Furnishing of labor, material, and equipment for the Southwest Elementary School Boiler Replacement

expired opportunity(Expired)
From: Pender County Board Of Education(School)
179-2122-651-SWE-BOILER-REBID

Basic Details

started - 28 Jun, 2022 (22 months ago)

Start Date

28 Jun, 2022 (22 months ago)
due - 12 Jul, 2022 (21 months ago)

Due Date

12 Jul, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
179-2122-651-SWE-BOILER-REBID

Identifier

179-2122-651-SWE-BOILER-REBID
Pender County Board Of Education

Customer / Agency

Pender County Board Of Education
unlockUnlock the best of InstantMarkets.

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

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

LEGAL NOTICE REQUEST FOR BIDS: Durham Public Schools has issued Bid Documents for Southwest Boiler Replacement. Bid date and time July 12, 2022 2:00pm. For Legal Notice and Bid Advertisement, interested offerers may visit our website at http:///www.dpsnc.net and select the RESOURCES tab. Select Bidding & RFPs. Issue date June 24, 2022. 6 A 54321 B C D E F KEY PLAN APPROVED BY CHECKED BY REVISIONS SHEET NO. TITLE DRAWN BY DATE PROJECT NO. SCALE SEAL NO. DESCRIPTION DATE OF D PS P R O JE C T: SO U TH W ES T EL EM EN TA R Y SC H O O L BO IL ER R EP LA C EM EN T 23 20 C O O K R O AD D U R H AM , N C 2 77 13 50153722 06/15/2022 61/ 22 /2 01 6 9: 07 :1 5 AM P: \5 01 53 72 2\ C AD \L EA D S H EE TS \5 01 53 72 2 G -0 01 C O VE R S H EE T. D W G 2610 Wycliff Road Suite 410 Raleigh, NC 27607-3073 919.881.9939 NC License No. F-0929 Dewberry Engineers Inc. SMP WLH WLH 1 G-001 COVER SHEET DURHAM PUBLIC SCHOOLS SOUTHWEST
ELEMENTARY SCHOOL BOILER REPLACEMENT DURHAM, NORTH CAROLINA DURHAM PUBLIC SCHOOLS CONSTRUCTION & CAPITAL PLANNING DEPT. 2011 HAMLIN ROAD DURHAM, NC 27704 CONTACT: JONATHAN MCDOWELL, CTS P: 919.560.2000 EXT. 29105 E: JONATHAN_MCDOWELL@DPSNC.NET OWNER: MEP ENGINEERS: DEWBERRY ENGINEERS INC. 2610 WYCLIFF ROAD, SUITE 410 RALEIGH, NC 27607 CONTACT: JOHNNY WOOD, PE P: 919.215.2010 E: JWOOD@DEWBERRY.COM DRAWING INDEX Sheet Number Sheet Title G-001 COVER SHEET PME001 SYMBOLS & ABBREVATIONS PME111 DEMOLITION & NEW WORK PME501 DETAILS PME601 SCHEDULES PME701 CONTROLS WORK LOCATION SOUTHWEST ELEMENTARY SCHOOL 2320 COOK RD, DURHAM, NC 27713 SCALE:1 VICINITY MAP NTS PROJECT SCOPE NARRATIVE: THE SCOPE OF THIS PROJECT IS TO DEMOLISH THE EXISTING FIRE TUBE NON CONDENSING BOILERS AND CONSTANT PRIMARY ONLY PUMPS. PROVIDE NEW EQUIVALENT SIZED BOILERS AND REPLACE PUMPING WITH BOILER PRIMARY AND BUILDING SECONDARY PUMPING EQUIPMENT. PROVIDE NEW HEATING HOT WATER, COMBUSTION AIR, VENT, GAS, AND DRAIN PIPING TO ACCOMMODATE REPLACEMENT BOILERS. PROVIDE NEW DIRECT DIGITAL CONTROL BOILER AND PUMP CONTROLS AND INTEGRATE INTO EXISTING TRIDIUM FRONT END. GENERAL NOTES: 1. INFORMATION ON THE CONTRACT DOCUMENTS IS BASED ON AVAILABLE EXISTING FACILITY DRAWINGS AND LIMITED FIELD MEASUREMENTS. THERE MAY BE EXISTING FIELD CONDITIONS WHICH DIFFER FROM THOSE SHOWN ON THE CONTRACT DRAWINGS. FOR CLARITY IN DEFINING CONTRACT WORK, NOT ALL EXISTING PIPING, DUCTWORK, AND EQUIPMENT IS SHOWN. CONTRACTOR SHALL FIELD VERIFY ALL INFORMATION SHOWN. 2. CONTRACTOR SHALL COMPLY WITH SPECIFICATIONS, PERFORMANCE WORK STATEMENT, AND ALL OTHER CONSTRUCTION DOCUMENTS. 3. CONTRACTOR SHALL FIELD VERIFY SITE CONDITIONS FOR SUITABILITY AND EQUIPMENT LOCATIONS AND NOTIFY THE ENGINEER AND THE OWNER OF FINDINGS PRIOR TO STARTING WORK. 4. UNLESS OTHERWISE NOTED, CONTRACTOR SHALL REMOVE EXISTING CONTROLS ASSOCIATED WITH THE EQUIPMENT REPLACEMENTS IDENTIFIED FOR THIS PROJECT. CONTRACTOR SHALL TURN OVER REMOVED CONTROLS TO OWNER UNLESS OWNER SPECIFIES OTHERWISE. 5. UNLESS OTHERWISE NOTED, CONTRACTOR SHALL PROVIDE NEW CONTROLS MATERIALS, INCLUDING BUT NOT LIMITED TO SENSORS, PROGRAMMABLE CONTROLLERS, AND APPLICATION SPECIFIC DEVICES ASSOCIATED WITH THE EQUIPMENT REPLACEMENTS IDENTIFIED FOR THIS PROJECT. WORK SHALL NOT COMMENCE UNTIL ALL PRODUCTS HAVE BEEN SUBMITTED AND APPROVED BY THE OWNER AND ENGINEER. 6. CONTRACTOR IS RESPONSIBLE FOR PULLING COMMUNICATION WIRING INTO NEW AND EXISTING DEVICE PANELS AS REQUIRED TO HAVE A COMPLETE AND OPERATING SYSTEM. CONTRACTOR SHALL NOT TERMINATE TCP/IP COMMUNICATION CABLES WITHOUT PRIOR APPROVAL BY OWNER. NEW COMMUNICATION WIRING SHALL BE PURPLE IN COLOR. 7. WIRING SHALL BE INSTALLED IN ACCORDANCE WITH NEC AND LOCAL ELECTRICAL CODES. 8. SCHEDULE, ARRANGE AND COORDINATE ALL UTILITY INTERRUPTIONS, SHUTDOWNS, OUTAGES AND DURATIONS WITH THE OWNER. BUILDING UTILITIES SHALL NOT BE INTERRUPTED UNTIL THE OWNER IS NOTIFIED FOURTEEN CALENDAR DAYS IN ADVANCE OF THE PROPOSED UTILITY INTERRUPTION AND UNTIL THE OWNER APPROVES THE UTILITY INTERRUPTION. 9. CONTRACTOR SHALL SUBMIT SHOP DRAWINGS TO THE ENGINEER AND THE OWNER FOR APPROVAL PRIOR TO WORK. 10. CONTRACTOR SHALL SUBMIT AS-BUILT DOCUMENTS FOR ALL WORK TO THE ENGINEER, COMPLYING WITH STANDARDS SET BY THE OWNER. 11. CONTRACTOR SHALL COMPLY WITH THE OWNER ACCESS AND SAFETY POLICIES. 12. CONTRACTOR SHALL COORDINATE ACCESS WITH THE OWNER. 13. CONTRACTOR SHALL PROVIDE THE OWNER WITH ELECTRONIC COPIES OF ALL INSTALLED SOFTWARE AND SOFTWARE USED FOR WORK (INCLUDING LICENSING), AS WELL AS DOCUMENTATION OF PROGRAMMING DONE BY CONTRACTOR. 14. SEALING OF WALL PENETRATIONS SHALL BE IN ACCORDANCE WITH APPLICABLE UL GUIDELINES PER PRODUCT AND WALL RATING. WALL SEALING PRODUCTS SHALL BE SUBMITTED AND APPROVED BY THE ENGINEER AND THE OWNER PRIOR TO WORK. GENERAL NOTES: 15. THE CONTRACTOR SHALL PROVIDE TRAINING AS PER SPECIFICATION REQUIREMENTS. 16. THESE DRAWINGS ARE DIAGRAMMATIC AND ARE NOT INTENDED TO CONVEY EXACT DIMENSIONS, SIZES, AND/OR LOCATIONS OF ALL NEW OR EXISTING ARCHITECTURAL, STRUCTURAL, PLUMBING, MECHANICAL, OR ELECTRICAL EQUIPMENT OR FEATURES, EITHER SHOWN OR INFERRED. THE INFORMATION CONTAINED IN THESE DRAWINGS SHALL BE USED AS PART OF AN ENTIRE, INTACT SET OF CONTRACT DOCUMENTS, INCLUDING ANY SEPARATE WRITTEN SPECIFICATIONS. THE CONTRACTOR SHALL THOROUGHLY FAMILIARIZE HIMSELF WITH THE EXISTING CONDITIONS AT THE JOBSITE. THE CONTRACTOR SHALL COORDINATE HIS WORK WITH THE WORK OF OTHER TRADES TO MINIMIZE CONFLICT AND INTERFERENCE THROUGHOUT THE PROJECT. 17. HAZARDOUS MATERIALS WARNING: IF UNCOVERED MATERIALS ARE SUSPECTED OF CONTAINING ASBESTOS, LEAD-BASED PAINT, PCB'S OR ANY OTHER HAZARDOUS MATERIAL, STOP WORK IN THAT AREA AND REPORT THE CONCERN TO THE CONSTRUCTION MANAGER, OWNER AND ENGINEER IMMEDIATELY. 18. FURNISH AND INSTALL ALL INCIDENTAL ACCESSORIES REQUIRED TO MAKE THE MECHANICAL WORK COMPLETE AND OPERATIONAL. 19. ANY DISCREPANCIES FOUND ON THE DRAWINGS SHALL BE REPORTED TO THE ENGINEER OF RECORD FOR CLARIFICATION PRIOR TO PROCEEDING WITH ANY WORK. 20. ALL EXISTING PANEL SCHEDULES FOR PANELS AFFECTED BY THIS PROJECT SHALL BE REPLACED WITH UPDATED TYPED SCHEDULES INCLUDING CIRCUITS ADDED AND ALL EXISTING INDICATED CIRCUITS. 21. MAINTAIN MINIMUM EQUIPMENT AND DEVICE MAINTENANCE CLEARANCES. INSTALLED MATERIALS NOT COORDINATED SHALL BE REMOVED AND REINSTALLED AT NO ADDITIONAL COST. 22. COORDINATE THE LAYOUT OF EQUIPMENT AND CONDUIT WITH BUILDING COMPONENTS AND OTHER TRADES PRIOR TO INSTALLATION. THE SYSTEMS SHALL BE NEATLY ARRANGED TO MAXIMIZE SPACE. DEVICES SHALL BE READILY MAINTAINABLE. METERS AND GAGES SHALL BE ORIENTED FOR BEST VIEW. 23. EXTEND CONDUIT AND WIRING FROM DEDICATED SOURCES TO CONTROLS EQUIPMENT. 24. WORK ON THIS PROJECT MUST NOT DISRUPT CLASSROOM OPERATION AS DETERMINED BY DURHAM PUBLIC SCHOOLS. 06/23/22 DocuSign Envelope ID: D5740462-9F74-4CB7-90D1-E7CB53680315 6 A 54321 B C D E F KEY PLAN APPROVED BY CHECKED BY REVISIONS SHEET NO. TITLE DRAWN BY DATE PROJECT NO. SCALE SEAL NO. DESCRIPTION DATE OF D PS P R O JE C T: SO U TH W ES T EL EM EN TA R Y SC H O O L BO IL ER R EP LA C EM EN T 23 20 C O O K R O AD D U R H AM , N C 2 77 13 50153722 06/15/2022 61/ 22 /2 01 6 9: 07 :1 5 AM P: \5 01 53 72 2\ C AD \P M E\ 50 15 37 22 P M E0 01 S YM BO LS A BB R EV AT IO N S & G EN ER AL N O TE S. D W G 2610 Wycliff Road Suite 410 Raleigh, NC 27607-3073 919.881.9939 NC License No. F-0929 Dewberry Engineers Inc. WLH SMP WLH WLH 2 PME001 SYMBOLS & ABBREVATIONS WIRES DESCRIPTION LC-1-1 UNCONTROLLED CIRCUIT HOME RUN. NUMERALS INDICATE PANELBOARD AND CIRCUIT NUMBERS. INDICATES CIRCUIT CONTINUATION STUB INTO ACCESSIBLE CORRIDOR CEILING SPACE UNO CAP END OF CONDUIT INDICATES CONDUIT RISER UP INDICATES CONDUIT RISER DOWN CONDUIT SLEEVE CIRCUIT SYMBOLS HOME RUN. MULTIPLE ARROWS INDICATES NUMBER OF CIRCUITS INCLUDED IN CONDUIT (1, 2 OR 3). SWBD1 WALL MOUNTED PANEL (SHADING INDICATES 480/277) RECESSED PANEL (SHADING INDICATES 480/277) POWER SYMBOLS SYMBOL DESCRIPTION SUBSCRIPTS "P" = FURNITURE POWER CONNECTION "T" = FURNITURE TELECOM CONNECTION JUNCTION BOX C EI LI N G M TD W AL L M TD ST U B U P N O R M AL FL O O R M TD SIMPLEX OUTLETS DUPLEX OUTLETS SPECIALTY OUTLETS (NEMA TYPE AS SHOWN) QUADRUPLEX OUTLETS CORD REEL COMBINATION AV, DATA & POWER BOX(SEE APPLICABLE SCHEDULE FOR SIZE, ETC.) EQUIPMENT CONNECTION POWER/TELECOM POLE MOTOR MANUAL MOTOR STARTER, FRACTIONAL HORSEPOWER (SEE STARTER SCHEDULE FOR SIZE, ETC.) NON-FUSIBLE SAFETY SWITCH (SEE DISCONNECT SCHEDULE FOR SIZE, ETC.) SURGE SUPPRESSOR GROUND BAR POWER/TELECOMMUNICATIONS HANDHOLE POWER/TELECOMMUNICATIONS MANHOLE UTILITY METER SUBSCRIPTS "AC" = ABOVE COUNTER "C" = SWITCH CONTROLLED PER ASHRAE 90.1/CAT24) "G" = GROUND FAULT BREAKER "GF" = GROUND FAULT "IG" = ISOLATED GROUND "UC" = UNDER COUNTER "USB"= W/ USB PORTS "WP" = WEATHERPROOF BOX "WR" = WEATHER RESISTANT SUBSCRIPTS "ADA"= ADA COMPLIANT DOOR OPERATOR "EPO"= EMERGENCY POWER OFF "DO" = DOOR OPERATOR "HF" = HANDS FREE PUSH BUTTON FUSIBLE SAFETY SWITCH (SEE DISCONNECT SCHEDULE FOR SIZE, ETC.) COMBINATION MOTOR STARTER/SAFETY SWITCH, ENCLOSED CIRCUIT BREAKER (SEE DISCONNECT SCHEDULE FOR SIZE, ETC.) VARIABLE FREQUENCY DRIVE (VFD) (SEE DISCONNECT SCHEDULE FOR SIZE, ETC.) DISCONNECT SWITCH (FURNISHED BY OTHERS) SURFACE MOUNTED PLUGMOLD OR WIREMOLD (DEVICE QUANTITIES AND TYPES AS INDICATED) ELECTRICAL EQUIPMENT/GEAR SIZE, TYPE, AND MOUNTING AS SHOWN AND/OR NOTED. POWER DISTRIBUTION / C R IT IC AL EM ER G EN C Y GROUND ROD SUBSCRIPTS "CR" = CHEMICAL ROD "TW" = TEST WELL HH MH PT e JJ FB# M J SPECIAL SENSOR TEMPERATURE SENSOR HUMIDITY SENSOR NITROGEN DIOXIDE SENSOR CARBON MONOXIDE SENSOR CARBON DIOXIDE SENSOR OXYGEN SENSOR DUCT MOUNTED SMOKE DETECTOR DUCT MOUNTED TEMPERATURE/HUMIDITY SENSOR TEMPERATURE SENSOR HUMIDITY SENSOR FREEZESTAT AVERAGING TEMPERATURE SENSOR IN AIR DUCT OCCUPANCY SENSOR EMERGENCY POWER OFF SWITCH (E-STOP) MANUAL MOTOR STARTER, FRACTIONAL HORSEPOWER (SEE STARTER SCHEDULE FOR SIZE, ETC.) CONTROLS SYMBOL DESCRIPTION HVAC SYMBOLS CONTINUED T/ H FZ T H T ND O2 CD CO H S T M D THERMOSTATT V VENT D DRAIN HWR HOT WATER RETURN HWS HOT WATER SUPPLY MU MAKEUP WATER NG NATURAL GAS MECHANICAL PIPING SYSTEMS SYMBOL SYMBOL DESCRIPTION WYE WITH COMBINATION 8TH BEND SANITARY TEE WYE 45° BALL VALVE STOP VALVE (HANDLE OPTIONAL) 3-WAY VALVE BALANCING VALVE AUTOMATIC & MANUAL BACKWATER VALVE BUTTERFLY VALVE CHECK VALVE CONTROL VALVE 3-WAY CONTROL VALVE GATE VALVE GLOBE VALVE REDUCED PRESSURE ZONE OSY VALVE WATER HAMMER ARRESTER PRESSURE REGULATING VALVE PIPE TURN UP PIPE TURN DOWN PIPE BOTTOM TAKE OFF PIPE TOP TAKE OFF PIPE CAP OR PLUG PIPE UNION RPZ AF WYE STRAINER PIPE WITH SYSTEM ABBREVIATION. MECHANICAL PIPING SYMBOLS ABBV. RISER ID TAGSYSTEM RISER # CHS 002 AREA TO BE ENLARGED SIM SHEET REF. PLAN / DETAIL REF. CALLOUT SECTION REF. SHEET REF. BUILDING / WALL SECTION SIM SCALE: VIEW TITLE 1/A101 VIEW NAME VIEW DESIGNATION VIEW SCALE VIEW REF/ SHEET REF WHERE VIEW IS REFERENCED. LEVEL NAME LEVEL ELEVATION GRID NUMBER OR LETTER GRID LINE INDICATES PLAN NORTH INDICATES TRUE NORTH NORTH INDICATOR ROOM NUMBER ROOM TAG REVISION NUMBER REVISION TAG REVISION CLOUD KEYNOTE TAGPER SHEET KEYNOTE NUMBER SPOT ELEVATION SYMBOL CONNECT NEW TO EXISTING POINT OF DISCONNECTION ELEVATION AT POINT INDICATED STANDARD DETAILING SYMBOLS 1' - 0" 1 1 Room 101 A FIRST FLOOR 100' - 0" 1 View Name1/8" = 1'-0" 1 A-101 1 A-101 ABBREVIATIONS - ELECTRICAL THIS IS A MASTER ABBREVIATIONS LIST. SOME ABBREVIATIONS MAY NOT APPLY TO THIS PROJECT. A, AMP AMPERE AC ALTERNATING CURRENT AC ABOVE CEILING AC AIR COMPRESSOR ADA AMERICANS WITH DISABILITIES ACT AF AMPERE FRAME AFCI ARC FAULT CIRCUIT INTERRUPTER AFF ABOVE FINISH FLOOR AFG ABOVE FINISH GRADE