request for proposal #2017-048 union county human … · union county human services building...
TRANSCRIPT
Request for Proposal #2017-048
Union County Human Services Building Commissioning
Due Date: May 25, 2017
Time: 3:00 pm
Receipt Location: Government Building
500 N. Main Street, Suite #709
Administrative Services, Procurement Division
Monroe, NC 28112
Procurement Contact Person
Name: Erin DeBerardinis
Title: Procurement Specialist
E-mail: [email protected]
Telephone: (704) 283-3683
1
Table of Contents
Section 1- Submittal Deadline & Addendum Information Page 2
Section 2-Purpose Page 3
Section 3-Scope of Work Page 3
Section 4- Detailed Submittal Requirements Page 8
Section 5- Evaluation Criteria Page 10
Section 6-General Conditions and Requirements Page 11
Attachment A- Price Form Page 15
Attachment B- References Page 19
Attachment C- Propsal Submission Form Page 21
Attachment D- Addenda Receipt and Anti-Collusion Page 23
Attachment E- Iran Divestment Act Page 25
Attachment F- Submittal Cover Sheet Page 27
2
Section 1 –Submittal Deadline and Addendum Information
A. Proposal Submission Deadline
Submittals shall be sealed and labeled on the outside RFP# 2017-048 Union County Human Services Building
Commissioning. RFP’s are to be received by the Union County Department of Procurement Division by 3:00
PM, May 25, 2016. Any submittals received after this date and time shall be rejected without exception.
Mail or hand-deliver submission packets to: Union County Government Building
Administrative Services, Procurement Division
500 North Main Street, Suite #709
Monroe, NC 28112
Attention: Erin DeBerardinis
The proposal must be submitted in printed form and electronically on a non-returnable CD or flash drive. One (1)
original (mark “ORIGINAL”) plus five (5) hard copies of the proposal must be submitted. The original proposal
package must have original signatures and must be signed by a person who is authorized to bind the proposing
firm. All additional proposal sets may contain photocopies of the original package.
Electronic (email) or facsimile submissions will not be accepted.
There is no expressed or implied obligation for Union County to reimburse firms for any expenses incurred in
preparing proposals in response to this request.
Union County reserves the right to reject any or all proposals or to select the proposal, which in its opinion, is in
the best interest of the County.
B. Proposal Questions
Proposal questions will be due on May 11, 2016 by 5 pm EST. The primary purpose of this is to provide
participating firms with the opportunity to ask questions, in writing, related to the RFP.
Submit questions by e-mail to Erin DeBerardinis at [email protected] by the deadlines
shown above. The email should identify the RFP number and project title. All questions and answers may be
posted as addenda on www.co.union.nc.us and/or www.ips.state.nc.us.
Union County may modify the RFP prior to the date fixed for submission of proposals by the issuance of an
addendum.
Any addenda to these documents shall be issued in writing. No oral statements, explanations, or commitments by
anyone shall be of effect unless incorporated in the written addenda. Receipt of Addenda shall be acknowledged
by the Offeror on Addenda Receipt and Anti-Collusion form.
C. Plan Review
Plans may be reviewed during normal business hours at the Union County Government Center. To make
arrangements to review plans please contact Erin DeBerardinis by email at
[email protected] or by phone at 704-283-3683.
3
Section 2 – Purpose
Union County Public Works Facilities Division is committed to commissioning The Union County Human
Services Building at the conclusion of the construction phase and warranty period to ensure that all included
systems are complete and functioning properly prior to the end of the warranty period. In addition, a
requirement is that the Union County Maintenance and Operations personnel have adequate system
documentation and training. Union County will utilize the Commissioning Authority for the Acceptance and
Warranty Phases and will approve the scope of work for each phase individually.
Section 3 - Scope of Work
General
Union County will contract with a commissioning agent, independent of the design and/or construction team that
is capable of reviewing design documents, preparing commissioning specifications and inspecting constructed
facilities. This will ensure proper Mechanical, Electrical, Plumbing, and miscellaneous building systems
commissioning of the facility described in this document. The selected firm will coordinate commissioning efforts
with the project architect and the MEP engineering consultants. Proposal will include a list of experience and
qualifications of those persons who would be working on the project. The “Principal-In-Charge” shall have at
least 10 years of design and construction experience of similar systems. Proposal must include a detailed
breakdown of the lump sum fee by task. Provide references from previous commissioning projects your firm has
performed.
Specific requirements of the commissioning process and responsibilities, duties, and obligations of the
Commissioning Authority (CxA) team are described in Section 2 Commissioning Tasks. To accomplish these
tasks, the CxA team shall be required to coordinate his or her activities with other entities. The commissioning
process does not take away from or reduce the responsibility of the project designers or installing contractor to
provide a finished and fully functioning product. It is noted that the services of the Construction Manager (CM),
design team, and the General Contractor (GC) and his various subcontractors, are NOT provided under this Scope
of Work and the CxA is not responsible for providing their services.
