Request for Proposal #2017-048 Union County Human Services 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

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

1

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.

2

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, , 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 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 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.

3

 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 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 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.

4

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 operator electro-mechanical system  (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) 5

 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 6

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.

7

 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 8

 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:

9

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

10

 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

11

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. 12

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. 13

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. 14

Attachment A

15

Price Form

COMMISSIONING FORMAL WRITTEN WORK PRODUCTS Product Estimated Hours Product Created By Description and Due Date Deliver To Needed Form Initial summary Summary All Cx Cx Schedule CxA schedule and schedule: 1wk team detailed version after scoping

Equipment Detailed data on all during normal All Subs CxA submittals Cx’d equip. submittals

List by equipment Prefunctional tests Specs and of Prefunctional During normal Subs and checklists CxA checklists and submittals Prefunctional tests

Specific listing of procedures for combining CxA Start-up and initial All Subs and 2-weeks before Prefunctional CxA checkout plans CxA execution checklists with Sub’s startup and checkout.

Filled out CxA + Prefunctional 1-week after Start-up and initial normal All Subs checklists, tests, startup checkout reports others; startup and initial completion O&M’s checkout Complete step-by- step plan on Controls Contractor checkout and CxA 3 weeks before Controls Initial Check-out calibration beginning CxA Contr. Plan procedures, checkout including forms for documentation Hours Subtotal:

16

Product Estimated Hours Product Created By Description and Due Date Deliver To Needed Form CxA + Draft TAB report <2 weeks after normal Final TAB report TAB with method and TAB others; results completion O&M’s Change orders that <1-week after CxA + Change orders CM; PM affect Cx’d approved others equipment Record / track of all CM + Issues Log CxA issues and ongoing UCPW deficiencies Facilities List of deficiencies and non- Issued within Non-Compliance CxA compliance with 3 days of Cx Team /Deficiency reports Contract Docs identifying identified during Cx Record / track of all Cx’g Progress submittals, CxA ongoing CM Record checklists, tests, etc.

Gives scheduling CM + needs and update, Weekly to Cx progress reports CxA UCPW deficiency report, Monthly Facilities Cx progress

Full description of Owner-contracted >4-weeks Subs/vendor test procedures in CxA functional test forms before test “form” format

Full description of CM, Subs, Functional test >4-weeks CxA test procedures in O&Ms; forms before test “form” format A/E

Recorded CM, Filled out functional With final CxA documentation of O&Ms; test forms report the test on the form A/E Hours Subtotal:

17

Product Estimated Hours Product Created By Description and Due Date Deliver To Needed Form

List of test number, Within 4 days Functional test final and descript., date of successful CxA CM approvals of test, approval completion of signatures of CxA test

Documentation of design, equipment, Before O&M manuals CxA reviews CM and Subs operations and substantial (normal) on-site maintenance, as- completion builts, etc.

Topics and 2 weeks before Training plan Subs CxA; CM methods training List of trainees, completed hrs and <2 weeks after Training completion CxA topics and training CxA form approvals (Form C- completion 5c) 4-6 page summary Draft within 60 report with days of CM + UCPW Final Cx report CxA important findings, substantial Facilities etc. completion Documentation of Deferred testing Within 2 weeks CM + UCPW CxA seasonal and reports of test Facilities deferred tests Information Draft within 30 Re-commissioning required for re- days of State UCPW CxA Manual commissioning Final Facilities building systems Inspection Proposal from CxA Within 30 days Contract to review UCPW accepted and of State Final CxA building operation Facilities contract issued. Inspection

Total Hours (total hours from all 3 pages):

Hourly Rate: Total Charge (Est. Hours x Hourly Rate)

18

Attachment B

19

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:

20

Attachment C

21

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 ______

22

Attachment D

23

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

24

Attachment E

25

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 26

Attachment F

27

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

28