Bid Advertisement and Legal Notice for services related to improving indoor air quality (IAQ) and systems assessment.

expired opportunity(Expired)
From: Durham Public Schools(School)
179-2021-608

Basic Details

started - 22 Apr, 2021 (about 3 years ago)

Start Date

22 Apr, 2021 (about 3 years ago)
due - 06 May, 2021 (about 3 years ago)

Due Date

06 May, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
179-2021-608

Identifier

179-2021-608
Durham Public Schools

Customer / Agency

Durham Public Schools
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.

ADVERTISEMENT FOR BIDS Durham Public Schools Indoor Air Quality RFP#179-2021-608-SVCS_AIRQUAL Sealed bids from licensed contractors will be received by Durham Public Schools, Durham, North Carolina on Thursday, May 6, 2021, for completing the work defined within this RFP for services related to improving indoor air quality (IAQ) and systems assessment. Bids will be received up to 1:00 pm on Thursday May 6, 2021, on for turnkey solutions. All bids should be MAILED to Durham Public Schools: Evelyn Gallegos - Purchasing Agent Durham Public Schools 511 Cleveland St. Durham, NC. 27701 • Submissions will be: 1 hard copy and 1 digital copy in a USB drive, included in the bid envelope. Digital submission must be a pdf. • Pricing will only be reviewed using the attached Pricing Sheet. • No bid may be withdrawn after the scheduled closing time for the receipt of bids for a period of sixty (60) days.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. • Durham Public Schools reserves the right to choose a vendor based on the best value given the complexity, scale and diversity of the work. Bid Release April 20, 2021 Deadline for Questions April 28, 2021, 3:00 pm Q&A Posted April 30, 2021, 5:00 pm Proposal Deadline May 6, 2021, 1:00 pm Bid Opening (video link in Q&A) May 6, 2021, 1:30 pm 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”). Background: The purpose of this work is to improve the indoor air quality within DPS. This will be achieved by assessing through measurement and verification procedures, the current conditions and equipment functionality and condition, developing a plan and budget for corrective work and self- performing and/or overseeing sub-contracted work for approved projects. DPS is a public K12 school district in Durham County North Carolina that serves over 32,000 students. DPS operates 50 schools covering 5.8 million square feet under roof. Within DPS, there are 31elementary schools, 9 middle schools, 2 secondary schools (6-12,) 7 high schools, and 1 alternative school. DPS is looking to make immediate improvements to significantly improve the indoor air quality of our schools (Phase I). With limited funds, DPS would like to target specific opportunities that will have the greatest positive impact at the most schools possible (Phase II). In addition, the resulting comprehensive report that will serve as the roadmap for the prioritization of capital investments with immediate priority given to indoor air quality (IAQ). Project scope: The project will be divided into 2 phases: Phase 1 will consist of replacing all air filters throughout the district and cleaning all coils and unit ventilators. DPS will provide a detailed list of filters and systems. Before and after air flow readings and pictures are required for a sample size of approximately 10% of the units per school). This includes approximately: 7,812 air filters- sizes found in Attachment C 490 Commercial Air Handler Units 123 Roof Top Units 652 Fan Coils Units 782 Unit Ventilators The above is distributed between approximately 50 campuses. On the Pricing Sheet – Attachment B, include unit pricing for additional units. Phase 1 Alternate A: Coil Sanitization Timeline for Phase 1: 2-4 months from notice to proceed. Phase 2 will consist of the following 5 steps: 1. Detailed assessment of HVAC systems in all DPS facilities to include: a. Current Indoor Air Quality, 3 samples per school to include basic mold and containments testing. b. Outside air flow; documenting design vs. actual or actual vs. ASHRAE c. Outside air control; availability and functionality of controls and dampers d. Air handler functionality and remaining design life (obsolescence) e. Assess current controls systems age and functionality with major equipment The above assessment report should note, with pictures, current conditions, deficiencies and specific recommendations for deficiency remediation. These will be used as the bases for steps 2 and 3 below. 2. Detailed estimates of recommended repair and replacement costs within five-year increments to 25 years. 3. Retro-commission of current control systems to ensure accuracy, consistency and functionality. This will be targeted to problem areas. Assume 25% of entire system. 