with DGS facilities and information technology staff to develop program and infrastructure procedures and administration. Our implementation experts are experienced with working with information system professionals in coordinating all aspects of the system software. In fact, the information technology representative at the Water Reclamation District of Greater Chicago said this about our team:

“Please pass on to your IT staff that they are one of the most professional, courteous and knowledgeable support groups that I have ever worked with, and I deal with IT support people everyday from all around the country. Please extend my gratitude to the staff for a job well done.”

DGS will find that PROGEN is extremely powerful and flexible when it comes to security, integration and reporting. A sampling of the first few chapters of the PROGEN Users Manual can be viewed in Section 14.

Page 91: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

The Gordian Group is successful at producing great JOC software because we understand JOC and we build our software to the expectations of our users. This was a challenging task considering we have almost 5,000 PROGEN users. Our software accomplishes four important goals that are common with all of our users:

• Security at all levels: users, groups, forms, fields and reports.

• Ease of use: works like other applications to reduce the learning curve.

• Flexible: must adapt to the user’s specific environment through customization.

• Expandable: must allow for additional features and components.

In addition to these goals, PROGEN accomplishes more than any other JOC information management software in the way of:

• Import/Export: ability to import data from other systems and export in almost any format.

• Support and Maintenance: unlimited support and maintenance.

• Updates: no user action required.

• Hardware Requirements: any computer connected to the Internet.

• Construction Information: agreements with BNI Publishing to provide construction information electronically in PROGEN.

• Features and Components: more features and components and management capability than any other software package.

• Architecture: Built with Microsoft’s .NET development tool utilizing Microsoft’s SQL Server as the database.

PA Department of General Services 3.13 Proposal for a JOC Program Consultant

Page 92: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

Security At the heart of PROGEN is a robust security system. At the top level of security is the System Administrator. This person has complete access to all of PROGEN’s features. They can make custom changes to components, add or change users and groups, and configure security settings. It starts with the administrator’s module. Only administrators can see this module in the software. From there administrators can manage security settings.

Administrators use this tool to establish users and groups, add users to groups, and apply permissions for each user and group as needed. The administrator can apply read, modify and delete privileges for users and groups at any level in PROGEN. For example, some groups may not have access to a project, others may have read only access, others may have full access, and others may have access to only select fields. This is the most flexible security system of its kind.

Ease of Use PROGEN uses the same interface look and feel as popular Microsoft programs such as Word, Excel, PowerPoint and Outlook. This interface is recognizable by most computer users and therefore allows the user to feel comfortable with the program from the moment they start it.

PROGEN uses common features like menus, toolbars, trees, lists and forms. The initial PROGEN screen shows a tree view of all the features on the left and a quick access tool to the most recently used items on the right. The user simply clicks on a most recently used item to go directly to that item and begin work. Users can also use the tree view to logically drill down to the item they need.

PA Department of General Services 3.14 Proposal for a JOC Program Consultant

Page 93: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.15 Proposal for a JOC Program Consultant

Other features that make PROGEN user friendly are:

• Reports and forms are linked to components in PROGEN making it simple for users to find the forms and reports they need.

• Email is integrated into the software so users can email reports, forms and data to others directly from the software.

• Users can drag and drop information between components. For example: Tasks from the Construction Task Catalog can be dragged and dropped on a Proposal or estimate; and Locations can be dragged and dropped from the locations component to a Job Order.

• Users can open several screens at one time and drag and drop between them making it easier to update information on the system.

• Users can copy information from and to popular programs like Word and Excel and the format is maintained.

• PROGEN allows the user to use common formatting features to format text. This can make Scopes of Work and other documents more readable.

• PROGEN has a spell checker to help with the spelling in text fields.

Flexible No two public owners are the same and therefore, the software to manage their JOC programs should not be the same. PROGEN allows administrators to customize the way it works for their organization. PROGEN can have components removed that are not being used, field titles changed to reflect use, lists modified to perfectly match existing systems, forms and reports created or modified exactly as needed, security applied at any level, and policies set to control how it works.

Expandable PROGEN was designed as a collection of smaller applications. This enables The Gordian Group to easily expand the software. When a public owner requires capability in the software that does not exist, we can add it quickly and easily. The Gordian Group continues to add new modules as our clients expand their need to track different information.

Import/Export PROGEN provides a number of ways to import and export data. The simplest of these is to copy and paste the information to or from another source. PROGEN also makes extensive use of XML, a protocol now understood by most popular applications and the Internet.

Exporting information can also be accomplished with PROGEN’s reporting tool. Every form or report can be exported in several formats to include: PDF, Excel, Word, Rich Text and Text.

Page 94: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.16 Proposal for a JOC Program Consultant

Support and Maintenance In terms of supporting and maintaining system applications for JOC, The Gordian Group is the most experienced firm. Our in-house software design and development team created and supports PROGEN. They are available 24 hours a day, seven days a week. When you need help, we are there.

Customization, Testing and Maintenance PROGEN is an Internet based information management tool that aides in every aspect of the JOC process. It is imperative that we ensure that it is properly configured, tested and maintained on your system. The Gordian Group has customized, tested and is currently maintaining PROGEN for over 700 locations. Our staff has the experience necessary to provide the most efficient and effective installation of PROGEN for the client. Together with the client’s staff, The Gordian Group will fully test the system and certify that it is optimally configured according to your requirements. We will provide unparalleled support following the customization and testing of the software. The support will be a combination of on-site personnel, remote access and toll-fee support hot-line.

• On-Site Personnel

Many support tasks, including additional training, report writing, and merely answering basic questions, will be handled by our on-site representative. Our representatives have extensive experience in PROGEN and can handle almost every question without additional assistance. Our representatives have conducted a substantial number of PROGEN training sessions and have customized some of the most challenging reports for our clients. We believe that working on-site is the best way to accomplish most tasks.

• Remote Access

Remote access applications such as GoToMeeting, PC Anywhere and Net Meeting allow us to connect to a user’s computer to analyze and correct specific problems the user is experiencing. Through a basic dial-up modem or Internet connection, PC Anywhere and Net Meeting enable our support representative to work on the user’s computer as if they were sitting at the user’s desk. GoToMeeting provides the same capability and works with most firewall and security settings. For those times when the on-site representative is not present, this remote access solution provides nearly all the benefits of an on-site visit and has been very successful in delivering real time solutions and support.

• Toll-Free Support Line

Calling our toll-free software user support line will connect the user with an Information Technology Specialist who will promptly assist the user concerning their immediate software questions. The support line is staffed by knowledgeable and trained personnel.

Updates PROGEN is an Internet application. This means that no action is required by the end user to update the software. As updates are completed and fully tested, they are immediately available to all users. A message is placed on the PROGEN login web

Page 95: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

page to notify users prior to the release of an update. This message will include a link to instructional material, when necessary, so that the users can become familiar with the update before it is released.

Hardware Requirements PROGEN is unique in that is has practically no minimum hardware requirements. Since PROGEN is an Internet application, any computer with access to the Internet can use PROGEN. This includes UNIX and Macintosh computers. A broadband connection is recommended, but dial-up connections with a standard modem will work.

Construction Information

PA Department of General Services 3.17 Proposal for a JOC Program Consultant

The Gordian Group has teamed up with BNI Publishing to provide public owners and contractors relevant construction information within PROGEN. BNI Publishing offers the following products with electronic access through the PROGEN software:

• Construction Dictionary: Over 12,000 terms defined.

• Code Finder: Search for any code section and find the location of the appropriate code.

• Construction Inspection Manual: Recommended duties, responsibilities and limitations for many typical inspections.

These valuable tools can be purchased through The Gordian Group from BNI Publications as add-ons to PROGEN. All BNI Publication products licensed through PROGEN are included in both electronic and bound copy form.

Features and Components PROGEN manages all aspects of the JOC Process. PROGEN’s primary function is to manage Job Orders within projects. Job Orders can track budgets, locations, people, meetings, cost estimates, Proposals, Proposal reviews, submittals, subcontractor and S/M/WBE participation, project logs, invoices, related files, evaluations and tracking dates. The following is a description of each of PROGEN’s features and components.

• Project

Basic information is entered for the project such as project number, title, and description.

• Job Order

Pertinent Job Order information can be entered on the Job Order screen. Job Order number, title, status, contract, schedule, work type, specialties involved, drawings and submittals required, proposed schedule, special instructions, the final Detailed Scope of Work and notes.

Page 96: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.18 Proposal for a JOC Program Consultant

• Budget

Budget information can be added and tracked on a Job Order based on specific budget lines.

• Location

One or several locations can be added for a Job Order. The locations tie back to a list of locations to give consistency between the Job Order and full capability to do proper tracking.

• People

Any people associated with a particular Job Order can be added for easy reference and tracking purposes.

• Meeting

You determine the types of meetings necessary and track information such as dates, times, attendees and notes. Typical meetings might include Joint Scope Meetings and Pre-Construction Meetings.

• Cost Estimate

You can develop multiple cost estimates for each Job Order. This gives you greater control and understanding of the final Detailed Scope of Work for the Project. The cost estimate can utilize the Construction Task Catalog or price information from other sources.

• Proposal

The contractor can quickly create a Proposal utilizing the electronic Construction Task Catalog. The Adjustment Factors are entered during setup of the software and are automatically applied to tasks as they are entered. Like estimates, the contractor can develop several Proposals for one Job Order and combine them when responding to a request. When new tasks are needed, the user can easily create them in custom catalogs and use them on any Job Order.

• Proposal Review

PROGEN automatically scans the contractor's Proposal for errors to determine if the proper Adjustment Factors were used and to confirm that the math is correct. It also compares revised Proposals to previously submitted Proposals saving the client’s Project Managers hours of review time while keeping an audit trail of all changes. The Project Managers can enter notes and alternative quantities for each task used on a Proposal for use in communicating with the contractor during the Proposal Review Meeting. All Proposals received are saved to preserve the audit trail.

• Submittals

You can track each submittal with the submittal log. PROGEN has the power to follow your submittals through the approval cycle. PROGEN also has the capability to manage a submittal library and to link items in the library back to projects.

Page 97: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.19 Proposal for a JOC Program Consultant

• Subcontractors and M/WBE

PROGEN tracks subcontractor utilization by Job Order to track the utilization of small, disadvantaged or minority owned businesses. The contractor can also use this tool to track subcontracts and payments to subcontractors.

• Project Logs

Project logs can track several items that are involved during day to day project delivery. This feature is used to track weather, site check lists, site variables and to log notes.

• Invoice

The contractor can prepare electronic invoices that are uploaded to PROGEN for automated invoice tracking.

• Related File

You can attach related documents such as drawings, pictures or letters to PROGEN for easy retrieval and editing.

• Evaluation

PROGEN provides the Project Manager with a customizable evaluation form to critique the contractor’s performance on each Job Order. This feature tracks a contractor’s performance and leads to performance improvement.

• Tracking Dates

You can track an unlimited number of dates in PROGEN. These are typically milestone dates that represent distinct steps in the JOC process.

• Forms

Forms are driven by Crystal Reports, the leader in data formatting and reporting. This will give you the power to create forms and documents needed for JOC like never before. PROGEN can produce any form a Project Manager may require from a Notice of Joint Scope Meeting to a Project Closeout Form. Project Managers can spend their time managing construction, not typing. Forms are easily organized with the same interface that you use to organize your JOC information. You can also link forms and reports to any icon in the explorer to give you one button printing. Sample forms are provided in Section 15.

• Management Reports

Like forms, management reports are also driven by Crystal Reports. PROGEN can organize and present data in any combination or format requested. A report can be created to list every project in a Program Area, or managed by a particular Project Manager. Reports can be created which list a certain group of projects and the critical dates for each such project. This allows the Project Manager or other administrator to track the progress of a certain project or series of projects. Reports can also be created that provide information such as how much volume was completed by each contractor or for each program area. The report writer can basically extract any information from the data base and present it in any format the user desires. Sample management reports are provided in Section 16.

Page 98: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.20 Proposal for a JOC Program Consultant

• Administration

You can control every aspect of PROGEN from the administration module. Edit lists, modify forms and reports, change program policies, add users and change security settings are just a few of the controls. The easy to use interface will have you up and running within minutes.

• Security

PROGEN comes complete with a security module that manages both user and groups. The security can be set for each field within PROGEN. Each user and group is given or denied read, write, modify and delete access to every aspect of the software including administrative functions.

• Find

Find is a feature that works with almost all components in PROGEN. This tool is used when a user is searching for information within PROGEN and needs to find it quickly. It is most often used with the Construction Task Catalog to find specific tasks.

• Backup/Restore

The Gordian Group protects PROGEN data in a number of ways that is described in more detail below under the heading Architecture. In addition to our data protection measures, you can also create a full backup of the data from PROGEN on your local computer with the click of a button or automated script. PROGEN utilizes web services to deliver data to end users for backups or other applications. Using a tool we have developed, you can have a replica of your data in XML or Microsoft Access. We can also assist with getting the data into other formats that you may require. This data can also be used to restore PROGEN in the case of a catastrophic loss. However, a catastrophic loss is unlikely since we use three separate systems to guard against data loss.

• Online Help

Help is a keyboard stroke away. PROGEN’s context sensitive help will provide you with specific help on the PROGEN component you are using at that time. You can also use Index and Search to find help on other topics.

Architecture The Gordian Group developed an Internet JOC management solution that provides the speed and experience of a rich application environment, but available over the Internet. We started with Microsoft’s premier development tool called .NET (dot net). Once PROGEN was developed, it was deployed on Dell servers with Windows 2003 operating systems. We chose Microsoft’s SQL Server as the database for the application. Citrix Metaframe running on Windows 2003 servers is used for application delivery to the user. The final result is a fast, easy to use and secure application available over the Internet.

This architecture has several benefits:

• Available anytime and anywhere there is an Internet connection.

• No minimum requirements on client computer hardware or software.

Page 99: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.21 Proposal for a JOC Program Consultant

• No servers to purchase or maintain.

• No software to purchase or maintain.

We have built redundancy into every part of the system to ensure safety of the connection and data. The following is a list of safety measures used by The Gordian Group:

• Each server is connected to an uninterruptible power supply (UPS).

• Each server has a redundant power supply.

• Each server utilizes a RAID 10 disk configuration to maximize speed and provide double redundancy against hard disk failure.

• We have backup servers in case of a server failure.

• Each server is backed up by tape on a daily basis. One set of the most recent backup tapes are stored off site, and the backup tapes are recycled using a daily, weekly, monthly schedule.

• The SQL server is backed up by replication to an on-site SQL server and to another server located in New Mexico. The date is also backed up by tape as described above.

• A hardware firewall device is used to protect against unwanted intrusion.

• A mirror site in New Mexico is replicated in real time from our primary site in South Carolina. The New Mexico site has 100% of the potential capacity of our primary site. Having a mirror site in New Mexico means that our clients do not lose the ability to work even if we experience a catastrophic failure in South Carolina. All data entered on the New Mexico site will automatically replicate back to the primary site once the primary site is brought back online.

Page 100: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.22 Proposal for a JOC Program Consultant

Phase V – Program Implementation and Training

The Program Implementation and Training Phase incorporates all the activities necessary to implement the DGS JOC program. The Gordian Group will develop the JOC training program, conduct comprehensive DGS staff training, mobilize and train the JOC contractor, and assist with on-site execution.

Develop the JOC Training Program The Gordian Group will be responsible for developing a comprehensive JOC training program, which will include different course modules so that all elements of the DGS staff will receive specialized training. The hands-on training program will be based on approved DGS policies and procedures.

The JOC training program will be comprised of multiple training modules so that training sessions can be structured to the specific audience. The training courses will stress a hands-on practical application of the JOC program. The Gordian Group will develop and publish all training aids and material necessary to support the JOC training courses.

Conduct Comprehensive Staff Training The Gordian Group will conduct as many training courses as required to ensure that DGS staff is fully prepared to execute the JOC program. Training will include a comprehensive training/reference manual with sample Job Orders, flowcharts, and forms. The training courses will include practical exercises that will be based on actual DGS projects. The training sessions will be unique to DGS and will not be “canned” sessions.

The Gordian Group will also develop and conduct a series of JOC training courses for the selected JOC contractors prior to contract execution.

The Gordian Group’s JOC Master Training Program is structured in such a manner as to provide the maximum effectiveness and flexibility for DGS staff. The training program is organized as a series of independent course modules. This “cafeteria structure” allows us to train selected DGS groups in only those modules of value to them. This modular approach eliminates wasteful duplication and lost time on the part of DGS staff. A sample Table of Contents from our JOC Training Manual is provided in Section 17.

Mobilize and Train the Contractor The Gordian Group’s comprehensive scope of services includes assisting the JOC contractor during mobilization and providing complete training of JOC contractor staff. Training includes both software training and detailed procedural training. Topics covered in procedural training include preparation of Proposals, Execution Procedures, program expectations, payment requests and necessary forms. The Gordian Group will also arrange and organize the appropriate preconstruction conferences between DGS staff and the JOC contractors. We will assist the contractors with any problems that may occur during the mobilization phase.

Page 101: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

Provide On-Site Execution Assistance The on-site execution assistance is the most critical aspect of implementing a JOC program. Our experience has shown that the adoption of a new and different contracting process requires extensive day-in and day-out on-site support. DGS staff will initially be uncomfortable with the JOC process and will need to have experienced staff available for assistance and reassurance.

During the 90-day period after award of the first JOC contract, The Gordian Group will provide on-site service as needed to ensure that this critical phase of the implementation process is completed successfully. This assistance will be provided by experienced JOC users and former JOC contractors. During this 90-day period, we will assist DGS staff and the contractors with all phases of the JOC process, including joint scoping, independent estimates, Proposal development, Proposal review and validation, inspection and acceptance, payment processing, and project close-out.

The Gordian Group staff will assist in the actual execution of the contracts by helping DGS staff develop the initial Job Orders. The Gordian Group staff will attend and monitor Joint Scope Meetings and Proposal review meetings. The Gordian Group will also monitor the overall JOC program and prepare status reports required by DGS.

Experience Meeting Schedules The Gordian Group has an outstanding track record of developing JOC programs within or ahead of the established schedule for every client. The fastest start-up in the history of The Gordian Group was Kern County, California. The County desired a fast-track start to avoid losing some year-end funding. With cooperation from County staff, we were able to open bids 50 days early. The key events as well as the number of days to complete each activity are shown below.

Date Scheduled Item Elapsed Time

December 7, 2000 Kick-off meeting with Kern staff 1

December 22, 2000 1st Draft JOC document preparation 15

January 31, 2001 Pre-bid meeting 55

February 15, 2001 Bid opening 70

A detailed explanation of our JOC Master Training Program is provided in Section 6 of this proposal.

PA Department of General Services 3.23 Proposal for a JOC Program Consultant

Page 102: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

Phase VI – Follow-On Technical Support

Overview After we have completed the initial 90 days of on-site as-needed execution assistance, and after the JOC program is progressing smoothly, The Gordian Group will continue to maintain a periodic on-site and full time off-site presence for DGS. During the on-site visits, The Gordian Group will review on-going project development and execution and recommend any improvements, if necessary. The Gordian Group will remain on-call at all times for any unforeseen problem that may require immediate attention. Specific technical assistance will include:

Construction Task Catalog Updates

Technical Specifications Updates

Construction Task Interpretations

Contract & General Conditions Updates

Owner & Contractor Staff Training

Software Upgrades

Toll-free Software Support

The primary reason JOC programs developed and implemented by The Gordian Group are so successful is the follow-on support we provide to our clients. We frequently receive letters as well as emails from both clients and contractors regarding the quality of our service. A few of these are provided below:

“Once again the Gordian Group and all their support people have risen to the occasion. Through all their efforts in bringing me up to speed with PROGEN 5, the construction management staff here at CSULB has been able to turnaround in record time a very important project in the SSPA facility. Thanks again to Dave Velarde, Kris, Mona, and Neil and the other staff members whom have gone out of their way to bring success to this process. Without Neil this would not have happened, and I cannot even begin to tell you what the ramifications would have been if we could not have pulled this off for summer construction. Once again thanks to all at Gordian. You all are the "BOMB".”

Patrick Farrell Sr. Planner, Estimator, Scheduler

California State University, Long Beach

PA Department of General Services 3.24 Proposal for a JOC Program Consultant

Page 103: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.25 Proposal for a JOC Program Consultant

“Dear Mr. Coffey,

In this construction business we’re in, it seems everyone takes the time to complain about things that aren't quite right, but not many compliment those that are exceptional. I would like to take the time to convey my appreciation for the outstanding job that your team has been doing for us here in the Bay Area and Sacramento. I have worked with Phil Rubino and Alex McManus for over 5 years now while I was employed by two different companies. Their professionalism, courtesy, and willingness to go that "extra yard" to help all involved in these projects is a credit to your firm. We have not worked as long with Mr. Rex DeMartini up in Sacramento, but he certainly has exhibited that same spirit to date. I would also like to compliment Mr. Neil Tuck. This man has been very patient with all of our people in dealing with our various requests and questions, especially while changing over to the JOC 5 system, and does it in a cheerful, courteous manner. Kudos to your team--they have done you proud!!”

Charles Terrazas Construction Manager

Staples Construction

JOC Contract Preparation During the term of the contract, The Gordian Group will provide continuing JOC contract preparation services as follows:

• Providing DGS with JOC Contract Documents for new JOC contracts and JOC re-bids. This support will include: updating Construction Task Catalogs and Technical Specifications; monitoring recent changes and recommending improvements to the Contract and General Conditions to clearly specify the requirements of the Commission; further developing and implementing pre-award criteria; identifying new processes to further define contract requirements and contractor capabilities to ensure that DGS retains qualified JOC contractors; and customizing the JOC process and documents to meet the ever changing needs of DGS.

• Working closely with the Project Managers on existing contracts, to identify non-prepriced tasks, price those tasks, and insert them in the next Construction Task Catalog to minimize the number of non-prepriced items.

• Providing procurement and marketing support during the solicitation of new JOC contracts. This support will include preparing all necessary documents and notices, preparing and participating in all pre-bid conferences, external marketing to the local contracting community, evaluating the contractor’s proposed management plan, staffing and personnel plans, and assisting new contractors during mobilization.

Contract Implementation and Technical Support During the term of the contract, The Gordian Group will provide continuing contract implementation and technical support services as follows:

• Organizing and participating in pre-construction conferences and providing assistance to DGS and the contractors during project start-up.

Page 104: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.26 Proposal for a JOC Program Consultant

• Training and assisting DGS staff in management of the JOC program.

• Conducting complete training sessions on an as-needed basis for new employees and contractors in the execution of JOC and the use of the PROGEN software.

• Conducting periodic refresher training sessions for DGS staff and JOC contractors in the execution of JOC and the use of the PROGEN software.

• Continuing to develop and customize Execution Procedures, training materials, forms and reports to facilitate the management and execution of JOC.

• Working closely with DGS and the contractors to ensure that both parties are executing JOC in accordance with the established procedures. Assist DGS in dealing with the contractors to ensure that they have adequate and experienced staff and are meeting the terms of the contract.

• Through an on-site presence, trouble shooting specific high profile projects by arranging and participating in field meetings; reviewing Proposals with DGS Project Managers; assisting Project Managers in cost estimating; and, meeting with the Project Managers and contractors to expedite development and construction of the Job Orders.

• Assisting DGS in conducting periodic reviews of the JOC program, performance and effectiveness. Developing documentation, reports and statistics regarding essential elements of the program and documenting this information for senior management review and evaluation.

• Conducting independent audits and reports of the JOC program to verify compliance with DGS JOC procedures and policies, and using the results of those audits and reviews to formulate and perform additional training, develop revised Execution Procedures, and make recommendations for future staffing strategies.

• Providing on-site implementation assistance to DGS in interpretation of JOC procedures, Construction Task Catalog tasks, and JOC Contract Documents. The Gordian Group will serve as a mediator and/or facilitator on behalf of the Commission, as requested, to resolve problems associated with the JOC program.

• Providing pro-active implementation assistance to DGS in the execution of the JOC program with experienced, on-site Project Managers to periodically work with DGS staff to develop and execute Job Orders.

Software Support and Maintenance In terms of supporting and maintaining system applications for JOC, The Gordian Group is, without question, the most experienced firm. Our in-house software development and design team created and supports PROGEN. They are available 24 hours a day, seven days a week. When you need help, we are there.

Customization, Testing and Maintenance PROGEN is an Internet based information management tool that aides in every aspect of the JOC process. It is imperative that we ensure that it is properly

Page 105: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Work Plan

PA Department of General Services 3.27 Proposal for a JOC Program Consultant

configured, tested and maintained on your system. The Gordian Group has customized, tested and is currently maintaining PROGEN for over 700 locations. Our staff has the experience necessary to provide the most efficient and effective installation of PROGEN for DGS. Together with DGS staff, The Gordian Group will fully test the system and certify that it is optimally configured according to DGS requirements. We will provide unparalleled support following the customization and testing of the software. The support will be a combination of on-site personnel, remote access and toll-free support hot-line.

• On-Site Personnel

Many support tasks, including additional training, report writing, and merely answering basic questions, will be handled by our on-site representative. Our representatives have extensive experience in PROGEN and can handle almost every assignment without additional assistance. Our representatives have conducted a substantial number of PROGEN training sessions and have customized some of the most challenging reports for our clients. We believe that working on-site is the best way to accomplish most tasks.

• Remote Access

Remote access applications such as GoToMeeting, PC Anywhere and Net Meeting allow us to connect to a user’s computer to analyze and correct specific problems the user is experiencing. Through a basic dial-up modem or Internet connection, PC Anywhere and Net Meeting enable our support representative to work on the user’s computer as if they were sitting at the user’s desk. GoToMeeting provides the same capability and works with most firewall and security settings. For those times when the on-site representative is not present, this remote access solution provides nearly all the benefits of an on-site visit and has been very successful in delivering real time solutions and support.

• Toll-Free Support Line

Calling our toll-free software user support line will connect the user with an information technology specialist who will promptly assist the user concerning their immediate software questions. The support line is staffed by knowledgeable and trained personnel.

Our Commitment The Gordian Group’s development of the DGS JOC program is based on the concept of shared success. The Gordian Group does not want to sell DGS a program that does not work! JOC is our only business and we cannot allow it to fail. The Gordian Group will be there helping to make your JOC program successful - we cannot afford not to be!

Page 106: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

PA Department of General Services JOC Program Development and Implementation Schedule

TASKS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100

101

102

103

104

105

106

107

108

109

110

111

112

113

114

115

116

117

118

119

120

● ● ● ● ● Orientation Meeting ●● ● TGG Mobilization● ● ● Establish Internet Link with Client● ● ● ● ● PROGEN System ●

● ● ● ● – Customization of PROGEN System● – Load CTC into PROGEN ●● ● ● – PROGEN Test

● ● ● ● ● Construction Task Catalog (CTC) Kick-off Meeting ●● ● ● ● – Review of CTC Line items

● ● – Consolidation of CTC Changes ●● ● – Unit Pricing of Line Items● ● ● – Validation Testing of Unit Prices

● – Publish CTC● ● ● Technical Specifications Kick-off Meeting ●

● – Obtain Copies of Client Specifications ●● ● – Edit JOC Specifications

● – Cross Reference Specifications with CTC ●● ● ● – Proof Specifications

● – Publish Technical Specifications● ● ● ● ● ● JOC Documents Kick-off Meeting ●● ● – Develop Draft Acquisition Plan

● ● ● – Client Review & Approval of Draft AP● ● ● – Develop Evaluation Criteria● ● ● – Develop JOC Terms & Conditions

● ● ● – Client Review & Approval of Contract Documents● ● – Publish Contract Documents● ● ● ● Marketing of the JOC System● ● ● – Prepare Contract Advertisements ●● ● – Provide Bidding Related Support● ● – Organize & Conduct Pre-bid Conferences ● ●● ● ● – Assist with Bid Opening/Analysis

● ● ● – Client Approval of Contracts ●● ● – Mobilizing JOC Contractors

● ● ● ● Organize Client Workshops for Execution Concepts● ● – Develop Draft Internal Execution Procedures

● ● – Client Review & Approval of Proposal Procedures● ● ● ● – Finalize Execution Procedures

● ● ● ● Develop JOC Training Program● ● ● ● – Develop Practical Exercises● ● ● ● – Conduct Client JOC Training● ● – Conduct Contractor JOC Training● ● ● ● – Prepare Initial Project Package● ● ● ● ● ● ● – Monitor Initial Job Orders

●Proposal for a JOC Program Consultant

Meetings Client Task TGG Task PA Department of General Services

DG

S L

egal

DG

S S

taff

DAYS

Con

tract

or T

rain

ing

DG

S P

rocu

rem

ent

Sof

twar

e S

uppo

rt

Sen

ior P

roje

ct M

anag

er

Con

stru

ctio

n Ta

sk C

atal

ogS

oftw

are

Cus

tom

izat

ion

JOC

Tra

inin

gS

oftw

are

Trai

ning

Pro

ject

Man

ager

Con

tract

Doc

umen

tsTe

chni

cal S

peci

ficat

ions

Page 107: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Prior Experience

Overview The Gordian Group is the most qualified and experienced firm in existence for developing, implementing and supporting a Job Order Contracting (JOC) program for the Commonwealth of Pennsylvania Department of General Services (DGS). We have been providing JOC services and products to public owners since 1990. We have successfully developed, implemented and supported JOC programs for over 130 public owners around the country. The following are a few of The Gordian Group’s clients:

New York State Office of General Services

n

s

Los Angeles County Department of Public Works

New York City Department of Design & Constructio

City of Chicago Department of General Service

Each of the JOC programs that The Gordian Group has developed, implemented and supported has been unique and successful. Our municipality clients have a different JOC program than our educational clients, and our educational clients have a different JOC program than our transportation clients. The Gordian Group’s extensive experience makes us uniquely qualified to provide JOC consulting services to DGS.

History of JOC Harry H. Mellon, CEO and Founder of The Gordian Group, invented the family of contracting systems known as JOC in 1981 while serving as Chief Engineer, Army Corps of Engineers, for NATO operations in Europe.

Public procurement processes typically involved lengthy lead times between the identification of a need for contracted maintenance or construction services and the actual acquisition of those services. These delays often resulted in additional failures and costs because needed repairs were not completed timely or premiums had to be paid to meet high-priority delivery schedules. A genuine need existed to be able to procure contracted services in a timely and cost effective manner, while at the same time, maintaining control through adequate inspection and contract administration procedures. Mr. Mellon fulfilled this need by inventing JOC.

In 1985, after JOC proved successful for NATO, Mr. Mellon was tasked with developing and implementing a JOC program for the Department of Defense. Over the next several years, he developed the Delivery Order Contracting (DOC) system for the U.S. Army, the Simplified Acquisition of Base Engineering Requirements (SABER) system for the U.S. Air Force and the Work Order Contracting (WOC) system for the U.S. Navy. Mr. Mellon developed the initial Unit Price Books, Technical Specifications, internal Execution Procedures and the

PA Department of General Services 4.1 Proposal for a JOC Program Consultant

Page 108: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Prior Experience

PA Department of General Services 4.2 Proposal for a JOC Program Consultant

Contract Documents for these systems. Every defense facility in the United States and abroad that operates a JOC program does so under the original framework and procedures developed by Mr. Mellon.

History of The Gordian Group After retiring from the Army Corps of Engineers, Mr. Mellon realized that public owners, like DGS, would benefit greatly from the advantages of JOC. In 1990, he started The Gordian Group, an employee owned company, for the sole purpose of providing the services, software and documents necessary to develop, implement and support JOC programs for public owners.

The Gordian Group is the only firm in existence that can provide single point responsibility for all of the products and services necessary for a JOC program. We develop and support, with in-house staff, the Contract Documents, Construction Task Catalogs, Technical Specifications and Information Management System that we provide to our clients. We do not “private label” the products from other companies, nor do we rely on third parties or independent vendors.

Although it may appear initially that a JOC program is merely the preparation of some highly customized documents, it is much more than that. Everything from the size and structure of the contracts and the internal Execution Procedures, to the way in which Joint Scope Meetings are conducted and how Proposals are reviewed, must contribute equally to a successful program. The focus of our consulting role is not to just sell a Construction Task Catalog or a piece of software. Rather, our approach is to develop comprehensive, fully functioning JOC programs from the ground up, and then support those programs in an on-going and meaningful way. JOC is our only business. Each client must be successful.

Every day, over $4,000,000 in maintenance, repair and construction work is completed with JOC programs that we developed, implemented and support.

Since our inception, JOC has been and continues to be our only business. Starting with our first client, Miami-Dade County Public Schools, we have progressively improved and refined our development and implementation process. One hundred thirty clients and 130 successful start-ups later, The Gordian Group has earned the reputation for producing on-time, cost-effective results.

The Gordian Group team has extensive experience in all areas of consulting, planning, engineering, construction, automated management systems, training, operations and maintenance. The vast knowledge and experience of our employees help us to fully understand the problems and complexities that our clients face each and every day. We operate under a team concept that allows for the liberal transfer of personnel, ideas and information, providing our clients with a truly integrated project delivery approach. As a result, we have assembled a team of professionals who have extraordinary JOC qualifications and experience.

We have helped our clients develop their JOC programs and have watched them benefit from significant time savings - an average savings between 60-180 days per project; lower overall construction costs - typically in the range of 8-15%; a consistent increase in the level of quality; an increase in contractual control; a significant reduction in claims and changes; and a substantial increase in the utilization of local, minority and women owned businesses.

Page 109: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Prior Experience

JOC Earns National Award The City of Miami Beach won the prestigious Robin J. Zee Presidential Citation for Excellence and Outstanding Achievement by utilizing The Gordian Group’s Job Order Contracting System to procure construction and maintenance services.

The award, also referred to as the “Best of the Best,” was presented to Gus Lopez, Director of Procurement, at the 60th Annual Forum of the National Institute of Governmental Purchasing (NIGP).

NIGP is a national, membership-based non-profit organization. Organized in 1944, it is an international educational and technical organization of public purchasing agencies. NIGP boasts over 70 affiliate chapters and more than 2,100 agency members representing the top levels of federal, state, provincial and local government officials throughout the United States and Canada.

Using The Gordian Group’s JOC System, the City of Miami Beach was able to triple the volume of projects completed, decrease procurement time by 89%, and eliminate change orders and bid protests. These results catapulted the City to the front of 1,400 nominees for the award.

PA Department of General Services 4.3 Proposal for a JOC Program Consultant

Page 110: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Prior Experience

TGG Active Client Location Map The Gordian Group’s experience includes current contracts to develop, implement and provide on-going maintenance and support services for the Job Order Contracting programs for the public owners listed below.

PA Department of General Services 4.4 Proposal for a JOC Program Consultant

Page 111: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Prior Experience

PA Department of General Services 4.5 Proposal for a JOC Program Consultant

he Gordian Group is the most qualified and experienced firm for developing, implementing and supporting Job Order Contracting (JOC) programs. We have successfully developed, implemented and supported JOC programs for over 130 public owners around the country. A few clients similar to DGS are listed below.

T

New York State Office of General Services JOC System Status: Fully operational

Period of Service: December 2002 – On Going

Reference: Al Horlacher, AIA, JOC Program Coordinator Mayor Erastus Corning 2nd Tower Albany, NY 12242 (518) 408-1347

Staff: Paul Schreyer, Senior Project Manager David Plank, Project Manager

Through its Department of Design and Construction, OGS provides design and construction management services to all New York State agencies from Corrections to Parks. OGS performs work at facilities throughout the State.

New York City - Department of Design and Construction JOC System Status: Fully operational

Period of Service: June 1996 – On Going

Reference: Joe Tabia Director of JOC Unit (Acting) 30-30 Thomson Avenue Long Island, NY 11101 (718) 391-1067

Staff: Paul Schreyer, Senior Project Manager Dan Cook, Project Manager

DDC provides design and construction management services to 27 City agencies from libraries to police. The focus of the DDC JOC program is to assist the department in servicing their client’s modernization and renovation projects.

Page 112: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Prior Experience

New York State - Department of Environmental Conservation JOC System Status: Fully operational

Period of Serv

r

Staff: ger ct Manager

jor focus of the DEC uilding repairs at tes and environment have ranged in

alue from $3,000 to approx

ice: March 1999 – On Going

, Program and Project ManageReference: Mr. Roland Ozoles625 Broadway Albany, NY 12233 (518) 457-6192

Paul Schreyer, Senior Project ManaChris Enzien, Proje

The ma JOC program has been to accomplish bEC si . ProjectsD al restoration of sensitive areas

v imately $300,000.

Palm Beach County – Facilities Development and Operations JOC System

oing

tion

Staff: ct Manager ject Manager

rojects have ranged in sc elated FEMA work, interior

imately $40,000.

Status: Fully operational

Period of Service: June 1993 – On G

Reference: Mr. Alan Dupee Mgr. Procurement & Project Implementa(561) 233-2055

Keith Green, Senior ProjeMike Guerra, Pro

P ope from hurricane recover rand exterior renovations, golf course club houses, the main governmental center complex in downtown West Palm Beach, parks and recreation and additions to existing buildings including day care centers. In a typical year Palm Beach County issues over 200 Job Orders. The average project size has been approx

PA Department of General Services 4.6 Proposal for a JOC Program Consultant

Page 113: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Prior Experience

City of Chicago JOC System Status: Fully operational

Period of Service: October 1992 – On Going

partment of Procurement Services

treet

Staff: Jon Van Daveer, Senior Project Manager

s construction services on all City wned facilities. DGS completes 100% of its construction program with JOC.

Reference: Mr. Doug Yerkes First Deputy DeCity Hall, Room 400121 N. LaSalle SChicago, IL 60602 (312) 744-2096

Christian Mellon, Project Manager

The Department of General Services performo

Count os Angeles Departmy of L ent of Public Works JOC System Fully operational

October 1998 – On Going

Mr. Masood Efte

Status:

Period of Service:

Reference: khari, Project Management Division

Alhambra, CA 91803

e Recovery repair and renovation projects, and for other repair and novation projects under the purview of DPW.

100 South Fremont Avenue Building A-9E

(626) 300-3205

Staff: Joe Hollett, Senior Project Manager Lynn Thompson, Project Manager

The primary focus of the County’s JOC program is to assist the County in its work for Earthquakre

PA Department of General Services 4.7 Proposal for a JOC Program Consultant

Page 114: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Personnel

PA Department of General Services 5.1

The Gordian Group proposes the team shown in the organizational chart below to provide JOC consulting services for the Commonwealth of Pennsylvania Department of General Services (DGS) JOC program.

These team members have worked together to successfully develop JOC programs for many of our other clients. The responsibilities of each team member begin on the next page. Resumes can be found in Section 10 of this proposal.

Proposal for a JOC Program Consultant

Page 115: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Personnel

PA Department of General Services 5.2 Proposal for a JOC Program Consultant

Paul R. Schreyer will serve as the Senior Project Manager. As the Senior Project Manager, Mr. Schreyer will be onsite and committed to DGS during the development and implementation phases of the JOC program. We propose that Mr. Schreyer be co-located with DGS staff in order to more effectively and efficiently coordinate the development and implementation process.

Mr. Schreyer’s primary duties will be to manage The Gordian Group project team. Mr. Schreyer is a licensed attorney with an extensive construction law background. He will also be responsible for preparing the Contract and General Conditions and the Execution Procedures for the DGS JOC program. Mr. Schreyer will also be dedicated to DGS during the early implementation phase of the contract and will assist DGS staff on a daily basis on the use of the JOC program.

Mr. Schreyer is the Project Manager for our contracts to provide JOC services to the New York State Office of General Services, New York City Transit Authority, New York City Department of Environmental Protection, New York City Department of Design and Construction, New York State Department of Environmental Conservation and the Dormitory Authority of the State of New York.

Alexandra McManus will serve as the Project Manager. As the Project Manager, Ms. McManus will be onsite and committed to DGS during the development and implementation phases of the JOC program and will report to Mr. Schreyer. We propose that Ms. McManus be co-located with DGS staff in order to more effectively and efficiently coordinate the development and implementation process.

Ms. McManus’ primary duties will be the day-to-day operations related to the development, implementation and support of the DGS JOC program. She will manage the development of new Construction Task Catalogs, Technical Specifications, and the customization of PROGEN. Ms. McManus will be dedicated to DGS during the implementation phase of the contract and will assist DGS staff on a daily basis on the use of the JOC program.

Ms. McManus is the Project Manager for our contracts to provide JOC services for the California State University System, City and County of San Francisco, County of Sacramento, Santa Clara County, Contra Costa County and Berkeley Laboratories.

Daniel O. Cook will serve as the JOC Training Specialist and report to Mr. Schreyer. Mr. Cook’s primary responsibilities will be onsite training of DGS staff in the proper execution of the program. Training includes classroom as well as on-site training to develop Scopes of Work, prepare Proposals and review Proposals. Mr. Cook will perform the on-site follow-on technical support duties described in this proposal.

Mr. Cook provides similar services for our contracts with the New York City Department of Design and Construction, New York City Department of Environmental Protection and New York City Department of Education.

Scott C. Lee will serve as a JOC Training Specialist and report directly to Mr. Schreyer. Mr. Lee’s primary responsibilities will be off-site training of the contractor staff in the proper execution of the JOC program. Training includes classroom as well as on-site training to develop Scopes of Work and prepare Proposals.

Mr. Lee serves as a JOC Training Specialist for the JOC programs at the District of Columbia Housing Authority and the New York City Department of Education. Mr. Lee also manages a project team of eight construction managers for the NYC

Page 116: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Personnel

PA Department of General Services 5.3 Proposal for a JOC Program Consultant

ineer with over 22 years of experience

technical specifications for the

customized

Department of Education under a project management contract. Since 1998, Mr. Lee’s team has accomplished over $127 million in construction projects made up of over 9,000 individual projects.

J. Michael West will serve as the Documents Manager and report directly to Mr. Schreyer. Mr. West is a certified cost engdeveloping construction cost databases. Mr. West is located in our cost estimating office in Atlanta, GA. Mr. West will be responsible for managing the development of DGS customized Construction Task Catalogs and Technical Specifications.

James A. Williams will serve as the Technical Specifications Specialist and report directly to Mr. West. Mr. Williams is located in our corporate office in Mauldin, SC. Mr. Williams has over 30 years of experience developingconstruction industry.

Mr. Williams served as the Technical Specifications Specialist to develop the Technical Specifications for many of our clients, including the New York State Department of Transportation, Los Angeles Department of Public Works and City of New York Department of Design and Construction.

John B. Melin, Jr. will serve as the Senior Cost Estimator and report directly to Mr. West. Mr. Melin is a certified cost estimator with over 13 years of experience developing Construction Task Catalogs for both DOD and public owner JOC programs. Mr. West is located in our cost estimating office in Atlanta, GA. Mr. Melin’s primary responsibility will be to add tasks and update costs for the DGSConstruction Task Catalog.

Mr. Melin served as the Senior Cost Estimator to prepare Construction Task Catalogs for the majority of our clients, including the New York State Office of General Services, City of Chicago Department of General Services and Los Angeles Department of Public Works.

Paul T. Cowan will serve as a Cost Estimator and report directly to Mr. West. Mr. West is located in our cost estimating office in Atlanta, GA. Mr. Cowan’s primary responsibility will be to conduct local labor, material and equipment surveys for use in preparing the Construction Task Catalog.

Natoria D. Smith will serve as the Quality Control Technician and report directly to Mr. West. Ms. Smith is located in our corporate office in Mauldin, SC. Ms. Smith is responsible for quality assurance in the publishing of Construction Task Catalogs and the Technical Specifications.

Jeffery O. James will serve as a Software Customization Specialist and report directly to Mr. Schreyer. Mr. James is located in our corporate office in Mauldin, SC. Mr. James’ primary responsibility will be customization of the JOC management software, PROGEN, for DGS JOC program.

Mr. James assisted with design and was the primary developer of our Internet based version of PROGEN. He also developed eGordian, an informational Internet site, which keeps small and socially disadvantaged contractors informed of upcoming JOC projects and increases their contracting opportunities.

Taji H. Richardson will serve as an Information Technology Specialist and report directly to Mr. Schreyer. Mr. Richardson is located in our corporate office in Mauldin,

Page 117: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Personnel

PA Department of General Services 5.4 Proposal for a JOC Program Consultant

a PROGEN Reports Writer and report directly to Mr.

systems.

ill serve as a Technical Support Specialist and report directly

SC. Mr. Richardson’s primary responsibility will be customization of the JOC management software, PROGEN, for the DGS JOC program.

Srinivasa Narla will serve as Schreyer. Mr. Narla is located in our corporate office in Mauldin, SC. Mr. Narla’s primary responsibility will be report design and adapting standard DGS reports for use in PROGEN.

Brian T. Coffey will serve as the Network Administrator for The Gordian Group and is responsible for maintaining the servers for our Internet hosted software Mr. Coffey is the key contact for our clients and the JOC contractors with questions related to Internet access. Mr. Coffey is located in our corporate office in Mauldin, SC.

Charles A. Graham wto Mr. Schreyer. Mr. Graham is located in our corporate office in Mauldin, SC. Mr. Graham’s primary responsibility will be off-site technical support and computer assistance for the DGS JOC program.

Resumes for our team are provided in Section 9.

Page 118: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Training

JOC Master Training Program The Gordian Group’s JOC Master Training Program is structured in such a manner as to provide the maximum effectiveness and flexibility for the Commonwealth of Pennsylvania Department of General Services (DGS) staff. The JOC Master Training Program is organized as a series of independent course modules. This “cafeteria” structure enables The Gordian Group to train selected groups in only those modules which are of value to them. This modular approach eliminates wasteful duplication and lost time on the part of DGS staff. Each module is scheduled for one to four hours and will be given as often as requested by DGS. The total number of classroom hours and extent of field training is dependent on the experience and abilities of the staff being trained. We will provide training for DGS staff at the DGS locations in Harrisburg, State College, Kutztown and Pittsburg.

The Gordian Group’s JOC Master Training Program is comprised of the following five modules:

Each module is scheduled for one to four hours and will be given as often as requested by DGS. The total number of classroom hours and extent of field training is dependent on the experience and abilities of the staff being trained.

A description of each of the training modules is provided below.

JOC Overview The JOC Overview Module is designed to familiarize DGS staff with the overall JOC concept. Topics include an overall JOC orientation as well as a discussion on how JOC will be implemented. In addition, JOC is presented from a contractor’s perspective in order for DGS staff to better understand the contractor’s risk and potential reward. Included in this module is a discussion on how a contractor develops a JOC bid.

PA Department of General Services 6.1 Proposal for a JOC Program Consultant

Page 119: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Training

The components of the JOC Overview Module are shown below.

The JOC Overview Module is presented in lecture format using computer generated overhead projection materials and is scheduled to be given in a two hour block. Copies of all the materials used in the presentation are contained in the training manual.

JOC Terms and Conditions The JOC Terms and Conditions Module is a detailed discussion of the contractual terms of the contract. This module is designed for Project Managers and procurement staff. The terms and conditions are the “rules” under which the JOC program will be implemented. It is critical that key operational and procurement staff fully understand the Contract Documents.

The components of the JOC Terms and Conditions Module are shown below.

The JOC Terms and Conditions Module is presented in a lecture format and is scheduled to be given in a two hour block. Copies of all materials and the contract terms and conditions are contained in the training manual.

JOC Execution Procedures The JOC Execution Procedures Module is a comprehensive review of the approved DGS Execution Procedures for JOC, as well as hands-on development of actual Job Orders. This module is designed for Project Managers. After the DGS procedures flowchart is studied in great detail, the class is given the opportunity to complete a series of practical exercises designed to develop a Job

PA Department of General Services 6.2 Proposal for a JOC Program Consultant

Page 120: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Training

Order based on an actual DGS project. In addition to the classroom work, experienced staff of The Gordian Group will assist each Project Manager and contractor with developing actual Job Orders. The Gordian Group staff will be with the DGS Project Manager to answer questions and to give advice as needed.

The components of the JOC Execution Procedures Module are shown below.

The JOC Execution Procedures Module is presented in a mixed lecture and practical exercise format using computer generated overhead projection materials and handouts, and is scheduled to be given in three hour blocks. Copies of the DGS Execution Procedures and sample forms are contained in the training manual. The Gordian Group also prepares a one sheet reference guide highlighting the procedures and forms that need to be completed for each step in the process.

PROGEN The PROGEN Module provides a thorough overview of our proprietary JOC information management software. This module is designed for Project Managers, with a limited module utilized for contractors. PROGEN training is provided to staff through each step of the JOC process, from project initiation, to reviewing and validating a contractor’s Proposal, to project closeout. Because the primary interface of PROGEN is Windows Explorer based, staff will readily adapt to the user-friendly nature of our software.

The components of the PROGEN Module are shown below.

The PROGEN Module is presented in a mixed lecture and practical exercise format using computer generated overhead projection materials, handouts and hands-on computer exercises, and is scheduled to be given in three to four hour blocks. Copies of the PROGEN documentation are contained in the training manual.

PA Department of General Services 6.3 Proposal for a JOC Program Consultant

Page 121: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Training

JOC Refresher The JOC Refresher Course is a workshop discussion of all aspects of the JOC process that is offered to those who have had an opportunity to get some actual experience with the process. This module is designed for Project Managers and procurement staff. The focus of this session is on the lessons learned and the sharing of those lessons with other members of the staff. This session also helps identify if there are any problems with the execution process. It is recommended that every Project Manager attend at least two JOC refresher courses, one after about a month‘s experience and the second one after three month‘s experience.

The components of the JOC Refresher Module are shown below.

The JOC Refresher Course is presented in a mixed lecture and workshop format using computer generated overhead projection materials and handouts, and is scheduled to be given in a three hour block. Copies of the JOC Reference Guides are provided to each Project Manager.

Training Frequency We propose to conduct as many JOC training courses for DGS and the contractor as required to ensure that each participant is fully prepared to properly execute the JOC program.

PA Department of General Services 6.4 Proposal for a JOC Program Consultant

Page 122: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Financial Capability

PA Department of General Services 7.1 Proposal for a JOC Program Consultant

The fee structure proposed by the Commonwealth of Pennsylvania Department of General Services (DGS) is such that significant time and expense must be invested to develop and implement the JOC program before any compensation is received for work ordered through the program. The Gordian Group has successfully implemented more than 130 similar programs in this manner. We have the financial capability, including the necessary cash reserves, to implement a JOC program for DGS. To support our claim of financial capability, we inserted Reviewed Financial Statements for the years ended December 31, 2006 and 2005, prepared by the accounting firm of Elliott Davis, LLC, are provided in a separately sealed envelope located in the front cover of the Proposal marked Original. We provide these Reviewed Financial Statements with the understanding that DGS will at all times maintain them in a confidential manner as stated in Section II-19 on page 5 of the Request for Proposal.

Page 123: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Objections and Additions to Standard Contract Terms and

Conditions

PA Department of General Services 8.1 Proposal for a JOC Program Consultant

To implement a JOC program for the Commonwealth of Pennsylvania Department of General Services (DGS), The Gordian Group will provide our proprietary JOC System to DGS. We license our JOC System to each of our clients and incorporate the license into each contract. The license will be for the sole purpose of operating the DGS JOC program and provides DGS and JOC contractor staff with an unlimited number of users to the system. Our proposed fee is submitted on the basis that DGS agrees to incorporate into any agreement between DGS and The Gordian Group the following JOC System License: JOC System License The Gordian Group hereby grants to the Commonwealth of Pennsylvania Department of General Services and the Commonwealth of Pennsylvania Department of General Services hereby accepts from The Gordian Group for the term of this Agreement, a non-exclusive right, privilege, subscription and license to use The Gordian Group’s Job Order Contracting System and other related proprietary materials (collectively referred to as “Proprietary Information”) for the sole purpose of operating a Job Order Contracting program for the Commonwealth of Pennsylvania Department of General Services. The parties hereby agree that Proprietary Information shall include, but is not limited to, The Gordian Group's PROGEN® software and support documentation, Construction Task Catalog® (also commonly referred to as CTC, Unit Price Book and UPB), training materials and other proprietary materials developed by The Gordian Group. Upon the expiration or termination of this Agreement as provided herein, DGS shall return to The Gordian Group all Proprietary Information in the possession of DGS. DGS acknowledges that disclosure of Proprietary Information will result in irreparable harm to The Gordian Group for which monetary damages would be an inadequate remedy and agrees that no such disclosure shall be made to anyone without first receiving the written consent of The Gordian Group. DGS further acknowledges and agrees to respect the copyrights, registrations, trade secrets and other proprietary rights of The Gordian Group in the Proprietary Information during and after the term of this Agreement and shall at all times maintain complete confidentiality with regard to the Proprietary Information provided to DGS, subject to federal and state laws related to public records disclosure. Upon the expiration or termination of this Agreement as provided herein, The Gordian Group shall provide all project data generated by DGS in a form accessible by a standard database program, such as Microsoft® Access®. In the event of a conflict in terms and conditions between this Job Order Contracting System License and any other terms and conditions of this Agreement, this Job Order Contracting System License shall take precedence.

Page 124: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 1 Proposal for a JOC Program Consultant

Paul R. Schreyer Senior Project Manager 11 years of employment with The Gordian Group

Paul Schreyer is responsible for: • Provide guidance for the total development and implementation of the JOC

process • Reviewing coordination and development of the advertisements, contract

documents, and terms and conditions

Education • B.S., Construction, Bradley University, Peoria, IL • Juris Doctor, Quinnipiac University School of Law, Hamden, CT • Honors: Graduated Cum Laude; Lead Articles Editor-Law Review • American Jurisprudence Awards - Property, Contracts, Labor Law; Top 10%

Relevant Experience

The Gordian Group As a Senior Project Manager, Mr. Schreyer is responsible for the development, implementation and continued support of the Job Order Contracting program for the following: • New York State Office of General Services • New York State Department of Transportation • New York City Department of Education • New York City Department of Design and Construction • New York City Transit • Dormitory Authority of the State of New York

Other Experience

Admitted to Law Practice in: New York, New Jersey and Connecticut

Postner & Rubin, Attorneys at Law, New York, NY Represented surety companies, owners, architects, engineers, contractors, and subcontractors in selecting project delivery systems; contract drafting; claims avoidance, analysis, prosecution and defense; negotiated settlements; mediation; arbitration; and litigation.

