+ All Categories
Home > Documents > BMS System RFP Final

BMS System RFP Final

Date post: 14-Apr-2018
Category:
Upload: sui1981
View: 224 times
Download: 0 times
Share this document with a friend

of 59

Transcript
  • 7/29/2019 BMS System RFP Final

    1/59

    REQUEST FOR PROPOSAL (RFP)

    BUILDING MANAGEMENT SYSTEM DESIGN

    AND INSTALLATIONProject Locations:

    Administration Building2950 Peralta Oaks Court

    Oakland, CA 94605

    Richard C. Trudeau Training Center11500 Skyline Boulevard

    Oakland, CA 94619

    Mandatory Job Walk - May 20, 2013 10:00 AMStarting Location: EBRPD Administration Building, Board Room

    2950 Peralta Oaks CourtOakland, CA 94605

    RFP DUEDate: Friday, May 31, 2013

    Time: 2:00 pmONLY Email Submittals Accepted

    Send the submittal to: [email protected]

    Steve Myli, Facilities ManagerEast Bay Regional Park District

    2950 Peralta Oaks CourtOakland, CA 94605Phone: (510) 544-2102

    Email: [email protected]

  • 7/29/2019 BMS System RFP Final

    2/59

    Page 1

    TABLE OF CONTENTS

    Page

    Instructions ............................................................................................................................................ 3

    Request for Proposal Submittal Form .............................................................................................. 7

    Tentative Firm Selection Schedule .................................................................................................. 9

    Technical Specifications ....................................................................................................................... 11

    Attachment A (Level 3 Agreement) ................................................................................................. 31

    Attachment B (General Conditions) ................................................................................................ 35

    Attachment C (Performance Bond) ................................................................................................. 55

    Attachment D (Labor and Materials Payment Bond) ................................................................... 57

  • 7/29/2019 BMS System RFP Final

    3/59

    Page 2

    INTENTIONALLY LEFT BLANK

  • 7/29/2019 BMS System RFP Final

    4/59

    INSTRUCTIONS

    Page 3

    The East Bay Regional Park District (District) is seeking proposals from qualified firms for;

    1. Design and installation of a Building Management System for East Bay Regional ParkDistrict at the following two facilities:

    a. (EBRPD Headquarters), Administration Building, 2950 Peralta Oaks Court,Oakland, CA 94601

    b. Richard C. Trudeau Training Center, 11500 Skyline Boulevard, Oakland, CA2. EAST BAY REGIONAL PARK DISTRICT INFORMATION

    The District spans Alameda and Contra Costa counties east of San Franciscowith 112,000+ acres in 65 parks including over 1,200 miles of trails for hiking,biking, horseback riding and nature study. The Park District offers lakes,shorelines, campgrounds, visitor centers, interpretive and recreation programs,swim facilities, picnic areas, indoor/outdoor rental facilities, golf courses andmuch more. See the Districts website for additional details:

    http://www.ebparks.org/parks

    3. SUBMITTALSa. Include the following information;

    i. All RFP submittals will be provided in Adobe Acrobat PDF format viaemail only.

    ii. Complete shop drawings of entire control system will be provided inPDF and DWG file format.

    iii. List of damper actuators, torque rating and characteristics.iv. Control diagrams indicating panels, LCD display panels, control

    components, field devices and interlocking wiring details.

    v. Provide a written sequence of operation for each system and orsystem component.

    vi. Equipment data sheets for all major PLCs, field devices, including butnot limited to;

    1. Damper Actuators2. Local area networks (system architecture)3. Stand-alone DDC controllers4. Application Specific Controllers5. Wireless temperature sensors6. Wireless transceivers7. Electronic sensors

    vii. Submittals will be approved by the Districts Representative prior tothe purchase of any materials or the commencement of any work.

    viii. Allow 14 calendar days for approval and or comments from theDistricts Representative.

    ix. The Districts Representative will provide for 2 reviews andcomments of the submittals. Any additional reviews and or commentswill be charged to the Controls Contractor at the current hourly rateof the Districts Representative.

  • 7/29/2019 BMS System RFP Final

    5/59

    INSTRUCTIONS

    Page 4

    b. The submittal shall contain the items listed below:i. Project Team and Qualifications - Provide a succinct description of

    the firms capabilities, size and range of services including

    subcontractors. Staffing assignments should be specific enough todemonstrate understanding of the skills required and commitment ofproper resources. If awarded contract, no staffing substitutions shallbe made without the Districts Representative approval.

    ii. Relevant Experience - Describe the firms experience with similarprojects, and issues, particularly government agencies located inCalifornia. Provide not less than two (2) not more than five (4)examples of completed installation and deployment of BuildingManagement Systems, (which the firm has undertaken). Include clientreferences with the following:

    1. Client name and contact information (address, primary officephone number, email address)

    2. Project description and location3. Total value of the services provided4. Key personnel involved5. Subcontractors

    iii. Project Management - The proposal should briefly address projectmanagement including direct participants, coordination with theDistrict Representative, progress reporting, quality assurance, qualitycontrol, cost and schedule control, meetings, etc.

    iv. Work Schedule - In accordance with the overall projectimplementation schedule, the proposal should reflect a scope of workand preliminary schedule that completes all deliverables.

    v. Signature - Proposals must bear the signature of a principal in thefirm.

    vi. Agreement Documents The proposal shall include a statement ofthe prospective firm willingness to accept the terms and conditions ofthe Park Districts standard Level 3 Agreement (Attachment A),

    General Conditions (Attachment B), Performance Bond (AttachmentC), and the Labor and Materials Payment Bond (Attachment D).Prospective firms shall review the Level 3 Agreement (Theprospective firm attention is directed to Article 5. INSURANCE andArticle 6. INDEMNIFICATION).

  • 7/29/2019 BMS System RFP Final

    6/59

    INSTRUCTIONS

    Page 5

    Please submit the proposal by email to [email protected] . Proposals must be received by theDistrict by no later than 2:00 PM on May 31, 2013. Late proposals will not be considered.

    Please deliver proposals to the following address:

    Steve MyliFacilities ManagerEast Bay Regional Park District2950 Peralta Oaks CourtOakland, CA 94605Phone: (510) 544-2102Email: [email protected]

  • 7/29/2019 BMS System RFP Final

    7/59

    INSTRUCTIONS

    Page 6

    INTENTIONALLY LEFT BLANK

  • 7/29/2019 BMS System RFP Final

    8/59

    REQUEST FOR PROPOSAL SUBMITTAL FORM

    Page 7

    To the BOARD OF DIRECTORS OF EAST BAY REGIONAL PARK DISTRICT

    The undersigned have visited the site, made inspections and investigated the location andconditions of the Administration Building and the Richard C. Trudeau Training Center to oursatisfaction. We have read and understood the Request for Proposal, including the attacheddocuments in accordance with this proposal and propose to enter into the Agreement toprovide a Building Management System at both locations. We also agree that any clerical,mathematic, or other errors made by us in preparing this Proposal shall not relieve us of ourobligation to enter into the Level 3 Agreement as proposed for the following total amount of:

    $ _________________________________________

    AFFIDAVIT OF CONTRACTOR: Each of the undersigned hereby represents warrants and certifies to the East

    Bay Regional Park District that:The proposal is genuine and not a sham or collusive or made in the interest or on behalf of any person not named,and neither the Contractor nor the undersigned have directly or indirectly induced or solicited any other person,firm, or corporation to refrain from submitting a proposal or to submit a sham proposal, and that the Contractorhas not in any manner sought by collusion to secure for himself an advantage over any other Contractor.

    There are no material misstatements or withholding of facts in this proposal or in any of the attachments suppliedwith the proposal. The Contractor acknowledges that any such misstatement or withholding shall constitute goodcause for cancellation at any time by District of the Level 3 Agreement.

