- Lenoir County Public Schools
- Public Notices
Public Notices
-
Advertisement for Bids: Roof Replacements
SECTION 00 11 13
ADVERTISEMENT FOR BIDSPART 1 - GENERAL
1.1 PROJECT INFORMATION
A. Project Name: Moss Hill Elementary Roof Replacement and Northwest Elementary Roof
Replacement
B. Project Address: Moss Hill Elementary - 6040 Highway 55 West Kinston, NC. 28504
Northwest Elementary – 1701 Old Well Road Kinston, NC 28504
C. Owner: Lenoir County Public Schools
D. General Scope of Work: Moss Hill - Roof areas ‘A’ and ‘B’ replace existing roof with new PVC roof system. Northwest – Raise existing electrical conduit and replace existing roof with new PVC roof System.1.2 BIDS
A. Sealed bids for the project will be received from bidders by the Owner at 2017 West Vernon Avenue Kinston, North Carolina 28504 until 2:00 pm on April 8, 2024, at which time they will be publicly opened and read.1.3 PROJECT DOCUMENTS
A. Electronic project documents may be obtained from the Engineer, REI Engineers, Inc., Exchange Dr., Wilmington, NC 28405, at no cost. The email address is jwandmacher@reiengineers.com1.4 BIDDING REQUIREMENTS
A. All bidders are hereby notified that they shall be properly licensed under the state laws governing their trades.
B. Refer to Section 00 21 13 "Instructions to Bidders" for bid security and bonding requirements.
C. Submit questions to REI Engineers in writing to the email address listed above no later than 5:00 PM on March 28th, 2024.1.5 PRE-BID MEETING
A. A Pre-Bid Meeting is scheduled for 10:00 am on March 21st, 2024 at Moss Hill Elementary School. Followed by a site visit to Northwest Elementary School.END OF SECTION
-
REQUEST FOR QUALIFICATIONS: Kinston High gymnasium bleachers
REQUEST FOR QUALIFICATIONS (RFQ)
Gymnasium Bleachers
Kinston High School
The Lenoir County Public Schools Subject: Request for Proposal –
Gymnasium Bleachers Installation
Lenoir County Public Schools is seeking proposals for the installation of new gymnasium bleachers at the Kinston High School Gymnasium located at 2601 N. Queen Street, Kinston, NC 28501. We invite interested vendors to submit a proposal for the specified services outlined in this Request for Proposal (RFQ).
Scope of Work:
The selected vendor will be responsible for the following:
1. **Site Visit and Assessment:**
Conduct a thorough site visit to assess the current condition of the existing bleachers, measure the available space, and identify any specific requirements or constraints.
2. **Design and Configuration:**
Propose a suitable bleacher design and configuration that meets the needs of our facility, taking into consideration seating capacity, accessibility, safety standards, and any other relevant factors.
3. **Product Specifications:**
Provide detailed specifications for the proposed bleachers, including materials used, dimensions, weight capacity, safety features, and any optional accessories.
4. **Installation:**
Outline the installation process, including estimated timelines, manpower requirements, and any potential disruptions to regular facility operations.
5. **Compliance and Certification:**
Ensure that the proposed bleachers comply with relevant safety regulations and industry standards. Provide certification or documentation as necessary.
6. **Warranty and Maintenance:**
Offer information on warranty coverage for the installed bleachers and propose a maintenance plan to ensure their longevity and optimal performance.
7. **Cost Proposal:**
Provide a detailed cost breakdown, including the cost of the bleachers, installation fees, any additional charges, and applicable taxes.
Site Visit:An on-site pre-bid walkthrough will be conducted on Wednesday, March 13th, 2024 at 10:30 am. Please report to the Main Office at Kinston High School at arrival to be escorted to the gym.
Proposal Submission:
Interested vendors are requested to submit their proposals no later than March 28th, 2024 at 4pm to the following address:
Lenoir County Public Schools
Attention: Mr. Nicholas E. Harvey II
2017 W. Vernon Ave.
Kinston, North Carolina 28504
Evaluation Criteria:- Expertise and past performance in projects (25%)
- Sustainability in design (20%)
- Timeline for completion of project (15%)
- Compliance (15%)
- References (10%)
We look forward to receiving your proposal by Thursday, March 28th, 2024 by 4pm. If you have any questions or require additional information, please contact Athletic Director Ryan Gieselman at Kinston High School 252-527-8067 or at 434-579-2622.
Sincerely,
Nicholas E. Harvey II
Assistant Superintendent
Lenoir County Public SchoolsInformation required to respond to the RFQ is available on the school system's website at: www.lcpsnc.org.
-
REQUEST FOR QUALIFICATIONS: South Lenoir High gymnasium bleachers
REQUEST FOR QUALIFICATIONS (RFQ)
Gymnasium Bleachers
South Lenoir High School
The Lenoir County Public Schools Subject: Request for Proposal –
Gymnasium Bleachers Installation
Lenoir County Public Schools is seeking proposals for the installation of new gymnasium bleachers at the South Lenoir High School Gymnasium located at 3355 Old Hwy 11, Deep Run, NC 28525. We invite interested vendors to submit a proposal for the specified services outlined in this Request for Proposal (RFQ).
Scope of Work:
The selected vendor will be responsible for the following:
1. **Site Visit and Assessment:**
Conduct a thorough site visit to assess the current condition of the existing bleachers, measure the available space, and identify any specific requirements or constraints.
2. **Design and Configuration:**
Propose a suitable bleacher design and configuration that meets the needs of our facility, taking into consideration seating capacity, accessibility, safety standards, and any other relevant factors.
3. **Product Specifications:**
Provide detailed specifications for the proposed bleachers, including materials used, dimensions, weight capacity, safety features, and any optional accessories.
4. **Installation:**
Outline the installation process, including estimated timelines, manpower requirements, and any potential disruptions to regular facility operations.
5. **Compliance and Certification:**
Ensure that the proposed bleachers comply with relevant safety regulations and industry standards. Provide certification or documentation as necessary.
6. **Warranty and Maintenance:**
Offer information on warranty coverage for the installed bleachers and propose a maintenance plan to ensure their longevity and optimal performance.
