state of colorado office of the state architect state … · leed 2009 for new construction and...
TRANSCRIPT
STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS
REQUEST FOR QUALIFICATIONS FOR COMMISSIONING AUTHORITY SERVICES For The NORTHEASTERN JUNIOR COLLEGE For The ES FRENCH HALL RENOVATION PROJECT
RFQ (Rev.12/2006)
REQUEST FOR QUALIFICATIONS FOR COMMISSIONING AUTHORITY SERVICES TABLE OF CONTENTS ADVERTISEMENTS I. INTRODUCTION
A. Project Description 1. Introduction 2. Project Description 3. Objectives 4. Minimum Qualification
B. Selection Process 1. Pre-Submittal Conference 2. Architect/Engineer/Consultant Submittals 3. Screening Panel/ Short List 4. Oral Interviews
C. Schedule II. SUBMITTAL REQUIREMENTS
a. Project Team b. Firm Capabilities c. Prior Experience D. Project Approach E. Work Location
APPENDICES
Appendix A: Preliminary Selection/Evaluation Form Appendix A1: Interview Selection/Evaluation Form Appendix A2: Final Ranking Matrix Appendix B: Architect/Engineer/Consultant Contract (Standard Format) Appendix C: Certification and Affidavit Regarding Unauthorized Immigrants Appendix D: Acknowledgment and Attestation Form Appendix E: Preliminary Project Documents
RFQ (Rev.12/2006) Page 1
COMMISSIONING AUTHORITY SERVICES REQUEST FOR QUALIFICATIONS
NORTHEASTERN JUNIOR COLLEGE
I. INTRODUCTION
A. PROJECT DESCRIPTION
1) Introduction Northeastern Junior College is preparing to select a highly qualified Commissioning Authority (CxA) firm to act as a building Commissioning Authority for ES French Hall renovation project. Building is located on the Northeastern Junior College Campus in Sterling, Colorado. Northeastern Junior College has received Capitol Construction Funding from the FY 2013-2014 state budget. The fixed limit construction cost set by Northeastern Junior College is $9,700,000.00. Commissioning Authority Firms interested in submitting qualifications for this project should have successfully completed projects of similar scope and complexity. Also the Commissioning Authority must be able to begin work immediately upon selection. The purpose of this Request for Qualifications (“RFQ”) is to solicit qualifications from a Commissioning Authority to support Northeastern Junior College by working with the design team to provide critical input during the development of design and construction documents; by working with the construction team to ensure complete system functionality of the various systems; to commission the requested systems and document the commissioning activities; to provide any additional documentation, if required, for obtaining LEED certification (Current goal is to achieve “Certified” or better). Details regarding the type of services are set forth in the RFQ.
2) Project Description The project scope currently consists of renovating approximately 67,000 sf on two floors of the ES French Hall building. The project will also add approximately 3,000 sf of new interior space by closing in an existing open air center courtyard. The current phase of the project is schematic development. The 100% schematic development drawings are planned to be completed by October 7, 2013 and the design development drawings and construction bid package documents are planned to be completed as follows:
a) 100% Design Development Drawings – 12/16/13 b) 100% Construction Documents – 2/28/14
Project documents that are available at this time are included in Appendix E (preliminary floor plans, and preliminary LEED Project check list. The 100% SD documents will be available on October 8, 2013 to all firms at the pre-submittal meeting.