The primary role of the CxA team shall be to develop and coordinate the execution of commissioning activities
prior to occupation of the building.
The CxA shall not be responsible for design concept, design criteria, compliance with codes, design, or cost
estimating. The CxA may assist the design team with problem solving, or the correction of construction non-
conformance or deficiencies, but ultimate responsibility for meeting the project objectives and requirements
resides with the A/E team and General Contractor.
2.0 Systems to Commission
The following is a general description of the systems within the Human Services Building:
The building will house the Social Services Department, Public Health Department and Human Services
Administration. The new 144,000 square foot facility (Type II-B, Business Occupancy) will be located on a +/-
30 acre site at the intersection of Concord Avenue and Skyway Drive. Taking advantage of the site’s natural
topography, the 3 story social services wing sits on the lower portion of the site, while the 2 story public health
wing is situated at a higher elevation.
MEP Systems Types:
Mechanical System Description
The general HVAC system will consist of main zone VAV air handling units with fan arrays supplying
cooling air to variable air volume terminal devices.
4
The perimeter and high use areas will have parallel fan powered VAV boxes with hot water reheat coils.
The interior areas will be served with single duct VAV boxes with reheat coils.
The air handling units contain preheat coils.
The air handlers will be provided with chilled water generated within the facility by water cooled
chillers.
The VAV boxes and AHUs will be provided with heating hot water (HHW) generated within the facility
by natural gas boilers.
Ventilation air will be supplied to the building through the air handling units which shall be ducted to
sidewall louvers.
Chilled water and heating water shall be distributed via a variable primary loop system using variable
frequency drive (VFD) pumps. Pumps shall be provided with N+1 redundancy.
Condenser water pumps shall also be provided with N+1 redundancy.
Two cooling towers and two chillers will be provided, each sized for 2/3 of the building load.
All components will be controlled via DDC modules and be tied into a central BMS system.
Building pressurization will be controlled by two rooftop fans.
Plumbing System Description
Hot Water is provided to restroom groups and lab areas by tank type, electric water heaters. Some
systems incorporate recirculation loops.
Fire Protection System Description
The building is served by a wet pipe sprinkler system.
Electrical system description
The lighting system incorporates occupancy sensors and dimming ballasts to maximize lighting
efficiency while maintaining user control.
Emergency and Standby power will be provided via a new outdoor diesel generator in a sound
attenuated enclosure. The generator will provide complete backup of code required emergency systems
as defined by Article 700 of the NEC, as well as optional standby systems as designed by Article 702 of
the NEC. The standby branch will power various receptacle and mechanical loads throughout the
building. Two (2) Automatic Transfer Switches (ATS) with bypass isolation switches located within the
building in the Emergency Systems Equipment Room will be provided to serve emergency and standby
loads.
Technology System Description
The server room has a UPS system installed to carry the power load during a loss of power for the
period of time that it takes the standby generator to initiate.
Any Unique/Unusual Spaces:
Triage Access – B105 & Exam room – B106: these areas are to be under negative pressure relative to
surrounding spaces. The space is served by a Fan Terminal Unit (FTU) box and exhaust fan w/
Electronically Commutated (EC) motor. The exhaust fan speed will be modulated by the BAS to
maintain negative pressure. Proper system operation will need to be verified during functional testing.
Emergency Power Sequence – The HVAC system is to remain operational while the emergency
generator is in operation. One chiller, cooling tower, boiler, associated pumps, AHU-2, and associated
FTU boxes will be on emergency power. Proper system operation will need to be verified during
functional testing.
Server Room – The server room cooling system is set up in a hot aisle/cold aisle configuration. The
three split systems are designed to operate simultaneously. Proper system operation will need to be
verified during functional testing.
5
The CxA shall commission the building systems and other building components, equipment or systems as
indicated in this document and based on Construction Documents, plans and specifications, submitted by
Perkins & Will Architects, dated 10/16/2015, as well as any revisions, modifications or additions to these
documents.):
Mechanical (Divisions 21, 22 & 23)
Building automation systems, including linkages to remote monitoring and control sites (communication
with and operation of each component shown to be evaluated during commissioning)
Testing of building automation operator workstation graphics (verification of graphics for user friendly
monitoring and control modifications)
(3) Chilled water, (3) condenser water and (3) hot water pumps, piping, accessories and associated
equipment (speed control)
Boilers, control valves, combustion air systems, and boiler controls (2)
Chillers, chiller controls, control valves (2)
Cooling Tower (2 cells) (fans, nozzles, basin heaters, floats, etc.)