7. **Cost Proposal:**
Provide a detailed cost breakdown, including the cost of the bleachers, installation fees, any additional charges, and applicable taxes.
Site Visit:An on-site pre-bid walkthrough will be conducted on Wednesday, March 13th, 2024 at 12:00 pm. Please report to the Main Office at South Lenoir High School at arrival to be escorted to the gym.
Proposal Submission:
Interested vendors are requested to submit their proposals no later than March 28th, 2024 at 4pm to the following address:
Lenoir County Public Schools
Attention: Mr. Nicholas E. Harvey II
2017 W. Vernon Ave.
Kinston, North Carolina 28504
Evaluation Criteria:- Expertise and past performance in projects (25%)
- Sustainability in design (20%)
- Timeline for completion of project (15%)
- Compliance (15%)
- References (10%)
We look forward to receiving your proposal by Thursday, March 28th, 2024 by 4pm. If you have any questions or require additional information, please contact Athletic Director William Harrell at South Lenoir High School 252-568-6161 or at 252-337-5975.
Sincerely,
Nicholas E. Harvey II -
Advertisement for Bids: Kinston High roof replacement
Lenoir County Schools 00 11 13-1 ADVERTISEMENT FOR BIDS
SECTION 00 11 13
ADVERTISEMENT FOR BIDS
PART 1 - GENERAL 1.1 PROJECT INFORMATION A. Project Name: Kinston High School
B. Project Address: 2601 N. Queen Street, Kinston NC 28501
C. Owner: Lenoir County Public Schools
D. General Scope of Work: Roof Replacement Sectors A, B, C, D, E, F, G. Approximately 45,000 square feet.
1.2 BIDS A. Sealed bids for the project will be received from bidders by Lenoir County Schools at 2017 West Vernon Ave., Kinston NC 28504 until 4:00 pm on February 8, 2024 at which time they will be publicly opened and read.
1.3 PROJECT DOCUMENTS A. Electronic project documents may be obtained from the Engineer, REI Engineers, Inc., 2708-A Exchange Drive, Wilmington, NC 28405. Make request to: kburch@reiengineers.com
1.4 BIDDING REQUIREMENTS A. All bidders are hereby notified that they shall be properly licensed under the state laws governing their trades.
B. Refer to Section 00 21 13 "Instructions to Bidders" for bid security and bonding requirements.
C. Submit questions to REI Engineers in writing to the email address listed above no later than 5:00 PM on TBD
1.5 PRE-BID MEETING A. A Pre-Bid Meeting is scheduled for 1:30 pm on January 23, 2024 at Kinston High School, 2601 N. Queen Street, Kinston, NC 28501
B. Attendance is mandatory.
END OF SECTION
-
Advertisement for Bids: South Lenoir High Roof Replacement
South Lenoir High School Roof Replacement 00 11 13 - 1 ADVERTISEMENT FOR BIDS
South Lenoir High School Roof Replacement 00 11 13 - 1 ADVERTISEMENT FOR BIDS
SECTION 00 11 13
ADVERTISEMENT FOR BIDS
PART 1 - GENERAL 1.1 PROJECT INFORMATION A. Project Name: South Lenoir High School Roof Replacement
B. Project Address: 3355 Old Highway 11, Deep Run, North Carolina 28525
C. Owner: Lenoir County Public Schools
D. General Scope of Work: Replace the existing shingle and low slope roof systems at Roof Areas A through Q. Provide new metal wall panels and fiber cement wall panels as specified.
1.2 BIDS A. Sealed bids for the project will be received from bidders by the Owner at 2017 South Vernon Avenue, Kinston, North Carolina 28504 until 3:00 PM on February 8, 2024, at which time they will be publicly opened and read.
1.3 PROJECT DOCUMENTS A. Electronic project documents may be obtained from the Engineer, REI Engineers, Inc., kburch@reiengineers.com at no cost.
1.4 BIDDING REQUIREMENTS A. All bidders are hereby notified that they shall be properly licensed under the state laws governing their trades.
B. Refer to Section 00 21 13 "Instructions to Bidders" for bid security and bonding requirements.
C. Submit questions to REI Engineers in writing to the email address listed above no later than 5:00 PM on February 1, 2024.
1.5 PRE-BID MEETING A. A Pre-Bid Meeting is scheduled for 10:30 AM on January 23, 2024 at 3355 Old Highway 11, Deep Run, North Carolina 28525.
B. Attendance is mandatory.
END OF SECTION
-
RFQ: Janitorial Services
Lenoir County Public Schools is seeking qualified and experienced Janitorial Service Providers to submit their qualifications for consideration in providing comprehensive janitorial services at the following locations: Early College High School, Kinston High School, North Lenoir High School, Woodington Middle School, Banks Elementary School, LaGrange Elementary School, Pink Hill Elementary School, Northeast Elementary School, Southeast Elementary, and Southwood Elementary School. The selected service provider will be responsible for maintaining a clean and sanitary environment in accordance with industry standards.
Scope of Services: The janitorial services shall include, but not be limited to:
- Daily cleaning of classrooms, offices and common areas.
- Restroom cleaning and sanitation.
- Floor care, including sweeping, mopping, and vacuuming.
- Window cleaning as needed.
- Waste removal and disposal.
- Specialized cleaning services for specific areas as identified.
Qualifications: Interested janitorial service providers must meet the following qualifications:
- Experience:
- Minimum of 3 years of experience in providing janitorial services.
- Demonstrated experience in cleaning commercial or office spaces.
- Staffing:
- Adequate and trained staff to meet the demands of the facilities.
- Background checks for all staff members.
- Insurance:
- Comprehensive general liability insurance.
- Workers' compensation insurance for all employees.
- Compliance:
- Compliance with all applicable local, state, and federal regulations.
- Adherence to safety and environmental standards.
- References:
- Provide at least three professional references from current or previous clients.
Submission Guidelines: Qualified janitorial service providers are invited to submit their qualifications by January 31, 2024. Submissions should include the following:
- Company overview, including years in operation and areas of expertise.
- Details on relevant experience, especially in providing janitorial services for similar facilities.