RFQ (Rev.12/2006) Page 2
Anderson Mason Dale Architects is the Architect of Record for the Project. Cator Ruma & Associates is the MEP/Sustainability engineering sub-consultant of record to Anderson Mason Dale Architects. Northeastern Junior College considers commissioning to be an integral part of the entire project process to help assure that building systems operate correctly and the design intent when Northeastern Junior College takes occupancy of the project. The services to be provided by the CxA include pre-construction, construction and warranty phase services. The CxA must develop a comprehensive understanding of the project relative to the current program, assumptions, constraints, and budget. During all phases, the selected CxA will report directly to Northeastern Junior College’s Project Manager and will be expected to actively participate with Northeastern Junior College’s project design and construction team comprised of the following: Northeastern Junior College’s Director Of Physical Plant – Tracey Knox Northeastern Junior College’s Project Manager – Project One Project Architect – Anderson Mason Dale Architects MEP Engineer of Record – Cator Ruma & Associates Structural Engineer – REI Structural Civil Engineer – Brown Civil Engineering Information Technology/Audio Visual – Rimrock Group, Inc. Theater Acoustics and Lighting – D.L. Adams & Associates, Co. Cost Estimating - Parametrix Code Consulting – Safebuilt General Contractor – TBD
3) Objectives The objective of commissioning is to provide documented confirmation that a facility fulfills the functional and performance requirements of the building owner, occupants, and operators. To reach this goal, the commissioning objectives for this project are as follows:
a) Incorporate into the project design, provisions to allow the pursuit of LEED
certification prerequisite “Energy & Atmosphere (EA) Prerequisite 1 Fundamental Commissioning of Building Energy Systems” as defined in LEED 2009 for New Construction and Major Renovation. [BASE SCOPE]
b) Incorporate into the project design documentation, provisions to allow the pursuit of LEED certification credit “Energy & Atmosphere (EA) Credit 3, “Enhanced Commissioning” as defined in LEED 2009 for New Construction and Major Renovation. [ADD ALTERNATE TO BASE SCOPE IF BUDGET ALLOWS]
4) Minimum Qualifications
a) Acted as the principal CxA for at least (2) school / college / university
projects exceeding $4,000,000.00 in construction costs.
b) The CxA shall have a minimum of 4 years documented experience in building commissioning.
RFQ (Rev.12/2006) Page 3
c) All Commissioning shall be under the supervision of a Colorado Registered Professional Engineer experienced in Commissioning and employed in the local office. This Engineer shall sign and approve the final commissioning report.
d) The CxA office shall be a full member of the Building Commissioning Association.
e) LEED Accredited Professional is required as a key member of the commissioning team.
B. SELECTION PROCESS
The selection of an architect/engineer/consultant will be conducted in accordance with the Colorado Revised Statutes, 24-30-1401 et. seq. The process will involve two stages: submittals will be screened and scored. A limited number of firms will be short listed and invited to participate in oral interviews. Northeastern Junior College will attempt to negotiate a contract with the highest ranked firm following the interview segment. Following is additional information relative to the selection process:
1. Pre-submittal Conference: To ensure sufficient information is available to
firms preparing submittals, a mandatory pre-submittal conference has been scheduled. The intent of this conference is to tour the site and to have Northeastern Junior College staff available to discuss the project. Firms preparing submittals must attend and sign-in in order to have their submittals accepted. The pre-submittal conference will be held at:
Northeastern Junior College
219 Hayes Student Center 100 College Avenue Sterling, CO 80751 October 8, 2013 from 1:00 pm to 2:00 PM
2. Architect/Engineer/Consultant’s Submittals: Specific requirements for
submittals and scoring criteria are detailed in II. SUBMITTAL REQUIREMENTS. In order to facilitate review, five ( 5 ) hard copies of submittals and one (1) CD must be provided. Submittals must be received at:
Northeastern Junior College
Procurement Office 100 College Avenue Sterling, CO 80751 Attention: Annie Shalla
Deadline for receipt (whether mailed or hand delivered) is: October 16, 2013 at 4:00 PM.
Late submittals will be rejected without consideration. Northeastern Junior College and the State of Colorado assume no responsibility for costs related to the preparation of submittals.
RFQ (Rev.12/2006) Page 4
3. Screening Panel/Short List: Submittals will be evaluated by a panel of individuals selected in accordance with state policies. The panel will review and score the submittals. Firms ranked the highest will be invited to an oral interview. It is anticipated no fewer than three (3) or no more than four (4) will be interviewed.
4. Oral Interviews. It is anticipated that oral interviews will be conducted on
10/22/13. Interviews will be conducted at:
Northeastern Junior College Walker Hall Conference Room 211
100 College Avenue Sterling, CO 80751
The time for interviews is to be determined. Key personnel from the firm and major consultants who will be directly involved with the project should attend the interview. The interview panel will, in particular, be interested in knowing about the project approach proposed and in meeting the individuals who will act as the primary contacts with Northeastern Junior College.
C. SCHEDULE
Following is a detailed schedule of events for the RFQ process and an outline of the schedule for the balance of the project.