Preheat/Reheat water systems (control valves) (3 Air Handlers, 20% VAV, 20% Fan Boxes)
Computer Room Units (all)
Split Systems (all)
Building Pressurization Fans (all)
Sump Pumps and controllers (all)
Air Handling Units (3) (VAV operation)
Fan Terminal Units (20% sample) (fans and dampers)
VAV Boxes (20% sample) (dampers)
Exhaust fans, manifold systems (all)
Smoke Control & life safety devices ( see Electrical ) (all)
Verify air/water balance (2 chillers, 2 boilers, 3 Air Handlers, 20% Fan Boxes, 20% VAV Boxes)
Unit heaters and unit ventilators (all)
Domestic hot water tanks and water heaters, pumps, and associated equipment (all)
Chemical Treatment (CHW/HW/CW ) (all)
Water Conservation devices/fixtures (all)
Fire Protection Systems (Verify testing by authority having jurisdiction) (all)
Electrical (Division 26)
Emergency power function test, transfer switch and generator set.
Electrical system from the building entrance through the main switchboard, switchgear, and to the
distribution panels.
Motor Control Centers, Variable Speed Drives, Motor Starters, protective devices.
Building lighting and lighting control - Verify sequence of operations, and luminaires for proper
operation, lamping and lighting levels.
Fire Alarm system verification, verify interlocks with mechanical system
Electrical Metering
Architectural Systems – (Other than and Divs 21, 22, 23 or 26)
Automatic/HC door operator electro-mechanical system
Elevators (verify testing by authority having jurisdiction)
Loading Dock Equipment (verify testing by authority having jurisdiction)
2.2 Final Construction Phase (from selection of Cx Agent through warranty period)
6
Coordinate the commissioning work and, with the construction manager (CM), ensure that
commissioning activities are being scheduled into the master schedule.
Prepare and distribute the final construction and acceptance phase Cx plan, UCPW Facilities will review
and approve plan.
Continually update Cx plan and coordination throughout final phase of construction, acceptance and
warranty phases with CM, UCPW Facilities, and subcontractors.
Submit final commissioning plan for construction with coordination and activities for Union County
Public Works Facilities and CM review.
Attend a 1 day planning session with CM team to ensure that Cx tasks, and startup issues, corrective
action times, and functional testing are included.
O&M material will be submitted to the CxA team.
Attend monthly owner’s and designer’s progress meetings with CM team and identify Cx related issues
for team. (allow for 5 meetings)
Prepare final pre-functional and final functional test procedures for the equipment and systems.
Submit test procedures to contractor for comments on appropriate start-up, operations, and systems
safety.
Coordinating with the contractor to witness start-up of major equipment.
Review and comment on submitted TAB execution plan.
Maintain a running master issues and deficiency log of items found to be a problem, poorly installed, or
discrepancies.
Witnessing a sample of checkout, TAB, end-to-end testing, and calibration of controls.
Observing first contractor start-up and pre-functional test of each type of system, including mechanical,
controls, electrical, and specialty systems. CM will provide adequate coordination and scheduling. ( 5
working days minimum notice)
Develop a training plan, provide training for operation of the systems listed in this document for the
owner and operators as related to design intent of the system, and provide final training documentation.
Refer to Specification Section 23 08 00 for the UC Human Services Building for clarification of
responsibilities of the commissioning agent and the contractor.
2.3 Acceptance Phase
The CxA shall complete the following tasks during the acceptance phase:
Obtain pre-functional reports from general contractor with sign-offs that the systems have been checked
out according to proper manufacturer and pre-functional procedures.
Functional Testing
o Verify the accuracy of the TAB effort and report. Grilles, terminal devices, and other
equipment shall be tested, and documented. All individual systems will be sampled at a 20%
rate.
o Functionally test 20% of exhaust systems.
o Building Pressurization Fans
o Functionally test 20 % of terminal VAV units, including controls, airflow, and sequence of
operations. Document findings and issue deficiency logs.
o Witness performance testing of smoke control and life safety systems, in conjunction with
designer and authorities having jurisdiction.
o Perform and direct functional testing of each major piece of equipment to demonstrate that each
item of equipment and system is operating according to the design intent and contract
documents. Functional testing shall include operating the system and components through each
7
of the written sequences of operation. CM will provide coordination and subcontractor support
during testing.
o Provide troubleshooting to assist in resolving control problems, as they are uncovered.
Functional testing shall be performed on all control points within listed samples.
o Perform the first of 2 seasonal performance tests (either heating or cooling system, depending
on completion schedule and respective season) during acceptance phase. Performance test shall
include AHU’s, sample terminal units, and exhaust systems as listed.
o Check system graphics within sample to assure all graphics are developed and points are
mapped to graphics.
o Keep a detailed log of testing of each piece of equipment. Notify UCPW Facilities, CM and
A/E of unacceptable findings if components fail to perform to the requirements of the contract
documents.
o Set up/ensure key trends are set up at the completion of successful testing to monitor building
performance parameters. All points will be trended by the contractor; CxA will sample trends
for completeness.
Maintain a deficiency log of any items found to be a problem, poorly installed, or discrepancies.
Provide the log and test results to UCPW Facilities, A/E, and CM with recommended actions.
Coordinate re-testing as necessary. One re-test of issues will be provided as part of normal functional
testing. More than one retest will be considered work outside the normal scope of work.
