PROFESSIONAL SERVICES DESCRIPTION FOR THE POSITION OF: Building Commissioning Services

Size: px
Start display at page:

Download "PROFESSIONAL SERVICES DESCRIPTION FOR THE POSITION OF: Building Commissioning Services"

Transcription

1 PROFESSIONAL SERVICES DESCRIPTION FOR THE POSITION OF: Building Commissioning Services SUBMISSION DEADLINE: October 23, :00am

2 FAIR AND OPEN PUBLIC SOLICITATION PROCESS FOR PROFESSIONAL SERVICES FOR GLOUCESTER COUNTY IMPROVEMENT AUTHORITY 109 BUDD BOULEVARD WOODBURY, NEW JERSEY 08096

3 Through this Request for Qualifications/Proposals, the Authority seeks to engage a vendor as Building Commissioning Services for the term of the project. Project should be completed no longer than December 1, 2009 to June 1, This contract will be awarded through a fair and open process pursuant to N.J.S.A.. 19:44A-20.4 et seq. The proposal must be received and will be publicly opened and read aloud on October 23, 2009 at 11:00am at the GCIA administrative office located at 109 Budd Boulevard, Woodbury, New Jersey. (see Fair and Open Standardized Submission Requirements and Selection Criteria for further information) The following is a description of the professional services needed including, where appropriate, a brief description of the tasks involved: The Request for Proposal for Commissioning Services can be obtained at the Gloucester County Improvement Authority, 109 Budd Boulevard, Woodbury, NJ All communications or questions shall be made in writing to and through Granary Associates/L.F. Driscoll Joint Venture, Construction Manager, 12 Hunter Street, Woodbury, NJ 08096, Fax: (856) , Attn: Daniel Bontempo. The Deadline for questions is Wednesday, October 14, 2009 at 5:00 P.M. Answers to bidders questions will be issued to all bidders in an addendum, if deemed necessary. The Contract Construction Documents of the Gloucester County Criminal Justice Complex may be viewed at the office of the Construction Manager by appointment only, Granary Associates/L.F. Driscoll Joint Venture, Construction Manager, 12 Hunter Street, Woodbury, NJ 08096, Phone: (856) , between the hours of 8:30 A.M. and 4:30 P.M, prior to October 14, There will be a Pre-Proposal Conference on Wednesday, October 14, 2009 at 11:00 AM, Local Time. Commissioning firms are encouraged to attend the conference, which will be held at the office of the Executive Director, Gloucester County Improvement Authority, 109 Budd Boulevard, Woodbury, New Jersey Gloucester County Improvement Authority reserve the right to reject any or all proposals or to waive any informality in the proposal received and to accept the proposal which in their judgment will best serve the interest of Gloucester County. Bidders are required to comply with the requirements of N.J.S.A.10:5-31 et seq. and N.J.A.C. 17: et seq. laws against discrimination because of race, religion, sex, color, etc. All bidders are hereby notified that, all contractors and sub-contractors must be registered in the State of New Jersey and Business Registration documents must be submitted at time of bid. The Gloucester County Improvement Authority is seeking professional services from a qualified Commissioning Firm (CF) to provide Commissioning Services during the

