1 / 25

McCormack Building Energy/Lighting Upgrade - Pre-Proposal Conference

Join us for the Pre-Proposal Conference for the DCP – McCormack Building – Energy/Lighting Upgrade project at the John W. McCormack Building on March 21, 2018. Learn about the project details, deadlines, proposal submittals, and evaluation criteria. Ask questions and get all the information you need to submit a successful proposal.

nannie
Download Presentation

McCormack Building Energy/Lighting Upgrade - Pre-Proposal Conference

An Image/Link below is provided (as is) to download presentation Download Policy: Content on the Website is provided to you AS IS for your information and personal use and may not be sold / licensed / shared on other websites without getting consent from its author. Content is provided to you AS IS for your information and personal use only. Download presentation by click this link. While downloading, if for some reason you are not able to download a presentation, the publisher may have deleted the file from their server. During download, if you can't get a presentation, the file might be deleted by the publisher.

E N D

Presentation Transcript


  1. Pre-Proposal Conference Energy Project at John W. McCormack Building March 21, 2018 DCAMM Project Number: DCP1842E EC1 Project Name: DCP – McCormack Building – Energy/Lighting - Upgrade

  2. Agenda • Introductions • New and Notable • McCormack Building Overview • Deadlines • Project Communications • Proposal Submittals • Considerations • Minimum Contract Terms • Proposal Submittal: Of Note • M/WBE Goals • Question and Answers • Evaluation Criteria • Energy Conservation Measures (Base, Req. Alts and Prop. Alts) • Performance • Scope of Work • Existing Conditions • Site Requirements • Follow Up • Questions

  3. I.INTRODUCTIONS • DCAMM Energy Team • DCAMM OFMM • DCAMM Planning • DCAMM Design & Construction

  4. II. New and Notable.. • New ACCELERATED PROJECT: • Must be completed in 1 year • Audit, Design, Build • No Basis of Design (BOD) provided

  5. III. McCormack Building Intro The 23-story John W. McCormack Building houses state offices and support spaces (such as a Plaza-level cafeteria). Address: One Ashburton Place Boston, MA 02108 Total Area 903,000 GSF Office Area 678,000 GSF Garage/Service area 225,000 GSF Typical Floor Area 23,250 GSF Total Number of Floors 22 Total Occupied Floors 20 Mechanical Floors 2 (Floors 7&22) Garage Floors 4 Employees2,500 Daily Visitors 1,000 Number of Agencies 33 Parking Spaces 463 Constructed: 1975

  6. IV. Deadlines • *Check for updates and addenda on the commbuys website.

  7. V. DCAMM Energy Project Communication All communication with respect to this project must go through DCAMM. DCAMM is the sole issuer of this RFP andthe only authorized source of information. All project communication must be written. Questions: Through Commbuys Other process related communication: Email Ryan Harold– Project Manager Ryan.harold@state.ma.us & Robert Ross- Assistant Project Manager Robert.s.ross@state.ma.us Please copy all emails to: Krista Lillis– Program Manager Krista.lillis@state.ma.us

  8. VI. Proposal Submittals Follow Checklist for Proposals (See RFP, Attachment A) Complete Attachment A Forms (See RFP, Attachment A, p. 19-20) Complete Response Form Complete Scope Form (Form E Tables) Complete Pricing Savings Form ( Forms BCD) Unit Pricing completed Complete Audit Template – to be filled out by selected Proposer prior to contract signing (Energy Services Agreement) Contractors need to be certified by DCAMM in at least one of the following Standard Categories: Energy Management Systems Electrical For more Information see RFP, Attachment G

  9. VII. Considerations Proposers should review the following: Two Energy Services Agreement (See RFP, Attachment E, Part I and II). Design, Purchase, Construction, Commissioning & Warranty Contract Post-Installation Services Contract The above-referenced contracts constitute the minimum contract terms and conditions Prevailing Wage Rates (See RFP, Attachment E, Part III) Updated Change Order Process

  10. VIII Minimum Contract Terms See page 11 of the RFP: If the Proposal does not meet the following minimum threshold requirements, then DCAMM will reject the proposal and will notify those Interested Companies with a formal letter stating reason for disqualification: Proposal must be received by: April 13th, 2018 2:00pm Current Certificate of Eligibility Copy of Update Statement Pricing/Savings (Financial Forms A-D) completed with unit pricing. Total Contract Value does not exceed Single or Aggregate Project Limit (See RFP, Attachment G). For the purposes of meeting minimum threshold requirements, the Commonwealth will evaluate certification based upon Total Contract Value without alternatives. If the Commonwealth chooses to proceed with any or all alternatives, the selected proposer must have the appropriate certification levels to sign the Energy Services Agreement.