Attend weekly meetings while on-site for functional testing.
Review O&M documentation for completeness. This review shall be in parallel with the A/E team’s
review of the O&M documentation for conformance to the project specification.
Review, pre-approve, and coordinate training of operating personnel designated by UCPW Facilities by
the contractor to coincide with CxA provided systems training.
Verify that control point data is correctly mapped and set up in building automation system.
Prepare five (5) hard copies and three (3) CD-ROM copies of the re-commissioning management report
(final commissioning report). The report shall include an executive summary, list of participants and
roles, brief building description, and the following sections:
Design intent
Basis of design
Owner’s Project Requirements
Pre-functional checklists, complete
Functional checklists, complete
TAB reports
System schematics
Control strategies and set-points
Deficiency logs
Guidelines for Energy Accounting
2.4 Warranty Phase
The CxA shall complete the following tasks during the warranty phase:
Return to the site at the 10th month of contractor warranty and meet with facility staff to discuss the
current building operation and the condition of outstanding issues related to the original and seasonal
commissioning. Identify problems or concerns they have with operating the building as originally
intended.
Perform second part of seasonal testing checkout of equipment, August-September of cooling systems
and January-February of heating systems, depending on acceptance phase test performed prior, and
issue/update deficiency log with results.
8
Remotely verify trending set at the 3 month, 6 month, and 9 month operating points during the warranty
period. Update logs as to performance variances from the Cx data obtained in acceptance phase.
Identify deficiencies that may come under warranty or under the original construction contract.
Provide one day of additional training for users and staff in building system operations.
Attend up to four on-site meetings to discuss warranty issues.
2.5 Additional Services
The CxA shall perform the following additional Commissioning Related Services:
A. Schedule
The project design and construction is scheduled as follows:
Develop and coordinate Cx Schedule in conjunction with UCPW Facilities and project team.
B. Forms
Forms and Items of Responsibility for this proposal are attached at the end of this document.
(Attachment A, B, and C)
C. Test Equipment
The installing contractors shall provide all tools or the use of tools required to start, checkout and
functional test equipment and systems, except for specified testing with supplemental portable data-
loggers, which shall be supplied and installed by the CxA.
Data logging equipment, monitoring devices, specialized equipment, and software, not required to be
provided by the installing contractor in the Contract Documents, and provided by the CxA to monitor,
confirm, or verify the contractor’s testing procedures, shall remain the property of the CxA. Equipment
provided shall meet the minimum accuracy, calibration and performance standards required by the
performance test.
Section 4 – Detailed Submittal Requirements
A. Proposal format
Offerors should prepare their proposals in accordance with the instructions outlined in this section. Each offeror
is required to submit the proposal in a sealed package. Proposals should be prepared as simply as possible and
provide a straightforward, concise description of the offerors’s capabilities to satisfy the requirements of the
RFP. Utmost attention should be given to accuracy, completeness, and clarity of content. All parts, pages,
figures, or tables should be numbered and clearly labeled. Response information should be limited to pertinent
information only.
The proposal should be organized into sections:
Tab A - Vendor Background and Experience
Tab B – Staff Information
Tab C – Methodology and Implementation Plan
9
Tab D- Price Form- Attachment A
Tab E- References
Tab F - Required Signature Forms: Proposal Submission Form-Attachment C, Addenda Receipt and
Anti-Collusion-Attachment D, and Iran Divestment Act- Attachment E
1. Tab A – Vendor Background and Experience
Please provide the following information about your company, experience and services. Respond to each
item and provide supporting documentation and/or exhibits as requested or desired.
a. Company Name
Address
Telephone Number
Fax Number
Email Address
Name of Single Point of Contact
Name/Signature of Person with binding authority to enter into contracts
b. The Background and Project Summary Section should describe your understanding of the County, the
work to be done, and the objectives to be accomplished. Refer to Scope of Work of this RFP.
c. The letter must stipulate that the proposal price will be valid for a period of at least 120 days.
d. A summary of your firm’s demonstrated capability of services being requested in this Request for
Proposal.
e. Provide information listed below regarding completed commissioning projects by your firm and the role
of personnel on those projects who will be assigned to the project. One person may be assigned to more
than one responsibility.
a. Commissioning Project Experience Listing
i. Cx Plan: Writer of the commissioning plan
ii. Specifications: Writer of the commissioning specifications
iii. Funct. T. Plans: Writer of functional test procedures
iv. Witnessed FT: Who Witnessed and documented functional tests
v. Data/Trend Logs: Who Used data loggers or EMS trend logging info for testing
vi. Training: Who Developed or approved staff training
vii. Review O&M’s: Who Reviewed completed O&M manuals
viii. CA in firm: Commissioning agent (part of firm)
ix. Supervised CA: Supervised commissioning agent (sub-consultant to firm)
2. Tab B – Staff Information
a. Provide a list of individual(s) who will be working on this project and indicate the functions that each
will perform.
b. Upon award and during the contract period, if the contractor chooses to assign different personnel to the
project, the Contractor must submit their names and qualifications including information listed above to
the County for approval before they begin work.
c. Design firms are encouraged to submit resumes for all personnel who will work on the project.