4 Additions and Renovation to the Criminal Justice Complex located on Hunter Street in Woodbury, NJ. A description of the construction components is as follows: A. Site The site is located at 70 Hunter Street in historic Woodbury, NJ B. Building Construction Addition and Renovated Areas The building is a steel framed addition with brick and block cavity wall exterior walls and full height glass curtain wall on the south and west elevations, Type IIA construction The Ground floor (33,391 SF) will accommodate the Judge s parking, the sheriff s offices, the IT office and holding cell. The first floor (34,513 SF), second floor (29,900 SF) and third floor (29,900 SF) accommodate the court offices, jury assembly, nine courtrooms, judge s chambers and jury deliberation rooms. Renovated areas consist of court offices on the first floor and two courtrooms and judge s chambers on both the second and third floors. Construction was publicly bid to five (5) Prime Contractors (PCS) with a construction start date of January 1, 2009 and estimated thirty (30) month construction duration. The addition is scheduled for completion, November The renovations will commence in November 2010 for completion in May, Commissioning Services will commence December CONSTRUCTION COST General Construction =$29 Million HVAC =$5.4 Million Plumbing =$2.4 Million Electrical =$10.8 Million Structural Steel =$4.8 Million C. Mechanical, Plumbing, Electrical, Fire Protection, Security, Audio Visual and Data The project involves the Commissioning of the components listed above by providing protocol checklist and over-site of the contractor s installation. Testing and installation is the responsibility of the contractor performing the installation.

5 D. Scope of Services Commissioning Process during Construction and Warranty Periods The commissioning process will be implemented and the CF is to: 1. Become familiar with the design intentions. Review, acknowledge and/or make recommendations on the mechanical, plumbing, electrical and security equipment, in particular, but not limited to: valve locations, duct bends for air flow considerations, return and supply grills access points in relationship to the curtain wall system and thermostat locations, electrical panel devices, security equipment locations in relationship to other building components, shaft and intake areas. Etc Prepare commissioning guideline requirements that contain commissioning charts and procedures to be the responsibility of the PCS to provide the COG. Conduct preconstruction meeting with all PCS to review the Commissioning scope of work and to validate the responsibilities of the PCS. Coordinate and schedule future activities through the Construction-Project Manager, Granary Associates-L F Driscoll Company. (PM-CM). 2. Review submittals by the CA concurrent to the designer's review. The intent is not to change the design, but become familiar and advise of access, locations, equipment requirements, life cycle recommendation and installation interface issues. 3. The CF works with the PCS to develop construction checklists (please attach example) and tracking of checklist completion. 4. The CF statistically samples installation and completion of construction items in accordance with the checklists on a periodic basis to verify that PCS have a quality process and is meeting the design intent. 5. CF develops specific functional performance test procedures (please attach example). 6. The functional test procedures are executed by the PCS, under the direction of and documented by the CF. 7. Items of non-compliance are corrected at the PCS expense and the system retested. 8. The CF reviews the Operations and Maintenance (O&M) documentation for completeness. 9. Functional performance tests to be completed and accepted before Substantial Completion. 10. The CF reviews, pre-approves and verifies the training provided by the PCS. 11. Deferred and seasonal testing and performance evaluation is conducted as specified, or required.

6 E. Commissioning Authority Responsibilities The primary role of the CF is to ensure that the COG s design intent developed during is achieved through the construction and operation of the facility. The CF may assist with problem-solving or resolving non-conformance or deficiencies, but ultimately that responsibility resides with the PCS. The CF is not responsible for design concept, design criteria, compliance with codes, design or general construction scheduling, cost estimating, or construction management. The CF will have the following responsibilities during the Construction and Acceptance Phase: 1. Coordinate and direct quality commissioning activities in a logical, sequential and efficient manner using consistent protocols, clear and regular communications, and consultations with all necessary parties, frequently updating timelines, schedules and technical expertise. 2. Coordinate the commissioning tasks and, with the PCS, ensure that commissioning activities are being incorporated into the project schedule. 3. Plan and conduct a pre-construction commissioning meeting within 10 days of CF S contract award. 4. Review normal PCS submittals applicable to systems being commissioned for compliance with commissioning needs, concurrent with Architect and Engineers review. 5. Perform on-site visits, weekly, (4 hours each), beginning December 1, 2009 through June 1, 2011 to observe component and system installations. Accomplish a statistical review of construction focusing on the COG's design intent and the quality process. Attend job-site meetings, (bi weekly), independent of site visit hours, beginning December 1, 2009 through June 1, 2011 to obtain information on construction progress. Review construction meeting minutes for revisions / substitutions relating to the COG s design intent. Assist in resolving any discrepancies. 6. Approve systems start-up by reviewing start-up reports and by selected site observations. 7. Review testing and balancing execution plan and make recommendations thereof. 8. Verify startup (construction checklist) of the control system and approve it to be used for testing and balancing, before executed. 9. Verify air and water systems balancing through statistical sampling of the report and separate field verification.