Advertisement 09/30/13 RFQ Document Available 09/30/13 Pre-submittal Conference 10/8/13 Date Fax/Email Questions Due 10/11/13 Date Answers Due to all Firms 10/14/13 RFQ Submittal Due 10/16/13 Submittal Screening 10/18/13 A/E Interview List Released 10/18/13 A/E Oral Interviews (as scheduled) 10/22/13 Negotiation of Contract 10/23/13-10/29/13 Contract Approval (projected) 11/1/13 Anticipated Commissioning Start 11/4/13 Anticipated Construction Start/Finish May 2014 to August 2015
RFQ (Rev.12/2006) Page 5
II. SUBMITTAL REQUIREMENTS
Firms will be judged not only on their past experience for the type of work involved, but also on their ability to address issues critical to the success of the project requirements outlined in this RFQ document. Following are elements that will be used to evaluate each firm's qualifications:
A. PROJECT TEAM
Identify the project principal, the project manager, key staff and subconsultants. Present a brief discussion regarding how the team's qualifications and experience relate to the specific project.
Elements that will be considered by the panel when scoring your submittal: Qualifications and relevant individual experience. Unique knowledge of key team members relating to the project. Experience on projects as a team. Key staff involvement in project management and on-site presence. Time commitment of key staff. Qualifications and relevant subconsultant experience.
B. FIRM CAPABILITIES
Elements that will be considered by the panel when scoring your submittal: Are the lines of authority and coordination clearly identified? Experience with LEED commissioning projects exceeding $5,000,000.00 in
construction costs and similar in scope and complexity. Experience with commissioning of LEED school / college / university buildings Current and projected work load.
Note: Organization charts and graphs depicting your capacity may be included.
C. PRIOR EXPERIENCE
Use this portion of your submittal to describe relevant experiences with the project type described in this RFQ document and various services to be provided. Elements that will be considered by the panel when scoring your submittal: Experience of the key staff and firm with projects of similar scope and complexity. Demonstrated success on past projects of similar scope and complexity. Experience with Variable Refrigerant Flow systems. References. Note: Include the name and current telephone number of the owner’s project manager for every project listed.
D. PROJECT APPROACH
RFQ (Rev.12/2006) Page 6
Discuss your specific Project Approach and methodology in working with the project team to achieve the project goals. Identify the critical issues and specific challenges that this project presents and how your approach will address these critical issues and challenges. Identify within a timeline when the critical issues must be addressed in order to meet the proposed completion dates.
Describe your proposed approach to managing the project expertly and efficiently, including distribution of tasks and duration of which staff will be on site during what periods of time, etc. Describe what approach you will take to integrate the commissioning into the normal design and construction process in order to minimize potential time delays. Describe what you will do to foster teamwork and cooperation from contractors and design team and what you will do to minimize adversarial relationships. Describe how you intend to determine the appropriate level of commissioning effort for the various systems. As an attachment, provide the following work products that members of the Respondent’s team developed. List the team member who actually wrote the document and the projects on which they were used. Work from the designated Commissioning Agent is preferred. Commissioning plan that was executed Sample commissioning specifications Actual functional test procedure from that was executed. Describe any revisions (additions or deletions) you would propose to the scope of work requested in this RFQ. Provide adequate explanation of these changes to allow the selection team to evaluate their merit. Schedule.
Manage the required work to meet the established schedule
E. WORK LOCATION Describe where the prime and subconsultants will do the key work elements of this project.
Elements that will be considered by the panel when scoring your submittal: Proximity of firms office as it may affect coordination with the State's project
manager and the potential project location. Firm's familiarity with the project area. Knowledge of the local labor and material markets.