AHJ AUTHORITY HAVING JURISDICTION AIC AMPERES INTERRUPTING CAPACITY AL, ALUM ALUMINUM ANSI AMERICAN NATIONAL STANDARDS INSTITUTE AT AMPERE TRIP ATS AUTOMATIC TRANSFER SWITCH AUX AUXILIARY AWG AMERICAN WIRE GAUGE AWS ABOVE WORK SURFACE B BOILER BAS BUILDING AUTOMATION SYSTEM BLDG BUILDING BMS BUILDING MANAGEMENT SYSTEM BRKR, BKR BREAKER C CONDUIT C/B, CB CIRCUIT BREAKER CATV CABLE TELEVISION CCTV CLOSED CIRCUIT TELEVISION cd CANDELA CKT CIRCUIT CL CENTERLINE CLF CURRENT LIMITING FUSE CLG CEILING COL COLUMN COMM COMMUNICATION CONV CONVENIENCE CP CONTROL PANEL CPT CONTROL POWER TRANSFORMER CRI COLOR RENDERING INDEX CT CURRENT TRANSFORMER CU COPPER DB DUCTBANK dB DECIBEL DC DIRECT CURRENT DIA DIAMETER DN DOWN DP DISTRIBUTION PANEL DPDT DOUBLE POLE DOUBLE THROW DPST DOUBLE POLE SINGLE THROW DWG DRAWING E, EX EXISTING EA EACH EC ELECTRICAL CONTRACTOR EC EMPTY CONDUIT ECB ENCLOSED CIRCUIT BREAKER EGB EARTH, ELECTRICAL OR EQUIPMENT GROUND BAR EGC EQUIPMENT GROUNDING CONDUCTOR ELEC ELECTRIC, ELECTRICAL ELEV ELEVATOR EM, EMERG EMERGENCY EMT ELECTRICAL METALLIC TUBING EOL END OF LINE RESISTOR EPO EMERGENCY POWER OFF ET EXPANSION TANK EQ, EQP EQUIPMENT ERMS ENERGY REDUCTION MAINTENANCE SWITCH FA FIRE ALARM FC FOOT-CANDLE FLA FULL LOAD AMPS FLEX FLEXIBLE CONDUIT CONNECTION FLR FLOOR FO FIBER OPTIC FSS FUSED SAFETY SWITCH FTL FEED-THRU LUGS FU FUSE FURN FURNITURE FVNR FULL VOLTAGE NON-REVERSING G, GND GROUND GALV GALVANIZED GEN GENERATOR GFCI, GF GROUND FAULT CIRCUIT INTERRUPTER GFEP GROUND FAULT EQUIPMENT PROTECTION GFP GROUND FAULT PROTECTION GRC, GRMC GALVANIZED RIGID METALLIC CONDUIT HCF MC HEALTHCARE FACILITY METAL-CLAD HID HIGH INTENSITY DISCHARGE HL HORN LIGHT HOA HAND OFF AUTO HORIZ HORIZONTAL HP HORSE POWER HT HEIGHT HV HIGH VOLTAGE HVAC HEATING, VENTILATION AND AIR CONDITIONING HWP HOT WATER PUMP Hz HERTZ, FREQUENCY IDF NTERMEDIARY DISTRIBUTION FRAME IG ISOLATED GROUND IMC INTERMEDIATE METALLIC CONDUIT INCAN INCANDESCENT INT INTERLOCK IPC INTEGRATED POWER CENTER IS INTRINSICALLY SAFE ISO ISOLATED JB, JBOX JUNCTION BOX ABBREVIATIONS - ELECTRICAL THIS IS A MASTER ABBREVIATIONS LIST. SOME ABBREVIATIONS MAY NOT APPLY TO THIS PROJECT. K KELVIN KCMIL THOUSAND CIRCULAR MILLS KV KILOVOLT KVA KILOVOLT-AMPERES KVAR KILOVOLT-AMPERES REACTIVE KW KILOWATT KWH KILOWATT-HOUR LCP LIGHTING CONTROL PANEL LED LIGHT EMITTING DIODE LFMC LIQUID TIGHT FLEXIBLE METALLIC CONDUIT LP LIGHTING PANEL LRA LOCKED ROTOR AMPS LS LIFE SAFETY LS LIMIT SWITCH LSIG LONG, SHORT, INSTANTANEOUS & GROUND LTG LIGHTING LTS LIGHTS LV LOW VOLTAGE MC METAL CLAD CABLE MCA MAXIMUM CIRCUIT AMPACITY MCB MAIN CIRCUIT BREAKER MCC MOTOR CONTROL CENTER MCCB MOLDED CASE CIRCUIT BREAKER MCP MOTOR CIRCUIT PROTECTOR MDF MAIN DISTRIBUTION FRAME MDP MAIN DISTRIBUTION PANEL MECH MECHANICAL MFR MANUFACTURER MI MINERAL INSULATED MLO MAIN LUGS ONLY MOCP MAXIMUM OVERCURRENT PROTECTION MTG MOUNTING MTR MOTOR MTS MANUAL TRANSFER SWITCH MV MEDIUM VOLTAGE MW MEGAWATT N.C. NORMALLY CLOSED N.O. NORMALLY OPEN N/A NOT APPLICABLE NEC NATIONAL ELECTRIC CODE NEMA NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION NF NOT FUSED / NON-FUSED NFPA NATIONAL FIRE PROTECTION ASSOCIATION NFSS NON-FUSED SAFETY SWITCH NIC NOT IN CONTRACT NL NIGHT LIGHTING NPT NATIONAL PIPE THREAD NTS NOT TO SCALE O.L. OVERLOAD OCPD OVERCURRENT PROTECTIVE DEVICE P POLE PB PULL BOX PH, Ø PHASE PLC PROGRAMMABLE LOGIC CONTROLLER PNL PANEL POE POWER OVER ETHERNET PP POWER PANEL PT POTENTIAL TRANSFORMER PVC POLYVINYL CHLORIDE PWR POWER QTY QUANTITY R REMOVE RCP REFLECTED CEILING PLAN REC, RECP RECEPTACLE REQ, REQ'D REQUIRED RMC RIGID METALLIC CONDUIT RNC RIGID NON-METALLIC CONDUIT RP RECEPTACLE PANEL RTS REMOTE TEST SWITCH SBD, SWBD SWITCHBOARD SDP SECONDARY DISTRIBUTION PANEL SGR, SWGR SWITCHGEAR SP SINGLE POLE SPD SURGE PROTECTIVE DEVICE SPDT SINGLE POLE DOUBLE THROW SPST SINGLE POLE SINGLE THROW SS SAFETY SWITCH ST SHUNT TRIP STD STANDARD STR MOTOR STARTER SW SWITCH SYM SYMMETRICAL TEL, TELE TELEPHONE TEMP TEMPORARY TGB TELECOMMUNICATIONS GROUND BAR TTB TELEPHONE TERMINAL BOARD TYP TYPICAL UG UNDERGROUND UNO UNLESS NOTED OTHERWISE UPS UNINTERRUPTABLE POWER SUPPLY USB UNIVERSAL SERIAL BUS V VOLTS VA VOLT AMPERES VAR VOLT AMPERES REACTIVE VERT VERTICAL VFD VARIABLE FREQUENCY DRIVE VOIP VOICE OVER INTERNET PROTOCOL W WIRE W WATT WG WIRE GUARD XFR, XFMR TRANSFORMER ABBREVIATIONS - MECHANICAL THIS IS A MASTER ABBREVIATIONS LIST. SOME ABBREVIATIONS MAY NOT APPLY TO THIS PROJECT. % PERCENT (D) DEMOLISH (E) EXISTING (R) REMOVE LESS THAN > GREATER THAN AC AIR CONDITIONING ACCU AIR COOLED CONDENSING UNIT ADJ ADJUSTABLE AF AIRFLOW AFF ABOVE FINISHED FLOOR AHU AIR HANDLING UNIT AI ANALOG INPUT AO ANALOG OUTPUT ARCH ARCHITECTURAL AS AIR SEPARATOR ASHRAE AMERICAN SOCIETY OF HEATING, REFRIGERATING, AND AIR-CONDITIONING ENGINEERS ATC AUTOMATIC TEMPERATURE CONTROL ATV ATMOSPHERIC VENT B BOILER B&G BELL & GOSSETT BAS BUILDING AUTOMATION SYSTEM BBD BOILER BLOWDOWN BHP BRAKE HORSEPOWER BI BINARY INPUT BMS BUILDING MANAGEMENT SYSTEM BO BINARY OUTPUT BT BUFFER TANK BTU BRITISH THERMAL UNIT BTUH BRITISH THERMAL UNIT PER HOUR CDWP CONDENSER WATER PUMP CF CHEMICAL FEEDER CFM CUBIC FEET PER MINUTE CH CHILLER CO CARBON MONOXIDE CO2 CARBON DIOXIDE CONN CONNECTION CONT CONTROLS CT COOLING TOWER CU CONDENSING UNIT CUH CABINET UNIT HEATER Cv VALVE COEFFICIENT CWFS CONDENSER WATER FILTRATION SYSTEM CWP CHILLED WATER PUMP DB DRY BULB DBL DOUBLE DE DISHWASHER EXHAUST DEF DISHWASHER EXHAUST FAN DEG DEGREE DIA DIAMETER DN DOWN DOAU DEDICATED OUTDOOR AIR UNIT DP DIFFERENTIAL PRESSURE (SENSOR) DPP DUAL PUMP PACKAGE DRE DRYER EXHAUST DREF DRYER EXHAUST FAN DTY DUTY DWG DRAWING DWH DOMESTIC WATER HEATER DX DIRECT EXPANSION E EXISTING EA EXHAUST AIR EAT ENTERING AIR TEMPERATURE ECM ELECTRICALLY COMMUTATED MOTOR EF EXHAUST FAN EHC ELECTRIC HEATING COIL ELEC ELECTRICAL EMCS ENERGY MANAGEMENT CONTROL SYSTEM ESP EXTERNAL STATIC PRESSURE ET EXPANSION TANK ETC ETCETERA EUH ELECTRIC UNIT HEATER EWH ELECTRIC WATER HEATER EWT ENTERING WATER TEMPERATURE EXR EXHAUST REGISTER Ez ZONE AIR DISTRIBUTION EFFECTIVENESS F DEGREES FAHRENHEIT FD FIRE DAMPER OR FLOOR DRAIN FLA FULL LOAD AMPS FLEX FLEXIBLE FP FAN POWERED FPM FEET PER MINUTE FS FLOW SWITCH FT FOOT/FEET GA GAUGE GAL GALLONS GALV GALVANIZED GC GENERAL CONTRACTOR GPH GALLONS PER HOUR GPM GALLONS PER MINUTE GUH GAS FIRED UNIT HEATER H HUMIDIFIER OR HEIGHT ABBREVIATIONS - MECHANICAL THIS IS A MASTER ABBREVIATIONS LIST. SOME ABBREVIATIONS MAY NOT APPLY TO THIS PROJECT. H2O WATER HD HEAD HP HORSEPOWER HVAC HEATING, VENTILATION, AND AIR-CONDITIONING HVY HEAVY HWP HOT WATER PUMP HWR HOT WATER RETURN HWS HOT WATER SUPPLY HWT HOT WATER TEMPERATURE IN INCH KEF KITCHEN EXHAUST FAN KW KILOWATT L LOUVER LAT LEAVING AIR TEMPERATURE LBS POUNDS LD LINEAR DIFFUSER LF LINEAR FEET LIN LINEAR LTDE LOW-LIMIT TEMPERATURE DETECTOR LWT LEAVING WATER TEMPERATURE M MOTOR OR MOTORIZED DAMPER OR METER MA MIXED AIR MAT MIXED AIR TEMPERATURE MAU MAKEUP AIR UNIT MBH 1,000 BRITISH THERMAL UNITS PER HOUR MCA MINIMUM CIRCUIT AMPS MERV MINIMUM EFFICIENCY REPORTING VALUE MFGR MANUFACTURER MOCP MAXIMUM OVERCURRENT PROTECTION N NEW OR NORTH NC NORMALLY CLOSED OR NOISE CRITERIA NO NORMALLY OPEN OR NUMBER NPSH NET POSITIVE SUCTION HEAD NTS NOT TO SCALE OA OUTDOOR AIR OAT OUTDOOR AIR TEMPERATURE OD OUTSIDE DIAMETER OS OCCUPANCY SENSOR P PRESSURE OR PRESSURE SENSOR P/I PROVIDE AND INSTALL PA PIPE ANCHOR PC PUMPED CONDENSATE PD PRESSURE DROP PH PHASE PHC PREHEAT COIL PNL PANEL PPM PARTS PER MILLION PTAC PACKAGED TERMINAL AIR CONDITIONER QTY QUANTITY R RADIUS, RISE, OR REMOVE RA RETURN AIR RAD RADIATOR RAT RETURN AIR TEMPERATURE RCP REFLECTED CEILING PLAN RH RELATIVE HUMIDITY RHC REHEAT COIL RPM REVOLUTIONS PER MINUTE RS REFRIGERANT SUCTION RTU ROOF TOP UNIT SA SUPPLY AIR SAT SUPPLY AIR TEMPERATURE SCH SCHEDULE SD SLOT DIFFUSER SEC SECONDS SF SUPPLY FAN OR SQUARE FOOT SP STATIC PRESSURE SS SPLIT SYSTEM OR STAINLESS STEEL SVAV SERIES FLOW FAN POWERED BOX SWR SIDEWALL REGISTER T OR TEMP TEMPERATURE T&P TEMPERATURE AND PRESSURE T-STAT THERMOSTAT TCP TEMPERATURE CONTROL PANEL TEF TOILET EXHAUST FAN TON 12,000 BRITISH THERMAL UNITS PER HOUR COOLING TSP TOTAL STATIC PRESSURE TYP TYPICAL UH UNIT HEATER V OR VOLT VOLTAGE VAV VARIABLE AIR VOLUME BOX VEL VELOCITY VF VENTILATION FAN VFD VARIABLE FREQUENCY DRIVE Voc OUTDOOR AIRFLOW (SPACE) W WIDTH OR WATTS W/ WITH WB WET BULB WC WATER COLUMN WCU WATER CHILLING UNIT WG WATER GAUGE WH WALL HYDRANT ABBREVIATIONS - MECHANICAL THIS IS A MASTER ABBREVIATIONS LIST. SOME ABBREVIATIONS MAY NOT APPLY TO THIS PROJECT. WHP WATER HEATER PUMP WL WALL LOUVER WPD WATER PRESSURE DROP X UNCORRECTED FRACTION OF OUTDOOR AIR (SYSTEM) Y CORRECTED FRACTION OF OUTDOOR AIR (SYSTEM) Z FRACTION OF OUTDOOR AIR (CRITICAL SPACE) 06/23/22 DocuSign Envelope ID: D5740462-9F74-4CB7-90D1-E7CB53680315 HWP-1 B-1 B-2 BOILER CP PUMP CP RR AS SHWP-2 B-2B-1 HHW ET HHW ET CHEM POT. HWP-2 HWP-1 AIR COMP. WH LD1 DHW XT JACE 8000 MDP PD1 10" Ø 16" Ø 20" Ø UP EXHAUST FLUE UP THROUGH ROOF 3" 4" HWR 4" 10 " Ø 10 " Ø 10 " Ø 4" HWS2" 3" 1 12" NG TO WH 2" NG N G NG NG H W S H W R H W S HWS H W S PD1-15 PD1-17 LD1-19,21,23 LD1-25,27,29 PD1-26 PR V RPZ 1 2 2 3 3 4 4 5 5 6 8 4 6 7 1 7 AIR COMP. WH LD1 DHW XT JACE 8000 MDP PD1 AS-1 SHWP-2 SHWP-1 PHWP-1 PHWP-2 EPO B-1 B-2 CPB-1 B-2 PHWP-1 PHWP-2 R R CHEM POT. ET-1 CO 2" 3" 1 12" NG TO WH 2" NG N G NG NG H W S H W R H W S HWS H W S PD1-15 PD1-17 LD1-19,21,23 LD1-25,27,29 PD1-26 PR V RPZ LD1-32,34,36 LD1-38,40,42 PD1-9 2" 2" 4" 3" 4" 4" 4" 3"4" 8 8 12 18 16 99 10 10 11 11 13 13 13 14 14 15 17 1919 20 20 20 20 6 A 54321 B C D E F KEY PLAN APPROVED BY CHECKED BY REVISIONS SHEET NO. TITLE DRAWN BY DATE PROJECT NO. SCALE SEAL NO. DESCRIPTION DATE OF D PS P R O JE C T: SO U TH W ES T EL EM EN TA R Y SC H O O L BO IL ER R EP LA C EM EN T 23 20 C O O K R O AD D U R H AM , N C 2 77 13 50153722 06/15/2022 61/ 22 /2 01 6 9: 07 :1 5 AM P: \5 01 53 72 2\ C AD \P M E\ 50 15 37 22 P M E1 11 D EM O LI TI O N & N EW W O R K. D W G 2610 Wycliff Road Suite 410 Raleigh, NC 27607-3073 919.881.9939 NC License No. F-0929 Dewberry Engineers Inc. SMP WLH WLH 3 PME111 DEMOLITION & NEW WORK GENERAL LEGEND WALL RATING LEGEND GENERAL NOTES KEY NOTES DARK DASHED LINES INDICATE DEMOLITION. LIGHT LINES INDICATE EXISTING OR BY OTHERS. CONNECT NEW TO EXISTING POINT OF DISCONNECTION REVISION NUMBER KEY NOTES # DARK SOLID LINES INDICATE NEW WORK # # SCALE:1 DEMOLITION PLAN 1/2" = 1'-0" SCALE:2 NEW WORK PLAN 1/2" = 1'-0" NTSFIRST FLOOR PROJECT SCOPE 0' 2' 4'1' 0' 2' 4'1' 1. REMOVE STAIR RAILING OR LOUVER FOR EQUIPMENT INSTALLATION. REINSTALL AFTER INSTALLATION. CONTRACTOR RESPONSIBLE FOR CRANE AND RIGGING TO DEMOLISH AND INSTALL EQUIPMENT. 2. DISCONNECT AND REMOVE BRANCH WIRING AND CONDUIT FROM EXISTING B-1 & B-2 DISCONNECT SWITCHES. DEMOLISH EXISTING DISCONNECT SWITCHES. RETAIN EXISTING HOMERUN CIRCUIT WIRING & CONDUIT FOR RECONNECTION TO NEW EQUIPMENT. 3. DISCONNECT AND REMOVE WIRING AND CONDUIT FROM EXISTING HWP-1 & HWP-2 DISCONNECT SWITCHES. DEMOLISH EXISTING STARTERS AND DISCONNECT SWITCHES. RETAIN EXISTING HOMERUN CIRCUIT WIRING & CONDUIT FOR RECONNECTION TO NEW EQUIPMENT. DEMOLISH EXISTING HW SYSTEM PUMP IN ITS ENTIRETY, INCLUDING PIPING TO POINTS INDICATED. EXISTING CONCRETE PAD TO REMAIN. 4. DEMOLISH EXISTING BOILER IN ITS ENTIRETY, INCLUDING BUT NOT LIMITED TO VENTS AND PIPING TO POINTS INDICATED. EXISTING CONCRETE PAD TO REMAIN. PATCH VENT CHIMNEY PENETRATION TO MATCH EXISTING ADJACENT FINISHES. DEMOLISH EXISTING STEEL VENT FOR WATER HEATER, BOILER 1, AND BOILER 2 THEN CAP ROOF CURB. 5. DEMOLISH EXISTING HHW SYSTEM EXPANSION TANKS AND AIR SEPARATOR IN THEIR ENTIRETY, INCLUDING BUT NOT LIMITED TO HANGERS AND SUPPORTS. DOMESTIC HOT WATER EXPANSION TANK TO REMAIN. DEMOLISH MAKEUP WATER LINE BACK TO POINT INDICATED AND REUSE EXISTING RPZ AND PRESSURE REDUCING VALVE. PROTECT AND PREPARE FOR RECONNECTION IN NEW WORK. PATCH ALL DAMAGED OR NEWLY EXPOSED SURFACES TO MATCH EXISTING ADJACENT FINISHES. 6. DEMOLISH GAS PIPING TO POINTS INDICATED. PREPARE GAS MAIN FOR RECONNECTION IN NEW WORK. 7. DEMOLISH EXISTING BOILER CONTROL PANEL AND MAIN PUMP CONTROL PANEL. CONTRACTOR TO VERIFY MAIN PUMP CONTROL PANEL DOES NOT SERVE ACTIVE CHILLED WATER SYSTEM. 