- Staffing details, including the number of employees and training programs.
- Proof of insurance coverage.
- Compliance documentation.
- Three professional references with contact information.
- Rate of Service
A walkthrough of the facilities listed above will take place on Wednesday, January 11th at 9am. Interested applicants will meet Environmental Coordinator, Mr. Theavon Arnold at 1624 HWY 11-55 Kinston, NC 28504.
Submission Deadline: All submissions must be received by 4:00pm JANUARY 31, 2024. Late submissions will not be considered.
Selection Process: A selection committee will review all qualified submissions and may conduct interviews or site visits as necessary. The selected janitorial service provider will be notified by March 1st, 2024. (Contract would begin August 14, 2024)
Questions and Clarifications: Questions or requests for clarifications regarding this RFQ should be submitted in writing to Mr. Theavon Arnold at tarnold@lenoir.k12.nc.us no later than January 19th.
Lenoir County Public Schools reserves the right to reject any or all submissions and to negotiate terms with the selected janitorial service provider.
Thank you for your interest in providing janitorial services for Lenoir County Public Schools
All submissions should be sent to the attention of:
Mrs. Esther Hines
2017 W. Vernon Ave.
Kinston, NC 28504
-
Advertisement for Bid - Pavement improvement project
Advertisement for Bid
Sealed bids will be received from bidders by the Lenoir County Public Schools located at 2017 West Vernon Avenue, Kinston, NC 28504, until 11:00 AM, November 29th, 2023 at which time they will be publicly opened and read for the below listed pavement improvement project.
Pink Hill Elementary Additional Parking: Construct asphalt parking lot with approximately 30 parking stalls. Construct proposed asphalt access drive to connect proposed parking area to H. C. Turner Road and school access drive.The owner is:
Lenoir County Public Schools
ATTN: Larry Modlin
2017 West Vernon Avenue, Kinston, North Carolina 28504
The Engineer is:
REI Engineers, Inc.
ATTN: Jay Barr
Email: jbarr@reiengineers.com
Electronic project documents may be obtained from the Engineer, REI Engineers, Inc.,
1927 J.N. Pease Place, Suite 201, Charlotte, NC 28262, jbarr@reiengineers.com at no cost.
Hard copy project documents may be purchased from the engineer at a nonrefundable cost of $50.00. All questions should be directed to the Engineer in writing at the email address indicated above.
A Pre-Bid meeting is scheduled on-site for 11:00 AM on November 15th, 2023 at 2666 H. C. Turner Road, Pink Hill, North Carolina 28572. Attendance is mandatory. All bidders are hereby notified that they shall be properly licensed under the state laws governing their trades. Refer to Section 00 21 13 Instructions to Bidders for bid security and bonding requirements.
-
ADVERTISEMENT FOR BIDS (RE-BID): Lenoir County Public Schools ESSER III HVAC Controls Replacement
ADVERTISEMENT FOR BIDS (RE-BID)
Lenoir County Public Schools ESSER III HVAC Controls Replacement
Owner: Lenoir County Public Schools
Project: Lenoir County Public Schools ESSER III HVAC Controls Replacement
Separate sealed bids will be received at the Lenoir County Public Schools Maintenance Office, ATTN: Mr. Nicholas Harvey II, located at 500 Abbott Street Kinston, NC 28504 until 2:00 pm, on Thursday, July 20th, 2023, at which time they will be publicly opened and read aloud in the Conference Room.
The general project scope will consist of replacing the hvac control systems at the following schools:
Banks Elementary School
9. Northwest Elementary School
2.
Contentnea-Savannah K-8 School
10. Pink Hill Elementary School
3.
Kinston High School
11. Rochelle Middle School
4.
Kinston-Lenoir Performing Arts Center
12. Southeast Elementary School
5.
La Grange Elementary School
13. South Lenoir High School
6.
Moss Hill Elementary School
14. Southwood Elementary School
7.
Northeast Elementary School
15. Woodington Middle School
8.
North Lenoir High School
Mandatory Pre-Bid Conference (RE-BID)
Will be held on Monday, July 17th, 2023 at 9:00 am. The mandatory pre-bid will begin at the Lenoir County Public Schools Maintenance Office located at 500 Abbott Street Kinston, NC 28504 and then site visits at various schools will take place afterwards. (Note: All schools will not be visited during the pre-bid site visits)
Bid bond is required and Performance and Payment Bonds will be required. Certain MBE guidelines must be followed. Single prime bids will be accepted in accordance with G.S. 143-128. Davis Bacon Wages will apply along with Certified Payroll.
Requirements for bidding this project are as follows:
1. Three references from previously satisfied commercial customers.
2. Furnish NC License Number (G.S. Chapter 87 establishes licensing requirements for general, plumbing, heating, electrical, and refrigeration contractors for construction projects costing $30,000 or more).
3. Insurance - The Contractor shall provide, as required by law, insurance for his employees. The Lenoir County Public Schools assumes no liability for injuries or accidents related to the Contractual Agreement. The Contractor shall furnish a certificate to the Owner (Lenoir County Public Schools) as a Proof of Coverage. The Contractor shall maintain and pay the Insurance Coverage, which shall not be less than the
following:
4. A. Workman’s Compensation Statutory
Employers Liability $1,000,000
Owner/Officer must be included in coverage
B. General Liability (per person/per occurrence):
1. Bodily and Personal Liability $1,000,000/$2,000,000
2. Property Damage $1,000,000/$2,000,000 Aggregate
C. Automobile Liability (per person/per occurrence)
1. Bodily Injury
$1,000,000
2. Property Damage:
$1,000,000 Aggregate
D.
Builder’s Risk or Installation Floater
Contract Amount*
E.
Excess Liability Coverage of
$5,000,000
5. Recruitment of minority business participation in accordance with G.S. 143-128.
Scope of work and bid documents may be obtained from Locklear, Locklear & Jacobs, PLLC by email request only from robbylocklear@llandj.com. If hard copies are requested, they will be produced and billed at cost.