RFQ (Rev. 12/2006)
Appendix A
STATE BUILDINGS PROGRAMS PRELIMINARY SELECTION/EVALUATION FORM COMMISSIONING AUTHORITY SERVICES QUALIFICATION BASED SELECTION (This form is to be used in the first step, i.e.short listing, of a Commissioning Authority services selection process.) Evaluator #:_______________________________ Date: ________________________ Name of Firm:___________________________________________________________ Name of Project:__________________________________________________________ RFQ REFERENCE MINIMUM REQUIREMENTS Y ____ N ____ If the minimum requirements have not been met, specify the reason(s): ________________________________________________________________________________________________________________________________________________________
Acknowledgment and Attestation included: Y _____ N _____ SCORE (PROJECT SPECIFIC QUALIFICATIONS): Weight1 x Rating2 = Score 1. PROJECT TEAM Qualifications and relevant individual experience. _____x_____=____ Unique knowledge of key team members relating to the
project. _____x_____=____ Experience on projects as a team. _____x_____=____ Key staff involvement in project management and on- site presence. _____x_____=____ Time commitment of key staff. _____x_____=____ Qualifications and relevant subconsultant experience. _____x_____=____
2. FIRM CAPABILITIES Are the lines of authority and coordination clearly identified _____x_____=____ Experience with LEED commissioning projects exceeding
$4 mil. in construction costs and similar in scope and complexity _____x_____=____ Experience with commissioning of LEED school /
college / university building _____x_____=____ Current and projected work load. _____x_____=____
3. PRIOR EXPERIENCE/PERFORMANCE Experience of the key staff and firm with projects of similar
scope and complexity. _____x_____=____ Demonstrated success on past projects of similar scope
RFQ (Rev. 12/2006)
and complexity. _____x_____=____ Experience with Variable Refrigerant Flow systems _____x_____=____ References. _____x_____=____
4. PROJECT APPROACH
Project Approach and methodology. _____x_____=____ Sample Work Product. _____x_____=____ Schedule maintenance methodology. _____x_____=____
5. WORK LOCATION Proximity of firm’s office as it may affect coordination with the state's project manager and the potential project location. _____x____=_____ Firm's familiarity with the project area. _____x____=_____ Knowledge of the local labor and material markets. _____x____=_____
TOTAL SCORE: ________3
NOTES: 1. Weights are to be assigned prior to evaluation and are to be consistent on all
evaluation forms. 2. Rating: 1 = Unacceptable 2 = Poor 3 = Fair 4 = Good 5 = Excellent
3. Total score includes the sum total of all criteria.
RFQ (Rev. 12/2006)
Appendix A1
STATE BUILDINGS PROGRAMS INTERVIEW SELECTION/EVALUATION FORM COMMISSIONING AUTHORITY SERVICES QUALIFICATION BASED SELECTION (This form is to be used in the second step, i.e. oral interview, of a Commissioning services selection process.) Evaluator #:_________________________________________ Date:_____________________ Name of Firm:_________________________________________________________________ Name of Project:_______________________________________________________________ SCORE (OVERALL QUALIFICATIONS)1: Weight2 x Rating3 = Score 1. PROJECT TEAM _____ x _____ = _____ 2. PROJECT MANAGEMENT _____ x _____ = _____ 3. PROJECT APPROACH _____ x _____ = _____ 4. PRIOR EXPERIENCE _____ x _____ = _____ 5. WORK LOCATION _____ x _____ = _____
TOTAL SCORE: ________4
NOTES: 1. Agencies are encouraged to include additional criteria that reflect the unique characteristics of
the project under each category to help determine the submitter's overall qualifications. 2. Weights are to be assigned prior to evaluation and are to be consistent on all evaluation
forms. 3. Rating: 1 = Unacceptable 2 = Poor 3 = Fair 4 = Good 5 = Excellent 4. Total score includes the sum total of all criteria. A passing score (as a percentage of the total
points available) is to be established prior to selection.
RFQ (Rev. 12/2006)
APPENDIX A2 STATE BUILDINGS PROGRAMS FINAL RANKING MATRIX QUALIFICATION BASED SELECTION (This form is to be used to rank and determine the most qualified architectural/engineering/consulting services firm in a selection process.) FIRM
QUALIFICATIONS SCORE1
CUMULATIVE2 TOTAL SCORE
RANK3
EVAL #1
EVAL #2
EVAL #3
EVAL #4
EVAL #5
EVAL #6
NOTES: 1. Insert total score from each evaluator's INTERVIEW SELECTION/EVALUATION FORM only. 2. Add all evaluators' total scores to determine the cumulative score. NOTE: Each firm's cumulative total score should be as a percentage of
the total points available. 3. Rank all firms with the highest scoring firm being the most qualified.