    The undersigned hereby respectfully submits this proposal as of ____ / ____/ 2013

    ___________________________________________________________Signature

    ___________________________________________________________Print name

    ___________________________________________________________Firms name

    ________________________________ _________________________Address City

    ________________________________ _________________________State ZIP

    ________________________________ _________________________Email Phone

    ________________________________ _________________________Contractors License Number Expiration Date

  • 7/29/2019 BMS System RFP Final

    9/59

    REQUEST FOR PROPOSAL SUBMITTAL FORM

    Page 8

    INTENTIONALLY LEFT BLANK

  • 7/29/2019 BMS System RFP Final

    10/59

    SCHEDULE

    Page 9

    TENTATIVE FIRM SELECTION SCHEDULE

    Request for Proposal Available (Out to Bid) May 14, 2013

    Job Walk, (Mandatory) May 20, 2013

    Request for Information (RFI) Timeframe May 14, 2013 to May 23, 2013

    Response to RFIs emailed to all requesting firms May 24, 2013

    Proposal due 2:00 PM, May 31, 2013

    Park District to Announce Short List June 3, 2013

    Park District will Interview all Short List Consultants June 6, 2013

    Tentative Award of Level 3 Agreement by EBRPD Board June 18, 2013

  • 7/29/2019 BMS System RFP Final

    11/59

    SCHEDULE

    Page 10

    INTENTIONALLY LEFT BLANK

  • 7/29/2019 BMS System RFP Final

    12/59

    TECHNICAL SPECIFICATIONS

    Page 11

    PART 1 GENERAL

    1.1.RESPONSIBILITYA. The final responsibility for providing all the necessary control components and for the

    proper operation of the control systems as described, except where directly excludedor listed as work not included, shall be by the Controls Contractor. Nothing in thisspecification is intended to override this responsibility.

    B. The Controls Contractor shall have the responsibility as the expert in the properapplication of his control components and DDC systems. The final design, installation,and operation of the control system are the responsibility of the Controls Contractor.The Controls Contractor shall make additions and/or modifications to the design asrequired at no additional cost. The Controls Contractor shall work with theEngineer/Owners representative and obtain approval for any necessary revisions.

    C.

    The Controls Contractor is responsible for including the proper settings of each controlloop (set point, throttling range, integral, and derivative values) as necessary to achievesystem stability and control accuracy. The database shall have the provisions forchanging any or all of these settings by the operator at any time, as required.

    1.2.SCOPE OF WORKA. Provide for new electric/electronic zone actuators at each of two air handlers and

    wireless temperature sensors located in the corresponding zones.B. Remove the existing pneumatic actuators, thermostats, and tubing (fr and copper) from

    site.

    C.

    Provide all new I/O devices on the existing Building Automation System Network tosupport the additional zone damper actuators and wireless temperature sensors.D. Provide a new desk top computer, with Microsoft Windows 7 Operating System,

    Windows Office, a 25 flat screen monitor, wireless keyboard and mouse, provideBuilding Automation software compatible with Windows 7 64 bit, and internetaccessible.

    E. Provide engineering design, installation labor, programming, materials and commissioningreports for a complete installation and properly operating control system as indicatedon the drawings and as described herein.

    F. Provide a complete Building Management System (BMS) for all HVAC Controls andEnergy Management functions as indicated and as specified.

    G.Create all necessary databases for the system to operate as intended.H. Provide complete graphic screens for each system. The screens shall fully display thecontrol system operation and indicate in real time all analog inputs, analog outputs,digital inputs and digital outputs.

    I. Graphics shall provide the operator access to change time schedules, adjust set points,adjust time delays; log and trend data, and monitor analog values.

    J. Each control panel shall stand-alone from any other panel on the system network. Allinput shall be independent of any other control panel. All control loops shall be

  • 7/29/2019 BMS System RFP Final

    13/59

    TECHNICAL SPECIFICATIONS

    Page 12

    contained in a single control panel so that if one panel fails, the control loops in otherpanels are not affected.

    K. Furnish and install all field related devices such as temperature sensors, currentswitches, relays, wireless temperature sensors, wireless transceivers to accommodatethe approved sequence of operation.

    L. Provide all tubing, wiring, cabling, and conduit and complete all terminations to controlpanels as described on the drawings, schematics and sequence of operation.

    M. Provide complete start-up and field calibration of the control system. It is theresponsibility of the Controls Contractor to set all control points and values to assure aproperly functioning control system.

    N. Provide complete on-site owner instructions in the proper operation of the controlsystem and all devices.

    O.Provide access to complete and accurate as-built control drawings. Provide as-builtdrawings, O&M manuals on CD and provide the same information on a website

    accessible to the system operators in a downloadable format.P. Provide complete engineering/detailed control drawings showing all devices, terminalnumbers, schedules, legends, labels, etc. as required to properly displaying the system tobe installed and to allow easy troubleshooting in the future.

    Q.During start-up, the Controls Contractor shall tune the loops as required to obtainstable operation, hold the required conditions, and maintain as tight control as possible.The Controls Contractor shall submit, as part of his Operation and MaintenanceManuals, a measurement and verification spreadsheet indicating that all input and outputdevices were checked for proper sequence and operation and that all control loopswere verified for proper control and that the control system complies with theapproved sequence of operation.

    R.

    The Controls Contractor shall provide a complete set of commissioning documentationfor all new field devices and sequence of operations upon completion of installation.S. Owners representative will approve final payment when all punch list items have been

    corrected and Controls Contractor has provided proof of a complete and functioningsystem. The Engineer/Owners representative has allowed for 2 on-site inspections forpunch list corrections; any additional on-site visits will be charged at the hourly rate ofthe Engineer/Owners representative.

    T. Warranty the system for a period of two years from the date of acceptance. Respond toall service calls within 24 hours during the warranty period.

    U. It will be the responsibility of the Controls Contractor to determine the need for thelocation and quantity of wireless repeaters for a complete and operational system.

    V.

    The new control system will interface seamlessly with the existing CSI control system.NO GATEWAYS OR BRIDGES WILL BE ALLOWED.

    1.3.RELATED WORKA. The following items are to be provided and installed by the Controls Contractor.

    a. Wireless temperature sensors.b. Wireless transceivers that interface directly to the existing TAC/CSI Building

    Automation System.

  • 7/29/2019 BMS System RFP Final

    14/59

    TECHNICAL SPECIFICATIONS

    Page 13

    c. Power wiring for any new or relocated control panel.d. All new conduit for the new Building Automation field devices and network as

    defined in section 3.01.B.

    B. The controls for the air handling unit are to be provided and installed by the ControlsContractor. The Controls Contractor is fully responsible to insure that the controls forthe air handling units are complete and functioning properly to comply with thesequence of operation shown on the project drawings.

    1.4.GENERAL CRITERIAA. The final design, installation, and operation of the systems in accordance with the sequence

    of operation are the responsibility of the Controls Contractor and he shall make additionsand/or modifications to the design as required to produce the required function at no

    additional cost.B. The final responsibility for providing all the necessary control components and for theproper operation of the control systems, as described herein, shall be by the ControlsContractor. Nothing in this specification is intended to override this responsibility.

    C. The Engineer/Owners representative has not prepared drawings for this control retrofit.The Controls Contractor shall have the responsibility as the expert in the properapplication of his control components to input, review, and correct the design such that thecontrol system shall function as intended.

    D. Should the Controls Contractor disagree with the Engineer/Owners representative inregards to the design and is not able to convince the Engineer/Owners representative ofthe validity of a suggested modification, it shall be the Control Contractors responsibility to

    provide a written notification of disagreement including a description of the problem andthe reason for their disagreement. If no such notification is given, it will be assumed that theControls Contractor is in full agreement with the design.

    E. The Controls Contractor shall be fully responsible for creating all final shop drawings asrequired and necessary to build the panels, install field devices and wiring to assure a fullycomplete and operational system.

    F. The control devices shall be checked, sized, and supplied to handle the function intended.1.5.QUALITY ASSURANCE

    A. Installer Qualifications: A qualified Controls Contractor who is an authorizedrepresentative of the automatic control system manufacturer for both installation andmaintenance of equipment required for this project.

    a. Acceptable qualified control contractors1. ACS Controls Corporation

    B. Electrical components, devices and accessories: Listed and labeled as defined in NFPA70, Article 100, by a testing agency acceptable to authorities having jurisdiction, andmarked for intended use.

    C. Comply with NFPA 70 and UL 916 Installation of Air Conditioning and VentilationSystems.

  • 7/29/2019 BMS System RFP Final

    15/59

    TECHNICAL SPECIFICATIONS

    Page 14

    1.6.COORDINATIONA. Coordinate location of thermostats, humidistats, CO2 sensors, and other exposed field

    devices with plans and room details prior to installation.B. Coordinate equipment with Division 16 Section Motor-Control Centers to achievecompatibility with motor starters, VFDs and annunciation devices.