The Lenoir County Public Schools reserves the right to reject any or all bids and to waive all informalities concerning bid, or award bid to the lowest responsible bidder or bidders, taking into consideration quality, performance and the time specified in the proposals for the performance of the contract.
Owner Representative Robby Locklear, PE robbylocklear@llandj.com Locklear, Locklear & Jacobs PLLC
114 West 3rd Street
Pembroke, NC 28372
Phone: 910-774-9306
-
Request for Proposals for Speech Services
Lenoir County Public Schools is requesting bids for Speech Services for 2023-2024 school year. The speech services should be provided by a licensed North Carolina Speech/ Language Pathologist. The agency will provide services that include screening, planning, evaluation, therapy, and administration for children designated by the school. The bid should include the hourly rate for services. The anticipated start date is August 18th, 2023-June 7th, 2024.
Please submit your bids to vroach@lenoir.k12.nc.us by 6/15/23. Please feel free to call 252-527-1109 if you have questions and ask for Vivian Roach.
-
IDEA-Part B Project Comment Period
The Individuals with Disabilities Education Act (IDEA-Part B, Public Law 108.446) Project is presently being amended. The project describes the special education programs that Lenoir County Public Schools proposes for Federal funding for the 2023-2024 School Year. Interested persons are encouraged to review amendments to the Project and make comments concerning the implementation of special education under this Federal Program. All comments will be considered prior to submission of the amended Project to the North Carolina Department of Public Instruction in Raleigh, North Carolina. The IDEA-Part B Project is open to the public for review and comments during the week of May 15, 16, 17 in the office of Vivian Roach located at 2017 W. Vernon Ave., Kinston, NC 28504.
-
Design Consultant Request for Qualifications: Driveway and Parking Improvements
DESIGN CONSULTANT RFQ
Driveway and Parking ImprovementsINSTRUCTIONS:
Design consultants wishing to submit for consideration should follow the guidelines established herein. A statement of Qualifications along with supporting documentation should be submitted to Mrs. Esther Hines at Lenoir County Public Schools, 2017 W. Vernon Ave., Kinston, NC 28504 or ehines@lenoir.k12.nc.us by 4 p.m. on Wednesday, March 1st, 2023. Statements of Qualifications received after this time will not be considered.
1. Project
Lenoir County Public Schools is requesting professional design consultant services to provide full service for the design and construction administration of constructing an additional entrance, driveway, and parking lot at Pink Hill Elementary School.2. Professional services Required
Design consultants will provide turnkey design and construction administration for the driveway and parking improvements at Pink Hill Elementary School.3. Schedule
Submit qualifications by 4 p.m. on March 1, 2023. The official selection of the design consultant and approval will be determined following the receipt of proposals.4. Selection Criteria & Format of Proposal
The criteria in the Statement of Qualifications form will be used. If a paper response is submitted, please provide two paper copies (2) of your submittal.5. Insurance
The selected design firm must carry a minimum of $1,000,000 of professional liability insurance.Statement of Qualifications
The following criteria will be used to select firms. Please address the following in your submission:
1. Expertise and past performance on driveway and parking lot improvements and additions for K-12 schools and/or educational institutions, including addressing planning ability and promptness, specification writing experience, timely completion of jobs within established budgets, and history of inspections/follow-through on jobs.
2. Provide examples of prior completed driveway and parking improvement projects for K-12 schools and/or educational institutions in the last five years.
3. Provide information regarding your relationships with relevant contractors and designers.
4. Provide your staffing and proposed design team for the driveway and parking lot improvement projects.
5. Provide your familiarity with public construction projects in Lenoir County.Note: If you are considered a “nonresident firm,” you must disclose and describe in your submission any construction contract preferences granted by your firm’s home state.
I certify that the preceding and referenced information is accurate to the best of my knowledge and belief.
_________________________________________
Name and Date
_________________________________________
Title -
Request for Qualifications: Design Consultant Services / Roofing
DESIGN CONSULTANT RFQ
Roofing ReplacementINSTRUCTIONS:
Design consultants wishing to submit for consideration should follow the guidelines established herein. A statement of Qualifications along with supporting documentation should be submitted to Mr. Cecil Outlaw at Lenoir County Public Schools, 2017 W. Vernon Ave., Kinston, NC 28501 or coutlaw@lenoir.k12.nc.us by ___5_ p.m. on October __28__, 2022. Statements of Qualifications received after this time will not be considered.
1. Project
Lenoir County Public Schools is requesting professional design consultant services to provide full service for the design and construction administration of roofing replacement projects throughout the district.2. Professional services Required
Design consultants will provide turnkey design and construction administration for the roofing replacement projects throughout the district.3. Schedule
Submit qualifications by __5:00_____ p.m. on October _28__, 2022. The official selection of the design consultant and approval will be determined following the receipt of proposals.4. Selection Criteria & Format of Proposal
The criteria in the Statement of Qualifications form will be used. If a paper response is submitted, please provide two paper copies (2) of your submittal.5. Insurance
The selected design firm must carry a minimum of $1,000,000 of professional liability insurance.Statement of Qualifications
The following criteria will be used to select firms. The relative importance of the criteria is noted beside each item. Please address the following in your submission:
1. Expertise and past performance on roofing replacement projects for K-12 schools, including addressing planning ability and promptness, specification writing experience, timely completion of jobs within established budgets, and history of inspections/follow-through on jobs (40%).
2. Provide examples of prior completed roofing replacement projects for K-12 schools in the last five years (20%).
3. Provide information regarding your relationships with roofing contractors and designers (10%)
4. Provide your staffing and proposed design team for the roofing replacement projects (15%).
5. Provide your familiarity with public construction projects in Lenoir County (15%).Note: If you are considered a “nonresident firm,” you must disclose and describe in your submission any construction contract preferences granted by your firm’s home state.
I certify that the preceding and referenced information is accurate to the best of my knowledge and belief.
_________________________________________
Name and Date
_________________________________________
Title -
Request for qualifications: Design consultant services
DESIGN CONSULTANT RFQ
INSTRUCTIONS:
Design consultants wishing to submit for consideration should follow the
guidelines established herein. A statement of Qualifications along with
supporting documentation should be submitted to Mr. Cecil Outlaw at Lenoir
County Public Schools, 500 Abbott St., Kinston, NC 28501 or
coutlaw@lenoir.k12.nc.us by __5:00__ p.m. on October __21__, 2022.
