ADVERTISTMENT FOR DESIGN-BUILD SERVICES & PROJECT BRIEF - Department of Public Safety - North Carolina National Guard - Advertisement for Design-Build Services ...

expired opportunity(Expired)
From: North Carolina State Construction Office(State)
SCO-DPS-NCNG-JFHQ-BASandHVACMo

Basic Details

started - 19 Sep, 2022 (18 months ago)

Start Date

19 Sep, 2022 (18 months ago)
due - 14 Oct, 2022 (17 months ago)

Due Date

14 Oct, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
SCO-DPS-NCNG-JFHQ-BASandHVACMo

Identifier

SCO-DPS-NCNG-JFHQ-BASandHVACMo
State Construction Office

Customer / Agency

State Construction Office
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

RFP for the HVAC Energy Saving Measures and Controls Replacement NCNG Joint Force Headquarters 1 Advertisement for Design-Build Services & Project Brief Project: JFHQ Controls Modernization North Carolina National Guard Joint Force Headquarters Advertised: September 9, 2022, 2022 Pre-proposal Mtg: September 19, 2022 at 10:00 AM in JFHQ Cafeteria Closing Date for Qualification Proposals: October 7, 2022 5:00 PM (Time Stamped by front desk) The North Carolina National Guard Requests Design-Build teams to submit their qualifications for the project described herein. Project Description: The North Carolina National Guard is in the process of standardizing their Building Automation Systems in all facilities to allow a Unified Front End to be put in place for use by both the Maintenance and Energy departments. As the location where the Unified Front End is intended to be housed and managed from, it is the intention of the NCNG to replace and bring up to standard the BAS in the JFHQ. The
JFHQ facility is also the largest energy consumer in the NCNG portfolio and as such it is the intent of the NCNG to pursue HVAC and BAS design changes to capitalize on HVAC energy savings opportunities while renovating the facility. The project will utilize the design build method of delivery as defined in NCGS 143-128.1A. Project Scope: Building Automation System: The base intent of this project is to provide a complete replacement of the existing JCI Metasys Building Automation System with a system that meets the NCNG Building Automation System standards. It will not be acceptable to reuse the existing JCI controllers for this renovation in any way. It is the intent of the renovation that the currently selected CSI (Controls Systems Integrator) will be contracted as indicated in the standard BAS specifications for the CSI scope of work. The currently installed JCI Building Automation System consists of a UL864 smoke control rated system serving all AHUs, Fans, and VAV boxes, and a non-smoke rated system serving HW and CHW plants and all integrations. Due to the nature of the mechanical design, the BAS renovation will have to conform to this implementation method. The existing smoke control and/or Firemans Control panel is intended to remain as installed unless found inoperable, should it be found inoperable its repair or replacement will be performed outside of the base scope of this contract. Existing wiring is BACnet MSTP between controllers and may be re-used in areas where it is found to be intact. All control valves and damper actuators are to be re- used where found to be operable, any found to be inoperable will be noted and reported to owners maintenance for addressing outside of the base contract. All temperature and humidity sensors will be replaced for all systems. The new Building Automation System will use a Tridium Niagara N4 Graphical User Interface with a new on-site server and operator workstation being provided by the Controls Contractor. Additional information and requirements for the Building Automation System can be found in the provided standard specifications and associated 35% drawings. The scope also includes code level system verification by the acting Engineer of Record, provision of system documentation including RFP for the HVAC Energy Saving Measures and Controls Replacement NCNG Joint Force Headquarters 2 system descriptions, operations manuals, and as-built construction drawings. The design shall comply with all NCNG and SCO design standards. HVAC and Controls Energy Savings Measure Alternates: In conjunction with the Building Automation System replacement, the design and implementation team is expected to review energy saving opportunities related to the mechanical system in conjunction with the controls replacement and within the original budget of the project. A study performed by Stanford White (now Salas OBrien) has been provided as supporting information to be reviewed for previously identified energy savings modifications. Design Build Teams are expected to provide recommendations for system modifications that they intend to investigate further during the design process in their proposals. It is expected that the energy saving measures will be priced independently from the Building Automation System renovation, with each option being counted as an alternate once entering the pricing stage assuming that the controls replacement has not consumed the allotted budget. Design Build Teams should anticipate providing direction to owners during pricing exercises regarding which opportunities if any will fit within the original budget. Building Automation System Background Information: The NCNG has been working on the standardization of graphics and associated BAS functions for consolidation in a Tridium N4 Unified Front End (UFI) since 2016. This standardization has required a significant amount of support work from a Controls Systems Integrator to ensure that the vision of the NCNG could be implemented in their BASs. The NCNG BAS Task Force