8. PROVIDE NEW BOILERS (B-1 & B-2) AND EXTEND EXISTING CONCRETE PAD FOR LARGER FOOTPRINT. CONNECT NEW DISCONNECT SWITCHES SERVING NEW B-1 & B-2 TO EXISTING HOMERUN CIRCUITS RETAINED DURING DEMOLITION. EXISTING CIRCUIT; 2#12 &1#12GND IN 3/4" CONDUIT. MAINTAIN ALL SERVICE CLEARANCES. INSTALL VIA MANUFACTURER'S INSTRUCTIONS FOR PRIMARY SECONDARY PUMPING SYSTEM WITH LEAD / STANDBY BOILER OPERATION. 9. PROVIDE NEW 8" COMBUSTION AIR DUCT TO SHARED ROOF PENETRATION WITH BOILER FLUE VENT. 10. PROVIDE NEW BASE MOUNTED SECONDARY HEATING HOT WATER PUMPS (SHWP-1 & SHWP-2) ON EXISTING CONCRETE PAD AND CONNECT TO EXISTING PIPING. SEE DETAIL. PROVIDE TEST AND BALANCE TO SCHEDULED VALUES. CONNECT NEW VFD'S SERVING NEW SHWP-1 & SHWP-2 TO EXISTING HOMERUN CIRCUITS RETAINED DURING DEMOLITION. EXISTING CIRCUIT; 3#12 & 1#12GND IN 3/4" CONDUIT. 11. PROVIDE NEW INLINE PRIMARY HEATING HOT WATER BOILER PUMPS (PHWP-1 & PHWP-2) WITH NEW COMBINATION MOTOR STARTER/DISCONNECT. PROVIDE TEST AND BALANCE TO SCHEDULED VALUES. CONNECT NEW STARTER DISCONNECTS FOR NEW PHWP-1 & PHWP-2 TO PANEL "LD1", USING 3#12, & 1#12GND IN A 3/4" CONDUIT. 12. PROVIDE NEW 1" TYPE K COPPER MAKEUP WATER LINE WITH 1" CLOSED CELL INSULATION TO RECONNECT EXISTING MAKEUP WATER LINE PRV TO AIR SEPARATOR AT POINT INDICATED. SET PRV AT 16 PSI. 13. PROVIDE NEW 8" STAINLESS STEEL BOILER FLUE VENT AND 10" GALVANIZED WATER HEATER FLUE VENT. REROUTE CONDUIT AND PIPING AS REQUIRED FOR NEW DUCT PENETRATIONS.TERMINATE BOILER FLUES ACCORDING TO MANUFACTURER'S INSTRUCTIONS. NEW BOILER VENT AND EXISTING DOMESTIC WATER HEATER VENT WILL REQUIRE NEW ROOF PENETRATIONS. 14. PROVIDE NEW BOILER CONTROL PANEL WITH CONNECTIONS TO NEW AND EXISTING EQUIPMENT AS SHOWN IN CONTROL SCHEMATIC. EXTEND POWER WIRING AND CONDUIT AS REQUIRED TO SUPPLY NEW CONTROL PANEL FROM PANEL "PD1". INTEGRATE NEW CONTROLS PANEL INTO EXISTING FRONT END WITH NEW GRAPHICS. 15. PROVIDE NEW TAPS IN EXISTING PIPE AND PROVIDE NEW DIFFERENTIAL PRESSURE SENSOR WITH 5 WAY VALVE BLOCK FOR SECONDARY HOT WATER PUMP CONTROL. COORDINATE LOCATION WITH ENGINEER. HARDWIRE TO PLANT CONTROLLER (ASSUME 100 FT OF CONDUIT/ WIRE FOR BID). 16. PROVIDE EPO SWITCH WITH POWER SHUTOFF RELAYS FOR WH, B-1, B-2 AND NEW CARBON MONOXIDE DETECTION SYSTEM. 17. PROVIDE BOILER DRAIN AND BOILER CONDENSATE DRAIN WITH NEUTRALIZER KIT. PIPE TO NEAREST EXISTING FLOOR DRAIN AND FURNISH SPARE BAG OF MEDIA. PROVIDE NEW BOILER PRESSURE RELIEF VALVE PIPING TO NEAREST FLOOR DRAIN. 18. PROVIDE NEW CHEMICAL POT FEEDER. 19. PROVIDE NEW GAS PIPING TO POINT INDICATED. PROVIDE NEW BOILER REGULATOR AND VENT TO OUTDOORS. PROVIDE MINIMUM PIPE LENGTH AS INDICATED BY MANUFACTURER'S INSTALLATION INSTRUCTIONS. 20. PROVIDE NEW HEATING HOT WATER PIPING WITH INSULATION TO POINT INDICATED. 1. MECHANICAL CONTRACTOR SHALL BE RESPONSIBLE FOR ALL WORK. REFER TO GENERAL SPECIFICATIONS DIVISION 0 AND DIVISION 1 PRIOR TO BID. 2. VERIFY THE EXISTING CONDITIONS AT THE PROJECT SITE BEFORE SUBMITTING BID PROPOSAL. ALL LOCATIONS ARE APPROXIMATE. 3. CONTRACTOR SHALL BE RESPONSIBLE FOR DEMOLITION, REMOVAL, CAPPING, STORING, DISCONNECTING, RELOCATING AND RECONNECTION OF EXISTING EQUIPMENT AND MATERIAL. ALL CUTTING, PATCHING, REPAIRING, REPLACEMENT AND REFINISHING, SHALL MATCH THE EXISTING CONSTRUCTION AS NEARLY AS POSSIBLE. 4. ALL MECHANICAL SYSTEMS IN THE AREAS NOT IN THE SCOPE OF WORK SHALL REMAIN IN OPERATION. 5. PERFORM ALL WORK IN ACCORDANCE WITH ALL FEDERAL, STATE, AND LOCAL CODES AND REGULATIONS, IN ADDITION TO DPS POLICIES. INFORM THE ENGINEER OF ANY CONFLICTS AS SOON AS THEY ARE DETECTED. 6. ALL ELECTRICAL WORK MUST COMPLY WITH THE CURRENT NEC. 7. CONDUCTORS SHALL BE TYPE THWN COPPER. 8. EXPOSED EXTERIOR RACEWAY SHALL BE RIGID STEEL. ALL JUNCTION BOXES AND FITTINGS SHALL MATCH AND MATE WITH RACEWAY. 9. CONNECTIONS TO MOTORS SHALL BE WITH TYPE LFNC RACEWAY. CONNECTORS SHALL BE COMPRESSION. 10. PROVIDE LIGHTNING PROTECTION FOR ALL EXTERIOR CONTROL WIRING. 11. ALL EQUIPMENT, PIPING, DUCTWORK, ETC. SHOWN ON DEMO PLAN IS EXISTING UNLESS NOTED OTHERWISE. 12. FIELD VERIFY EXACT PIPE SIZES AND FLOW DIRECTIONS. 13. CONTRACTOR SHALL PROVIDE THE OWNER TO SCAVENGE ANY PARTS FROM DEMOLISHED EQUIPMENT AND DISPOSE OF REMAINING. 06/23/22 DocuSign Envelope ID: D5740462-9F74-4CB7-90D1-E7CB53680315 2'-0" MIN 3'-0" MIN VENT T-TERMINATION, PROVIDE GUY-WIRES PER BOILER MANUFACTURER'S INSTRUCTIONS ROOF SIDE VIEW FRONT VIEW12" CURB CAP (WEATHER SHEILD) - WELD OR RIVIT TO SEAL WITH PENETRATIONS ANGLE FRAME WELDED TO JOISTS GALVANIZED SLEEVE WITH WELDED BASE ROOF CURB DOUBLE WALL BOILER WATER HEATER STACK AND INTAKE DOUBLE WALL BOILER WATER HEATER STACK AND INTAKE 6 A 54321 B C D E F KEY PLAN APPROVED BY CHECKED BY REVISIONS SHEET NO. TITLE DRAWN BY DATE PROJECT NO. SCALE SEAL NO. DESCRIPTION DATE OF D PS P R O JE C T: SO U TH W ES T EL EM EN TA R Y SC H O O L BO IL ER R EP LA C EM EN T 23 20 C O O K R O AD D U R H AM , N C 2 77 13 50153722 06/15/2022 61/ 22 /2 01 6 9: 07 :1 5 AM P: \5 01 53 72 2\ C AD \P M E\ 50 15 37 22 P M E5 01 D ET AI LS .D W G 2610 Wycliff Road Suite 410 Raleigh, NC 27607-3073 919.881.9939 NC License No. F-0929 Dewberry Engineers Inc. SMP WLH WLH 4 PME501 DETAILS DUCTED COMBUSTION INTAKE BOILER BURNER CONTROLS PAINT EXISTING EQUIPMENT PAD WITH OSHA APPROVED YELLOW PAINT GAS PRESSURE REGULATOR (TYP.) FOR EACH BOILER NEAR FLOOR. VERIFY INCOMING GAS PRESSURE AT METER. REDUCE TO 14" W.C. PIPE RELIEF TO BUILDING EXTERIOR. MINIMUM OF 10' OF PIPE BETWEEN BOILER AND REGULATOR. UNION UNION GAS SUPPLY 6" DIRT LEG PIPE TO FLOOR DRAIN HOT WATER RETURN CONDENSATE DRAIN WITH NEUTRALIZATION KIT HARD PIPED BYPASS PIPE WITH VALVE ASME PRESSURE RELIEF VALVE AL-29-4C STAINLESS STEEL VENT STACK CONTROL VALVE HOT WATER SUPPLY DIAL THERMOMETER SCALE: NTSPME-4 1 CONDENSING BOILER P P BOILER DRAIN NOTES: 1. VERIFY GAS PRESSURE RANGE 2. COMBUSTION AIR & VENT SHALL TERMINATE ON SAME EXTERIOR WALL (OR ROOF) TO MINIMIZE PRESSURE IMPACT ON EXTERIOR SURFACE P DIAL THERMOMETER PRESSURE GAUGE BRANCH CIRCUIT AND CONDUIT PROVIDED UNDER DIVISION 26. SEE SCHEDULES FOR WIRE AND BREAKER SIZES TO MECHANICAL EQUIPMENT. EXTERNALLY OR INTERNALLY MOUNTED DISCONNECT SWITCH PROVIDED UNDER DIVISIONS 22 & 23. EXTERNALLY MOUNTED STARTER PROVIDED UNDER DIVISIONS 22 & 23. LINE AND LOAD CONNECTIONS UNDER DIVISION 26. CONTROL CONNECTIONS UNDER DIVISIONS 22 & 23. EQUIPMENT IN MECHANICAL WORK. SEE MECHANICAL DRAWINGS FOR LOCATION OF ALL EQUIPMENT. JUNCTION MAY BE SHOWN ON ELECTRICAL PLANS FOR SOME EQUIPMENT (NOT NECESSARY IF WIRING IS CONNECTED DIRECTLY TO STARTER OR DISCONNECT SWITCH). WIRING AND CONDUIT IN DIVISION 26 WORK. WIRING AND CONDUIT IN DIVISION 26 WORK. INSTALLATION UNDER DIVISION 26 SHALL LEAVE SLACK CONDUCTOR FOR FINAL CONNECTIONS INSIDE EQUIPMENT. FINAL CONNECTION TO BE MADE UNDER DIVISIONS 22 & 23. NOTE: A COMBINATION STARTER MAY BE USED IN LIEU OF A SEPARATE DISCONNECT SWITCH AND STARTER. SCALE: NTS 7 ELEC. CONNECTION DIVISIONS PANELBOARD SCALE: NTS 4 IN-LINE PUMP ISOLATION VALVE STRAINER FLOW ISOLATOIN VALVE INLINE PUMP TRIPLE DUTY VALVE OR CHECK & BALANCING VALVE ON CONSTANT VOLUME SYSTEMS, CHECK VALVE FOR VARIABLE VOLUME SYSTEMS PRESSURE GAUGE P&T PORT BUTTERFLY VALVE (TYP) CHECK VALVE SEE PLANS FOR PIPE SIZE BRAIDED STEEL FLEXIBLE CONNECTOR (TYP) 100 PSI, 1" PRESSURE RELIEF VALVE, PIPE RELIEF TO FLOOR CONDENSATE DRAIN PAN. ROUTE DRAIN TO NEAREST FLOOR DRAIN EXISTING PAD. PAINT OSHA YELLOW GROUT FRAME PUMP BODY NOTE: 1. TRIPLE DUTY VALVES ARE NOT PERMITTED ON VARIABLE SPEED PUMPS. P&T PORT PRESSURE GAUGE ON SUCTION AND DISCHARGE DIAL PIPE THERMOMETER MOTOR SUCTION DIFFUSER WITH STRAINER SCALE: NTS 2 PUMP WITH PAD INCREASER AUTOMATIC AIR VENT DRAIN WITH CAP LOCK SHIELD VALVE 4" HIGH REINFORCED CONCRETE HOUSEKEEPING PAD BLADDER TYPE EXPANSION TANK AIR SEPARATOR FINISHED FLOOR DISCHARGE TO FLOOR DRAIN RPZ BACKFLOW PREVENTER AUTOMATIC AIR VENT NEW WORK EXISTING FLANGE CONNECTION (TYPICAL) CLEVIS HANGER (TYP.) DRAIN VALVE WITH HOSE THREAD AND CAP SKIM VALVE PRE-CHARGING AIR CONNECTION TANK PURGE VALVE RELIEF WITH AIR GAP FITTING P TO PUMP SUCTION SCALE: NTS 6 AIR SEPARATOR / EXPANSION TANK CONNECTION TO ADDITIONAL EXPANSION TANK AS REQUIRED NOTE: REFER TO SCHEDULE FOR PRE-CHARGE PRESSURE P QUICK FILL BYPASS NORMALLY CLOSED UNION (TYP.) STRAINER PRV SET TO FILL PRESSURE OF 16 PSI P RELIEF VALVE SET TO 50 PSI SUPPORT NUT LOCKING NUT HANGER ROD SPRING ISOLATOR SUPPORT NUT LOCKING NUT HANGER ROD SPRING ISOLATOR PIPE VAPOR BARRIER ON COLD LINES HIGH DENSITY CALCIUM SILICATE PIPE INSULATION 360° AROUND PIPE 16 GAGE SHEET METAL SADDLE AT LEAST 12" LONG HEAVY DUTY CLEVIS HANGER SINGLE HORIZONTAL RUNS NO INSULATION SINGLE HORIZONTAL RUNS WITH INSULATION SCALE: NTS 3 CLEVIS HANGER DETAIL PME-4 PME-4 PME-4 PME-4PME-4 SCALE: NTS 5 ROOF VENT DETAIL PME-4 SCALE: NTS 7 CHEMICAL FEED PIPING PME-4 3/4" TO DRAIN 3/4" 3/4" NOTE: INSTALL TOP OF CHEMICAL POT FEEDER TANK NOT MORE THAN 3'-0" ABOVE FLOOR CHEMICAL FEEDER CONTROL NEEDLE VALVE FUNNEL CIRCULATING PUMPS 06/23/22 DocuSign Envelope ID: D5740462-9F74-4CB7-90D1-E7CB53680315 6 A 54321 B C D E F KEY PLAN APPROVED BY CHECKED BY REVISIONS SHEET NO. TITLE DRAWN BY DATE PROJECT NO. SCALE SEAL NO. DESCRIPTION DATE OF D PS P R O JE C T: SO U TH W ES T EL EM EN TA R Y SC H O O L BO IL ER R EP LA C EM EN T 23 20 C O O K R O AD D U R H AM , N C 2 77 13 50153722 06/15/2022 61/ 22 /2 01 6 9: 07 :1 5 AM P: \5 01 53 72 2\ C AD \P M E\ 50 15 37 22 P M E6 01 S C H ED U LE S. D W G 2610 Wycliff Road Suite 410 Raleigh, NC 27607-3073 919.881.9939 NC License No. F-0929 Dewberry Engineers Inc. SMP WLH WLH 5 PME601 SCHEDULES 06/23/22 DocuSign Envelope ID: D5740462-9F74-4CB7-90D1-E7CB53680315 TS BOILER ~ NGAS AI BO IL ER S U PP LY T EM PE R AT U R E TS TSDP R S SHWP-1 SE C O N D AR Y SU PP LY T EM PE R AT U R E AIAI R ET U R N T EM PE R AT U R E AI D IF FE R EN TI AL P R ES SU R E BOILER PRIMARY PUMP START / STOP TS BOILER AI BO IL ER S U PP LY T EM PE R AT U R E DP SENSOR NGAS~ CONDENSING BOILER CONTROL DIAGRAM CT DI PU M P ST AT U S CT CONDENSING BOILER CONTROL - PRIMARY SECONDARY PUMPING LEAD / LAG BOILER AND PRIMARY PUMP CONTROL: DDC SYSTEM SHALL SEND AN ENABLE SIGNAL TO THE BOILER CONTROL SYSTEM TO START AND STOP THE BOILERS WITH LEAD / LAG CONTROL. IF ANY OF THE CONNECTED LOADS ARE CALLING FOR HEATING OR REHEATING DURING THE OCCUPIED OR UNOCCUPIED PERIOD, THE BOILER SYSTEM SHALL BE ENABLED TO MAINTAIN THE HEATING SET POINT. ALTERNATE BOILERS LEAD/LAG ORDER WEEKLY. WHEN A TRANSITION IS COMMANDED, THE LAG BOILER PRIMARY PUMP SHALL START. THE LAG PUMP SHALL BECOME LEAD AND THE LEAD PUMP SHALL BECOME LAG. THE LAG PUMP AND BOILER SHALL SHUTDOWN. BOILER AND PRIMARY PUMP CONTROL: OPEN ISOLATION VALVE (FAIL OPEN) AND START (TIME DELAY) PRIMARY HEATING WATER PUMP UPON SIGNAL FROM BAS. START BOILER AT MINIMUM FIRING RATE (20%) WITH PROOF OF PRIMARY WATER FLOW AND COMBUSTION AIR. MODULATE BURNER TO MAINTAIN BOILER SUPPLY TEMPERATURE SET POINT. BOILER SUPPLY TEMPERATURE SET POINT SHALL BE EQUAL TO SECONDARY HEATING WATER TEMPERATURE SET POINT. WHEN COMMANDED OFF, STOP BOILER, STOP PRIMARY PUMP (2 MINUTE TIME DELAY) AND CLOSE ISOLATION VALVE. BOILER MINIMUM RUN-TIMES: EACH BOILER SHALL RUN FOR MINIMUM 15 MINUTES ONCE COMMANDED ON. OVERRIDE MINIMUM RUN-TIME IF COMMANDED OFF BY OPERATOR OR EMERGENCY OVERRIDES. BOILER BAS INTERFACE: PACKAGED BOILER CONTROLS SHALL PROVIDE BACNET COMPATIBLE MONITORING POINTS INCLUDING BOILER STATUS AND ALARMS. PACKAGED CONTROLS SHALL ACCEPT ENABLE / DISABLE COMMAND AND TEMPERATURE SET POINT INPUTS. BOILER MODULAR STAGING, SECONDARY FLOW: ASSIGN EACH BOILER A LEAD / LAG ORDER FROM 1 TO 2. STAGE BOILERS ON / OFF BASED ON FIRING RATE AND SECONDARY HHW TEMPERATURE. LEAD BOILER SHALL STAGE ON WITH SYSTEM ENABLE AND STAGE ONLY UPON BOILER/PUMP FAILURE TO START AS COMMANDED. LAG BOILER SHALL STAGE ON WHEN LEAD BOILER FIRING RATE IS 100% FOR 15 MINUTES (ADJ) OR SECONDARY HEATING HOT WATER TEMPERATURE IS 5 F HEATING HOT WATER TEMPERATURE SETPOINT FOR 15 MINUTES (ADJ). LAG BOILER SHALL STAGE OFF WHEN LEAD AND LAG BOILER FIRING RATE IS LESS THAN 50% FOR 15 MINUTES (ADJ). HEATING WATER TEMPERATURE OVERRIDE: OVERRIDE BOILER STAGING CONTROL AND START NEXT BOILER IF SECONDARY HHW TEMPERATURE REMAINS MORE THAN 5F BELOW SET POINT FOR 30 MINUTES. BOILER FAILURES: START NEXT HHW PRIMARY PUMP AND BOILER IF AN ACTIVE BOILER OR ASSOCIATED PRIMARY PUMP FAILS. STOP PRIMARY HHW PUMP IF BOILER SAFETY SHUTDOWN CONTACT CLOSES. WITH ONE BOILER OPERATING AT MINIMUM FIRE RATE AND IF THE PRIMARY