Statements of Qualifications received after this time will not be considered.1. Project
Lenoir County Public Schools is requesting professional design consultant
services to provide full service for the design and construction administration of HVAC controls replacement projects throughout the district.
2. Professional services Required
Design consultants will provide turnkey design and construction
administration for the HVAC controls replacement projects throughout the
district.3. Schedule
Submit qualifications by ____5:00___ p.m. on October _21__, 2022. The official selection of the design consultant and approval will be determined following the receipt of proposals.4. Selection Criteria & Format of Proposal
The criteria in the Statement of Qualifications form will be used. If a paper
response is submitted, please provide two paper copies (2) of your submittal.5. Insurance
The selected design firm must carry a minimum of $1,000,000 of
professional liability insurance.REQUEST FOR QUALIFICATIONS DESIGN CONSULTANT SERVICES
Statement of QualificationsThe following criteria will be used to select firms. The relative importance of the criteria is noted beside each item. Please address the following in your submission:
1. Expertise and past performance on HVAC controls replacement projects for K-12 schools, including addressing planning ability and promptness, specification writing experience, timely completion of jobs within established budgets, and history of inspections/follow-through on jobs (40%).
2. Provide examples of prior completed HVAC controls replacement projects for K-12 schools in the last five years (20%).
3. Provide information regarding your knowledge of the various manufacturers of HVAC controls (10%)
4. Provide your staffing and proposed design team for the HVAC controls replacement projects (15%).
5. Provide your familiarity with public construction projects in Lenoir County (15%).
Note: If you are considered a “nonresident firm,” you must disclose and describe in your submission any construction contract preferences granted by your firm’s home state.
I certify that the preceding and referenced information is accurate to the best of my knowledge and belief._________________________________________
Name and Date_________________________________________
Title
-
Request for Quotation: Lenoir County Public Schools HVAC Controls Upgrades
RFQ – Lenoir County Schools HVAC Controls Upgrades – Scope of Work – (mandatory site visit)
Replace existing TAC/Niagara R2 and ACT (Applied Computer Technologies) DDC Building Management Systems as noted in scope of work for a complete and functional system.
Pre-Bid Conference and site visit: Scheduled for September 7th, 2022, at 10:00 AM. Meet at Lenoir County Public Schools Maintenance Office, 500 Abbott Street, Kinston NC 28504. Inspection of the site(s) shall be scheduled immediately after the Pre-Bid Conference. Complete site visit is mandatory.
Contractor Qualifications and Scope of Work:
1. Sealed bids from licensed contractors will be received by Lenoir County Public Schools, Kinston, North Carolina on September 14th, 2022 for furnishing of labor, material, and equipment for the Lenoir County Public Schools HVAC Controls Upgrade Project, 500 Abbott Street, Kinston, NC 28504. Bids will be received up to 2:00 PM from Single Prime bidders at which time and place all bids will be publicly opened and read aloud. Deliver bids to the Lenoir County Public Schools Maintenance Office located at 500 Abbott Street, Kinston, NC 28504.
2. Mandatory site visit is scheduled for September 7th, 2022, at 10:00am. Must be present at scheduled pre-bid proposal conference and site visit to submit a bid.
3. Each proposal shall be accompanied by a statement of qualifications that demonstrates experience in at least three (3) projects of similar scope within the past ten (10) years with references. Project references must be of similar scope and size to be applicable.
4. No bid may be withdrawn after the scheduled closing time for the receipt of bids for a period of sixty (60) days.
5. Bid security required is 5% of the bid in cash, certified check, or Bid Bond.
6. Performance and Payment Bonds for 100% of the contract amount will be required.
7. Total bid amount of this project must not exceed 30% of contractor’s full bonding capacity.
8. Lenoir County Public Schools reserves the right to reject any and all bids and to waive informalities or irregularities.
9. The Bidders, whether residents or nonresidents in North Carolina must be able to show documented evidence of the following:
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.
10. The Owner will consider, in determining the qualifications of a Bidder, their 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.
11. 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 the criteria set forth herein. Conditional bids will not be accepted.
12. All applicable Federal, State and Local Taxes shall be included in the Bidder's proposal.
13. Bidder’s limits for commercial general liability, auto, workers compensation, excessive/umbrella insurance coverage should be $5M for each.14. Upon execution of this Agreement and thirty (30) days prior to the expiration of the required insurance, Contractor / Supplier / Service Provider must provide evidence of insurance.
Certificate must:
Be on an ACORD form
Evidence required insurance coverages & limits
Notice of cancellation shall be in accordance with policy provisions Must be signed by an authorized representative of Contractor’s insurance company
Confirm insurance companies are rated A-VII or better by A.M. Best Company15. 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.
16. Project shall be completed in 18 months from Notice To Proceed by Lenoir County Public Schools.
17. The Contractor shall furnish and install a complete building automation system including all necessary hardware and all operating and applications software necessary to perform the control sequences of operation as called for in this document or to achieve existing sequences as identified by LCS. All components of the system –servers, application controllers, unitary controllers, etc. shall communicate using the BACnet protocol, as defined by ASHRAE Standard 135-2007, or EIA standard 709.1, the LonTalk™ protocol, or Modbus protocol. No gateways shall be used for communication to controllers for this project.
18. Except as otherwise noted, the control system shall consist of all necessary Ethernet Network Controllers, Standalone Digital Control Units, enterprise server, software, sensors, transducers, relays, valves, dampers, damper operators, control panels, and other accessory equipment, for a complete and operable system. Existing input/output wiring can be reused if compatible with new system being installed. All communications wiring must be installed as new wiring (ethernet or MSTP/shielded).
19. The BAS contractor shall review and study all existing control drawings (as provided by owner) and the entire scope of work to familiarize themselves with the contract scope.