and CSI have worked with CERL, G6, Facility Maintenance Departments, and CFMO staff to ensure that the systems meet all the requirements of the NCNG for consolidation on a UFI. For the selection of a CSI the NCNG reviewed both system installation practices and post construction support of the BAS and after an exhaustive interview process selected Hoffman Building Technologies to act as the NCNG CSI. HBT has supported the NCNG in its BAS goals since 2018 and has worked on a total of (10) facilities to date in both new construction and controls renovations. Project Site: The project site is the North Carolina National Guard Joint Force Headquarters located at 1636 Gold Star Dr. Raleigh, NC 27607. Access to this site will require contractor badges, obtaining contractor badges may require background checks for each employee accessing the site. The ability for contractors to pass background checks as required for badging shall not impact the project execution or timeline and should be considered when submitting a proposal for this project. RFP for the HVAC Energy Saving Measures and Controls Replacement NCNG Joint Force Headquarters 3 AOS) Stott) ere) ss " National, CEE aed 2 Hp se RTE -40 06950 9 A _ DSR hyp RFP for the HVAC Energy Saving Measures and Controls Replacement NCNG Joint Force Headquarters 4 Project Budget: The estimated project budget is $1,200,000.00 Project Schedule: The following is the anticipated project award and milestone schedule: Project Phases (Proposal and Award) Date Advertise for Design Services September 9, 2022 Mandatory Pre-Proposal Meeting (meeting at 10:00 in ) September 19, 2022 Secondary Site Visit for Contractors (If Required) September 21, 2022 Questions due by EOD September 26, 2022 Final Addendum and QA Log if required September 28, 2022 Receive Qualification Proposals October 7, 2022 Short List Firms for Interview Announcement October 10, 2022 Interview Shortlisted Firms October 12, 2022 NCNG CFMO Approval October 14, 2022 Scope Meeting and Receive Design-Build Services Proposal October 21, 2022 State Construction Execute Design-Build Contract October 28, 2022 Project Phases (Design and Implementation) Date Design Substantially Complete including all reviews December 15, 2022 Construction Begin February 15, 2023 Construction Substantially Complete October 15, 2023 Testing and Commissioning Complete November 15, 2023 Operational Confirmation and Acceptance December 15, 2023 NCNG Acceptance January 15, 2024 Project Complete, including as-builts, and documentation February 15, 2024 Project Design and Price Development: The contract will be administered in phases as indicated above. The design fee will be included as the primary pricing mechanism for the award of this design build project. As the design proceeds, the design build team will continually develop and revise the estimated project cost using an open book methodology that is highly transparent and collaborative. At the end of the design process, the design build team shall develop a guaranteed maximum price for the completion of the project excluding the design fees already priced in the proposal stage of this project. Criteria Used in Selection Process: The following criteria will be used in evaluating the submittals, so submittals should include the following as a minimum: RFP for the HVAC Energy Saving Measures and Controls Replacement NCNG Joint Force Headquarters 5 Criteria Weight Specialized or appropriate experience in the type of project 15% Past performance on similar projects 10% Previous successful work by selected Controls Contractor with the NCNG 10% Previous successful work by selected Design Engineer with the NCNG 10% Adequate staff and proposed team members experience 5% Current Workload 5% Proposed Project Approach 10% Project Management and Construction Management Capabilities 10% Record of successfully completed projects without major legal or technical problems 5% Historically Underutilized Business (HUB) participation and utilization in proposed team structure 5% The teams recent experience with the NC State Construction Office 5% Total initial design fee to execute for construction documents 10% Selection Process: Pre-Proposal Meeting is to be held on September 19th, 2022 at 10:00 am in the NCNG JFHQ Cafeteria with site tour to directly follow meeting. The pre-proposal meeting and site walkthrough is mandatory for confirmation of existing site conditions. Please inform the PM, Harold Litzenberger, two days in advance if you will be attending the pre-proposal meeting or the alternate site visit and if so, how many attendees you will have at each. A draft version of the design-build contract will also be made available on September 19th to all interested parties for reference. All proposals are due on October 7th no later than 5:00 PM. A Selection Committee, consisting of staff members from the NCNG Construction and Facilities Office will convene on October 10th to discuss the Design-Build Teams proposals. The Selection Committee will then select and contact the design-build teams that have been shortlisted for formal interviews. Design Build Interviews are scheduled for October 12th. The format of the interview will consist of a 30- minute presentation by the designer and their associated design team that will be followed by a 1015- minute question and answer session. Each design team is expected to have at a minimum the person(s) from their firm(s) who will be responsible for the execution of this project. This should include at a minimum a member from the Design Build Contractor, Design Engineering firm (If separate from Design Build Contractor), Proposed Controls Contractor, and NCNG CSI (If separate from