State Form MWBE-1 Page 1 of 2 Rev. 9/2006
APPENDIX B
ARCHITECT/ENGINEER/CONSULTANT CONTRACT (STANDARDSC-5.1)
This agreement can be found on the State’s website:
http://www.colorado.gov/cs/Satellite/DPA-EO/DEO/1251575323557
State Form MWBE-1 Page 2 of 2 Rev. 9/2006
APPENDIX D
CERTIFICATION AND AFFIDAVIT REGARDING UNAUTHORIZED IMMIGRANTS
STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS CERTIFICATION AND AFFIDAVIT REGARDING ILLEGAL ALIENS
Institution/Agency: Northeastern Junior College
Project No./Name: P1314/ ES French Hall Renovation
The Vendor, whose name and signature appear below, certifies and agrees as follows: 1. The Vendor shall comply with the provisions of CRS 8-17.5-101 et seq. The Vendor shall not knowingly employ or contract with an illegal alien to perform work for the State or enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien. 2. The Vendor represents, warrants, and agrees that it (i) has verified that it does not employ any illegal aliens,
through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, and (ii) otherwise shall comply with the requirements of CRS 8-17.5-102(2)(b).
3. The Vendor shall comply with all reasonable requests made in the course of an investigation under CRS 8-
17.5-102 by the Colorado Department of Labor and Employment. If the Vendor fails to comply with any requirement of this provision or CRS 8-17.5-101 et seq., the State may terminate work for breach and the Vendor shall be liable for actual and consequential damages to the State.
4. If the Vendor is a sole proprietor, the undersigned hereby swears or affirms under penalty of perjury under the
laws of the State of Colorado that (check one): I am a United States citizen, or I am a Permanent Resident of the United States, or I am lawfully present in the United States pursuant to Federal law. I understand that this sworn statement is required by law because I am a sole proprietor entering into a contract to perform work for the State of Colorado. I understand that state law requires me to provide proof that I am lawfully present in the United States prior to starting work for the State. I further acknowledge that I will comply with the requirements of CRS 24-76.5-101 et seq. and will produce the required form of identification prior to starting work. I acknowledge that making a false, fictitious, or fraudulent statement or representation in this sworn affidavit is punishable under the criminal laws of Colorado as perjury in the second degree under CRS 18-8-503 and it shall constitute a separate criminal offense each time a public benefit is fraudulently received.
CERTIFIED and AGREED to this ______ day of _________________, 200___. VENDOR: Vendor Full Legal Name FEIN or Social Security Number BY: Signature of Authorized Representative Title
APPENDIX E
ACKNOWLEDGEMENT AND ATTESTATION FORM
By responding to these guidelines, the respondent(s) certify that he/she has reviewed the Agreement and its Exhibits contained herein, and is familiar with their terms and conditions and finds them expressly workable without change or modification. I certify and declare that the foregoing is true and correct. Subscribed on ________________________ at _________________________, Date City ____________________________, State of ____________________________, County State ________________________________ ____________________ Applicant or Corporate Officer Signature Date ________________________________ _____________________ Witness Date NOTE: Use full corporate name and affix corporate seal (if available). (Seal)
APPENDIX E `
LEED 2009 for New Construction and Major Renovations NJC French Hall
Project Checklist 2013-10-08
7 1 Possible Points: 26Y ? N Y ? N
Y Prereq 1 1 Credit 4 1 to 2
1 Credit 1 1 Credit 5 1 to 2
Credit 2 5 Credit 6 Rapidly Renewable Materials 1