20. All wiring and installation of control devices associated with the equipment listed below shall be provided under this Contract. Existing input/output wiring can be reused if compatible with new system and is in good condition. When the BAS system is fully installed and operational, the BAS Contractor and representatives of the Owner will review and check out the system. At that time, the BAS contractor shall demonstrate the operation of the system and prove that it complies with the intent of the scope of work and existing sequences.
21. All work performed as a part of this project will comply with all governing codes, laws and governing bodies. The Contractor shall obtain and pay for all necessary construction permits and licenses.
22. Provide complete controls shop drawing submittal information to include complete controller input/output connected points, wiring diagrams for all devices, network communications riser, and data sheets for all devices and equipment being provided. Each school site must have its own set of shop drawing submittal diagrams.
23. Provide Project Manager whose only project responsibility is to coordinate the installation and communicate with Lenoir County Schools on project scheduling of contractor’s employees and access to buildings. Minimal downtime of equipment will be allowed during occupied hours. Project Manager cannot be a working technician, electrician/installer, or programmer/graphic technician. Attendance at bi-weekly (at minimum) project meetings by Project Manager will be required.
24. Controls contractor must include all coordination, programming, graphics, startup of equipment, and field checkout.
25. Provide one-year warranty on all new installed control equipment
26. Controls and interlock wiring per electrical code. Plenum rated cable to be installed above lay-in ceilings and strapped/supported appropriately. All wiring located in mechanical rooms and areas with exposed ceilings shall be installed wiring in conduit. Existing conduit can be reused if it is in good condition.
27. Each separate building will have a network controller(s) installed with Lenoir Schools LAN connection. Contractor to install CAT 6 wiring back to telecom room for each connection. LCS to connect and assign/configure IP addresses.
28. In accordance to the scope of work, the system shall also provide a graphical, web-based, operator interface that allows for instant access to any system through a standard browser. The contractor must provide a BAS server (appropriately sized), and microcomputer controllers of modular design providing distributed processing capability, and allowing future expansion of both input/output points and processing/control functions.
29. Ethernet-based Network Router and/or Network Server Controller(s): The BAS Contractor shall furnish Ethernet-based Network Server Controllers as described. These controllers will connect directly to the BAS server over Ethernet at a minimum of 100mbps, and provide communication to the Standalone Digital Control Units and/or other Input/Output Modules. Network Server Controllers shall conform to BACnet device profile B-BC. Network controllers that utilize RS232 serial communications or ARCNET to communicate with the workstations will not be accepted.
30. Network Controllers shall be tested and certified by the BACnet Testing Laboratory (BTL) as Network Server Controllers (B-BC).
31. Standalone Digital Control Units (SDCUs): Provide the necessary quantity and types of SDCUs to meet the requirements of the project for mechanical equipment control including air handlers, central plant control, and terminal unit control, and as identified in existing control drawings provided by LCS. Each SDCU shall have the capability to operate completely standalone, containing all of the I/O and programs to control its associated equipment. BACnet SDCUs shall be tested and certified by the BACnet Testing Laboratory (BTL). SDCUs shall communicate with the building Network Server Controller over ethernet (TCP/IP) wiring. MSTP (shielded RS485 wiring) communications between SDCUs shall not be allowed except in unique circumstances where equipment type and location deems it permissible as determined by the owner.
32. All work described in this document shall be installed, wired, and circuit tested by factory certified technicians qualified for this work and in the regular employment of the approved manufacturer's local field office. The approved manufacturer's local field office shall have a minimum of 15 years of installation experience with the manufacturer and shall provide documentation in the bid and submittal package verifying longevity of the installing company's relationship with the manufacturer when requested. Supervision, hardware and software engineering, and checkout of the system shall be by the employees of the approved manufacturer's local field office and shall not be subcontracted. The control contractor shall have an in place support facility within 100 miles of the Lenoir County Schools Maintenance Department with factory certified technicians and engineers, spare parts inventory and all necessary test and diagnostic equipment for the installed system, and the control contractor shall have 24 hours/day, 7 days/week emergency service available.
33. Provide BAS components and ancillary equipment, which are UL-916 listed and labeled.
34. All equipment or piping used in conditioned air streams, spaces or return air plenums shall comply with NFPA 90A Flame/Smoke/Fuel contribution rating of 25/50/0 and all applicable building codes or requirements.
35. All wiring shall conform to the National Electrical Code.
36. Comply with FCC rules, Part 15 regarding Class A radiation for computing devices and low power communication equipment operating in commercial environments.
37. All shop drawings shall be prepared in Visio Professional or AutoCAD software. In addition to the drawings, the Contractor shall furnish a CD containing the identical information.
38. Shop drawings shall include a riser diagram depicting locations of all controllers and workstations, with associated network wiring. Also included shall be individual schematics of each mechanical system showing all connected points with reference to their associated controller. Typicals will be allowed where appropriate.
39. Submittal data shall contain manufacturer's data on all hardware and software products required by the specification.
40. Submittals shall contain narrative descriptions of sequences of operation. Diagrams shall be on 11” by 17” foldouts.
41. Submit five (5) electronic copies and (2) hardcopies of submittal data and shop drawings to the Engineer for review prior to ordering or fabrication of the equipment. The Contractor, prior to submitting, shall check all documents for accuracy.
42. The following is a list of post construction submittals that shall be updated to reflect any changes during construction and re-submitted as “As-Built”.
a. System architecture drawing.
b. Layout drawing for each control panel
c. Wiring diagram for individual components
d. System flow diagram for each controlled system
e. Instrumentation list for each controlled system
f. Sequence of control
g. Operation and Maintenance Manuals
43. Information common to the entire system shall be provided. This shall include but not be limited to the following.
a. Product manuals for the key software tasks.
b. Operating the system.
c. Administrating the system.
d. Engineering the operator workstation.
e. Application programming.
f. Engineering the network.
g. Setting up the web server.
h. Report creation.
i. Graphics creation.
j. All other engineering tasks.
k. System Architecture Diagram.
l. Reference the product manual that includes instructions on executing the task.
m. Names, addresses, and telephone numbers of installing contractors and service representatives for equipment and control systems.
n. Licenses, guarantees, and warranty documents for equipment and systems.
o. Submit one copy for each building, plus two extra copies.