HBW Group, Inc., Rockville, MD Manager of Construction Division, planned, organized and supervised the interior development of commercial office spaces.

Page 125: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 2 Proposal for a JOC Program Consultant

Olympic Construction Co., Inc., Arlington, VA Assistant Site Engineer involved in all phases of concrete foundation work for concrete, steel and wood buildings. Managed work crews, assisted in project layout.

M.E. Thadden Co., Inc., Rockville, MD Residential Carpenter involved in all phases of residential construction from foundations to trim work.

Professional Associations • Associate Member: American Institute of Constructors • Affiliate Member: American Society of Civil Engineers • Member: New York County Lawyers Association

Publications • “Can Party in Dispute be the Arbitrator Too?” New Jersey Lawyer,

(April 1994) (co-author) • “Dispute Review Departments: Effective Solutions” Consulting-Specifying

Engineer (August 1994) (co-author) • “Instituting A Standard Procurement Policy” New York Real Estate Journal

(November 24, 1994) (co-author) • “Establishing Standard Procurement Procedures” The New York Cooperator

(November, 1994) (co-author) • “Avoiding and Resolving Changed Conditions Disputes” New York Real

Estate Journal (June 22, 1995) • “Re-think your Construction Procurement Policies” New York State Facilities

Journal (June, 1995) • “Controlling Changed Conditions Contractor Claims” New York State

Facilities Journal (August, 1995) • “Job Order Contracting, An Innovative Process” New York Construction

News (September 25, 1995) (co-author) • “Job Order Contracting Program” New York State Facilities Journal

(September, 1995) (co-author) • “Job Order Contracting, Cut Costs, Improve Bidding Effectiveness” Engineer

(October, 1995) (co-author) • Chapter: “Public Contracting Law in NY” “Fifty State Public Construction

Contracting” John Wiley & Sons, 1995 • “Overview of Job Order Contracting” PEC Construction Reporter (February,

1996)

Page 126: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 3 Proposal for a JOC Program Consultant

Alexandra McManus Project Manager 10 years of employment with The Gordian Group

Alex McManus is responsible for: • Full development and implementation of the Job Order Contract program • Coordination and development of the advertisements, contract documents,

and contract terms and conditions • Execution and review of the JOC program • Developing marketing and community relations activities related to JOC • Manage the day-to-day activities of The Gordian Group team

Education • B.S., Mechanical Engineering, University of Maryland • MBA, University of California, Berkeley, HAAS School of Business

Relevant JOC Experience

The Gordian Group As a Project Manager, Ms. McManus is responsible for the development, implementation and continued support of the Job Order Contracting programs for the following: • City and County of San Francisco Department of Public Works • County of Sacramento • County of Santa Clara • California State University Systems

Ms. McManus previously assisted with the development and implementation of the JOC program for the following: • New York City Department of Education • New York City Department of Design and Construction • New York City Transit Authority

Other Experience

Proctor & Gamble Rakona, Rakovnik, Czech Republic Project Engineer/Intern responsible for creating an additives monitoring quality control and compliance system for a detergents plant with 1,500 personnel. Analyzed and designed system to evaluate performance of feeders. Trained operators in their use. Wrote users manual for front end ACCESS program.

Professional Associations • Member: National Association of Women in Construction

Page 127: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 4 Proposal for a JOC Program Consultant

Daniel O. CookJOC Training Specialist 9 years of employment with The Gordian Group

Dan Cook is responsible for: • Assisting with implementation of the JOC program • Training client staff

Education • B.S., Civil Engineering, University of Maryland

Relevant JOC Experience

The Gordian Group As a JOC Training Specialist, Mr. Lee is responsible for the implementation, and continued support of the Job Order Contracting program for the following: • New York City Department of Design & Construction • New York City Department of Environmental Protection • New York City Department of Education

Other Experience

Construction Systems Group, McLean, VA Project Engineer performing on-site inspections and generating reports for property owners. Creating project manuals including specifications, drawings and bid forms. Conducting pre-bid meetings, evaluating bids, and making bid recommendations. Involved directly with construction inspection and management of restoration projects valued over $1.5 Million.

Washington Metropolitan Airport Authority, Washington, DC Engineering Technician responsible for processing and updating the master contract documents, conducting construction management surveillance of Division 01 specifications, and worked directly with contractors and suppliers to coordinate assembly of operations and maintenance manuals, training manuals, training agendas, and spare parts deliverables.

Page 128: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 5 Proposal for a JOC Program Consultant

Scott C. Lee JOC Training Specialist 10 years of employment with The Gordian Group

Scott Lee is responsible for: • Assisting with implementation of the JOC program • Training contractor staff

Certifications • Supervisor of Maintenance and Repainting • State of Maryland, Dept. of Environment, Inspector Technician • CABO Certified Inspector

Relevant JOC Experience

The Gordian Group As a JOC Training Specialist, Mr. Lee is responsible for the implementation, and continued support of the Job Order Contracting program for the following: • New York City Department of Education • Housing Authority of the City of Baltimore • Housing Authority of the District of Columbia • New York City Department of Design and Construction

New York City Department of Education, NY Mr. Lee supervises a group of project managers that successfully completed more than 9,000 JOC projects valued at over $127 million.

Housing Authority of Baltimore City, MD Estimator and Inspector for the Baltimore City Housing Authority supporting the JOC program. Responsibilities included the establishment of scope of work, developing independent HABC estimate, validating contractors’ proposals, inspection and acceptance of work, processing payment requests and providing on-site management support. Also managed hazardous materials abatement/risk reduction programs.

Other Experience

Home Inspection Services, Hanover, PA President/Owner, performing a complete analysis of the interior and exterior of single family dwelling units.

Page 129: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 6 Proposal for a JOC Program Consultant

J. Michael West Documents Manager 4 years of employment with The Gordian Group

Mike West is responsible for: • Managing The Gordian Group’s cost estimating staff • Managing The Gordian Group’s technical specifications staff • Supervising the preparation of client specific Construction Task Catalogs • Cross checking Construction Task Catalog tasks with the Technical

Specifications • Providing research of current trends within the construction industry • Monitoring cost trends for construction around the country and utilizing this

information when developing customized Construction Task Catalogs for clients

Education • B.S., Mechanical Engineering, 1980, Georgia Institute of Technology,

Atlanta, GA

Licensures • Professional Engineer, Georgia #21795, 1995 • Certified Cost Engineer #1186, 1993 • Project Management Professional #03332, 1994

Relevant JOC Experience

The Gordian Group As the Documents Manager, Mr. West is responsible for maintaining The Gordian Group’s construction task databases and for managing the preparation and publication of all Construction Task Catalogs and Technical Specifications.

Project Time and Cost, Atlanta GA • Managed development of all construction estimates and construction cost

databases for Project Time & Cost, Inc., a nationwide construction estimating consultant.

• Developed company expertise in design engineering and construction consulting, as well as value engineering and claims management/litigation.

• Extensive background in coordinating and managing all cost engineering and estimating services with responsibilities for the execution of all cost control activities, from feasibility through final design through post-construction.

• Instrumental in the establishment, set-up and operation of in-house automated cost engineering systems.

• Directed the development of unit price books and contracts for a subsidiary of PT&C as part of the launch of a nationwide contractor network to provide construction services to the largest property insurers in the U.S.

• Project Manager and mechanical estimator for chemical demilitarization projects at Tooele and Pine Bluff.

Page 130: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 7 Proposal for a JOC Program Consultant

Other Experience Responsible for preparation of cost estimates and management of the cost estimating group at Project Time & Cost for all types of cost engineering projects. The following are representative project types: • Airports – Renovations to Intercontinental Airport, Houston TX • Barracks – Enlisted Barracks with Administrative Support Facility, Redstone

Arsenal, AL • Chemical Process/Chemical Treatment – Pine Bluff Chemical

Demilitarization Facility, Pine Bluff, AR • Convention Center – Gwinnett County Civic Center, Gwinnett County, GA • Correctional – 500 Cell Addition to George R. Vierno Prison Center, Rikers

Island, NY • Courthouse – New U.S. Courthouse, Montgomery, AL • Educational – SATCOM Applied Instruction Facility, Ft. Gordon, GA • Entertainment – Entertainment Sports Arena, Raleigh, NC • Healthcare/Medical – Medical Clinic Replacement, Edwards AFB, CA • Hotels – Amicalola Falls Lodge and Conference Center, Dawson County, GA • Housing – Whole Neighborhood Revitalization, Ft. Rucker, AL • Laboratory – EPA Clinical Research Facility, Chapel Hill, NC • Library – New U.S. Military Academy Library and Learning Center, West

Point, NY • Retail – Lenox Square Expansion, Atlanta, GA • Stadiums/Sports Arenas – The Olympic Tennis Venue and Aquatic Center,

Atlanta, GA

Database and Estimating Software Experience • CACES, MCACES, M-CACES Composer Gold, MC2, Navy’s CES, CEG,

Success, and Timberline

Professional Associations • Member: Project Management Institute • Member: Association for the Advancement of Cost Engineers International

Page 131: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 8 Proposal for a JOC Program Consultant

James A. Williams Technical Specifications Specialist 7 years of employment with The Gordian Group

Jim Williams is responsible for: • Development of client specific JOC Technical Specifications • Cross checking Technical Specifications to the Construction Task Catalog

Education • Undergraduate Studies in Civil Engineering, University of Alabama • Structural Engineering, International Correspondence School

Relevant JOC Experience

The Gordian Group Mr. Williams is responsible for the research and development of the Technical Specifications. Similar services have been performed for the following: • New York State Office of General Service • New York City Department of Design and Construction • County of Los Angeles Department of Public Works

Other Experience

HOK Architects, Greenville, SC Specifications Manager, Specifications Writer (Architectural, Structural, Civil), Chief Estimator, Quality Assurance/Control, Building Codes, Manager of Division Technical Library

CRSS, Inc., Architectural Division, Greenville, SC Specifications Manager, Specifications Writer (Architectural, Structural, Civil), Chief Estimator, Quality Assurance/Control, Building Codes, Manager of Division Technical Library

J. E. Sirrine Engineers/Architects, Greenville, SC Structural Designer, Specifications Writer (Architectural, Structural, Civil, Fire Protection, Plumbing), Field Inspector/Materials Coordinator

Lockwood-Greene Engineers, Spartanburg, SC Specifications Writer (Architectural, Structural, Civil, Fire Protection, Plumbing)

Lyles, Bissett, Carlisle & Wolfe Architects/Engineers, Columbia, SC Specifications Writer (Architectural, Structural, Civil, Fire Protection, Plumbing)

Professional Associations • Member: Construction Specifications Institute

Page 132: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 9 Proposal for a JOC Program Consultant

John B. Melin, Jr. Senior Cost Estimator 11 years of employment with The Gordian Group

John Melin is responsible for: • Development of new tasks for the Construction Task Catalog • Pricing the Construction Task Catalog

Education • B.S., Building Construction, Georgia Institute of Technology, Atlanta, GA

Licensures • Certified Cost Consultant, #1194 • Project Management Professional, #04539

Relevant JOC Experience

The Gordian Group Mr. Melin is responsible for gathering and processing data for use in developing our Construction Task Catalog database. Mr. Melin has prepared customized Construction Task Catalogs for over 100 public agencies, including: • New York State Office of General Services • City of Chicago Department of General Services • City of Miami

Project Time and Cost, Atlanta Department of Defense, Worldwide

Project Manager responsible for the coordination and preparation of site specific Unit Price Books for DOD Job Order Contracts worldwide.

Database and Estimating Software Experience • CACES, MCACES, M-CACES Composer Gold, MC2, Navy’s CES, CEG,

Lotus

Professional Associations • Association for the Advancement of Cost Engineers International

Page 133: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 10 Proposal for a JOC Program Consultant

Paul T. Cowan Cost Estimator 1 year of employment with The Gordian Group

Paul Cowan is responsible for: • Conducting surveys for local labor, material, and equipment costs for use in

pricing tasks for the Construction Task Catalog • Researching construction standards and new products

Education • BS Management, Georgia Institute of Technology, Atlanta, GA

Relevant JOC Experience

The Gordian Group As a Cost Estimator, Mr. Cowan is responsible for gathering and processing data for preparing client specific customized Construction Task Catalogs. Mr. Cowan is also responsible for research on construction standards and new products.

Other Experience

Fastenal Company, Warner Robins, Georgia General Manager responsible for sales, marketing, customer service, accounting, recruiting, personnel development, and forecasting within a branch of the fastest growing industrial company in the United States.

Page 134: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 11 Proposal for a JOC Program Consultant

Natoria D. Smith Quality Assurance Technician 1 year of employment with The Gordian Group

Natoria Smith is responsible for: • Publishing client specific Construction Task Catalogs and Technical

Specifications • Performing quality assurance reviews of all published materials

Education • Bachelor of Science, Business Administration, University Of South Carolina

Upstate

Relevant JOC Experience

The Gordian Group As a Quality Assurance Technician, Ms. Smith is responsible for quality control and publishing of The Gordian Group’s Construction Task Catalogs and Technical Specifications in both electronic and hardcopy form.

Other Experience

Belk Department Store As a Customer Service Associate, Ms. Smith was responsible for providing excellent customer service, maintaining sales and credit quotas, and taking phone orders.

Page 135: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 12 Proposal for a JOC Program Consultant

Jeffery O. James Information Technology Specialist 6 years of employment with The Gordian Group

Jeffery James is responsible for: • PROGEN software development and customization • PROGEN software adaptation to systems and needs of the client • Software training of client and contractor staff

Education • Bachelor of Science, Computer Science, South Carolina State University,

Orangeburg • Master of Business Administration, Webster University, Greenville

Relevant JOC Experience

Software Development Designs and develops new versions of JOC management software program, PROGEN. Provides PROGEN software customization to meet the specific needs of clients. Designed and developed eGordian, the subcontractor management website provided to our clients. Assisted in the development of The Gordian Group’s information and support Internet site.

Software Implementation and Support Works with facility owners and contractors during the installation and implementation of the JOC management software program, PROGEN. Provides both on-site and off-site technical support for PROGEN to clients and contractors.

Software Training Responsible for training client and contractor staff in the use of the JOC management software program, PROGEN. Training includes on-site classroom and practical exercise training. Provides client training in the use of eGordian, The Gordian Group’s subcontractor management website.

Awards • 1995-1999 National Science Foundation Scholar

Computer Hardware and Software Experience Experienced with PC and Macintosh hardware. Extensive programming experience with Visual Basic, HTML, JAVA and C++. Network experience including routers, Internet email, dial-up-networking, virtual private networks, web hosting and security. Complete knowledge of a multitude of office software as well as, communications applications.

Page 136: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 13 Proposal for a JOC Program Consultant

Taji H. Richardson Information Technology Specialist 1 year of employment with The Gordian Group

Taji Richardson is responsible for: • PROGEN software development and customization

Education • B.S., Computer Information Systems, Clemson University

Relevant JOC Experience

Software Development Designs and develops new versions of JOC management software program, PROGEN. Provides PROGEN software customization to meet the specific needs of clients.

Other Experience

OA Technologies Contract developer for creating software using Visual Studio 2005, SQL server 2005 and win mobile 2003.

QS1 Team Leader managing ten employees. Wrote several VB.Net utilities, database conversation utility in C#, and led creation of UI structure and development standards where none previously existed.

Computer Hardware and Software Experience Experience with PC and Macintosh hardware. Extensive programming experience with Visual Basic, HTML, JAVA and C++. Network experience including routers, Internet email, dial-up networking, virtual private networks, web hosting and security. Complete knowledge of a multitude of office software as well as, communications applications.

Page 137: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 14 Proposal for a JOC Program Consultant

Srinivasa Narla Crystal Reports Writer 3 years of employment with The Gordian Group

Srini Narla is responsible for: • Design and development of PROGEN reports • Modifications to existing PROGEN reports • Staffing The Gordian Group’s 800 telephone support line

Education • B.S. in Engineering, Nagarjuna University • Post graduate Diploma in Computer Applications, SWAL Computer Institute

Relevant JOC Experience

The Gordian Group, Inc. Prepares and modifies Crystal Reports for PROGEN. Works with facility owners and contractors that convert from our server based PROGEN application to Internet PROGEN. Provides toll-free support for PROGEN users.

Other Experience

NuVox Communications, Greenville, SC Report Specialist responsible for designing new reports and modifying existing reports for a system conversion. Primary tasks included identifying report requirements, analyzing existing report design specifications, determining the relationship between the old and new system and writing code to automate repetitive tasks.

Ceridian Corporation, Atlanta, GA Crystal Reports Developer for designing new reports and modifying existing reports. Primary duties included providing support and report documentation to Ceridian customers.

Computer Hardware and Software Experience Experienced with PC hardware. Proficient with a multitude of office software as well as, Crystal Reports, Foxpro database, communications applications, and PROGEN proprietary software.

Page 138: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 15 Proposal for a JOC Program Consultant

Brian T. Coffey Network Administrator 6 years of employment with The Gordian Group

Brian Coffey is responsible for: • Administration of the network servers for Internet PROGEN • PROGEN technical support and computer assistance • Staffing The Gordian Group’s 800 telephone support line

Education • Bachelor of Science, Computer Science, University of SC, Spartanburg

Certifications • Certified Microsoft Professional

Relevant JOC Experience

Network Administration Manages and maintains The Gordian Group’s information management Network, including the servers housing our Internet based software, PROGEN.

Software Implementation and Support Works with facility owners and contractors during the installation and implementation of the JOC management software program, PROGEN. Provides off-site technical support for PROGEN for both clients and contractors.

Awards • National Collegiate Computer Science Award (2000)

Computer Hardware and Software Experience Experienced with PC and Macintosh hardware. Extensive programming experience with Foxpro, Visual Foxpro, Visual Basic, HTML, JAVA and C++. Network experience including routers, internet email, dial-up-networking, virtual private networks, web hosting and security. Complete knowledge of a multitude of office software as well as, communications applications and PROGEN proprietary software.

Page 139: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Resumes

PA Department of General Services 16 Proposal for a JOC Program Consultant

Charles A. Graham, III Technical Support Specialist 2 years of employment with The Gordian Group

Chan Graham is responsible for: • PROGEN software technical support and computer assistance • Staffing The Gordian Group’s 800 telephone support line

Education • Undergraduate studies toward an A.A. degree, Brevard College, NC

Relevant JOC Experience

Software Implementation and Support Works with facility owners and contractors during the installation and implementation of the JOC management software program, PROGEN. Provides off-site technical support for PROGEN for both clients and contractors.

Quality Assurance Technician As a Quality Assurance Technician, Mr. Graham is responsible for quality control and publishing of The Gordian Group’s Construction Task Catalogs and Technical Specifications in both electronic and hardcopy form.

Other Experience

Teletech, Inc., Greenville, SC As a Preferred Customer Associate, Mr. Graham was responsible for helping preferred customers with supply ordering, shipping related issues, and resolving invoice problems.

Computer Hardware and Software Experience Experienced with PC hardware. Proficient with a multitude of office software as well as, Foxpro database, communications applications and PROGEN proprietary software.

Page 140: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Finalize Project and Complete Evaluation

Form

Prepare Preliminary Scope and Estimate

Review Proposal, Revise, Finalize

Conduct Joint Scope

Meeting

Inspect WorkAuthorize Payment

Issue Job Order

OVERVIEW OF JOC PROCEDURES

Office of General Services

Open Project and Create a

Job Order File

JOC Project Manager with EIC

Prepare Certificate

for Payment

Assign Contractor, JOC Project

Manager, and Number

Prepare Proposal

ContractorDirector of Construction

Process Payment

Prepare DSOW and

RFP

EIC

ContractorDSOW -RFP -

Detailed Scope of WorkRequest for Proposal

JOC Project Manager with EIC

Assign Work to JOC

JOC Program Manager

Define and Schedule

WorkReview File

JOC Program Manager with JOC Project Manager

Place File in Storage

EIC

Construct ProjectContractor

April 2006

Prepare Job Order and

Obtain Signatures

Page 141: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

WRITTEN PROCEDURES

Office of General Services 1 Copyright © 2006 The Gordian Group, Inc.

I. GENERAL

A. Purpose

1. The purpose of these procedures is to establish the general guidelines for developing Job Orders.

B. Definitions

1. Adjustment Factor - The competitively bid adjustment to the pre-set Unit Prices appearing in the Construction Task Catalog®. There are four (4) Adjustment Factors for each Contractor.

a) One to be applied to tasks performed during Normal Working Hours for working in Secured areas

b) One to be applied to tasks performed during Normal Working Hours for working outside Secured areas.

c) One to be applied to tasks performed during Other Than Normal Working Hours for working in Secured areas.

d) One to be applied to tasks performed during Other Than Normal Working Hours for working outside Secured areas.

2. Application for Payment - An invoice for payment prepared by the Contractor in connection with a particular Job Order or Project.

3. Construction Task Catalog® (CTC™) - A book containing all Prepriced Tasks.

4. Detailed Scope of Work (DSOW) - A document prepared by the JOC Project Manager following a Joint Scope Meeting which describes in detail the work the Contractor will perform for a particular Job Order.

5. Job Order - A document prepared by the JOC Project Manager and issued to a Contractor authorizing the Contractor to proceed with the Detailed Scope of Work and setting forth the Job Order Price and the Job Order Completion Time.

6. Job Order Amount – The lump sum price appearing on the Job Order to be paid to the Contractor for completing the requirements of the Detailed Scope of Work.

Page 142: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

WRITTEN PROCEDURES

Office of General Services 2 Copyright © 2006 The Gordian Group, Inc.

7. Job Order Completion Time - The period of time, expressed in calendar days, set forth in the Job Order within which the Contractor must complete the requirements the Detailed Scope of Work.

8. Job Order File - A file organized in accordance with the standard format containing the original records and documents relating to a Job Order.

9. Joint Scope Meeting - A meeting at the site of the proposed work during which the JOC Project Manager, Contractor, and when appropriate Subcontractors and others, review the preliminary scope of work to be performed and any other issues relating to the Job Order.

10. Joint Scope Meeting Memorandum - A document prepared by the JOC Project Manager following a Joint Scope Meeting to record such information as the names of the individuals invited and who attended the meeting, the issues discussed and resolved, and notes of the meeting.

11. Non-Prepriced Task - A construction task for which a pre-set price is not contained in the Construction Task Catalog®.

12. Notice of Joint Scope Meeting - A document prepared by the JOC Project Manager and sent to the individuals invited to the Joint Scope Meeting.

13. Preliminary Scope of Work - A document prepared by the JOC Project Manager prior to a Joint Scope Meeting which sets forth in general terms the work to be performed in connection with a particular Job Order.

14. Prepriced Task - A construction task for which a pre-set price is contained in the Construction Task Catalog®.

15. Price Proposal - The cost portion of the Proposal. The Price Proposal is prepared by the Contractor from the Construction Task Catalog® using ONLY those tasks necessary to complete the DSOW.

16. Progen® - The software provided by The Gordian Group, Inc. for the purpose of managing the development of Job Orders and for the administration of the contracts.

17. Project - The services and construction necessary to accomplish a specific and identified work requirement of which a Job Order may be all or part. A Project may require multiple Job Orders.

Page 143: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

WRITTEN PROCEDURES

Office of General Services 3 Copyright © 2006 The Gordian Group, Inc.

18. Proposal Package - All documents submitted by a Contractor in response to a Request for Proposal including but not limited to: (1) Price Proposal, (2) schedule, (3) Scope Definition Services, (4) catalog cuts, samples, technical data and other submittals, (5) M/WBE Information, and (6) Subcontractor information.

19. Request For Proposal (RFP) - A document prepared by the JOC Project Manager and sent to a Contractor requesting the Contractor to prepare a Proposal for the Detailed Scope of Work.

20. Technical Specifications - The specifications describing the quality of material and workmanship for the Tasks in the Construction Task Catalog®.

21. Validation - A process performed by Progen® to verify that the Construction Task Catalog® data contained in each Price Proposal submitted by the Contractor are accurate and that the calculations contained in the Price Proposal are correct.

II. POSITIONS AND RESPONSIBILITY

A. JOC Program Manager

1. Assigns a Contractor, JOC Project Manager and Project Number for each Project and obtains the identity of the Engineer in Charge (EIC).

2. Monitor the remaining JOC contract capacity.

3. Monitor the performance of the JOC Project Managers and Contractors and ensure that the procedures are being followed consistently and uniformly.

4. Serve as a point of contact for the JOC Program with other groups within the NYSOGS and its Clients.

5. Review completed Job Order Files.

6. Develop and implement improvements to the JOC procedures.

7. Reviews compliance with M/WBE requirements of the contract.

Page 144: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

WRITTEN PROCEDURES

Office of General Services 4 Copyright © 2006 The Gordian Group, Inc.

B. JOC Project Manager

1. Responsible for the development of the Job Orders.

2. Meet with the EIC and Client’s representative and, if necessary, the Facility representative to define and schedule the work.

3. Investigate the scope of each Job Order and prepare the Preliminary Scope of Work.

4. Prepare an independent estimate of the cost of the proposed Job Order.

5. Schedule and Conduct Joint Scope Meeting.

6. Prepare Joint Scope Meeting Memorandum.

7. Prepare or have prepared the Detailed Scope of Work.

8. Prepare the Request for Proposal.

9. Review Proposal in accordance with the General Approach for Reviewing Proposals

10. Validate Price Proposal.

11. Resolve Discrepancies in Proposal with Contractor.

12. Prepare Job Order and Obtain signatures.

C. Engineer in Charge (EIC)

1. Assist in Developing the Detailed Scope of Work.

2. Inspect the Work.

3. Prepare/Provide an independent estimate of the cost of the proposed Job Order.

4. Reviews and recommends Applications for Payments.

5. Certifies construction compliance with the Job Order documents.

Page 145: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

WRITTEN PROCEDURES

Office of General Services 5 Copyright © 2006 The Gordian Group, Inc.

III. PROCEDURES

A. Purpose

1. The procedures outlined below identify the major tasks necessary for the timely completion of Projects.

B. Project Initiation

1. The JOC Manager selects the Contractor based on the location and type of the work involved in the Project, verifies that the contract capacity is available, assigns a Project Number, designates a JOC Project Manager and obtains the identity of the EIC.

2. The selection of a Contractor is based on the geographic location of the work, the type of work involved in the Project, and the requirements of the Wicks Law.

3. Project Numbers will start with Contract # and 001, 002,…… 00N, etc.

12345X-001 Contract # & Trade Project # for that Contract

4. Job Order Numbers will be assigned as follows starting with 00:

12345X-001.00 Project # Job Order #

(Suffix to designate additional Related Job Orders i.e. 01, 02, ...0N etc.)

5. A separate OGS Project Number will also be provided for reference; they will be J0001, J0002, … … J000N, etc.

6. JOC Project Manager:

a) opens a file in Progen® and enters general project information; and

b) prepares a Job Order File.

Page 146: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

WRITTEN PROCEDURES

Office of General Services 6 Copyright © 2006 The Gordian Group, Inc.

C. Develop Preliminary Scope and Prepare for Joint Scope Meeting

1. JOC Project Manager meets with the EIC and Client/Facility Representative and investigates the work to be accomplished, the availability of information and documents concerning the site and the work in place (e.g. as-built drawings), the availability of information and documents concerning the work to be performed (drawings, sketches, summaries, material or equipment schedules) and the items listed below to be discussed at the Joint Scope Meeting.

2. JOC Project Manager obtains the requirements for permits and controlled inspections, if any.

3. JOC Project Manager collects all available information and documents concerning the site and the work in place.

4. JOC Project Manager prepares a Preliminary Scope of Work. If required, the JOC Project Manager arranges for the assistance of an architect or engineer to assist in developing the scope of the work.

5. If not already provided, the JOC Project Manager prepares a general independent estimate of the cost of the work. The estimate need not be exact, but should be a realistic range of the expected cost of the work.

6. JOC Project Manager discusses the schedule of the work with the Client representative.

7. JOC Project Manager schedules a Joint Scope Meeting with the EIC, Contractor, Client/Facility Representative, if appropriate, others. The JOC Project Manager prepares and sends to each invitee a Notice of Joint Scope Meeting. The JOC Project Manager sends the Contractor the Preliminary Scope of Work and the available information and documents concerning the site and the work in place.

8. JOC Project Manager prepares for the Joint Scope Meeting by reviewing the items to be discussed at the meeting and makes as many decisions about the items as possible.

D. Joint Scope Meeting and Developing the Scope of Work

1. JOC Project Manager makes the introductions and conducts the Joint Scope Meeting.

Page 147: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

WRITTEN PROCEDURES

Office of General Services 7 Copyright © 2006 The Gordian Group, Inc.

2. JOC Project Manager explains the work to be performed. At a minimum the JOC Project Manager and the Contractor should discuss and reach an agreement on the following items:

a) overall intent of the work as well as the specific tasks constituting the work to be performed;

b) schedule for the construction expressed in days, not dates, and the possible start date;

c) hours during which the work will be performed and the Adjustment Factors that will be used. More than one Adjustment Factor may be used on a Job Order;

d) access to the work site including any work restrictions;

e) the presence of hazardous materials and coordination with the NYSOGS’s Hazmat group, if required,;

f) sketches, drawings, catalog cuts, technical data on equipment or material, Samples and other submittals required;

g) permits, filings and controlled inspections;

h) coordination with other Contractors, if any, and a clear line of demarcation between the work of all such Contractors;

i) requirements for as-built drawings;

j) whether liquidated damages will apply;

k) whether the Proposal will be organized by category of work or in some other way, and the due date for the Proposal.

3. JOC Project Manager and Contractor discuss which Adjustment Factor will be applied to each task or groups of tasks. More than one Adjustment Factor can be used in a Price Proposal and a particular task may be broken down into parts, one part to be at a certain Adjustment Factor, another part to be at a different Adjustment Factor.

4. Following the Joint Scope Meeting, the JOC Project Manager prepares or has prepared the Detailed Scope of Work. The Detailed Scope of Work may reference drawings, sketches, or other documents. The JOC Project Manager sends the Detailed Scope of Work to the Contractor and, if appropriate, the Client/Facility Representative for review.

5. Once the Detailed Scope of Work is finalized, the JOC Project Manager prepares and sends to Contractor a Request for Proposal and the agreed upon Detailed Scope of Work.

Page 148: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

WRITTEN PROCEDURES

Office of General Services 8 Copyright © 2006 The Gordian Group, Inc.

E. Revise Estimate, Prepare Proposal and Review

1. If there were changes or additions to the Detailed Scope of Work following the Joint Scope Meeting, JOC Project Manager updates the estimate.

2. Contractor prepares a Proposal. The Proposal shall include at a minimum:

a) Price Proposal (with cover sheet and back-up for all Non-Prepriced Tasks);

b) Construction schedule expressed in number of days, not dates;

c) Required submittals (Catalog Cuts, Samples, Technical Data);

d) Required drawings, sketches;

e) A list of proposed Subcontractors and the estimated value of the subcontract (this is entered into Progen®5 and transmitted electronically to OGS)

f) A list of proposed M / WBE Subcontractors and the estimated value of the subcontract (this is entered into Progen®5 and transmitted electronically to OGS).

3. Contractor shall prepare, and be ready to provide, all back-up calculations, routing diagrams etc. to determine quantities included in the Price Proposal.

4. The documentation supporting each Non-Prepriced Task is stapled together. The Contractor prepares a cover sheet setting forth in detail the calculation appearing in the General Conditions. For the labor component, the Contractor sets forth the number of hours for each worker and the task to be performed. The Contractor includes copies of all material and Subcontractor quotes.

5. JOC Project Manager Validates the Proposal in Progen®. JOC Project Manager shall not permit a Proposal to be processed unless Validation is successful.

6. JOC Project Manager reviews all portions of the Proposal including the Price Proposal which is compared to the estimate previously prepared and to the available budget. JOC Project Manager reviews the Price Proposal in accordance with the General Approach for Reviewing Proposals set forth in the Training Manual.

7. JOC Project Manager communicates the required changes to the Contractor and if appropriate, schedules a meeting.

Page 149: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

WRITTEN PROCEDURES

Office of General Services 9 Copyright © 2006 The Gordian Group, Inc.

8. Contractor revises the Proposal and resubmits it.

9. Each revision of the Price Proposal submitted must be Validated separately.

10. Once an acceptable Proposal is received, JOC Project Manager:

a) schedules the start and completion dates for construction with the Client representative and the Contractor

b) enters the anticipated construction start and completion dates in Progen® ,

c) prints out two original Job Orders.

11. JOC Project Manager places the original Job Orders in the Job Order File, signs the Job Orders and submits the proposed Job Orders along with the Job Order File to the JOC Manager who, if in agreement, signs the Job Orders.

12. JOC Project Manager also obtains the signature of the Director of Construction.

13. JOC Project Manager sends an original Job Order to the Contractor.

F. Pre-Construction Activities

1. If required, JOC Project Manager verifies that the Contractor will file the Project and obtain the required permits.

2. JOC Project Manager verifies that controlled inspections or other technical inspections have been scheduled.

3. If work is to be performed on a site occupied by other Contractors, the EIC notifies the other Contractors of the JOC Contractor’s anticipated start date.

4. If the JOC Project Manager and/or the EIC deems necessary, the JOC Project Manager and/or the EIC conduct a pre-construction meeting at the site.

Page 150: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

WRITTEN PROCEDURES

Office of General Services 10 Copyright © 2006 The Gordian Group, Inc.

G. Construction and Inspections

1. Contractor shall begin work on the construction start date agreed to by the JOC Project Manager.

2. EIC reviews all submittals.

3. EIC inspects the work and approves payments in accordance with NYSOGS’s procedures.

4. If any additional work or credits are required, EIC shall contact the JOC Project Manager and a new Job Order shall be developed.

H. Close Out

1. To close out a Job Order, the EIC and /or JOC Project Manager will:

a) verify that all documents are in the Job Order File;

b) complete the Contractor Evaluation Form;

2. JOC Project Manager submits the completed Job Order File to the JOC Manager.

3. JOC Manager reviews the Job Order File and discusses with the JOC Project Manager any discrepancies or deficiencies in the Job Order File, or in the procedures followed.

4. JOC Manager places the Job Order File and other records in storage.

End of Procedures

Page 151: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

October 2006 copyright © 2006 The Gordian Group, Inc.

New York State Office of General Services - Downstate Page 08 - 1

08000 Doors And Windows 08700 Hardware And Specialties

08710 Finish Hardware Note: All hardware is ANSI/BHMA Grade 1 unless otherwise noted.

08710 1000 Hinges Note: Unit of measure "PR" indicates that two (2) sets of hinges (top and bottom) are priced. For doors with three (3)sets of hinges (top, middle and bottom), use 1.5 pairs.

08710 1100 Butts, Brass/Bronze With Satin Chrome Plated Finish Note: Clear coated, US 26D (BHMA 626)

08710 1110 Full Mortise, Plain Bearing 08710 1111 PR 3-1/2x3-1/2" Brass/Bronze Standard Duty Butt Hinges, .............................................................................................................. 36.59 6.18

Full Mortise, Plain Bearing 08710 1171 For Oxidized Bronze, Oil Rubbed, Add 1.18 08710 1172 For Satin Chrome Plated Finish, Add 0.59 08710 1281 For Primed For Paint Finish, Deduct -0.79 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1112 PR 4"x4" Brass/Bronze Standard Duty Butt Hinges, .......................................................................................................................... 58.06 8.82 Full Mortise, Plain Bearing

08710 1171 For Oxidized Bronze, Oil Rubbed, Add 6.83 08710 1172 For Satin Chrome Plated Finish, Add 3.42 08710 1281 For Primed For Paint Finish, Deduct -4.55 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1113 PR 4-1/2x4-1/2" Brass/Bronze Standard Duty Butt Hinges, .............................................................................................................. 76.33 9.71 Full Mortise, Plain Bearing

08710 1171 For Oxidized Bronze, Oil Rubbed, Add 7.77 08710 1172 For Satin Chrome Plated Finish, Add 3.89 08710 1281 For Primed For Paint Finish, Deduct -5.18 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1120 Full Mortise, Ball Bearing 08710 1121 PR 3-1/2x3-1/2" Brass/Bronze Standard Duty Butt Hinges Full ......................................................................................................... 38.26 6.18

Mortise, all Bearing 08710 1171 For Oxidized Bronze, Oil Rubbed, Add 1.49 08710 1172 For Satin Chrome Plated Finish, Add 0.75 08710 1281 For Primed For Paint Finish, Deduct -0.99 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1122 PR 4"x4" Brass/Bronze Standard Duty Butt Hinges Full Mortise, Ball ............................................................................................... 70.72 8.82 Bearing

08710 1171 For Oxidized Bronze, Oil Rubbed, Add 7.98 08710 1172 For Satin Chrome Plated Finish, Add 3.99 08710 1281 For Primed For Paint Finish, Deduct -5.32 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1123 PR 4-1/2x4-1/2" Brass/Bronze Heavy Duty Butt Hinges Full ............................................................................................................. 66.16 9.71 Mortise, Ball Bearing

08710 1171 For Oxidized Bronze, Oil Rubbed, Add 4.72 08710 1172 For Satin Chrome Plated Finish, Add 2.36 08710 1281 For Primed For Paint Finish, Deduct -3.15 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1124 PR 5"x4-1/2" Brass/Bronze Heavy Duty Butt Hinges Full .................................................................................................................. 76.99 11.47 Mortise, Ball Bearing

08710 1171 For Oxidized Bronze, Oil Rubbed, Add 5.45 08710 1172 For Satin Chrome Plated Finish, Add 2.72 08710 1281 For Primed For Paint Finish, Deduct -3.63 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1125 PR 5"x5" Brass/Bronze Heavy Duty Butt Hinges Full Mortise, Ball ................................................................................................... 81.37 11.47 Bearing

08710 1171 For Oxidized Bronze, Oil Rubbed, Add 6.76 08710 1172 For Satin Chrome Plated Finish, Add 3.38 08710 1281 For Primed For Paint Finish, Deduct -4.51 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1126 PR 6"x5" Brass/Bronze Extra Heavy Butt Hinges, Full Mortise, ........................................................................................................ 99.31 14.74 Ball Bearing

08710 1171 For Oxidized Bronze, Oil Rubbed, Add 12.14 08710 1172 For Satin Chrome Plated Finish, Add 6.07 08710 1281 For Primed For Paint Finish, Deduct -8.10 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

Page 152: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

copyright © 2006 The Gordian Group, Inc. October 2006

Page 08 - 2 New York State Office of General Services - Downstate

08710 1130 Full Mortise, Full And 1/2 Surface 08710 1131 PR 4-1/2x4-1/2" Brass/Bronze Heavy Duty Butt Hinges Full And 1/2 ................................................................................................64.57 9.71

Surface, Ball Bearing 08710 1171 For Oxidized Bronze, Oil Rubbed, Add 4.25 08710 1172 For Satin Chrome Plated Finish, Add 2.12 08710 1281 For Primed For Paint Finish, Deduct -2.83 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1132 PR 5"x4-1/2" Brass/Bronze Heavy Duty Butt Hinges Full And 1/2 .....................................................................................................81.37 11.47 Surface, Ball Bearing

08710 1171 For Oxidized Bronze, Oil Rubbed, Add 6.76 08710 1172 For Satin Chrome Plated Finish, Add 3.38 08710 1281 For Primed For Paint Finish, Deduct -4.51 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1133 PR 5"x5" Brass/Bronze Heavy Duty Butt Hinges Full And 1/2 Surface, .............................................................................................90.30 11.47 Ball Bearing

08710 1171 For Oxidized Bronze, Oil Rubbed, Add 9.44 08710 1172 For Satin Chrome Plated Finish, Add 4.72 08710 1281 For Primed For Paint Finish, Deduct -6.29 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1140 Half Mortise, Ball Bearing 08710 1141 PR 4-1/2x4-1/2" Brass/Bronze Standard Duty Butt Hinges Half .........................................................................................................61.31 9.71

Mortise, Ball Bearing 08710 1171 For Oxidized Bronze, Oil Rubbed, Add 3.27 08710 1172 For Satin Chrome Plated Finish, Add 1.63 08710 1281 For Primed For Paint Finish, Deduct -2.18 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1150 Full Mortise, Slide-in, Ball Bearing 08710 1151 PR 4-1/2x4-1/2" Brass/Bronze Standard Duty Butt Hinges Full .........................................................................................................79.21 9.71

Mortise/ Slide-in, Ball Bearing 08710 1171 For Oxidized Bronze, Oil Rubbed, Add 8.64 08710 1172 For Satin Chrome Plated Finish, Add 4.32 08710 1281 For Primed For Paint Finish, Deduct -5.76 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1160 Full Mortise, Heavy Duty 08710 1161 PR 5" x 5" Brass/Bronze Extra Heavy Duty Butt Hinges, Full Mortise ................................................................................................92.71 14.74

08710 1171 For Oxidized Bronze, Oil Rubbed, Add 10.16 08710 1172 For Satin Chrome Plated Finish, Add 5.08 08710 1281 For Primed For Paint Finish, Deduct -6.78 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1200 Butts, Wrought Steel With Satin Chrome Plated Finish Note: Clear coated, US 26D (BHMA 652)

08710 1210 Full Mortise, Plain Bearing 08710 1211 PR 3-1/2x3-1/2" Wrought Steel, Standard Duty, Butt Hinges Full ......................................................................................................43.52 6.18

Mortise, Plain Bearing 08710 1281 For Primed For Paint Finish, Deduct -2.05 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 1.28 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -1.23 08710 1284 For Stainless Steel, Add 5.63 08710 1285 For Heavy Duty, Add 1.54 08710 1286 For Extra Heavy Duty, Add 4.09 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1212 PR 4"x4" Wrought Steel, Standard Duty, Butt Hinges Full Mortise, ...................................................................................................58.13 8.82 Plain Bearing

08710 1281 For Primed For Paint Finish, Deduct -2.80 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 1.75 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -1.68 08710 1284 For Stainless Steel, Add 7.71 08710 1285 For Heavy Duty, Add 2.10 08710 1286 For Extra Heavy Duty, Add 5.60 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1213 PR 4-1/2x4-1/2" Wrought Steel, Standard Duty, Butt Hinges Full ......................................................................................................71.62 9.71 Mortise, Plain Bearing

08710 1281 For Primed For Paint Finish, Deduct -4.24 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 2.65 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -2.54 08710 1284 For Stainless Steel, Add 11.66 08710 1285 For Heavy Duty, Add 3.18 08710 1286 For Extra Heavy Duty, Add 8.48

Page 153: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

October 2006 copyright © 2006 The Gordian Group, Inc.

New York State Office of General Services - Downstate Page 08 - 3

08710 1287 For Pair Of Non-Removable Pins, Add 6.00 08710 1220 Full Mortise, Ball Bearing

08710 1221 PR 3-1/2x3-1/2" Wrought Steel, Standard Duty, Butt Hinges, Full ..................................................................................................... 39.94 6.18 Mortise, Ball Bearing

08710 1281 For Primed For Paint Finish, Deduct -1.33 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 0.83 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -0.80 08710 1284 For Stainless Steel, Add 3.66 08710 1285 For Heavy Duty, Add 1.00 08710 1286 For Extra Heavy Duty, Add 2.66 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1222 PR 4"x4" Wrought Steel, Standard Duty, Butt Hinges, Full Mortise, .................................................................................................. 71.28 8.82 Ball Bearing

08710 1281 For Primed For Paint Finish, Deduct -5.43 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 3.40 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -3.26 08710 1284 For Stainless Steel, Add 14.94 08710 1285 For Heavy Duty, Add 4.07 08710 1286 For Extra Heavy Duty, Add 10.86 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1223 PR 4-1/2x4-1/2" Wrought Steel, Standard Duty, Butt Hinges, Full ..................................................................................................... 80.12 9.71 Mortise, Ball Bearing

08710 1281 For Primed For Paint Finish, Deduct -5.94 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 3.71 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -3.56 08710 1284 For Stainless Steel, Add 16.34 08710 1285 For Heavy Duty, Add 4.46 08710 1286 For Extra Heavy Duty, Add 11.88 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1224 PR 5"x5" Wrought Steel, Standard Duty, Butt Hinges, Full Mortise, ................................................................................................ 103.33 11.47 Ball Bearing

08710 1281 For Primed For Paint Finish, Deduct -8.90 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 5.56 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -5.34 08710 1284 For Stainless Steel, Add 24.48 08710 1285 For Heavy Duty, Add 6.68 08710 1286 For Extra Heavy Duty, Add 17.80 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1225 PR 5"x4-1/2" Wrought Steel, Standard Duty, Butt Hinges, Full ....................................................................................................... 102.58 11.47 Mortise, Ball Bearing

08710 1281 For Primed For Paint Finish, Deduct -8.75 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 5.47 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -5.25 08710 1284 For Stainless Steel, Add 24.06 08710 1285 For Heavy Duty, Add 6.56 08710 1286 For Extra Heavy Duty, Add 17.50 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1226 PR 6"x5" Wrought Steel, Standard Duty, Butt Hinges, Full .............................................................................................................. 136.53 11.47 Mortise, Ball Bearing

08710 1281 For Primed For Paint Finish, Deduct -15.54 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 9.71 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -9.32 08710 1284 For Stainless Steel, Add 42.74 08710 1285 For Heavy Duty, Add 11.66 08710 1286 For Extra Heavy Duty, Add 31.08 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1230 Half Surface, Plain Bearing 08710 1231 PR 3-1/2x3-1/2" Wrought Steel, Standard Duty, Butt Hinges, Half .................................................................................................... 44.08 6.18

Surface, Plain Bearing 08710 1281 For Primed For Paint Finish, Deduct -2.16 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 1.35 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -1.30 08710 1284 For Stainless Steel, Add 5.94 08710 1285 For Heavy Duty, Add 1.62 08710 1286 For Extra Heavy Duty, Add 4.32 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1232 PR 4"x4" Wrought Steel, Standard Duty, Butt Hinges, Half Surface, ................................................................................................. 57.70 8.82 Plain Bearing

08710 1281 For Primed For Paint Finish, Deduct -2.72

Page 154: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

copyright © 2006 The Gordian Group, Inc. October 2006

Page 08 - 4 New York State Office of General Services - Downstate

08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 1.70 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -1.63 08710 1284 For Stainless Steel, Add 7.47 08710 1285 For Heavy Duty, Add 2.04 08710 1286 For Extra Heavy Duty, Add 5.43 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1233 PR 4-1/2x4-1/2" Wrought Steel, Standard Duty, Butt Hinges, Half ....................................................................................................83.35 9.71 Surface - Half Mortise, Plain Bearing

08710 1281 For Primed For Paint Finish, Deduct -6.59 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 4.12 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -3.95 08710 1284 For Stainless Steel, Add 18.11 08710 1285 For Heavy Duty, Add 4.94 08710 1286 For Extra Heavy Duty, Add 13.17 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1234 PR 5"x4-1/2" Wrought Steel, Standard Duty, Butt Hinges, Half .......................................................................................................114.31 11.47 Surface - Half Mortise, Plain Bearing

08710 1281 For Primed For Paint Finish, Deduct -11.10 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 6.94 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -6.66 08710 1284 For Stainless Steel, Add 30.51 08710 1285 For Heavy Duty, Add 8.32 08710 1286 For Extra Heavy Duty, Add 22.19 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1240 Half Surface, Ball Bearing 08710 1241 PR 4"x4" Wrought Steel, Standard Duty, Butt Hinges, Half Surface, .................................................................................................74.81 9.71

Ball Bearing 08710 1281 For Primed For Paint Finish, Deduct -6.14 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 3.84 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -3.68 08710 1284 For Stainless Steel, Add 16.88 08710 1285 For Heavy Duty, Add 4.60 08710 1286 For Extra Heavy Duty, Add 12.28 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1242 PR 4-1/2x4-1/2" Wrought Steel, Standard Duty, Butt Hinges, Half ....................................................................................................87.78 9.71 Surface, Ball Bearing

08710 1281 For Primed For Paint Finish, Deduct -7.47 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 4.67 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -4.48 08710 1284 For Stainless Steel, Add 20.55 08710 1285 For Heavy Duty, Add 5.60 08710 1286 For Extra Heavy Duty, Add 14.94 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1243 PR 5"x5" Wrought Steel, Standard Duty, Butt Hinges, Half Mortise, ................................................................................................120.45 11.47 Full And Half Surface, Ball Bearing

08710 1281 For Primed For Paint Finish, Deduct -12.32 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 7.70 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -7.39 08710 1284 For Stainless Steel, Add 33.89 08710 1285 For Heavy Duty, Add 9.24 08710 1286 For Extra Heavy Duty, Add 24.65 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1250 Full Mortise, Slide-in, Ball Bearing 08710 1251 PR 4-1/2x4-1/2" Wrought Steel, Standard Duty, Butt Hinges, Full .....................................................................................................84.01 9.71

Mortise / Slide-in, Ball Bearing 08710 1281 For Primed For Paint Finish, Deduct -6.72 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 4.20 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -4.03 08710 1284 For Stainless Steel, Add 18.48 08710 1285 For Heavy Duty, Add 5.04 08710 1286 For Extra Heavy Duty, Add 13.44 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1260 Blank Butt Hinge 08710 1261 PR Solid Metal Hinge Blank Plates, 3.5" x 3.5" To 5" x 5", ................................................................................................................20.05 3.97

Including Screws 08710 1281 For Primed For Paint Finish, Deduct -0.86 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 0.54 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -0.51 08710 1284 For Stainless Steel, Add 2.35

Page 155: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

October 2006 copyright © 2006 The Gordian Group, Inc.

New York State Office of General Services - Downstate Page 08 - 5

08710 1285 For Heavy Duty, Add 0.64 08710 1286 For Extra Heavy Duty, Add 1.71 08710 1287 For Pair Of Non-Removable Pins, Add 6.00

08710 1270 Full Mortise, Single Acting Spring Hinge 08710 1271 PR 3-1/2x3-1/2" Wrought Steel, Single Acting Spring Hinge, Full ..................................................................................................... 59.26 6.18

Mortise 08710 1281 For Primed For Paint Finish, Deduct -5.19 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 3.25 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -3.12 08710 1284 For Stainless Steel, Add 14.28

08710 1272 PR 4"x4" Wrought Steel, Single Acting Spring Hinge, Full Mortise .................................................................................................... 78.09 8.82 08710 1281 For Primed For Paint Finish, Deduct -6.79 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 4.25 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -4.08 08710 1284 For Stainless Steel, Add 18.68

08710 1273 PR 4-1/2x4-1/2" Wrought Steel, Single Acting Spring Hinge, Full ................................................................................................... 100.39 9.71 Mortise

08710 1281 For Primed For Paint Finish, Deduct -9.99 08710 1282 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 6.25 08710 1283 For Satin Brass Plated Clear Coated Finish, Deduct -6.00 08710 1284 For Stainless Steel, Add 27.48

08710 1300 Off-Set And Pivot Hinges Note: Satin chrome plated, US26D

08710 1310 Hinges, Off-Set Note: For use on 1-3/8" and 1-3/4" doors. Allows doors to swing completely clear of the openings.