Controls Contractor) Following the interviews, the Selection Committee will issue recommendations, in priority order, for the selection of the Design-Build Team. This list will be presented to NCNG Leadership for the final approval. Submittal: Submittals should include information addressing: The selection criteria in the table above All items of the attached Qualifications Questionnaire RFP for the HVAC Energy Saving Measures and Controls Replacement NCNG Joint Force Headquarters 6 The attached Verification documents Note: (3) three hard copies and (1) one electronic PDF file of the submittal are required. Please contact only the NCNG assigned Project Manager, Harold Litzenberger, for any matters related to this submittal. No other NCNG Staff including CFMO, BAS Task Force, or any NCNG officials are to be contacted. Responses will be issued to all interested parties. All questions should be directed via email for record keeping purposes to Harold Litzenberger. Hard copies of submittal package will be submitted to the front desk of the JFHQ on October 7th by 5:00 PM Hard copys must be in a sealed envelope with the project ID and submitting firm clearly marked on the front of the envelope Envelope to be addressed to the attention of the assigned PM listed below. Should the submitting firm choose to send hard copies via mail, the submitting firm assumes all risk in ensuring that the submittal is received on time. For all in person submissions, the submitting firm must contact the project manager at least one day prior to the intended submission date to be listed for site entry at the guard shack. Hard copies should be printed on recycled paper to support sustainability initiatives. Harold Litzenberger NCNG Project Manager Harold@ipd-design.com 919-274-9720 Mailing address: NCNG CFMO Office ATTN: Harrold Litzenberger REF: JFHQ RFP Project # 1636 Gold Star Drive Raleigh, NC 27607 mailto:Harold@ipd-design.com RFP for the HVAC Energy Saving Measures and Controls Replacement NCNG Joint Force Headquarters 7 STATE OF NORTH CAROLINA Qualifications Questionnaire for Design-Build Team Due Date: October 7th No later than 5:00PM Submitted to: Harold Litzenberger NCNG Project Manager CFMO Office 1636 Gold Star Drive Raleigh, NC 27607 Harold@ipd-design.com C: 919-274-9720 Project Title: JFHQ Controls Modernization Proposers Name and Principal Office serving this project: (Include Company Name and address along with the name of the contact person with telephone number and e-mail address) Profile of Proposer: A. Give corporate history of the company including organizational structure, years in business and evidence of authority to do business in North Carolina. B. Provide annual workload for each of the last five (5) years for the office serving this project to include number of projects, type of construction delivery, and annual cumulative dollar value of associated projects C. List projects for which the companys local office is currently committed including name & location of each project, time frame to complete & dollar value of each project. D. Financials Attach latest balance sheet and income statement if available, based on company type. Audited statements preferred. If not available, attach a copy of the latest annual renewal submission to the relevant licensing board. Indicate Dunn & Bradstreet rating if one exists. (Firms must submit financial data and may clearly indicate a request for confidentiality to avoid this item becoming part of a public record. Private firms may choose to remotely walk a NC representative through their financials live in leu of submitting records) E. Attach letter from Surety Company or its agent licensed to do business in North Carolina verifying proposers capability of providing adequate performance and payment bonds for this project. F. Litigation/Claims. If yes to any of the questions below, list the project(s), dollar value, contact information for owner and designer and provide a full explanation with relevant documentation. 1. Has your company ever failed to complete work awarded to it? ___Yes ___No 2. Has your company ever failed to substantially complete a project in a timely manner (i.e. more than 20% beyond the original contracted, scheduled completion date)? ___Yes ___No mailto:Harold@ipd-design.com RFP for the HVAC Energy Saving Measures and Controls Replacement NCNG Joint Force Headquarters 8 3. Has your company filed any claims with the North Carolina State Construction Office within the last five years? ___Yes ___No 4. Has your company been involved in any suits or arbitration within the last five years? ___Yes ___No 5. Are there currently any judgments, claims, arbitration proceedings or suits pending or outstanding against your company, its officers, owners, or agents? ___Yes ___No 6. Has your present company, its officers, owners, or agents ever been convicted of charges relating to conflicts of interest, bribery, or bid-rigging? ___Yes ___No 7. Has your present company, its officers, owners, or agents ever been barred from bidding public work in North Carolina? ___Yes ___No Project Experience: A. List three projects of similar size, scope and complexity performed by the design build proposer using the design build delivery method. B. For each of the three projects, include specific details on the extent to which design, pre- construction & construction phase services were provided. C. For each of the three projects above, compare the number of days in the original schedule with the number of days taken for actual completion. Provide original baseline and final bar chart schedule for each project. D. For each of the three projects listed above, attach project owner references including the name, address, telephone and fax numbers, and e-mail address of the project owner representative. Key Personnel/Firms A. Provide description, with examples if applicable, of process for successfully delivering this proposed project. Address each phase of project (design, pre-construction and construction). Include explanation of project team selection; practices and procedures to ensure quality; and other factors that may be applicable. The following project team selection method is permitted for this project. 