44. Information common to the systems in a single building shall be provided.
a. System architecture diagram for components within the building annotated with specific location information.
b. As-built drawing for each control panel.
c. As-built wiring design diagram for all components.
d. Installation design details for each I/O device.
e. As-built system flow diagram for each system.
f. Sequence of control for each system.
g. Product data sheet for each component.
h. Installation data sheet for each component.
i. Submit two copies for each building and two extra copies.
45. Software shall be provided:
a. Submit a copy of all software installed on the network controllers and server.
b. Submit all licensing information for all software installed on the servers.
c. Submit a copy of all software used to execute the project even if the software was not installed on the servers.
d. Submit all licensing information for all of the software used to execute the project.
e. All software revisions shall be as installed at the time of the system acceptance.
f. Firmware Files
g. Submit a copy of all firmware files that were downloaded to or pre-installed on any devices installed as part of this project.
h. This does not apply to firmware that is permanently burned on a chip at the factory and can only be replaced by replacing the chip.
i. Submit a copy of all application files that were created during the execution of the project.
j. Submit a copy of all graphic page files created during the execution of the project.
46. The Owner shall retain licenses to software for this project.
47. The BAS Contractor shall provide a technician a minimum of 64 hours as required to verify with owner the sequences of operation and system operation.
48. Startup Testing shall be performed for each task on the startup test checklist, which shall be initialed by the technician and dated upon test completion. Any deviations from the submitted installation plan shall also be recorded. Required elements of the startup testing include:
a. Measurement of voltage sources, primary and secondary
b. Verification of proper controller power wiring.
c. Verification of component inventory when compared to the submittals.
d. Verification of labeling on components and wiring.
e. Verification of connection integrity and quality (loose strands and tight connections).
f. Verification of bus topology, grounding of shields and installation of termination devices.
g. Verification of point checkout.
h. Each I/O device is landed per the submittals and functions per the sequence of control.
i. Analog sensors are properly scaled and a value is reported
j. Binary sensors have the correct normal position and the state is correctly reported.
k. Analog outputs have the correct normal position and move full stroke when so commanded.
l. Binary outputs have the correct normal state and respond appropriately to energize/de-energize commands.
m. Documentation of analog sensor calibration (measured value, reported value and calculated offset).
n. Documentation of Loop tuning (sample rate, gain and integral time constant).
49. All components, system software, and parts furnished and installed by the BMS contractor shall be guaranteed against defects in materials and workmanship for 1 year of substantial completion. Labor to repair, reprogram, or replace these components shall be furnished by the BMS contractor at no charge during normal working hours during the warranty period. Materials furnished but not installed by the BMS contractor shall be covered to the extent of the product only. Installation labor shall be the responsibility of the trade contractor performing the installation. All corrective software modifications made during warranty periods shall be updated on all user documentation and on user and manufacturer archived software disks. The Contractor shall respond to the owner's request for warranty service within 24 standard working hours.
50. The BAS Contractor shall provide on-site training to the Owner’s representative and maintenance personnel per the following description:
a. On-site training shall consist of a minimum of (2) hours per site of hands-on instruction geared at the operation and maintenance of the systems. The curriculum shall include
b. System Overview
c. System Software and Operation
d. System access
e. Software features overview
f. Changing setpoints and other attributes
g. Scheduling
h. Editing programmed variables
i. Displaying color graphics
j. Running reports
k. Viewing application programming
l. Operational sequences including start-up, shutdown
m. Equipment maintenance.
51. Acceptable manufacturers/products (must be a corporate Branch office of the product being installed and NOT an independent reseller for products/manufacturer listed:
a. Schneider Electric Buildings Local Branch - EcoStruxure
b. Siemens local branch office
c. Automated Logic local branch office52. The Building Automation System (BAS) shall consist of Network Server/Controllers (NSCs), a family of Standalone Digital Control Units (SDCUs), and Enterprise Network Server. The BAS shall provide control, alarm detection, scheduling, reporting and information management for the entire facility, and Wide Area Network (WAN) if applicable.
53. An Enterprise Level BAS shall consist of an Enterprise Server, which enables multiple NSCs (including all graphics, alarms, schedules, trends, programming, and configuration) to be accessible from a single Workstation simultaneously for operations and engineering tasks.
54. The Enterprise Level BAS shall be able to host up to 250 servers, or NSCs, beneath it.
55. The fieldbus layer shall support all the following types of SDCUs:
a. BACnet IP SDCU requirements: The system shall consist of one or more BACnet IP field buses managed by the Network Server Controller. Minimum speed of not less than 100Mbps. The field bus controllers shall support daisy chain topology of up to 50 controllers. The field bus controllers shall also support, where applicable, RSTP loop whereby up to 39 controllers are supported. These devices shall support a BACnet protocol stack in accordance with the ANSI/ASHRAE Standard 135-2008 and the BACnet Device Profile supported.
b. BACnet MS/TP SDCU requirements: The system shall consist of one or more BACnet MS/TP field buses managed by the Network Server Controller. Minimum speed shall be 76.8kbps. The field bus layer consists of an RS485, token passing bus that supports up to 127 Standalone Digital Control Units (SDCUs) for operation of HVAC and lighting equipment. These devices shall conform to BACnet standard 135-2007. The NSCs shall be capable of at least two BACnet MS/TP field buses for a total capability of 254 SDCUs per NSC. Bacnet MS/TP SDCUs only allowed in unique circumstances where equipment type and location deems it permissible as determined by the owner.