08710 1311 EA 4-1/2" Swing Clear Hinges, Off-Set ............................................................................................................................................. 97.64 2.75 08710 1341 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 16.46 08710 1342 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 26.51

08710 1320 Pivot Hinges 08710 1321 EA Pivot Hinges, Top Pivot Finish Hardware .................................................................................................................................. 237.59 30.88

08710 1341 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 14.66 08710 1342 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 23.61

08710 1322 EA Pivot Hinges, Intermediate Pivot Finish Hardware ..................................................................................................................... 212.91 25.59 08710 1341 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 14.66 08710 1342 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 23.61

08710 1323 EA Pivot Hinges, Bottom Pivot Finish Hardware ............................................................................................................................. 302.17 43.24 08710 1341 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 14.66 08710 1342 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 23.61

08710 1330 Off-Set Pivot Hinges 08710 1331 EA Off-Set Pivot Hinges, Intermediate Pivot Finish ......................................................................................................................... 224.85 25.59

Hardware 08710 1341 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 16.93 08710 1342 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 27.27

08710 1332 EA Off-Set Pivot Hinges, Bottom Pivot Finish Hardware ................................................................................................................. 385.79 43.24 08710 1341 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 30.53 08710 1342 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 49.17

08710 1333 EA Off-Set Pivot Hinges, Top Pivot Finish Hardware ...................................................................................................................... 242.83 30.88 08710 1341 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 15.66 08710 1342 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 25.21

08710 1400 Continuous Hinges 08710 1412 LF 1-1/2" Continuous Steel Hinge .................................................................................................................................................... 18.75 3.53

08710 1421 For Stainless Steel, Add 2.55 08710 1422 For Brass Or Nickel, Add 2.78 08710 1423 For Aluminum, Add 0.91 08710 1424 For Medium Gauge, Deduct -0.93

08710 1413 LF 2" Continuous Steel Hinge .......................................................................................................................................................... 19.06 3.53 08710 1421 For Stainless Steel, Add 2.72 08710 1422 For Brass Or Nickel, Add 2.96 08710 1423 For Aluminum, Add 0.97 08710 1424 For Medium Gauge, Deduct -0.99

08710 1414 LF 2-1/2" Continuous Steel Hinge .................................................................................................................................................... 19.68 3.53 08710 1421 For Stainless Steel, Add 3.06 08710 1422 For Brass Or Nickel, Add 3.34 08710 1423 For Aluminum, Add 1.09 08710 1424 For Medium Gauge, Deduct -1.11

08710 1415 LF 3" Continuous Steel Hinge .......................................................................................................................................................... 20.38 3.53 08710 1421 For Stainless Steel, Add 3.44 08710 1422 For Brass Or Nickel, Add 3.76

Page 156: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

copyright © 2006 The Gordian Group, Inc. October 2006

Page 08 - 6 New York State Office of General Services - Downstate

08710 1423 For Aluminum, Add 1.23 08710 1424 For Medium Gauge, Deduct -1.25

08710 1500 Double Action Spring Type Hinges 08710 1511 PR 2" Double Action Spring Type Hinge ............................................................................................................................................81.10 6.18

08710 1521 For Stainless Steel, Add 15.07 08710 1512 PR 3" Double Action Spring Type Hinge ............................................................................................................................................93.65 7.94

08710 1521 For Stainless Steel, Add 16.18 08710 1513 PR 4" Double Action Spring Type Hinge ..........................................................................................................................................106.47 9.71

08710 1521 For Stainless Steel, Add 17.38 08710 1514 PR 5" Double Action Spring Type Hinge ..........................................................................................................................................137.30 11.47

08710 1521 For Stainless Steel, Add 23.98 08710 1515 PR 6" Double Action Spring Type Hinge ..........................................................................................................................................162.12 13.24

08710 1521 For Stainless Steel, Add 28.78 08710 1516 PR 7" Double Action Spring Type Hinge ..........................................................................................................................................204.94 15.00

08710 1521 For Stainless Steel, Add 38.98 08710 1517 PR 8" Double Action Spring Type Hinge ..........................................................................................................................................273.77 41.91

08710 1521 For Stainless Steel, Add 56.98 08710 1600 Security Hinges

08710 1611 EA Hinge, 4 1/2 x 4 1/2, NRP, Steel with Security Studs ...................................................................................................................22.57 6.18 Prime Coated, Medium Weight Door, Average Frequency

08710 1612 EA Hinge, 4 1/2 x 4 1/2, NRP, Steel - Electrified Hinge ..................................................................................................................162.17 6.18 Prime Coated, Medium Weight Door, Average Frequency

08710 1613 EA Hinge, 4 1/2 x 4 1/2, NRP, Satin Chromium Plated, Steel - .......................................................................................................197.94 6.18 Electrified, Prime Coated, Medium Weight Door, Average Frequency

08710 2000 Door Trim 08710 2100 Bumpers 08710 2110 Floor Mounted

08710 2111 EA Door Bumper, Aluminum Floor Type "L Shaped" .........................................................................................................................28.28 4.41 08710 2112 EA Door Bumper, Domed Door Stop, 1" Height, 3/16" Base .............................................................................................................26.43 4.41

For Threshold Or Undercut Door 08710 2113 EA Door Bumper, Domed Door Stop, 1-3/8" Height, 9/16" Base .......................................................................................................29.22 4.41

For Threshold Or Undercut Door 08710 2114 EA Door Bumper, Heavy-Duty Floor Stop ..........................................................................................................................................46.76 4.41

08710 2120 Wall Mounted 08710 2121 EA Door Bumper, Convex Standard Duty Wall Type .........................................................................................................................25.28 4.41 08710 2122 EA Door Bumper, Concave Heavy Duty Wall Type, Brass ................................................................................................................24.49 4.41

2-7/16" Diameter 08710 2123 EA Door Bumper, Spring Type, Wall Mounted, For Residential Use, ................................................................................................16.50 13.50

2-13/16" Projection 08710 2130 Hinge Mounted

08710 2131 EA Door Bumper, Hinge Mounted, For Residential Use ....................................................................................................................20.72 10.77 08710 2300 Holders

08710 2321 EA Door Holder, Aluminum Floor Type .............................................................................................................................................59.24 10.59 08710 2322 EA Door Holder, Aluminum Wall Type ..............................................................................................................................................67.09 10.59 08710 2323 EA Door Holder, Aluminum Plunger Type ..........................................................................................................................................68.11 10.59 08710 2324 EA Door Holder, Brass Plunger Type ...............................................................................................................................................81.10 10.59

08710 2391 For Oxidized Bronze, Oil Rubbed, Add 7.79 08710 2392 For Stainless Steel, Add 14.27

08710 2325 EA Door Holder, Bronze Wall Type ...................................................................................................................................................60.88 10.59 08710 2391 For Oxidized Bronze, Oil Rubbed, Add 1.72 08710 2392 For Stainless Steel, Add 3.15

08710 2326 EA Door Holder, Bronze Floor Type ..................................................................................................................................................68.65 10.59 08710 2391 For Oxidized Bronze, Oil Rubbed, Add 4.05 08710 2392 For Stainless Steel, Add 7.43

08710 2327 EA Door Holder, Brass Kick Down Type ............................................................................................................................................69.15 10.59 08710 2500 Bolts

08710 2511 EA Flush Bolt, Lever Extension UL Rated, Brass ..............................................................................................................................45.35 4.41 08710 2014 For Oxidized Bronze, Oil Rubbed, Add 6.99 08710 2034 For Stainless Steel, Add 12.81 08710 2063 For Chrome Plated Finish, Add 3.49

08710 2521 EA 6" Long Surface Bolt With Strike, Brass .......................................................................................................................................39.49 4.41 08710 2014 For Oxidized Bronze, Oil Rubbed, Add 5.23 08710 2034 For Stainless Steel, Add 9.59 08710 2063 For Chrome Plated Finish, Add 2.62

08710 2600 Peep Holes 08710 2611 EA Door Site Glass Peep, Brass Wide Angle, Double Glazing ..........................................................................................................36.20 13.24

08710 2015 For Oxidized Bronze, Oil Rubbed, Add 2.92

Page 157: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

October 2006 copyright © 2006 The Gordian Group, Inc.

New York State Office of General Services - Downstate Page 08 - 7

08710 2035 For Stainless Steel, Add 5.35 08710 2064 For Chrome Plated Finish, Add 1.46

08710 2612 EA Door Viewer, Wide Angle, Brass, Adjustable From 1-3/8" To 2" .................................................................................................. 30.71 13.50 Depth

08710 2015 For Oxidized Bronze, Oil Rubbed, Add 2.60 08710 2035 For Stainless Steel, Add 4.76 08710 2064 For Chrome Plated Finish, Add 1.30

08710 2700 Knockers 08710 2711 EA Door Knocker, Brass ................................................................................................................................................................... 78.59 11.03

08710 2016 For Oxidized Bronze, Oil Rubbed, Add 16.96 08710 2036 For Stainless Steel, Add 31.09 08710 2065 For Chrome Plated Finish, Add 8.48

08710 2800 Hasps 08710 2811 PR 3" Hasp Assembly Door Hardware .............................................................................................................................................. 19.34 08710 2812 PR 4-1/2" Hasp Assembly Door Hardware ........................................................................................................................................ 29.51 08710 2813 PR 6" Hasp Assembly Door Hardware .............................................................................................................................................. 34.61

08710 2900 Miscellaneous 08710 2911 EA Coat/Hat Hook, 3-3/8" High, Brass With Chrome Plate ............................................................................................................... 24.85 6.62 08710 2912 EA Coat Hook, 1-1/4" High, Brass With Chrome Plate ...................................................................................................................... 18.93 6.62 08710 2969 EA 2-1/8" x 1" Ball Catch, Brass ........................................................................................................................................................ 22.69 7.06 08710 2970 EA Flush Bolt, Brass.......................................................................................................................................................................... 28.65 7.06 08710 2971 EA Dust Proof Strike With Plate, Brass ............................................................................................................................................. 29.98 7.06 08710 2972 EA Adapter Kit For Installation Of Cipher Locks On Metal Doors ...................................................................................................... 43.47 11.03 08710 2973 EA Public Toilet Lock......................................................................................................................................................................... 49.26 14.74 08710 2974 EA Cabinet Lock ................................................................................................................................................................................ 43.82 14.74 08710 2975 EA Firehose Extinguisher Cabinet Lock ............................................................................................................................................ 46.00 14.74 08710 2976 EA Push Or Pull Exit Paddle For Storefront Aluminum Door ........................................................................................................... 106.95 22.06

Note: Aluminum with dark bronze or satin aluminum finish. 08710 3000 Door Plates And Pulls 08710 3100 Metal Kick Plate

08710 3101 EA 8"x28" Aluminum Kick Plate With 3 Beveled Edges .................................................................................................................... 36.71 6.62 08710 3141 For Stainless Steel, Add 2.56 08710 3142 For Brass, Add 2.05 08710 3143 For Bronze Anodized, Add 1.02

08710 3102 EA 8"x30" Aluminum Kick Plate With 3 Beveled Edges .................................................................................................................... 37.35 6.62 08710 3141 For Stainless Steel, Add 2.72 08710 3142 For Brass, Add 2.18 08710 3143 For Bronze Anodized, Add 1.09

08710 3103 EA 8"x32" Aluminum Kick Plate With 3 Beveled Edges .................................................................................................................... 38.01 6.62 08710 3141 For Stainless Steel, Add 2.89 08710 3142 For Brass, Add 2.31 08710 3143 For Bronze Anodized, Add 1.15

08710 3104 EA 8"x34" Aluminum Kick Plate With 3 Beveled Edges .................................................................................................................... 38.17 6.62 08710 3141 For Stainless Steel, Add 2.93 08710 3142 For Brass, Add 2.34 08710 3143 For Bronze Anodized, Add 1.17

08710 3105 EA 8"x36" Aluminum Kick Plate With 3 Beveled Edges .................................................................................................................... 38.64 6.62 08710 3141 For Stainless Steel, Add 3.04 08710 3142 For Brass, Add 2.43 08710 3143 For Bronze Anodized, Add 1.22

08710 3106 EA 8"x38" Aluminum Kick Plate With 3 Beveled Edges .................................................................................................................... 39.08 6.62 08710 3141 For Stainless Steel, Add 3.15 08710 3142 For Brass, Add 2.52 08710 3143 For Bronze Anodized, Add 1.26

08710 3111 EA 10"x28" Aluminum Kick Plate With 3 Beveled Edges .................................................................................................................. 36.71 6.62 08710 3141 For Stainless Steel, Add 2.56 08710 3142 For Brass, Add 2.05 08710 3143 For Bronze Anodized, Add 1.02

08710 3112 EA 10"x30" Aluminum Kick Plate With 3 Beveled Edges .................................................................................................................. 37.35 6.62 08710 3141 For Stainless Steel, Add 2.72 08710 3142 For Brass, Add 2.18 08710 3143 For Bronze Anodized, Add 1.09

08710 3113 EA 10"x32" Aluminum Kick Plate With 3 Beveled Edges .................................................................................................................. 38.01 6.62 08710 3141 For Stainless Steel, Add 2.89 08710 3142 For Brass, Add 2.31 08710 3143 For Bronze Anodized, Add 1.15

08710 3114 EA 10"x34" Aluminum Kick Plate With 3 Beveled Edges .................................................................................................................. 38.17 6.62

Page 158: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

copyright © 2006 The Gordian Group, Inc. October 2006

Page 08 - 8 New York State Office of General Services - Downstate

08710 3141 For Stainless Steel, Add 2.93 08710 3142 For Brass, Add 2.34 08710 3143 For Bronze Anodized, Add 1.17

08710 3115 EA 10"x36" Aluminum Kick Plate With 3 Beveled Edges ...................................................................................................................38.64 6.62 08710 3141 For Stainless Steel, Add 3.04 08710 3142 For Brass, Add 2.43 08710 3143 For Bronze Anodized, Add 1.22

08710 3116 EA 10"x38" Aluminum Kick Plate With 3 Beveled Edges ...................................................................................................................38.90 6.62 08710 3141 For Stainless Steel, Add 3.11 08710 3142 For Brass, Add 2.49 08710 3143 For Bronze Anodized, Add 1.24

08710 3121 EA 12"x28" Aluminum Kick Plate With 3 Beveled Edges ...................................................................................................................37.32 6.62 08710 3141 For Stainless Steel, Add 2.71 08710 3142 For Brass, Add 2.17 08710 3143 For Bronze Anodized, Add 1.09

08710 3122 EA 12"x30" Aluminum Kick Plate With 3 Beveled Edges ...................................................................................................................38.01 6.62 08710 3141 For Stainless Steel, Add 2.89 08710 3142 For Brass, Add 2.31 08710 3143 For Bronze Anodized, Add 1.15

08710 3123 EA 12"x32" Aluminum Kick Plate With 3 Beveled Edges ...................................................................................................................38.71 6.62 08710 3141 For Stainless Steel, Add 3.06 08710 3142 For Brass, Add 2.45 08710 3143 For Bronze Anodized, Add 1.22

08710 3124 EA 12"x34" Aluminum Kick Plate With 3 Beveled Edges ...................................................................................................................38.81 6.62 08710 3141 For Stainless Steel, Add 3.09 08710 3142 For Brass, Add 2.47 08710 3143 For Bronze Anodized, Add 1.23

08710 3125 EA 12"x36" Aluminum Kick Plate With 3 Beveled Edges ...................................................................................................................39.37 6.62 08710 3141 For Stainless Steel, Add 3.23 08710 3142 For Brass, Add 2.58 08710 3143 For Bronze Anodized, Add 1.29

08710 3126 EA 12"x38" Aluminum Kick Plate With 3 Beveled Edges ...................................................................................................................39.80 6.62 08710 3141 For Stainless Steel, Add 3.33 08710 3142 For Brass, Add 2.67 08710 3143 For Bronze Anodized, Add 1.33

08710 3131 EA 16"x28" Aluminum Kick Plate With 3 Beveled Edges ...................................................................................................................40.98 6.62 08710 3141 For Stainless Steel, Add 3.63 08710 3142 For Brass, Add 2.90 08710 3143 For Bronze Anodized, Add 1.45

08710 3132 EA 16"x30" Aluminum Kick Plate With 3 Beveled Edges ...................................................................................................................41.89 6.62 08710 3141 For Stainless Steel, Add 3.86 08710 3142 For Brass, Add 3.08 08710 3143 For Bronze Anodized, Add 1.54

08710 3133 EA 16"x32" Aluminum Kick Plate With 3 Beveled Edges ...................................................................................................................42.80 6.62 08710 3141 For Stainless Steel, Add 4.08 08710 3142 For Brass, Add 3.27 08710 3143 For Bronze Anodized, Add 1.63

08710 3134 EA 16"x34" Aluminum Kick Plate With 3 Beveled Edges ...................................................................................................................43.25 6.62 08710 3141 For Stainless Steel, Add 4.20 08710 3142 For Brass, Add 3.36 08710 3143 For Bronze Anodized, Add 1.68

08710 3135 EA 16"x36" Aluminum Kick Plate With 3 Beveled Edges ...................................................................................................................43.71 6.62 08710 3141 For Stainless Steel, Add 4.31 08710 3142 For Brass, Add 3.45 08710 3143 For Bronze Anodized, Add 1.72

08710 3136 EA 16"x38" Aluminum Kick Plate With 3 Beveled Edges ...................................................................................................................44.61 6.62 08710 3141 For Stainless Steel, Add 4.54 08710 3142 For Brass, Add 3.63 08710 3143 For Bronze Anodized, Add 1.81

08710 3139 EA 40"x34" Aluminum Armor Plate ....................................................................................................................................................83.21 7.72 08710 3141 For Stainless Steel, Add 13.08 08710 3142 For Brass, Add 10.47 08710 3143 For Bronze Anodized, Add 5.23

08710 3200 Vinyl Kick Plate 08710 3211 EA 8"x28" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ...............................................................................................25.04 6.62 08710 3212 EA 8"x30" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ...............................................................................................25.77 6.62 08710 3213 EA 8"x32" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ...............................................................................................26.53 6.62

Page 159: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

October 2006 copyright © 2006 The Gordian Group, Inc.

New York State Office of General Services - Downstate Page 08 - 9

08710 3214 EA 8"x34" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ............................................................................................... 26.53 6.62 08710 3215 EA 8"x36" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ............................................................................................... 27.25 6.62 08710 3216 EA 8"x38" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ............................................................................................... 27.25 6.62 08710 3221 EA 12"x28" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ............................................................................................. 25.74 6.62 08710 3222 EA 12"x30" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ............................................................................................. 26.52 6.62 08710 3223 EA 12"x32" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ............................................................................................. 27.33 6.62 08710 3224 EA 12"x34" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ............................................................................................. 27.33 6.62 08710 3225 EA 12"x36" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ............................................................................................. 28.09 6.62 08710 3226 EA 12"x38" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ............................................................................................. 28.49 6.62 08710 3231 EA 16"x28" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ............................................................................................. 27.27 6.62 08710 3232 EA 16"x30" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ............................................................................................. 28.15 6.62 08710 3233 EA 16"x32" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ............................................................................................. 29.06 6.62 08710 3234 EA 16"x34" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ............................................................................................. 29.06 6.62 08710 3235 EA 16"x36" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ............................................................................................. 29.90 6.62 08710 3236 EA 16"x38" Vinyl, Adhesive Backed Kick Plate With 3 Beveled Edges ............................................................................................. 30.35 6.62

08710 3300 Plastic Kick Plate 08710 3331 EA 16"x28", 1/8" Plastic Kick Plate .................................................................................................................................................... 40.55 6.62 08710 3332 EA 16"x30", 1/8" Plastic Kick Plate .................................................................................................................................................... 41.87 6.62 08710 3333 EA 16"x32", 1/8" Plastic Kick Plate .................................................................................................................................................... 43.23 6.62 08710 3334 EA 16"x34", 1/8" Plastic Kick Plate .................................................................................................................................................... 43.23 6.62 08710 3335 EA 16"x36", 1/8" Plastic Kick Plate .................................................................................................................................................... 44.50 6.62 08710 3336 EA 16"x38", 1/8" Plastic Kick Plate .................................................................................................................................................... 45.02 6.62

08710 3400 Stainless Steel Kick/Mop Plate 08710 3411 EA 2"x 8" Stainless Steel Kick/Mop Plate .......................................................................................................................................... 35.45 4.41 08710 3412 EA 2"x18" Stainless Steel Kick/Mop Plate ......................................................................................................................................... 66.25 4.41

08710 3500 Push Bars And Plates 08710 3510 Push Bars

08710 3511 EA 3/8" x 2-1/2" Bronze Push Pull Bar, Rectangular, With Base Plate............................................................................................ 115.62 5.52 Note: Up to 34" wide. All finishes.

08710 3512 EA 1" Diameter Bronze Push Pull Bar, Up To 34" Wide, All Finishes................................................................................................ 68.84 5.52 08710 3520 Push Plates

08710 3521 EA 4"x16" Aluminum Push Plate Door Hardware .............................................................................................................................. 30.03 5.52 08710 3522 EA 4"x16" Bronze Push Plate Door Hardware .................................................................................................................................. 25.45 5.52 08710 3523 EA 4"x16" Stainless Steel Push Plate Door Hardware ...................................................................................................................... 41.03 5.52

08710 3600 Pull Handle 08710 3611 EA Wrought Door Pulls, Half Round .................................................................................................................................................. 43.83 5.52 08710 3612 EA Wrought Door Pulls, Rectangular ................................................................................................................................................ 43.83 5.52 08710 3613 EA Wrought Door Pulls, Round ......................................................................................................................................................... 46.55 5.52 08710 3621 EA 3/4" Diameter Door Pulls, 10" Long, All Finishes ......................................................................................................................... 35.16 5.52 08710 3631 EA 4"x16" Aluminum Pull Handle Door Hardware ............................................................................................................................. 42.38 5.52 08710 3632 EA 4"x16" Bronze Pull Handle Door Hardware ................................................................................................................................. 52.97 5.52 08710 3633 EA 4"x16" Stainless Steel Pull Handle Door Hardware ..................................................................................................................... 87.99 5.52

08710 3900 Miscellaneous Hardware 08710 3901 EA Handles, Pull Or "U" Shaped, Open End, Or Hospital Latch ..................................................................................................... 112.79 29.56

Style Door Hardware, Stainless Steel 08710 3902 EA Slide Latch Handle Mechanism For Toilet Stall Partition Doors ................................................................................................... 45.90 8.82 08710 3903 EA Card Holder, Bronze, To Receive 2" x 3-1/2" Card ...................................................................................................................... 93.61 36.80 08710 3908 EA Medium Security Key Operated Locker Locks ............................................................................................................................. 34.37 11.03 08710 3909 EA High Security Key Operated Locker Locks .................................................................................................................................. 35.43 11.03 08710 3921 EA Brass Entry Lockset Door Repair Cover, US3 ............................................................................................................................. 68.99 11.03 08710 3922 EA Stainless Steel Entry Lockset Door Repair Cover, US32D .......................................................................................................... 77.51 11.03 08710 3923 EA Brass Entry Deadlock Door Repair Cover, US3........................................................................................................................... 59.85 11.03 08710 3929 EA Latch Protector ........................................................................................................................................................................... 26.12 8.82 08710 3931 EA Automatic Flush Bolts, Bronze ....................................................................................................................................................... 7.54 2.21

08710 4000 Exit Devices 08710 4100 Push Bar Exit Device, Von Duprin Series 22

Note: Grade 1, BHMA 156.3 08710 4111 EA 3' Push Bar Exit Device, Rim Type ............................................................................................................................................ 468.81 99.27

Note: Anodized finish: aluminum or dark brown. Von Duprin Series 22 08710 4191 For 4' Push Bar, Add 13.00

08710 4112 EA 3' Push Bar Exit Device, Rim Type, Fire Rated ......................................................................................................................... 525.36 99.27 Note: Anodized finish: aluminum or dark brown. Von Duprin Series 22

08710 4191 For 4' Push Bar, Add 13.00 08710 4121 EA 3' Push Bar Exit Device, Surface Vertical Rods ......................................................................................................................... 664.76 119.12

Note: Anodized finish: aluminum or dark brown. Von Duprin Series 22 08710 4191 For 4' Push Bar, Add 13.00

08710 4122 EA 3' Push Bar Exit Device, Surface Vertical Rods, Fire Rated ...................................................................................................... 779.81 110.30 Note: Anodized finish: aluminum or dark brown. Von Duprin Series 22

Page 160: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

copyright © 2006 The Gordian Group, Inc. October 2006

Page 08 - 10 New York State Office of General Services - Downstate

08710 4191 For 4' Push Bar, Add 13.00 08710 4131 EA Dummy Trim, Von Duprin Series 22 .............................................................................................................................................68.82 16.54

Note: Anodized finish: aluminum or dark brown. 08710 4132 EA Night Latch Trim With Cylinder, Von Duprin Series 22 .................................................................................................................91.01 22.06

Note: Anodized finish: aluminum or dark brown. 08710 4133 EA Knob Trim With Cylinder, Von Duprin Series 22 ........................................................................................................................200.04 33.09

Note: Anodized finish: aluminum or dark brown. 08710 4134 EA Lever Trim With Cylinder, Von Duprin Series 22 ........................................................................................................................203.94 33.09

Note: Anodized finish: aluminum or dark brown. 08710 4135 EA Thumbpiece Trim With Cylinder, Von Duprin Series 22 .............................................................................................................198.74 33.09

Note: Anodized finish: aluminum or dark brown. 08710 4200 Push Bar Exit Device, Narrow Stile, Von Duprin Series 33/35

Note: Grade 1, BHMA 156.3. Series 33 has a ribbed case, Series 35 has a smooth case. 08710 4211 EA 3' Push Bar Exit Device, Rim Type, Narrow Stile .......................................................................................................................822.41 99.27

Note: Aluminum anodized finish. Von Duprin Series 33/35 08710 4291 For 4' Push Bar, Add 13.00 08710 4292 For Anodized Dark Bronze Finish, Add 57.11 08710 4293 For Dull Chrome Finish, Add 109.59 08710 4294 For Dull Brass Or Dull Bronze Finish, Add 21.19 08710 4295 For Polished Brass Or Polished Chrome Finish, Add 162.85

08710 4221 EA 3' Push Bar Exit Device, Surface Vertical Rods, Narrow Stile ................................................................................................. 1,069.71 119.12 Note: Aluminum anodized finish. Von Duprin Series 33/35

08710 4291 For 4' Push Bar, Add 13.00 08710 4292 For Anodized Dark Bronze Finish, Add 77.01 08710 4293 For Dull Chrome Finish, Add 147.78 08710 4294 For Dull Brass Or Dull Bronze Finish, Add 28.58 08710 4295 For Polished Brass Or Polished Chrome Finish, Add 219.60

08710 4222 EA 3' Push Bar Exit Device, Surface Vertical Rods, Fire Rated, ................................................................................................... 1,210.76 119.12 Narrow Stile. Note: Aluminum anodized finish. Von Duprin Series 33/35

08710 4291 For 4' Push Bar, Add 13.00 08710 4292 For Anodized Dark Bronze Finish, Add 91.45 08710 4293 For Dull Chrome Finish, Add 175.49 08710 4294 For Dull Brass Or Dull Bronze Finish, Add 33.94 08710 4295 For Polished Brass Or Polished Chrome Finish, Add 260.79

08710 4231 EA 3' Push Bar Exit Device, Concealed Vertical Rods, Narrow Stile ............................................................................................ 1,126.68 136.77 Note: Aluminum anodized finish. Von Duprin Series 33/35

08710 4291 For 4' Push Bar, Add 13.00 08710 4292 For Anodized Dark Bronze Finish, Add 77.88 08710 4293 For Dull Chrome Finish, Add 149.44 08710 4294 For Dull Brass Or Dull Bronze Finish, Add 28.90 08710 4295 For Polished Brass Or Polished Chrome Finish, Add 222.07

08710 4232 EA 3' Push Bar Exit Device, Concealed Vertical Rods, Fire Rated, .............................................................................................. 1,269.68 136.77 Narrow Stile. Note: Aluminum anodized finish. Von Duprin Series 33/35

08710 4291 For 4' Push Bar, Add 13.00 08710 4292 For Anodized Dark Bronze Finish, Add 92.52 08710 4293 For Dull Chrome Finish, Add 177.54 08710 4294 For Dull Brass Or Dull Bronze Finish, Add 34.33 08710 4295 For Polished Brass Or Polished Chrome Finish, Add 263.82

08710 4241 EA Dummy Trim, Von Duprin Series 33/35 ......................................................................................................................................170.22 16.54 Note: Anodized finish: aluminum or dark brown.

08710 4296 For Dull Chrome Finish, Add 24.78 08710 4297 For Dull Brass Or Dull Bronze Finish, Add 4.79 08710 4298 For Polished Brass Or Polished Chrome Finish, Add 36.82

08710 4242 EA Night Grip With Cylinder, Von Duprin Series 33/35 ....................................................................................................................284.71 22.06 Note: Anodized finish: aluminum or dark brown.

08710 4296 For Dull Chrome Finish, Add 43.81 08710 4297 For Dull Brass Or Dull Bronze Finish, Add 8.47 08710 4298 For Polished Brass Or Polished Chrome Finish, Add 65.10

08710 4243 EA Night Latch With Cylinder, Von Duprin Series 33/35 ..................................................................................................................170.96 22.06 Note: Anodized finish: aluminum or dark brown.

08710 4296 For Dull Chrome Finish, Add 21.46 08710 4297 For Dull Brass Or Dull Bronze Finish, Add 4.15 08710 4298 For Polished Brass Or Polished Chrome Finish, Add 31.89

08710 4244 EA Lever Trim With Cylinder, Von Duprin Series 33/35 ...................................................................................................................361.89 33.09 Note: Anodized finish: aluminum or dark brown.

08710 4296 For Dull Chrome Finish, Add 53.77 08710 4297 For Dull Brass Or Dull Bronze Finish, Add 10.40 08710 4298 For Polished Brass Or Polished Chrome Finish, Add 79.91

08710 4245 EA Thumbturn Trim With Cylinder, Von Duprin Series 33/35 ..........................................................................................................361.89 33.09 Note: Anodized finish: aluminum or dark brown.

08710 4296 For Dull Chrome Finish, Add 53.77

Page 161: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

October 2006 copyright © 2006 The Gordian Group, Inc.

New York State Office of General Services - Downstate Page 08 - 11

08710 4297 For Dull Brass Or Dull Bronze Finish, Add 10.40 08710 4298 For Polished Brass Or Polished Chrome Finish, Add 79.91

08710 4300 Push Bar Exit Device, Von Duprin Series 98/99 Note: Grade 1, BHMA 156.3. Series 98 has a smooth case, Series 99 has a grooved case.

08710 4311 EA 3' Push Bar Exit Device, Rim Type ............................................................................................................................................ 717.76 99.27 Note: Aluminum anodized finish. Von Duprin Series 98/99

08710 4451 For 4' Push Bar, Add 13.00 08710 4452 For Anodized Dark Bronze Finish, Add 27.64 08710 4455 For Dull Chrome Finish, Add 43.95 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 70.22 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 143.62 08710 4458 For Dull Stainless Steel Finish, Add 66.60

08710 4312 EA 3' Push Bar Exit Device, Rim Type, Fire Rated ......................................................................................................................... 802.91 99.27 Note: Aluminum anodized finish. Von Duprin Series 98/99

08710 4451 For 4' Push Bar, Add 13.00 08710 4452 For Anodized Dark Bronze Finish, Add 32.83 08710 4455 For Dull Chrome Finish, Add 52.21 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 83.42 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 170.61 08710 4458 For Dull Stainless Steel Finish, Add 79.12

08710 4321 EA 3' Push Bar Exit Device, Surface Vertical Rods ......................................................................................................................... 972.86 119.12 Note: Aluminum anodized finish. Von Duprin Series 98/99

08710 4451 For 4' Push Bar, Add 13.00 08710 4452 For Anodized Dark Bronze Finish, Add 39.97 08710 4455 For Dull Chrome Finish, Add 63.55 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 101.56 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 207.70 08710 4458 For Dull Stainless Steel Finish, Add 96.31

08710 4322 EA 3' Push Bar Exit Device, Surface Vertical Rods, Fire Rated ................................................................................................... 1,091.81 119.12 Note: Aluminum anodized finish. Von Duprin Series 98/99

08710 4451 For 4' Push Bar, Add 13.00 08710 4452 For Anodized Dark Bronze Finish, Add 47.22 08710 4455 For Dull Chrome Finish, Add 75.09 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 119.99 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 245.41 08710 4458 For Dull Stainless Steel Finish, Add 113.80

08710 4331 EA 3' Push Bar Exit Device, Concealed Vertical Rods ................................................................................................................. 1,040.23 136.77 Note: Aluminum anodized finish. Von Duprin Series 98/99

08710 4451 For 4' Push Bar, Add 13.00 08710 4453 For Anodized Dark Bronze Finish, Add 62.69 08710 4455 For Dull Chrome Finish, Add 65.38 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 104.48 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 213.67 08710 4458 For Dull Stainless Steel Finish, Add 99.09

08710 4332 EA 3' Push Bar Exit Device, Concealed Vertical Rods, Fire Rated .............................................................................................. 1,161.13 136.77 Note: Aluminum anodized finish. Von Duprin Series 98/99

08710 4451 For 4' Push Bar, Add 13.00 08710 4453 For Anodized Dark Bronze Finish, Add 73.93 08710 4455 For Dull Chrome Finish, Add 77.11 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 123.22 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 252.00 08710 4458 For Dull Stainless Steel Finish, Add 116.86

08710 4341 EA 3' Push Bar Exit Device, Mortise Lock ....................................................................................................................................... 969.19 123.53 Note: Aluminum anodized finish. Von Duprin Series 98/99

08710 4451 For 4' Push Bar, Add 13.00 08710 4454 For Anodized Dark Bronze Finish, Add 23.62 08710 4455 For Dull Chrome Finish, Add 61.92 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 98.94 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 202.34 08710 4458 For Dull Stainless Steel Finish, Add 93.83

08710 4342 EA 3' Push Bar Exit Device, Mortise Lock, Fire Rated ................................................................................................................. 1,054.99 123.53 Note: Aluminum anodized finish. Von Duprin Series 98/99

08710 4451 For 4' Push Bar, Add 13.00 08710 4454 For Anodized Dark Bronze Finish, Add 26.79 08710 4455 For Dull Chrome Finish, Add 70.24 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 112.24 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 229.54 08710 4458 For Dull Stainless Steel Finish, Add 106.44

08710 4351 EA 3' Push Bar Exit Device, Chexit Delayed Egress .................................................................................................................... 1,487.93 114.71 Note: Aluminum anodized finish. Von Duprin Series 98/99. Excludes power supply.

Page 162: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

copyright © 2006 The Gordian Group, Inc. October 2006

Page 08 - 12 New York State Office of General Services - Downstate

08710 4451 For 4' Push Bar, Add 13.00 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 182.76 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 373.78 08710 4459 For Anodized Dark Bronze Finish, Add 43.86 08710 4460 For Dull Chrome Finish, Add 49.29

08710 4352 EA 3' Push Bar Exit Device, Chexit Delayed Egress, Fire Rated .................................................................................................. 1,575.68 114.71 Note: Aluminum anodized finish. Von Duprin Series 98/99. Excludes power supply.

08710 4451 For 4' Push Bar, Add 13.00 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 196.36 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 401.59 08710 4459 For Anodized Dark Bronze Finish, Add 47.13 08710 4460 For Dull Chrome Finish, Add 52.95

08710 4361 EA 3' Push Bar Exit Device, Mortise Chexit Delayed Egress ........................................................................................................ 1,740.38 141.18 Note: Aluminum anodized finish. Von Duprin Series 98/99. Excludes power supply.

08710 4451 For 4' Push Bar, Add 13.00 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 210.27 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 430.03 08710 4459 For Anodized Dark Bronze Finish, Add 50.46 08710 4460 For Dull Chrome Finish, Add 56.70

08710 4362 EA 3' Push Bar Exit Device, Mortise Chexit Delayed Egress, Fire ................................................................................................ 1,841.78 141.18 Rated. Note: Aluminum anodized finish. Von Duprin Series 98/99. Excludes power supply.

08710 4451 For 4' Push Bar, Add 13.00 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 225.98 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 462.17 08710 4459 For Anodized Dark Bronze Finish, Add 54.24 08710 4460 For Dull Chrome Finish, Add 60.94

08710 4371 EA 3' Push Bar Exit Device, Electric Latch Retraction .................................................................................................................. 1,131.08 114.71 Note: Aluminum anodized finish. Von Duprin Series 98/99. Excludes power supply.

08710 4451 For 4' Push Bar, Add 13.00 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 127.45 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 260.65 08710 4464 For Anodized Dark Bronze Finish, Add 30.59 08710 4465 For Dull Chrome Finish, Add 47.20

08710 4372 EA 3' Push Bar Exit Device, Electric Latch Retraction, Fire Rated ............................................................................................... 1,218.83 114.71 Note: Aluminum anodized finish. Von Duprin Series 98/99. Excludes power supply.

08710 4451 For 4' Push Bar, Add 13.00 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 141.05 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 288.47 08710 4464 For Anodized Dark Bronze Finish, Add 33.85 08710 4465 For Dull Chrome Finish, Add 52.23

08710 4381 EA 3' Push Bar Exit Device, Mortise Electric Latch Retraction ..................................................................................................... 1,391.33 141.18 Note: Aluminum anodized finish. Von Duprin Series 98/99. Excludes power supply.

08710 4451 For 4' Push Bar, Add 13.00 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 156.16 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 319.38 08710 4464 For Anodized Dark Bronze Finish, Add 37.48 08710 4465 For Dull Chrome Finish, Add 57.83

08710 4382 EA 3' Push Bar Exit Device, Mortise Electric Latch Retraction, Fire ............................................................................................. 1,477.13 141.18 Rated. Note: Aluminum anodized finish. Von Duprin Series 98/99. Excludes power supply.

08710 4451 For 4' Push Bar, Add 13.00 08710 4456 For Dull Brass Or Dull Bronze Finish, Add 169.46 08710 4457 For Polished Brass Or Polished Chrome Finish, Add 346.58 08710 4464 For Anodized Dark Bronze Finish, Add 40.67 08710 4465 For Dull Chrome Finish, Add 62.76

08710 4391 EA Dummy Trim, Von Duprin Series 98/99 ......................................................................................................................................141.62 16.54 Note: Anodized finish: aluminum or dark brown.

08710 4471 For Dull Chrome Finish, Deduct -5.36 08710 4472 For Dull Brass Or Dull Bronze Finish, Add 9.26 08710 4473 For Polished Brass Or Polished Chrome Finish, Add 24.18

08710 4392 EA Night Pull Trim With Cylinder, Von Duprin Series 98/99 ............................................................................................................162.51 22.06 Note: Anodized finish: aluminum or dark brown.

08710 4471 For Dull Chrome Finish, Deduct -5.54 08710 4472 For Dull Brass Or Dull Bronze Finish, Add 9.57 08710 4473 For Polished Brass Or Polished Chrome Finish, Add 24.99

08710 4393 EA Lever Trim With Cylinder, Von Duprin Series 98/99 ...................................................................................................................313.14 33.09 Note: Anodized finish: aluminum or dark brown.

08710 4471 For Dull Chrome Finish, Deduct -12.37 08710 4472 For Dull Brass Or Dull Bronze Finish, Add 21.37 08710 4473 For Polished Brass Or Polished Chrome Finish, Add 55.78

08710 4394 EA Lever Trim Without Cylinder, Von Duprin Series 98/99 ..............................................................................................................263.09 33.09

Page 163: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

October 2006 copyright © 2006 The Gordian Group, Inc.

New York State Office of General Services - Downstate Page 08 - 13

Note: Anodized finish: aluminum or dark brown. 08710 4471 For Dull Chrome Finish, Deduct -9.62 08710 4472 For Dull Brass Or Dull Bronze Finish, Add 16.61 08710 4473 For Polished Brass Or Polished Chrome Finish, Add 43.36

08710 4395 EA Knob Trim With Cylinder, Von Duprin Series 98/99 ................................................................................................................... 252.69 33.09 Note: Anodized finish: aluminum or dark brown.

08710 4471 For Dull Chrome Finish, Deduct -9.05 08710 4472 For Dull Brass Or Dull Bronze Finish, Add 15.62 08710 4473 For Polished Brass Or Polished Chrome Finish, Add 40.78

08710 4396 EA Knob Trim Without Cylinder, Von Duprin Series 98/99 .............................................................................................................. 216.29 33.09 Note: Anodized finish: aluminum or dark brown.

08710 4471 For Dull Chrome Finish, Deduct -7.04 08710 4472 For Dull Brass Or Dull Bronze Finish, Add 12.17 08710 4473 For Polished Brass Or Polished Chrome Finish, Add 31.76

08710 4397 EA Thumbpiece Trim With Cylinder, Von Duprin Series 98/99 ........................................................................................................ 222.79 33.09 Note: Anodized finish: aluminum or dark brown.

08710 4471 For Dull Chrome Finish, Deduct -7.40 08710 4472 For Dull Brass Or Dull Bronze Finish, Add 12.78 08710 4473 For Polished Brass Or Polished Chrome Finish, Add 33.37

08710 4398 EA Thumbpiece Trim Without Cylinder, Von Duprin Series 98/99 ................................................................................................... 195.49 33.09 Note: Anodized finish: aluminum or dark brown.

08710 4471 For Dull Chrome Finish, Deduct -5.90 08710 4472 For Dull Brass Or Dull Bronze Finish, Add 10.19 08710 4473 For Polished Brass Or Polished Chrome Finish, Add 26.60

08710 4399 EA Push/Pull Latch Trim With Cylinder, Von Duprin Series 98/99 .................................................................................................. 390.49 33.09 (Hospital Latch). Note: Anodized finish: aluminum or dark brown.

08710 4471 For Dull Chrome Finish, Deduct -16.62 08710 4472 For Dull Brass Or Dull Bronze Finish, Add 28.71 08710 4473 For Polished Brass Or Polished Chrome Finish, Add 74.96

08710 4400 Option And Kits For Series 22, 33, 35, 98 Or 99 08710 4411 EA Alarm Kit With Switch And 9 Volt Battery Back-up..................................................................................................................... 493.84 33.09 08710 4412 EA Power Supply For Chexit Or Electric Latch Devices .................................................................................................................. 411.29 33.09

Note: 4A@12VDC 2A@24VDC 08710 4500 Cross Bar Exit Device, Narrow Stile, Von Duprin Series 55

Note: Grade 1, BHMA 156.3 08710 4511 EA 42" Crossbar Exit Device, Rim Type, Narrow Stile .................................................................................................................... 991.41 99.27

Note: Anodized finish: dull brass or dull bronze. Von Duprin Series 55 08710 4591 For Dull Chrome Finish, Add 91.56 08710 4592 For Oil Rubbed Finish, Add 105.37 08710 4593 For Polished Brass Or Chrome Finish, Add 138.80 08710 4594 For Polished Stainless Steel Finish, Add 151.15

08710 4521 EA 42" Crossbar Exit Device, Concealed Vertical Rod, Narrow Stile ........................................................................................... 1,278.78 136.77 Note: Anodized finish: dull brass or dull bronze. Von Duprin Series 55

08710 4591 For Dull Chrome Finish, Add 114.99 08710 4592 For Oil Rubbed Finish, Add 132.33 08710 4593 For Polished Brass Or Chrome Finish, Add 174.31 08710 4594 For Polished Stainless Steel Finish, Add 189.82

08710 4531 EA Dummy Trim Pull Bracket, Von Duprin Series 55 ...................................................................................................................... 198.82 16.54 Note: Anodized finish: dull brass or dull bronze

08710 4591 For Dull Chrome Finish, Add 19.49 08710 4592 For Oil Rubbed Finish, Add 22.43 08710 4593 For Polished Brass Or Chrome Finish, Add 29.55 08710 4594 For Polished Stainless Steel Finish, Add 32.18

08710 4532 EA Cylinder Assembly, Von Duprin Series 55 ................................................................................................................................. 104.66 23.38 Note: Anodized finish: dull brass or dull bronze

08710 4591 For Dull Chrome Finish, Add 5.41 08710 4592 For Oil Rubbed Finish, Add 6.22 08710 4593 For Polished Brass Or Chrome Finish, Add 8.19 08710 4594 For Polished Stainless Steel Finish, Add 8.92

08710 4533 EA Cylinder With Pull Bracket, Von Duprin Series 55 ..................................................................................................................... 175.51 23.38 Note: Anodized finish: dull brass or dull bronze

08710 4591 For Dull Chrome Finish, Add 14.33 08710 4592 For Oil Rubbed Finish, Add 16.49 08710 4593 For Polished Brass Or Chrome Finish, Add 21.73 08710 4594 For Polished Stainless Steel Finish, Add 23.66

08710 4534 EA Thumbturn Trim With Cylinder, Von Duprin Series 55 ............................................................................................................... 324.19 33.09 Note: Anodized finish: dull brass or dull bronze

08710 4591 For Dull Chrome Finish, Add 29.73 08710 4592 For Oil Rubbed Finish, Add 34.21 08710 4593 For Polished Brass Or Chrome Finish, Add 45.07

Page 164: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

copyright © 2006 The Gordian Group, Inc. October 2006

Page 08 - 14 New York State Office of General Services - Downstate

08710 4594 For Polished Stainless Steel Finish, Add 49.08 08710 4535 EA Thumbturn Trim Without Cylinder, Von Duprin Series 55 ..........................................................................................................307.94 33.09

Note: Anodized finish: dull brass or dull bronze 08710 4591 For Dull Chrome Finish, Add 27.68 08710 4592 For Oil Rubbed Finish, Add 31.86 08710 4593 For Polished Brass Or Chrome Finish, Add 41.96 08710 4594 For Polished Stainless Steel Finish, Add 45.70

08710 4536 EA Lever Trim With Cylinder, Von Duprin Series 55 ........................................................................................................................338.49 33.09 Note: Anodized finish: dull brass or dull bronze

08710 4591 For Dull Chrome Finish, Add 31.53 08710 4592 For Oil Rubbed Finish, Add 36.29 08710 4593 For Polished Brass Or Chrome Finish, Add 47.80 08710 4594 For Polished Stainless Steel Finish, Add 52.05

08710 4537 EA Knob Trim With Cylinder, Von Duprin Series 55 ........................................................................................................................328.74 33.09 Note: Anodized finish: dull brass or dull bronze

08710 4591 For Dull Chrome Finish, Add 30.30 08710 4592 For Oil Rubbed Finish, Add 34.87 08710 4593 For Polished Brass Or Chrome Finish, Add 45.94 08710 4594 For Polished Stainless Steel Finish, Add 50.02

08710 4600 Cross Bar Exit Device, Von Duprin Series 88 Note: Grade 1, BHMA 156.3

08710 4611 EA 42" Crossbar Exit Device, Rim Type ..........................................................................................................................................794.46 99.27 Note: Anodized finish: dull brass or dull bronze. Von Duprin Series 88

08710 4691 For Dull Chrome Finish, Add 16.42 08710 4692 For Oil Rubbed Finish, Add 16.95 08710 4693 For Polished Brass Finish, Add 144.62 08710 4694 For Polished Stainless Steel Finish, Add 144.62

08710 4612 EA 42" Crossbar Exit Device, Rim Type, Fire Rated .......................................................................................................................942.01 99.27 Note: Anodized finish: dull brass or dull bronze. Von Duprin Series 88

08710 4691 For Dull Chrome Finish, Add 21.00 08710 4692 For Oil Rubbed Finish, Add 21.67 08710 4693 For Polished Brass Finish, Add 184.90 08710 4694 For Polished Stainless Steel Finish, Add 184.90

08710 4621 EA 42" Crossbar Exit Device, Surface Vertical Rods .................................................................................................................... 1,063.86 119.12 Note: Anodized finish: dull brass or dull bronze. Von Duprin Series 88

08710 4691 For Dull Chrome Finish, Add 23.13 08710 4692 For Oil Rubbed Finish, Add 23.88 08710 4693 For Polished Brass Finish, Add 203.71 08710 4694 For Polished Stainless Steel Finish, Add 203.71

08710 4622 EA 42" Crossbar Exit Device, Surface Vertical Rods, Fire Rated ................................................................................................. 1,355.71 119.12 Note: Anodized finish: dull brass or dull bronze. Von Duprin Series 88

08710 4691 For Dull Chrome Finish, Add 32.18 08710 4692 For Oil Rubbed Finish, Add 33.22 08710 4693 For Polished Brass Finish, Add 283.39 08710 4694 For Polished Stainless Steel Finish, Add 283.39

08710 4631 EA 42" Crossbar Exit Device, Concealed Vertical Rods ............................................................................................................... 1,120.18 136.77 Note: Anodized finish: dull brass or dull bronze. Von Duprin Series 88

08710 4691 For Dull Chrome Finish, Add 23.37 08710 4692 For Oil Rubbed Finish, Add 24.13 08710 4693 For Polished Brass Finish, Add 205.84 08710 4694 For Polished Stainless Steel Finish, Add 205.84

08710 4632 EA 42" Crossbar Exit Device, Concealed Vertical Rods, Fire Rated ............................................................................................ 1,415.93 136.77 Note: Anodized finish: dull brass or dull bronze. Von Duprin Series 88

08710 4691 For Dull Chrome Finish, Add 32.54 08710 4692 For Oil Rubbed Finish, Add 33.59 08710 4693 For Polished Brass Finish, Add 286.58 08710 4694 For Polished Stainless Steel Finish, Add 286.58

08710 4641 EA 42" Crossbar Exit Device, Mortise Lock .................................................................................................................................. 1,030.94 123.53 Note: Anodized finish: dull brass or dull bronze. Von Duprin Series 88

08710 4691 For Dull Chrome Finish, Add 21.70 08710 4692 For Oil Rubbed Finish, Add 22.40 08710 4693 For Polished Brass Finish, Add 191.11 08710 4694 For Polished Stainless Steel Finish, Add 191.11

08710 4642 EA 42" Crossbar Exit Device, Mortise Lock, Fire Rated ............................................................................................................... 1,099.19 123.53 Note: Anodized finish: dull brass or dull bronze. Von Duprin Series 88

08710 4691 For Dull Chrome Finish, Add 23.82 08710 4692 For Oil Rubbed Finish, Add 24.59 08710 4693 For Polished Brass Finish, Add 209.75 08710 4694 For Polished Stainless Steel Finish, Add 209.75

08710 4651 EA Dummy Trim, Von Duprin Series 88 ...........................................................................................................................................799.42 16.54

Page 165: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

October 2006 copyright © 2006 The Gordian Group, Inc.

New York State Office of General Services - Downstate Page 08 - 15

Note: Anodized finish: dull brass or dull bronze 08710 4691 For Dull Chrome Finish, Add 23.41 08710 4692 For Oil Rubbed Finish, Add 24.17 08710 4693 For Polished Brass Finish, Add 206.20 08710 4694 For Polished Stainless Steel Finish, Add 206.20

08710 4652 EA Night Pull Trim With Cylinder, Von Duprin Series 88 ................................................................................................................. 785.21 22.06 Note: Anodized finish: dull brass or dull bronze

08710 4691 For Dull Chrome Finish, Add 22.43 08710 4692 For Oil Rubbed Finish, Add 23.15 08710 4693 For Polished Brass Finish, Add 197.50 08710 4694 For Polished Stainless Steel Finish, Add 197.50

08710 4653 EA Thumbturn Trim With Cylinder, Von Duprin Series 88 ............................................................................................................... 939.74 33.09 Note: Anodized finish: dull brass or dull bronze

08710 4691 For Dull Chrome Finish, Add 26.40 08710 4692 For Oil Rubbed Finish, Add 27.25 08710 4693 For Polished Brass Finish, Add 232.46 08710 4694 For Polished Stainless Steel Finish, Add 232.46

08710 4654 EA Lever Trim With Cylinder, Von Duprin Series 88 ....................................................................................................................... 994.99 33.09 Note: Anodized finish: dull brass or dull bronze

08710 4691 For Dull Chrome Finish, Add 28.11 08710 4692 For Oil Rubbed Finish, Add 29.02 08710 4693 For Polished Brass Finish, Add 247.54 08710 4694 For Polished Stainless Steel Finish, Add 247.54

08710 4655 EA Knob Trim With Cylinder, Von Duprin Series 88 ........................................................................................................................ 872.14 33.09 Note: Anodized finish: dull brass or dull bronze

08710 4691 For Dull Chrome Finish, Add 24.30 08710 4692 For Oil Rubbed Finish, Add 25.09 08710 4693 For Polished Brass Finish, Add 214.01 08710 4694 For Polished Stainless Steel Finish, Add 214.01

08710 4656 EA Thumbpiece Trim With Cylinder, Von Duprin Series 88 ............................................................................................................. 853.94 33.09 Note: Anodized finish: dull brass or dull bronze

08710 4691 For Dull Chrome Finish, Add 23.74 08710 4692 For Oil Rubbed Finish, Add 24.50 08710 4693 For Polished Brass Finish, Add 209.04 08710 4694 For Polished Stainless Steel Finish, Add 209.04

08710 5000 Door Closers 08710 5101 EA Surface Mounted Standard Duty Door Closer - LCN 1460 Series ............................................................................................. 254.56 25.59

08710 5853 For Delayed Action, Add 12.60 08710 5854 For AVB (5# Per Push), Add 6.60 08710 5855 For Fusible Link Arm, Add 39.60 08710 5856 For Shock Absorbing Arm, Add 19.80 08710 5859 For Hold Open Arm, Add 13.80 08710 5860 For Plated Brass Finish, Add 101.40 08710 5861 For Plated Finish With Clear Coat, Add 127.20

08710 5103 EA Surface Mounted Heavy Duty Door Closer - LCN 4010/4020/4110 ........................................................................................... 280.01 25.59 Series

08710 5853 For Delayed Action, Add 12.60 08710 5854 For AVB (5# Per Push), Add 6.60 08710 5855 For Fusible Link Arm, Add 39.60 08710 5856 For Shock Absorbing Arm, Add 19.80 08710 5859 For Hold Open Arm, Add 13.80 08710 5860 For Plated Brass Finish, Add 101.40 08710 5861 For Plated Finish With Clear Coat, Add 127.20

08710 5104 EA Surface Mounted Heavy Duty Door Closer - LCN 4040 Series ................................................................................................. 296.33 25.59 08710 5853 For Delayed Action, Add 12.60 08710 5854 For AVB (5# Per Push), Add 6.60 08710 5855 For Fusible Link Arm, Add 39.60 08710 5856 For Shock Absorbing Arm, Add 19.80 08710 5859 For Hold Open Arm, Add 13.80 08710 5860 For Plated Brass Finish, Add 101.40 08710 5861 For Plated Finish With Clear Coat, Add 127.20 08710 5862 For Spring Cushion, Add 67.20

08710 5105 EA Surface Mounted High Security Door Closer - LCN 4510 Series ............................................................................................... 314.61 25.59 08710 5853 For Delayed Action, Add 12.60 08710 5854 For AVB (5# Per Push), Add 6.60 08710 5855 For Fusible Link Arm, Add 39.60 08710 5856 For Shock Absorbing Arm, Add 19.80 08710 5859 For Hold Open Arm, Add 13.80 08710 5860 For Plated Brass Finish, Add 101.40

Page 166: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

copyright © 2006 The Gordian Group, Inc. October 2006

Page 08 - 16 New York State Office of General Services - Downstate

08710 5861 For Plated Finish With Clear Coat, Add 127.20 08710 5201 EA Overhead Concealed Door Closer - LCN 5010 Series ...............................................................................................................332.11 30.88

08710 5853 For Delayed Action, Add 12.60 08710 5854 For AVB (5# Per Push), Add 6.60 08710 5855 For Fusible Link Arm, Add 39.60 08710 5856 For Shock Absorbing Arm, Add 19.80 08710 5859 For Hold Open Arm, Add 13.80 08710 5860 For Plated Brass Finish, Add 101.40 08710 5861 For Plated Finish With Clear Coat, Add 127.20

08710 5301 EA Floor Concealed Door Closer, Non Hold Open - Rixson ......................................................................................................... 1,028.60 75.88 08710 5302 EA Floor Concealed Door Closer, Selective Hold Open - Rixson ................................................................................................. 1,078.87 75.88

08710 6000 Locks And Latches Note: All locksets are supplied with knob, lever or thumb piece, set of 3 keys and include construction cores. Multi purchase locksets are keyed alike and to the existing master key. The cost for boring hole or preparing mortise is included with the new door. See CSI Section 08210-4100 for preparing an existing door for new hardware.