HEADER TEMPERATURE STAYS ABOVE SET POINT, THE LEAD BOILER SHALL BE ALLOWED TO CYCLE. INTEGRATE BOILER BACNET CARD INTO DDC SYSTEM. BOILER ENABLE, ALARM, AND SETPOINTS SHALL BE HARDWIRED. DDC SYSTEM SHALL MONITOR BOILER STATUS, BOILER FIRING RATE, PUMP STATUS, AND BOILER ALARM FAULT STATUS. SECONDARY PUMP CONTROL: OPERATE SECONDARY PUMPS IN LEAD/LAG. START SECONDARY PUMP(S) WHEN SYSTEM IS ENABLED PRIOR TO ENABLING BOILER SYSTEM. SECONDARY PUMP(S) SHALL OPERATE ANY TIME THE BOILER(S) ARE IN OPERATION. ALTERNATE SECONDARY PUMPS LEAD/LAG ORDER WEEKLY. LEAD/LAG PUMP ALTERNATING TRANSITION: WHEN A TRANSITION IS COMMANDED, THE LAG PUMP SHALL START. THE LAG PUMP SHALL BECOME LEAD AND THE LEAD PUMP SHALL BECOME LAG. THE LAG PUMP SHALL SHUTDOWN. SECONDARY PUMP(S) SHALL MODULATE TO MAINTAIN THE DIFFERENTIAL PRESSURE TO SETPOINT (ADJUSTABLE). STAGE SECONDARY PUMP(S) BASED ON BOILER OPERATION COUNT. START LAG PUMP IF LEAD PUMP FAILS. STOP SECONDARY HEATING WATER PUMP(S) BASED ON LOSS OF HEATING AND/OR DEHUMIDIFICATION DEMAND FROM CONNECTED BUILDINGS. TEMPERATURE SET POINT RESET : DDC SYSTEM SHALL RESET HEATING WATER SUPPLY SET POINT BASED ON OA TEMPERATURE AND PROVIDE A HEATING HOT WATER SETPOINT TO THE BOILER CONTROLLERS: PROVIDE USER LWT OVERRIDE, UP TO 180°F WHEN OAT 35°F HWS = 180°F WHEN OAT 35°F HWS = 180°F TO 120°F LINEARLY WHEN OAT = 35°F TO 70°F HWS = 120°F WHEN OAT > 70°F MONITOR AND TREND : ENTERING AND LEAVING HEATING WATER TEMPERATURES OF EACH BOILER (15 MINUTE INTERVALS) PRIMARY AND SECONDARY HEATING WATER SUPPLY AND RETURN TEMPERATURES (15 MINUTE INTERVALS) PRIMARY HEATING WATER SUPPLY TEMPERATURE SET POINT PRIMARY AND SECONDARY HEATING WATER PUMP STATUS (5 MINUTE INTERVALS) PRIMARY AND SECONDARY HEATING WATER PUMP RUN TIMES BOILER STATUS (CHANGE IN VALUE) BOILER FIRING RATES (5 MINUTE INTERVALS) EPO STATUS BOILER ROOM CO MONITOR ALARM EMERGENCY SHUTOFF: UPON ACTIVATION OF EMERGENCY POWER OFF (EPO) SWITCH, ALL BOILER POWER RELAYS SHALL OPEN DISCONNECTING POWER TO THE BOILERS AND THE BOILER SHALL CLOSE THE GAS VALVES WITH LOSS OF POWER. UPON MANUAL RESET OF FUEL SHUTOFF SWITCH, BOILER POWER SHALL BE RESTORED AND SYSTEM SHALL BEGIN LEAD BOILER AND PUMP SEQUENCE. ALARMS : ACTIVATION OF EMERGENCY SHUTDOWN CONTROL BOILER ALARMS AND FAILURES PRIMARY AND SECONDARY HEATING WATER PUMP FAILURES CO MONITOR ALARM BOILER PRIMARY PUMP START / STOP FS FS FLOW SWITCH FLOW SWITCH CONTROLS LEGEND AF TS = ANALOG INPUT = ANALOG OUTPUT = DIGITAL INPUT = DIGITAL OUTPUT = NETWORK CONNECTION = SMOKE DETECTOR = TRANSMITTER = ACTUATOR CONTROL = AIR FLOW SWITCH = CONSTANT FLOW VALVE OR DAMPER = CO2 SENSOR = CURRENT TRANSFORMING RELAY = DIFFERENTIAL PRESSURE SENSOR = ENERGY METER = FLOW METER = FLOW SWITCH = HUMIDITY HIGH LIMIT SWITCH = HUMIDITY SENSOR = OCCUPANCY SENSOR = PRESSURE SENSOR = RELAY = END SWITCH = STARTER = THERMOSTAT = TEMPERATURE SENSOR = THERMAL DISPERSION AFMS = VARIABLE FLOW VALVE OR DAMPER = VELOCITY SENSOR = VARIABLE SPEED DRIVE = WATER FLOW SWITCH = OVERRIDE SWITCH = ELECTRIC / PNEUMATIC TRANSDUCER = FIRE ALARM CONTACT = FAIL OPEN = FAIL CLOSED = THREE WAY CONTROL VALVE = TWO WAY CONTROL VALVE = MOTOR = AIR FLOW MONITORING STATION = DAMPER = COOLING OR HEATING COIL = FREEZE STAT = FILTER = FAN = FAN = PUMP VS R VSD FA FO VF DP CO2 HL S AFMS ~ $ FM CF FC TS CT T AI STR AC PS HS EM OS WS E/P AO DI DO N M TD SD TRANS FS AODO PU M P SP EE D PU M P ST AR T/ ST O P DO PU M P ST AR T/ ST O P AO PU M P SP EE D DI PU M P ST AT U S DI PU M P ST AT U S TS TS BACNET INTERFACE BACNET INTERFACE PUSH BUTTON SY ST EM T EM PE R AT U R E SE T PO IN T AO SY ST EM T EM PE R AT U R E SE T PO IN T AO EM ER G EN C Y SH U TO FF S W IT C H BO IL ER S TA R T/ ST O P DO DI PU M P ST AT U S BO IL ER S TA R T/ ST O P DODI BO IL ER R O O M C O M O N IT O R CO2 DO PU M P ST AR T/ ST O P DO PU M P ST AR T/ ST O P SHWP-2 PHWP-1 PHWP-2 B-2B-1 DO BO IL ER IS O LA TI O N V AL VE DO BO IL ER IS O LA TI O N V AL VE 6 A 54321 B C D E F KEY PLAN APPROVED BY CHECKED BY REVISIONS SHEET NO. TITLE DRAWN BY DATE PROJECT NO. SCALE SEAL NO. DESCRIPTION DATE OF D PS P R O JE C T: SO U TH W ES T EL EM EN TA R Y SC H O O L BO IL ER R EP LA C EM EN T 23 20 C O O K R O AD D U R H AM , N C 2 77 13 50153722 06/15/2022 61/ 22 /2 01 6 9: 07 :1 5 AM P: \5 01 53 72 2\ C AD \P M E\ 50 15 37 22 P M E7 01 C O N TR O LS .D W G 2610 Wycliff Road Suite 410 Raleigh, NC 27607-3073 919.881.9939 NC License No. F-0929 Dewberry Engineers Inc. WLH WLH SMP WLH WLH 6 PME701 CONTROLS T HS AFMS FS ES HL BASN BAS AI AO DI DO R VFD STR EP EPT AV NEEDLE GLOBE ANGLE GATE ANGLE PRESSURE REDUCING VALVE BACK FLOW PREVENTER TRIPLE DUTY RELIEF (R) OR SAFETY (S) VALVE FLOW ARROW REDUCER CONCENTRIC REDUCER ECCENTRIC STRAIGHT INVERT REDUCER ECCENTRIC STRAIGHT CROWN PT PORT (PEETS PLUG) FLANGED CONNECTION STEAM TRAP ALIGNMENT GUIDE ANCHOR, INTERMEDIATE EXPANSION LOOP EXPANSION JOINT SUCTION DIFFUSER FLOW METER, INDICATE IF RATE OR TOTALING & UNITS FLOW INDICATOR FLEXIBLE CONNECTOR AIR VENT, MANUAL AIR VENT, AUTOMATIC BTU METER, INDICATE IF RATE OR TOTALING & UNITS PRESSURE GAGUE TEMPERATURE GAUGE TEMPERATURE SENSOR HUMIDITY SENSOR DIFFERENTIAL PRESSURE SENSOR MAGNEHELIC GAUGE CURRENT TRANSDUCER (SENSOR) AIR FLOW MONITORING STATION FLOW SWITCH END SWITCH HUMIDITY - HIGH LIMIT SWITCH OVERRIDE SWITCH NETWORK POINT FOR BAS NETWORK BUILDING AUTOMATION SYSTEM CONTROL PANEL DDC CONTROL POINTS TRANSFORMER RELAY VARIABLE FREQUENCY DRIVE STARTER ELECTRONIC OR ELECTRIC TO PNEUMATIC SWITCH ELECTRONIC OR ELECTRIC TO PNEUMATIC TRANSDUCER UNIT/TIME FM UNIT/TIME BTU R/S PRV-1 VFD CT DP MECHANICAL SCHEMATIC SYMBOLS DESIGNATIONS "AI" = ANALOG INPUT "AO" = ANALOG OUTPUT "DI" = DIGITAL INPUT "DO" = DIGITAL OUTPUT GAUGES/SENSORS VALVES PIPE ACCESSORIES & SPECIALTIES PNEUMATIC SYMBOLS ELECTRONIC CONTROLS 06/23/22 DocuSign Envelope ID: D5740462-9F74-4CB7-90D1-E7CB53680315 Section 00 01 10 TABLE OF CONTENTS Page - 1 Table of Contents GENERAL 00 01 01 Title Page-Project Manual 00 01 10 Table Of Contents 00.11.13 Advertisement for Bids BIDDING REQUIREMENTS Bid Form Participation by Women and Minority Owned Business Identification of MWBE Participation Affidavit A – Listing of Good Faith Effort Affidavit B– Intent to Perform Contract with Own Workforce Appendix E– MBE Documentation for Contract Payments E-Verify Affidavit Bid Bond Form Performance Bond Payment Bond HUB Participation Report DIVISION 1 – GENERAL REQUIREMENTS 01.14.00 Work Restrictions 01.23.00 Alternates 01.25.00 Substitutions Procedures 01.26.00 Modification Procedures 01.26.13 Request for Information 01.33.00 Submittals 01.35.13.00 Special Project Procedures 01.35.13.02 DPS BOARD POLICY NO USE OF TOBACCO PRODUCTS 01.52.00 Construction Facilities 01.77.00 Closeout Procedures 01.78.00 Warranty Schedule 01.78.36 Warranties 01.79.00 Demonstration and Training Owner-Contractor Contract DIVISION 22 - PLUMBING 22 14 16 Fuel Gas Piping DIVISION 23 - HEATING, VENTILATION, AND AIR CONDITIONING 23 01 00 HVAC General Work Requirements 23 01 10 HVAC Submittal List 23 02 00 HVAC Systems Owner Training 23 05 11 HVAC Electrical Provisions 23 05 13 HVAC Equipment Motors 23 05 14 Variable Speed Controllers 23 05 17 Sleeves and Seals 23 05 19 Meters and Gauges Section 00 01 10 TABLE OF CONTENTS Page - 2 Table of Contents 23 05 23 Hydronic Piping Valves 23 05 29 Hangers and Supports 23 05 53 HVAC Systems Identification 23 05 93 Testing, Adjusting, and Balancing 23 07 16 Equipment Insulation 23 17 19 Piping Insulation 23 21 13 Hydronic Piping 23 21 16 Hydronic Piping and Specialties 23 21 23 Hydronic Pumps 23 25 00 HVAC Water Treatment 23 52 16 Condensing Boilers DIVISION 25 - INTEGRATED AUTOMATION 25 01 00 Digital Controls and Instrumentation DIVISION 26 - ELECTRICAL 26 01 00 Basic Electrical Requirements 26 05 00 Basic Electrical Materials and Methods 26 05 19 Conductors and Cables 26 05 26 Grounding and Bonding 26 05 29 Hangers and Supports 26 05 33 Raceways and Boxes 26 05 53 Identification for Electrical Systems 26 27 26 Wiring Devices 26 28 13 Fuses 26 28 16 Enclosed Switches and Circuit Breakers END OF TABLE OF CONTENTS Advertisement for Bids 00 01 10-1 RFP# - 179-2122-651-SWE-BOILER-REBID ADVERTISEMENT FOR BIDS Durham Public Schools Sealed bids from licensed contractors will be received by Durham Public Schools, Durham, North Carolina on Tuesday, July 12, 2022 for furnishing of labor, material, and equipment for the Southwest Elementary School Boiler Replacement, 2320 Cook Road, Durham, NC 27713. Bids will be received up to 1:00 PM from Single Prime bidders at which time and place all bids will be publicly opened and read aloud. Deliver bids to the Durham Public Schools Construction and Capital Planning Office located at 2011 Hamlin Road, Durham, North Carolina 27704.  No bid may be withdrawn after the scheduled closing time for the receipt of bids for a period of sixty (60) days.  Bid security required is 5% of the bid in cash, certified check, or Bid Bond.  Performance and Payment Bonds for 100% of the contract amount will be required.  Durham Public Schools reserves the right to reject any and all bids and to waive informalities or irregularities. Minority Business Participation: Bidders shall note that compliance with County of Durham MBE policies and the North Carolina Statute 143-128.2 (c) are required for this project. Iran Divestment Act: Bidders shall note that the submission of a bid constitutes the bidder’s certification to the State Treasurer that, as of the date of bid, it is not listed on the Final Divestment List created and maintained by the North Carolina Department of State Treasurer (the “Treasurer’s Office”) pursuant to the Iran Divestment Act of 2015, Chapter 147-Article 6E of the General Statutes of North Carolina (the “Iran Divestment Act”). Project scope: This project is to replace two existing Weil-McLain BGL688WS boilers and associated components, i.e. pumps, venting, controls. Pre-Bid Conference: Scheduled for Wednesday June 29,2022 at 10:00 AM. Meet outside the Boiler Room. Inspection of the site shall be scheduled immediately after the Pre-Bid Conference. The project Designer or Designer’s representative will be available to answer questions. It is Strongly Suggested that prime bidders attend the entire Pre-Bid Conference and visit the site prior to bidding. Preferred Brands Conference: (Following Pre-Bid) Statement of Qualifications: Each proposal shall be accompanied by a statement of qualifications that demonstrates experience in at least five (5) projects of similar scope within the past three (3) years with references. Electronic Plans and specifications are available at the following locations:  LeCHASE Construction For questions regarding this bid, please contact: Program Manager Contact Information: LeCHASE Construction Kevin Coyne Kevin.coyne@lechase.com 919-897-3225 Thank you for your consideration. Information Available to Bidders 00 31 00-1 INFORMATION AVAILABLE TO BIDDERS Durham Public Schools A-1. SUBMISSION OF BIDS AND BID OPENING: A. Bids will be received by Durham Public Schools (DPS) and will be opened and read at the times and places set forth in the Advertisement for Bids. Bidders, or their representative, and other interested persons may be present at the opening of proposals. B. The envelopes containing the bids must be sealed and addressed to Durham Public Schools, 2011 Hamlin Road, Durham, North Carolina, 27704 and marked on the outside of the envelope "Bid Proposal for DPS Project Name” with the name of the Bidder and his North Carolina State Contractor's License Number. C. The Bidder shall assume full responsibility for timely delivery at the exact location designated for receipt of Bids. D. In accordance with the Advertisement for Bids, bids will be received for a Single Prime Construction Contract. A-2. BID DOCUMENTS: A. Bid Documents include the Advertisement for Bids, Information for Bidders, Form of Proposal, the Bid Security and the proposed Contract Documents, including any Addenda issued prior to receipt of bids. All requirements and obligations of the Bid Documents are hereby incorporated by reference into the Contract Documents and are binding on the Successful Bidder upon award of the contract. B. Bidders may obtain complete sets of the Bid Documents from the issuing office designated in the Advertisement for Bids in the number and for the