  11. IX. Proposal Submittal: Of Note NO Specific Manufacturers: Though information in this RFP may reference a certain piece of equipment the Proposer is not required to submit the manufacturer or its product. Study and BOD: The Commonwealth expect the awarded bidder to complete this stage The Commonwealth expect a full audit of lighting, controls and associated systems at the site Awarded proposer will provide draft lighting line-by-lines, preliminary designs and performance specifications, Reflective ceiling plans, savings and incentive estimates as shown in Attachment B, Part II Design Period: There will be a distinct 3 month design period, wherein all design documentation will be submitted by Contractor for Commonwealth review according to the level of design services outlined in Table A-1 of the ESA (included in Schedule A of the ESA). The Commonwealth expects Proposers to develop and complete the design for the listed ECMs. The Selected Proposer is the Designer of record and Is expected to provide a design that meets or exceeds the performance specifications.

  12. X. M/WBE Goals Please review the Goals for Participation by Minority and Women Business Enterprises (See RFP, Attachment D, page 43). Minimum 10.4% Combined M/WBE participation DCAMM posted a list of Supplier Diversity Office (SDO) Certified companies that may be applicable to this project on the commbuys website.

  13. XI. Questions and Answers • Bid Q&A: • All questions and answers (Q&A) for DCAMM E-Team solicitations must be entered through the COMMBUYS “Bid Q&A” page.  • The “Bid Q&A” provides the opportunity for Proposers to ask written questions and receive written answers from the Commonwealth regarding this Bid.  The Commonwealth reserves the right not to respond to questions submitted after the Written Questions Due date.  It is the Proposer’s responsibility to verify that the questions entered into the Bid Q&A are recorded in COMMBUYS and appear on the Bid Q&A page. • To reduce the number of redundant or duplicate questions, Proposers are asked to review all questions previously submitted to determine whether the Proposer’s question has already been posted. Proposers are responsible for entering content suitable for public viewing, since all of the questions are immediately accessible to the public. • If you are not registered on COMMBUYS, you will be unable to submit questions and to see the answers provided by the procurement team. 

  14. XII. Evaluation Criteria

  15. XIII. Energy Conservation Measures Req. Base Proposal See RFP, Page 5 All Base ECMs MUST be proposed. DCAMM reserves the right to pursue any portions of, and/or none of the ECMs proposed. Please refer to Form E and Scope of Work for Details.

  16. XIII. Energy Conservation Measures Req. Add Alt. and Maintenance Alt. See RFP, Page 5, continued Please refer to Form E and Scope of Work for details.

  17. XIII. Proposer Alternatives Any changes to the Base Proposal such as changes in proposed equipment (not an ‘as equal’), level of design, or level of savings must be properly detailed in applicable responses in Attachment A and Forms BCD and Form E. The proposed changes may not decrease savings, maintainability, standards of comfort or code compliance. The Commonwealth, at its sole discretion will determine whether Proposer’s Alternative to the Base Proposal will result in a more favorable evaluation (i.e.shorter payback, increased savings, or technically superior design) and whether it will include these changes in its final contract. See RFP, Page 5 and 6.

  18. XIV. Performance Contractors will guarantee performance of equipment not energy savings. To ensure the savings are achieved for this project, the Commonwealth will require Measurement and Verification (M&V) of the performance of the systems and installed equipment which will be compared to the selected Proposer’s savings submitted on Form as a condition of Final ECM/Equipment Acceptance. The Commissioning/M&V Plan and supporting calculations will be used to test and verify the performance of installed equipment Please see the Commissioning Plan requirements in Scope of Work, Table B-5 and the ESA. It is the proposer’s responsibility to obtain Utility incentives and ensure the Commonwealth receives the payments. $.30kwh for lighting Additional incentives for lighting controls

  19. XV. Scope of Work The goal of this project is to reduce energy via smart LED lighting and control technologies. New Lighting and Controls – Replace existing lighting with more efficient and longer life LEDs The controls/sensors used should be multi-functional & open-protocol with the ability to be used across a variety of software platforms &allow for future integration into a smart building system. A alternate of wired lighting controls is required if fixtures are not scoped with integrated sensors. Accelerated Timeline – This design-build project will be procured on an accelerated timeline. With construction taking no more than 1 year from ESA signing. Design Required design period up to 3 months to include a complete lighting audit of the building and must include full allocation of emergency lighting to meet all applicable city/state codes. Must also include floor by floor, reflected ceiling plan identifying new and emergency fixtures System must be designed to be independent of existing control system, must allow for master override and control from control center, with localized dimming/occupancy/daylight. Construction – Construction is taking place in a occupied office building, Hours of construction are 6PM – 6AM, Monday – Friday No restrictions on weekends and holidays. Construction to be completed in phases with plans being developed to be communicated to facility Please reference Scope of work for further information