08710 6050 Locksmith Services 08710 6051 EA Provide Extra Keys (Above The Three Provided For New Locks) ..................................................................................................1.22

Or Duplicate Keys 08710 6059 For Quantities > 50, Deduct -0.24

08710 6052 EA Rekey Existing Cylinder To Match Existing Cylinders ................................................................................................................105.93 Or Master Key

08710 6058 For Quantities > 5, Deduct -10.59 08710 6053 EA Replace Cylinder With Owner Supplied Cylinder .......................................................................................................................105.93

08710 6058 For Quantities > 5, Deduct -10.59 08710 6054 EA Replace Cylinder With New Cylinder .........................................................................................................................................115.18

08710 6058 For Quantities > 5, Deduct -10.59 08710 6055 EA Open Locked Doors ...................................................................................................................................................................105.93 08710 6056 EA Install Owner Furnished Cores And Cylinders..............................................................................................................................44.41

08710 6100 Mortise Locksets And Latchsets Note: Satin chrome plated US 26D (BHMA 626) - BHMA 156.13 Grade 1

08710 6111 EA Mortise Passage Latchset F01 For Closet .................................................................................................................................299.03 22.06 08710 6121 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 6.96 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 6.32 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 10.54 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 74.41

08710 6112 EA Mortise Privacy Lockset F02, Bath/Bedroom .............................................................................................................................345.87 22.06 08710 6121 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 8.50 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 7.73 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 12.88 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 90.94

08710 6113 EA Mortise Entry Lockset F04 ........................................................................................................................................................379.00 22.06 08710 6121 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 9.60 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 8.72 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 14.54 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 102.64

08710 6114 EA Mortise Outside Key Operated Lockset F05 (Classroom) ..........................................................................................................357.24 22.06 08710 6121 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 8.88 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 8.07 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 13.45 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 94.96

08710 6115 EA Mortise Lockset F07 For Storeroom ...........................................................................................................................................357.24 22.06 08710 6121 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 8.88 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 8.07 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 13.45 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 94.96

08710 6116 EA Mortise Lockset F08 For Front Door ..........................................................................................................................................392.87 22.06 08710 6121 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 10.05 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 9.14 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 15.23 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 107.53

08710 6117 EA Mortise Lockset F13 For Dormitory/ Exit ....................................................................................................................................345.54 22.06 08710 6121 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 8.49 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 7.72 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 12.87 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 90.83

08710 6200 Locks And Latches 08710 6210 Preassembled Locks And Latches

Note: Satin chrome plated US 26D (BHMA 626) - BHMA 156.2-1989 Grade 1, with knob handles

Page 167: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

October 2006 copyright © 2006 The Gordian Group, Inc.

New York State Office of General Services - Downstate Page 08 - 17

08710 6211 EA Passage Latchset F36 For Closet.............................................................................................................................................. 280.22 22.06 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 5.76 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 9.60 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 67.77 08710 6221 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 35.71 08710 6222 For Grade 2 With Lever Handles, Deduct -74.68 08710 6223 For Grade 2 With Knobs, Deduct -128.63 08710 6224 For Lever Handles, Add 15.50

08710 6212 EA Privacy Lockset F37, Bath/Bedroom.......................................................................................................................................... 297.00 22.06 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 6.26 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 10.44 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 73.69 08710 6221 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 38.83 08710 6222 For Grade 2 With Lever Handles, Deduct -81.21 08710 6223 For Grade 2 With Knobs, Deduct -139.87 08710 6224 For Lever Handles, Add 15.50

08710 6213 EA Entry Lockset F41 ...................................................................................................................................................................... 327.10 22.06 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 7.17 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 11.94 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 84.32 08710 6221 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 44.43 08710 6222 For Grade 2 With Lever Handles, Deduct -92.92 08710 6223 For Grade 2 With Knobs, Deduct -160.04 08710 6224 For Lever Handles, Add 15.50

08710 6214 EA Outside Key Operated Lockset F42 (Classroom) ...................................................................................................................... 327.10 22.06 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 7.17 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 11.94 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 84.32 08710 6221 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 44.43 08710 6222 For Grade 2 With Lever Handles, Deduct -92.92 08710 6223 For Grade 2 With Knobs, Deduct -160.04 08710 6224 For Lever Handles, Add 15.50

08710 6215 EA Lockset F44 For Storeroom ....................................................................................................................................................... 327.10 22.06 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 7.17 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 11.94 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 84.32 08710 6221 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 44.43 08710 6222 For Grade 2 With Lever Handles, Deduct -92.92 08710 6223 For Grade 2 With Knobs, Deduct -160.04 08710 6224 For Lever Handles, Add 15.50

08710 6230 Bored Locks And Latches Note: Satin chrome plated US 26D (BHMA 626) - BHMA 156.2-1989, Grade 1, 6 pins or 7 pins

08710 6231 EA Bored Passage Latchset F75 For Closet ................................................................................................................................... 209.94 22.06 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 3.65 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 6.09 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 42.96 08710 6221 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 22.64 08710 6224 For Lever Handles, Add 15.50 08710 6241 For Grade 2, Deduct -6.09 08710 6242 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 2.43 08710 6243 For Interchangeable Core, Add 9.45

08710 6232 EA Bored Privacy Lockset F76, Bath/Bedroom ............................................................................................................................... 238.96 22.06 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 4.52 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 7.54 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 53.20 08710 6221 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 28.03 08710 6224 For Lever Handles, Add 15.50 08710 6241 For Grade 2, Deduct -7.54 08710 6242 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 3.01 08710 6243 For Interchangeable Core, Add 9.45

08710 6233 EA Bored Entry Lockset F82 .......................................................................................................................................................... 262.36 22.06 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 5.22 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 8.71 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 61.46 08710 6221 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 32.39 08710 6224 For Lever Handles, Add 15.50 08710 6241 For Grade 2, Deduct -8.71 08710 6242 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 3.48

Page 168: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

copyright © 2006 The Gordian Group, Inc. October 2006

Page 08 - 18 New York State Office of General Services - Downstate

08710 6243 For Interchangeable Core, Add 9.45 08710 6234 EA Bored Outside Key Operated Lockset F84 (Classroom) ............................................................................................................262.36 22.06

08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 5.22 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 8.71 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 61.46 08710 6221 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 32.39 08710 6224 For Lever Handles, Add 15.50 08710 6241 For Grade 2, Deduct -8.71 08710 6242 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 3.48 08710 6243 For Interchangeable Core, Add 9.45

08710 6235 EA Bored Lockset F86 For Store Room Or Closet Door ..................................................................................................................262.36 22.06 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 5.22 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 8.71 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 61.46 08710 6221 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 32.39 08710 6224 For Lever Handles, Add 15.50 08710 6241 For Grade 2, Deduct -8.71 08710 6242 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 3.48 08710 6243 For Interchangeable Core, Add 9.45

08710 6236 EA Bored Lockset F90 For Corridor/Dormitory ................................................................................................................................262.36 22.06 08710 6122 For Oxidized Satin Bronze, Oil Rubbed, US10B (BHMA 613), Add 5.22 08710 6123 For Satin Brass Clear Coat Finish, US4 (BHMA 606), Add 8.71 08710 6124 For Satin Stainless Steel, US 32D (BHMA 630), Add 61.46 08710 6221 For Bright Chrome Plated Finish, US 26 (BHMA 625), Add 32.39 08710 6224 For Lever Handles, Add 15.50 08710 6241 For Grade 2, Deduct -8.71 08710 6242 For Bright Brass, Clear Coated Finish, US 3 (BHMA 605), Add 3.48 08710 6243 For Interchangeable Core, Add 9.45

08710 6500 Miscellaneous Locks Note: BHMA A156.5

08710 6511 EA Steel Exit Lock With Alarm, Single Door Satin Chrome .............................................................................................................689.21 114.71 Plated, BHMA E0421

08710 6512 EA Exit Lock With Alarm At Active Leaf And Vertical Rod - Inactive ............................................................................................. 1,543.80 229.42 Leaf Rod For Inactive Leaf (Pair Doors) Steel With Satin Chrome Plating BHMA - E0461

08710 6513 EA Electric Strike, Rim Mounted With Switch Wrought Steel With...................................................................................................748.86 55.59 Bronze Plating Switch Included, BHMA - E89312

08710 6514 EA Electric Strike, Mortised With Switch Wrought Steel With ..........................................................................................................565.20 55.59 Bronze Plating Switch Included BHMA - E89322

08710 6519 EA Norden Box Lock ........................................................................................................................................................................455.07 38.82 08710 6600 Push Button Combination Locks

Note: Satin chrome or antique brass finish 08710 6611 EA Five Button Standard Access Control, Knob ..............................................................................................................................583.49 55.50 08710 6612 EA Five Button Standard Access Control, Lever .............................................................................................................................661.55 55.50 08710 6613 EA Five Button Standard Access Control, Knob And Key Override .................................................................................................606.34 55.50 08710 6614 EA Five Button Standard Access Control, Lever And Key Override ................................................................................................713.78 55.50 08710 6615 EA Five Button Standard Access Control, Knob And Thumb Or ......................................................................................................584.31 55.50

Passage Set 08710 6621 EA Twelve Button Standard Access Control, Knob And Key Override ............................................................................................733.36 55.50 08710 6622 EA Twelve Button Standard Access Control, Lever And Key Override ............................................................................................700.72 55.50

08710 6700 Residential Mortise Locks And Latchsets Note: With brass bolts, wrought steel case, 2" knob satin chrome plated (BHMA 626 with brass base - BHMA 156.13 [residential grade])

08710 6711 EA Entry Lockset Residential ...........................................................................................................................................................114.57 28.68 08710 6712 EA Privacy Lockset Residential ........................................................................................................................................................75.23 22.06 08710 6713 EA Passage Lockset Residential ......................................................................................................................................................69.02 22.06 08710 6714 EA Latchset, Storm Door Or Screen Door .........................................................................................................................................77.99 63.97

08710 6800 Deadbolts 08710 6810 Cylindrical Deadbolts, Grade 1, ANSI 156.5

Note: 2-3/8" or 2-3/4" backset. 08710 6811 EA Single Cylinder Deadbolt, Key One Side, Knob One Side .........................................................................................................137.17 22.06

Note: Cylindrical, ANSI Grade 1, interchangeable core, bright brass or satin chromium finish. 08710 6991 For Bright Chromium Or Oiled Rubbed Bronze Finish, Add 4.20

08710 6812 EA Double Cylinder Deadbolt, Key Both Sides ................................................................................................................................154.80 22.06 Note: Cylindrical, ANSI Grade 1, interchangeable core, bright brass or satin chromium finish.

08710 6991 For Bright Chromium Or Oiled Rubbed Bronze Finish, Add 4.20 08710 6820 Cylindrical Deadbolts, Grade 2, ANSI 156.5

Note: 2-3/8" or 2-3/4" backset. 08710 6821 EA Single Cylinder Deadbolt, Key One Side, Knob One Side .........................................................................................................125.10 22.06

Note: Cylindrical, ANSI Grade 2, interchangeable core, bright brass or satin chromium finish. 08710 6991 For Bright Chromium Or Oiled Rubbed Bronze Finish, Add 4.20

Page 169: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

October 2006 copyright © 2006 The Gordian Group, Inc.

New York State Office of General Services - Downstate Page 08 - 19

08710 6822 EA Double Cylinder Deadbolt, Key Both Sides ............................................................................................................................... 144.35 22.06 Note: Cylindrical, ANSI Grade 2, interchangeable core, bright brass or satin chromium finish.

08710 6991 For Bright Chromium Or Oiled Rubbed Bronze Finish, Add 4.20 08710 6830 Small Case Mortised Deadbolts, Grade 1, ANSI 156.5

Note: Interchangeable cores with small case size (4-1/2"x3-1/2" nominal). 08710 6831 EA Small Case Mortised Deadbolt, Key One Side, Knob One Side ................................................................................................ 177.02 22.06

Note: ANSI Grade 1, interchangeable cores, all finishes. Case size 4-1/2"x3-1/2" (nominal). 08710 6832 EA Small Case Mortised Deadbolt, Key Both Sides ........................................................................................................................ 193.34 22.06

Note: ANSI Grade 1, interchangeable cores, all finishes. Case size 4-1/2"x3-1/2" (nominal). Also used for Classroom version. 08710 6833 EA Small Case Mortised Deadbolt, Key One Side, Cover Plate One Side ...................................................................................... 173.75 22.06

Note: ANSI Grade 1, interchangeable cores, all finishes. Case size 4-1/2"x3-1/2" (nominal). 08710 6840 Mortised Deadbolts, Grade 1, ANSI 156.5

Note: Interchangeable cores with standard case size (4-1/2"x6" nominal). 08710 6841 EA Mortised Deadbolt, Key One Side, Knob One Side ................................................................................................................... 221.41 22.06

Note: ANSI Grade 1, interchangeable cores, all finishes. Case size 4-1/2"x6" (nominal). 08710 6842 EA Mortised Deadbolt, Key Both Sides ........................................................................................................................................... 248.17 22.06

Note: ANSI Grade 1, interchangeable cores, all finishes. Case size 4-1/2"x6" (nominal). Also used for Classroom version. 08710 6843 EA Mortised Deadbolt, Key One Side, Cover Plate One Side ......................................................................................................... 198.56 22.06

Note: ANSI Grade 1, interchangeable cores, all finishes. Case size 4-1/2"x6" (nominal). 08710 6850 Surface Mounted Deadbolts

08710 6851 EA Single Cylinder Surface Mounted Deadbolt ................................................................................................................................. 98.80 22.06 Note: Key one side, knob one side, bright brass finish.

08710 6858 For Brushed Chrome Finish, Add 10.50 08710 6852 EA Double Cylinder Surface Mounted Deadbolt .............................................................................................................................. 110.59 22.06

Note: Key both sides, bright brass finish. 08710 6858 For Brushed Chrome Finish, Add 10.50

08710 6853 EA Single Cylinder Surface Mounted Interlocking Deadbolt ............................................................................................................ 119.97 22.06 Note: Jimmy proof, key one side, knob one side, bright brass finish.

08710 6858 For Brushed Chrome Finish, Add 10.50 08710 6854 EA Double Cylinder Surface Mounted Interlocking Deadbolt .......................................................................................................... 131.77 22.06

Note: Jimmy proof, key both sides, bright brass finish. 08710 6858 For Brushed Chrome Finish, Add 10.50

08710 6900 Surface Mounted Deadlatches 08710 6901 EA Single Cylinder Surface Mounted Deadlatch ............................................................................................................................... 99.73 22.06

Note: Key one side, knob one side, bright brass finish. 08710 6858 For Brushed Chrome Finish, Add 10.50

08710 6902 EA Single Cylinder Surface Mounted Interlocking Deadlatch .......................................................................................................... 120.02 22.06 Note: Jimmy proof, key one side, knob one side, bright brass finish.

08710 6858 For Brushed Chrome Finish, Add 10.50 08710 8000 Cabinet Hardware

Note: Includes all mounting screws. 08710 8001 EA Hinges, Concealed, Steel, Full Or Half Overlay, Self Closing ...................................................................................................... 25.61 8.82 08710 8002 EA Hinges, Semi Concealed, Brass ................................................................................................................................................. 36.14 8.82 08710 8003 EA Pull Handles, Solid Brass ........................................................................................................................................................... 28.00 7.50 08710 8004 EA Pull Knobs, Solid Brass ............................................................................................................................................................... 23.38 5.74 08710 8005 EA Cabinet Ball And Catch ................................................................................................................................................................ 29.50 8.82 08710 8006 EA Cabinet Drawer Lock Square Style, Surface Mount ..................................................................................................................... 64.08 8.82 08710 8007 EA Cabinet Drawer Lock Square Style, Mortise Mount ................................................................................................................... 119.39 13.24 08710 8008 EA Cabinet Drawer Lock For Hollow Metal Drawers ......................................................................................................................... 36.42 7.50 08710 8009 EA Door Catch .................................................................................................................................................................................. 26.03 7.50 08710 8011 EA Surface Bolt, Solid Brass ............................................................................................................................................................. 58.67 7.50

08710 9000 Removal And Reinstallation Of Door Hardware Note: Includes storage and cleaning.

08710 9001 EA Remove And Reinstall Door Lockset, Entrance ........................................................................................................................... 66.18 08710 9002 EA Remove And Reinstall Door Lockset, Mortise ........................................................................................................................... 105.88 08710 9003 EA Remove And Reinstall Deadbolt Lock ......................................................................................................................................... 70.59 08710 9004 PR Remove And Reinstall Butts/Hinges ............................................................................................................................................ 17.65 08710 9005 EA Remove And Reinstall Door Bumper ............................................................................................................................................. 6.17 08710 9006 EA Remove And Reinstall Surface Mounted Panic Device ............................................................................................................. 176.47 08710 9007 EA Remove And Reinstall Kick Plate ................................................................................................................................................ 22.06 08710 9008 EA Remove And Reinstall Push Plate ............................................................................................................................................... 17.64 08710 9009 EA Remove And Reinstall Surface Mounted Door Closer Or Holder ................................................................................................ 88.24 08710 9011 EA Remove And Reinstall Door Knobs ............................................................................................................................................. 13.24

Page 170: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors And Windows MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST

copyright © 2006 The Gordian Group, Inc. October 2006

Page 08 - 20 New York State Office of General Services - Downstate

THIS PAGE INTENTIONALLY LEFT BLANK

Page 171: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

New York State Office of General Services 08710 - 1

SECTION 08710 - FINISH HARDWARE PART 1 GENERAL 1.01 Not Used 1.02 DEFINITIONS A. Class Number: A term used to identify the various types of hardware specified as a reference for

the Hardware Schedule. B. Company Field Advisor: A representative of the Company which manufactures the hardware

specified in the FIELD QUALITY CONTROL article, who is qualified to assure the hardware is installed and operating properly.

1.03 SUBMITTALS A. Waiver of Submittals: The “Waiver of Certain Submittal Requirements” in Section 01330 does not

apply to this Section. B. Quality Assurance Data: Submit quality assurance data before other Submittal Packages. C. Submittal Packages: Submit the finish hardware schedule and product data, specified below, at

the same time as a package. 1. Hardware Schedule: Include all finish hardware required to complete the Work of this

Section. D. Schedule Format: 1. Arrange schedule by Building in groups, each group consisting of similar doors and

hardware. Do not combine labeled openings and non-labeled openings. 2. Use a vertical schedule layout. Horizontal hardware schedules are not acceptable. 3. Furnish a list of the manufacturers of items included in the hardware schedule. 4. Index the hardware schedule. 5. Include keying instructions and a keying schedule. 6. Product quantities will not be checked for accuracy. D. Product Data: For information only, furnish two copies of the manufacturers’ catalog cuts for each

item of finish hardware required to complete the Work of this Section. E. Samples: One each of the following items: 1. F. Contract Closeout Submittals: 1. Certification: Deliver to the Director’s Representative written certification from the

technical advisor that the finish hardware and the accessories are installed and operating properly.

2. Manuals: Deliver 2 copies of manuals describing installation, maintenance, and repair of each type of finish hardware furnished for this project, to the Director’s Representative.

1.04 TEMPLATES A. Furnish required templates to the affected trades, to enable the fabricators to make proper

provision for finish hardware without delaying the job progress. 1.05 DELIVERY AND STORAGE A. Packaging: Hardware shall be completely packaged with all necessary fasteners, parts,

instructions, and where necessary, templates. Each item shall be clearly labeled for identification and intended installation location.

B. Storage: Store hardware in a dry secure location. 1.06 QUALITY ASSURANCE A. Uniformity of Hardware and Single Source Responsibility: Each kind of hardware (door closers,

locks, hinges, etc.) shall be the product(s) of a single manufacturer. B Size Variations: Manufactures’ products may vary slightly from sizes specified except where a

minimum size or thickness is specified. Variations shall not prevent the product from performing the intended use.

C. Installer’s Qualifications: The person(s) installing the finish hardware shall be personally experienced in finish hardware work and shall have been regularly employed by a Company installing finish hardware for a minimum of 3 years.

Page 172: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

08710 - 2 New York State Office of General Services

D. Pre-installation Conference: Before the finish hardware Work is scheduled to begin, a conference will be called by the Director’s Representative at the site for the purpose of reviewing the Drawing and the Specifications and discussing requirements for the Work. The conference shall be attended by the Contractor, the finish hardware installers, the finish hardware distributor, and the Company Field Advisor.

1.07 MAINTENANCE A. Special Tools: Furnish 2 of each special tool required to install the hardware for this project. PART 2 PRODUCTS 2.01 HINGES AND PIVOTS

A. Butt Hinges: 1. Materials: a. Leaves: Cold rolled brass, bronze, steel or Type 304 stainless steel. b. Pins: Same as leaf for steel or stainless steel; stainless steel, with heads

matching leaf metal, for non-ferrous hinges. c. Ball Bearing, stainless steel races and balls for stainless steel hinges; hardened

steel races, hardened and polished steel or chrome alloy balls for bronze or steel hinges, five knuckle, square cornered.

2. Template: Conform to ANSI A156.7. 3. Swaging: As required to suit conditions, 1/16 inch clearance between leaves of full

mortise hinges when in the parallel position. 4. Non-rising Loose Pin: With flat button tips, except where class number is qualified by

suffix letters H, N or F. H = Hospital Type: Rounded barrel ends and fixed pins, secured by cross-

pinning or riveting. N = Non-removable Pin Type: Set screw threaded into drilled tapped hole in

the barrel to seat in a depression in the pin. F = Fast Spun Pin Type: Machine spun at each end to prevent pin removal. 5. Quantity: Doors up to 60 inches, two hinges each leaf. Doors over 60 inches have two

hinges each leaf, plus one hinge for each 30 inches (or fraction thereof). Four hinges for a dutch door.

6. Size Chart: Sizes scheduled are for full mortise hinges. for half or full surface, or half mortise hinges, the first dimension (height) only shall apply.

Page 173: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

New York State Office of General Services 08710 - 3

DOOR THICKNESS(Inches)

AND WIDTH STANDARD WEIGHT HINGE SIZE (Inches)

HEAVY WEIGHT HINGE SIZE (Inches)

1-3/8 x under 2’-10” 3-1/2 x 3-1/2 ---- 1-3/8 x 2’-10” & over 4 x 3-1/2 ---- 1-3/4 x under 3’-1” 4-1/2 x 4-1/2 4-1/2 x 4-1/2 1-3/4 x 3’-1” to 3’-9” 5 x 4-1/2 5 x 4-1/2 1-3/4 x over 3’-9 --- 6 x 5 2 x under 3’-1” 5 x 5 5 x 5 2 x 3’-1” & over --- 6 x 5 2-1/4 x under 3’-1” 5 x 5 5 x 5 2-1/4 x 3’-1” & over --- 6 x 6 7. Class Number: 101 Standard weight, full mortise, ball bearing, bronze. 102 Standard weight, full mortise, ball bearing, stainless steel. 103 Standard weight, full mortise, ball bearing, steel (primed). 104 Standard weight, full mortise, ball bearing, steel (plated). 105 Heavy weight, full mortise, ball bearing, bronze. 106 Heavy weight, full mortise, ball bearing, stainless steel. 107 Heavy weight, full mortise, ball bearing, steel (primed). 108 Heavy weight, full mortise, ball bearing, steel (plated). 109 Standard weight, half mortise, ball bearing, bronze. 110 Standard weight, half mortise, ball bearing, stainless steel. 111 Standard weight, half mortise, ball bearing, steel (primed). 112 Standard weight, half mortise, ball bearing, steel (plated). 113 Heavy weight, half mortise, ball bearing, bronze. 114 Heavy weight, half mortise, ball bearing, stainless steel. 115 Heavy weight, half mortise, ball bearing, steel (primed). 116 Heavy weight, half mortise, ball bearing, steel (plated). 117 Standard weight, half surface, ball bearing, bronze. 118 Standard weight, half surface, ball bearing, stainless steel. 119 Standard weight, half surface, ball bearing, steel (primed). 120 Standard weight, half surface, ball bearing, steel (plated). 121 Heavy weight, half surface, ball bearing, bronze. 122 Heavy weight, half surface, ball bearing, stainless steel. 123 Heavy weight, half surface, ball bearing, steel (primed). 124 Heavy weight, half surface, ball bearing, steel (plated). 125 Standard weight, full surface, ball bearing, bronze. 126 Standard weight, full surface, ball bearing, stainless steel. 127 Standard weight, full surface, ball bearing, steel (primed). 128 Standard weight, full surface, ball bearing, steel (plated). 129 Heavy weight, full surface, ball bearing, bronze. 130 Heavy weight, full surface, ball bearing, stainless steel. 131 Heavy weight, full surface, ball bearing, steel (primed). 132 Heavy weight, full surface, ball bearing, steel (plated). B. Continuous Hinges: 1. Materials: a. Leaves: Stainless steel, steel, aluminum, minimum thickness, 0.075. b. Pins: Stainless Steel 0.250 inch diameter. c. Knuckle: Two inches with nylon bearing at each joint.

Page 174: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

08710 - 4 New York State Office of General Services

2. Listed for fire doors and frames. 3. Full door height, piano type. 4. Cycle tested to ANSI 156.1. 5. Fasteners: Manufacturer’s recommended attachment for each type of installation. 6. Hospital Type with rounded top barrel. 7. Class Number: 141 Full Mortise, (stainless steel - steel - aluminum). 142 Half Mortise, (stainless steel - steel - aluminum). 143 Full Surface, (stainless steel - steel - aluminum). C. Reinforced Anchor Hinge Sets: 1. Materials: a. Leaves: Cold rolled brass, bronze, steel or stainless steel. 2. Top Assembly: Combined pivot and butt hinge by interlocking separate pivot plates with

butt hinge, or one piece arrangement. 3. Horizontal Plates: Of suitable size to permit installation of auxiliary hardware when

specified. 4. Pin: Non-removable. 5. Hinge Leaves: To match companion hinges in set. 6. Combinations per class number: 161 Two hinges Class No. 105N plus reinforced hinge (bronze). 162 Two hinges Class No. 106N plus reinforced hinge (stainless steel). 163 Two hinges Class No. 107N plus reinforced hinge (steel, primed). 164 Two hinges Class No. 108N plus reinforced hinge (steel, plated). D. Offset Pivot Hinge Sets: 1. Materials: a. Leaves: Cast or forged bronze. b. Pins: Manganese steel. c. Bearings: Radial roller type for top pivots, ball thrust and radial roller type for

intermediate and bottom pivots. 2. Thickness: Top leaves 1/4 inch, intermediate and bottom leaves 5/16 inch. 3. Adjustment: 1/8 inch vertical. 4. Full mortise. 5. Assemblies: Top, bottom or side jamb units. 6. Bottom Pivot: Bracket jamb mounted and floor supported. 7. Combinations per class number: 171 One each: top, bottom and side jamb pivot. 172 Two side jamb and one top pivot. 173 Three side jamb pivots. 174 One top, one bottom and two side jamb pivots. 175 One top and one bottom pivot. E. Center Hung Hinge Pivot Sets: 1. Materials: a. Jamb Plates: Wrought brass. b. Door Plates: Malleable iron. c. Bearings: Ball bearing unit for bottom pivot assembly and oilite bearing for top

assembly. 2. Thickness: 1/4 inch plates. 3. Adjustment: 1/4 inch vertical. 4. Full mortise. 5. Top Pivot: Walking beam. 6. Bottom Pivot: Bracket jamb mounted and floor supported. 7. Class Number:

176. F. Pivot Sets for Lead Lined and Extra Heavy Doors:

Page 175: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

New York State Office of General Services 08710 - 5

1. Materials: a. Leaves: Cast or forged bronze. b. Pins: Case hardened steel. c. Floor Plates: Bronze or stainless steel. d. Bearings: Ball bearing race for top pivot (with a double row of ball bearings for

lead lined doors); ball thrust bearing and oil impregnated sleeve bearing for side jamb pivot; ball bearing race for bottom pivot (with an extra row of ball bearings beneath spindle arm for lead lined doors with mortise floor part).

2. Cement Case: For sets with mortise floor portion. 3. Expansion Shields: For sets with surface mounted floor part. 4. Pivot Leaves and Bottom Arm: Extra wide (with screw holes located to straddle the lead)

for lead-lined doors. 5. Adjustment: Vertical. 6. Offset: Consisting of top, side jamb and bottom pivots. 7. Center Hung: Consisting of top and bottom pivots. 8. Combinations per class number: 191 Offset, with floor part mortised, bottom arm 3/8 x 1-1/16 x 8-1/2 inches, floor plate

5-1/8 inches square, for doors up to 350 pounds. 192 Offset, with floor part surface mounted, bottom arm 1/2 inch thick x 7-3/4 inches

long x width ranging from 1-1/4 to 2 inches to suit door thickness, floor piece approximately 3 inches square, for doors up to 800 pounds.

193 Offset, with floor part mortised, bottom arm 1/2 inch thick x 7-3/4 inches long x width ranging from 1-1/4 to 2 inches to suit door thickness, floor plates 5-1/8 inches square, for doors up to 1500 pounds.

194 Center hung, with walking beam top pivot, floor part mortised, bottom arm 5/16 inch thick x 1 inch wide x 13-3/4 inches long, floor plate 5-1/8 x 6-1/4 inches, for doors up to 350 pounds.

G. Floor Hinges: 1. Materials: a. Case: Dense, fine grained iron cast. b. Floor Box: Cast iron, or Borg-Warner “Cycolac”. c. Interior Mechanisms: Alloy steel forgings, stampings and castings. d. Pivots: Cast or forged bronze. e. Pins: Case-hardened steel. f. Floor Plates: Bronze or stainless steel. g. Bottom Arm: Steel. 2. Floor Device: Spring action, hydraulic control. 3. Cement Case: Single or twin. 4. Adjustment: Vertical. 5. Pivots: Full mortise (walking beam top pivot for center hung doors). 6. Bearings: Radial thrust chrome steel ball bearings at bottom of case supporting spindle,

needle bearing at top of spindle (plus a precision ground thrust bearing at top of case for lead-lined doors); ball bearing race for top pivot (a double row of ball bearings for lead-lined doors); ball thrust bearing and oil impregnated sleeve bearing for side jamb pivot.

7. Pivot Leaves and Bottom Arm: Extra wide (with screw holes located to straddle the lead) for lead-lined doors.

8. Spindle and Piston: Wearing surfaces heat treated and ground smooth. 9. Springs and Controls: Torsion and compression springs accurately tensioned and

proportioned; spring tension adjusting disc and hydraulic control valve readily accessible without removing door; separate valves for controlling closing and latching speeds shall be provided where designated by the class number.

10. Liquid and Seals: Check case filled with lubricating, non-freezing fluid, completely immersing all working parts; sealing gaskets shall render case waterproof and dirtproof.

11. Offset: Floor device together with top and intermediate pivots.

Page 176: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

08710 - 6 New York State Office of General Services

12. Center Hung: Floor device together with top pivot. 13. Degree of Opening: 180 degrees (trim permitting) for offset types not scheduled with

opening limitations. 14. Hold-open or Back Check: None. 15 Class Number: 201 Center hung, double acting, with floor case 3-5/8 x 5-3/8 x 14-9/16 inches. 202 Center hung, double acting, with floor case 4-1/16 x 6-1/16 x 17 inches. 203 Center hung, single acting, with floor case 3-5/8 x 5 x 10-3/32 inches. 204 Center hung, single acting, with floor case 4-1/16 x 5-7/8 x 11-1/8 inches. 205 Center hung, single acting, with floor case 4-1/16 x 5-7/8 x 11-1/8 inches with

separate valves for closing and latching speeds and 105 degrees positive stop. 206 Offset, with floor case 3-5/8 x 5 x 8-25/32 inches. 207 Offset, with floor case 4-1/16 x 5-7/8 x 9-13/16 inches. 208 Offset, with floor case 4-1/16 x 5-7/8 x 9-13/16 inches, with separate valves for

closing and latching speeds and 105 degrees positive stop. 209 Offset, with floor case 4-1/16 x 5-7/8 x 9-13/16 inches, for lead-lined or extra

heavy doors, with arms and pivot leaves ranging in width from 1-1/4 to 2 inches. 210 Offset, with floor case 4-1/16 x 5-7/8 x 9-13/16 inches, for lead-lined or extra

heavy doors, with arms and pivot leaves ranging in width from 1-1/4 to 2 inches, with separate valves for closing and latching speeds and 105 degrees positive stop.

2.02 DOOR CLOSERS A. Heavy Duty Surface Door Closers: 1. Materials: a. Case: Cast iron or cast aluminum alloy. b. Cylinder: Integral with cast case, or steel threaded into case. c. Steel compression spring. d. Interior Working Parts: Steel. e. Arm: Steel or cast or forged iron. f. Brackets: Cast iron or steel. 2. Rectangular, compact design, with manufacturer’s full metal cover. 3. Manufacturer’s heaviest duty, sized or non-sized as specified. Surface mounted, with

capacity for 15 percent latching power variation by adjusting foot bracket (except parallel arm).

7. Torx center head screws. 8. Narrow Projection. 10. Hydraulic fluid for exterior closers shall be manufacturer’s recommended all weather type

fluid that exhibits the same viscosity from -30 degrees F to +120 degrees F. 12. Full rack and pinion. 13. Separate, key operated, valves for regulating closing and latching speeds. 14. Separate, key operated, backcheck control valve. 15. Adjustable Spring Power: 50 percent increase from lowest spring power. 16. Provide parallel heavy duty rigid arm closers (Security Series), on interior doors for DCS

and CFS projects except when there is a conflict with other hardware. 17. UL listed for self-closing doors. 18. Sizes: Size closer as recommended by manufacturer for door size involved, draft

conditions, and other factors. 19. Brackets: Provide special drop brackets or plates to mount door closers in conjunction

with overhead stop and holders, on narrow top rails, for special jamb conditions, etc. (as required).

20. Barrier Free Openings for Accessibility by the Physically Disabled: Provide non-sized closers with spring power adjustability when class number is qualified with suffix letter “N”.

21. Track Type: Slide track when class number is qualified with suffix letter T.

Page 177: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

New York State Office of General Services 08710 - 7

22. Powder coated Finish. If powder coated finish not available from manufacturer, provide sprayed enamel finish and special rust inhibitor finish (SRI) on all exposed steel parts.

23. Operation - Per Class Number: 232 Door mounted, hinge side. 233 Door mounted, hinge side, delayed action. 234 Door mounted, hinge side, holder arm. 235 Top jamb mounted, inverted. 236 Parallel arm. 237 Parallel arm, delayed action. 238 Parallel arm, holder arm. 239 Parallel arm, stop arm. 240 Parallel arm, stop and holder arm. 242 Parallel arm with cush(compression) stop arm 2.03 LOCKS AND LATCHES A. Standardized Mortise Locks and Latches: 1. Materials: a. Case: Wrought steel, dichromated. Approximately 5-1/2 x 3-3/4 x 3/4 inches,

minimum 14 ga US. b. Base Front: Bronze or steel. 8 x 1-1/4 inches (ASA and ANSI Standards),

beveled 1/8 inch in 2 inches. Attach to case with machine screws. c. Armored Front and Strike: Wrought stainless steel, brass or bronze. d. Latch Bolt and Dead Bolt: Brass or stainless steel. e. Latch Bolt: Stainless steel one-piece anti-friction or two-piece mechanical anti-

friction, 1 x 5/8 inch x 3/4 inch throw. f. Dead Bolt: 1-1/8 x 1/2 inches x 1 inch throw with hardened steel inserts. g. Hubs: Forged or cast bronze, stainless steel or sintered steel (copper infiltrated).

Hubs size 5/16 inch minimum. h. Tension and Compression Springs: Phosphor bronze, spring wire or music wire. i. Other Components: Bronze or steel. 2. Strike: Curved lip (except for pairs of doors with astragals) 4-7/8 x 1-1/4 inches (ASA and

ANSI Standards) plus strike box. 3. Backset: 2-3/4 inches. 4. Cylinders: As specified. 5. Lead wrapped when class number is qualified with suffix letter L. 6. Operation per class number: 301 Communicating Lock: Two cylinder, latch bolt by trim both sides, dead bolt by

key both sides. 302 Entrance or Storeroom Lock: One cylinder and thumb turn, latch bolt by trim both

sides, dead bolt by key outside and thumb turn inside. 303 Institutional/Privacy Lock: Cylinder and thumb turn. Latch bolt by trim both sides,

except when outer trim is locked by thumb turn inside. When outer trim is locked, latch bolt by key outside and trim inside. Operating inside trim retracts latch bolt and unlocks outside trim Auxiliary latch deadlocks latch bolt.

304 Office Lock: One cylinder, guarded latch and stop buttons, latch bolt by trim both sides, except when outer trim is locked by stop button in face. When outer trim is locked, latch bolt by key outside and trim inside. Auxiliary latch deadlocks latch bolt and stop buttons.

305 Security Lock: Two cylinders and guarded latch, both trims rigid, latch bolt by key trim sides, auxiliary latch deadlocks latch bolt.

306 Emergency or Closet Lock: One cylinder and guarded latch, latch bolt by trim inside and key outside, outer trim rigid at all times, auxiliary latch deadlocks latch bolt.

307 Exit Latch: Guarded latch, latch bolt by inside trim, auxiliary latch deadlocks latch bolt, no outside trim.

Page 178: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

08710 - 8 New York State Office of General Services

308 Classroom Lock: One cylinder and guarded latch, latch bolt by trim both sides, except when outer trim is locked by key outside. When outer trim is locked, latch bolt by key outside and trim inside. Auxiliary latch deadlocks latch bolt.

309 Entrance or Public Rest Room Lock: Two cylinder and guarded latch. Latch bolt by trim either side, except when outer trim is locked by key through the inside cylinder. When outer trim is locked, latch bolt by key outside and trim inside. Auxiliary latch deadlocks latch bolt.

310 Dormitory Lock: One cylinder and thumb turn, dead bolt by key outside and thumb turn inside. When dead bolt is projected, outside trim is locked. Operating inside trim retracts latch bolt and dead bolt, and unlocks outside trim.

311 Privacy Lock: Thumb turn and emergency key, latch bolt by trim both sides, dead bolt by thumb turn inside and emergency key outside. Furnish emergency keys with each lockset.

312 Passage Latch: Latch bolt by trim both sides. 313 Deadlock: Two cylinder, dead bolt by key both sides. 314 Deadlock: One cylinder and thumb turn, dead bolt by key outside and thumb turn

inside. 315 Deadlock: One cylinder, dead bolt by key outside. B. Electric Mortise Locks 1. Materials: a. Case: Wrought steel, dichromated, approximately 5-3/4 x 4 x 15/16 inches.

Minimum 14ga US. b. Base Front: Bronze or steel. Attach to case with machine screws. c. Armored Front and Strike: Wrought stainless steel, brass or bronze. d. Latch Bolt: Stainless steel one-piece anti-friction or two-piece mechanical anti-

friction, 1 x 5/8 inch x 3/4 inch throw. Brass or stainless steel, 8 x 1-1/4 inches beveled 1/8 inch in 2 inches.

e. Hubs: 5/16 inch. Forged or cast bronze or stainless steel. f. Tension and Compression Springs: Phosphor bronze, spring wire or music wire. 2. Solenoid: UL listed, designed for intermittent or continuous duty. 3. Strike: Curved lip (except for pairs of doors with astragals) 4-7/8 x 1-1/4 inches plus

strike box. 4. Backset: 2-3/4 inches. 5. Solenoid: 12 or 24 volts dc. 6. Cylinders: As specified. 7. Accessories: Power Source as recommended by manufacturer, or transformer, rectifier or

combination of both, as required. 8. Operation - Per Class Number: 326 One Cylinder, Guarded Latch: Latch bolt by trim both sides unless outside trim is

locked by solenoid, key outside retracts latch bolt when outside trim is locked, inside trim remains operative, auxiliary latch deadlocks latch bolt.

327 Two Cylinders, Guarded Latch: Latch bolt by trim both sides unless trims are locked by solenoid, key both sides retracts latch bolt when trims are locked, auxiliary latch deadlocks latch bolt.

328 One Cylinder, Guarded Latch: Latch bolt by trim both sides when outside trim is unlocked by solenoid, key outside retracts latch bolt when outside trim is locked. Inside trim remains operative, auxiliary latch deadlocks latch bolt.

329 Two Cylinders, Guarded Latch: Latch bolt by trim both sides when trims are unlocked by solenoid, key both sides retracts latch bolt when trims are locked, auxiliary latch deadlocks latch bolt.

C. Mortise Deadlocks 1. Materials: a. Case: Wrought steel, dichromated, approximately 2-1/2 x 3-1/2 x 3/4 inches.

Page 179: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

New York State Office of General Services 08710 - 9

b. Base Front: Bronze or steel and approximately 4 x 1 inches; base front attached to case with machine screws.

c. Armored Front and Strike: Wrought stainless steel, brass or bronze with box type strike

2. Front: Flat, beveled or rounded. 3. Dead Bolt: Steel, brass or bronze, 1 inch throw, with hardened steel inserts. 4. Interior Parts: Bronze or steel. 5. Backset: 2-3/4 inches. 6. Cylinders: As specified. 7. Operation - Per Class Number: 336 Two Cylinder: Dead bolt by key both sides. 337 One Cylinder and Thumb Turn: Dead bolt by key outside and thumb turn inside. 338 One Cylinder: Dead bolt by key outside. 339 One Cylinder and Thumb Turn: Dead bolt by key outside; thumb turn inside will

retract, but not project, dead bolt. D. Mortise Bit Key Deadlock 1. Materials: a. Case: Cast iron, 3 x 4 x 3/4 inches. b. Front: Cast bronze, 5-1/2 x 1-1/4 inches, attached to case with machine screws. c. Dead Bolt: Cast bronze, 5/8 inch throw. d. Strike: Wrought bronze, box type. e. Tumblers: Steel. f. Springs: Phosphor bronze. g. Key: Steel, nickel plated. i. Key Plates: Cast bronze or wrought stainless steel (type 304). 2. Backset: 3 inches. 3. Tumbler Springs: Securely staked. 4. Tumblers: Three, lever type. 5. Key Plates: 5 x 2-1/4 inches, rounded edges, secured with four oval head screws

spanning lock case, and cut for key in 1-1/4 inches diameter countersunk cup. 6. Operation - Per Class Number: 344 Dead bolt by key both sides. E. Padlock: 1. Materials: a Body: Solid bronze. b. Shackle: Hardened steel. c. Chain: Bronze. d. Keys: Nickel silver. 2. Pin tumbler. 3. Paracentric keyway. 4. Case 2 inches wide. 5. Shackle minimum diameter 5/16 inch, length to suit locking device with which used. 6. Nine inch chain attached to shackle. 7. Key Retaining Function: Key retained while in open position. Removable only in locked

position. 8. Equipped with cylinder compatible to specific Facility 9. Class Number: 364 ABUS Lock Company, P. O. Box 1020, Londonderry, NH 03053, (603)426-5277. 2.04 CYLINDERS A. Conventional Cylinders 1. Materials: a. Body: Solid brass or bronze. b. Face and Ring: Wrought bronze or stainless steel. c. Back Plate, Connecting Screws, and Tail Piece for Rim Type: Steel.

Page 180: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

08710 - 10 New York State Office of General Services

d. Keys: Nickel silver. 2. Pin tumbler. 3. Paracentric keyway. 4. 1-5/32 inches diameter. 5. Rim tail piece and mortise cam suitable for proper operation of lock. 6. Mortise type, non-adjustable, and of proper length for door thickness and trim. 7. Rim cylinder ring reversible for 1/8 inch adjustment. 8. Mortise cylinder ring with spring tension adjustment. 9. Minimum six pin with all chambers filled 10. Class Number: 351 Rim. 352 Mortise. 353 Pair of mortise. B. High Security Cylinders 1. Materials: a. Body: Solid rod stock brass. b. Armor Rods and Protective Shield: Drill-resistant steel. c. Keys: Nickel silver. 2. Standard: Conform to UL437 for pick resistance. 3. Skew cut bitting with interlocking pins or three chamber, three sided bitting. 4. Armor rods and protective shield to protect plug. 5. Security collar as required. 6. Mortise type of proper length for door thickness and trim. 7. 1-5/32 inches diameter. 8. Class Number: 361 Rim. 362 Mortise. 363 Pair of mortise. 2.05 EXIT DEVICES A. Push Bar Exit Devices: 1. Materials: a. Cases: Cast or drop forged bronze or Type 304 stainless steel; or wrought (0.060

inch minimum thickness) bronze or Type 304 stainless steel cover attached to cast bronze chassis.

b. Latch Bolt: Cast, extruded, or drop forged bronze or stainless steel, with 3/4 inch throw.

c. Interior Working Parts: Bronze or stainless steel. d. Arm Pivots: Stainless steel. e. Lever Arms: Drop forged bronze or stainless steel (Type 304). f. Vertical Rods: Bronze or stainless steel (Type 304) 3/8 inch diameter rods or 1/2

inch diameter tubes. g. Strikes, Miscellaneous Parts: Bronze or stainless steel (Type 304). h. Mortise Lock: Wrought steel dichromated case, cast or drop forged bronze front. i. Crossbar: Bronze or Type 304 stainless steel 1 inch outside diameter; minimum

wall thickness 0.060 inch, with steel reinforcing liner. 2. Rim, mortise, and vertical rod functions. 3. Listed for Accident Equipment. 4. Common design for all devices in Project. 5. Lock Stile Case: Standard size or narrow stile as required. 6. Mortise lock to fit doors prepared to ASA and ANSI Standards. 7. Cross bar lock down (dogging) by hex key or cylinder for push-pull operation, except for

Fire Labeled Doors. 8. Cylinders: As specified. 9. Operation - Per Class Number:

Page 181: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

New York State Office of General Services 08710 - 11

370 Rim: Pull only outside. 371 Rim: Single cylinder and pull outside, key retracts latch bolt. 372 Rim: Single cylinder and operating trim outside, key locks and unlocks operating

trim. 373 Mortise: No outside trim, exit only. 374 Mortise: Single cylinder and pull outside, key retracts latch bolt. 375 Mortise: Single cylinder and operating trim outside, key locks and unlocks

operating trim. 376 Surface Vertical Rod: No outside trim, exit only. 377 Surface Vertical Rod: Pull only outside. B. Touch Bar Exit Devices: 1. Materials: a. Covers, Touch Bar, and Rail: Brass, bronze, or stainless steel. b. Chassis: Nonferrous alloy or cast bronze. c. Latch Bolt: Brass, bronze, or stainless steel. Dead Locking Latch Bolt: 3/4 inch

anti-friction throw. d. Vertical Rods: Brass, bronze, or stainless steel; 3/8 inch diameter rods or 1/2

inch diameter tubes. e. Strikes, Miscellaneous Parts: Brass, bronze, or stainless steel. f. Mortise Lock: Wrought steel dichromated case, cast or drop forged bronze front. 2. Rim, mortise, and vertical rod functions. 3. Listed for Accident Equipment. 4. Common design for all devices in Project. 5. Lock stile case, standard size or narrow stile as required. 6. Mortise lock to fit doors prepared for ASA and ANSI Standards. 7. Touch bar lock down (dogging) by hex key or cylinder for push-pull operation, except for

Fire Labeled Doors. a. Delayed egress exit devices shall have cylinder dogging. 8. Cylinders: As specified. 9. All devices though-bolted unless otherwise specified. 10. Operation - Per Class Number: 380 Rim: Pull only outside. 381 Rim: Single cylinder and pull outside, key retracts latch bolt. 382 Rim: Single cylinder and operating trim outside, key locks and unlocks operating

trim. 383 Mortise: No outside trim, exit only. 384 Mortise: Single cylinder and pull outside, key retracts latch bolt. 385 Mortise: Single cylinder and operating trim outside, key locks and unlocks

operating trim. 386 Surface Vertical Rod: No outside trim, exit only. 387 Surface Vertical Rod: Pull only outside. 2.06 ELECTRIC STRIKES A. Electric Strikes: 1. Materials: a. Case and Working Parts: Stainless steel. b. Faceplate: Brass or stainless steel. c. Springs: Stainless steel. 2. Mortise. 3. Front: 9 x 1-3/8 inches. 4. UL listed for fire-rated doors. 5. Solenoid: UL listed, designed for continuous duty. 24 volts dc. 6. Keeper Depth: 3/4 inch standard. 7. Accessories: Power Source as recommended by manufacturer, or transformer, rectifier or

combination of both, as required.

Page 182: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

08710 - 12 New York State Office of General Services

8. Class Number: 395 2.07 MAGNETIC SHEAR LOCK A. Magnetic Shear Lock: 1. Materials: a. Armature Housing: Steel, stainless steel or aluminum. b. Magnet Tabs and Stud Lugs: Steel or stainless steel. 2. Application: Mortise; armature in top of door, magnet in top jamb rabbet. 3. Holding Force: Not less than 1000 pounds of shear. 4. Adjustable armature. 5. Magnetic bond sensor. 6. UL listed. 7. 12 or 24 volts dc. 8. Fail safe.

9. Accessories: Power Source as recommended by manufacturer, or transformer, rectifier or combination of both, as required.

10. Class Number: 397 2.08 MAGNETIC DOOR POSITION SWITCH A. Magnetic Door Position Switch: 1. Materials: a. Housing: Zinc (die cast) or aluminum. b. Face plates: Aluminum. 2. Application: a. Mortise or Recessed (example: SDCMC-7). b. Surface mounted (SDCMC-11). 3. Balanced/biased magnetic contact. 4. Switch: Dry reed, single-pole, double-throw (SPDT). 5. Shock and moisture resistant. 6. UL listed. 7. 24 volts maximum. 8. Class Number: 398 2.09 KNOB AND LEVER TRIM A. Knobs, Spindles and Escutcheons 1. Materials: a. Knobs: Cast or forged bronze, or Type 304 stainless steel, with shanks turned

from rod stock. b. Spindles: Steel; button and closet spindles iron, steel or bronze; spindle holders,

for fixed knobs, cast iron or wrought steel. c. Escutcheons: Cast or forged bronze, or Type 304 stainless steel, (steel thimble

retainer, nylon thimble bushing at manufacturer’s option), with thimbles turned from rod stock.

2. Knobs: Plain, spherical, 2-1/4 inches diameter, oval profile, minimum thickness of bronze, 0.080 inch, of stainless steel, 0.050 inch; to fit 5/16 inch spindle with outer knob pinned and inner knob of pair, or single knob, secured by threaded locking nut and threaded sleeve adjusted by spanner wrench. Knurled knob outside when class number is qualified with suffix letter K.

3. Spindle: 5/16 inch square; one end with pin holes, other threaded, for pairs of knobs; threaded end for single knob.

a. Rectangular, 7-1/2 x 2-1/4 inches minimum; rounded edges and corners; secured with through bolts and lugs; minimum thickness, 0.050 inch.

4. Class Number: 401 Two knobs and escutcheons, with spindle.

Page 183: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

New York State Office of General Services 08710 - 13

B. Lever Handles and Escutcheons: 1. Materials: a. Handles and Escutcheons: Cast or forged bronze, or Type 304 stainless steel. b. Spindle: Steel. 2. Spindle: Outside pinned to 5/16 inch spindle. Inside threaded to spindle, with set screw. 3. Lever: Plain curved bent design at least 4-3/16 inches long with lever returning to within

1/2 inches of door face. 4. Escutcheons: Match design of class number 401 escutcheon. 5. Class Number: 416 Pair, with spindle. C. Hospital Latches and Push/Pulls 1. Materials: a. Cover and Paddles: Bronze, or Type 304 stainless steel. b. Other components: Brass, bronze, or Type 304 stainless steel. 2. Latches: UL listed for fire doors. 3. Strike: ASA 4-7/8 x 1-1/4 inches with curved lip and wrought box. 4. Five inch backset. 5. Engrave with the words ”PUSH” or “PULL” on the appropriate side. 6. Class Number: 420 Latch: Both paddles active. 421 Latch: Inside paddle active, outside paddle rigid. 422 Pull: Rigid paddle, on side. 423 Push/Pull: Both paddles rigid. D Entrance Levers, Knobs, and Escutcheons For Use With Exit Devices: 1. Materials: a. Cast, drop forged or extruded bronze or Type 304 stainless steel. 2. Knobs and Escutcheons: Similar to design of class No. 401. 3. Levers: Similar to design of class No. 416. 4. Class Number: 426 Lever and escutcheon operating trim. 427 Lever and escutcheon dummy trim. 428 Knob and escutcheon operating trim. 2.10 PULLS AND PUSH PLATES A. Flush Pulls for Swinging Doors: 1. Material: a. Cast bronze. 2. Rectangular. 3. Beveled edges. 4. Four screw holes in face. 5. Dimensions 3-15/16 x 2-7/8 inches. 6. Opening size 2-3/8 x 1-1/8 inches x 3/4 inch deep. 7. Class Number: 433 B. Flush Pulls For Sliding Doors: 1. Material: a. Cast bronze. 2. Rectangular, 3-1/8 x 1-5/16 inches. 3. Two screw holes, in ends of recess. 4. Class Number: 435 C. Surface Mounted Door Pulls: 1. Materials: a. Bronze or Type 304 stainless steel. 2. 1 inch half round.

Page 184: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

08710 - 14 New York State Office of General Services

3. Mounted blind fastened with flathead machine screws on rounded plates 2 inches wide, 3 inches high, 3/16 inch thick.

4. Projection: 2-3/16 inches, clearance 1-11/16 inches. 5. Minimum overall length 11 inches, 8 inches on centers. 6. Drilled and tapped for, and provided with, through bolts. 7. Class Number: 451 D. Surface Mounted Offset Door Pulls: 1. Materials: a. Cast bronze or Type 304 stainless steel. 2. One piece, 12 inches high. 3. Rounded edges. 4. Lugs: Cast in and tapped for through bolts 10-1/2 inches on center. 5. Base size: 3/4 x 1-1/2 inches. 6. Projection: 2-1/2 inches with 1 inch clearance. 7. Offset: 1-5/8 inches. 8. Class Number: 455 D. Push Plates: 1. Materials: a. Wrought bronze or Type 304 stainless steel. 2. Minimum thickness, 0.050 inch. 3. Rectangular, beveled four sides. 4. Drilled and countersunk for securing with oval head screws, maximum 6 inches on

centers. 5. Cut for cylinder as required. 6. Class Number: 437 14 x 3-1/2 inches. 438 14 x 8 inches. E. Push Bars: 1. Materials: a. Bronze or Type 304 stainless steel. 2. Bar: 1-1/2 inches high, 3/8 inch thick minimum, with chamfered ends. 3. Blind Fastened Bases: 1-1/2 inches high, 1-1/4 inches wide, 1/2 inch thick. 4. Drilled for one screw or through bolt at each end, to suit construction requirements. 5. Class Number: 445 2.11 PROTECTION PLATES A. Protection Plates: 1. Materials: a. Wrought bronze or Type 304 stainless steel. 2. Minimum thickness, 0.050 inch. 3. All: Beveled all sides, including stretcher plates; drilled and countersunk for, and secured

with, oval head screws 6 inches on centers maximum on 4 sides, with extra vertical row for armor plates over 36 inches wide.