price, if any, stated therein. C. Bidders shall use complete sets of Bid Documents in preparing Bids; neither the Owner nor the Design Consultant shall assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bid Documents. D. By making the Bid Documents available on the above terms, the Owner does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. Information Available to Bidders 00 31 00-2 A-3. DEFINITIONS: A. THE BID: A Bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the Bidding Documents and North Carolina law. B. BASE BID: The Base Bid is the sum stated in the Bid for which the Bidder offers to perform the Work described in the Bidding Documents as the base, to which work may be added or from which work may be deleted for sums stated in Alternate Bids, if any. C. ALTERNATES: An Alternate Bid (or Alternate) is an amount stated in the Bid to be added to or deducted from the amount of the Base Bid if the corresponding change in the Work, as described in the Bidding Documents, is accepted. A-4. QUALIFICATION OF BIDDER: A. If requested by the Owner prior to the signing of the contract, the successful Bidder shall submit a statement of work to be performed by his own forces. B. Prior to Contract award or within seven days of the Owner's request to do so, the successful Bidder shall be prepared to demonstrate that his present organization, direct labor force and prior work experience is of adequate size and development to maintain responsible control of the project and to schedule, coordinate and perform the work in an expeditious manner and in accordance with the Contract Documents. C. At the request of the Owner, the Bidders, whether residents or nonresidents in North Carolina must be able to show documented evidence of the following: 1. A contractor’s license in good standing with the North Carolina General Contractor’s Licensure Board (or NC State Board of Examiners for Plumbing, Mechanical, Electrical, and / or Fire Protection only projects) with the appropriate level of limitations and classifications. 2. A current registration in good standing with the North Carolina Secretary of State’s to allow the Bidder do business in the Stae of North Carolina. D. The Owner will consider, in determining the qualifications of a Bidder, thier record in the performance of any contracts for construction work into which they may have entered with the Owner or with similar public or private bodies or corporations. The Owner expressly reserves the right to reject the bid of any Bidder if such record discloses that such Bidder, in the opinion of the Owner, has not properly performed such contracts or has habitually and without just cause neglected the payment of bills, or has otherwise disregarded his obligations, Subcontractors, material men, suppliers or employees. Information Available to Bidders 00 31 00-3 E. The Owner may make such investigation as they deem necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish to the Owner all such information and data for this purpose as they may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of such Bidder, fails to satisfy the Owner that such Bidder is a responsive and responsible Bidder in accordance with N.C. Gen. Stat. 143-128 and 143-129, and the criteria set forth herein. Conditional bids will not be accepted. A-5. BIDDER'S REPRESENTATIONS: By submitting his bid, each Bidder represents that: A. The Bidder has read and understands the Bid Documents and their Bid is made in accordance therewith; and Bidder agrees to be bound by the terms and requirements set forth in the Bid and Contract Documents. B. The Bidder has visited the site, has familiarized themselves with the local conditions under which the Work is to be performed in accordance with Article A-10 herein, and has correlated its observations with the requirements of the proposed Contract Documents. C. Prior to the submission of the bid, the Bidder has made known to the Owner any significant descrepancies discovered during the preparation of its bid. These are items that could result in a significant change in time or money. D. The submitted bid is based upon the materials, systems and equipment required by the Bidding Documents without exception. E. The Bidder has the capability, in all respects, and the moral and business integrity, reliability, technical ability, financial resources, plant, management, superintendence, equipment and materials which will assure effective and efficient good faith performance in full compliance with the Contract Documents and with any and all schedules and Milestone and Completion dates required by the Owner. The Bidder acknowledges and represents that he has made allowances for normal inclement weather as outlined in the Contract Documents, in his estimating, planning and scheduling of the Work. The Bidder hereby certifies that the work shall be completed, in place, in full accordance with the Contract Documents, within the time limits specified. F. The Bidder agrees that upon receipt of the Notice of Award, he will execute the formal Contract, and will deliver all bonds and proof of insurance coverage as required by the Specifications. G. The Bidder agrees to execute the formal Contract within ten (10) days from the date of Notice of Award, and in case he fails or neglects to appear within the specified time to execute the Contract, he will be considered as having abandoned the Contract, and the Bid Security accompanying this Proposal will be forfeited to the Owner by reason of such failure on the part of the Bidder. H. He has made a good faith effort to solicit Minority Business Enterprises (MBEs) per N.C. Gen. Stat. 143-128.2, as subcontractors. The Bidders shall provide the Owner a notarized affidavit with its bid stating that it made the good faith effort Information Available to Bidders 00 31 00-4 required pursuant to G.S. 143-128.2. The Bidder’s failure to file the affidavit with its bid shall be grounds for rejection of the Bid. A-6. BID SECURITY: A. Each bid must be accompanied by (1) cash; or (2) a Cashier's Check or a Certified Check of the Bidder in an amount not less than 5% of the bid, made payable to the Owner; or (3) a bidder's bond on the Bid Bond Form provided herein or on a similar form which in every respect materially complies with said Bid Bond, in the amount of 5% of his bid. For purposes of this provision, the amount of the bid shall be the Base Bid plus all positive amount alternates. The Bidder's bond shall be issued by a surety company licensed to conduct business in the state of North Carolina and acceptable to the Owner. B. Said bid security is given as a guarantee that the Bidder will enter into a contract if awarded the work and, in the case of refusal or failure to so enter into said contract, the security shall be declared forfeited to the Owner. Such security shall be returned to all but the three lowest Bidders within three days after the opening of bids and the remaining security will be returned within 48 hours after the Owner and the successful Bidder have executed the Contract. If no Contract has been awarded or the bidder has not been notified of the acceptance of his bid within sixty (60) days of the bid opening, the Bidder may withdraw his bid and request the return of his bid security. If, at the Owner's request, the Bidder agrees to extend and maintain his bid beyond the specified 60 days, his bid security will not be returned until the expiration of the period of extension. A-7. FORFEITURE OF BID BOND: The Successful Bidder, upon his failure or refusal to execute the Contract within ten (10) days after he has received Notice of Award, shall forfeit to the Owner the security deposited with his bid in accordance with North Carolina General Statute 143-129. A-8. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this contract, the contractor agrees as follows: A. The contractor will not discriminate against any employee or applicant for employment because of race, handicap, age, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to race, handicap, age, color, religion, sex or national origin. Such action shall include but not be limited to the following: employment, upgrading, demotion or transfer, recruitment or recruiting advertising, layoff or termination rates of pay or other forms of compensation, and selection for training including apprenticeship. The contractor agrees to post in conspicuous places available to employees and applicants for employment notices setting forth the provisions of the nondiscrimination clause. B. The contractor will in all solicitations or advertisements for employees placed by or on behalf of the contractor state that all qualified applicants will receive consideration for employment without regard to race, handicap, age, color, religion, sex, or national origin. Information Available to Bidders 00 31 00-5 C. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding a notice to be provided advising the labor union or workers' representative of the contractor's commitments under the Equal Employment Opportunity section of this contract and shall post copies of the notice in conspicuous places available to employees and applicants for employment. D. In the event of the contractor's noncompliance with nondiscrimination clauses of this contract or with any such rules, regulations or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further County contracts. E. The contractor will include the provisions of this section in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Board of County Commissioners of the County of Durham, North Carolina so that such provisions will be binding such subcontractor or vendor. A-9. MINORITY and WOMEN BUSINESS ENTERPRISES: A. Bidders are required to submit information about participating M/WBEs with their bid. Each bidder shall identify on its bid the minority businesses that it will use on the project and an affidavit listing the good faith efforts it has made pursuant to N.C. Gen. Stat. § 143-128.2(f). The information must include the name and address of each M/WBE, a description of the work to be performed by each, and the dollar value of the work to be performed by each. Any bidder who does not achieve the indicated M/WBE participation goal stated above is required to provide the aforementioned documentation demonstrating that good faith efforts were made in an attempt to meet the established goal. AFFIDAVITS A through D and APPENDIX E, are provided to record this information and must be completed and enclosed with your bid. Any bid which does not include M/WBE information and documentation may be considered non-responsive. The County’s Minority and Women Business Enterprise Ordinance may be obtained from the Duham County website at http://www.dconc.gov or by contacting the Durham County Purchasing Division. B. The apparent lowest responsible, responsive bidder, within three (3) business days, shall also provide either (1) an affidavit (Affidavit C) that includes a description of the portion of work to be executed by minority businesses, expressed as a percentage of the total contract price, which is equal to or more than the applicable goal or (2) documentation of its good faith effort that was identified in the bid to meet the goal (Affidavit D), including any advertisements, solicitations, and evidence of other specific actions demonstrating recruitment and selection of minority businesses for participation in the contract. Failure to file the required affidavit or supporting documentation that demonstrates that the contractor made the required good faith effort is grounds for rejection of the bid. C. M/WBE: A business which is at least 51% owned and controlled by minority group members or a woman. A M/WBE is bona fide only if the minority group or female ownership interests are real and continuing and not created solely to meet the http://www.dconc.gov/ Information Available to Bidders 00 31 00-6 M/WBE requirement. In addition, the M/WBE must itself perform satisfactory work or service or provide supplies under the contract and not act as a conduit. The contractual relationship must be bona fide. D. Owned and controlled: (1) A sole proprietorship legitimately owned by an individual who is a minority group member or female; (2) a partnership or joint venture controlled by minorities and/or