    PART 2 PRODUCTS

    2.01 SUPPLIER QUALIFICATIONS

    A. The Facility Management System (FMS) manufacturer shall have a local manufacturersrepresentative with factory trained engineers and system representatives fully capable ofproviding instruction, routine maintenance, and emergency maintenance service on all

    system components. The FMS manufacturer representative shall have a minimum of 10years experience in the design and installation of FMSs similar in scope and size to thatspecified herein and shall be prepared to provide evidence of this history.

    B. ACCEPTABLE MANUFACTURERSa. Schneider Electric (formerly CSI - Control Systems International)

    2.02 GENERAL PRODUCT DESCRIPTION

    A. The Facility Management System shall be capable of integrating the existing SchneiderElectric CSI system seamlessly into the new control system including equipmentsupervision, control and monitoring of the system interface with the FMS.

    2.03 WEB BASED ACCESS AND REMOTE ALARMING

    A. Provide all required software and hardware infrastructure to allow the end-user toconnect to the DDC control system via the internet that will allow full monitoring andcontrol.

    a. DDC System shall have the capability of providing alerts to at least 5 emails.b. The software shall allow for a minimum of 3 concurrent users using the internet

    for remote access.c. The graphics for the remote access shall be the same as the graphics used for

    local access.

    d.

    Graphics shall provide the operator access to change time schedules, adjust setpoints, adjust time delays and log and trend data.e. Customer to provide a static IP address for remote access.

  • 7/29/2019 BMS System RFP Final

    16/59

    TECHNICAL SPECIFICATIONS

    Page 15

    2.04 NETWORING/COMMUNICATIONS

    1. NETWORK MANAGEMENTa.

    The new Building Automation I/O devices will be compatible with the existingproprietary, token-passing protocol operating in a tiered LAN architecture. The existingproprietary bridge to provides various functions in the proprietary architecture,including communications between the RS232 output of the operator stations and theRS485 format of the primary LAN.

    b. The configurations for the new controllers will allow for communication on the primaryLAN and will be expandable for much larger configurations. The new controller willallow for the existing operator station to connect directly to a single controller LAN,directly to a host LAN, or to a multidrop or polling bridge for communications betweena single operator station and multiple remote controller LANs. The configuration of thehost LAN will allow for an environment that allows one or more operator stations to

    operate in a direct connect mode, a web server or phone modem, or both, whilecommunicating with over 1,000 different networks. Each host LAN will support up toeight operator stations.

    c. Network management shall include the following services: browse all network variableson nodes; Attach, Detach, Manage, Add, Remove, and Replace nodes; plus transmissionerror off-line, on-line reporting.

    d. The network management database shall be created for Windows, providing a databaseto remain resident in the operator workstation server, ensuring that anyone withproper user name/password authorization has access to the network managementdatabase at all times.

    e. The database shall be used to manage all network communications.f.

    Workstation/DDC Panel Support: Direct peer to peer communications betweencontrollers, directly between workstations and between controllers and workstations.g. Dynamic Data Access: Ability to access point status and application report data, or

    execute control functions for any and other devices via the local area network from anyoperator device. Access to data shall be based upon logical identification of buildingmanagement.

    h. Access to system data shall not be restricted by the hardware configuration of thefacility management system. The hardware configuration of the FMS network shall betotally transparent to the user when accessing data or developing control programs.

    i. Detection and accommodation of single or multiple failures of either workstations,DDC panels or the network media. The network shall include provisions for

    automatically reconfiguring itself to allow all operational equipment to perform theirdesignated functions as effectively as possible in the event of single or multiple failures.j. Message and alarm buffering to prevent information from being lost.k. Error detection, correction, and retransmission to guarantee data integrity.l. Default device definition to prevent loss of alarms or data, and ensure alarms are

    reported as quickly as possible in the event an operator device does not respond.m. Provide synchronization of the real time clocks in the DDC panel.

  • 7/29/2019 BMS System RFP Final

    17/59

    TECHNICAL SPECIFICATIONS

    Page 16

    2.06 STAND ALONE DDC PANELS

    A. General: Microprocessor based, multi-tasking, multi-user, real-time digital controlprocessors, consisting of modular hardware with plug-in enclosed processors,communication controllers, power supplies, and input/output modules. Provide sufficientnumber of controllers to fully meet input/output requirements of the project.

    B. Memory: Sufficient memory in each DDC to support its own operating system anddatabases including:

    a. Control processesb. Energy Management Applicationsc. Alarm Managementd. Historical/Trend Data for all pointse. Maintenance Support Applicationsf. Custom Processesg.

    Operator I/Oh. Internet Communications

    i. Manual Override MonitoringC. Point types: Each DDC panel shall support the following types of inputs and outputs:

    1. Digital Inputs for status/alarm contacts.2. Digital Outputs for on/off equipment control.3. Analog Inputs for temperature, pressure, humidity, flow and position

    measurements.4. Analog Outputs for valve and damper position control, and capacity control

    of primary equipment.5. Pulse input for pulsed contact monitoring.

    D. Expandability: The system shall be modular in nature, and shall permit easy expansionthrough the addition of software applications, workstation hardware, field controllers,sensors, and actuators.

    E. Serial Communication Ports: Provide at least two RS-232C serial data communicationports for simultaneous operation of multiple operator I/O devices such as industrystandard printers, laptop workstations, PC workstations, and panel mounted or portableDDC panel Operators Terminals. Standalone DDC panels shall allow temporary use ofportable devices without interrupting the normal operation of permanently connectedmodems, printers, or network terminals.

    F. Hardware Override Switches: Operator shall have the ability to manually overrideautomatic or centrally executed commands at the DDC panel via local, point discrete,onboard hand/off/auto operator switches for binary control points and gradual switchesfor analog control type points. Override switches shall be operable whether the panel ispowered or not.

    G. Hardware Override Monitoring: DDC panels shall monitor the status or position of alloverrides, and include this information in logs and summaries to inform the operatorthat automatic control has been inhibited. DDC panels shall also collect override activityinformation for daily and monthly reports.

  • 7/29/2019 BMS System RFP Final

    18/59

    TECHNICAL SPECIFICATIONS

    Page 17

    H. Local Status Indicator Lamps: Provide local status indication for each binary input andoutput for constant, up-to-date verification of all point conditions without the need foran operator I/O device.

    I.

    Integrated On-Line Diagnostics: Continuously perform self-diagnostics, communicationdiagnosis and diagnosis of all subsidiary equipment. Provide both local and remoteannunciation of any detected component failures, or repeated failure to establishcommunication. Indication of the diagnostic results shall be provided at each DDCpanel, and shall not require the connection of an operator I/O device.

    J. Surge and Transient Protection: Provide isolation shall be at network terminations, aswell as field point terminations to suppress induced voltage transients consistent withIEEE Standard 587-1980. Isolation levels shall be sufficiently high as to allow signal wiringto be run in the same conduit as high voltage wiring where applicable by local codes.

    1. Upon restoration of normal power, automatically resume full operationwithout manual intervention.

    2.

    Should DDC panel memory be lost for any reason, the user shall have thecapability of reloading the DDC panel via the local area network, via the localRS-232 port, or via telephone line dial-in.

    2.07 SYSTEM SOFTWARE FEATURES

    A. Provide necessary software to form a complete operating system as described hereinand shown on drawings.

    B. Provide programs as an integral part of the DDC panel which is independent from anyhigher level computer for execution.

    C. Control Software Description:1.

    Pre-Tested Control Algorithms: The DDC panels shall have the ability toperform the following pre-tested control algorithms:

    a) Two Position Controlb) Proportional Controlc) Proportional plus Integral Controld) Proportional, Integral, plus Derivative Controle) Automatic Control Loop Tuning

    2. Equipment Cycling Protection: Include a provision for limiting the number oftimes each piece of equipment may be cycled within any one-hour period.

    3. Heavy Equipment Delays: Provide protection against excessive demandsituations during start-up periods by automatically introducing time delays

    between successive start commands to heavy electrical loads.4. Power fail Motor Restart: Upon the resumption of normal power, the DDCpanel shall analyze the status of all controlled equipment, compare it withnormal occupancy scheduling, and turn equipment on or off as necessary toresume normal operation.