4. Sizes: Mop plates 6 inches high, kick plates 8 and 16 inches high, stretcher plates 8 inches high, armor plates 42 inches high (for fire labeled doors maximum height allowed by door manufacturer, but not over 42 inches or less than 16 inches); all as wide as door, less 2 inches on stop side and 1 inch on hinge side.

a. Cut out for surface applied hardware as required. 5. Application: a. On stop side of door, unless the class number is followed by the letter “H”

indicating hinge side attachment. 6. Class Number:

Page 185: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

New York State Office of General Services 08710 - 15

461 Mop plate. 462 Kick plate, 8 inches high. 463 Kick plate, 16 inches high. 464 Stretcher plate. 465 Armor plate. 2.12 FLOOR AND WALL STOPS AND HOLDERS A. Floor and Base Stops and Holders: 1. Materials: a. Base, Hook and Staple: Cast bronze. b. Stud: Steel. c. Bumper: Rubber. d. Base Stops: Minimum projection, 3-1/2 inches; minimum base diameter, 2-1/4

inches. 2. Floor Stops: Minimum height, 3 inches; minimum base diameter, 2-1/2 inches. 3. Manufacturer’s standard bumper attachment. 4. Base drilled and countersunk for three screws; or fitted with a threaded stud and

expansion shield, and drilled and countersunk for one auxiliary screw; to suit installation on wood, metal or masonry.

5. Class Number: 501 Base stop. 502 Floor stop. 503 Base stop with hook & staple plate. 504 Floor stop with hook & staple plate. B. Dome Floor Stop: 1. Materials: a. Base: Cast bronze. b. Bumper: Rubber. 2. Round or oval. 3. Manufacturer’s standard bumper retention. 4. Stud cast or screwed in bottom to prevent turning. 5. Drilled and countersunk for flat head screw. 6. Standard Heights: 1 inch, 1-1/4 inches with carpet, 1-3/8 inches with threshold. 7. Provide carpet risers as required. 8. Class Number: 507 C. Wall Bumper: 1. Materials: a. Face Ring: Cast bronze. b. Back Plate: Steel. c. Bumper: Rubber. 2. Face ring fastened to back plate. 3. Back plate secured to wall by one machine screw and expansion shield, or one toggle

bolt. 4. Diameter: 2-3/8 inches. 5. Projection: 1 inch. 6. Class Number: 511 D. Roll-Over Stop and Holders: 1. Materials: a. Housing and Strike: Cast bronze. b. Roller and Interior Parts: Brass. c. Spring: Steel. d. Bumper: Rubber. 2. Roll-over type push-pull operation.

Page 186: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

08710 - 16 New York State Office of General Services

3. Door part attached with four screws. 4. Strike attached with three screws. 5. Four strike heights to suit door clearance. 6. Class Number: 513 2.13 OVERHEAD STOPS AND HOLDERS A. Rod Type Overhead Stops and Holders: 1. Materials: a. Pivots and Brackets: Brass. b. Rod: Stainless steel. c. Other Components: Brass, stainless steel, and steel treated to resist corrosion. 2. Roller hook engagement. 3. Reversible. 4. Exposed compression spring. 5. Adjustable and disengageable hold-open. 6. Rod length to suit door width. 7. Standard Model: 1/2 inch diameter rod and attachment to door with three sex bolts. 8. Heavy Duty Model: 3/4 inch diameter rod and attachment to door with four sex bolts. 9. Class Number: 520 Standard duty stop and hold-open. 521 Standard duty stop only. 522 Heavy duty, stop and hold-open. 523 Heavy duty, stop only. B. Pivoted Arm Overhead Stops and Holders: 1. Materials: a. Arm: Brass/bronze or stainless steel. b. Engagement and Stop Plate, Pivot: Brass. c. Shock Absorber Housing: Brass/bronze or stainless steel. d. Spring: Steel. 2. Arm: 1/4 inch thick. 3. Safety release hold-open at pivot, disengage by winged control handle. 4 Arm length to suit door width. 5. Reversible. 6. Stop and hold-open or stop only. 7. Standard Model: Attachment to door with two sex bolts. 8. Heavy Duty Model: Attachment to door with four sex bolts. 9. Compatible with door closer plates and brackets 10. Class Number: 523 Standard duty stop and hold-open. 524 Standard duty stop only. 525 Heavy duty, stop and hold-open. 526 Heavy duty, stop only. C. Channel and Slide Surface Mounted Stops and Holders 1. Materials: a. Arm: Bronze bar. b. Channel and Slide: Extruded bronze. c. End Blocks: Bronze. d. Spring and Hold-open Cam or Roller: Steel. e. Pivots: Stainless steel. 2. Arm: Minimum size, 1/4 inch thick and 1 inch wide. 3. Safety Release Hold-open: Cam and roller action, automatic engagement and release;

adjustable tension; disengageable by knob or lever on side of device. 4. Size to suit door width.

Page 187: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

New York State Office of General Services 08710 - 17

5. Mount channel on surface of door with two sex bolts and 1-1/4 inches maximum projection. Surface mount jamb bracket to jamb.

6. Heavy duty offset jamb brackets. 7. Stop and hold-open or stop, friction hold open. 8. Class Number: 527 Surface, stop and hold-open. 528 Surface, stop only. D. Concealed Overhead Stops and Holders 1. Materials: a. Arm: Bronze bar. b. Channel: Extruded bronze or brass. c. Pivots: Hardened steel. d. Spring: Steel. e. Friction Element: Brake lining material. f. Free acting hold-open cam: Bronze. 2. Arm: Minimum size, 11/16 inch wide and 3/16 inch thick. 3. Channel: Minimum size, 1/16 inch thick, 11/16 inch wide, and 5/8 inch deep. 4. Size to suit door width. 5. Reversible. 6. Friction adjustable by regulating screw on slide number. 7. Heavy duty model. 8. Class Number: 531 Free acting holder. 532 Friction holder. 533 Stop only. 2.14 FLUSH BOLTS A. Manual Flush Bolts: 1. Materials: a. Face and Lever: Cast, forged, or extruded bronze. b. Rod: Steel. c. Bolt Head: Brass rod stock. d. Strike and Guide: Wrought bronze. e. Dust Proof Strike: Bronze. f. Springs: Steel. 2. Face Size: ANSI Standard A115.4 for metal doors and frames. 3. Rod Size: Minimum 1/4 inch diameter, 8 inches long for Dutch doors, 12 inches long

standard, longer as required to locate top bolt within 6’-6” from floor. 4. Bolt Size: Minimum 1/2 inch, square or diameter. 5. Frame Strike Size: 2-1/4 x 15/16 inches. 6. Flat or 2-1/2 inches radius rounded front. 7. Dust proof strike in two parts, detachable from its own floor plate to fit in threshold; 1-1/8

inches diameter face, plate 4-3/4 x 1-1/2 inches. 8. Class Number: 601 One, for Dutch door, with dust proof strike. 602 Two, for inactive leaf, pairs of doors, with one dust proof strike. B. Automatic and Self-Latching Flush Bolts: 1. Materials: a. Face and Actuating Cam or Lever: Cast or drop forged bronze. b. Rod: Steel. c. Bolt Head: Extruded bronze. d. Guide: Wrought steel or bronze. e. Strikes: Cast or drop forged bronze. f. Springs: Steel. 2. Face Size: ANSI Standard A115.4 for metal doors and frames.

Page 188: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

08710 - 18 New York State Office of General Services

3. Rod Size: 1/4 inch minimum diameter, 12 inches long. 4. Bolt Size: Minimum 1/2 inch, square or diameter. 5. Listed for use on inactive leaf of pairs of labeled fire doors. 6. Fully automatic or self latching. 7. Class Number: 603 Two automatic, with soffit and dust-proof sill strikes. 604 One automatic at bottom with dust proof strike and one self latching at top. 2.15 COORDINATOR A. Carry Bar Coordinators 1. Material: a. Steel. 2. Head stop mounted type. 3. Adjustable trigger pressure. 4. Filler, mounting brackets, wear plates, and carry-bar for use with astragal. 5. Class Number: 608 B. Roller Arm Coordinator: 1. Material: a. Roller: Nylon. b. Body: Forged Brass. 2. Adjustable gravity action arm and door bracket. 3. Class Number: 609 2.16 REMOVABLE MULLIONS A. Mullion 1. Material: a. Mullion: Extruded aluminum or steel. b. Fittings: Compatible with mullion material. 3. “Frame” pattern for pairs of doors with rim exit devices. 4. Minimum dimensions 2 inches wide, 3 inches deep. 5. Rim exit device strikes attached. 6. Easily removable by loosening screws. 7. Angle bracket for narrow transom bar if required. 8. Class Number: 610 Aluminum. 611 Steel. 2.17 DOOR SILENCERS A. Door Silencers for Metal and/or Wood Frames: 1. Material: a. Rubber. 2. Round, 1/2 inch diameter, 9/16 inch deep. 3. Pneumatic. 4. Inserted in 9/32 inch diameter hole in metal frame with special tool. 5. Flanged to prevent removal. 6. Class Number: 637 Two or Three as required. 638 Adhesive type. 2.18 SLIDING DOOR TRACK AND HARDWARE A. Track and Hardware: 1. Materials: a. Track: Extruded aluminum, anodized. b. Wheels, Floor Guide: Nylon. c. Carriers, Top Plates, Aprons, Angle Stop: Steel. d. Angle Stop Bumper: Rubber.

Page 189: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

New York State Office of General Services 08710 - 19

2. Inverted “T” track for by-passing doors weighing up to 100 pounds. 3. One-piece track, spaced for 1-3/8 and 1-3/4 inches thick doors. 4. Plain or with integral fascia. 5. Four wheels each carrier, two on each side, pivoted to carrier. 6. 3/4 inch vertical adjustable top plate, or 1/4 inch vertical adjustable apron attachment to

door. 7. Floor guide at center of opening, non-adjustable. 8. Track length to suit door width and overlap. 9. Class Number: 639 Top plate, 1-3/8 inches doors. 640 Apron, 1-3/8 inches doors. 641 Apron, 1-3/4 inches doors. 642 Apron, 1-3/8 inches doors, fascia. 643 Apron, 1-3/4 inches doors, fascia. 2.19 ADDITIONAL HARDWARE A. Class Number: 1000 Hinges for Lead Lined Doors: Three Stanley BB601-8”. 1001 Security Floor Door Stop: One Glynn Johnson FB18S. 2.20 WIRING DIAGRAMS A. Provide wiring diagrams showing point to point hook up of all electrical hardware specified.

Include in the diagrams all connections between the components affected. 2.21 FASTENERS A. Pack hardware with screws, through bolts, etc., required for proper application. Fasteners shall

harmonize with the material and finish. B. Provide machine screws for hardware to be secured to metal; self-tapping screws are not

acceptable. Provide machine screws and metal expansion shields for masonry attachment. 1. Provide undercut (shallow head) screws where necessary for proper seating, with

manufacturer’s standard Phillips heads, or with torx center pin security screws. C. Provide torx security head fasteners for exposed items of hardware (except full mortise hinges). D. Provide sex bolts and nuts, and through bolts for closer attachment to doors. Template door

closers for maximum swing. 2.22 FINISHES

Page 190: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

08710 - 20 New York State Office of General Services

SYMBOL BASE MATERIAL AND FINISH USP(600) Steel - Primed for painting US4(606) Brass - Satin brass US10(612) Bronze - Satin bronze US10(641) Steel - Satin bronze

US10B(613) Bronze - Satin bronze, oxidized and oil rubbed US26(651) Steel - Bright chromium plated US26(625) Brass - Bright chromium plated US26(625) Bronze - Bright chromium plated

US26D(652) Steel - Satin chromium plated US26D(626) Brass - Satin chromium plated US26D(626) Bronze - Satin chromium plated US32(629) Steel - bright stainless

US32D(630) Steel - Satin stainless AL(673) Manufacturer’s standard aluminum lacquer

BL Manufacturer’s standard brown, bronze or gold lacquer

C. Hardware shall be finished as follows: 1. Hinges: 2. Door Closers: 3. Locks, Latches and Trim: 4. Exit Devices: 5. Push and Pulls and Flat Goods: 6. Architectural Door Trim: 7. Stops and Holders: 8. Flush Bolts: 9. Coordinators: 2.23 KEY CONTROL SYSTEM A. Furnish a complete set up system with brass permanent file key tags, detachable fiber key tags,

cross index cards, borrower’s receipt forms, brass receipt holders, and parts and instruction manual. Keys to be stored on swinging panels within steel, wall hung, locked cabinet, or with in steel, standard metal cabinet with capacity for 150 percent of the number of commercial cylinders required for this Project.

1. Provide a complete cross index system set up by key control manufacturer. Place keys on markers and hooks in the cabinet as determined by the final keying schedule.

B. Class Number: 651 ________ key capacity. 2.24 KEYING A. Key locks as follows, and incorporate in the hardware schedule for approval. 1. Keying shall be done by the lock company and factory records of key changes

established. a. Furnish the Facility with a complete bitting list. 2. All cylinders shall be construction master keyed. Provide manufacturer’s special pin

tumbler cylinders which permit voiding construction keys without removal of the cylinder. Furnish ________ Construction Master Keys total.

3. Visual Key Control: Stamp permanent keys and cylinders with the applicable key mark for identification and “Do Not Duplicate.” Do not use cut numbers.

4. Furnish 3 each permanent Master Key. 5. SKD changes shall be without permanent master key control.

Page 191: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

New York State Office of General Services 08710 - 21

6. Ship permanent master keys via Registered Mail, Return Receipt Requested, direct from the lock company, to: O.G.S. Design & Construction, Division of Design, Technical Resource Group, Hardware Unit, 3278 Corning Tower, Empire State Plaza, Albany, NY 12242.

a. Ship permanent cylinders and construction keys with the locks. B. Establish the following Master Keys: 1. C. Furnish 7 keys for each change unless otherwise noted. 1. Provide keys of nickel silver only. D. The key changes listed below shall be operated as follows: 1. PART 3 EXECUTION 3.01 INSTALLATION A. Install hardware in accordance with manufacturer’s printed instructions, and adjust for smooth

operation. 1. Template door closers for maximum door swing. 2. Fasten door closer attachment to door with sex bolts and nuts and through bolts. B. Use proper tools and methods to prevent scratches, burrs or other defacement. C. After installation, cover hardware with protective cloth or paper to prevent damage during

remaining construction. Remove protection upon completion. D. Adjust existing related hardware as required for the proper operation of all the hardware. 3.02 LOCATIONS A. Locate hardware as follows: 1. Hinges: Top hinge 5 inches from jamb rabbet to top edge of barrel; bottom hinge 10

inches from bottom edge of barrel to finished floor; intermediate hinge centered between top and bottom hinges. Intermediate hinges for Dutch doors 5 inches from top of lower leaf and bottom of upper leaf to edge of respective hinge barrel.

2. Knobs and Levers: Center line 3’-2” from finished floor. 4’-0” for doors with armor plate; 8 inches below top of lower leaf for Dutch doors.

3. Exit Devices: From finished floor: Center line of touch bar 3’-4”+. Center line of cross bar 3’-1”.

4. Deadlocks: Center line of cylinder 4’-0” from finished floor. 5. Push Plates: Center line 4’-0” from finished floor. 6. Door Pulls: Center line 3’-2” from finished floor. 7. Push Bars: Through bolted to top (or both ends) of door pull. 8. Protection Plates: 1/8 inch from door bottom. 9. Flush Bolts for Dutch Doors: Edge of upper leaf bolting into lower leaf. 3.03 FIELD QUALITY CONTROL A. Post installation Inspection: Manufacturers’ suppliers and representatives shall inspect their

hardware and make any corrections required due to errors or improper installation. Secure the services of a Company Field Advisor to inspect and submit in writing that the items specified have been properly installed and are functioning and operating properly.

3.04 FINISH HARDWARE SCHEDULE NOTE: Each class number listed below designates a single unit of the product described, unless the description specifically indicates otherwise. If more than one unit is required, the quantity will be in parentheses after the class number, e.g. (2).

Building No. 1.

DOOR NO. HAND KEY CHANGE HARDWARE CLASS NUMBERS 1D-1 LH AA1 103-304-416-511 1D-2 RHRA AA2 103-236(2)-306-401K-604-608-511-637

Page 192: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

08000 - Doors & Windows

October 2006

08710 - 22 New York State Office of General Services

END OF SECTION

Page 193: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

User’s Manual

Copyright © 2005 The Gordian Group, Inc., All Rights Reserved

Page 194: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

PROGEN Support Line: 877.467.3426

No part of this document may be reproduced or transmitted in any format or by any means, electronic or mechanical, for any purpose, without the express written permission of The Gordian Group.

Copyright© 2005 by The Gordian Group, Inc. All rights reserved. PROGEN, Construction Task Catalog, Catalog of Construction Tasks, DMAP, eGordian, 6 Phase Development and Implementation Program and The Standard for Job Order Contracting are either registered trademarks or trademarks of The Gordian Group, Inc. The names of actual companies mentioned herein may be the trademarks of their respective owners.

Page 195: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Table of Contents

Table of Contents Introduction 1

Why PROGEN? 1Typical Windows Shortcuts That Work In PROGEN 1 About this Manual 1

Part I – Connecting 1Chapter 1 – Login to PROGEN through Citrix for the First Time 1Downloading and Installing Citrix 1 Change Username or Password 5 Chapter 2 – Login / Logout of PROGEN 7Login to PROGEN 7 Log Out of PROGEN and Citrix 8 Chapter 3 – PROGEN Window Layout 9The PROGEN Explorer Window 9 Drag and Drop information 11 The PROGEN Toolbar 12 Toolbar Actions 12 PROGEN Main Screen – Page, Number of Pages, and Items 13

Part II – Essential Duties 1Chapter 4 – Add, Edit, Delete Top-Level Data 1Companies – Adding, Editing and Deleting 1 Contracts – Adding, Editing and Deleting 2 Contacts – Adding, Editing and Deleting 4 Locations – Adding, Editing and Deleting 5 Budget Accounts - Adding, Editing and Deleting 6 Submittal Library – Adding, Editing and Deleting 7 Chapter 5 – CTC & Adding Items 9Task Catalogs 9 Estimate/Non-Prepriced Tasks - Adding, Editing, Deleting 9

Part III - Initiating a Project 1Chapter 6 - Creating a Project 1Add a New Project 1 Add a Job Order to the Project You Just Created 3 Add People to the Job Order 5 Enter Initial Tracking Dates for the Job Order 6 Add a Location to the Job Order 7 Add the Joint Scope Meeting 8 Issue the Joint Scope Invitation 9 Send the Job Order to the Contractor 12 Chapter 7 – Request for Proposal 13Enter ‘General’ Information in the ‘Modify Job Order’ Window 13 Enter ‘RFP’ Information in the ‘Modify Job Order’ Window 14 Enter ‘Scope’ Information in the ‘Modify Job Order’ Window 15 Enter Joint Scope Meeting Information in the ‘Meeting’ Window 15 Enter Tracking Dates 16 Review the RFP and Detailed Scope of Work prior to Sending to the Contractor 17

PROGEN Support Line: 877.467.3426 TOC - 1

Page 196: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Table of Contents

Email/Print Report Groups to the Contractor 18 Chapter 8 - Creating an Independent Cost Estimate – Lump Sum or Detailed 21Lump Sum Cost Estimate 21 Detailed Cost Estimate 22 Customizing the ‘Estimate Details’ Grid 23 Building a Estimate 24 Building an Estimate Using Drag and Drop 25 Adding Modifiers to Tasks 27 Using the ‘Add/Edit Detail Item’ Window 29 Printing the Estimate 29

Part IV – Proposal Package 1Chapter 9 - Creating a Proposal 1Adding a Proposal 1 Customizing the ‘Proposal Details’ Grid 1 Building a Proposal 3 Building a Proposal Using Drag and Drop 3 Adding Modifiers to Tasks 6 Using the ‘Add/Edit Detail Item’ Window 8 Printing the Proposal 8 Chapter 10 – Entering Subcontractor Estimates and Contracts 11Entering Data in the ‘Add Subcontractor’ Window 11 Tracking Subcontractor Contracts and Change Orders 13 Chapter 11 – Transmitting the Data 15Choosing the Job Order (Screen 1) 15 Choosing the User to Send the Transmittal To (Screen 2) 16 Name the Transmittal (Screen 3) 17

Part V – Review & Approve Proposals 1Chapter 12 – Validating Contractor Data 1Actions Links 1 Check Items to Import 2 Match or Add Items 3 Choosing a Job Order 4 Status of Transmittal 5 Chapter 13 – Reviewing and Approving Proposals 7Changing the Review Screen 7 Actions Links 8 Making Changes to the Proposal Review 9 Quick Viewing of Owner Changes 12 Reviewing Pricing Changes 12 Approving a Proposal 13 Viewing Contractor Proposal Changes 14 Printing Reports 15 Chapter 14 – Issuing a Notice to Proceed 17Verify a Budget has been Attached 17 Verify the Independent Cost Estimate has been Created 17 Verify that a Location has been Attached 18 Verify that People have been Assigned 18 Verify a Proposal has been Approved 19 Enter the NTP Issued Date 19 Issue the Notice to Proceed 20

Part VI – Maintaining the Project 1Chapter 15 – Maintaining the Project 1Updating Tracking Dates 1

TOC - 2 PROGEN Support Line: 877.467.3426

Page 197: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Table of Contents

Updating Status on Job Order 2 Updating the Status of the Project 2 Chapter 16 – Requesting Submittals 3Entering Data in the ‘Add Submittal’ Window 3 Chapter 17 – Evaluating the Contractor 7Entering Data in the ‘Evaluation’ Screen 7 Chapter 18 – Contractor Invoicing 9Creating a Schedule of Values 9 Adding an Invoice 9 Editing/Modifying an Invoice 10 Delete an Invoice 10 Navigating the Costs Window 11 Additional Information 12 Updating Invoice Dates 12 Chapter 19 –Subcontractor Payments 13Navigating to the ‘Modify Subcontractor’ Window 13 Entering Payment Information 13

Part VII - Reports 1Chapter 20 – Viewing Reports 1How to Preview Reports 1 Chapter 21 – Print Reports 3Print a Single Report from the Preview Screen 3 Print Multiple Reports 4 Chapter 22 – Email Reports 5Email a Single Report from the Preview Screen 5 Email Multiple Reports 7

PROGEN Support Line: 877.467.3426 TOC - 3

Page 198: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Table of Contents

THIS PAGE INTENTIONALLY LEFT BLANK

TOC - 4 PROGEN Support Line: 877.467.3426

Page 199: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Introduction

Introduction Why PROGEN?

PROGEN is The Gordian Group’s JOC Management Software package that allows for increased JOC productivity.

Typical Windows Shortcuts That Work In PROGEN

1) Typical Windows Shortcuts that can also be used in PROGEN

a) COPY: Press ‘CTRL + C’ to copy a selected item or text.

b) PASTE: Press ‘CTRL + V’ to paste an item or text.

c) SELECT ALL: Press ‘CTRL + A’ to select all.

d) CUT: Press ‘CTRL + X’ to cut a selected item or text.

e) UNDO: Press ‘CTRL + Z’ to undo typing in a text field.

f) MAKE MULTIPLE SELECTIONS: Press and hold the ‘CTRL’ key while selecting multiple items with the mouse pointer.

g) SELECT A RANGE: Select the top record in the range of items or text to be selected, press and hold the ‘SHIFT’ key, and select the last record in the range of items or text to be selected.

h) DRAG / DROP: Select an item with the mouse (press and hold on the left mouse button), and drag the item to copy it into another folder, and then release the mouse button to drop the item into the folder.

About this Manual

This User’s Manual is organized in the order of The Gordian Group’s Job Order Contracting System. Each chapter is a capsule of information that is complete enough to accomplish specific tasks or processes in the JOC system.

1) Symbols and Descriptions used in this book

a) A ‘TREEVIEW’ is the hierarchy listing of files and folders similar to the left panel of the standard Windows Explorer, and is located on the left side of the window.

b) A ‘LISTVIEW’ shows information located within the ‘TREEVIEW’ similar to the right panel of the standard Windows Explorer screen and is located on the right side of the window. This may also be referred to as the ‘DETAILS’ side.

c) IMPORTANT INFORMATION, such as BUTTONS, KEYS and other ACTIONS will be UPPER CASE and surrounded by single quotes in the description text; i.e. (type in the ‘ADDRESS’ bar of Explorer) or (press the ‘ENTER’ key).

d) A circle and/or arrow highlight an area within a sample window being referred to. These icons are a visual reference to the directions given.

NEW PROGEN is an internet based JOC Management software that can be used wherever an internet connection is present.

PROGEN Support Line: 877.467.3426 Intro - 1

Page 200: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Introduction

e) The notes in the left margin of the instructional text offer insight to important features, benefits and ways to avoid problems, as explained below:

NEW The NEW icon indicates features that are new to PROGEN. Remember, PROGEN is always being improved.

NOTE The NOTE icon indicates valuable information for easier use.

RIGHT CLICK The RIGHT CLICK icon indicates features that display a drop down menu.

TECHNICAL The TECHNICAL icon indicates features that are more technical, typically for advanced users.

TIPS The TIPS icon indicates features and shortcuts in PROGEN.

WARNING The WARNING icon indicates common pitfalls and what not to do using PROGEN.

Intro - 2 PROGEN Support Line: 877.467.3426

Page 201: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Part I – Getting Connected

Part I – Connecting Chapter 1 – Login to PROGEN through Citrix for the First Time

TECHNICAL

Make sure that the Internet Explorer web options are set to ‘default’. Go to: Tools/ Internet Options and select the ‘Default’ button within all four zones of the ‘SECURITY’ tab.

Downloading and Installing Citrix

1) To begin using Citrix to login to PROGEN, launch Internet Explorer.

2) Enter the following in the address bar of Internet Explorer: ‘PROGEN.EGORDIAN.COM’ and press ‘ENTER’ on the keyboard or the ‘GO’ button with the mouse pointer.

2 NOTE Do not enter the ‘WWW’ or ‘HTTP’; Internet Explorer will automatically enter any other necessary information.

3

3) Single Click on the link at the bottom of the page labeled:

PROGEN Support Line: 877.467.3426 1-1

Page 202: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Part I – Getting Connected

4) Press the ‘RUN’ button to launch the executable.

4

5) A ‘CITRIX ICA WEB CLIENT’ window will open, press ‘YES’ to continue.

5

6) ‘THE CITRIX LICENSE AGREEMENT’ window will open next. After reviewing and accepting the terms of the license agreement, press ‘YES’.

6

1-2 PROGEN Support Line: 877.467.3426

Page 203: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Part I – Getting Connected

7) After the installation is complete, the ‘CITRIX ICA WEB CLIENT’ Window will open, press ‘OK’.

8) Close and re-launch Internet Explorer.

9) Enter the following in the address bar of Internet Explorer: ‘PROGEN.EGORDIAN.COM’ and press ‘ENTER’ on the keyboard or the ‘GO’ button with the mouse pointer.

WARNING If you cannot install citrix, you need to contact your IT department to obtain administrative permissions.

7

9

10) Enter a username and password then press the ‘LOG IN’ button.

10

PROGEN Support Line: 877.467.3426 1-3

Page 204: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Part I – Getting Connected

12

11

11) The ‘ICA CLIENT FILE SECURITY’ window will open. TECHNICAL

Your computer will remember these settings. The settings are saved in your Windows system folder as a file named ‘webica.asp’.

a) Select ‘FULL ACCESS’.

b) Select ‘NEVER ASK ME AGAIN FOR THIS APPLICATION’.

12) Press the ‘OK’ button and PROGEN will launch.

1-4 PROGEN Support Line: 877.467.3426

Page 205: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Part I – Getting Connected

Change Username or Password

1) To change Username or Password, launch PROGEN.

2) Select ‘CONTACTS’ on the ‘TREEVIEW’ panel to show the list of contacts.

3) Click on the binoculars within the button bar, to view the search panel above the list of names on the ‘LISTVIEW’ side. Enter the name into the ‘CONTAINS’ field, then click the ‘FIND’ button. Names that match the search entered will display the contacts on the ‘LISTVIEW’ side.

4) Double click on the name and the ‘MODIFY USER’ window will open.

5) To modify contact information, click on any field and modify or add information. Always verify that your contact information is correct.

6) To change your ‘PASSWORD’, press the ‘CHANGE’ button.

7) Enter your email address so you can email reports and transmittals.

8) Click on the ‘ADDRESS AND PHONE’ link to auto-fill the company information.

9) Press the ‘SAVE AND CLOSE’ button to save your changes.

6

5

9

TIPS In order to use PROGEN e-mail, your e-mail address must be entered into PROGEN.

NOTE Data Fields with RED labels are required fields. They must have data input to be able to Save and Close.

4

3

2

7

PROGEN Support Line: 877.467.3426 1-5

Page 206: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Part I – Getting Connected

THIS PAGE INTENTIONALLY LEFT BLANK

1-6 PROGEN Support Line: 877.467.3426

Page 207: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Title

Job Order ContractProject Checklist

Complete

Project Initiation1

Project Development2Hazerdous Material Review

Preliminary Scope of Work

Job Order Development4Request for Proposal

Subcontractor Information7

Project Approval8Client Authorization

Job Order / Notice To Proceed

Other9Shop Drawings

Submittals

Construction10

Close-Out

Contract Number

JOC Project Manager

Contractor

Notes and Comments

Occidental Construction Co. Inc.

South Beach PC - Replace Roadway Bldg 4-7

Close Out Documents

Contractor Evaluation

Correspondence

Reports

Invoice Copy

Subcontractor Listing

Detailed Scope of Work

Price Proposal - Summary & Detail

Non-Prepriced Backup (if applicable)

Price Proposal Validation

Permits

Project Initiation

Union Notification

Progress Scope of Work

Joint Scope Minutes

Owner's Estimate

Permit Application

James Comegys

Joint Scope3

Price Proposal5

Schedule6

11

Work Order - Project Number

Modification Number

43121C

002-J0169

00

Page 1 of 1Project Checklist

Page 208: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Preliminary Scope of Work Job Order Contract

Basic Job Order Information

South Beach PC - Replace Roadway Bldg 4-7Job Order Title:

Contract Number 43121C

Work Order - Project Number

Modification Number 00

002-J0169

OMH-South Beach PC

777 Seaview Ave. Staten Island, NY

Location:

June 18, 2007Print Date:

Contractor: Occidental Construction Co. Inc.

Preliminary Scope of Work

Area #1 Roadway Side of Building #7 - (5,562 sf)

Excavate and remove asphalt and sub-base 14' x 380' x 12" (approx 5,562 cf).

Install 8" recycled aggregate (DOT Item 4), 2" asphalt binder (DOT type 3) and 2" hot plant mix asphalt concrete

top wearing course (DOT Type 6F). Finish surface to proper elevation for drainiage and compact with heavy

powered rollers.

Utilize existing pavements in subbase.

Salvage existing topsoil for reuse at edges.

Feather topsoil at both sides of new pavement.

Provide roadway 14' wide (minimum), outside radius minimum 48', inside radius minimum 28'.

Provide temporary walkway barrier.

Area #2 Walkway Bldg #4 - (5,744sf)

Excavate and remove asphalt and sub-base and topsoil 14' x 250' x 12" (approx 3,500 cf).

Relocate (2) 8x18 wheelchair accessible parking spots. (approx 360 cf)

Remove miscellaneous contiguous areas for uniform paving. (approx 1884 cf)

Install 8" recycled aggregate (DOT Item 4), 2" asphalt binder (DOT type 3) and 2" hot plant mix asphalt concrete

top wearing course (DOT Type 6F). Finish surface to proper elevation for drainiage and compact with heavy

powered rollers.

Utilize existing pavements in subbase.

Salvage existing topsoil for reuse at edges.

Feather topsoil at both sides of new pavement.

Provide roadway 14' wide (minimum), outside radius minimum 48', inside radius minimum 28'.

DateJames Comegys, Senior Architect

Preliminary Scope Page 1 of 1

Page 209: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Job Order ContractPrint Date:

Job Order Title:

Contract Number

Work Order - Project Number 002-J0169

Modification Number 00

June 18, 2007

43121C

South Beach PC - Replace Roadway Bldg 4-7

Joint Scope Meeting Notification

Please be advised that a Joint Scope Meeting has been scheduled for the above identified project as follows:

Project Location: 777 Seaview Ave., Staten Island, NY 10305

Replace roadway sections near building numbers 4 and 7.

OGS Field Office, Building 4

August 25, 2006 /10:30 amDate/Time:

Meeting Location:

Brief Scope:

The following individuals are invited to attended:

Name Organization Phone Fax

Occidental Construction Co. Inc. (732) 537-1000Sachin Garg, Estimator

New York State Office of General Services (518) 486-1528James Rudge, Designer

South Beach PC (718) 667-2695 (718) 667-2379Robert Giammarino,

New York State Office of General Services (518) 408-1354 (518) 474-8201James Comegys, Senior

Architect

NYS OGS Region 2 (845) 365-0730 (845) 365-1505Bernard Eng, Engineer in

Charge

NYS Office of Mental Health (518) 473-5815D. Beemer, Project

Manager

New York State Office of General Services (845) 365-0730 (845) 365-1505Steve Murphy, Area

Supervisor

NYS OGS Region 2 (845) 365-0730 (845) 365-1505Leo Chao, Region

Supervisor- NYC Region 2

New York State Office of General Services (518) 408-1347 (518) 474-8201Al Horlacher, JOC Program

/ Project Manager

NYS OGS Region 2 (718) 668-8036Marc Rosenzweig, EIC

Comments:

Review site conditions and scope.

Page 1 of 1Meeting Notification

6/18/2007

Page 210: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Joint Scope Meeting Notes

777 Seaview Ave., Staten Island, NY 10305

South Beach PC - Replace Roadway Bldg 4-7

43121C

June 18, 2007

Project Location:

00Modification Number

002-J0169Work Order - Project Number

Contract Number

Job Order Title:

Print Date: Job Order Contract

Please be advised that a Joint Scope Meeting was held for the above identified project as follows:

Replace roadway sections near building numbers 4 and 7.

OGS Field Office, Building 4

August 25, 2006 /10:30 amDate/Time:

Meeting Location:

Brief Scope:

The following individuals were notified and/or attended the Joint Scope Meeting Meeting:

Name Organization Phone Fax

Occidental Construction Co. Inc. (732) 537-1000Sachin Garg, Estimator

New York State Office of General Services (518) 486-1528James Rudge, Designer

South Beach PC (718) 667-2695 (718) 667-2379Robert Giammarino,

New York State Office of General Services (518) 408-1354 (518) 474-8201James Comegys, Senior

Architect

NYS OGS Region 2 (845) 365-0730 (845) 365-1505Bernard Eng, Engineer in

Charge

NYS Office of Mental Health (518) 473-5815D. Beemer, Project

Manager

New York State Office of General Services (845) 365-0730 (845) 365-1505Steve Murphy, Area

Supervisor

NYS OGS Region 2 (845) 365-0730 (845) 365-1505Leo Chao, Region

Supervisor- NYC Region 2

New York State Office of General Services (518) 408-1347 (518) 474-8201Al Horlacher, JOC Program

/ Project Manager

NYS OGS Region 2 (718) 668-8036Marc Rosenzweig, EIC

Comments:

Review site conditions and scope.

Page 1 of 1Meeting Notes

6/18/2007

Page 211: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Request for Proposal Job Order Contract

Print Date: June 18, 2007

South Beach PC - Replace Roadway Bldg 4-7Job Order Title:

Contract Number

Work Order - Project Number 002-J0169

Modification Number 00

43121C

Location: OMH-South Beach PC

777 Seaview Ave. Staten Island, NY

To: Sachin Garg

Occidental Construction Co. Inc.

147 Union Ave, Suite 2C

Middlesex, NJ 08846

Dear Sachin Garg:

The State of New York Office of General Services requests that you provide a Proposal Package for the above

referenced Job Order.

The attached Detailed Scope of Work, was discussed at the site on August 25, 2006 with the following individuals.

OrganizationName

Sachin Garg Occidental Construction Co. Inc.

James Rudge New York State Office of General Services

Robert Giammarino South Beach PC

James Comegys New York State Office of General Services

Steve Murphy New York State Office of General Services

Marc Rosenzweig NYS OGS Region 2

Additional requirements:

Future Meetings: As scheduled by Engineer in Charge.

Drawings/Specification

Requirements:

As described at Joint Scope Meeting.

As required by Engineer in Charge and South Beach orientation packet for

contract vendors.

Use of Premises:

Submittals: As required by Engineer in Charge.

Prevailing Wages: This is a public works projects. The contractor is required to pay

prevailing wages, as required by the Department of Labor.

Certified payrolls are required on a monthly basis.

Request for Proposal Page 1 of 2

Page 212: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Fire Alarm and/or Security

Work:

The New York State Deparment of State License Law requires that

only licensed installers be permitted to install fire alarm and security

systems.

The Contractor shall submit proof that it holds a current and valid

license.

All workers performing the installation shall carry a current copy of the

company identification cards.

Subcontractor

Requirements:

Permits and Licenses: None

Contractor's Supervision: Contractor to maintain qualified supervisory representation during all

construction operations

Physical Completion Date: December 18, 2006

Liquidated Damages: Liquidated damages will apply. The contractor may be assessed $500

per calendar day.

Your Proposal Package is due on or before September 25, 2006.

Date

Sincerely,

James Comegys, Senior Architect

Request for Proposal Page 2 of 2

Page 213: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Detailed Scope of Work Job Order Contract

Preliminary Revised FinalX

09/18/2006

Print Date: June 18, 2007

South Beach PC - Replace Roadway Bldg 4-7Job Order Title:

Contract Number 43121C

Work Order - Project Number

Modification Number 00

002-J0169

Contractor: Occidental Construction Co. Inc.

Location: OMH-South Beach PC

777 Seaview Ave. Staten Island, NY

Detailed Scope of Work:

Area #1 Roadway Side of Building #7 - (5,562 sf)

Excavate and remove asphalt and sub-base 14' x 380' x 12" (approx 5,562 cf).

Install 8" recycled aggregate (DOT Item 4), 2" asphalt binder (DOT type 3) and 2" hot plant mix asphalt concrete top

wearing course (DOT Type 6F). Finish surface to proper elevation for drainiage and compact with heavy powered

rollers.

Utilize existing pavements in subbase.

Salvage existing topsoil for reuse at edges.

Feather topsoil at both sides of new pavement.

Provide roadway 14' wide (minimum), outside radius minimum 48', inside radius minimum 28'.

Provide temporary walkway barrier.

Area #2 Walkway Bldg #4 - (5,744sf)

Excavate and remove asphalt and sub-base and topsoil 14' x 250' x 12" (approx 3,500 cf).

Relocate (2) 8x18 wheelchair accessible parking spots. (approx 360 cf)

Remove miscellaneous contiguous areas for uniform paving. (approx 1884 cf)

Install 8" recycled aggregate (DOT Item 4), 2" asphalt binder (DOT type 3) and 2" hot plant mix asphalt concrete top

wearing course (DOT Type 6F). Finish surface to proper elevation for drainiage and compact with heavy powered

rollers.

Utilize existing pavements in subbase.

Salvage existing topsoil for reuse at edges.

Feather topsoil at both sides of new pavement.

Provide roadway 14' wide (minimum), outside radius minimum 48', inside radius minimum 28'.

Please reference the Request for Job Order Proposal for additional information regarding this job order.

DateJames Comegys, Senior Architect

Detailed Scope of Work Page 1 of 1

Page 214: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Job Order Contract

Price Proposal Review - Owner Quantity Changes - CSI

Print Date: June 18, 2007

Re:

Price Proposal Value: 161,458.55

Review: South Beach PC paving - 9/7/2006 3:11:05PM

South Beach PC - Replace Roadway Bldg 4-7Job Order Title:

00Modification Number

Work Order - Project Number

43121CContract Number

002-J0169

$96,410.90Revised Cost:

Sect. Item Mod. UOM Decription Contractor

Install Quantity Demo Quantity

Contractor Owner Owner

Section 01

01590 3111 DAY 10' Wide Paving Machine, With Full-Time Operator 2.00 0.00 N/C0.00

2 days for paver machine, 2 different daysContractor Notes:

James Comegys wrote: This is included in the paving line item.Owners Notes:

01591 3165 WK 10 CY Rear Dump Truck, With Full-Time Truck Driver 3.00 0.00 N/C0.00

3 week of dump truck rental , for both the sites , to remove debriContractor Notes:

James Comegys wrote: Is this in addition to hauling trucks? Please explain.Owners Notes:

01591 4208 EA Towed Scrapers, Asphalt Paver, (Or Similar Sized Equipment), 2.00 0.00 N/C0.00

paving equipment will come 2 times, as both area will be done seperatlyContractor Notes:

James Comegys wrote: You only have one paving machine for each area.Owners Notes:

02112 1212 SY Break-up And Remove >3" To 6" Thick Bituminous 634.00 0.00 N/C0.00

10' wide existing x 570' and 6" top and mid courseContractor Notes:

James Comegys wrote: This line item includes loading onto a truck.

(10x570)+(10x18x2)=673 SY (6" Thick)

Owners Notes:

02119 1208 TON Dump Fee, Traditional Materials, Building Construction Materials 971.00 0.00 N/C553.00

Total debri, 14' x 570'x24" solid soil/asphlat ,stones.+ 10x18x2x2' = 591+26= 617CY x

3150LB/CY=971 t.

Contractor Notes:

James Comegys wrote: Per other line items below and above:

351CYx3150LB/CY=553 t

Owners Notes:

02119 2001 CYM Hauling Up To 15 Miles On Paved Roads 14,565.00 0.00 N/C6,581.00

971 t x 15=14565Contractor Notes:

James Comegys wrote: Provide a map for your required route and mileage.

This is CYM, not TM.

351x1.25=439CYx15M=6581

Owners Notes:

Page 1 of 3

Proposal Review Owner Changes CSI Printed Date: 06/18/07

Page 215: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Sect. Item Mod. UOM Decription Contractor

Install Quantity Demo Quantity

Contractor Owner Owner

Section 02

02210 1102 CY Excavation For Building Foundations And Other Structures By 515.00 0.00 N/C0.00

14x570x1'6"-+4x570x6"=

13110/27=485 CY + for two parking lot 10x18x2x1'6" = 20

Total 515 CY

Contractor Notes:

James Comegys wrote: Your calculations are off - should be (14x570x12")+(4x570x6")+(10x18x2x12")

=351 CY

Your line item is wrong - should be 02212 1102

These line items include loading onto a truck.

Owners Notes:

02210 5001 SY Rough Grading For Building Foundations And Other Structures 926.00 0.00 N/C0.00

14x570+ 10x18x2= 926

rough grade the entire excavated area

Contractor Notes:

James Comegys wrote: This should be 022125001Owners Notes:

02210 5002 SY Finish Grading For Building Foundations And Other Structures 926.00 0.00 N/C0.00

grade the base of complete areaContractor Notes:

James Comegys wrote: This should be 022125002Owners Notes:

02210 6001 CY Load Excess Material For Removal From Excavation For Building 771.00 0.00 N/C116.00

Loading all the excavated material in truck total 617x1.25 bulk factor= 771 CYContractor Notes:

James Comegys wrote: This should only be for the "fluff". The cutting and pavement removal line

items include loading onto a truck, which you have indicated you will be doing. Since those are the

straight unit, I will consider 25% of those units as "Excess Material" for 021121212 and 022121102.

Owners Notes:

02212 1102 CY Cut, Shape, and Rough Grading for Roadways, Parking Areas, 0.00 0.00 N/C351.00

James Comegys wrote: This is the correct line item for excavation.Owners Notes:

02212 1102 9915 For Quantities > 250 To 500 (> 192 To 382 M3), Add 0.00 0.00 N/C351.00

James Comegys wrote: This is the correct line item for excavation.Owners Notes:

02212 5001 SY Rough Grade Roadway, Parking Areas, Landscaping and Embankments 0.00 0.00 N/C926.00

James Comegys wrote: Use this for Rough GradingOwners Notes:

02212 5002 SY Finish Grade Roadway, Parking Areas, Landscaping and Embankments 0.00 0.00 N/C926.00

James Comegys wrote: Use this for Finish GradingOwners Notes:

02212 7001 CY Load Excess Material for Removal for Roadways, Parking Areas, 0.00 0.00 N/C116.00

James Comegys wrote: This is the correct roadway line item. This is 25% of the calculated removals.Owners Notes:

02212 7001 9934 For Quantities From 51 To 250 CY (39 To 191 M3), Add 0.00 0.00 N/C116.00

James Comegys wrote: Use this item.Owners Notes:

02611 1111 CY Graded Crushed Aggregate Roadway Base Course 387.00 0.00 N/C275.00

12" base course. 14x570x12" = 295CY+ 2 parking area = 10x18x2x12"= 14 CY, Total =

295+14=309x1.25 bulk factor=387CY

Contractor Notes:

James Comegys wrote: Reuse existing bituminous roadway as base. 112 CY of material in 667 SY 6"

thick.

Owners Notes:

02613 4007 SY Reclamation, Pulverizing And Blending With Existing Base; 0.00 0.00 N/C673.00

James Comegys wrote: Use this as replacement for part of base.Owners Notes:

Page 2 of 3

Proposal Review Owner Changes CSI Printed Date: 06/18/07

Page 216: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Sect. Item Mod. UOM Decription Contractor

Install Quantity Demo Quantity

Contractor Owner Owner

Section 02

02613 4011 EA Add For Mobilization And Demobilization For 0.00 0.00 N/C1.00

James Comegys wrote: This is required for the recycling of the roadway.Owners Notes:

02810 3201 CY Spread Topsoil By Loader From Stockpile 0.00 0.00 N/C85.00

James Comegys wrote: Stockpiled existing topsoil spread by Bobcat.Owners Notes:

02810 3202 CY Spread Topsoil By Hand From Stockpile 85.00 0.00 N/C0.00

Spreading top soil around disturbed area by hand.Contractor Notes:

James Comegys wrote: You will be spreading this with the Bobcat and finshing by hand.Owners Notes:

02810 3203 SF Top Dress By Hand 0.00 0.00 N/C2,280.00

James Comegys wrote: Feathering of existing materails spread by Bobcat.Owners Notes:

02810 3302 CY Furnish And Place Imported Topsoil, 4" Deep 85.00 0.00 N/C0.00

top soil around pavement 2' on each side, 4 x 570=85 CYContractor Notes:

James Comegys wrote: Reuse the existing top soil from the increased roadway width. 6" deep by 4'

wide by road length should be plenty.

Owners Notes:

Page 3 of 3

Proposal Review Owner Changes CSI Printed Date: 06/18/07

Page 217: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contractor's Price Proposal Validation History

Date:6/18/2007

43121C

PRICE PROPOSAL VALIDATION HISTORY

South Beach PC - Replace Roadway Bldg 4-7Job Order Title:

Contract Number 43121C

Work Order - Project Number

Modification Number 00

002-J0169

Validation - October 23, 2006 2:58 pm

VALIDATION DETAILSThe reported value of $111,228.47 and the calculated value of $111,228.47 of the contractor's proposal agree. The proposal has passed validation.

Factor's on Owner's System:

0.9500 - Non Secure Normal Time

1.0103 - Non Secure Other Than Normal Time

1.0200 - Secure Normal Time

1.2006 - Secure Other Than Normal Time

Factor's on Contractor's Proposal

0.9500 - Non Secure Normal Time

Price Proposal Analysis

Non Prepriced Items

Additions

No Non Prepriced Items were added.

Modifications

No Non Prepriced Items were modified.

Deletions

No Non Prepriced Items were deleted.

Prepriced Items

Additions

Section Item UOM Description Install PriceInstall Quantity Demo. Quantity Demo. Price Factor Line Total

02119 7,856.00 0.00 2,828.16 0.00 0.9500 2,686.752011 PCT For Each CYM > 15 Miles, Add

02119 7,856.00 0.00 2,828.16 0.00 0.9500 2,686.752011 PCT For Each CYM > 15 Miles, Add

Value additions = $5,373.50

Validation History Page 1 of 4

Page 218: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

PRICE PROPOSAL VALIDATION HISTORY

Validation - October 23, 2006 2:58 pm

Modifications

Install Price Demo PriceCSI Number DescriptionUOM

$4,175.54WK 10 CY Rear Dump Truck, With Full-Time Truck Driver 0.0001591 - 3165

Install Quantity Install Total Demo Quantity Demo Total Line Total DifferenceFactor

0.00 3.00

0.00 2.00

Previous

Current

11,900.29

7,933.53

$0.00

$0.00-3,966.76

$12,526.62

$8,351.08

0.9500

0.9500

Total Value Modified (1 tasks): $-3,966.76

Section Item UOM Description Install PriceInstall Quantity Demo. Quantity Demo. Price Factor Line Total

Deletions

No Prepriced Items were deleted.

Validation History Page 2 of 4

Page 219: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

PRICE PROPOSAL VALIDATION HISTORY

Validation - September 22, 2006 5:08 pm

VALIDATION DETAILSThe reported value of $112,508.48 and the calculated value of $112,508.48 of the contractor's proposal agree. The proposal has passed validation.

Factor's on Owner's System:

0.9500 - Non Secure Normal Time

1.0103 - Non Secure Other Than Normal Time

1.0200 - Secure Normal Time

1.2006 - Secure Other Than Normal Time

Factor's on Contractor's Proposal

0.9500 - Non Secure Normal Time

Price Proposal Analysis

Non Prepriced Items

Additions

No Non Prepriced Items were added.

Modifications

No Non Prepriced Items were modified.

Deletions

No Non Prepriced Items were deleted.

Prepriced Items

Additions

Section Item UOM Description Install PriceInstall Quantity Demo. Quantity Demo. Price Factor Line Total

No Prepriced Items were added.

Modifications

Install Quantity Install Total Demo Quantity Demo Total Line Total DifferenceFactor

No Prepriced Items were modified.

Section Item UOM Description Install PriceInstall Quantity Demo. Quantity Demo. Price Factor Line Total

Deletions

No Prepriced Items were deleted.

Validation History Page 3 of 4

Page 220: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

PRICE PROPOSAL VALIDATION HISTORY

Validation - September 7, 2006 3:11 pm

VALIDATION DETAILSThe reported value of $161,458.55 and the calculated value of $161,458.55 of the contractor's proposal agree. The proposal has passed validation.

Factor's on Owner's System:

0.9500 - Non Secure Normal Time

1.0103 - Non Secure Other Than Normal Time

1.0200 - Secure Normal Time

1.2006 - Secure Other Than Normal Time

Factor's on Contractor's Proposal

0.9500 - Non Secure Normal Time

Price Proposal Analysis

First Price Proposal for Project.

Validation History Page 4 of 4

Page 221: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Job Order ContractProposal Summary - CSI {Detailed Estimate}

South Beach PC - Replace Roadway Bldg 4-7Job Order Title:

Contract Number 43121C

Work Order - Project Number

Modification Number 00

002-J0169

$111,228.47Proposal Value:

$111,228.47Work Order Value:

Location: OMH-South Beach PC

777 Seaview Ave. Staten Island, NY

June 18, 2007Print Date:

Occidental Construction Co. Inc.Contractor:

147 Union Ave, Suite 2C

Middlesex, NJ 08846

CSI Section Total

19,395.12Section 01 - General Requirements

91,833.35Section 02 - Site Work

Proposal Summary Total

This Job Order Proposal Summary total represents the correct total for the Proposal Summary. Any discrepancy between line totals, sub-totals and the Proposal

Summary total is due to rounding of the line totals and sub-totals.

111,228.47

PROPOSAL PACKAGE CHECKLIST

Proposal

Schedule

Required Submittals

Drawings/Sketches

Non PP Backup

Subcontractor List

Sachin Garg, Estimator

Page 1 of 1Contractor's Price Proposal Summary

6/18/20072006-4, NYS OGS - Downstate - Area 1-2

Page 222: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contractor's Proposal - CSI Job Order Contract

South Beach PC - Replace Roadway Bldg 4-7Job Order Title

Contract Number 43121C

Work Order - Project Number

Modification Number 00

002-J0169

$111,228.47Proposal Value:

$111,228.47Work Order Value:

OMH-South Beach PC

777 Seaview Ave. Staten Island, NY

Location:

June 18, 2007Print Date:

147 Union Ave, Suite 2C

Middlesex, NJ 08846

Occidental Construction Co. Inc.Contractor:

Sect. Item Mod. UOM Decription Line Total

Section 01 - General Requirements

01590 4102 00 9,877.47WK 36" Wide, 1/8 CY Bobcat, With Full-Time Operator

Installation 3.00 0.9500 =x x 3,465.78 9,877.47FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

3 week of bob cat . both location s

01591 3165 00 7,933.53WK 10 CY Rear Dump Truck, With Full-Time Truck Driver

Installation 2.00 0.9500 =x x 4,175.54 7,933.53FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

2 weeks of truck on the site for handling of materials

01591 4204 00 126.08EA Bobcat Delivery (Or Similar Sized Equipment), Equipment DeliveryFee, Delivery On

Truck With Trailer, Set-up And Return

Installation 1.00 0.9500 =x x 132.72 126.08FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

1 time delivery

01591 4208 00 1,458.04EA Towed Scrapers, Asphalt Paver, (Or Similar Sized Equipment),Equipment Delivery

Fee, Delivery, Set-up And Return.