females; (3) a corporation or other entities controlled by minorities or females, and in which at least 51% of the voting interests and 51% of the beneficial ownership interests are legitimately held by minorities and/or females. These persons must control the management and operations of the business on a day-to-day basis. E. A person who is a citizen or lawful permanent resident of the United States and who is: a. “Black American”; a person having origins in any of the Black racial groups of Africa; b. “Hispanic American”; a person of Spanish culture with origins in Mexico, Central or South America, or the Caribbean, regardless of race; c. “Native American”; a person who is a member or is eligible to be a member of a federally recognized Indian tribe. A federally recognized Indian tribe means an Indian tribe, or band, nation, ranchero, pueblo, colony, or other organized group or community, including any Alaska native village, which is recognized by the Secretary of the Interior on October 1, 1985 as having special rights and is recognized as eligible for service provided by the United States to Indians because of their status as Indians, and any tribe that has a pending application for federal recognition on October 1, 1985, as having special rights and is recognized as eligible for services provided by the United States to Indians because of their status as Indians, and any tribe that has a pending application for Federal recognition on October 1, 1985. F. During the construction of a project, if it becomes necessary to replace an M/WBE subcontractor, the prime contractor shall advise the owner. No M/WBE subcontractor may be replaced with a different subcontractor except (1) if the subcontractor’s bid is later determined by the contractor to be nonresponsible or nonresponsive, or the listed subcontractor refuses to enter into a contract for the complete performance of the bid work or (2) with the approval of the Board for good cause. Good faith efforts as set forth in N.C. Gen. State. § 143-131(b) shall apply to the selection of a substitute subcontractor. Prior to substituting a subcontractor, the contractor shall identify the substitute subcontractor and inform the Board or its designee of its good faith efforts pursuant to N.C. Gen. State. § 143-131(b). G. If during the construction of a project additional subcontracting opportunities become available, the prime contractor shall make a good faith effort to solicit subbids from M/WBEs. H. Durham Public Schools periodically conducts Construction Information Meetings to engage the business community about current and future project opportunities. Table 1 attached to this Section 00200 includes the list of participants of the most Information Available to Bidders 00 31 00-7 recent Construction Information Meeting. Many of these firms are M/WBE qualified and should be considered as viable participants in the bidding process. Durham Public Schools provides this list as information without endorsing the qualifications or capabilities of these firms or individuals. Bidders are encouraged to contact these firms and individuals. Bidders are expected to independently evaluate applicablity of M/WBE qualificiations to the Work described herein and are encouraged to also utilize other reputable resources for M/WBE indentification. A-10. SITE CONDITIONS AND CONDITIONS OF THE WORK: A. Each bidder must acquaint himself thoroughly as to the character and nature of the work to be done. Each bidder furthermore must make a careful examination of the site of the work and inform himself fully as to the difficulties to be encountered in the performance of the work, the facilities for delivering, storing and placing materials and equipment, and other conditions relating to construction and labor. B. No plea of ignorance of conditions that exist or may hereafter exist on the site of the work, or difficulties that may be encountered in the execution of the work, as a result of failure to make necessary investigations and examinations, will be accepted as an excuse for any failure or omission on the part of the successful Bidder to fulfill in every detail all the requirements of the Contract Documents and to complete the work or the consideration set forth therein, or as a basis for any claim whatsoever. C. Insofar as possible, the Successful Bidder, in carrying out his work, must employ such methods or means as will not cause interruption of or interference with the work of the Owner or any separate contractor. A-11. BIDDER'S QUESTIONS, ADDENDA AND INTERPRETATIONS: A. Bidders and Sub-bidders shall promptly notify the Design Consultant of any ambiguity, inconsistency or error which they may discover upon examination of the Bidding and Contract Documents or of the site and local conditions. No interpretation of the meaning of the drawings, specifications or other contract documents will be made to any Bidder orally. B. Every request for such interpretation should be in writing addressed to the Design Consultant with a copy forwarded to the Owner. C. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the Bidding Documents which, if issued, will be transmitted to all prospective Bidders (at the respective addresses furnished for such purposes) not later than three calendar days prior to the date fixed for the opening of bids. Neither the Design Consultant nor the Owner will be responsible for any other explanations or interpretations of the proposed documents. Failure of any Bidder to receive any such addendum or interpretation shall not relieve any bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. D. Each Bidder shall ascertain prior to submitting his bid that he has received all Addenda issued, and he shall acknowledge receipt and inclusion in his proposal of all Addenda. Information Available to Bidders 00 31 00-8 A-12. SECURITY FOR FAITHFUL PERFORMANCE: All bidders shall include in their bid the costs of a Performance Bond and a Labor and Material Payment Bond. The cost of bonds covering the base bid work is to be carried in the base bid only. The cost of bonds covering any alternate scopes of work is to be included within each individual alternate bid. The successful bidder shall furnish a Performance Bond in an amount equal to one hundred percent (100%) of the Contract Sum as security for the faithful performance of this Contract and also a Labor and Material Payment Bond in an amount not less than one hundred percent (100%) of the Contract Sum, as security for the payment of all persons performing labor and furnishing materials under this Contract. The successfull bidder shall provide a Performance Bond and a Labor and Material Payment Bond using the forms attached as Exhibits A and B. The Performance Bond and the Labor and Material Payment Bond shall be delivered to the Owner not later than the date of execution of the Contract. A-13. TIME FOR COMPLETION AND LIQUIDATED DAMAGES FOR NON-COMPLETION: The Substantial Completion date will be September 16, 2022, and Final Completion to be October 14, 2022. In the event of delay in Substantial of Final completion, the Contractor shall pay liquidated damages to DPS in the amount of Two Hundred Fifty ($250.00) per day. A-14. LOCATION OF WORK: The site of the proposed work is on Owner owned property, public streets, easements and/or other right-of-ways, as shown on the drawings. A-15. LIABILITY INSURANCE AND WORKMEN'S COMPENSATION: The Successful Bidder will be required to carry public liability and workmen's compensation and other insurance in the amounts and under the terms stipulated under the General Conditions. A-16. BIDDERS REFERRED TO LAWS: A. The attention of Bidders is called to the provisions of all Municipal, County and State laws, regulations, ordinances and resolutions, as well as laws, regulations, ordinance resolutions and permits relating to obstructing streets, maintaining signals, storing and handling of explosives, or affecting the Bidder, or his employees or his work hereunder in his relation to the Owner or any other person. The Bidder shall obey all such laws, regulations, ordinances, permits or resolutions controlling or limiting Contractors while engaged in the prosecution of work under this Contract. B. The provisions of this contract shall be interpreted in accordance with the laws of North Carolina and in accordance with the laws, ordinances, regulations, permits and resolutions of Durham County. A-17. TAXES All applicable Federal, State and Local Taxes shall be included in the Bidder's proposal. The successful bidder shall provide the Owner with monthly documentation of North Information Available to Bidders 00 31 00-9 Carolina sales taxes paid for all purchases on the project in a form acceptable to the Owner. DPS has determined this project to be a Capital Improvement as defined by the NC General Statute § 105-164. A-18. RIGHT TO REJECT BIDS: The Owner expressly reserves the right to reject any or all bids, to waive any informalities or irregularities in the bids received, and to accept that bid which in its judgment, best serves the interest of the Owner. A-19. EQUAL PRODUCTS AND SUBSTITUTIONS: A. Whenever possible, the Design Consultant shall specify in the plans the required performance and design characteristics for materials as required by N.C. Gen. Stat. § 133-3. When it is impossible or impractical to specify the required performance and design characteristics for materials, the Design Consultant may use a certain brand, make, manufacturer, article, device, product, material, fixture, form or type construction by name, make or catalog number to convey the general style, type, character and standard of quality of the aricle desired. Unless specifically stated to the contrary, all materials, supplies and articles furnished under this Contract shall, whenever specified and otherwise practicable, be the standard products of recognized, reputable manufacturers. Unless otherwise specifically provided in the Contract Documents, the naming of a certain brand, make, manufacturer or article, device, product, material, fixture or type of construction shall convey the general style, type, character and standard of quality of the article desired and shall not be construed as limiting competition. If approval by the Design Consultant prior to bid opening is desired, the bidder shall request approval in writing at least ten (10) days prior to the bid date. The Design Consultant’s approval will be in the form of an Addendum to the Specifications issued to all prospective Bidders indicating that the additional makes or brands are equivalent to those specified. Nothing in this paragraph is intended to restrict or inhibit free and open competition on school system projects. B. The bidder may request approval for substitutions of materials or type of construction in writing up to ten (10) days prior to the bid date. The standard for acceptance of substitutions shall be as expressed in Paragraph 4.15 of the contract General Conditions. A-20. PREPARATION AND SUBMITTAL OF FORM OF BID: A. Bids shall be submitted utilizing the Form of Proposal as bound herein, or otherwise provided with the Contract Documents, and shall be complete in every respect. The total bid amount shall be entered in words and figures in the space provided. Where applicable, the unit price or lump sum items, and their extensions, shall be entered in figures in the respective columns provided for each bid item. All entries shall be typewritten or printed in ink. The signatures of all persons shall be in longhand. Any entry of amount that appears on the face of the bid to have involved an erasure, deletion, white-out and/or substitution or other such change or alteration, shall show by them the initials of the person signing the Information Available to Bidders 00 31 00-10 bid and the date of the change or alteration. A failure to comply with this requirement may be cause for disqualification of the bid. B. For Unit Price bids, in the event of any discrepancies between the unit prices and the extensions thereof or the total bid amount, the unit prices shall govern. For Lump Sum bids, in the event of a discrepancy between the bid amount in writing and that in figures, the written value shall govern. C. Bids shall not contain any restatement or qualifications of work to be