Credit 3 Brownfield Redevelopment 1 1 Credit 7 1
Credit 4.1 6
1 Credit 4.2 1 12 1 Possible Points: 153 Credit 4.3 Alternative Transportation—Low-Emitting and Fuel-Efficient Vehicles 3
2 Credit 4.4 2 Y Prereq 1
Credit 5.1 Site Development—Protect or Restore Habitat 1 Y Prereq 2
Credit 5.2 Site Development—Maximize Open Space 1 1 Credit 1 1
Credit 6.1 Stormwater Design—Quantity Control 1 Credit 2 1
Credit 6.2 Stormwater Design—Quality Control 1 1 Credit 3.1 1
1 Credit 7.1 Heat Island Effect—Non-roof 1 1 Credit 3.2 1
Credit 7.2 1 1 Credit 4.1 1
Credit 8 Light Pollution Reduction 1 1 Credit 4.2 1
1 Credit 4.3 1
6 Possible Points: 10 1 Credit 4.4 1
1 Credit 5 1
Y Prereq 1 1 Credit 6.1 Controllability of Systems—Lighting 1
2 Credit 1 Water Efficient Landscaping 2 to 4 Credit 6.2 1
2 Credit 2 Innovative Wastewater Technologies 2 1 Credit 7.1 1
2 Credit 3 2 to 4 1 Credit 7.2 Thermal Comfort—Verification 1
1 Credit 8.1 1
7 10 Possible Points: 35 1 Credit 8.2 1
Y Prereq 1 1 2 Possible Points: 6Y Prereq 2
Y Prereq 3 1 Credit 1.1 1
7 Credit 1 1 to 19 1 Credit 1.2 1
1 Credit 2 1 to 7 Credit 1.3 1
2 Credit 3 2 Credit 1.4 1
2 Credit 4 2 Credit 1.5 1
3 Credit 5 3 1 Credit 2 1
2 Credit 6 2
4 Possible Points: 45 1 Possible Points: 14
1 Credit 1.1 1
Y Prereq 1 1 Credit 1.2 1
2 Credit 1.1 1 to 3 1 Credit 1.3 1
1 Credit 1.2 Building Reuse—Maintain 50% of Interior Non-Structural Elements 1 1 Credit 1.4 1
1 Credit 2 1 to 2
Credit 3 1 to 2 42 15 Possible Points: 110
Regional Priority: Site Selection
Regional Priority: Water Efficient Landscaping
Regional Priority: Water Use Reduction
Regional Priority: Optimize Energy Performance
Measurement and Verification
Innovation in Design: Specific Title
Innovation in Design: Specific Title
Innovation in Design: Specific Title
Innovation in Design: Specific Title
Innovation in Design: Specific Title
Materials Reuse
Storage and Collection of Recyclables
Materials and Resources
Fundamental Commissioning of Building Energy Systems
TotalConstruction Waste Management
Enhanced Commissioning
On-Site Renewable Energy
Enhanced Refrigerant Management
Construction IAQ Management Plan—Before Occupancy
Materials and Resources, Continued
Water Efficiency
Building Reuse—Maintain Existing Walls, Floors, and Roof
Alternative Transportation—Parking Capacity
Heat Island Effect—Roof
Recycled Content
Regional Materials
Certified Wood
Alternative Transportation—Bicycle Storage and Changing Rooms
Sustainable Sites
Alternative Transportation—Public Transportation Access
Site Selection
Development Density and Community Connectivity
Construction Activity Pollution Prevention
Low-Emitting Materials—Adhesives and Sealants
Low-Emitting Materials—Paints and Coatings
Optimize Energy Performance
Energy and Atmosphere
Water Use Reduction—20% Reduction
Low-Emitting Materials—Composite Wood and Agrifiber Products
Low-Emitting Materials—Flooring Systems
Indoor Chemical and Pollutant Source Control
Thermal Comfort—Design
Controllability of Systems—Thermal Comfort
Green Power
Water Use Reduction
Minimum Energy Performance
Fundamental Refrigerant Management
Daylight and Views—Views
LEED Accredited Professional
Daylight and Views—Daylight
Certified 40 to 49 points Silver 50 to 59 points Gold 60 to 79 points Platinum 80 to 110
Construction IAQ Management Plan—During Construction
Outdoor Air Delivery Monitoring
Indoor Environmental Quality
Minimum Indoor Air Quality Performance
Environmental Tobacco Smoke (ETS) Control
Increased Ventilation
Regional Priority Credits
Innovation and Design Process
P ROGRAM U P DAT E9 CLASSROOMS (INCLUDING ECE); 3 COMPUTER LABS
(INCLUDING DIGITAL MEDIA); 5 ART STUDIOS; 18 OFFICES
REQUESTED ART SPACES NOT INCLUDED:
3D ARTS, DESIGN ROOM, BRONZE CASTING
S E COND F LOOR
OFFICES GROUPED IN
CENTER OF SUITE
F I R S T F LOOR
S I T E P L A N