Installation 2.00 0.9500 =x x 767.39 1,458.04FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

2 times delivery costs,

Subtotal for 01 19,395.12

Section 02 - Site Work

02112 1212 00 8,292.55SY Break-up And Remove >3" To 6" Thick Bituminous

Installation 700.00 0.9500 =x x 12.47 8,292.55FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

10' wide existing x 630' and 6" top and mid course= 700 SY

02112 6001 00 201.31LF Saw Cut Bituminous Paving Up To 4" (10 cm) Depth

Installation 130.00 0.9500 =x x 1.63 201.31FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

approx 130 ft

Page 1 of 3

2006-4, NYS OGS - Downstate - Area 1-2

Contractor's Price Proposal

6/18/2007

Page 223: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Sect. Item Mod. UOM Decription Line Total

02112 6001 00 75.34PCT For Each Additional Pass (Depth To 3"), Add

Installation 130.00 0.9500 =x x 0.61 75.34FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

02119 1208 00 36,366.00TON Dump Fee, Traditional Materials, Building Construction Materials

Installation 660.00 0.9500 =x x 58.00 36,366.00FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

Total debri, 5562+3500+360+1884=11306/27=419 CY x 3150 LB/CY= 660 T

02119 2001 00 5,373.50CYM Hauling Up To 15 Miles On Paved Roads

Installation 7,856.00 0.9500 =x x 0.72 5,373.50FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

419 CY x1.25 Fluff x 15m=7856 extra 15 Miles modifier

02119 2001 00 2,686.75PCT For Each CYM > 15 Miles, Add

Installation 7,856.00 0.9500 =x x 0.36 2,686.75FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

02210 6001 00 492.82CY Load Excess Material For Removal From Excavation For BuildingFoundations and

Other Structures by Machine

Installation 131.00 0.9500 =x x 3.96 492.82FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

Loading all the excavated material in truck total 419 x 1.25 Fluff and only 25% extra = 131

02210 6001 00 196.63PCT For Quantities > 50 To 250 (> 39 m3 To 191 m3), Add

Installation 131.00 0.9500 =x x 1.58 196.63FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

02212 1102 00 2,316.65CY Cut, Shape, and Rough Grading for Roadways, Parking Areas,Landscaping and

Embankments by Machine in Loose Rock

Installation 419.00 0.9500 =x x 5.82 2,316.65FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

Total excavation 5562+3500+360+1884=11306/27=419

02212 1102 00 346.30PCT For Quantities > 250 To 500 (> 192 To 382 M3), Add

Installation 419.00 0.9500 =x x 0.87 346.30FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

02212 5001 00 503.88SY Rough Grade Roadway, Parking Areas, Landscaping and EmbankmentsBy Machine

Installation 1,020.00 0.9500 =x x 0.52 503.88FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

14x630+ 10x18x2= 1020 SY rough grade the entire excavated area

02212 5002 00 668.61SY Finish Grade Roadway, Parking Areas, Landscaping and EmbankmentsBy Machine

Installation 1,020.00 0.9500 =x x 0.69 668.61FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

grade the base of complete area

02611 1111 00 11,410.94CY Graded Crushed Aggregate Roadway Base Course

Installation 272.00 0.9500 =x x 44.16 11,410.94FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

8" base course. 14x630x8" = 217CY+ 2 parking area = 10x18x2x8"= 10 CY, Total = 217+10=227x1.20

bulk factor=272CY

02612 1106 00 7,345.86TON Type 3 Binder Recycled

Installation 112.00 0.9500 =x x 69.04 7,345.86FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

2" binder course with bitumenous , 3954 LB/CY . Total CY = 14x630x2" + 10x18x2x2"=

54+2.23=56.23 56.23 CY x 3954=112 t Modifier is added as this qunatity will arrive in 2 times at diff

locations

Page 2 of 3

2006-4, NYS OGS - Downstate - Area 1-2

Contractor's Price Proposal

6/18/2007

Page 224: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Sect. Item Mod. UOM Decription Line Total

02612 1106 00 1,102.30PCT For Quantities < 100 Tons, ADD

Installation 112.00 0.9500 =x x 10.36 1,102.30FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

02612 1113 00 8,065.12TON Type 7 Top

Installation 112.00 0.9500 =x x 75.80 8,065.12FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

2" top course

02612 1113 00 1,209.77PCT For Quantities < 100 Tons, ADD

Installation 112.00 0.9500 =x x 11.37 1,209.77FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

02613 4007 00 2,771.34SY Reclamation, Pulverizing And Blending With Existing Base;Aggregate Base, >4" To 8"

Thick Pavement, To 15000 SY

Installation 1,020.00 0.9500 =x x 2.86 2,771.34FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

14x630+ 2x10x18=1020 SY

02613 4011 00 1,520.00EA Add For Mobilization And Demobilization ForReclamation, Pulverizing And Blending

Crew

Installation 1.00 0.9500 =x x 1,600.00 1,520.00FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

02810 3201 00 432.82CY Spread Topsoil By Loader From Stockpile

Installation 85.00 0.9500 =x x 5.36 432.82FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

spread top soil by bob cat

02810 3203 00 454.86SF Top Dress By Hand

Installation 2,280.00 0.9500 =x x 0.21 454.86FactorUnit PriceQuantity Total

Demolition 0.00 x 0.9500x = 0.00 0.00

spread material by bob cat

Subtotal for 02 91,833.35

Proposal Total

This Job Order Proposal total represents the correct total for the Proposal. Any discrepancy between line totals, sub-totals and the Proposal total is due to

rounding of the line totals and sub-totals.

111,228.47

Page 3 of 3

2006-4, NYS OGS - Downstate - Area 1-2

Contractor's Price Proposal

6/18/2007

Page 225: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Notice to Proceed/Job OrderIssued Date: 11/03/2006

Job Order Contract

Issued To:

Occidental Construction Co. Inc.

Middlesex, NJ 08846

147 Union Ave, Suite 2C

Basic Project Information

Tel: (732) 537-1000 Fax: (732) 560-1022

OMH-South Beach PCLocation:

Regional Supervisor:

Job Order Price Proposal Value: $111,228.47

Area Supervisor:

EIC: Marc Rosenzweig

Steve Murphy

Leo Chao

Job Order Issue Value: $111,228.00

South Beach PC - Replace Roadway Bldg 4-7Job Order Title:

Contract Number 43121C

Work Order - Project Number 002-J0169

Modification Number 00

Dear Sachin Garg:

Your Price Proposal dated 10/23/2006 for the above referenced Job Order has been approved. You

are authorized to schedule and Proceed with the Detailed Scope of Work dated 09/18/2006.

Payment will be made in accordance with Contract No. 43121C. The terms and conditions

specified in the Contract apply to this Job Order.

Should you have any questions regarding this Job Order, please contact me.

Schedule:

Start Date: End Date:

Contract Duration (Days):

Liquidated Damages: Yes

40

11/03/2006 12/13/2006

DateAl Horlacher, JOC Program / Project Manager

DateJames Comegys, Senior Architect

Approvals:

Page 226: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Job Order ContractTracking Report by Agency

OMH

JOC TRACKING REPORT

Print Date: June 18, 2007

Proj# Title PM

Joint

Scope RFP Due

Price

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTP

Job Order

AmountStatusWork Order Facility

D.B 09/01/05 AReplace Cooling Tower - Building No. 102 Construction 8/16/05 8/15/05 8/15/05 8/15/05 9/1/05 -$11,913.169/15/05 A42263H-002.02Bronx PC / Adult J0013

J.C 02/21/07 ABronx PC-Replace Existing French Drain &

Associated Piping

Construction 10/3/06 11/30/06 12/7/06 12/15/06 2/5/07 2/21/07 $42,802.754/27/07 P43121C-008.00Bronx PC / Adult J0189

D.BBronx PC-Replace Existing French Drain &

Associated Piping

Construction $0.0043121C-008.01Bronx PC / Adult J0189

S.S 05/18/07 PConstruct Paved Parking Area, Building No. 2 Construction 2/23/07 2/28/07 3/9/07 3/7/07 4/9/07 5/11/07 $73,096.326/18/07 P43121C-012.00Bronx PC / Adult J0225

M.O 09/29/06 AProvide Tele-Conferencing Rooms, 3rd Floor Construction 9/15/06 9/18/06 9/25/06 9/27/06 9/28/06 9/29/06 $14,736.6811/8/06 P42763H-006.00Capital District J0178

S.S 06/28/07 PRehabilitate Cottage Lane Roadway RFP 6/6/07 6/8/07 6/22/07 $0.008/30/07 P43127C-011.00Central New York J0272

D.B 07/14/06 PProvide Modifications to Annex Entrance; Bldg. #40 Construction 3/21/06 3/23/06 4/4/06 4/10/06 6/14/06 7/14/06 $261,377.939/29/06 P42263P-010.00Creedmoor PC J0141

D.B 10/24/06 AProvide Modifications to Annex Entrance; Bldg. #40 Construction 8/31/06 9/8/06 9/11/06 9/25/06 10/24/06 $11,773.3611/10/06 P42263P-010.01Creedmoor PC J0141

D.B 12/06/06 PProvide Modifications to Annex Entrance; Bldg. #40 Construction 11/1/06 11/1/06 11/8/06 11/3/06 12/1/06 12/6/06 $46,758.6712/29/06 P42263P-010.02Creedmoor PC J0141

E.S 05/14/07 PCorrect Overheating in Server Room in Bldg#40 Proposal Review 2/16/07 2/20/07 3/2/07 3/19/07 4/20/07 6/1/07 $30,642.217/13/07 P42263H-026.00Creedmoor PC J0224

E.S 06/15/07 PProvide HVAC Equipment, Building No. 60 Joint Scope 5/11/07 5/14/07 5/18/07 5/29/07 6/14/07 $0.0010/13/07 P42263H-030.00Creedmoor PC J0259

J.C 03/07/07 AAbate asbestos and Measure Leaking Water Valves,

Garvin Basement, Building No. 75

Construction 1/12/07 1/16/07 1/26/07 2/16/07 3/1/07 3/7/07 $17,480.164/6/07 P42765P-003.00Greater Binghamton Health

Center

J0215

E.S 05/17/07 PReplace Leaking Water Valves, Garvin Basement,

Building No. 75

Construction 4/2/07 4/16/07 4/17/07 5/16/07 5/17/07 $22,655.438/15/07 P42765P-003.01Greater Binghamton Health

Center

J0215

D.BRepair Road to Building#19 RFP 2/16/07 2/26/07 3/8/07 3/12/07 $0.0042264C-029.00Hudson River J0211

S.K 05/24/07 AAsbestos Abatement Bldg 139 Proposal Revision4/17/07 4/20/07 4/30/07 4/30/07 5/11/07 5/24/07 $36,537.036/29/07 P42264C-031.00Hudson River J0247

S.K 04/20/07 ARemove/Replace Asbestos Floor Tile and

Mastic,Building Nos. 6 and 15

Construction 3/14/07 3/16/07 3/30/07 4/10/07 4/11/07 4/20/07 $50,500.006/29/07 P43127C-002.00Hutchings J0237

S.S 05/04/07 AReplace Overhead and Perimeter Doors, Building No.

10

Construction 3/22/07 3/26/07 4/9/07 4/10/07 4/30/07 5/2/07 $105,392.478/6/07 P43127C-003.00Hutchings J0241

04/20/07 PRehabilitate Perimeter Fence Awaiting Funding3/22/07 3/26/07 4/9/07 5/3/07 5/15/07 $0.006/15/07 P43127C-004.00Hutchings J0242

OGS Tracking Report by Agency

Page 1 of 4

June 18, 2007 BM - Barry MatsonJC - James ComegysConst. End A / ADJ / P - Actual / Adjusted / Proposed

RD - Ravi Dua Const. Start A / ADJ / P - Actual / Adjusted / Proposed MO - Michelle O'Brian Project Status Legend DB - Dominick Bates

ES - Elihu Stevens

MR - Michael Rheingold

SK - Steve Koval

JG - Jeffrey Graham

Page 227: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Proj# Title PM

Joint

Scope RFP Due

Price

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTP

Job Order

AmountStatusWork Order Facility

D.B 11/06/06 AProvide Emergency Generator, Building No.

34-Kingsboro PC

Construction 9/15/06 9/26/06 10/10/06 10/17/06 10/25/06 11/6/06 $104,834.391/19/07 P42263E-025.00Kingsboro J0179

D.B 12/14/06 PProvide Emergency Generator, Building No. 34 Construction 11/1/06 11/7/06 11/17/06 12/5/06 12/8/06 12/14/06 $93,909.611/24/07 P42263E-025.01Kingsboro J0179

D.B 03/20/07 PProvide Emergency Generator, Building No.

34-Kingsboro PC

Construction 3/1/07 3/9/07 3/15/07 3/20/07 $26,503.494/6/07 P42263E-025.02Kingsboro J0179

D.B 06/15/07 PProvide Emergency Generator, Building No.

34-Kingsboro PC

Construction 5/9/07 5/11/07 5/23/07 5/24/07 6/8/07 6/15/07 $3,941.537/13/07 P42263E-025.03Kingsboro J0179

05/31/07 PRepair Boiler #2 Flue, Building NO. 22 Awaiting Funding4/20/07 4/27/07 5/11/07 5/8/07 5/8/07 $0.006/28/07 P42263H-028.00Kingsboro J0245

E.S 05/29/07 AProvide HVAC, Kingsboro PC Bldg 1 RFP 5/24/07 5/25/07 5/24/07 5/25/07 5/29/07 $25,586.847/28/07 P42263H-031.00Kingsboro J0273

E.S 06/15/07 PProvide HVAC Kingsboro PC Bldg 1 Joint Scope 5/30/07 6/1/07 6/10/07 6/14/07 6/14/07 $0.007/31/07 P42263H-031.01Kingsboro J0273

E.S 06/15/07 PProvide HVAC, Building No. 1 Joint Scope 5/30/07 6/1/07 6/10/07 6/8/07 6/11/07 $0.007/31/07 P43321E-001.00Kingsboro J0273

D.B 11/08/05 PInstall High Voltage Electrical Service Construction 6/9/05 6/30/05 7/14/05 10/18/05 10/27/05 11/9/05 $225,605.673/24/06 P42263E-007.00Manhattan J0053

D.B 05/08/06 AManhattan PC - Install High Voltage Electrical

Service

Construction 2/22/06 4/19/06 4/20/06 4/21/06 5/8/06 $19,018.776/5/06 P42263E-007.01Manhattan J0053

D.B 04/26/07 AManhattan PC - Install High Voltage Electrical

Service

Construction 4/6/07 4/19/07 4/26/07 4/26/07 $6,117.055/31/07 P42263E-007.02Manhattan J0053

E.S 11/29/05 ARehabilitate Condensate Return Piping, Bldg 103 Construction 6/30/05 7/20/05 7/27/05 9/6/05 11/21/05 11/29/05 $287,009.284/20/06 A42263H-011.00Manhattan J0070

E.S 10/31/06 ARehabilitate Condensate Return Piping, Bldg 103 Construction 1/20/06 1/31/06 1/23/06 4/5/06 10/31/06 $54,715.9010/31/06 A42263H-011.01Manhattan J0070

E.S 02/06/06 AInstall Heating and Cooling Supply and Return Lines Construction 6/30/05 7/18/05 7/22/05 8/2/05 1/31/06 2/6/06 $148,322.366/6/06 P42263H-013.00Manhattan J0079

E.S 05/02/06 AInstall Heating and Cooling Supply and Return Lines Construction 2/2/06 2/16/06 2/6/06 4/12/06 5/2/06 $181,829.587/5/06 P42263H-013.01Manhattan J0079

E.S 10/26/06 AInstall Heating and Cooling Supply and Return Lines Construction 5/15/06 5/31/06 6/5/06 6/12/06 10/26/06 -$7,272.5110/27/06 P42263H-013.02Manhattan J0079

E.S 10/26/06 AManhattan PC B110, Install Heating and Cooling

Systems

Construction 8/23/06 8/24/06 8/30/06 9/15/06 9/15/06 10/26/06 $72,642.622/23/07 P42263H-013.03Manhattan J0079

E.S 05/29/07 AManhattan PC Bldg110, Install Heating System Construction 11/1/06 12/28/06 1/31/07 5/25/07 5/29/07 $225,240.329/26/07 P42263H-013.04Manhattan J0079

E.S 05/03/07 AManhattan PC Install Piping Systems Proposal Revision 12/11/06 12/25/06 1/22/07 4/25/07 5/3/07 $815.516/2/07 P42263H-013.05Manhattan J0079

D.B 10/23/06 AManhattanPC-Provide Site Improvements Bldg 110 Construction 8/17/06 8/21/06 9/4/06 9/6/06 9/22/06 10/23/06 $217,989.5412/29/06 P43121C-001.00Manhattan J0142

D.B 02/28/07 PManhattanPC-Provide Site Improvements Bldg 110 Construction 1/29/07 2/2/07 2/9/07 2/28/07 $5,229.033/29/07 P43121C-001.01Manhattan J0142

D.B 04/19/07 AManhattanPC-Provide Site Improvements Bldg 110 Construction 4/9/07 4/11/07 4/11/07 4/11/07 4/19/07 $15,503.065/31/07 P43121C-001.02Manhattan J0142

D.B 06/18/07 PManhattanPC-Provide Site Improvements Bldg 110 Construction 4/24/07 6/12/07 5/18/07 6/1/07 6/18/07 $3,663.026/29/07 P43121C-001.03Manhattan J0142

E.S 03/16/06 AFabricate and Install Duct Work; Bldg. #110 Construction 2/21/06 2/22/06 2/24/06 2/28/06 3/9/06 3/16/06 $52,119.258/13/06 P42263H-017.00Manhattan J0149

E.S 10/31/06 AFabricate and Install Duct Work; Bldg. #110 Construction 4/13/06 4/21/06 5/31/06 8/8/06 10/31/06 $38,416.7111/30/06 P42263H-017.01Manhattan J0149

OGS Tracking Report by Agency

Page 2 of 4

June 18, 2007 BM - Barry MatsonJC - James ComegysConst. End A / ADJ / P - Actual / Adjusted / Proposed

RD - Ravi Dua Const. Start A / ADJ / P - Actual / Adjusted / Proposed MO - Michelle O'Brian Project Status Legend DB - Dominick Bates

ES - Elihu Stevens

MR - Michael Rheingold

SK - Steve Koval

JG - Jeffrey Graham

Page 228: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Proj# Title PM

Joint

Scope RFP Due

Price

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTP

Job Order

AmountStatusWork Order Facility

E.S 05/29/07 AFCU, Fabricate and Install Duct Work; Bldg. #110 Construction 12/1/06 12/1/06 1/8/07 2/26/07 5/18/07 5/29/07 $236,578.599/26/07 P42263H-017.02Manhattan J0149

S.K 10/03/06 AFabricate and Install Duct Work; Bldg. #110 Construction 8/23/06 8/24/06 9/1/06 9/14/06 10/2/06 10/3/06 $44,443.1012/22/06 P42263H-017.03Manhattan J0149

E.S 03/26/07 AManhattan PC, FCU, Fabricate and Install Duct

Work; Bldg 110

RFP 3/23/07 3/26/07 3/26/07 3/26/07 3/26/07 $43,849.397/24/07 P42263H-017.04Manhattan J0149

E.S 03/16/06 AInstall Plumbing System; Bldg. #110 Construction 2/21/06 2/23/06 2/22/06 2/27/06 3/3/06 3/16/06 $268,086.418/13/06 P42263P-013.00Manhattan J0150

E.S 11/01/06 AInstall Plumbing System; Bldg. #110 Construction 5/24/06 6/7/06 7/8/06 7/26/06 11/1/06 -$48,817.3212/1/06 P42263P-013.01Manhattan J0150

S.K 09/27/06 AInstall Plumbing System; Bldg. #110 Construction 8/23/06 8/24/06 9/1/06 9/5/06 9/25/06 9/27/06 $118,832.7612/1/06 P42263P-013.03Manhattan J0150

S.K 03/16/07 AInstall Plumbing System; Bldg. #110 Construction 1/24/07 2/7/07 1/29/07 2/21/07 3/16/07 $45,757.665/25/07 P42263P-013.04Manhattan J0150

S.K 05/07/07 AInstall Plumbing System; Bldg. #110 Construction 4/3/07 4/5/07 4/18/07 4/18/07 5/7/07 5/7/07 $39,167.728/31/07 P42263P-013.05Manhattan J0150

D.B 02/02/07 PManhattan PC - Provide Final Repairs to Oil/Water

Separator, Bldg. No. 122

Construction 7/26/06 7/26/06 10/12/06 10/22/06 1/29/07 2/2/07 $56,815.074/30/07 P42263P-017.00Manhattan J0166

D.B 10/23/06 AReplace roofing @ bldg 102, Manhattan PC Construction 8/11/06 8/15/06 8/28/06 9/16/06 9/28/06 10/23/06 $169,043.011/2/07 P43131C-001.00Manhattan J0167

D.B 05/02/07 PReplace roofing @ bldg 102, Manhattan PC Construction 4/19/07 4/30/07 4/19/07 4/19/07 4/30/07 5/2/07 $2,960.245/9/07 P43131C-001.01Manhattan J0167

D.B 10/23/06 AManhattan PC-Bldg 103 - Replace Stair tower Roofs

(4 typical)

Construction 8/11/06 8/16/06 8/30/06 9/1/06 9/26/06 10/23/06 $45,284.7112/29/06 P43131C-003.00Manhattan J0170

D.B 11/14/06 AManhattan PC-Bldg 103 - Replace Stair tower Roofs

(4 typical)

Construction 10/24/06 10/27/06 11/1/06 11/1/06 11/10/06 11/14/06 $35,154.841/19/07 P43131C-003.01Manhattan J0170

S.K 09/29/06 PProvide Roofing Access for Mechanical Equipment,

Bldg 102

Proposal Revision10/3/06 10/4/06 10/12/06 11/13/06 $0.0043121C-005.00Manhattan J0177

J.C 11/30/06 AManhattan PC-Clear Perimeter Security Fence Line,

Building No. 102

Construction 10/3/06 10/12/06 10/20/06 10/19/06 10/24/06 11/30/06 $112,072.811/29/07 P43121C-007.00Manhattan J0190

D.B 02/28/07 PElectric Service for Bsmt Sump Pumps RFP 1/18/07 1/22/07 2/1/07 2/9/07 2/22/07 2/28/07 $5,027.794/20/07 P42266E-013.00Nathan Kline Institute J0219

S.K 10/30/06 PProvide Isolation valves Bldg#4 Construction 9/7/06 9/8/06 9/20/06 10/6/06 10/25/06 10/30/06 $179,226.722/28/07 P42263H-021.00NY Psychiatric Institute J0173

S.K 02/21/07 PProvide Isolation valves Bldg#4 Joint Scope 1/3/07 2/7/07 $0.004/27/07 P42263H-021.01NY Psychiatric Institute J0173

S.K 11/09/06 PNYPI-Provide Corrective HVAC, 9th and 10th Floors,

Building No. 4

Construction 9/26/06 9/27/06 10/9/06 10/25/06 11/6/06 11/9/06 $196,250.132/23/07 P42263H-023.00NY Psychiatric Institute J0185

S.K 04/17/07 ANYPI-Provide Corrective HVAC, 9th and 10th Floors,

Building No. 4

Joint Scope 1/3/07 4/6/07 4/20/07 4/12/07 4/13/07 4/17/07 $910.035/4/07 P42263H-023.01NY Psychiatric Institute J0185

J.C 02/27/06 ASummer Boiler Electrical Work Construction 1/12/06 1/17/06 1/26/06 1/23/06 2/27/06 2/27/06 $14,570.777/30/06 P42263E-019.00Pilgrim Psychiatric Center J0135

J.C 02/27/06 AProvide Summer Boiler Construction 1/12/06 1/17/06 1/26/06 2/6/06 2/22/06 2/27/06 $100,369.866/30/06 P42263H-015.00Pilgrim Psychiatric Center J0135

J.C 12/28/06 AProvide Summer Boiler Added Scope Construction 12/5/06 12/8/06 12/15/06 12/22/06 12/27/06 12/28/06 $2,398.0012/28/06 P42263H-015.01Pilgrim Psychiatric Center J0135

J.CProvide Summer Boiler CI Relay RFP 1/8/07 1/8/07 1/8/07 $0.0042263H-015.02Pilgrim Psychiatric Center J0135

M.O 09/18/06 PImprove Shower Room Flooring, Fixtures and Interior

Finishes, 6th and 7th Floors, Building No. 81

Construction 8/22/06 8/31/06 9/11/06 9/13/06 9/18/06 $30,778.5412/18/06 P42263P-014.00Pilgrim Psychiatric Center J0152

OGS Tracking Report by Agency

Page 3 of 4

June 18, 2007 BM - Barry MatsonJC - James ComegysConst. End A / ADJ / P - Actual / Adjusted / Proposed

RD - Ravi Dua Const. Start A / ADJ / P - Actual / Adjusted / Proposed MO - Michelle O'Brian Project Status Legend DB - Dominick Bates

ES - Elihu Stevens

MR - Michael Rheingold

SK - Steve Koval

JG - Jeffrey Graham

Page 229: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Proj# Title PM

Joint

Scope RFP Due

Price

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTP

Job Order

AmountStatusWork Order Facility

D.B 01/29/07 PImprove Shower Room Flooring, Fixtures and Interior

Finishes, 6th and 7th Floors, Building No. 81

Proposal Revision 12/14/06 12/15/06 1/24/07 1/29/07 $16,119.213/12/07 P42263P-014.01Pilgrim Psychiatric Center J0152

M.O 09/18/06 PImprove Shower Room Flooring & Interior Finishes Construction 8/22/06 8/31/06 9/11/06 9/13/06 9/18/06 $152,515.1912/18/06 P43121C-003.00Pilgrim Psychiatric Center J0152

D.B 01/17/07 AImprove Shower Room Flooring & Interior Finishes Construction 10/25/06 11/1/06 11/6/06 12/4/06 1/17/07 $6,131.383/2/07 P43121C-003.01Pilgrim Psychiatric Center J0152

D.B 07/18/06 PReplace Chiller, Building No. 701 Construction 4/25/06 5/10/06 5/19/06 6/27/06 7/18/06 $14,251.3510/10/06 P42263E-021.00Pilgrim Psychiatric Center J0158

D.B 07/18/06 PReplace Chiller, Building No. 701 Construction 4/27/06 5/15/06 5/17/06 7/3/06 7/18/06 $225,392.3610/10/06 P42263H-020.00Pilgrim Psychiatric Center J0158

D.BReplace Chiller, Building No. 701 Construction 5/10/07 $0.0042263H-020.01Pilgrim Psychiatric Center J0158

05/30/07 PProvide Asphalt Shingle Roofing System, Bldgs. Nos.

101, 701, 702, 704, 705 7 902

RFP 4/24/07 4/26/07 5/10/07 $0.007/10/07 P43131C-012.00Pilgrim Psychiatric Center J0252

R.DRemove Roll Down Doors, Building No. 60 - Inpatient

Building

Joint Scope $0.0043127C-008.00Rochester J0250

D.B 07/14/06 PImprove Storm Water Drainage @ mid-rise Parking

Lot

Construction 6/27/06 6/28/06 7/7/06 7/10/06 7/13/06 7/14/06 $118,215.819/15/06 P42265C-013.00Rockland J0165

D.B 11/20/06 AImprove Storm Water Drainage @ mid-rise Parking

Lot

Construction 10/30/06 11/6/06 10/31/06 11/20/06 11/20/06 -$5,097.0111/24/06 P42265C-013.01Rockland J0165

S.K 05/07/07 AProvide Power to Parking Lot Lighting Construction 3/21/07 3/26/07 3/30/07 4/20/07 5/4/07 5/7/07 $6,717.608/31/07 P42266E-014.00Rockland J0227

D.B 05/29/07 PProvide Electric for Padded Seclusion Room,

Building No. 57, Unit 301

Construction 3/15/07 3/16/07 3/29/07 4/3/07 5/25/07 5/29/07 $1,506.2510/26/07 P42266E-015.00Rockland J0240

S.SRehab Shower Rooms, Building No. 58 Joint Scope $0.0042265C-015.00Rockland J0260

D.B 10/23/06 ASouth Beach,Replace Roof, Building #6 Construction 8/29/06 8/31/06 9/7/06 9/16/06 9/28/06 10/23/06 $94,417.7812/29/06 P43131C-002.00South Beach J0168

D.BSouth Beach,Replace Roof, Building #6 Construction $0.0043131C-002.01South Beach J0168

D.B 10/23/06 AReplace Failed Flat Roofs, Bldg #11 Construction 8/29/06 9/7/06 9/15/06 10/4/06 10/11/06 10/23/06 $50,691.1512/29/06 P43131C-004.00South Beach J0180

D.B 04/30/07 PSouth Beach PC- Replace Failed Flat Roofs, Bldg

#11

Awaiting Funding3/22/07 4/9/07 3/22/07 4/12/07 4/30/07 $156.595/7/07 P43131C-004.01South Beach J0180

S.S 06/08/07 PReplace Roof, Building No. 9 RFP 5/10/07 5/14/07 5/28/07 $0.008/9/07 P43131C-013.00South Beach J0261

S.S 06/21/07 PSnow Retention System, Buildings 1, 5 & 7 RFP 5/30/07 6/8/07 6/15/07 $0.008/2/07 P43131C-014.00South Beach J0271

M.O 08/21/06 PSt. Lawrence PC - Provide Exhaust Fans, Bridgeview

Bldg. No. 203

Construction 7/11/06 7/17/06 7/17/06 7/21/06 8/15/06 $53,387.9011/16/06 P42766H-002.00St. Lawrence/Adult J0163

M.O 11/28/06 ASt. Lawrence PC - Provide Exhaust Fans, Bridgeview

Bldg. No. 203

Construction 11/14/06 11/16/06 11/21/06 11/27/06 11/27/06 11/28/06 $20,830.1412/29/06 P42766H-002.01St. Lawrence/Adult J0163

26 Total: 4,957,577.40

Grand Total: 4,957,577.40

OGS Tracking Report by Agency

Page 4 of 4

June 18, 2007 BM - Barry MatsonJC - James ComegysConst. End A / ADJ / P - Actual / Adjusted / Proposed

RD - Ravi Dua Const. Start A / ADJ / P - Actual / Adjusted / Proposed MO - Michelle O'Brian Project Status Legend DB - Dominick Bates

ES - Elihu Stevens

MR - Michael Rheingold

SK - Steve Koval

JG - Jeffrey Graham

Page 230: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Job Order ContractTracking Report by Contract

JOC TRACKING REPORT

Report Date: June 18, 2007

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

42262C-JCH Delta Contracting Corp.12/29/04 P42262C-002.02 Replace Gym Floor/Paint Gym - Bldg.8/9 Complete 1/26/05 3/18/05 3/25/05 3/30/05 3/31/05 3/31/05 -1,893.213/25/05 A26 D.D.

12/29/04 A42262C-002.00 Replace Gym Floor/Paint Gym - Bldg.8/9 Complete 9/13/04 10/18/04 10/21/04 11/30/04 12/17/04 12/29/04 193,358.963/25/05 A26 D.D.

2/8/05 A42262C-002.01 Replace Gym Floor/Paint Gym - Bldg.8/9 Complete 1/26/05 1/26/05 1/27/05 1/28/05 2/7/05 2/8/05 35,276.323/25/05 A26 D.D.

7/11/05 A42262C-003.00 Replace Roof Building 5 Complete 9/21/04 11/24/04 12/10/04 12/31/04 5/27/05 6/22/05 192,743.819/8/05 A26 D.D.

3/28/05 A42262C-001.00 Pave & Dewater Parking Area - Bldg 40 Complete 9/20/04 10/5/04 9/13/04 12/20/04 1/26/05 2/25/05 129,835.714/27/05 A26 D.D.

10/24/05 A42262C-005.00 Pyramid Reception Center - Remove Plaster Ceiling, Boiler RoomComplete 2/23/05 2/28/05 3/9/05 6/29/05 8/17/05 9/1/05 66,603.3811/15/05 P07 D.D.

42262C-JCH Delta Contracting Corp. Total: 615,924.97

42263E-SJ Electric, Inc.6/14/05 A42263E-002.01 Repair Construction Deficiencies, Heavy Equipment BuildingConstruction 1/13/05 4/26/05 4/29/05 5/23/05 6/7/05 6/14/05 22,626.507/8/05 P36 D.D.

42263E-009.00 Replace Cooling Tower - Building #102 Cancelled 6/24/05 6/24/05 6/27/05 6/29/05 0.0026 D.D.

7/18/06 P42263E-021.00 Replace Chiller, Building No. 701 Construction 4/25/06 5/10/06 5/19/06 6/27/06 7/18/06 14,251.3510/10/06 P26 D.D.

5/23/07 P42263E-028.00 Provide Electrical Upgrades Construction 5/18/07 5/18/07 5/21/07 5/23/07 37,235.706/30/07 P23 D.D.

12/5/05 A42263E-014.00 Suffolk SOB - Installation of Security Equipment Construction 9/14/05 9/22/05 10/6/05 11/4/05 11/14/05 144,185.5612/31/05 P25 B.B.

2/21/07 P42263E-026.01 Provide SUNY Information Center Proposal Revision 1/18/07 1/31/07 2/9/07 3/30/07 0.003/16/07 PUN S.S.

5/23/05 A42263E-005.00 Duryea SOB - SEMO Renovations Complete 3/3/05 3/7/05 3/14/05 3/17/05 4/13/05 4/18/05 35,410.567/1/05 A25 B.B.

5/8/06 A42263E-007.01 Manhattan PC - Install High Voltage Electrical Service Construction 2/22/06 4/19/06 4/20/06 4/21/06 5/8/06 19,018.776/5/06 P26 D.D.

2/27/06 A42263E-019.00 Summer Boiler Electrical Work Construction 1/12/06 1/17/06 1/26/06 1/23/06 2/27/06 2/27/06 14,570.777/30/06 P26 D.D.

3/20/07 P42263E-025.02 Provide Emergency Generator, Building No. 34-Kingsboro PCConstruction 3/1/07 3/9/07 3/15/07 3/20/07 26,503.494/6/07 P26 D.D.

12/7/05 A42263E-011.00 AC Powell OB - Install Security Equipment Construction 8/9/05 9/6/05 9/14/05 11/28/05 12/1/05 134,981.881/20/06 PGS B.B.

3/8/06 P42263E-003.02 Upgrade Electric Service Complete 12/28/05 11/8/05 1/20/06 1/24/06 3/8/06 22,192.753/15/06 P44 D.D.

6/28/05 A42263E-006.02 State University Maritime College - Install Lighting Equipment and Provide DistributionComplete 5/12/05 5/17/05 5/31/05 6/8/05 6/10/05 6/28/05 218,032.391/19/06 A36 J.J.

1/24/06 P42263E-013.01 Robert Moses SP - Provide Generator, Water Treatment PlantConstruction 12/28/05 1/6/06 1/3/06 1/18/06 1/24/06 21,224.453/31/06 P28 D.D.

3/1/05 A42263E-004.00 Provide Air Cooled Chiller Bldg. 700 Complete 1/31/05 2/2/05 2/7/05 2/3/05 3/1/05 3/1/05 37,774.129/6/05 A26 J.J.

Job Order Tracking Report by Contract Page 1 of 22

Page 231: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

42263E-013.00 Robert Moses SP - Provide Generator, Water Treatment PlantConstruction 8/2/05 8/8/05 8/29/05 9/23/05 12/1/05 12/21/05 228,918.184/28/06 P28 D.D.

7/7/06 A42263E-013.04 Robert Moses SP - Provide Generator, Water Treatment PlantConstruction 6/2/06 6/9/06 6/2/06 7/3/06 7/7/06 9,263.757/26/06 P28 D.D.

2/27/06 P42263E-012.00 Hanson Place OB - Install Security Equipment Construction 8/9/05 9/6/05 8/30/05 2/3/06 2/13/06 27,784.563/31/06 P25 B.B.

7/17/06 A42263E-006.03 State University Maritime College - Closeout ModificationsComplete 9/15/05 11/17/05 12/7/05 7/17/06 36,810.291/19/06 A36 J.J.

4/26/07 A42263E-007.02 Manhattan PC - Install High Voltage Electrical Service Construction 4/6/07 4/19/07 4/26/07 4/26/07 6,117.055/31/07 P26 D.D.

4/1/06 P42263E-013.03 Robert Moses SP - Provide Generator, Water Treatment PlantConstruction 3/28/06 4/3/06 3/29/06 3/29/06 3/31/06 21,224.456/30/06 P28 D.D.

42263E-028.02 Provide Electrical Upgrades RFP 5/31/07 6/7/07 6/14/07 0.0023 D.D.

6/13/05 P42263E-003.01 Upgrade Electric Service Complete 1/10/05 5/6/05 5/6/05 5/26/05 6/2/05 6/13/05 41,030.187/29/05 P44 D.D.

2/25/05 A42263E-002.00 Repair Construction Deficiences Heavy Engineering Building - SUNYConstruction 1/13/05 1/20/05 2/3/05 2/15/05 2/18/05 2/25/05 17,554.786/1/05 P36 D.D.

1/3/06 P42263E-015.00 Renovation of Traffic Violation Board hearing rooms Construction 11/4/05 10/27/05 12/29/05 116,116.642/28/06 P25 T.T.

10/10/05 P42263E-008.00 SUNY Maritime - Upgrade Electrical Capacity Cancelled 9/12/05 9/26/05 0.003/13/06 P36 J.J.

2/1/06 P42263E-018.00 Waterproofing Repairs Plaza Deck Cancelled 0.004/10/06 PGS B.B.

11/8/05 P42263E-007.00 Install High Voltage Electrical Service Construction 6/9/05 6/30/05 7/14/05 10/18/05 10/27/05 11/9/05 225,605.673/24/06 P26 D.D.

42263E-023.00 Provide Electrical for HVAC/Plumbing Systems Bldg 110Cancelled 8/29/06 9/1/06 9/8/06 11/16/06 0.0026 S.S.

8/30/06 A42263E-013.05 Robert Moses SP - Provide Generator, Water Treatment PlantConstruction 7/25/06 7/31/06 7/28/06 8/14/06 8/30/06 4,255.619/8/06 P28 D.D.

42263E-024.00 DOL Bldg, Schemerhorn St.-Reroute and Replace Phone/Data RiserJoint Scope 0.0013 S.S.

2/6/07 A42263E-026.00 Provide SUNY Information Center Construction 10/19/06 1/5/07 1/12/07 1/26/07 1/31/07 2/6/07 33,573.243/16/07 PUN S.S.

1/31/06 A42263E-002.02 Stony Brook SUNY - Repair Construction Defieciencies Heavy Engineering BuildingConstruction 10/12/05 10/18/05 1/19/06 1/31/06 40,782.873/31/06 PD.D.

3/20/06 P42263E-017.00 Fabricate and Install Steel Bracing at Interior Baffles Construction 12/13/05 12/27/05 12/30/05 1/4/06 3/7/06 0.004/20/06 P25 T.T.

7/5/05 A42263E-005.01 Duryea SOB - SEMO Renovations Complete 3/3/05 6/13/05 6/20/05 7/5/05 7/12/05 11/14/05 -2,174.527/21/05 A25 B.B.

6/15/07 P42263E-025.03 Provide Emergency Generator, Building No. 34-Kingsboro PCConstruction 5/9/07 5/11/07 5/23/07 5/24/07 6/8/07 6/15/07 3,941.537/13/07 P26 D.D.

6/15/07 P42263E-028.01 Provide Electrical Upgrades Awaiting Funding 5/24/07 6/5/07 6/15/07 81,965.108/8/07 P23 D.D.

2/28/05 P42263E-003.00 Upgrade Electric Service Complete 1/10/05 1/14/05 1/28/05 2/16/05 2/22/05 2/24/05 420,247.785/13/05 P44 D.D.

2/23/06 P42263E-013.02 Robert Moses SP - Provide Generator, Water Treatment PlantConstruction 2/7/06 2/15/06 2/10/06 2/21/06 2/23/06 -6,614.145/31/06 P28 D.D.

11/6/06 A42263E-025.00 Provide Emergency Generator, Building No. 34-Kingsboro PCConstruction 9/15/06 9/26/06 10/10/06 10/17/06 10/25/06 11/6/06 104,834.391/19/07 P26 D.D.

42263E-020.00 Provide Walls, Electric and Data Outlets Cancelled 0.00B.B.

42263E-022.00 Pilgrim PC - Restore Street Lighting, Main Entrance, Bldg. No. 700Cancelled 0.0026 S.S.

12/13/04 A42263E-001.00 Provide Exit Signs & Emergency Lights Complete 10/27/04 11/5/04 11/12/04 11/15/04 11/22/04 12/13/04 45,973.113/29/05 A23 D.D.

6/13/05 A42263E-006.01 State University Maritime College - Long Lead EquipmentComplete 3/16/05 5/4/05 5/11/05 5/9/05 5/10/05 6/13/05 29,378.061/19/06 A36 J.J.

5/11/05 A42263E-006.00 State University Maritime College - Acquire Field LightingComplete 3/16/05 3/17/05 3/25/05 4/11/05 5/10/05 5/10/05 157,549.391/19/06 A36 J.J.

12/14/06 P42263E-025.01 Provide Emergency Generator, Building No. 34 Construction 11/1/06 11/7/06 11/17/06 12/5/06 12/8/06 12/14/06 93,909.611/24/07 P26 D.D.

42263E-016.00 Complete Punch List-Health Science Center Cancelled 0.00D.D.

42263E-SJ Electric, Inc. Total: 2,486,055.87

Job Order Tracking Report by Contract Page 2 of 22

Page 232: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

42263H-Occidental Construction Co. Inc.4/27/05 A42263H-005.00 Replacing Air Handlers - Infirmary Building Construction 2/1/05 3/3/05 3/10/05 3/21/05 3/29/05 4/27/05 292,711.027/8/06 P09 E.E.

11/29/05 A42263H-011.00 Rehabilitate Condensate Return Piping, Bldg 103 Construction 6/30/05 7/20/05 7/27/05 9/6/05 11/21/05 11/29/05 287,009.284/20/06 A26 E.E.

3/3/06 P42263H-003.02 Replace Air Handler Administration Building - Lobby Complete 1/18/06 1/18/06 1/23/06 1/23/06 2/8/06 3/3/06 3,726.383/9/06 P09 D.D.

11/14/06 A42263H-007.02 Replace Roof Top Air Handler - Natatorium Construction 12/21/05 11/23/05 11/23/05 10/13/06 11/14/06 31,719.8011/30/06 P36 D.D.

8/5/05 P42263H-009.00 Repipe High Temp Hot Water System - Stadium Complete 5/11/05 5/19/05 5/24/05 6/8/05 7/28/05 8/5/05 51,657.199/14/05 P36 D.D.

6/15/06 A42263H-003.03 Replace Air Handler Administration Building - Lobby Complete 4/20/06 6/9/06 6/5/06 6/12/06 6/15/06 2,563.686/29/06 P09 D.D.

2/23/06 P42263H-008.02 Replace High Temp Hot Water & Condensate Pipe - Student Union Bldg.Complete 11/14/05 11/25/05 12/1/05 2/17/06 2/22/06 53,718.194/7/06 P36 D.D.

12/21/05 A42263H-007.01 Replace Roof Top Air Handler - Natatorium Construction 12/21/05 11/16/05 12/2/05 12/8/05 12/21/05 42,022.341/27/06 P36 D.D.

12/7/05 A42263H-007.00 Replace Roof Top Air Handler - Natatorium Construction 5/12/05 5/22/05 5/25/05 6/17/05 8/26/05 9/1/05 131,678.4811/30/05 P36 D.D.

8/19/05 P42263H-008.00 Replace High Temp Hot Water & Condensate Pipe - Student Union Bldg.Complete 5/12/05 5/22/05 5/26/05 6/8/05 8/15/05 8/19/05 23,037.9710/7/05 P36 D.D.

42263H-015.02 Provide Summer Boiler CI Relay RFP 1/8/07 1/8/07 1/8/07 0.0026 D.D.

4/17/07 A42263H-023.01 NYPI-Provide Corrective HVAC, 9th and 10th Floors, Building No. 4Joint Scope 1/3/07 4/6/07 4/20/07 4/12/07 4/13/07 4/17/07 910.035/4/07 P26 S.S.

3/16/07 A42263H-025.00 Replace Exhaust Duct, Laboratory Construction 1/18/07 1/23/07 2/8/08 2/12/07 2/20/07 3/16/07 94,598.335/25/07 PUN S.S.

12/28/06 A42263H-015.01 Provide Summer Boiler Added Scope Construction 12/5/06 12/8/06 12/15/06 12/22/06 12/27/06 12/28/06 2,398.0012/28/06 P26 D.D.

9/1/05 A42263H-002.02 Replace Cooling Tower - Building No. 102 Construction 8/16/05 8/15/05 8/15/05 8/15/05 9/1/05 -11,913.169/15/05 A26 E.E.

2/27/06 A42263H-015.00 Provide Summer Boiler Construction 1/12/06 1/17/06 1/26/06 2/6/06 2/22/06 2/27/06 100,369.866/30/06 P26 D.D.

5/14/07 P42263H-026.00 Correct Overheating in Server Room in Bldg#40 Proposal Review 2/16/07 2/20/07 3/2/07 3/19/07 4/20/07 6/1/07 30,642.217/13/07 P26 E.E.

3/6/07 A42263H-027.00 Replace Chiller Construction 2/21/07 2/27/07 2/28/07 3/5/07 3/5/07 3/6/07 76,298.845/15/07 P13 E.E.

2/6/06 A42263H-013.00 Install Heating and Cooling Supply and Return Lines Construction 6/30/05 7/18/05 7/22/05 8/2/05 1/31/06 2/6/06 148,322.366/6/06 P26 E.E.

5/2/06 A42263H-019.00 Replace Chiller Tubes; Building #102 Complete 4/13/06 4/14/06 4/28/06 4/28/06 4/28/06 5/2/06 94,597.569/20/06 A26 J.J.

3/30/07 A42263H-027.01 Replace Chiller Construction 3/6/07 3/9/07 3/13/07 3/27/07 3/30/07 116,518.785/29/07 P13 E.E.

3/26/07 A42263H-017.04 Manhattan PC, FCU, Fabricate and Install Duct Work; Bldg 110RFP 3/23/07 3/26/07 3/26/07 3/26/07 3/26/07 43,849.397/24/07 P26 E.E.

12/14/05 P42263H-009.01 Repipe High Temp Hot Water System - Stadium Complete 10/12/05 10/10/05 10/10/05 11/15/05 12/14/05 4,633.7512/30/05 P36 D.D.

5/2/06 A42263H-013.01 Install Heating and Cooling Supply and Return Lines Construction 2/2/06 2/16/06 2/6/06 4/12/06 5/2/06 181,829.587/5/06 P26 E.E.

5/3/06 P42263H-008.01 Replace High Temp Hot Water & Condensate Pipe - Student Union Bldg.Complete 11/14/05 4/3/06 5/3/06 19,101.105/17/06 P36 D.D.

3/16/06 A42263H-017.00 Fabricate and Install Duct Work; Bldg. #110 Construction 2/21/06 2/22/06 2/24/06 2/28/06 3/9/06 3/16/06 52,119.258/13/06 P26 E.E.

2/28/05 A42263H-002.00 Replace Cooling Tower - Building No. 102 Complete 1/20/05 1/26/05 2/9/05 2/23/05 2/25/05 2/28/05 284,054.055/19/05 A26 E.E.

10/17/06 P42263H-008.03 Replace High Temp Hot Water & Condensate Pipe - Student Union Bldg.Construction 6/12/06 6/13/06 6/20/06 7/3/06 10/12/06 10/17/06 -6,847.7110/22/06 P36 D.D.

7/17/06 A42263H-019.01 Replace Chiller Tubes; Building #102- Closeout ModificationComplete 7/3/06 7/3/06 7/7/06 7/7/06 7/17/06 13,269.529/20/06 A26 J.J.

12/14/05 A42263H-004.01 Replace PTAC Units Complete 10/12/05 10/26/05 10/12/05 11/22/05 12/14/05 30,462.534/17/06 A26 E.E.

11/23/05 A42263H-014.00 SUNY Maritime - Replace Steam Distribution, Campus Pier, Phase 2Complete 8/11/05 9/12/05 9/16/05 9/20/05 9/30/05 11/23/05 332,778.257/14/06 A36 J.J.

9/21/05 A42263H-005.01 Replacing Air Handlers - Infirmary Building Construction 8/26/05 9/7/05 9/1/05 9/6/05 9/21/05 59,935.137/8/06 P09 E.E.

Job Order Tracking Report by Contract Page 3 of 22

Page 233: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

3/2/05 P42263H-006.00 Provide Air Cooled Chiller - Bldg. No. 700 Complete 1/31/05 2/2/05 2/7/05 2/10/05 3/1/05 3/1/05 418,709.416/30/05 P26 D.D.

6/28/05 A42263H-002.01 Replace Cooling Tower - Building No. 102 Complete 1/20/05 5/5/05 5/13/05 5/9/05 6/13/05 6/28/05 52,799.657/8/05 A26 E.E.

7/5/06 A42263H-005.03 Replace Air Handlers - Infirmary Bldg Construction 4/13/06 4/26/06 4/19/06 4/26/06 7/5/06 22,682.458/4/06 P09 E.E.

42263H-029.00 Provide Sub-Basement Ventilation RFP 5/11/07 5/14/07 5/25/07 0.0027 E.E.

42263H-010.02 Replace Steam Distribution, Campus Pier - Phase 1 - Closeout ModificationCancelled 8/7/06 8/11/06 8/18/06 0.0036 J.J.

7/18/06 P42263H-020.00 Replace Chiller, Building No. 701 Construction 4/27/06 5/15/06 5/17/06 7/3/06 7/18/06 225,392.3610/10/06 P26 D.D.

10/12/06 A42263H-005.04 Arthurkill CF, Replace Air Handlers - Infirmary Bldg Construction 8/7/06 8/21/06 8/18/06 9/7/06 10/12/06 40,535.3911/11/06 P09 E.E.

11/23/05 P42263H-006.02 Provide Air Cooler Chiller - Bldg. 700 Complete 11/17/05 11/3/05 11/3/05 11/18/05 11/23/05 1,686.5711/30/05 P26 D.D.

10/31/06 A42263H-011.01 Rehabilitate Condensate Return Piping, Bldg 103 Construction 1/20/06 1/31/06 1/23/06 4/5/06 10/31/06 54,715.9010/31/06 A26 E.E.

5/20/05 A42263H-004.00 Replace PTAC Units Complete 1/20/05 1/28/05 2/11/05 3/14/05 3/28/05 5/18/05 248,747.684/17/06 A26 E.E.

9/21/05 P42263H-006.01 Provide Temperature Control System Complete 1/31/05 3/25/05 3/25/05 3/25/05 9/19/05 9/21/05 32,571.6010/19/05 P26 D.D.

5/3/07 A42263H-013.05 Manhattan PC Install Piping Systems Proposal Revision 12/11/06 12/25/06 1/22/07 4/25/07 5/3/07 815.516/2/07 P26 E.E.

42263H-020.01 Replace Chiller, Building No. 701 Construction 5/10/07 0.0026 D.D.

5/29/07 A42263H-031.00 Provide HVAC, Kingsboro PC Bldg 1 RFP 5/24/07 5/25/07 5/24/07 5/25/07 5/29/07 25,586.847/28/07 P26 E.E.

10/30/06 P42263H-021.00 Provide Isolation valves Bldg#4 Construction 9/7/06 9/8/06 9/20/06 10/6/06 10/25/06 10/30/06 179,226.722/28/07 P26 S.S.

11/9/06 P42263H-023.00 NYPI-Provide Corrective HVAC, 9th and 10th Floors, Building No. 4Construction 9/26/06 9/27/06 10/9/06 10/25/06 11/6/06 11/9/06 196,250.132/23/07 P26 S.S.

2/13/06 P42263H-009.02 Repipe High Temp Hot Water System - Stadium Complete 12/12/05 12/1/05 12/1/05 2/8/06 2/13/06 5,171.942/20/06 P36 D.D.

10/31/05 A42263H-010.00 SUNY Maritime - Replace Steam Distribution, Campus Pier - Phase 1Complete 8/11/05 8/15/05 9/16/05 8/29/05 9/30/05 10/31/05 354,447.767/14/06 A36 J.J.

3/13/06 A42263H-014.01 SUNY Maritime - Replace Steam Distribution, Campus Pier, Phase 2Complete 12/8/05 12/15/05 12/22/05 2/20/06 3/6/06 3/13/06 5,935.337/14/06 A36 J.J.

11/10/06 P42263H-024.00 Provide SUNY Information Center Construction 1/19/07 10/23/06 10/30/06 11/6/06 11/8/06 11/10/06 14,046.053/16/07 PUN S.S.

12/8/06 P42263H-024.01 Provide SUNY Information Center Construction 10/27/06 11/15/06 11/22/06 12/1/06 12/8/06 22,904.093/16/07 PUN S.S.

10/26/06 A42263H-013.03 Manhattan PC B110, Install Heating and Cooling SystemsConstruction 8/23/06 8/24/06 8/30/06 9/15/06 9/15/06 10/26/06 72,642.622/23/07 P26 E.E.

10/3/06 A42263H-017.03 Fabricate and Install Duct Work; Bldg. #110 Construction 8/23/06 8/24/06 9/1/06 9/14/06 10/2/06 10/3/06 44,443.1012/22/06 P26 E.E.

5/29/07 A42263H-013.04 Manhattan PC Bldg110, Install Heating System Construction 11/1/06 12/28/06 1/31/07 5/25/07 5/29/07 225,240.329/26/07 P26 E.E.

2/21/07 P42263H-021.01 Provide Isolation valves Bldg#4 Joint Scope 1/3/07 2/7/07 0.004/27/07 P26 S.S.

9/27/05 A42263H-003.01 Replace Air Handler Administration Building - Lobby Complete 8/29/05 9/8/05 9/8/05 9/26/05 10/3/05 18,074.9210/21/05 P09 D.D.

10/26/06 A42263H-013.02 Install Heating and Cooling Supply and Return Lines Construction 5/15/06 5/31/06 6/5/06 6/12/06 10/26/06 -7,272.5110/27/06 P26 E.E.

10/31/06 A42263H-017.01 Fabricate and Install Duct Work; Bldg. #110 Construction 4/13/06 4/21/06 5/31/06 8/8/06 10/31/06 38,416.7111/30/06 P26 E.E.

5/29/07 A42263H-017.02 FCU, Fabricate and Install Duct Work; Bldg. #110 Construction 12/1/06 12/1/06 1/8/07 2/26/07 5/18/07 5/29/07 236,578.599/26/07 P26 E.E.