3. Tab C –Methodology and Implementation Plan
Provide a detailed description of the approach and methodology to be used to accomplish the Scope of Work
of this RFP. The Methodology Section should include:
10
a. An implementation plan that describes in detail (i) the methods, including controls by which your firm
manages projects of the type sought out by this RFP, (ii) methodology for soliciting and documenting
views of internal and external stakeholders, (iii) and any other project management or implementation
strategies or techniques that the respondent intends to use in carrying out the work.
b. Detailed description of efforts your firm will undertake to achieve client satisfaction and to satisfy the
requirements of the “Scope of Work” section.
c. Detailed description of specific tasks you will require from County staff. Explain what the respective roles
of County staff and your staff would be to complete the tasks specified in the Scope of Work.
4. Tab D –Price Form- Attachment A
a. Hourly rate pricing shall be firm from the initial period of the contract.
5. Tab E – References
Provide at least five (5) professional references that received similar services from your firm. Union County
reserves the right to contact any of the organizations of individuals listed. Information provided shall
include:
a. Company Name
b. Company Address
c. Phone Number
d. Contact Name
e. Project Description
f. Length Of Service
6. Tab F – Required Signature Forms
Proposers should include signed copies of the following documents:
Attachment C- Proposal Submission Form
Attachment D – Addenda Receipt and Anti-Collusion
Attachment E- Iran Divestment Act Certification
Section 5 – Evaluation Criteria
A. Selection Participants
Evaluation Team- The Evaluation Team will be responsible for the evaluation and rating of the proposals. The
Evaluation Team will make the recommendation for vendor selection to the County Manager or Board of
Commissioners.
B. Evaluation of Proposals
Evaluation criteria will be used to assist in determining the finalist vendor. The offeror’s proposal will be
evaluated based on the following criteria below. These criteria are provided for informational purposes and are
not intended to represent an order of preference.
Vendor Background and Experience
11
Staff Information
Methodology and Implementation Plan
Price
Compliance with the general bidding requirements, general submittal requirements, and detailed
submittal requirements of the RFP.
C. Award Procedures
The County reserves the right to make an award without further discussion of the proposals received. Therefore,
it is important that the proposal be submitted initially on the most favorable terms from both a technical and cost
standpoint.
A proposal may be rejected if it is incomplete. Union County may reject any or all proposals and may waive any
immaterial deviation in a proposal.
At a minimum, proposals will be evaluated based upon the criteria above, as well as compliance with the RFP.
The County may accept the proposal that best serves its needs, as determined by County officials in their sole
discretion.
More than one proposal from an individual, firm, partnership, corporation or association under the same or
different names, will not be considered.
Section 6 – General Conditions and Requirements
A. Terms and Conditions
One (1) year with a one (1) year renewal option pending annual budget appropriation.
All proposals submitted in response to this request shall become the property of Union County and as such, may
be subject to public review upon award of contract.
Union County has the right to reject any or all proposals, to engage in further negotiations with any firm
submitting a proposal, and/or to request additional information or clarification. The County is not obligated to
accept the lowest cost proposal. The County may accept the proposal that best serves its needs, as determined
by County officials in their sole discretion.
All payroll taxes, liability and worker’s compensation are the sole responsibility of the Proposer. The Proposer
understands that an employer/employee relationship does not exist under this contract.
B. Sub-Contractor/Partner Disclosure
A single firm or multiple firms may propose the entire solution. If the proposal by any firm requires the use of
subcontractor, partners, and/or third-party products or services, this must be clearly stated in the proposal. The
firm submitting the proposal shall remain solely responsible for the performance of all work, including work that
is done by subcontractor.
C. Modification or Withdrawal of Proposal
12
Prior to the scheduled closing time for receiving proposals, any Vendor may withdraw their proposal. After the
scheduled closing time for receiving proposals, no proposal may be withdrawn for 180 days. Only written requests
for the modification or correction of a previously submitted proposal that are addressed in the same manner as
proposals and are received by the County prior to the closing time for receiving proposals will be accepted. The
proposal will be corrected in accordance with such written requests, provided that any such written request is in a
sealed envelope that is plainly marked “Modification of Proposal – “2017-048 Union County Human Services
Building Commissioning”. Oral, telephone, or fax modifications or corrections will not be recognized or
considered.
D. Insurance and Forms
At Contractor’s sole expense, Contractor shall procure and maintain the following minimum insurances with
insurers authorized to do business in North Carolina and rated A-VII or better by A.M. Best.
1. WORKERS’ COMPENSATION
Statutory limits covering all employees, including Employer’s Liability with limits of:
$500,000 Each Accident
$500,000 Disease - Each Employee
$500,000 Disease - Policy Limit
2. COMMERCIAL GENERAL LIABILITY
Covering Ongoing and Completed Operations involved in this Agreement.