4. Provide preventative maintenance plan and training as needed to DPS staff to maintain equipment Timeline for Phase 2: 3 months from notice to proceed to run concurrently with phase 1. It should be assumed that 50% of the onsite work can be accomplished during business hours. The majority of systems to be assessed will fall into the following categories, though there are a small number of systems that are unique: • Central plant with large AHU (floor or roof mounted) and two-pipe or four-pipe distribution systems • Split systems – mid-size floor or roof mounted AHU’s (evaporator coils) with exterior condensing units • VRF independent • Unit Ventilators • Mobile Classrooms The selected project team will provide the turnkey professional services necessary for the project’s completion. The project team may include consultants for any other specialty deemed programmatically necessary. Execution In compliance with this Request for Proposal, and subject to all the conditions herein, the undersigned Vendor offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this Proposal, the undersigned Vendor certifies that this Proposal is submitted competitively and without collusion (G.S. 143-54), that none of its officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143- 59.2), and that it is not an ineligible Vendor as set forth in G.S. 143-59.1. False certification is a Class I felony. Furthermore, by executing this Proposal, the undersigned certifies to the best of Vendor’s knowledge and belief, that it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal or State department or agency. As required by G.S. 143- 48.5, the undersigned Vendor certifies that it, and each of its sub-Contractors for any Contract awarded as a result of this RFP, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E-Verify system. G.S. 133-32 and Executive Order 24 (2009) prohibit the offer to, or acceptance by, any State Employee associated with the preparing plans, specifications, estimates for public Contract; or awarding or administering public Contracts; or inspecting or supervising delivery of the public Contract of any gift from anyone with a Contract with the State, or from any person seeking to do business with the State. By execution of this response to the RFP, the undersigned certifies, for your entire organization and its employees or agents, that you are not aware that any such gift has been offered, accepted, or promised by any employees of your organization. Taxes: DPS is NOT tax-exempt. Unless otherwise indicated, tax must be computed and added to your Proposal. Any itemized shipping charges are also subject to tax. When invoiced, tax should be invoiced as a separate line item. Certificate of Insurance Each Vendor shall furnish DPS a certificate of insurance showing that the required workmen's compensation and public liability insurance are carried by the Contractor. The certificate of insurance should show that it is issued to or at the request of the DPS Board of Education, Durham, North Carolina. All insurance carriers shall be licensed to do business in North Carolina or approved to issue insurance coverage by the Commission of Insurance of North Carolina. The certificate of insurance shall include substantially the following provision: The insurance policies to which this certificate refers shall not be altered or canceled until after ten (10) days' written notice of such cancellation or alteration has been sent by certified mail to the DPS Board of Education, Durham, North Carolina. Terms and Conditions It shall be the Vendor’s responsibility to read the instructions, terms and conditions, all relevant exhibits and attachments, and any other components made a part of this RFP, and comply with all requirements and specifications herein. Vendors also are responsible for obtaining and complying with all Addenda and other changes that may be issued relating to this RFP. INSTRUCTIONS FOR SUBMISSION – MINIMUM REQUIREMENTS 1 Hard Copy and 1 USB submission are required in the same envelope. Digital submission must be PDF. 1. Letter of Interest: This one-page document should be prepared and signed by the representative of the firm authorized to sign contracts. The letter should allow personal expression as to: a. why your firm is best suited to perform commissioning and assessment services for DPS b. what specific qualities/attributes your firm offers to ensure superior performance 2. Pricing Sheet (Attachment B) 3. Contact information for communication in follow up to this submittal 4. Firm’s HUB/MWBE Status/type 5. Project Experience: list all similar projects completed within the past 3 years. Include: i. Project Name ii. Facility name and location iii. Size iv. Scope v. Expected cost of services vi. Actual cost of services vii. Current owner contact information viii. Year completed ix. Written references from project owner x. HUB / MWBE Participation (see Attachment A). 6. Client References: provide 3 references for recent work of similar size and complexity. This can be included in the chart of #5. 