3/7/06 A42263H-010.01 SUNY Maritime - Replace Steam Distribution - Phase 1 Pipe ModComplete 12/8/05 12/15/05 12/22/05 2/20/06 3/6/06 3/7/06 -26,369.007/14/06 A36 J.J.

6/15/07 P42263H-031.01 Provide HVAC Kingsboro PC Bldg 1 Joint Scope 5/30/07 6/1/07 6/10/07 6/14/07 6/14/07 0.007/31/07 P26 E.E.

5/10/05 A42263H-003.00 Replace Air Handler Administration Building - Lobby Complete 1/19/05 3/15/05 3/21/05 3/21/05 5/3/05 5/10/05 86,808.868/9/05 P09 D.D.

42263H-022.00 DOL Bldg, Schemerhorn St.-Reroute and Replace Phone/Data RiserCancelled 0.0013 S.S.

Job Order Tracking Report by Contract Page 4 of 22

Page 234: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

11/27/06 A42263H-014.02 Replace Steam Distribution, Phase 2 Additional Heat TraceComplete 11/3/06 11/3/06 11/15/06 11/27/06 8,337.341/7/07 A36 J.J.

5/9/06 A42263H-005.02 Replace Air Handlers - Infirmary Bldg Construction 10/12/05 2/10/06 3/25/06 4/13/06 5/9/06 54,089.107/8/06 P09 E.E.

42263H-012.00 Replace 2 Defective Compressor Units, Helen Hayes HospitalCancelled 0.00J.J.

42263H-001.00 Repair Construction Deficiencies-Heavy Engineering BuildingCancelled 0.00D.D.

5/31/07 P42263H-028.00 Repair Boiler #2 Flue, Building NO. 22 Awaiting Funding 4/20/07 4/27/07 5/11/07 5/8/07 5/8/07 0.006/28/07 P26 S.S.

6/15/07 P42263H-030.00 Provide HVAC Equipment, Building No. 60 Joint Scope 5/11/07 5/14/07 5/18/07 5/29/07 6/14/07 0.0010/13/07 P26 E.E.

4/10/06 P42263H-018.00 Provide Kitchen Hood & Related Work, Building No. 55 Complete 3/8/06 3/13/06 3/20/06 3/27/06 4/4/06 4/10/06 84,092.426/30/06 P26 S.S.

42263H-016.00 Fabricate and Install Steel Bracing to Retain Louvers and Interior BafflesCancelled 0.00B.B.

7/5/06 A42263H-011.02 Rehabilitate Condensate Return Piping, Bldg 103 Construction 3/31/06 4/14/06 4/19/06 4/26/06 7/5/06 -18,503.527/6/06 AE.E.

42263H-015.03 Provide Summer Boiler Proposal Review 5/8/07 0.00D.D.

42263H-Occidental Construction Co. Inc. Total: 5,306,576.31

42263P-Vinton Construction6/24/05 P42263P-001.00 Replacing Roof / Providing Drains @ Bldg #5 Complete 9/17/04 11/26/04 12/10/04 12/1/04 6/24/05 13,526.479/16/05 P26 D.D.

3/28/05 A42263P-004.00 Install New Sprinkler Piping Construction 1/28/05 2/1/05 2/7/05 2/3/05 3/14/05 3/28/05 9,146.093/14/05 A36 D.D.

5/2/06 P42263P-016.00 Provide Water Service for Fire Control, Building No. 60 Complete 3/29/06 3/31/06 4/5/06 5/2/06 44,763.166/7/06 P26 D.D.

42263P-015.00 Provide Site Imporvements - Bldg. #110 Cancelled 3/14/06 3/29/06 0.0026 D.D.

42263P-009.01 SUC Maritime - Expand Pier Electrical Service Cancelled 10/31/05 11/2/05 11/14/05 1/16/06 3/7/06 0.0036 J.J.

5/9/07 A42263P-019.00 Provide Waste Oil Storage Systems Construction 3/1/07 3/6/07 3/15/07 3/22/07 4/6/07 5/2/07 46,523.997/9/07 P15 S.S.

1/29/07 P42263P-014.01 Improve Shower Room Flooring, Fixtures and Interior Finishes, 6th and 7th Floors, Building No. 81Proposal Revision 12/14/06 12/15/06 1/24/07 1/29/07 16,119.213/12/07 P26 D.D.

12/31/04 A42263P-002.00 Replace Steam Radiator Traps Complete 10/22/04 11/2/04 11/8/04 11/15/04 11/23/04 12/31/04 68,062.435/17/05 A23 D.D.

7/14/06 P42263P-010.00 Provide Modifications to Annex Entrance; Bldg. #40 Construction 3/21/06 3/23/06 4/4/06 4/10/06 6/14/06 7/14/06 261,377.939/29/06 P26 D.D.

10/3/05 A42263P-007.00 Manhattan PC - Clean and Repair Oil Water Separator System, Bldg. 122Complete 6/14/05 6/15/05 6/29/05 6/29/05 8/19/05 9/7/05 43,014.0610/7/05 P26 D.D.

3/20/06 A42263P-011.01 Repair Pool Bldg. #55 Queens CPC Complete 3/8/06 3/10/06 3/15/06 3/13/06 3/14/06 3/14/06 1,919.203/21/06 A26 S.S.

3/15/05 A42263P-002.01 Replace Steam Radiator Traps Complete 2/4/05 2/7/05 2/14/05 2/16/05 3/1/05 3/15/05 15,115.965/17/05 A23 D.D.

6/15/05 P42263P-003.03 Repair Construction Deficiences Heavy Engineering BuildingConstruction 12/16/04 5/20/05 5/20/05 6/7/05 6/15/05 101,807.077/25/05 P36 D.D.

5/10/05 A42263P-003.02 Repair Construction Deficiences Heavy Engineering BuildingConstruction 12/16/04 4/14/05 4/21/05 5/2/05 5/10/05 30,101.896/1/05 P36 D.D.

4/18/05 A42263P-003.01 Repair Construction Deficiences Heavy Engineering BuildingConstruction 12/16/04 3/11/05 3/11/05 3/14/05 4/12/05 4/18/05 48,375.166/1/05 P36 D.D.

11/25/05 A42263P-006.00 SUNY Maritime - Replace Water Distribution System, Campus PierComplete 8/11/05 8/12/05 8/19/05 8/26/05 10/25/05 10/25/05 248,514.387/12/06 A36 J.J.

4/21/06 A42263P-006.02 Replace Water Distribution System, Campus Pier - RPZ ModificationsComplete 1/11/06 1/13/06 1/27/06 3/27/06 4/10/06 4/19/06 14,178.307/12/06 A36 J.J.

42263P-009.02 Expand Pier Electrical Service - New Switch Gear Cancelled 2/28/06 3/7/06 0.0036 J.J.

1/19/06 A42263P-009.00 SUC Maritime - Expand Pier Electrical Service - Long Lead ItemsComplete 10/31/05 11/2/05 11/14/05 12/8/05 1/18/06 1/19/06 147,192.9012/1/06 A36 J.J.

42263P-012.00 Phase 2 - Pier Electrical Expansion Cancelled 2/10/06 2/16/06 2/13/06 3/7/06 0.0036 J.J.

2/2/07 P42263P-017.00 Manhattan PC - Provide Final Repairs to Oil/Water Separator, Bldg. No. 122Construction 7/26/06 7/26/06 10/12/06 10/22/06 1/29/07 2/2/07 56,815.074/30/07 P26 D.D.

Job Order Tracking Report by Contract Page 5 of 22

Page 235: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

8/16/06 A42263P-009.03 SUC Maritime - Expand Pier Electrical Service Complete 8/2/06 8/2/06 8/4/06 8/4/06 8/7/06 8/14/06 3,852.7412/1/06 A36 J.J.

42263P-013.02 Manhattan PC, Install Plumbing System, Bldg 110 Cancelled 0.0026 S.S.

2/23/06 A42263P-011.00 Repair Pool Bldg. #55 Queens CPC Complete 1/26/06 1/27/06 2/2/06 1/30/06 2/9/06 2/13/06 4,565.202/23/06 A26 S.S.

3/16/06 A42263P-013.00 Install Plumbing System; Bldg. #110 Construction 2/21/06 2/23/06 2/22/06 2/27/06 3/3/06 3/16/06 268,086.418/13/06 P26 S.S.

5/11/06 P42263P-003.07 Repair Construction Deficiences Heavy Engineering BuildingConstruction 12/29/05 1/5/06 12/27/05 4/17/06 5/11/06 50,902.316/9/06 P36 D.D.

42263P-006.03 Replace Water Distribution System, Steam Line RepairsCancelled 1/11/06 1/13/06 1/27/06 2/2/06 0.0036 J.J.

3/2/05 P42263P-003.00 Repair Construction Deficiences Heavy Engineering BuildingConstruction 12/16/04 1/21/05 2/4/05 2/3/05 2/22/05 2/24/05 54,202.346/1/05 P36 D.D.

3/16/07 A42263P-013.04 Install Plumbing System; Bldg. #110 Construction 1/24/07 2/7/07 1/29/07 2/21/07 3/16/07 45,757.665/25/07 P26 S.S.

11/30/06 P42263P-018.01 Manhattan PC-Replace 12" Water Valve Complete 11/8/06 11/14/06 11/22/06 11/20/06 11/20/06 11/30/06 29,727.5212/22/06 P26 S.S.

3/15/06 P42263P-003.05 Repair Construction Deficiences Heavy Engineering BuildingConstruction 12/22/05 11/14/05 3/1/06 3/15/06 38,120.523/31/06 P36 D.D.

9/18/06 P42263P-014.00 Improve Shower Room Flooring, Fixtures and Interior Finishes, 6th and 7th Floors, Building No. 81Construction 8/22/06 8/31/06 9/11/06 9/13/06 9/18/06 30,778.5412/18/06 P26 D.D.

9/27/06 A42263P-013.03 Install Plumbing System; Bldg. #110 Construction 8/23/06 8/24/06 9/1/06 9/5/06 9/25/06 9/27/06 118,832.7612/1/06 P26 S.S.

11/27/06 A42263P-006.05 Replace Water Distribution System, Campus Pier - Extra PipingComplete 7/15/06 7/15/06 7/15/06 11/15/06 11/27/06 14,206.0511/27/06 A36 J.J.

7/15/05 P42263P-008.00 Nassau Co. District Court - Bathroom Renovation Cancelled 6/7/05 6/7/05 6/21/05 6/29/05 0.009/9/05 PB.B.

9/30/05 P42263P-003.04 Repair Construction Deficiences Heavy Engineering BuildingConstruction 7/4/05 7/11/05 7/11/05 9/19/05 9/30/05 46,046.2010/7/05 P36 D.D.

11/1/06 A42263P-013.01 Install Plumbing System; Bldg. #110 Construction 5/24/06 6/7/06 7/8/06 7/26/06 11/1/06 -48,817.3212/1/06 P26 S.S.

3/6/06 A42263P-006.01 SUNY Maritime - Replace Water Distribution System - Additional Steam PipeComplete 12/15/05 12/15/05 12/29/05 1/17/06 3/6/06 108,208.547/12/06 A36 J.J.

42263P-006.04 Replace Water Distribution System, Campus Pier - Temporary Steam and Pipe PaintingCancelled 2/8/06 2/9/06 0.00J.J.

42263P-005.00 Replace High Temperature Hot Water and Condensate Piping - Student Union BuildingCancelled 0.00D.D.

5/7/07 A42263P-013.05 Install Plumbing System; Bldg. #110 Construction 4/3/07 4/5/07 4/18/07 4/18/07 5/7/07 5/7/07 39,167.728/31/07 P26 S.S.

2/7/07 A42263P-003.06 Repair Construction Deficiences Heavy Engineering BuildingConstruction 3/10/06 3/10/06 9/28/05 9/28/05 12/27/06 2/7/07 85,564.932/16/07 P36 D.D.

10/24/06 A42263P-010.01 Provide Modifications to Annex Entrance; Bldg. #40 Construction 8/31/06 9/8/06 9/11/06 9/25/06 10/24/06 11,773.3611/10/06 P26 D.D.

10/25/06 P42263P-018.00 Manhattan PC-Replace 12" Water Valve Complete 10/3/06 10/4/06 10/9/06 10/10/06 10/23/06 10/25/06 32,028.7112/1/06 P26 S.S.

12/6/06 P42263P-010.02 Provide Modifications to Annex Entrance; Bldg. #40 Construction 11/1/06 11/1/06 11/8/06 11/3/06 12/1/06 12/6/06 46,758.6712/29/06 P26 D.D.

42263P-017.01 Manhattan PC - Provide Final Repairs to Oil/Water Separator, Bldg. No. 122Proposal Review 5/4/07 5/7/07 5/10/07 5/5/07 0.00D.D.

42263P-Vinton Construction Total: 2,146,316.13

42264C-Volmar Construction, Inc. - NYC Office42264C-001.01 Replace Roof Building 41 Cancelled 1/31/05 1/31/05 0.0026 D.D.

7/13/05 P42264C-006.01 Tree Removal & Trimming Complete 3/16/05 6/8/05 6/8/05 7/11/05 7/13/05 9,249.907/27/05 P23 D.D.

12/23/05 A42264C-009.02 Repair Stairwells Building #12 Asbestos Abatement Complete 11/2/05 11/16/05 1/13/06 1/23/06 1/24/06 -66,867.6912/23/05 A09 J.J.

5/31/06 A42264C-014.01 Remove PCBs - Power House Complete 4/3/06 4/3/06 4/5/06 5/3/06 5/31/06 29,687.264/20/06 A09 J.J.

12/6/05 A42264C-011.01 Remove and Provide Door, Scope Changes Complete 10/3/05 10/4/05 10/26/05 12/2/05 14,476.416/27/06 A09 J.J.

7/5/06 P42264C-017.00 Region 8 Poughkeepsie - Replace Windows, Doors & O.H. DoorsComplete 9/8/05 11/16/05 11/30/05 12/30/05 1/26/06 1/31/06 87,217.047/28/06 P15 S.S.

Job Order Tracking Report by Contract Page 6 of 22

Page 236: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

4/2/07 A42264C-030.00 Replace 3 Fire Hydrants Construction 1/23/07 1/26/07 2/1/07 1/26/07 1/29/07 2/1/07 2,755.964/2/07 AGS S.S.

42264C-029.00 Repair Road to Building#19 RFP 2/16/07 2/26/07 3/8/07 3/12/07 0.0026 D.D.

1/31/07 P42264C-027.01 Camp Smith-Tree removal,Various Bldgs Proposal Review 1/18/07 1/23/07 1/18/07 1/18/07 1/22/07 2/1/07 19,778.732/16/07 P23 D.D.

5/30/07 P42264C-026.01 Gut and Renovate 2nd and 3rd Flr Bldg 10 Construction 1/23/07 1/25/07 1/23/07 3/21/07 5/30/07 14,038.416/22/07 P09 D.D.

10/12/05 A42264C-003.01 Replace Roof Deck, Special Crew Facility Complete 9/2/05 9/2/05 9/16/05 9/22/05 9/26/05 10/12/05 185,967.395/9/06 A15 J.J.

42264C-022.00 Provide Storm Drainage System Cancelled 12/6/05 12/7/05 12/23/05 1/4/06 0.0036 D.D.

4/11/07 A42264C-030.01 Replace 3 Fire Hydrants Construction 2/5/07 2/13/07 2/14/07 3/1/07 1,810.444/11/07 AGS S.S.

12/23/04 A42264C-001.00 Replace Roof Building 41 Complete 10/6/04 11/1/04 11/8/04 11/8/04 12/8/04 12/23/04 199,685.404/29/05 P26 D.D.

7/5/05 A42264C-011.00 Remove and Provide Door, Building No. 57-60 Complete 4/13/05 4/27/05 5/11/05 6/3/05 6/14/05 7/5/05 20,931.656/27/06 A09 J.J.

3/14/07 P42264C-028.01 Hudson Valley Transportation Management Center-Provide CanopyConstruction 12/15/06 12/21/06 12/28/06 1/9/07 3/6/07 3/14/07 17,862.104/30/07 P31 D.D.

5/25/07 P42264C-026.02 Renovate 2nd and 3rd Flr Bldg 10 RFP 4/10/07 4/16/07 4/27/07 5/9/07 5/22/07 5/25/07 14,664.366/30/07 P09 D.D.

42264C-026.03 Renovate 2nd and 3rd Flr Bldg 10 - Smoke Door AdjustmentProposal Review 0.0009 D.D.

11/29/05 A42264C-014.00 Remove PCBs - Power House Complete 10/21/05 10/25/05 11/7/05 11/8/05 11/18/05 11/29/05 225,547.452/17/06 A09 J.J.

10/3/05 P42264C-008.01 Stabilize Masonry Wall at Boiler House Complete 9/13/05 9/13/05 9/13/05 9/23/05 10/3/05 332.4010/10/05 P09 D.D.

9/13/06 P42264C-025.00 Renovate Cosmetology Suite Bldg #82 Taconic CF Construction 6/15/06 6/22/06 6/30/06 7/27/06 9/13/06 9/13/06 61,243.9412/29/06 P09 S.S.

7/27/06 A42264C-013.03 Remove / Replace Fuel Oil Tank - Closeout ModificationComplete 5/1/06 5/31/06 6/7/06 6/6/06 7/26/06 7/27/06 -3,434.237/14/06 A17 J.J.

9/11/06 A42264C-017.01 Region 8 Poughkeepsie - Replace Windows, Doors & O.H. DoorsComplete 5/3/06 3/21/06 5/24/06 7/5/06 7/19/06 7/20/06 -0.629/29/06 POT S.S.

3/28/05 A42264C-010.00 HVTMC - Westchester County Office Renovation Complete 3/15/05 3/16/05 3/17/05 3/17/05 3/18/05 3/21/05 3,665.968/30/05 A31 B.B.

42264C-015.00 Bedford Hills CF - Provide Lead Abatement, Water Storage TankCancelled 0.0009 J.J.

5/8/07 P42264C-034.00 Asbestos, and lead paint abatement Construction 4/20/07 4/18/07 5/2/07 5/2/07 5/2/07 5/8/07 1,000.005/15/07 P09 D.D.

10/20/06 A42264C-023.01 Repoint Masonry, Building #12 Complete 7/17/06 7/28/06 8/11/06 10/10/06 10/20/06 32,679.3912/26/06 A09 J.J.

1/23/06 A42264C-003.02 Replace Roof, Special Crew Facility - Additional AbatementComplete 12/19/05 12/27/05 1/3/06 12/27/05 1/20/06 1/24/06 36,249.705/9/06 A15 J.J.

5/16/05 A42264C-006.00 Tree Removal & Trimming Complete 3/16/05 3/28/05 4/6/05 4/6/05 4/12/05 4/19/05 136,858.427/26/05 A23 D.D.

6/6/06 A42264C-023.00 Repoint Masonry, Building #12 Complete 3/29/06 4/4/06 4/12/06 4/19/06 5/30/06 6/6/06 125,712.7112/26/06 A09 J.J.

4/19/07 A42264C-025.01 Renovate Cosmetology Suite Bldg #82 Taconic CF Construction 3/27/07 4/4/07 3/27/07 4/2/07 4/19/07 2,408.044/27/07 P09 S.S.

6/12/06 A42264C-013.02 Remove/Replace Fuel Oil Tank - Field Conditions Complete 11/4/05 11/18/05 3/27/06 6/6/06 6/12/06 45,359.347/14/06 A17 J.J.

5/15/07 P42264C-025.02 Renovate Cosmetology Suite Bldg #82 Taconic CF Proposal Revision 4/30/07 5/4/07 0.006/15/07 P09 S.S.

10/11/06 A42264C-013.01 Remove / Replace Fuel Oil Tank Complete 6/28/05 6/28/05 7/12/05 7/13/05 9/14/05 10/11/05 218,587.854/28/06 A17 J.J.

12/7/06 P42264C-028.00 HVTMC-Provide Canopy Identification 11/9/06 11/10/06 11/16/06 11/17/06 12/5/06 12/7/06 52,292.324/13/07 P31 D.D.

10/26/05 A42264C-009.01 Repair Stairwells Building #12 - Reduced Scope Due to Field ConditionsComplete 7/29/05 8/12/05 10/24/05 10/26/05 -66,777.3810/26/05 A09 J.J.

11/22/06 A42264C-026.00 Sing Sing CF - Gut and Renovate 2nd and 3rd floor Building 10Construction 8/23/06 9/21/06 9/28/06 9/28/06 10/27/06 11/22/06 453,238.483/22/07 P09 D.D.

1/4/06 P42264C-019.00 Region 8 Yonkers - Replace Windows and Doors Cancelled 8/24/05 11/16/05 12/7/05 2/20/06 0.004/7/06 PM.M.

42264C-012.00 Sullivan CF - Replace Facade Administration Building Cancelled 0.00J.J.

Job Order Tracking Report by Contract Page 7 of 22

Page 237: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

4/8/05 A42264C-005.00 Provide Acoustical Panels and Reconfigure Window Complete 1/11/05 1/14/05 1/28/05 2/8/05 2/15/05 2/24/05 8,271.174/19/05 A31 J.J.

5/22/06 A42264C-024.00 E. Roosevelt SOB - Replace Ceilings Complete 4/25/06 5/9/06 5/3/06 5/15/06 5/15/06 5/17/06 5,101.785/26/06 AGS S.S.

4/15/05 A42264C-004.00 Provide Additional Storm Drainage Complete 1/11/05 1/14/05 1/28/05 2/8/05 2/15/05 2/23/05 10,204.324/27/05 A31 J.J.

8/21/06 A42264C-024.01 E. Roosevelt SOB - Replace Ceilings Complete 6/1/06 6/1/06 6/8/06 6/9/06 6/19/06 6/22/06 6,685.147/28/06 PGS S.S.

5/24/07 A42264C-031.00 Asbestos Abatement Bldg 139 Proposal Revision 4/17/07 4/20/07 4/30/07 4/30/07 5/11/07 5/24/07 36,537.036/29/07 P26 S.S.

5/23/07 P42264C-034.01 Sing Sing Bldg10, asbestos, and lead paint abatement. Construction 4/20/07 5/1/07 5/4/07 5/4/07 5/22/07 5/23/07 77,850.376/30/07 P09 D.D.

6/13/07 P42264C-035.00 Provide VCT Flooring, 2nd & 3rd Floors, Building 10 RFP 5/22/07 5/22/07 6/4/07 5/30/07 6/8/07 6/13/07 157,671.346/30/07 P09 D.D.

5/16/07 A42264C-030.02 Replace 3 Fire Hydrants Construction 4/19/07 5/3/07 5/3/07 5/8/07 5/16/07 21,274.246/25/07 PGS S.S.

6/13/07 P42264C-034.02 Sing Sing Bldg10, asbestos, and lead paint abatement. RFP 5/15/07 5/24/07 5/31/07 6/1/07 6/8/07 6/13/07 88,966.237/16/07 P09 D.D.

10/5/05 A42264C-001.02 Replace Roof Building 41 Complete 8/2/05 8/9/05 5/20/05 9/22/05 10/5/05 23,453.1112/2/05 A26 D.D.

7/29/05 A42264C-013.00 Remove / Replace Fuel Oil Tank-Temporary Tank Complete 5/18/05 6/28/05 6/2/05 6/15/05 7/11/05 7/18/05 12,634.114/28/06 A17 J.J.

5/10/05 A42264C-003.00 Replace Roof, Special Crew Facility Complete 1/27/05 2/4/05 2/15/05 4/6/05 4/26/05 5/10/05 258,040.715/9/06 A15 J.J.

7/26/05 A42264C-008.00 Stabilize Masonry Wall at Boiler House Complete 3/29/05 3/31/05 4/14/05 4/21/05 5/9/05 5/20/05 8,455.378/2/05 A09 D.D.

11/28/06 P42264C-027.00 Camp Smith-Tree removal,Various Bldgs Construction 10/12/06 10/26/06 11/10/06 11/27/06 11/28/06 85,995.651/19/07 P23 D.D.

11/9/06 P42264C-017.02 Region 8 Poughkeepsie - Replace Windows, Doors & O.H. DoorsComplete 10/9/06 10/11/06 10/20/06 11/6/06 11/6/06 11/9/06 742.4312/1/06 POT S.S.

42264C-016 Provide Storage Building Cancelled 0.00D.D.

6/20/05 A42264C-009.00 Repair Stairwells Building #12 Complete 3/29/05 3/30/05 4/14/05 4/22/05 5/4/05 6/20/05 414,560.8712/23/05 A09 J.J.

42264C-032.00 Repoint Gymnasium Joint Scope 4/17/07 4/25/07 5/9/07 5/25/07 0.0009 D.D.

42264C-027.02 Camp Smith-Tree removal,Various Bldgs Construction 4/23/07 6/14/07 0.0023 D.D.

6/22/07 P42264C-033.00 Repair Cell Backs, "A" Block Joint Scope 6/8/07 6/8/07 0.0012/21/07 P09 S.S.

11/28/05 P42264C-021.00 Correct Settlement of Porch Area, Building Nos. 9 - 1 Complete 10/12/05 10/20/05 10/31/05 11/17/05 11/28/05 14,326.465/1/06 P09 D.D.

1/4/06 P42264C-018.00 Region 8 Lake Carmel - Repl Windows, Doors and O.H. DoorsCancelled 9/8/05 11/16/05 11/30/05 1/9/06 2/3/06 0.004/7/06 PM.M.

42264C-002.00 Remove and replace shingle roof-Bldg#41 Cancelled 0.00D.D.

1/16/06 P42264C-020.00 Region 8 White Plains - Replace Windows and Doors Cancelled 8/24/05 11/16/05 12/14/05 2/20/06 0.004/21/06 PM.M.

42264C-Volmar Construction, Inc. - NYC Office Total: 3,106,991.46

42265C-Volmar Construction, Inc. - NYC Office11/14/05 A42265C-006.00 Helen Hayes Hospital - Repair Leaks in Window Mullions, Bldg. No 14Complete 8/23/05 8/28/05 9/7/05 9/19/05 9/20/05 9/23/05 10,897.8412/20/05 A12 D.D.

1/11/06 A42265C-005.02 Helen Hayes Hosp - Replace Roofs Complete 1/11/06 1/11/06 1/11/06 -33,337.251/11/06 A12 D.D.

4/19/06 P42265C-004.00 Provide Storage Building Construction 11/29/05 11/30/05 12/5/05 12/29/05 4/19/06 122,910.426/23/06 P15 D.D.

3/3/06 P42265C-010.00 Replace Five Roll-Up Doors Complete 1/9/06 1/10/06 1/18/06 1/19/06 2/28/06 3/3/06 53,677.116/2/06 P23 S.S.

9/27/05 P42265C-005.00 Helen Hayes Hosp - Replace Roofs Complete 8/23/05 9/2/05 9/8/05 9/21/05 9/23/05 9/27/05 33,337.2511/15/05 P12 D.D.

8/2/06 A42265C-009.00 Highland RC - Replace Floor Tiles Complete 10/4/05 10/14/05 10/21/05 10/28/05 11/18/05 6/7/06 69,885.429/29/06 PFS S.S.

6/28/05 A42265C-001.00 Furnish & Install New Doors and Windows Complete 4/14/05 4/20/05 5/2/05 5/27/05 6/13/05 6/28/05 50,502.5511/28/05 A15 D.D.

Job Order Tracking Report by Contract Page 8 of 22

Page 238: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

7/31/06 P42265C-012.00 Mid-Orange C.F. - Repair Chimneys, Housing Units Complete 6/1/06 6/15/06 6/16/06 7/6/06 7/25/06 144,936.5512/29/06 P09 M.M.

7/14/06 P42265C-013.00 Improve Storm Water Drainage @ mid-rise Parking Lot Construction 6/27/06 6/28/06 7/7/06 7/10/06 7/13/06 7/14/06 118,215.819/15/06 P26 D.D.

11/30/06 A42265C-002.01 Replace Exterior Front Facade, Admin Bldg - Factor RevisionConstruction 9/30/05 7/5/06 7/12/06 9/5/06 11/28/06 11/30/06 22,776.077/31/07 P09 S.S.

11/7/05 A42265C-002.00 Replace Exterior Front Facade, Administration Building Construction 4/19/05 5/9/05 5/18/05 6/8/05 10/7/05 11/7/05 381,585.594/28/06 P09 S.S.

6/11/07 A42265C-002.03 Replace Exterior Front Facade, Administration Building Awaiting Funding 5/22/07 5/23/07 5/22/07 5/23/07 6/11/07 48,758.876/29/07 P09 S.S.

1/11/06 A42265C-005.03 Helen Hayes Hosp - Replace Roofs Complete 1/11/06 1/11/06 1/11/06 -14,166.311/18/06 P12 D.D.

5/17/07 P42265C-014.00 Otisville CF-Replace Sidewalks and Steps, Program BuildingsRFP 9/26/06 10/2/06 11/14/06 11/14/06 1/18/07 5/17/07 277,323.269/14/07 P09 D.D.

5/2/06 P42265C-011.01 42" Storm Drain Installation Complete 4/18/06 4/25/06 4/26/06 5/1/06 5/2/06 11,335.505/12/06 P26 D.D.

42265C-007.02 Rockland PC, Provide Store Front Lobby, Bldg 57 Cancelled 11/2/05 0.00S.S.

12/15/06 A42265C-002.02 Replace Exterior Front Facade, Admin Bldg - Scope RevisionConstruction 9/30/05 7/5/06 7/12/06 9/5/06 11/28/06 12/15/06 42,490.537/31/07 P09 S.S.

12/5/06 P42265C-012.02 Mid-Orange C.F. - Repair Chimneys, Housing Units Construction 11/8/06 11/20/06 11/28/06 12/5/06 26,371.8612/29/06 P09 M.M.

42265C-016.00 Reclaim Detention Pond, Bldgs 57-60 Identification 0.00S.S.

11/30/05 A42265C-005.01 Helen Hayes Hosp - Replace Roofs Complete 11/9/05 10/20/05 10/31/05 11/21/05 11/30/05 15,166.311/20/06 P12 D.D.

1/25/06 P42265C-003.00 Replace Walks and Steps, Housing Units 118, 121, 122, 123 and 124Complete 6/8/05 6/27/05 7/11/05 7/27/05 9/16/05 1/25/06 139,079.455/31/06 P09 D.D.

10/10/05 A42265C-007.00 Rockland PC, Provide Store Front Lobby, Bldg 57 Complete 8/31/05 9/2/05 9/9/05 9/15/05 9/21/05 9/21/05 71,008.1011/15/05 A26 S.S.

3/3/06 P42265C-011.00 42" Storm Drain Installation Complete 2/16/06 2/21/06 3/27/06 3/3/06 305,405.104/7/06 P26 D.D.

8/16/06 P42265C-009.01 Replace Floor Tiles Complete 8/9/06 8/15/06 8/15/06 8/15/06 8/15/06 8/16/06 2,834.588/29/06 PFS S.S.

11/20/06 A42265C-013.01 Improve Storm Water Drainage @ mid-rise Parking Lot Construction 10/30/06 11/6/06 10/31/06 11/20/06 11/20/06 -5,097.0111/24/06 P26 D.D.

7/31/06 P42265C-012.01 Mid-Orange C.F. - Repair Chimneys, Housing Units Complete 8/4/06 8/18/06 10/17/06 19,457.2512/29/06 P09 M.M.

8/14/06 P42265C-008.01 Replace Floor Tiles - Goshen RC Complete 8/2/06 8/7/06 8/11/06 8/7/06 8/10/06 8/14/06 2,225.118/31/06 PFS S.S.

8/1/06 A42265C-008.00 Replace Floor Tiles - Goshen RC Complete 10/4/05 10/13/05 10/19/05 10/27/05 11/18/05 6/7/06 49,943.248/31/06 PFS S.S.

10/10/05 A42265C-007.01 Rockland PC, Provide Store Front Lobby, Bldg 57 Complete 8/31/05 9/23/05 9/28/05 10/3/05 10/7/05 10/7/05 8,709.2311/15/05 A26 S.S.

42265C-015.00 Rehab Shower Rooms, Building No. 58 Joint Scope 0.0026 S.S.

1/20/06 A42265C-006.01 Helen Hayes Hospital - Repair Leaks in Window Mullions, Bldg. No 14Complete 1/12/06 1/13/06 1/20/06 1,076.321/20/06 A12 D.D.

42265C-Volmar Construction, Inc. - NYC Office Total: 1,977,308.75

42266E-Fran Corp. dba All Bright Electric8/22/05 A42266E-001.00 Replace 2000 KVA Transformer Construction 1/12/05 1/18/05 2/1/05 2/28/05 3/21/05 4/18/05 124,346.049/16/05 P36 D.D.

4/11/06 A42266E-004.01 Reroute and Install Conduit Coaxial Cables Complete 2/14/06 3/21/06 3/2/06 3/7/06 4/11/06 30,853.526/8/06 A09 J.J.

11/14/05 P42266E-006.00 Sing Sing CF - Reroute Electrical Conduit #15 Truck TrapComplete 7/28/05 8/8/05 10/14/05 10/25/05 11/10/05 52,279.163/17/06 P09 M.M.

2/28/07 P42266E-013.00 Electric Service for Bsmt Sump Pumps RFP 1/18/07 1/22/07 2/1/07 2/9/07 2/22/07 2/28/07 5,027.794/20/07 P26 D.D.

5/30/07 P42266E-009.01 Camp Smith - Provide communication wiring, Bldgs 501 - 502Construction 8/28/07 3/7/07 3/14/07 4/3/07 5/24/07 5/30/07 28,442.946/8/07 P23 D.D.

5/29/07 P42266E-015.00 Provide Electric for Padded Seclusion Room, Building No. 57, Unit 301Construction 3/15/07 3/16/07 3/29/07 4/3/07 5/25/07 5/29/07 1,506.2510/26/07 P26 D.D.

5/7/07 A42266E-014.00 Provide Power to Parking Lot Lighting Construction 3/21/07 3/26/07 3/30/07 4/20/07 5/4/07 5/7/07 6,717.608/31/07 P26 S.S.

Job Order Tracking Report by Contract Page 9 of 22

Page 239: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

7/31/06 A42266E-004.02 Reroute and Install Conduit Coaxial Cables Complete 2/8/06 2/8/06 2/22/06 4/24/06 7/17/06 7/31/06 42,689.606/20/06 A09 J.J.

8/8/06 P42266E-009.00 Provide communication wiring between Bldgs 501 -502 Construction 5/25/06 5/31/06 6/15/06 6/30/06 7/24/06 8/8/06 138,077.8310/31/06 P23 D.D.

11/7/05 A42266E-005.00 Electrical Relocation and Temporary Service Construction 6/23/05 6/24/05 7/8/05 7/8/05 9/22/05 11/7/05 19,474.674/28/06 P09 S.S.

11/29/05 A42266E-004.00 Reroute and Install Conduit Coaxial Cables Complete 7/26/05 7/29/05 8/9/05 8/9/05 11/8/05 11/29/05 107,543.876/8/06 A09 J.J.

4/26/06 P42266E-001.01 Replace 2000 KVA Transformer Construction 9/2/05 2/6/06 1/27/06 4/10/06 4/26/06 21,585.595/2/06 P36 D.D.

11/8/06 A42266E-011.00 Gut and Renovate 2nd and 3rd floor Building 10 Construction 8/23/06 9/21/06 9/28/06 10/5/06 11/6/06 11/8/06 17,706.3212/8/06 P09 D.D.

11/23/05 A42266E-002.00 Provide Electrical Modifications Complete 3/10/05 3/14/05 3/21/05 5/4/05 5/9/05 7/13/05 56,648.1910/1/06 A31 J.J.

11/22/06 A42266E-011.01 Gut and Renovate 2nd and 3rd floor Building 10 - Phase 2Construction 9/21/06 10/5/06 11/6/06 11/22/06 287,800.533/22/07 P09 D.D.

5/2/06 A42266E-008.00 Install Smoke Detection Devices; Building 7A Complete 2/24/06 3/2/06 3/16/06 3/21/06 4/18/06 5/2/06 89,484.7910/3/06 A12 J.J.

8/1/06 P42266E-010.00 Renovate Cosmetology Suite Bldg #82 Taconic CF Construction 6/15/06 6/19/06 6/26/06 7/6/06 7/26/06 8/1/06 46,395.2710/27/06 P09 S.S.

42266E-016.00 Relocate Wiring, Building no. 16, 124 & 508 RFP 6/4/07 6/7/07 6/18/07 0.0023 D.D.

42266E-017 Repair Heating System, Building No. 34 Joint Scope 0.00E.E.

42263E-027.00 Provide Electrical Service for Basement Sump Pumps, Building No. 35Cancelled 0.00D.D.

12/28/06 A42266E-005.01 Electrical Relocation and Temporary Service - Factor UpdateConstruction 7/5/06 7/5/06 7/12/06 12/1/06 12/12/06 12/28/06 2,033.117/31/07 P09 S.S.

11/1/05 P42266E-007.00 HVTMC - SEMO, Provide Electric Work for A/V EquipmentConstruction 8/18/05 8/23/05 8/30/05 9/1/05 10/25/05 10/25/05 29,692.3011/30/05 P31 B.B.

42266E-011.02 Sing Sing CF - Gut and Renovate 2nd and 3rd floor Building 10RFP 5/15/07 5/24/07 5/31/07 0.00D.D.

42266E-003.00 HVTMC-Provide Key Boxes Cancelled 3/10/05 3/21/05 3/28/05 4/1/05 0.00J.J.

42266E-012.00 Otisville CF - Provide Heaters, Visit Bldg. 17 Joint Scope 11/13/06 3/28/07 0.0009 E.E.

42263E-010.00 Reroute Electrical Conduit in Truck Trap#18 Cancelled 0.00M.M.

42266E-Fran Corp. dba All Bright Electric Total: 1,108,305.37

42266H-AWL Industries10/3/05 A42266H-004.00 Sullivan CF, Provide Fintube Enclosure, Bldg 10 Construction 7/5/05 7/18/05 7/27/05 7/27/05 9/20/05 9/22/05 270,669.374/20/06 P09 E.E.

2/8/05 A42266H-002.00 Provide Chiller Sound Enclosure Complete 12/29/04 1/18/05 2/1/05 1/28/05 2/3/05 2/8/05 17,722.904/21/05 A31 D.D.

5/9/06 P42266H-009.00 Replace Ductwork Complete 3/1/06 3/15/06 3/24/06 5/1/06 5/4/06 5/9/06 42,326.397/5/06 AGS S.S.

8/2/05 A42266H-006.00 Replace Two Defective Compressor Units Complete 6/29/05 6/29/05 7/13/05 7/13/05 7/28/05 8/2/05 13,285.209/8/05 A12 J.J.

2/14/07 P42266H-010.02 Renovate Cosmetology Suite Bldg #82 Taconic CF RFP 2/5/07 2/7/07 0.002/28/07 P09 S.S.

6/3/05 A42266H-003.00 Replace Air Cooled Chiller Building 11 Complete 5/18/05 5/19/05 5/19/05 5/19/05 5/20/05 5/31/05 46,703.646/14/05 A12 J.J.

7/5/06 A42266H-007.00 Bedford Hills CF - Provide HVAC Balancing Dampers, Housing Units 112, 113, and 114Construction 12/2/05 12/5/05 12/16/05 12/12/05 5/31/06 7/5/06 162,324.8011/2/06 P09 E.E.

5/2/06 A42266H-001.01 Replacing Steam & Water Valves - Eastern CF Bldg. 10 & 85Complete 1/9/06 2/15/06 2/2/06 2/10/06 5/2/06 3,058.622/22/06 A09 E.E.

5/11/05 A42266H-001.00 Replacing Steam & Water Valves - Eastern CF Bldg. 10 & 85Complete 12/30/04 1/11/05 1/13/05 1/18/05 5/3/05 5/11/05 77,149.562/22/06 A09 E.E.

8/8/06 P42266H-010.00 Renovate Cosmetology Suite Bldg #82 Taconic CF Construction 6/15/06 6/22/06 6/29/06 7/7/06 8/4/06 8/8/06 60,203.1811/17/06 P09 S.S.

42266H-008.00 Otisville CF - Provide Heaters, Visit Bldg. 17 Cancelled 12/7/05 6/14/06 0.0009 E.E.

3/16/06 A42266H-004.01 Sullivan CF, Provide Fintube Enclosure, Bldg 10 Construction 12/12/05 1/12/06 12/29/05 2/14/06 3/16/06 5,365.544/20/06 P09 E.E.

Job Order Tracking Report by Contract Page 10 of 22

Page 240: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

9/15/06 P42266H-010.01 Renovate Cosmetology Suite Bldg #82 Taconic CF Complete 9/13/06 9/15/06 9/14/06 9/14/06 9/15/06 10,819.2210/20/06 P09 S.S.

8/17/06 A42266H-004.02 Sullivan CF, Provide Fintube Enclosure, Bldg 10 Construction 6/12/06 6/26/06 6/28/06 7/5/06 8/17/06 19,644.869/16/06 PE.E.

42266H-AWL Industries Total: 729,273.28

42266P-Crescent Contracting42266P-003.04 Tie Powerhouse Water Lines to Existing Heaters RFP 7/6/06 7/20/06 3/16/07 0.0009 E.E.

42266P-003.05 Tie Powerhouse Water Lines to Existing Heaters RFP 7/6/06 7/20/06 3/16/07 0.0009 E.E.

4/27/06 A42266P-005.01 Repair Coolers and Freezers Complete 4/12/06 4/17/06 4/14/06 4/19/06 4/27/06 7,579.734/28/06 A09 S.S.

6/6/05 A42266P-002.00 Eliminate H/C Water Cross Connects Complete 4/7/05 4/11/05 4/15/05 4/19/05 5/20/05 5/23/05 41,306.286/27/05 A26 D.D.

5/19/06 A42266P-003.00 Eastern CF, Tie Powerhouse Water Lines to Existing HeatersConstruction 7/5/05 7/20/05 8/3/05 8/17/05 5/17/06 5/19/06 228,209.8710/16/06 P09 E.E.

3/4/05 A42266P-001.02 Provide Cell Modifications - Replace Toilet Fixtures - B Block SouthComplete 2/10/05 2/10/05 2/24/05 2/14/05 2/28/05 3/4/05 32,200.716/24/05 P09 D.D.

6/6/07 P42266P-007.00 Eastern CF: Replace Flushometers, Bldg 49 RFP 4/23/07 5/9/07 5/23/07 6/14/07 0.0012/21/07 P09 S.S.

7/25/05 P42266P-002.01 Eliminate H/C Water Cross Connects Complete 7/11/05 7/18/05 7/20/05 7/20/05 7/25/05 3,651.627/29/05 P26 D.D.

10/31/05 A42266P-004.00 Helen Hayes Hosp - Remove Asbestos Piping Insulation, Bldg 9Complete 8/23/05 8/26/05 9/2/05 9/1/05 10/14/05 10/20/05 35,867.0811/4/05 A12 D.D.

1/10/06 A42266P-005.00 Repair Coolers and Freezers Complete 10/27/05 11/2/05 11/9/05 11/21/05 1/4/06 1/10/06 232,103.374/28/06 P09 S.S.

6/22/05 A42266P-001.03 Provide Cell Modifications - Replace Toilet Fixtures - B Block SouthComplete 11/4/04 4/29/05 5/5/05 4/12/05 6/2/05 6/22/05 17,962.486/15/05 AD.D.

42266P-003.01 Eastern CF, Tie Powerhouse Water Lines to Existing HeatersProposal Revision 9/12/06 9/12/06 0.0009 E.E.

42266P-003.03 Eastern CF,Tie Powerhouse Water Lines to Existing HeatersProposal Revision 10/12/06 10/12/06 0.0009 E.E.

2/3/05 A42266P-001.01 Provide Cell Modifications - Replace Toilet Fixtures - B Block SouthComplete 1/20/05 1/24/05 1/31/05 1/28/05 1/31/05 2/2/05 2,029.826/24/05 P09 D.D.

8/1/06 P42266P-006.00 Renovate Cosmetology Suite bldg #82 Taconic CF Complete 6/15/06 6/19/06 6/26/06 6/19/06 7/27/06 8/1/06 30,117.2310/27/06 P09 S.S.

7/3/07 P42266P-009 Repair Cell Backs, "A" Block Identification 6/8/07 6/25/07 0.0009 S.S.

5/14/07 P42266P-006.01 Renovate Cosmetology Suite bldg #82 Taconic CF RFP 4/30/07 5/4/07 0.006/15/07 P09 S.S.

12/13/04 A42266P-001.00 Provide Cell Modifications - Replace Toilet Fixtures - B Block SouthComplete 10/29/04 11/8/04 11/22/04 11/22/04 11/24/04 12/13/04 280,935.156/24/05 P09 D.D.

42266P-003.02 Eastern CF,Tie Powerhouse Water Lines to Existing HeatersProposal Revision 9/12/06 9/12/06 0.0009 E.E.

42266P-008.00 Rehab Shower Rooms, Building No. 58 Identification 0.00S.S.

42266P-Crescent Contracting Total: 911,963.34

42763C-Pike Company - Albany9/7/05 A42763C-004.00 Masonry Repairs, Building 17 Complete 6/8/05 6/21/05 7/5/05 7/5/05 8/10/05 8/29/05 123,872.284/12/06 A09 J.J.

7/15/05 A42763C-001.00 Repair Masonry Walls Complete 4/19/05 4/25/05 5/5/05 4/29/05 6/16/05 6/30/05 26,004.948/12/05 A15 D.D.

10/12/05 A42763C-008.00 Repair Brick Wall, Maint HQ, Voorheesville Complete 7/26/05 8/1/05 8/12/05 8/19/05 9/21/05 9/30/05 58,202.3811/30/05 P15 D.D.

3/7/06 P42763C-014.00 Install Canopy over Handicap Lift Construction 9/29/05 10/3/05 10/10/05 10/20/05 11/8/06 3/7/06 8,219.525/5/06 P09 D.D.

42763C-005.00 Mt. McGregor CF - Exterior Masonry Rehabilitation Bldgs 15 & 18Cancelled 6/8/05 0.0009 J.J.

42763C-013.00 DOT Region 1, Schenectady County - Provide Cold Storage BuildingCancelled 11/17/05 11/17/05 12/2/05 0.0015 D.D.

5/31/06 A42763C-011.01 Region 1, Schenectady - Provide Overhead Garage DoorsComplete 12/14/05 12/14/05 5/23/06 5/31/06 2,164.8011/15/06 A15 J.J.

3/6/06 P42763C-015.00 Re-Design Kitchen Complete 11/1/05 11/7/05 11/18/05 11/30/05 1/26/06 16,483.883/31/06 P51 M.M.

Job Order Tracking Report by Contract Page 11 of 22

Page 241: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

2/17/06 A42763C-004.01 Masonry Repairs, Building 17 Complete 11/23/05 11/30/05 2/16/06 2/17/06 -13,307.204/12/06 A09 J.J.

12/21/05 A42763C-007.01 Phase 1 Landscaping - AE Smith - Scope Modifications Complete 10/28/05 11/11/05 12/14/05 12/21/05 12/21/05 -13,636.391/11/06 A25 J.J.

10/3/05 A42763C-002.00 Provide Ceiling Insulation - Building No. 12 Complete 6/1/05 6/2/05 6/17/05 6/16/05 7/21/05 8/29/05 20,494.7910/13/05 A09 J.J.

3/13/06 A42763C-009.00 Tryon RC - Replace Flooring, Living Units Complete 8/18/05 8/22/05 9/2/05 9/7/05 9/19/05 2/9/06 90,218.377/31/06 AFS S.S.

12/2/05 A42763C-001.01 Repair Masonry Walls Complete 11/25/05 11/28/05 11/30/05 12/2/05 -1,677.3712/2/05 A15 D.D.

42763C-017.00 Provide Fencing Cancelled 11/9/05 11/10/05 0.00S.S.

1/4/06 P42763C-010.00 Region 1, Glens Falls - Rehab Rest Rooms, Rest Area Cancelled 12/5/05 0.003/10/06 PM.M.

10/28/05 P42763C-012.00 Mt. McGregor CF - Rehab Roof Surface, Bldg 17 Cancelled 10/4/05 10/6/05 10/19/05 0.0012/30/05 P09 J.J.

42763C-019 Construct Expansion Space Cancelled 0.00J.J.

9/1/05 A42763C-007.00 Phase 1 Landscaping - AE Smith Complete 6/30/05 7/8/05 7/21/05 7/25/05 8/9/05 8/15/05 187,164.841/11/06 A25 J.J.

42763C-003.00 Provide insulation in ceiling crawlspace Cancelled 0.00J.J.

43135C-001.00 Repair Roof, Building No. 10, "B" Block Cancelled 0.00R.R.

12/7/05 A42763C-011.00 Region 1, Schenectady - Provide Overhead Garage DoorsComplete 10/5/05 10/14/05 10/21/05 11/2/05 11/30/05 12/5/05 80,730.634/21/06 A15 J.J.

5/8/06 A42763C-009.01 Tryon RC - Replace Flooring, Living Units Complete 4/11/06 4/14/06 4/18/06 4/18/06 4/18/06 4/27/06 12,843.357/31/06 AFS S.S.

43135C-004.01 Groveland CF-Replace Roof, Building No. 140 Construction 0.00R.R.

42763C-006.00 NYSP Ballston Spa - Remove Underground Tank Cancelled 0.00D.D.

42763C-Pike Company - Albany Total: 597,778.82

42763E-Martin Electric42763E-004.00 Provide Cold Storage Bldg - DOT Schenectady, Reg #1 Cancelled 11/22/05 11/23/05 5/15/06 5/15/06 0.0015 D.D.

12/13/06 A42763E-007.02 Provide Tele-Conferencing Rooms, 3rd Floor Complete 12/7/06 12/11/06 12/11/06 12/12/06 12/13/06 691.121/12/07 A26 J.J.

2/12/07 A42763E-009.00 Provide Automatic Transfer Switch Construction 1/4/07 1/4/07 1/19/07 2/7/07 2/9/07 2/12/07 78,471.524/20/07 P99 D.D.

2/7/07 A42763E-006.01 Renovate Woodworking Room to Instruction Room - Closeout ModificationComplete 10/11/06 12/22/06 12/22/06 12/26/06 1/19/07 2/7/07 2,127.972/7/08 P53 J.J.

2/7/07 A42763E-006.02 Renovate Woodworking Room to Instruction Room - Motor StarterComplete 10/11/06 12/22/06 12/22/06 12/26/06 1/19/07 2/7/07 1,326.212/7/07 P53 J.J.

2/27/06 A42763E-003.00 Construct Expansion Space, Switchroom, Building No. 22, Sublevel 1 - Electrical ScopeConstruction 11/29/05 12/2/05 12/16/05 1/19/06 2/7/06 2/27/06 48,638.736/26/06 A24 D.D.

7/11/06 A42763E-006.00 Renovate Woodworking Room to Instruction Room Complete 5/24/06 5/26/06 6/1/06 6/6/06 7/11/06 7/11/06 118,408.4210/23/06 A53 J.J.

6/19/07 A42763E-010 Latham AASF - Provide Underground Conduit & ConnectionsRFP 4/10/07 4/12/07 4/26/07 5/29/07 6/11/07 6/19/07 135,742.638/31/07 P23 S.S.

2/14/07 A42763E-008.00 GNARESP-Installation of MER1 Sump Pump, Main PlatformComplete 11/28/06 12/11/06 12/22/06 2/5/07 2/12/07 2/14/07 24,956.115/25/07 PGS S.S.

4/6/06 P42763E-001.01 Cultural Center - Print Shop Tie-in Complete 11/18/05 11/29/05 2/8/06 4/6/06 1,640.384/13/06 PD.D.

8/3/05 A42763E-001.00 Cultural Center - Print Shop Tie-in Complete 7/18/05 7/19/05 7/22/05 7/25/05 7/27/05 8/3/05 99,268.169/1/05 P37 D.D.

2/12/07 A42763E-009.01 Provide Automatic Transfer Switch - Closeout Mod RFP 1/4/07 1/4/07 1/19/07 2/7/07 2/9/07 2/12/07 0.004/20/07 P99 D.D.

9/29/06 A42763E-007.00 Provide Tele-Conferencing Rooms, 3rd Floor Complete 9/15/06 9/18/06 9/25/06 9/26/06 9/28/06 9/29/06 37,984.021/12/07 A26 J.J.

10/2/06 P42763E-007.01 Provide Tele-Conferencing Rooms, 3rd Floor Complete 10/19/06 10/26/06 11/28/06 5,613.551/12/07 A26 J.J.

6/13/06 A42763E-005.01 Rehabilitate Restroom, Rest Area, Region 1 Glens FallsComplete 4/13/06 5/31/06 6/7/06 6/1/06 6/1/06 6/12/06 3,329.416/13/06 AOT S.S.

Job Order Tracking Report by Contract Page 12 of 22

Page 242: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

3/15/06 A42763E-005.00 Rehabilitate Restroom, Rest Area, Region 1 Glens FallsComplete 1/26/06 1/27/06 2/10/06 2/10/06 3/1/06 3/6/06 33,961.605/19/06 PS.S.

42763E-Martin Electric Total: 592,159.83

42763H-DiGesare Mechanical Incorporated11/16/05 A42763H-002.00 Brace RC - Replace Radiator Covers Construction 8/3/05 8/5/05 8/17/05 8/17/05 9/26/05 11/16/05 86,007.823/16/06 P07 E.E.

2/26/07 A42763H-005.01 Renovate Woodworking Room - Shut-off Credit Complete 1/24/07 1/25/07 2/19/07 2/26/07 2/26/07 -834.722/26/07 A53 J.J.

10/31/06 A42763H-002.01 Brace RC - Replace Radiator Covers Construction 5/19/06 5/31/06 7/10/06 7/17/06 10/31/06 291.2411/30/06 P07 E.E.

7/19/05 P42763H-001.01 Provide Humidification, Fans 20 and 21 Complete 8/31/05 9/12/05 10/26/05 5/9/06 5/12/06 2,669.5811/7/05 P37 M.M.

7/19/05 P42763H-001.00 Provide Humidification, Fans 20 and 21 Complete 5/27/05 5/31/05 6/14/05 6/27/05 7/8/05 7/18/05 47,650.939/19/05 P37 M.M.