  • 7/29/2019 BMS System RFP Final

    19/59

    TECHNICAL SPECIFICATIONS

    Page 18

    D. Energy Management Applications: Ability to perform any or all of the following energymanagement routines:

    1. Time of Day Scheduling2.

    Calendar Based Scheduling3. Holiday Scheduling

    4. Temporary Schedule Overrides5. Optimal Start6. Optimal Stop7. Night Setback Control8. Enthalpy Switchover (Economizer)9. Peak Demand Limiting10.Temperature Compensated Load Rolling11.Fan Speed/CFM Control12.Heating/Cooling Interlock13.

    Hot Water Reset14.Chilled Water Reset

    15.Condenser Water Reset16.Chiller Sequencing17.Programs shall be executed automatically without the need for operator

    intervention, and shall be flexible enough to allow user customization.E. Custom Process Programming Capability: DDC panels shall be able to execute custom,

    job-specific processes defined by the user, to automatically perform calculations andspecial control routines.1. Process Inputs and Variables: Allow use of any of the following in a custom process:

    a) Any system-measured point data or statusb)

    Any calculated datac) Any results from other processes

    d) User-defined Constantse) Arithmetic functions (+,-,*,/, square root, exp, etc.)f) Boolean logic operators (and, or, excessive or etc.)g) On-delay/Off-delay/One-shot timers

    2. Process Triggers: Custom processes maybe triggered based on any combination ofthe following:a) Time Intervalb) Time of dayc) Dated)

    Other processese) Time programming

    f) Events (e.g., point alarms)3. Dynamic Data Access: A single process shall be able to incorporate measured or

    calculated data from any and all DDC panels on the local area network.a) In addition, a single process shall be able to issue commands to points in any

    and all other DDC panels on the local area network.

  • 7/29/2019 BMS System RFP Final

    20/59

    TECHNICAL SPECIFICATIONS

    Page 19

    4. Advisory/Message Generation: Processes shall be able to generate operatormessages and advisories to operator I/O devices. A process shall be able todirectly send a message to a specified device, buffer the information in a follow-up

    file, or cause the execution of a dial-up connection to a remote device such as aprinter or pager.5. Custom Process Documentation: The custom control programming feature shall

    be self-documenting. All interrelationships defined by this feature shall bedocumented via graphical flowcharts and English language descriptors.

    F. Alarm Management: Provide alarm management to monitor, buffer, and direct alarmreports to operator devices and memory files. Each DDC panel shall performdistributed, independent alarm, analysis and filtering to minimize operator interruptionsdue to non-critical alarms, minimize network traffic, and prevent alarms from being lost.At no time shall the DDC panels ability to report alarms be affected by either operator

    activity at a PC Workstation or local I/O device, or communications with other panelson the network.1. Point Change Report Description: Alarm or point change reports shall include

    the points English language description, and the time and date of occurrence.2. Prioritization: The user shall be able to define the specific system reaction for

    each point. Alarms shall be prioritized to minimize nuisance reporting and tospeed operator response to critical alarms. A minimum of three priority levelsselected alarms during system shutdown and start-up. Users shall have the abilityto manually inhibit alarm reporting for each point.a) The user shall also be able to define under which conditions point changes

    need to be acknowledged by an operator, and/or sent to follow-up files for

    retrieval and analysis at a later date.3. Report Routing: Alarm reports, messages, and files will be directed to a user-defined list of operator devices, or PCs used for archiving alarm information.Alarms shall also be automatically directed to a default device in the event aprimary device is found to be off-line.

    4. Alarm Messages: In addition to the points descriptor and the time and date, theuser shall be able to print, display or store a 65- character alarm message tomore fully describe the alarm condition or direct operator response.a) Each standalone DDC panel shall be capable of storing a library of at least

    250 Alarm Messages. Each message maybe assignable to any number of pointsin the panel.

    5.

    Auto-Dial Alarm Management: In Dial-up applications, only criticalalarms shall initiate a call to a remote operator device. In all other cases,call activity shall be minimized by time-stamping and saving reports untilan operator scheduled time, a manual request, or until the buffer space isfull. The alarm buffer must store a minimum of 50 alarms.

  • 7/29/2019 BMS System RFP Final

    21/59

    TECHNICAL SPECIFICATIONS

    Page 20

    G. Historical Data and Trend Analysis: A variety of Historical data collection utilities shallbe provided to automatically sample, store, and display system data in all of the followingways.

    1.

    Continuous Point Histories: Standalone DDC panels shall store Point HistoryFiles for all analog and binary inputs and outputs.a) The Point History routine shall continuously and automatically sample the

    value of all analog inputs at half hour intervals. Samples for all points shall bestored for the past 24 hours to allow the user to immediately analyzeequipment performance and all problem-related events for the past day.Point History Files for binary input or output points and analog output pointsshall include a continuous record of the last ten status changes or commandsfor each point.

    2. Control Loop Performance Trends: Standalone DDC panels shall also providehigh resolution sampling capability with an operator-adjustable resolution of 10-

    300 seconds in one-second increments for verification of control loopperformance.3. Extended Sample Period Trends: Measured and calculated analog and binary data

    shall also be assignable to user-definable trends for the purpose of collectingoperator-specified performance data over extended periods of time. Sampleintervals of 1 minute to 2 hours, in one-minute intervals, shall be provided. Eachstandalone DDC panel shall have a dedicated buffer for trend data, and shall becapable of storing a minimum of 5000 data samples.

    4. Data Storage and Archiving: Trend data shall be locally stored and uploaded tohard disk storage when archival is desired. Uploads shall occur based upon eitheruser-defined interval, manual command, or when the trend buffers become full.

    All trend data shall be available in disk file form for use in 3

    rd

    party personalcomputer applications.

    H. Runtime Totalization: Automatically accumulate and store runtime hours for binaryinput and output points operator defined equipment.1. The Totalization routine shall have a sampling resolution of one minute or less.2. The user shall have the ability to define a warning limit for Runtime Totalization.

    Unique, user-defined messages shall be generated when the limit is reached.

    I. Analog/Pulse Totalization: Automatically sample, calculate and store consumptiontotals on a daily basis, weekly, or monthly basis for user-selected analog and binary

    pulse input-type points.1. Totalization shall provide calculation and storage of accumulations of up to99,999.9 units (e.g. KWH, gallons, KBTU, tons, etc.)

    2. The Totalization routine shall have a sampling resolution of one minute or less.3. The user shall have the ability to define a warning limit. Unique, user-specified

    messages shall be generated when the limit is reached.

  • 7/29/2019 BMS System RFP Final

    22/59

    TECHNICAL SPECIFICATIONS

    Page 21

    J. Event Totalization: Ability to count events such as the number of times a pump orfan system is cycled on and off. Event Totalization shall be performed on a daily,weekly, or monthly basis.

    1.

    The Event Totalization feature shall be able to store the records associated witha minimum of 9,999,999 events before reset.2. The user shall have the ability to define a warning limit. Unique, user-specified

    messages shall be generated when the limit is reached.

    2.08 APPLICATION SPECIFIC CONTROLLERS HVAC APPLICATIONS

    A. System shall extend its performance and capacity through the use of remoteApplication Specific Controllers (ASCs).

    B. Each ASC shall operate as a standalone controller capable of performing itsspecified control responsibilities independently of other controllers in the

    network. Each ASC shall be a microprocessor-based, multi-tasking, real-timedigital control processor.C. Each ASC shall have sufficient memory to support its own operating system and

    data bases including:1. Control Processes2. Energy Management Applications3. Operator I/O (Portable Service Terminal)

    D. The operator interface to any ASC point data or programs shall be through anynetwork-resident PC workstation, or any PC or portable operators terminalconnected to any DDC panel in the network.

    E. Provide portable service (zone) terminal (ZT) to directly support the ApplicationSpecific Controllers. The capabilities of the portable service terminal shall includebut not be limited to the following:1. Display temperatures2. Display status3. Display setpoints4. Display control parameters5. Override binary output control6. Override analog setpoints7. Modification of gain and offset constants

    F. Power fail Protection: System setpoints, proportional bands, control algorithms,and any other programmable parameters shall be stored such that a powerfailure of any duration does not necessitate reprogramming the controller.