  20. XV. Scope of Work Continued Demolition – Existing fluorescent/incandescent fixtures shall be removed or modified, ballasts to be removed as part of upgrade, branch wiring to be upgraded if deemed unsafe. Drop sheets and cleanup are required as office is still in use during the day. Training and Commissioning – During commissioning installers will be required to teach facility managers how to use programming functions of lights and integration into BMS. Specific areas/offices may have certain light programming requirements which will need to be addressed at the time of commissioning in tandem with facility managers, see table B-6. Attic Stock – Additional stock will be required so facility staff can replace/add fixtures if needed, Additional replacement sensors/controls will also be required. Extended Maintenance 1 year extended maintenance and support w/option of an additional year Replacement of premature failed lighting fixtures and sensors Fine tuning of light levels Please reference Scope of work for further information

  21. XVI. Existing Conditions Existing lighting Predominantly 2x2 and 2x4 fixtures with diffuser units and T8/T12 lamps. Existing lighting control Current scheme is manual zonal control from a central controller manned 24/7. Each of the typical 19 office floors has approximately 29 zones. Individual offices/conference rooms typically are not on their own electrical circuit, and do not have local lighting control. The entire zone is one circuit and operates (on/off) as a whole unit. Existing ceiling Spline and acoustic tiles, by and large the majority of the building, with some exceptions. All ceilings must be left in the same condition or better than what currently exists. Bidders should include an allowance for replacing damaged ceiling tiles HVAC Estimated that 50% of the lights have HVAC diffusers integrated into them, New HVAC diffusers will need to be installed independent of the light fixture. Please note a number of small-scale lighting projects have taken place in several areas of the McCormack building, these upgrades include LED lighting and integrated controls in some office spaces, garage parking levels are completely LED with occupancy sensors on half fixtures, stairwells have occupancy sensors.

  22. XVII Site Requirements Overview Security Requirements Contractors shall be required to submit a signed CORI background check along with a photo ID & DOB for every employee. CORI checks typically take two weeks. Selected Proposers/subs need to provide driver’s license and complete CORI check Contractors shall be required to wear uniforms/shirts with the company’s logo. No shorts, radios etc. All contractors shall be required to sign in and sign out Storage and deliveries Store all materials off site except materials that will be used Friday to Sunday All trucks dropping off materials shall have a “Loading Dock Request” submitted 24 hours in advance to Facility Personnel or the truck will be turned away. The Compactor shall not to be used to dispose of contractors materials Contractor Responsibilities All offices will remain fully occupied and operational during business hours All office must be brought back to usable status by end of shift McCormack Building is smoke-free Contractor shall be responsible DAILY to leave the work area in the condition it was in when they started the nightly work. This includes vacuuming the area. Please reference BOD for further information

  23. Site Requirements Overview Continued Contractor Responsibilities Continued … All ladders and lifting equipment are to be supplied by the contractor. All project work areas shall be occupied therefore shall require drop cloths to cover desks & work stations. Contractor shall be responsible to repair, patch and paint all areas where finishes have been disturbed or altered, including replacement of damaged ceiling tiles. There is no parking available for contractor’s employees. Schedule DCAMM shall provide a staff person to let the contractor in the work area and monitor the work. The Contractor shall be required to meet with project management on Fridays to go over the weeks work and to provide a complete work schedule for the upcoming week All Schedules to be provided to Commonwealth at least 3 weeks prior to start for approval. Communications Ongoing communications with Facility Manager, Building Liaisons and Security will be required *Not a exhaustive list, Please see ESA for all requirements

  24. XVIII. Follow Up Presentation, pre-proposal attendance sheet, meeting minutes, questions and answers and addenda will be posted on the commbuys website: commbuys.com Proposers are encouraged to visit the commbuys website regularly for the most recent information. Walkthroughs: 1. After Pre-Proposal Conference. 2. March 22nd and 23rd , 2018 8:30am-Noon. Please meet in the lobby past security outside Operations (old bid room) Please RSVP to ryan.harold@state.ma.us and robert.s.ross@state.ma.us Addt. Dates and times will be posted on www.COMMBUYS.com All Q&A for DCAMM E-Team solicitations must be entered through the COMMBUYS “Bid Q&A” page.* Bid#: BD-18-1019-DCP08-ENR01-23722

  25. XIX. Questions?

More Related