7/19/05 P42763H-001.02 Provide Humidification, Fans 20 and 21 Complete 3/31/06 4/7/06 5/9/06 5/9/06 5/12/06 8,674.4611/7/05 P37 M.M.

7/11/06 A42763H-005.00 Renovate Woodworking Room to Instruction Room Complete 5/24/06 5/26/06 6/1/06 6/7/06 7/11/06 7/11/06 88,110.6212/4/06 A53 J.J.

9/29/06 A42763H-006.00 Provide Tele-Conferencing Rooms, 3rd Floor Construction 9/15/06 9/18/06 9/25/06 9/27/06 9/28/06 9/29/06 14,736.6811/8/06 P26 J.J.

3/21/06 A42763H-003.00 Replace Boiler Complete 11/17/05 12/6/05 12/5/05 12/9/05 12/15/05 12/30/05 103,743.406/28/06 AUN S.S.

42763H-DiGesare Mechanical Incorporated Total: 351,050.01

42763P-DiGesare Mechanical Incorporated4/4/07 A42763P-005.02 Renovate Woodworking Room to Instruction Room - Closeout Plumbing WorkComplete 1/24/07 1/25/07 2/8/07 2/19/07 3/19/07 4/4/07 3,769.134/4/07 P53 J.J.

4/11/06 A42763P-004.01 Up Grade Condition of Police Memorial Park Complete 4/4/06 4/5/06 4/6/06 4/5/06 4/6/06 4/7/06 6,120.834/12/06 AGS S.S.

12/13/06 A42763P-003.01 Construct Expansion Space, Switchroom, Building No. 22, Sublevel 1 - Plumbing & MechanicalConstruction 8/29/06 8/29/06 8/29/06 8/29/06 11/28/06 12/13/06 14,578.5812/13/06 A24 J.J.

6/13/06 A42763P-004.03 Up Grade Condition of Police Memorial Park Complete 5/17/06 5/18/06 5/19/06 5/30/06 6/8/06 6/12/06 18,457.236/13/06 AGS S.S.

2/27/06 A42763P-003.00 Construct Expansion Space, Switchroom, Building No. 22, Sublevel 1 - Plumbing & MechanicalConstruction 11/29/05 12/2/05 12/15/05 12/22/05 2/22/06 2/27/06 186,225.957/7/06 A24 J.J.

3/13/06 A42763P-004.00 Up Grade Condition of Police Memorial Park Complete 12/14/05 12/19/05 1/6/06 1/17/06 1/24/06 1/30/06 31,156.705/2/06 AGS S.S.

7/18/06 P42763P-002.02 Rehabilitate Restroom, Rest Area, Region 1 Glens FallsComplete 7/11/06 7/13/06 7/12/06 7/12/06 7/18/06 -15,900.487/19/06 POT S.S.

6/15/07 P42763P-009.01 Repair Ruptured Waterline, WWII Memorial Fountain RFP 6/7/07 6/12/07 6/12/07 0.006/22/07 PGS S.S.

3/13/06 P42763P-002.00 Rehabilitate Restroom, Rest Area, Region 1 Glens FallsComplete 1/26/06 1/27/06 2/10/06 2/15/06 3/1/06 3/6/06 251,831.255/19/06 POT S.S.

4/17/06 A42763P-004.02 Up Grade Condition of Police Memorial Park Complete 4/4/06 4/6/06 4/10/06 4/10/06 4/10/06 4/12/06 4,195.904/19/06 AGS S.S.

42763P-006.00 Provide Tele-Conferencing Rooms, 3rd Floor Cancelled 0.0026 M.M.

12/1/06 A42763P-005.01 Renovate Woodworking Room to Instruction Room - Additional Plumbing WorkComplete 7/20/06 7/20/06 8/29/06 9/12/06 12/1/06 2,519.6912/1/06 A53 J.J.

42763P-008.00 Repair Mechanical Room Piping, Various Buildings Cancelled 0.00S.S.

7/11/06 A42763P-005.00 Renovate Woodworking Room to Instruction Room Complete 5/24/06 5/26/06 6/7/06 6/7/06 6/21/06 7/11/06 11,995.6110/13/06 A53 J.J.

42763P-001.00 Repair Waste Line - Building 12 Cancelled 0.00R.R.

7/18/06 P42763P-002.01 Rehabilitate Restroom, Rest Area, Region 1 Glens FallsComplete 5/31/06 6/7/06 6/5/06 7/11/06 7/18/06 17,367.477/19/06 POT S.S.

5/16/07 A42763P-009.00 Repair Ruptured Waterline, WWII Memorial Fountain RFP 4/18/07 4/20/07 4/26/07 4/26/07 5/1/07 5/1/07 23,536.805/25/07 PGS S.S.

42763P-DiGesare Mechanical Incorporated Total: 555,854.66

42764C-Stephen Miller General Contractors, Inc.4/3/06 P42764C-003.01 Altona CF, Provide Drainage, Bldg 4 Complete 12/20/05 1/3/06 1/26/06 3/31/06 4,129.165/15/06 P09 M.M.

Job Order Tracking Report by Contract Page 13 of 22

Page 243: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

4/3/06 P42764C-004.00 Clinton CF - Rehab Loading Dock, Bldg 79 Complete 9/8/05 9/15/05 9/22/05 3/7/06 3/13/06 51,441.345/30/06 P09 M.M.

4/3/06 P42764C-004.01 Clinton CF - Rehab Loading Dock, Bldg 79 Complete 7/31/06 8/7/06 9/8/06 11/6/06 10,376.076/30/06 P09 M.M.

4/3/06 P42764C-003.02 Altona CF, Provide Drainage, Bldg 4 Complete 5/10/06 5/22/06 5/16/06 6/6/06 6/19/06 2,162.165/26/06 P09 M.M.

3/16/06 A42764C-001.00 Adirondack CF - Replace Rear Entrance Porch, "A" bldgComplete 6/17/05 6/21/05 7/22/05 7/25/05 3/10/06 3/16/06 32,300.5412/1/06 A09 E.E.

8/18/05 A42764C-002.00 Adirondack Wilderness Challenge - Replace Flooring Complete 6/16/05 6/29/05 7/6/05 7/6/05 7/14/05 7/27/05 13,546.309/15/05 A07 M.M.

42764C-005.01 Altona CF - Replace Doors Estimate 0.0009 S.S.

10/10/05 P42764C-003.00 Altona CF, Provide Drainage, Bldg 4 Complete 9/8/05 9/15/05 9/22/05 9/26/05 10/13/05 10/19/05 75,665.585/15/06 P09 M.M.

11/9/06 A42764C-001.01 Adirondack CF - Replace Rear Entrance Porch, "A" bldgComplete 5/26/06 6/2/06 6/20/06 9/14/06 11/9/06 20,067.4512/1/06 A09 E.E.

10/5/06 P42764C-005.00 Altona CF - Replace Doors Construction 9/7/05 6/14/06 6/23/06 8/31/06 9/25/06 10/5/06 139,503.544/27/07 P09 S.S.

42764C-002.01 Adirondack Wilderness Challenge - Replace Flooring Cancelled 0.00M.M.

42764C-Stephen Miller General Contractors, Inc. Total: 349,192.14

42764H-Brockway Mechanical Systems, Inc.1/5/06 A42764H-001.01 Moriah CF - Repair HVAC Underground Piping Complete 9/19/05 9/23/05 1/5/06 14,057.361/5/06 A09 M.M.

8/11/05 A42764H-001.00 Moriah CF - Repair HVAC Underground Piping Complete 6/23/05 6/29/05 7/6/05 7/6/05 7/19/05 7/27/05 24,263.259/15/05 A09 M.M.

42764H-Brockway Mechanical Systems, Inc. Total: 38,320.61

42765C-LA Johnson Construction Company, Inc.4/3/06 P42765C-004.00 Provide Classrooms; Oneida County Facility Cancelled 3/14/06 3/20/06 0.006/12/06 P52 M.M.

8/9/06 A42765C-001.02 Provide Soil Remediation - Filtration Plant - Construction 6/26/06 6/27/06 6/30/06 6/30/06 7/11/06 8/9/06 127,259.658/9/06 P09 J.J.

11/8/05 A42765C-002.00 Provide Insulation, Maintenance Sub-HR, Alder Creek Complete 7/28/05 8/1/05 8/12/05 8/17/05 9/29/05 10/7/05 74,969.6512/30/05 P15 D.D.

11/14/05 A42765C-003.01 Greater Binghamton HC - Provide Roofing System, Power Plant "B"Complete 10/18/05 11/30/05 12/1/05 12/1/05 12/1/05 12/1/05 1,123.5512/2/05 A26 S.S.

12/13/05 A42765C-001.00 Provide Soil Remediation - Filtration Plant Construction 6/7/05 6/21/05 6/21/05 6/30/05 7/12/05 8/17/05 474,321.014/12/06 P09 J.J.

42765C-001.98 TGG Fee Adj -5% Provide Soil Remediation - Filtration PlantComplete 8/17/05 -162,753.268/17/05 AJ.J.

7/26/06 A42765C-001.01 Provide Soil Remediation - Filtration Plant Construction 5/25/06 5/26/06 5/25/06 6/5/06 7/26/06 69,940.357/26/06 P09 J.J.

42765C-001.04 Provide Soil Remediation - Filtration Plant - Closeout Proposal Review 8/7/06 4/6/07 0.0009 J.J.

10/18/05 A42765C-003.00 Greater Binghamton HC - Provide Roofing System, Power Plant "B"Complete 8/30/05 9/6/05 9/12/05 9/19/05 9/29/05 10/4/05 19,193.582/23/06 A26 S.S.

10/2/06 A42765C-001.03 Provide Soil Remediation - Filtration Plant - Additional MaterialsConstruction 8/7/06 8/9/06 8/18/06 9/12/06 10/2/06 159,582.1711/1/06 P09 J.J.

5/2/06 P42765C-002.01 Provide Insulation, Maintenance Sub-HR, Alder Creek Complete 2/15/06 2/20/06 4/11/06 4/21/06 5/2/06 6,824.585/19/06 P15 D.D.

42765C-001.99 TGG Fee Adj 1.5% Provide Soil Remediation - Filtration PlantComplete 8/18/05 162,753.268/18/05 AJ.J.

42765C-LA Johnson Construction Company, Inc. Total: 933,214.54

42765E-John Mills Electric4/17/06 P42765E-002.01 Provide Classrooms; Oneida County Facility Complete 4/24/06 5/3/06 11/13/06 11/28/06 83,086.256/16/06 P52 M.M.

4/17/06 P42765E-002.00 Provide Classrooms; Oneida County Facility Complete 3/9/06 3/14/06 3/20/06 3/20/06 4/7/06 4/17/06 23,722.716/16/06 P52 M.M.

10/11/05 A42765E-001.00 Provide Emergency Generator Complete 4/20/05 5/2/05 5/16/05 5/24/05 6/2/05 6/14/05 92,808.0812/28/05 A09 J.J.

11/30/06 A42765E-003.00 Greater Binghamton Health Center-Replace Sidewalk Lighting Conduit, Hecox Hall, Building No. 37Complete 11/7/06 11/14/06 11/17/06 11/20/06 11/27/06 11/30/06 15,191.911/16/07 A26 J.J.

Job Order Tracking Report by Contract Page 14 of 22

Page 244: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

42765E-John Mills Electric Total: 214,808.95

42765H-HMI Mechanical Systems, Inc.4/17/06 P42765H-002.00 Provide Classrooms; Oneida County Facility Complete 3/9/06 4/14/06 3/20/06 4/20/06 4/7/06 4/17/06 77,143.226/16/06 P52 M.M.

2/27/07 A42765H-003.00 Replace Piping System, Pond Quad Construction 12/20/06 1/25/07 2/2/07 2/9/07 2/22/07 2/27/07 362,971.139/14/07 PUN S.S.

3/16/07 A42765H-004.00 Distribution Piping Replacement-Pond Quad Construction 12/21/06 1/30/07 2/9/07 2/9/07 3/8/07 3/16/07 260,628.319/14/07 PUN S.S.

4/17/06 P42765H-002.01 Provide Classrooms; Oneida County Facility Complete 7/21/06 7/28/06 11/28/06 -19,117.716/16/06 P52 M.M.

7/5/07 P42765H-004.01 Distribution Piping Replacement-Pond Quad Estimate 6/27/07 0.00UN S.S.

11/2/05 A42765H-001.00 Region 2, Herkimer - Replace Radiant Heat Units, Cold Storage AreaComplete 9/13/05 10/12/05 9/26/05 10/20/05 10/25/05 10/28/05 13,427.2011/21/05 AS.S.

42765H-HMI Mechanical Systems, Inc. Total: 695,052.15

42765P-Wilkins Mechanical Contractors, LLC3/7/07 A42765P-003.00 Abate asbestos and Measure Leaking Water Valves, Garvin Basement, Building No. 75Construction 1/12/07 1/16/07 1/26/07 2/16/07 3/1/07 3/7/07 17,480.164/6/07 P26 E.E.

5/17/07 P42765P-003.01 Replace Leaking Water Valves, Garvin Basement, Building No. 75Construction 4/2/07 4/16/07 4/17/07 5/16/07 5/17/07 22,655.438/15/07 P26 E.E.

42765P-002.00 Provide Classrooms; Oneida County Facility Cancelled 0.0052 M.M.

12/12/05 A42765P-001.00 Upgrade Water Entrance Complete 9/27/05 10/7/05 10/13/05 10/26/05 11/10/05 11/16/05 42,567.632/22/06 AOT S.S.

7/5/06 A42765P-001.02 Upgrade Water Entrance Complete 3/15/06 3/22/06 4/20/06 5/8/06 5/9/06 11,617.477/12/06 AOT S.S.

2/15/06 A42765P-001.01 Upgrade Water Entrance Complete 2/14/06 2/16/06 2/15/06 2/15/06 2/15/06 5,942.782/22/06 AOT S.S.

42765P-Wilkins Mechanical Contractors, LLC Total: 100,263.47

42766C-Pike Company - Rochester10/24/05 A42766C-003.00 Ogdensburg CF - Rehab Stair Tower, Flower Bldg Complete 6/24/05 8/17/05 8/22/05 8/22/05 10/3/05 153,716.6512/12/05 A09 M.M.

12/12/05 A42766C-003.01 Ogdensburg CF - Rehab Stair Tower, Flower Bldg Complete 11/3/05 11/10/05 11/21/05 12/22/05 -66,505.7712/28/05 A09 M.M.

3/13/06 P42766C-002.00 Ogdensburg CF - Rehab Porches Complete 6/24/05 7/11/05 7/18/05 7/18/05 2/22/06 435,501.498/31/06 P09 M.M.

11/21/05 A42766C-001.00 Ogdensburg CF - Rehab Roofs, Loading Dock & Dining HallComplete 6/24/05 7/11/05 7/18/05 7/20/05 9/15/05 10/27/05 54,866.3112/30/05 P09 M.M.

3/13/06 P42766C-002.01 Ogdensburg CF - Rehab Porches, Flower Bldg. Complete 6/21/06 6/28/06 7/10/06 7/28/06 8/15/06 4,866.608/31/06 P09 M.M.

2/27/06 P42766C-001.01 Ogdensburg CF - Rehab Roofs, Loading Dock & Dining HallComplete 2/3/06 2/10/06 2/17/06 2/22/06 -25,075.592/27/06 P09 M.M.

42766C-Pike Company - Rochester Total: 557,369.69

42766E-S&L Electric, Inc.12/5/05 A42766E-002.00 Ogdensburg CF - Rehab Roofs, Loading Dock & Dining HallComplete 6/24/05 7/11/05 7/18/05 9/15/05 10/27/05 18,917.5712/30/05 P09 M.M.

4/3/06 P42766E-001.00 Ogdensburg CF - Rehab Porch & Stair Tower, Flower BldgComplete 6/24/05 7/11/05 7/18/05 7/20/05 8/12/05 2/22/06 32,459.288/31/06 P09 M.M.

42766E-S&L Electric, Inc. Total: 51,376.85

42766H-Skelly Contractors, Inc.1/30/06 P42766H-001.01 Ogdensburg CF - Provide HVAC System, Plant Operations Bldg.Complete 1/20/06 1/26/06 2/23/06 11,441.663/31/06 P09 M.M.

1/30/06 P42766H-001.02 Ogdensburg CF - Provide HVAC System, Plant Operations Bldg.Complete 6/7/06 6/14/06 6/9/06 6/9/06 5,688.443/31/06 P09 M.M.

8/21/06 P42766H-002.00 St. Lawrence PC - Provide Exhaust Fans, Bridgeview Bldg. No. 203Construction 7/11/06 7/17/06 7/17/06 7/21/06 8/15/06 53,387.9011/16/06 P26 M.M.

11/21/05 P42766H-001.00 Ogdensburg CF - Provide HVAC System, Plant Operations Bldg.Complete 9/23/05 9/28/05 10/10/05 10/13/05 10/21/05 11/9/05 105,891.013/31/06 P09 M.M.

11/28/06 A42766H-002.01 St. Lawrence PC - Provide Exhaust Fans, Bridgeview Bldg. No. 203Construction 11/14/06 11/16/06 11/21/06 11/27/06 11/27/06 11/28/06 20,830.1412/29/06 P26 M.M.

Job Order Tracking Report by Contract Page 15 of 22

Page 245: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

7/9/07 P42766H-003.00 Replace/Repair Pharmacy Air Conditioning Joint Scope 5/17/07 6/12/07 0.007/23/07 PM.M.

42766H-Skelly Contractors, Inc. Total: 197,239.15

42767C-LA Johnson Construction Company, Inc.8/15/05 P42767C-001.00 Willard DTC, Repair/Replace Roof and Related Work Cancelled 7/14/05 7/20/05 7/29/05 8/1/05 8/16/05 0.009/9/05 P09 R.R.

8/15/05 P42767C-002.00 Elmira CF, Repair / Replace Roofs and Related Work Cancelled 7/8/05 7/22/05 7/29/05 0.009/16/05 P09 R.R.

42767C-LA Johnson Construction Company, Inc. Total: 0.00

42767E-Kaplan-Schmidt Electric, Inc.6/25/07 P42767E-001.00 Provide Covered Barnyard RFP 5/22/07 6/6/07 0.008/24/07 P09 R.R.

6/22/07 P42767E-002.00 Provide Parking Lot, North Side RFP 6/4/07 6/18/07 0.008/10/07 P14 S.S.

42767E-Kaplan-Schmidt Electric, Inc. Total: 0.00

42767H-M.A. Ferrauilo Plumbing & Heating, Inc.11/30/05 A42767H-001.01 Industry Secure Center - Replace piping, Main Tunnel Complete 11/3/05 11/10/05 11/9/05 11/15/05 11/30/05 51,008.705/15/06 A07 E.E.

12/12/05 A42767H-001.00 Industry Secure Center - Replace Piping, Main Tunnel Complete 9/8/05 9/12/05 9/15/05 9/16/05 10/5/05 10/21/05 428,208.995/15/06 A07 E.E.

3/16/06 A42767H-001.02 Industry Secure Center - Replace Piping, Main Tunnel Complete 2/10/06 2/17/06 2/10/06 3/13/06 3/16/06 23,130.695/15/06 A07 E.E.

42767H-003.00 Rehabilitate Shower Rooms, Bldg. No. 93 Identification 0.00S.S.

1/22/07 P42767H-002.00 Willard DTC-Replace Roof, Building Nos. 44 and 84 RFP 11/2/06 4/2/07 4/5/07 0.005/11/07 P09 R.R.

42767H-M.A. Ferrauilo Plumbing & Heating, Inc. Total: 502,348.38

42767P-Wilkins Mechanical Contractors, LLC42767P-002.00 Rehabilitate Shower Rooms, Bldg. No. 93 Identification 0.00S.S.

6/25/07 P42767P-001 Provide Covered Barnyard RFP 5/16/07 5/23/07 6/6/07 0.008/24/07 P09 R.R.

42767P-Wilkins Mechanical Contractors, LLC Total: 0.00

42768C-Pike Company - Rochester9/6/05 P42768C-009.00 Albion CF - Repair Roofs Bldg 3, 5, 7, 20, 21, 22, 23, 24, 30, 32, 33,40,41, and 50Cancelled 7/27/05 8/4/05 8/12/05 8/19/05 0.0011/4/05 P09 R.R.

9/19/05 P42768C-002.00 Replace Siding @ Building #74 Cancelled 6/21/05 8/12/05 8/22/05 8/19/05 0.0011/4/05 P09 R.R.

9/6/05 P42768C-006.00 Attica CF, Replace Chapel Roof, Bldg 7 Cancelled 7/26/05 8/8/05 8/15/05 8/19/05 0.0011/4/05 P09 R.R.

12/15/05 A42768C-001.00 Renovate Cells ‘A’ Block Construction 6/21/05 7/18/05 7/29/05 9/7/06 11/18/05 12/15/05 163,433.4310/16/06 P09 R.R.

10/26/05 A42768C-005.00 Gowanda CF, Exterior Masonry Rehab, Bldg 86 Complete 6/20/05 9/3/05 9/16/05 9/29/05 10/14/05 10/19/05 24,876.0912/23/05 P09 R.R.

9/6/05 P42768C-007.00 Attica CF - Repair Roof, Building No. 4 Cancelled 7/26/05 8/8/05 8/15/05 8/19/05 0.0011/4/05 P09 R.R.

9/6/05 P42768C-006.00 Attica CF, Replace Chapel Roof, Bldg 7 Cancelled 7/26/05 8/8/05 8/15/05 8/19/05 0.0011/4/05 P09 R.R.

12/15/05 P42768C-001.03 Renovate Cells 'A' Block - Stripping off Lead Paint Construction 2/16/07 2/16/07 4/30/07 19,451.0210/16/06 P09 R.R.

9/12/05 P42768C-011.00 Wende CF - Masonry Repointing, Bldg 14 Cancelled 8/17/05 8/19/05 8/26/05 9/13/05 0.009/30/05 P09 R.R.

12/15/05 P42768C-001.01 Renovate Cells 'A' Block - Delete Shelves Construction 1/10/06 1/6/06 1/10/06 1/13/06 -3,445.3010/16/06 P09 R.R.

3/27/06 P42768C-001.02 Renovate Cells 'A' Block - Install Steel Shelf and Provide Storage ContainerConstruction 3/24/06 3/31/06 4/10/06 4/12/06 6/9/06 16,771.4910/16/06 P09 R.R.

10/18/05 P42768C-003.00 Wende CF - Replace Underground Water Line, Bldg 42 Cancelled 8/9/05 9/3/05 9/16/05 0.0011/18/05 P09 R.R.

10/26/05 A42768C-005.01 Gowanda CF, Exterior Masonry Rehab, Bldg 86 Complete 4/13/06 4/5/06 4/12/06 4/13/06 4/28/06 1,042.232/23/06 A09 R.R.

Job Order Tracking Report by Contract Page 16 of 22

Page 246: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

11/14/05 P42768C-004.00 Wyoming CF - Modification of Fuel Island Cancelled 6/21/05 9/14/05 10/11/05 0.0012/14/05 P09 R.R.

12/29/05 A42768C-012.00 Renovations of Rooms 100, 101, 102, 104, 105, 106 Complete 11/10/05 11/22/05 11/25/05 12/21/05 24,822.9812/23/05 POB B.B.

42768C-010.00 Albion CF - Provide Circuit Breaker & Related Wiring Cancelled 0.00R.R.

9/6/05 P42768C-008.00 Collins CF - Repair Roofs, Bldg 9 and 39 Cancelled 8/5/05 8/8/05 8/15/05 0.0011/4/05 P09 R.R.

7/28/05 P42768C-005.00 Gowanda CF, Structural Review - Exterior Masonry Rehab, Bldg 86Cancelled 6/20/05 7/20/05 7/22/05 0.007/29/05 P09 R.R.

42768C-Pike Company - Rochester Total: 246,951.94

42768E-IPL, Inc.6/12/06 P42768E-002.00 Replace Circulating Water Pumps Proposal Revision 4/4/06 5/30/06 4/21/06 4/21/06 6/1/06 6/12/06 25,982.169/22/06 P09 R.R.

6/18/07 P42768E-003.00 Replace Ceiling, Building No. 2 Proposal Revision 3/15/07 5/24/07 5/29/07 3/29/07 0.009/28/07 P09 R.R.

6/4/07 P42768E-004.00 Repair/Replace Electrical Feeder Breaker Awaiting Funding 5/17/07 5/18/07 5/22/07 5/23/07 0.006/29/07 P09 R.R.

1/16/07 P42768E-002.01 Reinstall 60HP Pump Construction 11/18/06 11/21/06 12/12/06 12/21/06 1/5/07 876.414/26/07 P09 R.R.

42768E-005.00 Provide Installation of X-Ray Machine Identification 0.00R.R.

9/21/05 A42768E-001.00 Provide Circuit Breaker & Related Wiring Complete 7/6/05 7/22/05 7/27/05 7/27/05 8/4/05 8/23/05 14,982.6010/13/05 A09 R.R.

42768E-IPL, Inc. Total: 41,841.17

42768H-Hoot, LLC6/22/07 P42768H-005.00 Replace Boiler, Maintenance Headquarters Identification 5/30/07 5/31/07 6/14/07 0.009/28/07 P15 S.S.

5/19/06 A42768H-001.02 Albion CF - Upgrade Air Handling System, MHU Construction 4/12/06 5/10/06 5/10/06 5/15/06 5/19/06 22,586.537/18/06 P09 E.E.

12/14/05 A42768H-001.01 Albion CF - Upgrade Air Handling System, MHU Construction 11/18/05 11/30/05 11/28/05 11/29/05 12/14/05 7,288.602/15/06 P09 E.E.

10/28/05 A42768H-001.00 Albion CF - Upgrade Air Handling System, MHU Construction 8/17/05 8/18/05 8/25/05 9/1/05 9/6/05 10/3/05 10,327.312/15/06 P09 E.E.

6/12/06 P42768H-002.00 Replace Circulating Water Pumps Construction 4/4/06 5/30/06 4/21/06 5/5/06 6/12/06 107,637.589/22/06 P09 R.R.

12/28/06 A42768H-001.03 Albion CF - Upgrade Air Handling System, MHU RFP 11/13/06 11/29/06 12/1/06 12/19/06 12/28/06 6,265.342/26/07 P09 E.E.

42768H-004.00 Reuild Building Addtiion Identification 0.00R.R.

1/16/07 P42768H-002.01 Reinstall 60HP Pump Construction 1/3/07 11/21/06 1/4/07 1/4/07 1/22/07 2,683.984/26/07 P09 R.R.

42768H-Hoot, LLC Total: 156,789.34

42768P-Numarco, Inc.4/16/07 P42768P-004.01 Install Comby Units in 47 cells in A-Block, Attica CF Construction 2/6/07 2/22/07 2/28/07 3/21/07 3/22/07 4/30/07 134,504.516/9/07 P09 R.R.

2/14/07 A42768P-004.00 Purchase Comby Units in 47 cells in 'A' Block, Attica CF Construction 2/6/07 2/7/07 2/8/07 2/8/07 2/8/07 2/14/07 105,371.087/1/07 P09 R.R.

4/16/07 P42768P-003.00 Sprinkler System Repairs, Building Nos. 2, 12 & 29 RFP 12/12/06 3/26/07 12/8/06 2/9/07 0.005/18/07 P09 R.R.

42768H-002.02 Repair Heat Exchanger RFP 0.00R.R.

12/15/05 A42768P-001.00 Renovate Cells 'A' Block Construction 7/21/05 7/18/05 7/29/05 7/29/05 8/10/05 12/15/05 414,896.2510/16/06 P09 R.R.

4/27/07 P42768P-002.01 Wende CF-Repair DHWL piping and fittings at Building No. 22 & 37Proposal Review 2/28/07 4/17/07 0.006/29/07 P09 R.R.

1/23/07 P42768P-002.00 Wende CF-Repair Domestic Hot Water Lines, Powerhouse and RMU BuildingsAwaiting Funding 10/2/06 12/28/06 10/18/06 1/11/07 1/23/07 24,900.343/24/07 P09 R.R.

42768P-005 Replace Building Addition Identification 0.00R.R.

42768P-Numarco, Inc. Total: 679,672.18

Job Order Tracking Report by Contract Page 17 of 22

Page 247: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

43121C-Occidental Construction Co. Inc.3/9/07 P43121C-011.00 Replace Entrance Doors and Vestibules Construction 1/16/07 1/17/07 1/26/07 2/27/07 3/7/07 3/9/07 31,303.885/18/07 A25 D.D.

2/28/07 P43121C-001.01 ManhattanPC-Provide Site Improvements Bldg 110 Construction 1/29/07 2/2/07 2/9/07 2/28/07 5,229.033/29/07 P26 D.D.

3/16/07 A43121C-009.03 Provide SUNY Information Center Construction 1/8/07 1/17/07 2/26/07 3/7/07 3/16/07 25,373.783/30/07 PUN S.S.

5/18/07 P43121C-012.00 Construct Paved Parking Area, Building No. 2 Construction 2/23/07 2/28/07 3/9/07 3/7/07 4/9/07 5/11/07 73,096.326/18/07 P26 S.S.

43121C-014.00 Provide Waste Oil Storage Systems Cancelled 0.0015 S.S.

3/20/07 P43121C-013.00 Rehabilitate Exterior Masonry Construction 2/21/07 2/22/07 2/28/07 2/26/07 3/5/07 3/20/07 33,996.914/27/07 P23 D.D.

5/10/07 P43121C-015.00 Replace Exterior Security Doors Awaiting Funding 3/9/07 3/23/07 3/31/07 5/1/07 5/10/07 34,899.788/15/07 P09 D.D.

43121C-013.01 Rehabilitate Exterior Masonry Proposal Revision 2/21/07 3/2/07 3/15/07 4/1/07 0.0023 D.D.

43121C-015.01 Edgecombe CF-Replace Exterior Security Doors Identification 0.0009 D.D.

10/23/06 A43121C-001.00 ManhattanPC-Provide Site Improvements Bldg 110 Construction 8/17/06 8/21/06 9/4/06 9/6/06 9/22/06 10/23/06 217,989.5412/29/06 P26 D.D.

4/19/07 A43121C-001.02 ManhattanPC-Provide Site Improvements Bldg 110 Construction 4/9/07 4/11/07 4/11/07 4/11/07 4/19/07 15,503.065/31/07 P26 D.D.

12/20/06 P43121C-009.01 Provide SUNY Information Center Construction 10/19/06 10/26/06 11/8/06 12/1/06 12/15/06 12/20/06 23,342.223/16/07 PUN S.S.

9/18/06 P43121C-003.00 Improve Shower Room Flooring & Interior Finishes Construction 8/22/06 8/31/06 9/11/06 9/13/06 9/18/06 152,515.1912/18/06 P26 D.D.

9/29/06 P43121C-005.00 Provide Roofing Access for Mechanical Equipment, Bldg 102Proposal Revision 10/3/06 10/4/06 10/12/06 11/13/06 0.0026 S.S.

5/7/07 P43121C-007.01 Manhattan PC-Clear Perimeter Security Fence Line, Building No. 102Construction 4/9/07 4/27/07 4/9/07 4/27/07 5/7/07 4,706.405/21/07 PD.D.

43121C-016 Provide Doors Identification 0.00D.D.

2/21/07 A43121C-008.00 Bronx PC-Replace Existing French Drain & Associated PipingConstruction 10/3/06 11/30/06 12/7/06 12/15/06 2/5/07 2/21/07 42,802.754/27/07 P26 D.D.

11/30/06 A43121C-007.00 Manhattan PC-Clear Perimeter Security Fence Line, Building No. 102Construction 10/3/06 10/12/06 10/20/06 10/19/06 10/24/06 11/30/06 112,072.811/29/07 P26 D.D.

1/17/07 A43121C-003.01 Improve Shower Room Flooring & Interior Finishes Construction 10/25/06 11/1/06 11/6/06 12/4/06 1/17/07 6,131.383/2/07 P26 D.D.

5/30/07 P43121C-009.04 Provide SUNY Information Center RFP 5/3/07 5/18/07 0.006/15/07 PUN S.S.

6/18/07 P43121C-001.03 ManhattanPC-Provide Site Improvements Bldg 110 Construction 4/24/07 6/12/07 5/18/07 6/1/07 6/18/07 3,663.026/29/07 P26 D.D.

6/22/07 P43121C-012.01 Construct Paved parking Area, Building No.2 Cancelled 6/4/07 6/18/07 0.007/6/07 P26 S.S.

11/3/06 A43121C-002.00 South Beach PC - Replace Roadway Bldg 4-7 Complete 8/25/06 9/18/06 9/25/06 9/7/06 11/1/06 11/3/06 111,228.4712/13/06 A26 J.J.

7/9/07 P43121C-004.00 DOL Bldg, Schemerhorn St.-Reroute and Replace Phone/Data RiserJoint Scope 7/2/07 0.008/20/07 P13 S.S.

2/6/07 A43121C-009.02 Provide SUNY Information Center Construction 11/9/06 11/29/06 1/16/07 1/31/07 2/6/07 36,932.653/16/07 PUN S.S.

43121C-010.00 Provide Security Glass Identification 0.00S.S.

43121C-008.01 Bronx PC-Replace Existing French Drain & Associated PipingConstruction 0.0026 D.D.

11/10/06 P43121C-009.00 Provide SUNY Information Center Construction 10/19/06 10/23/06 10/30/06 11/8/06 11/8/06 11/10/06 38,939.044/30/07 PUN S.S.

43121C-Occidental Construction Co. Inc. Total: 969,726.23

43122H-Geomatrix Services, Inc.12/1/06 A43122H-001.00 Sing Sing CF - Reroute Boiler Blowdown Construction 10/17/06 10/27/06 11/8/06 11/6/06 11/27/06 12/1/06 213,343.664/26/07 P09 D.D.

43122H-002.00 Fishkill CF-Repair Heating System, Building No.34 Joint Scope 7/5/07 0.0009 E.E.

Job Order Tracking Report by Contract Page 18 of 22

Page 248: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

43122H-003.00 Otisville CF - Provide Heaters, Visit Bldg. 17 RFP 11/13/06 6/1/07 0.0009 E.E.

43122H-004.00 Replace Compressor Cancelled 0.00A.A.

43122H-Geomatrix Services, Inc. Total: 213,343.66

43124H-L.H. LaPlante Company, Inc7/18/07 P43124H-002 Replace Air Handler Coils and Motor, Building A5 BasementIdentification 7/6/07 0.008/31/07 P09 S.S.

2/27/07 A43124H-001.00 Provide Insulation, Mechanical Equipment, Cell Block 'F' Attic Space, Building No. 34Construction 9/14/06 12/15/06 1/5/07 1/3/07 2/21/07 2/27/07 62,913.684/27/07 P09 J.J.

43124H-L.H. LaPlante Company, Inc Total: 62,913.68

43127C-CP Ward5/4/07 A43127C-003.00 Replace Overhead and Perimeter Doors, Building No. 10Construction 3/22/07 3/26/07 4/9/07 4/10/07 4/30/07 5/2/07 105,392.478/6/07 P26 S.S.

4/20/07 P43127C-004.00 Rehabilitate Perimeter Fence Awaiting Funding 3/22/07 3/26/07 4/9/07 5/3/07 5/15/07 0.006/15/07 P26 S.S.

4/20/07 A43127C-002.00 Remove/Replace Asbestos Floor Tile and Mastic,Building Nos. 6 and 15Construction 3/14/07 3/16/07 3/30/07 4/10/07 4/11/07 4/20/07 50,500.006/29/07 P26 S.S.

6/25/07 P43127C-006.00 Provide Covered Barnyard RFP 5/23/07 6/6/07 0.008/24/07 P09 R.R.

6/15/07 P43127C-010.00 Stabilize Embankment and Relocate Road Joint Scope 5/21/07 5/24/07 6/4/07 0.008/3/07 PYS S.S.

6/25/07 P43127C-001.00 Provide Security Glass RFP 6/1/07 6/4/07 6/19/07 0.008/27/07 P54 S.S.

6/28/07 P43127C-011.00 Rehabilitate Cottage Lane Roadway RFP 6/6/07 6/8/07 6/22/07 0.008/30/07 P26 S.S.

43127C-005.00 Provide Security Glass Identification 0.00S.S.

6/20/07 P43127C-009.01 Provide parking Lot, North Side RFP 5/31/07 6/14/07 0.008/20/07 PS.S.

7/2/07 P43127C-008.00 Remove Roll Down Doors, Building No. 60, No Status 4/26/07 6/13/07 6/18/07 0.007/27/07 PMH R.R.

43127C-013.00 Provide Site Excavation & Paving Identification 0.0009 S.S.

6/11/07 P43127C-009.00 Provide Parking Lot, North Side RFP 5/24/07 5/29/07 6/5/07 0.006/18/07 P14 S.S.

6/28/07 P43127C-011.01 Rehabilitate Cottage Lane Roadway RFP 6/7/07 6/8/07 6/22/07 0.007/26/07 PS.S.

43127C-CP Ward Total: 155,892.47

43128C-CP Ward12/11/06 P43128C-003.01 Welding Security Hinges and Painting Security Doors, Building 37 - RMUComplete 12/12/06 12/7/06 12/7/06 12/21/06 2/1/07 22,033.502/11/07 P09 R.R.

11/15/06 P43128C-004.01 Provide Paved Turn Around Area for Delivery Truck Complete 1/11/07 1/15/07 3/5/07 3/6/07 -3,645.125/14/07 P09 R.R.

7/9/07 P43128C-006.00 Replace Ceiling, Building No. 2 RFP 3/15/07 4/15/07 4/18/07 3/29/07 0.009/28/07 P09 R.R.

12/11/06 P43128C-003.02 Welding Security Hinges and Painting Security Doors, Building 37 - RMUComplete 3/21/07 4/30/07 19,670.072/11/07 P09 R.R.

5/30/07 P43128C-007.00 Provide Security Glass RFP 4/18/07 6/8/07 5/10/07 0.007/25/07 P54 S.S.

7/9/07 P43128C-009.00 Repair Outdoor Firing Range Baffles RFP 5/14/07 5/30/07 0.0010/26/07 P82 R.R.

43128C-010 Replace Building Addition Joint Scope 0.00OT R.R.

10/10/06 P43128C-003.00 Repair Security Doors Hinges, Building No. 37, RMU Complete 9/21/06 9/29/06 9/28/06 9/29/06 10/29/06 12,788.2210/31/06 P09 R.R.

11/15/06 P43128C-004.00 Provide Paved Turn Around Area for Delivery Truck Complete 10/31/06 10/31/06 11/1/06 11/1/06 11/14/06 11/15/06 97,734.575/14/07 P09 R.R.

43128C-005.00 Provide Cellback Replacement, 'A' Block Cancelled 0.00R.R.

5/14/07 P43128C-008.00 Sprinkler System Repairs, Building Nos. 2. 12 & 29 Joint Scope 4/20/07 4/25/07 5/1/07 0.006/11/07 P09 R.R.

Job Order Tracking Report by Contract Page 19 of 22

Page 249: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

43127C-008.00 Remove Roll Down Doors, Building No. 60 - Inpatient BuildingJoint Scope 0.0026 R.R.

4/2/07 P43128C-001.00 Repoint Masonry, Building #14 - E Block Proposal Review 8/24/06 2/26/07 8/30/06 9/28/06 0.006/1/07 P09 R.R.

4/2/07 P43128C-002.00 Repair Masonry, Building#10, B-Block Proposal Review 10/26/06 2/26/07 2/26/07 2/26/07 0.006/1/07 P09 R.R.

43128C-CP Ward Total: 148,581.24

43131C-Hudson Valley Roofing & Sheetmetal5/9/07 P43131C-007.01 NYS Armory-Repair Roofs Closeout Modification Proposal Review 10/12/06 3/1/07 3/8/07 3/22/07 5/7/07 5/9/07 8,073.445/30/07 P23 D.D.

4/13/07 P43131C-010.01 Beacon CF-Replace Roof, Building No. 50 RFP 1/31/07 2/14/07 3/20/07 4/10/07 4/13/07 7,392.655/18/07 P09 D.D.

2/1/07 A43131C-011.00 Replace Roof, Building No. 21A-Fishkill CF Construction 12/14/06 12/27/06 1/12/07 1/16/07 1/26/07 2/1/07 156,874.236/29/07 P09 S.S.

4/30/07 P43131C-004.01 South Beach PC- Replace Failed Flat Roofs, Bldg #11 Awaiting Funding 3/22/07 4/9/07 3/22/07 4/12/07 4/30/07 156.595/7/07 P26 D.D.

43131C-002.01 South Beach,Replace Roof, Building #6 Construction 0.0026 D.D.

10/23/06 A43131C-001.00 Replace roofing @ bldg 102, Manhattan PC Construction 8/11/06 8/15/06 8/28/06 9/16/06 9/28/06 10/23/06 169,043.011/2/07 P26 D.D.

5/2/07 P43131C-001.01 Replace roofing @ bldg 102, Manhattan PC Construction 4/19/07 4/30/07 4/19/07 4/19/07 4/30/07 5/2/07 2,960.245/9/07 P26 D.D.

12/5/06 P43131C-005.00 Fishkill CF-Replace Roof, Building No. 16 Construction 10/3/06 10/24/06 10/26/06 11/1/06 11/8/06 12/5/06 264,179.211/31/07 P09 D.D.

11/17/06 P43131C-009.00 Replace Shingle Roof, Building No. 71 Construction 11/1/06 11/2/06 11/9/06 11/10/06 11/13/06 11/17/06 16,461.4912/15/06 P09 D.D.

12/28/06 P43131C-010.00 Beacon CF-Replace Roof, Building No. 50 Awaiting Funding 11/20/06 11/27/06 12/4/06 12/15/06 12/20/06 12/28/06 30,501.624/20/07 P09 D.D.

43131C-006.00 South Beach Bldg #4, Repair Roof Cancelled 0.00D.D.

10/20/06 A43131C-007.00 NYS Armory-Repair Roofs Construction 10/5/06 10/12/06 10/12/06 10/19/06 10/20/06 135,710.7212/22/06 P23 D.D.

4/13/07 P43131C-009.01 Replace Shingle Roof, Building No. 71 Construction 3/20/07 3/22/07 3/20/07 3/22/07 4/13/07 2,195.365/25/07 PD.D.

43131C-008.01 Fishkill CF-Replace Metal Roof, Building No. 5 RFP 6/4/07 0.00D.D.

5/30/07 P43131C-012.00 Provide Asphalt Shingle Roofing System, Bldgs. Nos. 101, 701, 702, 704, 705 7 902RFP 4/24/07 4/26/07 5/10/07 0.007/10/07 P26 S.S.

6/8/07 P43131C-013.00 Replace Roof, Building No. 9 RFP 5/10/07 5/14/07 5/28/07 0.008/9/07 P26 S.S.

6/21/07 P43131C-014.00 Snow Retention System, Buildings 1, 5 & 7 RFP 5/30/07 6/8/07 6/15/07 0.008/2/07 P26 S.S.

10/23/06 A43131C-002.00 South Beach,Replace Roof, Building #6 Construction 8/29/06 8/31/06 9/7/06 9/16/06 9/28/06 10/23/06 94,417.7812/29/06 P26 D.D.

10/23/06 A43131C-004.00 Replace Failed Flat Roofs, Bldg #11 Construction 8/29/06 9/7/06 9/15/06 10/4/06 10/11/06 10/23/06 50,691.1512/29/06 P26 D.D.

11/14/06 A43131C-003.01 Manhattan PC-Bldg 103 - Replace Stair tower Roofs (4 typical)Construction 10/24/06 10/27/06 11/1/06 11/1/06 11/10/06 11/14/06 35,154.841/19/07 P26 D.D.

5/17/07 P43131C-005.01 Fishkill CF-Replace Roof, Building No. 16 Construction 4/6/07 4/15/07 4/27/07 5/2/07 5/8/07 5/17/07 25,745.275/31/07 P09 D.D.

10/23/06 A43131C-003.00 Manhattan PC-Bldg 103 - Replace Stair tower Roofs (4 typical)Construction 8/11/06 8/16/06 8/30/06 9/1/06 9/26/06 10/23/06 45,284.7112/29/06 P26 D.D.

1/12/07 A43131C-008.00 Fishkill CF-Replace Metal Roof, Building No. 5 Construction 11/1/06 11/17/06 11/24/06 12/28/06 1/5/07 1/12/07 35,614.164/13/07 P09 D.D.

43131C-Hudson Valley Roofing & Sheetmetal Total: 1,080,456.47

43133C-Weatherguard Industries, Inc.7/2/07 P43133C-002.00 Provide Shingle Roof, Training Building, Building No. 29 Construction 2/27/07 3/6/07 3/13/07 3/28/07 3/29/07 4/4/07 44,136.277/16/07 P09 S.S.

1/22/07 A43133C-001.01 Additional Roofing Materials Complete 11/29/06 11/29/06 12/6/06 12/5/06 12/28/06 1/22/07 1,240.6412/13/06 A27 J.J.

11/17/06 A43133C-001.00 Replace Roof-Franklin IRA Complete 10/26/06 11/1/06 11/8/06 11/8/06 11/9/06 11/17/06 21,450.8412/8/06 A27 J.J.

43133C-003 Replace Roof, RMU Identification 0.00S.S.

Job Order Tracking Report by Contract Page 20 of 22

Page 250: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

43133C-004.00 Replace Roof, Building No. 1 Joint Scope 0.0009 M.M.

43133C-Weatherguard Industries, Inc. Total: 66,827.75

43135C-New Britain Roofing Co., Inc.1/29/07 A43135C-007.00 Replace shingle roofs - 3 locations at C Block and 2 locations at B BlockConstruction 12/14/06 1/18/07 1/18/07 1/18/07 1/22/07 1/29/07 140,060.626/28/07 A09 R.R.

3/14/07 P43135C-009.00 Replace Roof, Building No. 49 Cancelled 2/8/07 2/20/07 3/2/07 2/21/07 0.005/4/07 P26 S.S.

7/16/07 P43135C-010.00 Replace Drill Hall Roof Joint Scope 6/12/07 6/28/07 0.0023 M.M.

12/4/06 P43135C-006.00 Willard DTC-Replace Roofs, Building No. 98 Construction 10/31/06 11/15/06 0.005/3/07 P09 R.R.

43135C-002.01 Willard DTC- Fully Adhered EPDM Proposal Review 0.00R.R.

11/20/06 P43135C-003.00 Willard DTC-Replace Roof, Building Nos. 44 and 84 Construction 10/3/06 10/17/06 10/19/06 10/16/06 10/30/06 11/14/06 146,565.282/18/07 P09 R.R.

11/1/06 P43135C-004.00 Groveland CF-Replace Roof, Building No. 140 Construction 10/18/06 10/19/06 10/19/06 10/25/06 292,707.671/30/07 P09 R.R.

11/17/06 A43135C-005.00 Donna Drive IRA-Replace Roof Complete 10/30/06 11/1/06 11/8/06 11/9/06 11/14/06 11/17/06 33,168.3512/15/06 A27 J.J.

43135C-008.00 Replace Roof Bldg#10 Identification 0.00R.R.

11/6/06 P43135C-002.00 Williard DTC-Replace Roof, Building No. 100 Construction 10/3/06 10/26/06 10/18/06 10/26/06 10/27/06 11/1/06 259,965.492/4/07 P09 R.R.

43135C-New Britain Roofing Co., Inc. Total: 872,467.41

43321E-Charan Electrical Enterprises, Inc43321E-002 Replace Boilers, Maintenance Headquarters Identification 0.0015 E.E.

6/15/07 P43321E-001.00 Provide HVAC, Building No. 1 Joint Scope 5/30/07 6/1/07 6/10/07 6/8/07 6/11/07 0.007/31/07 P26 E.E.

43321E-Charan Electrical Enterprises, Inc Total: 0.00

43321H-Pen Enterprises, Inc.5/31/07 P43321H-001.00 Provide Air Conditioner, Server Room, 13th Floor RFP 4/25/07 5/7/07 5/21/07 0.009/28/07 PGS S.S.

43321H-002.00 Replace Boilers, Maintenance Headquarters Joint Scope 7/2/07 0.0015 E.E.

43321H-003.00 Reroute and Replace Phone / Data Risers Joint Scope 0.0013 S.S.

43321H-Pen Enterprises, Inc. Total: 0.00

43322C-Volmar Construction - Highland Falls Office43322C-001.00 Repair Light Pole Cancelled 0.00D.D.

43322C-Volmar Construction - Highland Falls Office Tota 0.00

43322E-Martin Electric5/17/07 P43322E-001.00 Relocate / Repair light pole RFP 3/13/07 3/26/07 4/5/07 5/8/07 5/17/07 66,519.666/29/07 P09 D.D.

43322E-Martin Electric Total: 66,519.66

43323C-Volmar Construction - Highland Falls Office4/26/07 A43323C-001.00 Provide Security Glass Construction 2/27/07 2/28/07 3/14/07 3/28/07 4/19/07 27,461.797/6/07 A54 S.S.

5/29/07 A43323C-001.01 Provide Security Glass Construction 5/11/07 5/18/07 5/18/07 5/22/07 5/29/07 6,243.068/8/07 P54 S.S.

43323C-Volmar Construction - Highland Falls Office Tota 33,704.85

43327C-Elmer W. Davis, Inc.5/23/07 P43327C-001.00 Replace Chapel Roof Construction 3/12/07 3/19/07 3/21/07 3/21/07 6/1/07 213,960.438/31/07 P09 R.R.

Job Order Tracking Report by Contract Page 21 of 22

Page 251: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Contract No. Title PM

Joint

Scope RFP Due

Proposal

Recvd. Apprvd.

Const.

Start

Const.

EndNTPJob Order

AmountStatusA

43327C-002.00 Replace/Repair Flat Roofs, Buildings No 7, 21, 22 and 23Joint Scope 0.0009 R.R.

7/3/07 P43327C-003.00 Provide Roof, Main Building RFP 6/11/07 6/27/07 0.008/21/07 P14 S.S.

43327C-004.00 Repair / Replace Roof, Building No 3 Identification 0.00R.R.

43327C-Elmer W. Davis, Inc. Total: 213,960.43

Grand Total: 29,134,393.21

Job Order Tracking Report by Contract Page 22 of 22

Page 252: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Table of Contents

JOC Training and Reference Manual 1

JOC Training and Reference Manual

Table of Contents

Module 1 - Intro to JOC

Module 2 - JOC Program Information

o History of the JOC program.

o Contracts

o Key Contractual Provisions

Module 3 - JOC Execution Procedures

o Procedure Overview o Procedure Definitions o Procedures Step by Step

Module 4 – Detailed Scope of Work

o Goals

o DSOW Answers Questions

o Joint Scope Meeting Checklist

Module 5 – Construction Task Catalog

o Construction Task Catalog and Technical Specs

o Development of the JOC CTC

o Structure of the CTC

o Guidelines

o Work Tasks and notes

Module 6 – Price Proposal Review

o Contents of the Price Proposal

o Reviewing the Price Proposal

o Common Price Proposal Mistakes

Page 253: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

Table of Contents

2 JOC Training and Reference Manual

o Sample Price Proposal and Case Studies

o EXAM

Module 7 – JOC Project Management

o Overview

o JOC Project File

o Work Order Development Documents

o Construction Administration Documents

o How to Be Successful

Module 8 – JOC Consulting Services

o Program Support

o Procurement and Document Support

o Training Support

o Software Support

Module 9 – PROGEN Users Manual

No part of this document may be reproduced or transmitted in any format or by any means, electronic or mechanical, for any purpose, without the express written permission of The Gordian Group.

Copyright© 2006 by The Gordian Group, Inc. All rights reserved. PROGEN, Construction Task Catalog, Catalog of Construction Tasks, DMAP, eGordian, 6 Phase Development and Implementation Program and The Standard for Job Order Contracting are either registered trademarks or trademarks of The Gordian Group, Inc. The names of actual companies mentioned herein may be the trademarks of their respective owners.

Page 254: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 255: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,

The Gordian Group’s Response To November 19, 2007 Conference Call Questions

1. How does the contractor get notified of the work orders available? The contractor is notified typically with a phone call from the PA DGS project manager. The

project manager will call the contractor to arrange for a joint scope meeting at the project site. The project manager has the ability to send electronically project information to the contractor with PROGEN®.

2. How do blue prints and other documents get sent to the contractor? Can the documents

be uploaded into PROGEN®? If not, how does the contractor receive this information? Blueprints and other documents are given to the contractor at the site of the joint scope meeting.

They can be emailed if the PA DGS project manager has them electronically. Documents can be linked to work orders in PROGEN® and stored on PA DGS systems. Documents are not uploaded into PROGEN®.

3. Clarify when the work order is actually recorded and/or placed in PROGEN®? Work orders are placed into PROGEN® at the time of project identification. The PA DGS project

manager will enter the information into PROGEN® shortly after being notified by PA DGS management that a project is to be completed. The work order can be placed into PROGEN® by other management systems in use by PA DGS using web services.

4. At what point in the process does the billing calculation begin? Upon award of contract,

start of construction or completion of the work order in PROGEN®? The Gordian Group’s billing calculation begins at the time work is ordered. This includes any

credit work order issued for a decrease in the amount of the work previously ordered. 5. When does the Gordian Group invoice (before, during or after the work order is

completed)? The Gordian Group invoices once a month for all work ordered or credited within that month.

Invoices are based on work order value or credit value. 6. How does The Gordian Group know when to invoice at the lesser percentage rate once

the initial dollar threshold has been met? All PA DGS approved work orders issued to the contractors are tracked in PROGEN®. The

Gordian Group uses the information from PROGEN® to determine when to invoice at the lesser percentage rate. This information is also tracked in NetSuite, The Gordian Group’s accounting program.

7. Approximately how long will it take to provide statewide coverage for JOC once Public

Works makes that decision? We believe it will take approximately three (3) months to have the first JOC contracts out to bid.

It will take between six (6) to nine (9) months to have JOC running statewide.

Page 256: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,
Page 257: JOC Contract Overvie · JOC Training Manual ..... 17 The information and data, furnished in connection with this Proposal to provide a Job Order Contracting Program Consulting Services,