7 10. With necessary assistance and review from installing contractors, write the functional performance test procedures. Submit to COG for review and approval. 11. Analyze any functional performance trend logs and monitoring data to verify performance. 12. Coordinate witness and approve manual functional performance tests performed by installing contractors. Coordinate retesting as necessary until satisfactory performance is achieved. 13. Maintain a master issues log and a separate testing record. Provide to the COG written progress reports and test results with recommended actions. 14. Review equipment warranties to ensure that the COG s responsibilities are clearly defined. 15. Verify the training of the COG s operating personnel. 16. Compile and maintain a commissioning record and building systems book(s). 17. Review and approve the preparation of the O&M manuals. 18. Provide a final commissioning report. 19. Coordinate and supervise required seasonal or deferred testing and deficiency corrections and provide the final testing documentation for the commissioning record and O&M manuals. 20. Return to the site the 3 rd, 6 th, 9 th and 12 th month in the 1-year warranty period and review with COG facility staff the current building operation and the condition of outstanding issues related to the original and seasonal commissioning. Also interview facility staff and identify problems or concerns they have with operating the building as originally intended. Make suggestions for improvements and for recording these changes in the O&M manuals. Identify areas that may come under warranty or under the original construction contract. Assist facility staff in developing reports and documents and requests for services to remedy outstanding problems. 21. Assist in the development of a preventative maintenance plan, a detailed operating plan or an energy and resource management plan. F. Systems to Be Commissioned The following systems, including all components and controls, are the focus of the commissioning process due to their complexity and importance in the final building: 1. Central building automation systems, including linkages to remote monitoring and control sites. (This includes any security-related control

8 systems, interlocks and IT-DATA Installation components in MDF and IDF locations.) 2. All equipment of the HVAC Components. 3. Refrigeration systems. 4. Life safety systems (fire alarm, egress pressurization, fire protection, emergency lighting, emergency power, etc.) 5. Domestic and process water pumping systems 6. Lighting control systems 7. Communication and paging systems. 8. Access Security and Camera Control and Stations, Audio Visual and Data Systems. G. Qualifications It is desired that the person designated as the commissioning authority satisfy as the following requirements as possible: 1. Have acted as the principal commissioning authority for at least five projects during the past 5 years. 2. Have extensive experience in the operation and troubleshooting of HVAC systems, energy management control systems, lighting controls and security systems. Extensive field experience is required. A minimum of five (5) full years in this type of work is required. 3. Knowledgeable in building operation and maintenance, and O&M training. 4. Knowledgeable in test and balance of both air and water systems. 5. Experienced in energy-efficient equipment design and control strategy optimization. 6. Direct experience in monitoring and analyzing system operation using energy management control system trending and stand-alone data logging equipment. 7. Excellent verbal and writing communication skills. Highly organized and able to work with both management and trade contractors. 8. Professional Engineering certification is required in mechanical and electrical engineering as the lead CF Project Executive. 9. CF will demonstrate depth of experienced personnel and capability. 10. CF will be an independent contractor of the COG.