$2,000,000 General Aggregate
$2,000,000 Products/Completed Operations Aggregate
$1,000,000 Each Occurrence
$1,000,000 Personal and Advertising Injury Limit
$5,000 Medical Expense Limit
3. COMMERCIAL AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit - Any Auto
4. PROFESSIONAL LIABILITY
$1,000,000 Claims Made
ADDITIONAL INSURANCE REQUIREMENTS
1. The Contractor’s General Liability policy shall be endorsed, specifically or generally, to include
the following as Additional Insured:
UNION COUNTY, ITS OFFICERS, AGENTS AND EMPLOYEES ARE INCLUDED AS
ADDITIONAL INSURED WITH RESPECTS TO THE GENERAL LIABILITY
INSURANCE POLICY.
Additional Insured status for Completed Operations shall extend for a period of not less than
three (3) years from the date of final payment.
2. Before commencement of any work or event, Contractor shall provide a Certificate of Insurance
in satisfactory form as evidence of the insurances required above.
13
3. Contractor shall have no right of recovery or subrogation against Union County (including its
officers, agents and employees).
4. It is the intention of the parties that the insurance policies afforded by contractor shall protect
both parties and be primary and non-contributory coverage for any and all losses covered by the
above-described insurance.
5. Union County shall have no liability with respect to Contractor’s personal property whether
insured or not insured. Any deductible or self-insured retention is the sole responsibility of
Contractor.
6. Notwithstanding the notification requirements of the Insurer, Contractor hereby agrees to notify
County’s Risk Manager at 500 N. Main Street # 130, Monroe, NC 28112, within two (2) days
of the cancellation or substantive change of any insurance policy set out herein. Union, in its
sole discretion, may deem failure to provide such notice as a breach of this Agreement.
7. The Certificate of Insurance should note in the Description of Operations the following:
Department: _____________________
Contract #: _____________________
8. Insurance procured by Contractor shall not reduce nor limit Contractor’s contractual obligation
to indemnify, save harmless and defend Union County for claims made or suits brought which
result from or are in connection with the performance of this Agreement.
9. Certificate Holder shall be listed as follows:
Union County
Attention: Keith A. Richards, Risk Manager
500 N. Main Street, Suite #130
Monroe, NC 28112
Contractor shall provide evidence of continuation or renewal of Professional Liability Insurance
for a period of two (2) years following termination of the Agreement.
10. If Contractor is authorized to assign or subcontract any of its rights or duties hereunder and in
fact does so, Contractor shall ensure that the assignee or subcontractor satisfies all requirements
of this Agreement, including, but not limited to, maintenance of the required insurances
coverage and provision of certificate(s) of insurance and additional insured endorsement(s), in
proper form prior to commencement of services.
INDEMNIFICATION
Contractor agrees to protect, defend, indemnify and hold Union County, its officers, employees and agents free
and harmless from and against any and all losses, penalties, damages, settlements, costs, charges, professional
fees or other expenses or liabilities of every kind and character arising out of or relating to any and all claims,
liens, demands, obligations, actions, proceedings, or causes of action of every kind in connection with or arising
out of this agreement and/or the performance hereof that are due, in whole or in part, to the negligence of the
Contractor, its officers, employees, subcontractors or agents. Contractor further agrees to investigate, handle,
respond to, provide defense for, and defend the same at its sole expense and agrees to bear all other costs and
expenses related thereto.
14
E. Equal Employment Opportunity: All Firms will be required to follow Federal Equal Employment
Opportunity (EEO) policies. Union County will affirmatively assure that on any project constructed pursuant
to this advertisement, equal employment opportunity will be offered to all persons without regard to race,
color, creed, religion, national origin, sex, and marital status, status with regard to public assistance,
membership or activity in a local commission, disability, sexual orientation, or age.
F. Minority Businesses (MBE) or Disadvantaged Businesses (DBE): It is the policy of Union County that
Minority Businesses (MBEs), Disadvantaged Business Enterprises (DBEs) and other small businesses shall
have the opportunity to compete fairly in contracts financed in whole or in part with public funds. Consistent
with this policy, Union County will not allow any person or business to be excluded from participation in,
denied the benefits of, or otherwise be discriminated against in connection with the award and performance
of any contract because of sex, race, religion, or national origin.
G. Drug-Free Workplace: During the performance of this Request, the Firm agrees to provide a drug-free
workplace for his employees; post in conspicuous places, available to employees and applicants for
employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation,
possession, or use of a controlled substance or marijuana is prohibited in the workplace and specify the actions
that will be taken against employees for violations of such prohibition; and state in all solicitations or
advertisements for employees placed by or on behalf of the firm that the Firm maintains a drug-free workplace.
For the purposes of this section, “drug-free workplace” means a site for the performance of work done in
connection with a specific contract awarded to a Contractor/firm in accordance with this chapter, the
employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution,
dispensation, possession or use of any controlled substance or marijuana during the performance of the
Request.