7. Disclose any history or condition that would put the firm in a conflict of interest for the design and construction portions of the work. All questions must be received via email to: Durham Public Schools Business Manager: Penny Jefferson. Penny_Jefferson@dpsnc.net by 3:00 pm on Wednesday, April 28th, 2021. Answers will be posted by 5:00 pm on Friday, April 30th, 2021. mailto:Penny_Jefferson@dpsnc.net ATTACHMENT A Durham Public Schools Participation of Minority Businesses Durham Public Schools Board of Education Policy Number 9125 (partial, full policy available online) The board affirms the State’s commitment to encouraging the participation of minority businesses in the school system’s building construction contracts. A minority business is defined in accordance with G.S. 143-128.2 and is one in which (1) at least 51 percent is owned by minority persons or socially and economically disadvantaged individuals, and (2) the management and daily business operations are controlled by one or more of the minority persons or socially and economically disadvantaged individuals who own it. Minority persons include African-Americans, those of Hispanic descent, Asian Americans, American Indians, and females. After notice and public hearing, the board hereby adopts an aspirational verifiable percentage goal of 10 percent for participation by minority businesses in the total value of work for each building project costing $300,000 or more paid entirely from local or other non-state funds. In addition, the board adopts the state’s aspirational verifiable goal of 10 percent participation by minority businesses in the total value of work for each building project costing $100,000 or more funded in whole or in part with state funds. All bidders on school construction and renovation projects subject to Section A of this policy who intend to subcontract any part of the project must (1) identify the minority businesses to be used on the project and (2) provide affidavits indicating that a good faith effort has been made in preparing the bid to meet the board’s verifiable goal for participation by minority businesses. Upon being named the apparent lowest responsible, responsive bidder, a bidder shall provide additional evidence of its good faith efforts as required by law. The level of minority participation in bidders’ bids will not affect the contract award decision; however, the failure to provide documentation of a good faith effort to meet the board’s goal may result in the bid being rejected as non-responsive. Before recommending the award of a contract, the superintendent shall direct designated school officials to evaluate bidders’ documents in accordance with applicable law and regulations to determine whether bidder good faith requirements are satisfied. The board will award public building contracts without regard to race, religion, color, creed, national origin, sex, age, or disability. Nothing in this policy should be construed to require the board or contractors to award contracts or subcontracts to minority business contractors or minority business subcontractors who do not submit the lowest responsible, responsive bid or bids. http://redirector.microscribepub.com/?cat=stat&loc=nc&id=143&spec=128.2 http://redirector.microscribepub.com/?cat=stat&loc=nc&id=143&spec=128.2 LEGAL NOTICE REQUEST FOR PROPOSAL: Durham Public Schools has issued an RFP for Indoor Air Services. Submittal due date/time: May 6, 2021 at 1:00 p.m. For Legal Notice and RFP information, go to http:///www.dpsnc.net and select Resources/Construction & Capital Planning. Issue date 4-20-21. 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 ($) . State of North Carolina AFFIDAVIT A – Listing of Good Faith Efforts County of (Name of Bidder) Affidavit of I have made a good faith effort to comply under the following areas checked: Bidders must earn at least 50 points from the good faith efforts listed for their bid to be considered responsive. (1 NC Administrative Code 30 I.0101) ❑ 1 – (10 pts) Contacted minority businesses that reasonably could have been expected to submit a quote and that were known to the contractor, or available on State or local government maintained lists, at least 10 days before the bid date and notified them of the nature and scope of the work to be performed. ❑ 2 --(10 pts) Made the construction plans, specifications and requirements available for review by prospective minority businesses, or providing these documents to them at least 10 days before the bids are due. ❑ 3 – (15 pts) Broken down or combined elements of work into economically feasible units to facilitate minority participation. ❑ 4 – (10 pts) Worked with minority trade, community, or contractor organizations identified by the Office of Historically Underutilized Businesses and included in the bid documents that provide assistance in