  • 7/29/2019 BMS System RFP Final

    23/59

    TECHNICAL SPECIFICATIONS

    Page 22

    G. Application Descriptions:1. VAV Terminal Unit Controllers:

    a. VAV Terminal Unit Controllers shall support, but not be limited to,the control of the following configurations of VAV boxes to addressproject requirements:

    1.Single Duct Only (Cooling Only, or Cooling with Reheat)Supply/Exhaust

    b. VAV Terminal Unit Controller shall support the following types ofpoint inputs and outputs:

    1.Proportional Cooling Outputs2.Box and Baseboard Heating Outputs (Proportion, or 1 to 3

    Stages)3.Fan Control Output (On/Off Logic, or Proportion Series Fan

    Logic)

    c.

    The modes of operation supported by the VAV Terminal UnitControllers shall minimally include, but not be limited to, thefollowing:

    1.Day/Weekly Schedules2.Comfort/Occupancy Mode3.Economy Mode (Stand-by Mode, Unoccupied, etc.)4.Temporary Override Mode

    d. Occupancy-Based Standby/Comfort Mode Control: Each VAVTerminal Unit Controller shall have a provision for occupancy sensingoverrides. Based upon the contact status of either a manual wallswitch or an occupancy sensing device, the VAV Terminal Unit

    Controller shall automatically select either Standby or Comfort modeto minimize the heating and cooling requirements while satisfyingcomfort conditions.

    e. Controller Zone Temperature Histories: Each VAV Terminal UnitController shall automatically and continuously maintain a history ofthe associated zone temperature to allow users to quickly analyzespace comfort and equipment performance for the past 24 hours. Aminimum of two samples per hour shall be stored.

    f. Alarm Management: Each VAV Terminal Unit Controller shallperform its own limit and status monitoring and analysis to maximizenetwork performance by reducing unnecessary communications.

    2. Unitary Controllers:a. Unitary Controllers shall support, but not be limited to, the followingtypes of systems to address project requirements and for futureexpansion:

    1. Packaged Rooftops2. Fan Coils (Two-Pipe, Four Pipe)

    b. Unitary Controllers shall support the following types ofpoint inputs and outputs:

  • 7/29/2019 BMS System RFP Final

    24/59

    TECHNICAL SPECIFICATIONS

    Page 23

    1. Economizer Switchover Inputs: Dry bulb, Outdoor AirEnthalpy Differential Temperature Binary Input from aseparate controller.

    2.

    Economizer Outputs: Integrated Analog with minimumposition, Binary output to enable self-contained economizeractuator

    3. Heating and Cooling Outputs: 1 to 3 Stages, Analog Outputwith two-pipe logic, Reversing valve logic for Heat Pumps.

    4. Fan Output: On/Off Logic Controlc. Unitary controllers shall support the following library of

    control strategies to address project requirements:1. Daily/Weekly Schedules2. Comfort/Occupancy Mode3. Economy Mode: Standby Mode/Economizer available,

    Unoccupied/Economizer not available, shutdown, LightingLogic, Interlock to Economy Mode4. Temporary Override Mode: Temporary Comfort Mode

    (Occupancy-Based Control), Boost (OccupantWarmer/Cooler Control)

    e. Occupancy-Based Standby/Comfort Mode Control:1. Each Unitary Controller shall have a provision for occupancy

    sensing overrides. Based upon the contact status of either amanual wall switch or an occupancy sensing device, theUnitary Controller shall automatically selecteither Standby or Comfort mode to minimize the heating

    and cooling requirements while satisfying comfortconditions.f. Controller Zone Temperature Histories:

    1.Each VAV Terminal Unit Controller shall automatically andcontinuously maintain a history of the associated zonetemperature to allow users to quickly analyze space comfort andequipment performance for the past 24 hours. A minimum of twosamples per hour shall be stored.

    f. Alarm Management: Each VAV Terminal Unit Controller shallperform its own limit and status monitoring and analysis to maximizenetwork performance by reducing unnecessary communications.

    3. AHU Controllersa. AHU Controllers shall support, but not be limited to, thefollowing configurations of systems.

    1. Large Air Handling Units: Mixed Air-Single Path, Mixed Air-Dual Path, 100% Single Path, 100% Dual Path.

    b. AHU Controllers shall support all the necessary point inputs and outputs toperform the specified control sequences in a totally standalone fashion.

  • 7/29/2019 BMS System RFP Final

    25/59

    TECHNICAL SPECIFICATIONS

    Page 24

    c. AHU Controllers shall have a library of control routines and program logicto perform the sequence of operation as shown on drawings and specifiedherein.

    d.

    Occupancy-Based Standby/Comfort Mode Control: Each AHU Controllershall have a provision for occupancy sensing overrides. Based upon thecontact status of either a manual wall switch or an occupancy sensing device,the AHU Controller shall automatically select either Standby or Comfortmode to minimize the heating and cooling requirements while satisfyingcomfort conditions.

    e. Continuous Zone Temperature Histories: Each AHU Controller shallautomatically and continuously, maintain a history of the associated zonetemperature to allow users to quickly analyze space comfort and equipmentperformance for the past 24 hours. A minimum of two samples per hourshall be stored.

    f.

    Alarm Management: Each AHU Controller shall perform its own limit andstatus monitoring and analysis to maximize network performance byreducing unnecessary communications.

    2.09 OPERATOR INTERFACE1. Password Protection: Multiple-level password access protection shall be

    provided to allow the user/manager to limit workstation control, display anddata base manipulation capabilities as he deems appropriate for each user,based upon an assigned password.

    2. Graphics Definition Package: Graphic generation software shall be providedto allow the user to add, modify, or delete system graphic displays.

    3.

    Database Save/Restore/Back-up: Back-up copies of all standalone DDC paneldatabases shall be stored in at least one personal computer operatorworkstation.

    A. Local Controller Terminal1. ASCs shall directly support the local controller terminal that can be

    connected to the ASC via zone temperature sensor. Capability of localcontroller shall include:

    a) Three levels of passwordsb) Monitor and adjust 18 different settingsc) Simultaneous monitoring of three different settings of valvesd) Alarm condition notification with specific point in alarme)

    Add or modify schedules2. Provide one local controller terminal for Owners use.

  • 7/29/2019 BMS System RFP Final

    26/59

    TECHNICAL SPECIFICATIONS

    Page 25

    2.10 CONTROL COMPONENTS AND ACCESSORIESA. Provide supplementary control components including electrical

    interlocks, relays, switches, and other devices and appurtenances asrequired to accomplish automatic control. Refer to drawings for details.Components included but not limited to:

    1. Control Panels2. Freezestats3. Transmitters4. Room sensor5. Room thermostat6. Valve and damper actuators7. Control Valves8. Temperature Indicators9.

    Automatic control dampers10. Relays, switches, and interlocks required to accomplish

    automatic control sequence indicated on Drawings or includedherein.

    11.Differential pressure transducer12.Electronic sensors13.Differential Pressure Switch14.HVAC water flow sensors and transmitters15.Air flow measuring devices and transmitters

    B. Control Panels:1.

    Provide cabinets of minimum dimensions 24 x 30 x 8 deep withhinged, locking doors opening to the front.

    2. Multiple panels mounted side by side to be hinged to the left or onopposite sides to open in the middle.

    3. Flush mount in panel door start/stop switches, hand-off automaticswitches, pilot lights, control switches, and temperature indicatingdevices.

    4. Internally mount other devices within panel.5. Install panels as shown on drawings and provide for access for

    operation and maintenance.6. Provide weatherproof construction for panels exposed to weather.7.

    Pre-wire electrical devices specified to be mounted in temperaturecontrol panel to a dual, numbered terminal strip located insidepanel.

    8. Wiring within cabinet panel to conform to NEC and shall beinstalled in panel duct track.

    9. Provide engraved laminated plastic nameplate for devices insidepanel or mounted in the panel face.

  • 7/29/2019 BMS System RFP Final

    27/59

    TECHNICAL SPECIFICATIONS

    Page 26

    C. Freezestats:1. Manual reset with 20 foot sensing element actuated by temperature

    on any one foot portion. Provide the quantity of freezestats

    required to fully cover the face of the coil to be protected.2. U.L. approved.3. Switch action: SPDT with auxiliary alarm SPDT contacts as

    required.