1. A list of the licensed contractors, licensed subcontractors, and licensed design professionals whom the design-builder proposes to use for the project's design and construction. If this project team selection option is used, the design-builder may self-perform some or all of the work with employees of the design-builder and, without bidding, also enter into negotiated subcontracts to perform some or all of the work with subcontractors, including, but not exclusively with, those identified in the list. In submitting its list, the design-builder may, but is not required to, include one or more unlicensed subcontractors the design-builder proposes to use. If this project team selection option is used, the design-builder may, at its election and with or without the use of negotiated subcontracts, accept bids for the selection of one or more of its first-tier subcontractors. B. List of key personnel who will be assigned to the project. Attach sworn statement that the above persons will be assigned to this project for its duration. C. For each firm and/or person listed above, list what aspects of design, pre-construction or construction the person will handle. For those firms/persons who will divide their time between design, pre-construction and construction phases, indicate what percentage of their time will be devoted to each phase. RFP for the HVAC Energy Saving Measures and Controls Replacement NCNG Joint Force Headquarters 9 D. For each firm/person listed in response to A & B above, list his/her experience with firm, other prior and relevant experience with projects of similar size and scope in construction/design, and the persons location. Attach the resumes and references for each person listed. E. Attach project organizational chart indicating the placement of each of the firms/persons listed in response to A & B above. Project Planning: A. Provide a brief, overall description of how the project will be organized and managed, and how the services will be performed in both Design, Pre-Construction and Construction Phases. Project planning that offers the same project manager for pre-construction and construction phases shall be given preference. a. Planning b. Design c. Value Engineering d. Constructability Issues e. Cost Model/Estimates f. Project Tracking/Reporting g. Request for Information (RFI) and Shop Drawings h. Quality Control i. Schedule and Staffing Plan j. Inspections B. Minority Participation: Describe the program (plan) that your company has developed to encourage participation by Minority and other HUB firms to meet or exceed the goals set by North Carolina General Statute 143-128.2. Attach a copy of that plan to this proposal. Provide documentation of the Minority and other HUB participation that you have achieved over the past two years on both public and private construction projects. Outline specific efforts that your company takes to notify Minority and other HUB firms of opportunities for participation. Indicate the minority participation goal that you expect to achieve on this project. This the _______ day of __________________, 20______ **Company Name** (Corporate Seal) By:_______________________ Title:______________________ Attest: _____________________________ RFP for the HVAC Energy Saving Measures and Controls Replacement NCNG Joint Force Headquarters 10 RFP for the HVAC Energy Saving Measures and Controls Replacement NCNG Joint Force Headquarters 11 VERIFICATION I HEREBY CERTIFY THAT THE RESPONSES OF_______________________________________________ ARE CORRECT AND TRUTHFUL TO THE BEST OF MY KNOWLEDGE AND FOR THOSE RESPONSES GIVEN WHICH ARE BASED ON INFORMATION AND BELIEF, THOSE RESPONSES ARE TRUE AND CORRECT BASED ON MY PRESENT BELIEF AND INFORMATION. This the _______ day of __________________, 20______ **Company Name** (Corporate Seal) By:______________________________ Attested:_________________________ State Of_______________________________ County Of_____________________________ I, ________________________, a Notary Public in and for the County and State aforesaid, hereby certify that ___________________________ personally came before me this day and acknowledged that he/she is secretary of ________________ and that by authority duly given and as the act of the corporation, the foregoing instrument was signed in its name by its president, sealed with its corporate seal, and attested by him/herself as is secretary. Witness my hand and official seal, this the _____ day of ________________, 20______. ____________________________ Official Signature of Notary ____________________________ Notary Public Notarys Printed or Typed Name ____________________________ My Commission Expires:

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

Pre-Advertisement - RFQ 5619 Project No. 23104 Design/Build Industrial Park Roadway

Due: 15 May, 2024 (in 1 month)Agency: City of Corpus Christi Contracts Procurement

Design-Build Services for Wells

Due: 11 Apr, 2024 (in 14 days)Agency: St. Johns County - Purchasing Department

North Carolina Department of Public Safety

Due: 09 May, 2024 (in 1 month)Agency: STATE OF NC - CONSTRUCTION OFFICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.