H. E-Verify
Proposer shall utilize the U.S. Department of Homeland Security’s E-Verify system to confirm the
employment eligibility of all persons employed by the Proposer during the term of the Contract to
perform employment duties within North Carolina and all persons, including subcontractors, assigned
by the Proposer to perform work pursuant to the contract with the County, as may be required by North
Carolina statutes.
I. Iran Divestment Act Notice for Local Governments in North Carolina
Iran Divestment Act: Pursuant to G.S. 147-86.59, any person identified as engaging in investment activities
in Iran, determined by appearing on the Final Divestment List created by the State Treasurer pursuant to G.S.
147-86.58, is ineligible to contract with the State of North Carolina or any political subdivision of the State.
The Iran Divestment Act of 2015, G.S. 147-86.55 et seq.* requires that each vendor, prior to contracting with
the State certify:
1. That the vendor is not identified on the Final Divestment List of entities that the State Treasures has
determined engages in investment activities in Iran;
2. That the vendor shall not utilize on any contract with the State agency any contractor that is identified
on the Final Divestment List; and
3. That the undersigned is authorized by the Vendor to make this certification.
UNION COUNTY RESERVES THE RIGHT TO REJECT ANY AND/OR ALL QUALIFICATIONS
AND TO WAIVE ANY AND ALL TECHNICALITIES.
15
Attachment A
16
Price Form
Product Created By
Product
Description and
Form
Due Date Deliver ToEstimated Hours
Needed
Cx Schedule CxA
Initial summary
schedule and
detailed version
Summary
schedule: 1wk
after scoping
All Cx
team
Equipment
submittalsAll Subs
Detailed data on all
Cx’d equip.
during normal
submittalsCxA
Prefunctional tests
and checklists
Specs and
CxA
List by equipment
of Prefunctional
checklists and
Prefunctional tests
During normal
submittalsSubs
Start-up and initial
checkout plans
All Subs and
CxA
Specific listing of
procedures for
combining CxA
Prefunctional
checklists with
Sub’s startup and
checkout.
2-weeks before
executionCxA
Start-up and initial
checkout reportsAll Subs
Filled out
Prefunctional
checklists, tests,
startup and initial
checkout
1-week after
startup
completion
CxA +
normal
others;
O&M’s
Controls Contractor
Initial Check-out
Plan
Controls
Contr.
Complete step-by-
step plan on
checkout and CxA
calibration
procedures,
including forms for
documentation
3 weeks before
beginning
checkout
CxA
Hours Subtotal:
COMMISSIONING FORMAL WRITTEN WORK PRODUCTS
17
Product Created By
Product
Description and
Form
Due Date Deliver ToEstimated Hours
Needed
Final TAB report TAB
Draft TAB report
with method and
results
<2 weeks after
TAB
completion
CxA +
normal
others;
O&M’s
Change orders CM; PM
Change orders that
affect Cx’d
equipment
<1-week after
approved
CxA +
others
Issues Log CxA
Record / track of all
issues and
deficiencies
ongoing
CM +
UCPW
Facilities
Non-Compliance
/Deficiency reportsCxA
List of deficiencies
and non-
compliance with
Contract Docs
identified during Cx
Issued within
3 days of
identifying
Cx Team
Cx’g Progress
RecordCxA
Record / track of all
submittals,
checklists, tests,
etc.
ongoing CM
Cx progress reports CxA
Gives scheduling
needs and update,
deficiency report,
Cx progress
Weekly to
Monthly
CM +
UCPW
Facilities
Owner-contracted
functional test formsSubs/vendor
Full description of
test procedures in
“form” format
>4-weeks
before testCxA
Functional test
formsCxA
Full description of
test procedures in
“form” format
>4-weeks
before test
CM, Subs,
O&Ms;
A/E
Filled out functional
test formsCxA
Recorded
documentation of
the test on the form
With final
report
CM,
O&Ms;
A/E
Hours Subtotal:
18
Product Created By
Product
Description and
Form
Due Date Deliver ToEstimated Hours
Needed
Functional test final
approvalsCxA
List of test number,
and descript., date
of test, approval
signatures of CxA
Within 4 days
of successful
completion of
test
CM
O&M manuals
(normal)CM and Subs
Documentation of
design, equipment,
operations and
maintenance, as-
builts, etc.
Before
substantial
completion
CxA reviews
on-site
Training plan SubsTopics and
methods
2 weeks before
trainingCxA; CM
Training completion
formCxA
List of trainees,
completed hrs and
topics and
approvals (Form C-
5c)
<2 weeks after
training
completion
CxA
Final Cx report CxA
4-6 page summary
report with
important findings,
etc.
Draft within 60
days of
substantial
completion
CM + UCPW
Facilities
Deferred testing
reportsCxA
Documentation of
seasonal and
deferred tests
Within 2 weeks
of test
CM + UCPW
Facilities
Re-commissioning
Manual CxA
Information
required for re-
commissioning
building systems
Draft within 30
days of State
Final
Inspection
UCPW
Facilities
Contract to review
building operation
UCPW
Facilities
Proposal from CxA
accepted and
contract issued.