    D. Wireless Devices:1. The wireless product will use the IEEE 802.15.4 specification for an

    ultra-reliable operation of the wireless sensor products andassociated network. RF-enabled sensors transmit sensor data to thetransceivers which pass data to the Building Management System(BMS) interface.

    a. The wireless system shall provide the following devices;i. Wireless temperature sensorsii. Wireless repeaters/routers, significantly extending the

    wireless networks rangeiii. Interface modules providing direct connectivity to a broad

    range of building automation systems, proprietaryembedded devices and PCs

    iv. Software tool for binding and commissioning specificallydesigned for installers to deploy, commission, documentand maintain the wireless network in a fast, efficient

    manner

    v. A Site Survey Tool to determine signal strength and linkquality

    E. Temperature Indicators:1. Provide gauge with scale range as sensor.

    F. Automatic Control Damper:1. Flat blade dampers: Opposed blade by Arrow Louver and Damper,

    Pin Lock No. OBDPL-507; Johnson D-1300; or equal by Ruskin

    Corporation. Furnish parallel blade damper of similar design for twoposition operation.

    2. Frames and blades: 1/8 extruded aluminum.3. Blades: Single unit pin lock design, 6 maximum width, with pin lock

    an integral section within blade center axis.4. Frames: Combination of 4 extruded aluminum channel and angle,

    with reinforcing bosses and groove inserts for vinyl seals.5. Minimum size dampers to have 2x5/8 aluminum frames.

  • 7/29/2019 BMS System RFP Final

    28/59

    TECHNICAL SPECIFICATIONS

    Page 27

    6. Pivot rods: diameter extruded aluminum, pin lock design,interlocking into blade section.

    7. Bearings: Double sealed type with Celcon inner bearing rod ridingon Merlon polycarbonate outer bearing inserted in frames so thatouter bearing cannot rotate.

    8. Blade Linkage Hardware: Install in angle or channel frame section outof air stream. Hardware shall be non-corrosive reinforced materialor cadmium plated.

    9. Design rod bearing such that no metal-to-metal or metal-to-bearingriding surfaces exist. Separate interconnecting linkage with Celconbearing.

    10.Dampers shall have overlapping design with extruded vinyl seals tofit into integral ribbed groove inserts in both frames and blades.

    11.Reinforce corners for dampers in excess of 10 square feet withgusset plates.12.Leakage: Maximum of of 1% leakage holding against 2 watergauge static pressure, verified by independent testing laboratory.Submit for review damper leakage ratings in CFM.

    13.Provide adequate damper motors to fully actuate dampers from fullyclosed to fully opened and vice versa as required by the controlsequence.

    14.Install damper motor mountings so dampers will work smoothlyfrom fully closed to fully opened and vice versa.

    15.Size damper motors to provide the necessary torque to actuatedampers as previously described. Locate damper motors out of the

    air stream.

    G. Electronic Damper and Valve Motors:1. Damper motors shall be capable of providing smooth, proportional

    control under design temperature and pressure conditions.2. Provide proportional 0-10 vdc control signal input capacity, offset

    and span adjustment, and 90 second stroke time.

    H. Temperature Sensors:1. Duct and outdoor air temperature sensors shall be passive sensors,

    with a range of -40 F to +216 F.

    2.

    Zone temperature sensors shall be wall mounted type, passivesensors with a range of 32 F to 130 F with an accuracy of +/- .7 Fat 70 F. Each temperature sensor shall be provided with acommunications jack to allow troubleshooting and commandcapabilities by the local controller terminal to its respective digitalpanel. Sensors shall provide remote set point capability via awarmer/cooler slide or rotating adjustment inside the sensor casing.The controller shall limit the range of remote adjustment between+/- 2 F and +/- 10 F from assigned set point.

  • 7/29/2019 BMS System RFP Final

    29/59

    TECHNICAL SPECIFICATIONS

    Page 28

    PART 3 EXECUTION

    3.01INSTALLATIONA. Components:

    1. Provide temperature controllers, damper motors of sufficient sizeand torque to operate dampers properly, motorized valves, dampercontrol linkages, relays, switches, and related items, necessary toaccomplish control sequences shown on drawings. Install all suchexcept as noted herein to the contrary.

    2. Prepare coordinated composite wiring diagrams showing interlockwiring associated with all equipment as applicable and included in

    drawings.3. Drawings and Layouts: Submit for approval complete shop drawingsof entire control system before proceeding with installation. Providewritten sequence of operation control scheme and as-built drawings.Provide at each DDC control panel the respective as-built printsindicating panel and field device wiring.

    4. Install field devices in safe locations accessible at ground level or byladder.

    B. Electrical:1. Furnish electrical conduit components in compliance with Division

    260000 and NEC.2. Furnish and install wiring for the LAN, sensors, inputs and outputsdirectly related to the DDC/control system.

    3. Install conduit where required level and plumb with respect to otherconduit located in the same area.

    4. Install signal and communication wiring and cabling in accordancewith Division 260000 and NEC.a. All cabling required in mechanical rooms will be installed in

    conduit per local code and NEC.b. Install exposed cable in raceway.c. Install plenum rated cable in concealed but accessible areas.d.

    Cabling installed in concealed areas to be installed as high aspossible to prevent damage.

    e. Bundle and harness multi-conductor cabling where severalcables follow a common path.

    f. Fasten flexible conduit and conductors, bridging cabinets anddoors, along hinged side, protect against abrasion, Tie andsupport conductors.

    g. Number code or color code conductors for future identificationand service of control system.

  • 7/29/2019 BMS System RFP Final

    30/59

    TECHNICAL SPECIFICATIONS

    Page 29

    h. Label all new conduit related to the Building Automation Systemwith white lettering with blue background with the wordsBMS.

    i.

    Conduit to be identified every 20 ft, or where there is asignificant change in direction of conduit and/or both sides of apenetrated wall.

    3.02QUALITY CONTROLA. Control system to be set up and checked out by factory trained

    competent technicians skilled in the setting and adjustment of BMSequipment used in this project. This technician is to be experienced inthe type of systems, DDC controllers and field devices associated withthis BMS.

    B.

    At time of final observation, demonstrate to the Engineer/Ownersrepresentative, the sequence of operation for each system. Performsystem demonstration as directed by Owners Representative andEngineer/Owners representative . Provide at least a two week noticeprior to any testing or demonstration of performance.

    C. Provide seasonal verification of the control system by returning to thesite for system check-out during seasonal changes.

    D. Provide a minimum of 8 hours of instruction and training to theDistricts designated trainee. Provide training after the system has beeninstalled and commissioned.

  • 7/29/2019 BMS System RFP Final

    31/59

    TECHNICAL SPECIFICATIONS

    Page 30

    INTENTIONALLY LEFT BLANK

  • 7/29/2019 BMS System RFP Final

    32/59

    AGREEMENTEAST BAY REGIONAL PARK DISTRICT

    PROJECT: Energy Management System forEBRPDs Administration Building &Richard C. Trudeau Training Center

    CONTRACT: 13-13-000

    PROJECT NO.:

    DISTRICT: East Bay Regional Park District CONTRACTOR: TBDP. O. Box 5381

    Oakland, CA 94605-5369

    PHONE: (510) 544-2102 PHONE:

    ARTICLE 1. SCOPE OF WORK:The Contractor agrees to furnish all labor, materials, services and equipment as required by the ContractDocuments to accomplish the following:

    Design and installation of an Energy Management system for East Bay Regional Park District at the followingtwo facilities:

    1. (EBRPD Headquarters), Administration Building, 2950 Peralta Oaks Court, Oakland, CA 946012. Richard C. Trudeau Training Center, 11500 Skyline Boulevard, Oakland, CA

    ARTICLE 2. CONTRACT PRICE:As full compensation, the District agrees to pay the Contractor $TBD, based on the Formal Bid ProposalPayment requests shall be submitted on District forms. The District shall withhold a five percent (5%retention from each payment which may be requested thirty-five (35) days after completion and formaacceptance of the work. Partial payment shall not constitute final acceptance or approval of any work orelieve the Contractor of any of its obligations. The Contractor agrees to delete or add work not covered b

    ADD-ON ALTERNATES or UNIT PRICES by methods provided in SECTION VIII of the General Conditions.

    ARTICLE 3. TERM:The term of this Agreement shall commence on the date The Board Resolution is adopted as shown belowand shall end upon formal acceptance of the work by the District Representative.