recruitment of minority businesses. ❑ 5 – (10 pts) Attended prebid meetings scheduled by the public owner. ❑ 6 – (20 pts) Provided assistance in getting required bonding or insurance or provided alternatives to bonding or insurance for subcontractors. ❑ 7 – (15 pts) Negotiated in good faith with interested minority businesses and did not reject them as unqualified without sound reasons based on their capabilities. Any rejection of a minority business based on lack of qualification should have the reasons documented in writing. ❑ 8 – (25 pts) Provided assistance to an otherwise qualified minority business in need of equipment, loan capital, lines of credit, or joint pay agreements to secure loans, supplies, or letters of credit, including waiving credit that is ordinarily required. Assisted minority businesses in obtaining the same unit pricing with the bidder's suppliers in order to help minority businesses in establishing credit. ❑ 9 – (20 pts) Negotiated joint venture and partnership arrangements with minority businesses in order to increase opportunities for minority business participation on a public construction or repair project when possible. ❑ 10 - (20 pts) Provided quick pay agreements and policies to enable minority contractors and suppliers to meet cash-flow demands. The undersigned, if apparent low bidder, will enter into a formal agreement with the firms listed in the Identification of Minority Business Participation schedule conditional upon scope of contract to be executed with the Owner. Substitution of contractors must be in accordance with GS143-128.2(d) Failure to abide by this statutory provision will constitute a breach of the contract. The undersigned hereby certifies that he or she has read the terms of the minority business 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 State of North Carolina --AFFIDAVIT B-- Intent to Perform Contract with Own Workforce County of Affidavit of (Name of Bidder) I hereby certify that it is our intent to perform 100% of the work required for the contract. (Name of Project) In making this certification, the Bidder states that the Bidder does not customarily subcontract elements of this type project, and normally performs and has the capability to perform and will perform all elements of the work on this project with his/her own current work forces; and The Bidder agrees to provide any additional information or documentation requested by the owner in support of the above statement. The Bidder agrees to make a Good Faith Effort to utilize minority suppliers where possible. The undersigned hereby certifies that he or she has read this certification and is authorized to bind the Bidder to the commitments herein contained. 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 ATTACHMENT B – Pricing Sheet Firm’s Name: ___________________________ Phase 1 Cost Phase 1 Alt A (Coil Sanitization) Phase 2 cost Total Cost Phase 1 + Phase 2 only Total Cost Phase 1 + Phase 1 Alt + Phase 2 $ $ $ $ $ Unit Pricing Unit Pricing Air Filters $ Coil Cleanings Coil Cleanings Commercial AHU $ Commercial AHU $ RTU $ RTU $ FCU $ FCU $ Unit Ventilators $ Unit Ventilators $ Signature of Approved Signatory_____________________________________________ Name of Approved Signatory_______________________________________ Title__________________________________ Date:___________________________ Attachment C – Filter Size Filter Size Sum of Qty 10-3/4X27- 3/4X1 34 10-3/4X43- 3/4X1 30 10x16x1 2 10x20x1 1 10x21x1 38 10x22x1 1 10x25x2 4 10x27x1 76 10x30x1 3 10x32x1 28 10x33x1 2 10x36x1 87 10x41 3/4x1 2 10x43x1 1 10x44x1 59 10x48x1 45 10x56x1 17 10x60.5x1 20 10x60x1 57 10x61x1 2 10x69x1 16 10x72x1 68 11x27x1 4 11x46x1 10 11x69x1 22 12x20x1 8 12x24x12 9 12x24x18 25 12x24x2 88 12x24x4 9 12x41x1 2 13 1/4x22x1 1 13 3/8x53 1/2x1 48 13x21.5x1 8 13x25x1 1 13x54x1 15 14x20x1 6 14x24x1 76 14x25x1 2 14x30x1 6 15 3/8x77x1 12 154x18x1 66 15x20x1 24 15x20x2 16 15x25x1 2 15x30x1 60 15x65x1 9 16x16x1 56 16x16x2 20 16x20x1 44 16x20x2 874 16x20x4 28 16x22x1 1 16x24x2 9 16x25x1 67 16x25x2 1363 16x25x4 1 16x30x1 22 17x30x1 40 18x18x1 7 18x20x1 5 18x22x1 33 18x24x2 30 18x24x4 12 18x25x1 13 18x25x2 18 20x20x1 616 20x20x12 7 20x20x18 24 20x20x2 719 20x20x4 24 20x22x1 1 20x24x1 6 20x24x12 21 20x24x18 28 20x24x2 276 20x24x4 48 20x25x1 49 20x25x2 1742 20x25x4 47 20x30x2 6 20x35x2 4 21x21x1 19 22x22x1 6 22x22x2 10 24x24x12 5 24x24x2 93 24x36x2 31 25x20x1 12 25x25x2 28 29x30x4 2 6 3/4x46x1 3 6x30x2 6 7 3/4x24 3/4x1 2 7-3/4x34 3/4x1 12 7-3/4x34x1 98 7-3/4x40x1 1 7-7/8x33-7/8x1 4 7x44x1 20 8 1/2x20x1 2 8 1/2x29 3/4x1 2 8 3/4x33x1 1 8 7/8x33 7/8x1 5 8 7/8x33x1 2 8 7/8x61 1/8x1 6 8-3/4x21- 11/16x1 4 8-7/8x 61- 1/8x1 6 8x19x1 8 8x25x1 6 8x34x1 9 9 7/8x26 7/8x1 2 9.5x30x1 22 9x33x1 2 Grand Total 7812

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

Please Sign In to see more like these.

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