done, and alternate bids will not be considered unless called for. No oral bids or modifications will be considered. D. The amount of a bid submitted by a subcontractor to the general contractor under the single prime contracting system shall not exceed the bid, if any, for the same work by that subcontractor to the Owner under the multiple prime system. E. Each single-prime bid shall identify the contractors selected to perform the HVAC, plumbing and electrical work and the subcontractors’ respective bid prices for the work. A-21. MODIFICATION OR WITHDRAWAL OF BID: A. A Bidder may withdraw his bid from consideration if such bid was based upon a mistake as provided in North Carolina General Statute 143-129.1. B. Prior to the time and date designated for receipt of bids, any bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing over the signature of the Bidder or by telegrams; if by telegram, written confirmation over the signature of the Bidder shall be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with this Information for Bidders. D. Bid security, if any is required, shall be in an amount sufficient for the bid as modified or resubmitted. A-22. DETAILED BID BREAKDOWN: If the Owner directs, the Bidder shall provide a detailed breakdown of his bid acceptable to the Owner. In addition to verifying accounting requirements, the breakdown may be used by the Owner to determine whether the Bidder has grossly misjudged the requirements of any area. Failure to provide the requested detailed breakdown may result in rejection of the bid proposal. A-23. AWARD OF CONTRACT: Information Available to Bidders 00 31 00-11 A. The contract will be awarded to the lowest responsive and responsible bidder under the single prime system, taking into consideration quality, performance, and the time specified in the bids for the performance of the contract. B. The lowest bidder shall be determined by the aggregate amount of the unit prices set forth in the form of bid, if work is bid on a unit price basis, or the aggregate amount of the Base Bid, plus any Alternates selected by the Owner. Single prime bids will be received and awarded according to state law. C. A Responsive Bidder shall mean a Bidder who has submitted a bid which conforms, in all material respects, to the Bidding Documents. D. A Responsible Bidder shall mean a Bidder who has the capability, in all respects, to perform fully the contract requirements and the moral and business integrity and reliability which will assure good faith performance. In determining responsibility, the following criteria will be considered: 1. The ability, capacity and skill of the Bidder to perform the contract or provide the service required; 2. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference; 3. The character, integrity, reputation, judgment, experience and efficiency of the Bidder; 4. The quality of performance of previous contracts or services. For example the following information will be considered: a. the administrative and consultant cost overruns incurred by Owners on previous contracts with Bidder, b. the Bidder's compliance record with contract general conditions on other projects, c. the submittal by the bidder of excessive and/or unsubstantiated extra cost proposals and claims on other projects, d. the Bidder's record for completion of the work within the Contract Time or within Contract Milestones and Bidders compliance with scheduling and coordination requirements on other projects, e. the Bidder's demonstrated cooperation with the Owner or the Design Consultant and other contractors on previous contracts, f. whether the work performed and materials furnished on previous contracts was in accordance with the Contract Documents; 5. The previous and existing compliance by the bidder with laws and ordinances relating to contracts or services; 6. The sufficiency of the financial resources and ability of the Bidder to perform the contract or provide the service; 7. The quality, availability and adaptability of the goods or services to the particular use required; Information Available to Bidders 00 31 00-12 8. The ability of the Bidder to provide future maintenance and service for the warranty period of the contract; 9. Whether the Bidder is in arrears to the Owner on debt or contract or is a defaulter on surety to the Owner; 10. Whether the bidder has demonstrated a good faith effort to use M/WBEs as subcontractors; 11. Such other information as may be secured by the Owner having a bearing on the decision to award the contract, to include, but not limited to: a. the ability, experience and commitment of the Bidder to properly and reasonably plan, schedule, coordinate and execute the Work, b. whether the Bidder has ever been debarred from bidding or found ineligible for bidding on any other projects. F. The purpose of the above is to enable the Owner in its opinion, to select the lowest responsible bidder. The ability of the low Bidder to provide the required bonds will not of itself demonstrate responsibility of the Bidder. G. In addition to the qualifications package submitted with the bid, the Owner reserves the right to require from the Bidder: (1) submissions of additional references, within seven days of bid opening, to include a listing of previous and current projects and (2) financial statements indicating current financial status, prepared in accordance with generally accepted accounting principles, by a CPA licensed to do business in North Carolina, and (3) any other information deemed necessary in order to establish the responsiveness and responsibility of the bidder. H. The Owner reserves the right to defer award of this contract for a period of Sixty (60) days after the due date of bids. During this period time, the Bidder shall guarantee the prices quoted in his bid. A-24. ADDITIONAL REQUIREMENTS: A. All bidders must complete the Vendor Application/Bidder Profile Form and include it with their bid package. This information will be used to create or update Durham County's electronic Bidder/Vendor files. B. Security of Non-public Records: Pursuant to N.C.G.S. § 132-1.7, entitled, “Sensitive Public Security Information”, public records, as defined in G.S. 132-1, shall not include information containing specific details of public security plans and arrangements or the detailed plans and drawings of public buildings and infrastructure facilities. Therefore, all information provided, received, gathered or obtained by Bidder containing specific details of public security plans and arrangements or the detailed plans and drawings of public buildings and infrastructure facilities shall be held confidential and shall be used by the Bidder only for the purpose of responding to this bid. All plans and drawings shall be returned to the Owner no later than the bid closing date. Any breach of this paragraph by the Bidder may result in Bidder being barred from being awarded any contracts with the Owner. Information Available to Bidders 00 31 00-13 C. To ensure a fair bidding process, questions and/or clarifications requested by contractors will be accepted up to seven (7) days prior to Bid Opening. Bidders/contractors are required to submit their questions in writing to the Program Manager, Kevin Coyne at kevin.coyne@lechase.com D. The following forms must be returned: a. Bid Forms b. Non-Collusion Affidavit c. Bid Bond d. Power of Attorney e. Vendor Application and W-9 Form f. M/WBE Forms: i. Identification of Minority Business Participation with contract amounts ($), - AND - ii. Affidavit A – Listing of Good Faith Efforts - OR - iii. Affidavit B – Intent to Perform Contract with Own Workforce g. Statement of Qualifications E. Following the bid opening, the Owner will issue a Determination of Apparent Low letter to the contractor it has deemed to be the apparent low responsible, responsive bidder based on the initial bid documentation. The contractor is required to submit Affidavit C or D including all statute-required back-up information within seventy-two (72) hours of the receipt of the letter. F. Within 14 calendar days of the contract award, the contractor shall submit a complete list of all identified subcontractors the contractor will use on the project. G. ASBESTOS-CONTAINING BUILDING MATERIALS IN SCHOOL FACILITIES:Asbestos-containing building materials must not be disturbed if encountered during repairs, renovations, and other construction and installation activities. If disturbance of these materials cannot be reasonably avoided, no work shall begin until Durham Public School System has been notified and has issued specific instructions on the proper procedures for the activity in accordance with federal, state and local regulation. If Asbestos is identified DPS shall perform asbestos and lead based paint surveys of the affected areas of the facility. H. RELATED SECTIONS: A. Exhibit A – Performance Bond Form (Section 00 61 13) B. Exhibit B – Material and Labor Payment Bond Form (Section 00 61 13) END OF INFORMATION FOR BIDDERS BID FORM Section 00 41 13.02 Contractor Initials & Date ________ Section 00450 Single Prime General Construction Bid Form 1 Contract: Single Prime Project: Southwest Elementary Boiler Replacement Durham Public Schools Board of Education Durham , NC Bidder: _________________________________________________________________ Date: _________________________________________ The undersigned, as bidder, hereby declares that the only person or persons interested in this proposal as principal or principals is or are named herein and that no other person than herein mentioned has any interest in this proposal or in the contract to be entered into; that this proposal is made without connection with any other person, company or parties making a bid or proposal; and that it is in all respects fair and in good faith without collusion or fraud. The Bidder further declares that he has examined the site of the work and the contract documents relative thereto, has read all special and supplemental provisions furnished prior to the opening of bids, has satisfied himself relative to the work to be performed, and thereby proposes and agrees if this proposal is accepted, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the fabrication and delivery of the work, and other related work in full and complete accordance with the plans, specifications and contract documents, to the full and entire satisfaction of the Owner, with a definite understanding that no money will be allowed for extra work except as set forth in the General Conditions and other contract documents, on the Southwest Elementary School in Durham, NC. Bidders are advised that a notice to proceed may be issued upon approval by the Durham Public Schools Board of Education, and in advance of the contract document. The Bidder proposes and agrees, if this proposal is accepted, to execute a Contract within ten (10) days after notification of award, for the above work and for the below stated Compensation, in the form of Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum., for the sum of: BASE BID: _____________________________________________________________________ ____________________________________ Dollars ($______________________) Mechanical Subcontractor: _________________________________________ Sub Bid Amount ($_____________________) Electrical Subcontractor: _________________________________________ Sub Bid Amount ($_____________________) Plumbing Subcontractor: _________________________________________ Sub Bid Amount ($_____________________) BID FORM Section 00 41 13.02 Contractor Initials & Date ________ Section 00450 Single Prime General Construction Bid Form 2 ALTERNATES: The Bidder proposes to perform the work indicated as alternates for the amounts entered below, which amounts shall be added to or deducted from the Base Bid as indicated in the space below. (Bidders must enter an amount for each alternate. If acceptance of the alternate will not change the contract amount, enter “No Change”. Insert the words “Add” or “Deduct” in the space provided before the amount.) List of Alternates: Add/Deduct Amount Alternate #1 Owner Preferred Brand: Provide Boilers by Lochinvar ___________ $____________ BID UNIT PRICES: None ADDENDA: The following addenda were received and used in computing this bid: Date Initial Addendum #1 ________ __________ Addendum #2 ________ __________ Addendum #3 ________ __________ Addendum #4 ________ __________ The Bidder further proposes and agrees hereby to commence work under this contract on a date to be specified in a written order by the Owner or Designer and shall substantially complete the work on or before September 16, 2022. The undersigned further agrees that in the case of failure on his part to execute the said contract and the bond within ten (10) consecutive calendar days after written notice being given of the award of the contract, the certified check, cash or bid bond accompanying this bid shall be paid into the funds of the Owner’s account set aside for the project, as liquidated damages for such failure; otherwise the certified check, cash or bid bond accompanying this proposal shall be returned to the undersigned. Attach certified check, cash or bid bond to this proposal. BID FORM Section 00 41 13.02 Contractor Initials & Date ________ Section 00450 Single Prime General Construction Bid Form 3 RESPECTFULLY SUBMITTED this ___________ day of ______________________, 202___. ___________________________________________________ (Name of firm or corporation making bid) By: _____________________________ Title: _____________________________ (Owner / Partner / President / Vice President) License No. _______________________ Federal ID No. _____________________ WITNESS: (Proprietorship / Partnership) By: __________________________________ ATTEST: (Corporation) By: __________________________________ (CORPORATE SEAL) Title: _________________________________ (Corporate Secretary or Asst. Secretary Only) DPS Board of Education Policy 6070 00 45 39-1 DURHAM PUBLIC SCHOOLS BOARD OF EDUCATION POLICY NUMBER 6070: Minority Business Enterprise Participation in Construction and Purchase Contracts It is the policy of the Board to provide minorities equal opportunity to participate in all aspects of the school system's contracting and purchasing programs, including but not limited to participation in procurement contracts for materials, supplies and equipment, and contracts for the construction, renovation or repair of school facilities and equipment. It is further the policy of the Board to prohibit discrimination against any person or business enterprise on the basis of race, color, ethnic origin, sex, handicapping condition, or religion and to conduct its contracting and purchasing programs so as to prevent such discrimination. It is the policy of the Board in concert with other local, state and federal agencies and with the assistance of minority groups and agencies, actively to seek and identify qualified minority business enterprises (MBEs) and to offer them the opportunity to participate, and to encourage them to participate, in the school system's contracting and purchasing programs. Under this policy, the Board adopts the definition of MBEs contained in N.C. Gen. Stat. 143-128.2. It is not the policy of this Board to provide information or other opportunities to minority business enterprises that will not be available to all other business enterprises. It is the intent of this policy to establish procedures designed to assure MBEs access to information and opportunities available to other business enterprises. It is not the intent of this policy to establish procedures that will increase the cost of the school system's construction and purchasing programs. It is the intent of this policy to widen opportunities for participation, to increase competition, and to reduce costs. The Board will award public building contracts without regard to race, religion, color, creed, national origin, sex, age, or handicapping condition, as defined in N.C. Gen. Stat. 168A-3. The Board will award contracts to the lowest responsible, responsive bid. Durham Pubic Schools is following Chapter 8 Article V of the Durham County Code of Ordinances for M/WBE Participation. These projects shall be bid strictly in accordance with N.C. Gen. Stat. § 143-128 and -129. The school system shall require bidders on school construction and renovation projects to provide documentation demonstrating that they have met the verifiable goal for participation by minority business or that they have made good faith efforts to do so as specified in the accompanying regulations and in N.C. Gen. Stat. § 143-128.2. Data generated pursuant to this section shall be reported to the Department of Administration, Office of Historically Underutilized Business, as required by N.C. Gen. Stat. § 143-128.3(a). Attach to Bid Attach to Bid Attach to Bid Attach to Bid Attach to Bid Attach to Bid Attach to Bid Attach to Bid MBForms 2002-Revised July 2010 Identification of HUB Certified/ Minority Business Participation I, , (Name of Bidder) do hereby certify that on this project, we will use the following HUB Certified/ minority business as construction subcontractors, vendors, suppliers or providers of professional services. Firm Name, Address and Phone # Work Type *Minority **HUB Category Certified (Y/N) *Minority categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (I), Female (F) Socially and Economically Disadvantaged (D) ** HUB Certification with the state HUB Office required to be counted toward state participation goals. The total value of minority business contracting will be ($) . Do not submit with the bid Do not submit with the bid Do not submit with the bid Do not submit with the bid Do not submit with the bid MBForms 2002-Revised May 2010 -1- State of North Carolina AFFIDAVIT D – Good Faith Efforts County of (Note this form is to be submitted only by the apparent lowest responsible, responsive bidder.) If the goal of 10% participation by HUB Certified/ minority business is not achieved, the Bidder shall provide the following documentation to the Owner of his good faith efforts: Affidavit of I do hereby certify that on the (Name of Bidder) (Project Name) Project ID# Amount of Bid $ I will expend a minimum of % of the total dollar amount of the contract with HUB certified/ minority business enterprises. Minority businesses will be employed as construction subcontractors, vendors, suppliers or providers of professional services. Such work will be subcontracted to the following firms listed below. (Attach additional sheets if required) Name and Phone Number *Minority Category **HUB Certified Y/N Work Description Dollar Value *Minority categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (I), Female (F) Socially and Economically Disadvantaged (D) ** HUB Certification with the state HUB Office required to be counted toward state participation goals. Examples of documentation that may be required to demonstrate the Bidder's good faith efforts to meet the goals set forth in these provisions include, but are not necessarily limited to, the following: A. Copies of solicitations for quotes to at least three (3) minority business firms from the source list provided by the State for each subcontract to be let under this contract (if 3 or more firms are shown on the source list). Each solicitation shall contain a specific description of the work to be subcontracted, location where bid documents can be reviewed, representative of the Prime Bidder to contact, and location, date and time when quotes must be received. B. Copies of quotes or responses received from each firm responding to the solicitation. C. A telephone log of follow-up calls to each firm sent a solicitation. D. For subcontracts where a minority business firm is not considered the lowest responsible sub-bidder, copies of quotes received from all firms submitting quotes for that particular subcontract. E. Documentation of any contacts or correspondence to minority business, community, or contractor organizations in an attempt to meet the goal. F. Copy of pre-bid roster G. Letter documenting efforts to provide assistance in obtaining required bonding or insurance for minority business. H. Letter detailing reasons for rejection of minority business due to lack of qualification. I. Letter documenting proposed assistance offered to minority business in need of equipment, loan capital, lines of credit, or joint pay agreements to secure loans, supplies, or letter of credit, including waiving credit that is ordinarily required. Failure to provide the documentation as listed in these provisions may result in rejection of the bid and award to the next lowest responsible and responsive bidder. Pursuant to GS143-128.2(d), the undersigned will enter into a formal agreement with Minority Firms for work listed in this schedule conditional upon execution of a contract with the Owner. Failure to fulfill this commitment may constitute a breach of the contract. Do not submit with the bid Do not submit with the bid Do not submit with the bid Do not submit with the bid Do not submit with the bid MBForms 2002-Revised May 2010 -2- The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the bidder to the commitment herein set forth. Date: Name of Authorized Officer: Signature: Title: State of , County of Subscribed and sworn to before me this day of 20 Notary Public My commission expires SEAL AFFIDAVIT OF E-VERIFICATON The undersigned hereby certifies on behalf of ____________________________________ (“Bidder”) that Bidder and its proposed Subcontractors for this project are in compliance with Article 2 of Chapter 64 of the North Carolina General Statutes, except for those with less than twenty five (25) employees that are exempt from the E-Verification requirements. Date: Name of Authorized Officer: Signature: Title: State of North Carolina, County of _ Subscribed and sworn to before me this day of 20___ Notary Public My commission expires SEAL BID BOND FORM Section 00 43 13 Section 00500 BID BOND FORM 1 KNOW ALL MEN BY THESE PRESENTS, That we, _________________________________________________________________ (Bidder's Name) , of ______________________ (Street Address) (City, State, Zip) Hereinafter called the Principal, and _________________________________________________________________ (Surety's Name) A corporation organized and existing under the Laws of the State of __________________________, and authorized to transact business in the State of ____________________________, as Surety, hereinafter called Surety, are held and firmly bound unto the __________________________________________ (Owner). Hereinafter called Obligee, in the Penal sum of five percent (5%) of the amount bid, good and lawful money of the United States of America, for the payment of which the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. The Condition of this Obligation is such, that, WHEREAS the Principal has submitted a proposal to the Obligee on a contract for the construction of ___________________________________________________ (Contract Name and Number) NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee is accordance with the terms of such bid, and give such bond or bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such construction for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void; otherwise to remain in full force and effect. BID BOND FORM Section 00 43 13 Section 00500 BID BOND FORM 2 In witness whereof, we have hereunto set our signatures and seal this __________ day of ___________________, 20______, all pursuant to due authorization. (Seal) Principal ______________________________________________________________ By Surety ______________________________________________________________ By Attorney-in-Fact in accordance with the attached Power of Attorney STATE OF __________________________________) ss: COUNTY OF _________________________________) I, ____________________________, a Notary Public in and for the State and County aforesaid, do hereby certify th...

2 W Edenton St, Raleigh, NC 27601, USALocation

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

Country : United StatesState : North Carolina

You may also like

Yerington Elementary School Kiss and Drop Project

Due: 14 May, 2024 (in 17 days)Agency: DOWL, LLC

CROSSROADS ELEMENTARY SCHOOL RAISED CROSSWALKS PROJECT

Due: 02 May, 2024 (in 5 days)Agency: City of Riverbank

Rebuild of Jackson Davis Elementary School

Due: 28 May, 2024 (in 1 month)Agency: Henrico County

Please Sign In to see more like these.

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