Within 30 days
of State Final
Inspection
CxA
Total Hours (total hours
from all 3 pages):
Hourly Rate:
Total Charge (Est.
Hours x Hourly Rate)
19
Attachment B
20
Attachment B– References
Request for Proposal (RFP) #2017-048
Union County Human Services Commissioning Reference #1:
Company Name:
Address:
Phone Number:
Contact Name:
Project Description:
Length Of Service:
Reference #2:
Company Name:
Address:
Phone Number:
Contact Name:
Project Description:
Length Of Service:
Reference #3:
Company Name:
Address:
Phone Number:
Contact Name:
Project Description:
Length Of Service:
Reference #4:
Company Name:
Address:
Phone Number:
Contact Name:
Project Description:
Length Of Service:
Reference #5:
Company Name:
Address:
Phone Number:
Contact Name:
Project Description:
Length Of Service:
21
Attachment C
22
Attachment C – Proposal Submission Form Request for Proposal (RFP) #2017-048
Union County Human Services Commissioning
This Proposal is submitted by:
Provider Name: ____________________________________________________________
Representative (printed):__________________________________________________________
Representative (signed):__________________________________________________________
Address: ________________________________________________________________
________________________________________________________________
City/State/Zip:__________________________________________________________
E-mail Address:_______________________________________________________________
Telephone:_____________________________________________________________
(Area Code) Telephone Number
Facsimile:______________________________________________________________
(Area Code) Fax Number
It is understood by the Proposer that Union County reserves the right
to reject any and all Proposals, to make awards according to the best
interest of the County, to waive formalities, technicalities, to recover
and rebid this RFP. Proposal is valid for ninety (90) calendar days
from the Proposal due date.
Proposer ____________________________________ Date ___________________
Authorized Signature __________________________________________________
Please type or print Name ______________________________________________
23
Attachment D
24
Attachment D – Addenda Receipt and Anti-Collusion
Request for Proposal (RFP) #2017-048
Union County Human Services Commissioning
Please acknowledge receipt of all addenda by including this form with your Proposal. Any questions or
changes received will be posted as an addendum on www.co.union.nc.us and/or www.ips.state.nc.us. It is
your responsibility to check these sites for this information.
ADDENDUM #: DATE ADDENDUM DOWNLOADED
_________________________ _________________________
_________________________ _________________________
_________________________ _________________________
_________________________ _________________________
_________________________ _________________________
I certify that this proposal is made in good faith and without collusion with any other proposer or officer or
employee of Union County.
___________________________________ _________________________
(Please Print Name) Date
___________________________________
Authorized Signature
___________________________________
Title
___________________________________
E-Mail Address
___________________________________
Company Name
25
Attachment E
26
Attachment E– IRAN DIVESTMENT ACT
RFP Number (if applicable):
Name of Vendor or Bidder:
IRAN DIVESTMENT ACT
CERTIFICATION REQUIRED BY
N.C.G.S. 143C-6A-5(a)
As of the date listed below, the vendor or bidder listed above is not listed on the Final Divestment List created
by the State Treasurer pursuant to N.C.G.S. 143-6A-4.
The undersigned hereby certifies that he or she is authorized by the vendor or bidder listed above to make
the foregoing statement.
Signature Date
Printed Name Title
Notes to persons signing this form:
N.C.G.S. 143C-6A-5(a) requires this certification for bids or contracts with the State of
North Carolina, a North Carolina local government, or any other political subdivision
of the State of North Carolina. The certification is required at the following times:
When a bid is submitted
When a contract is entered into (if the certification was not already made when
the vendor made its bid)
When a contract is renewed or assigned N.C.G.S. 143C-6A-5(b) requires that contractors with the Proposer shall utilize the U.S. Department of Homeland
Security’s E-Verify system to confirm the employment eligibility of all persons employed by the Proposer during
the term of the Contract to perform employment duties within North Carolina and all persons, including
subcontractors, assigned by the Proposer to perform work pursuant to the contract with the County, as may be
required by North Carolina statutes.
State, a North Carolina local government, or any other political subdivision of the State of North Carolina
must not utilize any subcontractor found on the State Treasurer’s Final Divestment List.
The State Treasurer’s Final Divestment List can be found on the State Treasurer’s website at the
address www.nctreasurer.com/Iran and will be updated every 180
27
Attachment F
28
SUBMITTAL COVER SHEET
COMMISSIONING SERVICES
Union County Human Services Building
____________________ ___________________ Commissioning Firm Engineer of Record
____________________ ___________________ Mechanical Engineering Firm Mechanical Engineer
____________________ ___________________ Electrical Engineering Firm Electrical Engineer
____________________ ___________________ Plumbing Engineering Firm Plumbing Engineer
____________________ ___________________ Other Firm