9

10 H. Instructions (Please submit the following) 1. Provide Commissioning Firm Experience: a) Percentage of overall business devoted to commissioning services b) Number of years the firm has offered commissioning services c) Average number of commissioning projects performed each year d) List of systems for which firm has provided commissioning services e) Number of registered professional engineers on staff who have directed commissioning projects f) List types of building for which the firm has provided commissioning services 2. List the key individual(s) who will be the commissioning authority for this contract and describe his or her relevant qualifications and experience. This information is required in addition to any detailed resumes the CF submits. The contract will require that this individual be committed to the project for its duration. 3. Provide project and professional references and experience for at least three commissioning projects for which the CF was the principal commissioning authority in the last three years. Include a description of the project, identify when the CF came into the project, and describe the involvement of each individual on the CF team in the projects. For each project please list the name and telephone number of the Owner Project Manager, Construction Manager, facility administrator of the building, the mechanical designer, the controls contractor site project manager, the mechanical contractor and electrical contractor. 4. Describe experience of the CF team in the following areas, listing each party s involvement: a) O&M experience b) Energy-efficient equipment design and control strategy optimization c) Life cycle costing d) Experience in environmental sustainable design e) Project and construction management 5. Describe your proposed approach to managing the project including your team participation. Describe what approach you will take to integrate the commissioning into the construction process in order to make it "business as usual". Describe what you will do to foster teamwork and cooperation from contractors and designers and what you will do to minimize adversarial relationships. Describe how your work will facilitate the use of your product

11 as a prototype that may be subsequently used by the OW in future projects, including access to the electronic versions of all documents and forms. I. Other Requirements 1. Insurance a) Prior to the commencement of its services under this Agreement, CF will provide to COG Certificate or Certificates evidencing the existence of insurance coverages as described below. Each Certificate to contain a provision that the insurance coverage represented thereby will not be canceled, nor fail to be renewed, without thirty (30) days prior written notice to COG. b) Limits: 1) Commercial General Liability, with a combined single limit in the amount of $2000,000; 2) Automobile Liability, with a combined single limit in the amount of $1,000,000; and 3) Worker's Compensation in the amounts and coverages as required by law, with Employers' Liability insurance with a limit in the amount of $1,000,000. 4) Umbrella Insurance of at $5,000,000 is required. c) CF to name COG, Architect and Construction Manager as additional insured. 2. Changes in Personnel The CF s personnel or subconsultants agree not to change the personnel assigned to this project. 3. Sole Source Responsibility a) Should CF require the service of an independent consultant, that consultant will be contracted directly with the CF, as if an employee of the CF and consultant s fee will be included in CF s fee. b) All progress and final activities and reports, etc. will be coordinated and completed by the CF.

12 J. CFA Responsibilities and Deliverables 1. Attend meetings as listed above. 2. Create commissioning plan for the project. 3. Review MPE submittals, to confirm that they meet the design intent. 4. Review O&M manuals. 5. Conduct monthly commissioning update meetings for the team. 6. Perform monthly site visits and prepare progress reports 7. Prepare verification checklists for fixed equipment items 8. Verify that adequate training is ongoing by the PCS in the execution of the verification checklists 9. Verify and recommend the function and performance tests for the building systems are adequate. 10. Verify testing and balancing procedures. 11. Coordinate and supervise seasonal testing. 12. Conduct a warranty review after ten months of occupancy 13. Assist COG in preparing a preventative maintenance plan 14. Prepare final report on all commissioned systems, documenting all the activities and results of the commissioning program. This document is to act as a reference for future building operation and maintenance since it will establish the baseline performance of the new facility

13 K. Fee Breakdown and Submission Provide a total lump sum fee to accomplish the work with an hourly rate for each team member, an estimate of hours to complete each task and an estimate of reimbursable expenses. 1. Provide your fee as follows: a) Fixed fee for construction phase b) Fixed fee for the warranty phase c) Estimate of reimbursements for the construction phase services d) Estimate of reimbursable for warranty period services e) Fixed fee for assisting COG in preparing a preventative maintenance plan 2. Please submit six (6) copies of your proposal to Danae Ciociola Director of Programs, Gloucester County Improvement by October 23, 2009 no later than 11:00 AM. All proposals must be in a sealed envelope. Faxed copies will not be accepted. **Must Contact Danae Ciociola for the rest of the proposal packet**