    ARTICLE 4. BEGINNING AND COMPLETION OF WORK, DAMAGES:Time is of the essence of this Contract. The Contractor agrees to submit all written documents required bythe Contract Documents within fifteen (15) working days from the date of written Notice of Award oContract. All work shall be fully completed to the District Representative's satisfaction within 120 ____working days from the date of the subsequent written Notice to Proceed. The Contractor shall not start

    any work until such Notice is issued. Issuance is dependent upon the District Representative's receipt oall documents required in the original Notice of Award of Contract. If the Contractor fails to complete thework within the specified time plus any extensions thereof, made in accordance with the General Conditionsthe Contractor shall become liable to the District for damages in the amount of$500.00 for each calendarday beyond the time specified. Nothing in this paragraph shall be construed to preclude the District from therecovery of damages for causes other than delay by the Contractor.

    ATTACHMENT A

    PAGE 31

  • 7/29/2019 BMS System RFP Final

    33/59

    AgreemenPage 2

    L3Revised April, 2012 P:\Construction\Contract\LEVEL3\13-13-000_Level 3 Agreement

    ARTICLE 5. INSURANCE:The Contractor shall provide and maintain statutory coverage for Workers' Compensation Employer'sLiability ($500,000 per accident), General Liability ($1,000,000 per occurrence), Automobile Liability($1,000,000 per occurrence). Builder's Risk or Special Hazards coverage may be required. WorkersCompensation shall comply with California Labor Code 3700 and contain a waiver of subrogation in favor ofthe District. The General and Automobile Liability policies must be endorsed to name the District a

    additional insured and must be primary insurance.

    ARTICLE 6. INDEMNIFICATION:The Contractor agrees to indemnify, hold harmless, defend, and protect the District, its employees and agentfrom any and all claims and expenses (including all reasonable attorneys' fees) arising from the Contractor'sperformance of this Agreement. (See SECTION II:, ARTICLE 8 of the General Conditions.)

    ARTICLE 7. LICENSING:Attention is directed to the requirements of the California Business and Professions Code, known as the"Contractor's License Law", 7000 through 7145. The Contractor must possess an appropriate license whichis current and valid at the date of the bid and throughout the term of this Agreement.

    ARTICLE 8. LABOR CODE COMPLIANCE:As required by law, the Contractor shall pay all workers California prevailing wages for each trade orclassification on the job during the term of this Agreement. These rates include employer payments for healthand welfare, pension, vacation, travel time, subsistence pay and apprenticeship or training.

    ARTICLE 9. EQUAL EMPLOYMENT AND AFFIRMATIVE ACTION:The Contractor and its subcontractors will comply with all applicable state equal employment opportunity andaffirmative action laws throughout the term of this Agreement.

    ARTICLE 10. BONDS: (See attached forms)

    The Contractor agrees to furnish, at the Contractor's expense, the following bonds with sureties approved bythe District within fifteen (15) working days from the date of written Notice of Award of Contract.

    a. Performance Bond in the amount of the Contract Price. (Required only if progress payments are to berequested.)

    b. Labor and Materials Payment Bond in the amount of the Contract Price.

    ATTACHMENT A

    PAGE 32

  • 7/29/2019 BMS System RFP Final

    34/59

    AgreemenPage 3

    L3Revised April, 2012 P:\Construction\Contract\LEVEL3\13-13-000_Level 3 Agreement

    ARTICLE 11. CONTRACT DOCUMENTS:Together with this Agreement, the following constitute the "Contract Documents" and the entire Contractbetween the parties:

    a. Information for Bidders (Page 1 thru Page 5. Total of 5 pages)b. Formal Bid Proposal, dated

    c. Level #3 Agreement;d. General Conditions (20 pages);e. Plans prepared by Steven Myli;h. Technical Specifications (Page 5 thru Page 28. Total of 23 pages);

    Unless otherwise noted, items c and d above are the Districts standard forms. The Contract Documents arecomplementary.

    ARTICLE 12. EXAMINATION OF SITE AND CONTRACT DOCUMENTS:By signing this Agreement, the Contractor acknowledges having examined the work site; compared the sitewith the Plans and Specifications; determined any site variation that affects the bid; and investigated the

    conditions of existing clearance, restrictions or limitations that affect access to the work. The Contractor'failure to do any and all of the above shall not become a basis for claim of additional monies or extension otime. No allowance shall be made on behalf of the Contractor due to neglect, failure or error in acquaintingitself with the project or any and all of the Contract Documents. (See ARTICLE 13 of the GeneraConditions.)

    ARTICLE 13. PROTECTION OF HISTORIC RESOURCES AND HUMAN REMAINS:The Contractor shall, during all work, be alert for indicators of historic resources (i.e., bivalve shells orfragments, stone tools, old china objects or fragments, old glass objects or fragments, old foundations and oldprivy deposits) and human remains. If such indicators are uncovered, all work within 50 feet shall be haltedand the District Inspector immediately notified. The District will have the find evaluated by the prope

    authorities or professionals. Only the balance of that work day shall be compensated by the District if theContractor cannot perform work elsewhere on the project. Recommendations from the qualified authoritieor professionals may result in a change of work and a change order may be issued.

    ARTICLE 14. PRECONSTRUCTIONA preconstruction meeting attended by the Contractor, the District Representative, and others asappropriate, will be held within fifteen (15) days of Award of Contract to discuss the work. Submit alrequired documents, requests, and proposals at this meeting for discussion. (See ARTICLE 14 of the GeneraConditions.)

    ATTACHMENT A

    PAGE 33

  • 7/29/2019 BMS System RFP Final

    35/59

    AgreemenPage 4

    L3Revised April, 2012 P:\Construction\Contract\LEVEL3\13-13-000_Level 3 Agreement

    ARTICLE 15. SAFETY AND PUBLIC CONVENIENCE:The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions andprograms. All work shall conform to the requirements of the California Administrative Code, Title 8Industrial Relations, Division of Industrial Safety. (See ARTICLE 24 of the General Conditions.)

    ARTICLE 16. FINAL INSPECTION AND ACCEPTANCE.At the final inspection, the work may be substantially completed and accepted with a "minor punch list" adetermined by the District Representative. The punch list items are to be completed within the 35-daretention period, otherwise the Contractor waives any and all rights to the retention monies withheld by theDistrict necessary to complete these items. The District Representative may hire another contractor oDistrict crews to complete the work. All costs, including administrative costs, will be charged against themonies withheld and deducted from the contract price. (See ARTICLE 58 of the General Conditions.)

    ARTICLE 17. DISTRICT REPRESENTATIVE:During the term of this Agreement, the District's Manager of the Construction Department, or his designee, isfully authorized to represent the District in all contractual matters. The District Representative shall make a

    final decisions as to the intent of the Plans and Specifications; the amount and quality of work performedand/or materials furnished; the manner and rate of work performed; the fulfillment of the Contract; and anycompensation due the Contractor.

    CONTRACTOR: _____________________________________Name and title (please print)

    _____________________________________Signature

    _____________ _____________________Date Federal Employer I.D. No.

    _____________________________________License No. Expiration

    FULLY EXECUTED at Oakland, California.EAST BAY REGIONAL PARK DISTRICT:

    Pursuant to Board Resolution

    No.: 2013- ______________________________________General Manager

    Adopted: Date: ________________________________

    ATTACHMENT A

    PAGE 34

  • 7/29/2019 BMS System RFP Final

    36/59

    ATTACHMENT B

    PAGE 35

  • 7/29/2019 BMS System RFP Final

    37/59

    ATTACHMENT B

    PAGE 36

  • 7/29/2019 BMS System RFP Final

    38/59

    ATTACHMENT B

    PAGE 37

  • 7/29/2019 BMS System RFP Final

    39/59

    ATTACHMENT B

    PAGE 38

  • 7/29/2019 BMS System RFP Final

    40/59

    ATTACHMENT B

    PAGE 39

  • 7/29/2019 BMS System RFP Final

    41/59

    ATTACHMENT B

    PAGE 40

  • 7/29/2019 BMS System RFP Final

    42/59

    ATTACHMENT B

    PAGE 41

  • 7/29/2019 BMS System RFP Final

    43/59

    ATTACHMENT B

    PAGE 42

  • 7/29/2019 BMS System RFP Final

    44/59

    ATTACHMENT B

    PAGE 43

  • 7/29/2019 BMS System RFP Final

    45/59

    ATTACHMENT B

    PAGE 44

  • 7/29/2019 BMS System RFP Final

    46/59

    ATTACHMENT B

    PAGE 45

  • 7/29/2019 BMS System RFP Final

    47/59

    ATTACHMENT B

    PAGE 46

  • 7/29/2019 BMS System RFP Final

    48/59

    ATTACHMENT B

    PAGE 47

  • 7/29/2019 BMS System RFP Final

    49/59

    ATTACHMENT B

    PAGE 48

  • 7/29/2019 BMS System RFP Final

    50/59

    ATTACHMENT B

    PAGE 49

  • 7/29/2019 BMS System RFP Final

    51/59

    ATTACHMENT B

    PAGE 50

  • 7/29/2019 BMS System RFP Final

    52/59

    ATTACHMENT B

    PAGE 51

  • 7/29/2019 BMS System RFP Final

    53/59

    ATTACHMENT B

    PAGE 52

  • 7/29/2019 BMS System RFP Final

    54/59

    ATTACHMENT B

    PAGE 53

  • 7/29/2019 BMS System RFP Final

    55/59

    ATTACHMENT B

    PAGE 54

  • 7/29/2019 BMS System RFP Final

    56/59

    PERFORMANCE BONDEAST BAY REGIONAL PARK DISTRICT

    KNOW ALL PERSONS BY THESE PRESENTS:

    That as Principal, hereinafter called Contractor,and as Surety of Sureties,hereinafter called Surety, are held firmly bound unto the East Bay Regional Park District, asObligee, herein after called District, in the sum of _______________________($ _________________________), for which payment Contractor and Surety bindthemselves, their heirs, executors, administrators, successors and assigns, jointly andseverally, firmly by these presents.

    WHEREAS, a certain written Agreement, dated _____________________, 20 , wasmade and executed by and between the District, as Owner, and the Contractor, whichagreement is hereinafter called the Contract and is by reference made a part hereof.

    NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if theContractor shall well and faithfully keep and perform all the covenants and agreements ofContract, and all alterations, modifications and extensions thereof, by the Contractor to bekept and performed, and shall fully complete all of the work described in the Contract, and allalterations, modifications and extensions thereof, and shall save and hold harmless theDistrict from any and all loss of damage arising out of the failure of the Contractor and/or anyand all subcontractors, to fulfill the Contract, and all alterations, modifications and extensionsthereof, and shall fully reimburse and pay to the District all outlay and costs which the Districtmay incur in making good any default of the Contractor and/or subcontractors, and inreplacing and/or making good any defective material or faulty material or workmanship in the

    work of the Contractor and/or any and all subcontractors, which may be discovered withinone (1) year subsequent to the completion and acceptance of the work provided for in theContract, then the above obligation shall be void; otherwise, it shall be and remain in full forceand effect.

    It is expressly covenanted and agreed by and between the Contractor and the Suretythat the liability of the Contractor and the Surety shall at all times, and under allcircumstances, be co-extensive, and that the Surety shall not be discharged, released orexonerated from liability under this bond, in whole or in part, by an alteration and/ormodification of the Contract, whether notice thereof is given the Surety or not, and that theSurety shall be bound thereby, and also bound by any departure or deviation on the part of

    the District from the terms of the Contract.

    It is further expressly covenanted and agreed that in the event that more than oneSurety is obligated hereunder, then, in that event, the co-Sureties, bind themselves in theabove stated sum "jointly and severally" as well as "severally" only for the purpose of allowinga joint action or actions against any or all of them, and for all other purposes each Suretybinds itself, jointly and severally with the Contractors for the payment of such above statedsum only to the extent of the amount set forth opposite the Surety's name in Appendix A tothis bond, which Appendix A is attached hereto and by this reference made a part hereof.

    ATTACHMENT C

    PAGE 55

  • 7/29/2019 BMS System RFP Final

    57/59

    No change or alteration or modification of the Contract or of the workrequired thereunder shall release or exonerate any Surety or Sureties on thebond.

    This bond shall remain in full force and effect notwithstanding that the

    Contract or any applicable law or statute of the State of California shall be held tobe invalid.

    IN WITNESS WHEREOF, the Contractor and the Surety or Sureties havehereunto signed their names this day of , 20 .

    Contractor

    Signature

    Surety

    Attorney-in-Fact

    ATTACHMENT C

    PAGE 56

  • 7/29/2019 BMS System RFP Final

    58/59

    LABOR AND MATERIALS PAYMENT BONDEAST BAY REGIONAL PARK DISTRICT

    KNOW ALL PERSONS BY THESE PRESENTS:

    That as Principal, hereinafter called Contractor, and_______________________________________________________, as Surety,hereinafter called Surety, are held and firmly bound unto the East Bay Regional ParkDistrict as Obligee, hereinafter called District, for the use and benefit of all personsand laborers of every class performing any work or labor upon or bestowing skill orother necessary services or furnishing materials, provisions, provender or othersupplies to be used or consumed in, or furnishing equipment or power contributing tothe work described in the agreement hereinafter mentioned, or in any alteration,modification or extension thereof, which persons and laborers are hereinafter calledClaimants, in the amount of

    ___________________________, ($ ), for which payment, well

    and truly to be made, Contractor and Surety bind themselves, their heirs, executors,administrators, successors, and assigns, jointly and severally, firmly by thesepresents.

    WHEREAS, a certain written agreement hereinafter called the Contract,dated , 20 , was made and executed by andbetween the District, as Owner, and the Contractor, which agreement is hereinaftercalled the Contract and is by reference made a part hereof.

    NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that ifthe Contractor shall promptly make payment to all Claimants for all labor and material

    used or reasonably required for use in the performance of the Contract, or anyalteration, modification or extension thereof, whether the Contract, or any alteration,modification or extension thereof, is determined to be void, voidable or otherwise, orfor any amount due under the Unemployment Insurance Act of the State of Californiawith respect to such work or labor, or for any amounts required to be deducted,withheld, and paid over to the California Franchise Tax Board from the wages ofemployees of the Contractor and/or any and all subcontractors pursuant to CaliforniaRevenue and Taxation Code Section 18806 with respect to such work or labor, thenthis obligation shall be void; otherwise, it shall be and remain in full force and effect.

    The Contractor and Surety hereby jointly and severally agree with the District

    that every Claimant who has not been paid in full before the expiration of a period ofninety (90) days after the date on which the last said Claimant's work or labor wasdone or performed or materials were furnished by such Claimant, may sue on thisbond for the use of such Claimant, prosecute the suit to final judgment for such sumor sums as may be justly due Claimant, and have execution thereon. The Districtshall not be liable for payment of any costs or expenses of any such suit. No suit oraction shall be commenced hereunder by any Claimant:

    ATTACHMENT D

    PAGE 57

  • 7/29/2019 BMS System RFP Final

    59/59

    (a) Unless Claimant, other than a Claimant having a direct contract with theContractor, shall have given written notice to any two of the following: TheContractor, the District or the Surety, within ninety (90) days after such Claimant didor performed the last of the work or labor, or furnished the last of the materials forwhich said claim is made, stating with substantial accuracy the amount claimed and

    the name of the party to whom the materials were furnished, or for whom the work orlabor was done or performed. Such notice shall be served by mailing the same byregistered or certified mail, postage prepaid in an envelope addressed to theContractor, District, or Surety, at any place where its office is regularly maintained forthe transaction of business, or by personal service.

    (b) After the expiration of seven months from the date of recordation of aNotice of Completion or Notice of Cessation if such notice is recorded pursuant toCivil Code Sections 3092 or 3093; or, if no such Notice of Completion or Notice ofCessation is recorded, after nine months from the date of completion or cessation ofthe work.

    The amount of this bond shall be reduced by and to the extent of any paymentor payments made in good faith herewith, inclusive of the payment by Surety ofmechanics' liens which may be filed of record against said improvement, whether ornot claims for the amount of such lien be presented under and against this bond.

    It is further expressly covenanted and agreed that in the event that more thanone Surety is obligated hereunder, then, in that event, the co-Sureties bindthemselves in the above stated sum only to the extent of the amount set forthopposite each Surety's name in Appendix A to this bond, which Appendix A isattached hereto and by this reference made a part hereof.

    IN WITNESS WHEREOF, the Contractor and the Surety and/or Sureties havehereunto signed their names this day of , 20 .

    Contractor

    Signature

    Surety

    ATTACHMENT D


Recommended