56. The Enterprise Server shall consist of the following:
a. Processor
Minimum: Intel Core i5 @ 2.0 GHz or equivalent
Recommended: Intel Core i5 @ 3.0 GHz or better
b. Memory
c. Minimum: 4GB
d. Recommended: 8GB or higher
e. Operating systems:
f. Microsoft Windows 7 64-bit
g. Microsoft Windows 10 64-bit
h. Microsoft Windows Server 2012 R2 64-bit
i. Microsoft Windows Server 2016
j. Microsoft Windows Server 2019
k. 10/100MBPS Ethernet NIC
l. Storage - Minimum: 1TB
m. Solid State Drive recommended
n. Required additional software - Microsoft .Net 4.7.2 and later
o. Microsoft .Net 4.7.2 and later
p. License agreement for all applicable software
q. External log storage option
r. PostgreSQL 11.0 and later
s. TimescaleDB 1.2 and later
57. The software shall be designed so that each user of the software can have a unique username and password. This username/password combination shall be linked to a set of capabilities within the software, set by and editable only by, a system administrator. The sets of capabilities shall range from View only, Acknowledge alarms, Enable/disable and change values, Program, and Administer. The system shall allow the above capabilities to be applied independently to each and every class of object in the system. The system must allow a minimum of 256 users to be configured per workstation. Additionally, the software shall enable the ability to add/remove users based upon Microsoft Windows Security Domains that enable the customer IT department to assist in user access.
58. Scheduling
a. From the workstation (provided by owner) or webstation (provided by owner), it shall be possible to configure and download schedules for any of the controllers on the network.
b. Time of day schedules shall be in a calendar style and viewable in both a graphical and tabular view.
c. Schedules shall be programmable for a minimum of one year in advance.
d. To change the schedule for a particular day, a user shall simply select the day and make the desired modifications.
e. Additionally, from the operator webstations(provided by owner), each schedule will appear on the screen viewable as the entire year, monthly, week and day. A simple mouse click shall allow switching between views. It shall also be possible to scroll from one month to the next and view or alter any of the schedule times.
f. Schedules will be assigned to specific controllers and stored in their local RAM memory. Any changes made at the workstation(provided by owner) will be automatically updated to the corresponding schedule in the controller.
g. It shall be possible to assign a lead schedule such that shadow/local schedules are updated based upon changes in the Lead.
h. It shall be possible to assign a list(s) of exception event days, dates, date ranges to a schedule.
i. It shall be possible to view combined views showing the calendar and all prioritized exemptions on one screen.
j. It should accommodate a minimum of 16 priority levels.
k. Values should be able to be controlled directly from a schedule, without the need for special program logic.
59. Day-to-day operation of the system shall be accessible through a standard web browser interface, allowing technicians and operators to view any part of the system from anywhere on the network.
60. The system shall be able to be accessed on site via a mobile device environment with, at a minimum, access to overwrite and view system values.
61. History Logging:
a. Each NSC controller shall be capable of LOCALLY logging any input, output, calculated value or other system variable either over user defined time intervals ranging from 1 second to 1440 minutes or based upon a user configurable change of value. A minimum of 1000 logs, with a minimum of 100,000 records, shall be stored. Each log can record either the instantaneous, average, minimum or maximum value of the point. Logged data shall be downloadable to a higher level NSC long term archiving based upon user-defined time intervals, or manual command.
b. For extended trend logging a minimum of 1500 trends shall be capable, with a minimum number of 600,000 records within.
c. Management of a power meter replacement to ensure meter log data is accurate shall be possible in the NSC.
d. Every hardware input and output point, hosted within the NSC and attached I/O modules, shall be trended automatically without the requirement for manual creation, and each of these logs shall log values based upon a change of value and store at least 500 trend samples before replacing the oldest sample with new data.
e. The presentation of logged data shall be built into the server capabilities of the NSC Presentation can be in time stamped list formats or in a chart format with fully configurable pen colors, weights, scales and time spans.
62. Identify all control wires with labeling tape or sleeves using words, letters, or numbers that can be exactly cross-referenced with as-built drawings.
63. Switch-over from the existing control system to the new system will be fully coordinated with the Owner. A representative of the Owner will be on site during switch-over. After normal school hours work will possibly be required to minimize class disturbance and equipment downtime. Coordinate with owner.
64. The Contractor shall minimize control system downtime during switch-over. Sufficient installation mechanics will be on site so that the entire switch-over can be accomplished in a reasonable time frame.
65. Each I/O device (both field mounted as well as those located in FIPs) shall be inspected and verified for proper installation and functionality. A checkout sheet itemizing each device shall be filled out, dated and approved by the Project Manager for submission to the owner or owner’s representative.
66. All application software will be verified and compared against the sequences of operation.
67. Control loops will be exercised by inducing a setpoint shift of at least 10% and observing whether the system successfully returns the process variable to setpoint.
68. Test alarms in the system and validate that the system generates the appropriate alarm message, that the message appears at all prescribed destinations (workstations or printers), and that any other related actions occur as defined (i.e. graphic panels are invoked, reports are generated, etc.).
69. Perform an operational test of each unique graphic display and report to verify that the item exists, that the appearance and content are correct, and that any special features work as intended.
70. Perform an operational test of each third party interface that has been included as part of the automation system. Verify that all points are properly polled, that alarms have been configured, and that any associated graphics and reports have been completed. If the interface involves a file transfer over Ethernet, test any logic that controls the transmission of the file, and verify the content of the specified information.Server & Licensing
Enterprise system licensing and setup
All required computer hardware (provided by contractor) for new BAS system to be located at LCS Facilities office
Provide rack/assembly and rack mount server; to be located at LCS Facilities office. Server to be sized appropriately and specs identified above for a fully functional system.
Labor to setup trends for applicable input/output points shall be included.
Global trend configurationBanks Elementary School Upgrade – specific scope
Furnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Demo existing ACT control boards (Qty. 3), sensors and control devices as replace necessary. Control valves/actuators, dampers and actuators are excluded from repair or replacement
Furnish and install Bacnet IP DDC panels with factory mounted controller in same location as ACT boards
Replace existing ACT room temperature sensors, outside air temp, well temperature sensors and relays; wire to BAS controller(s)
Remove (1) UNC-520 Jace, (15) MZ2A-102[Microzone II) and (11) PEM[Packaged Equipment Module] controllers
Install new Bacnet IP DDC controllers to replace existing controllers being removed. Existing Microzone and PEM enclosures may be reused if space allows.
Mount new DDC panels with new DDC controllers in place of ACT control boards
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
Replace all control relays.
Replace existing CO2/humidity sensors due to age of sensors.
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope aboveContentnea-Savannah K-8 School Upgrade
Furnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Remove (2) UNC-520 Jaces, (78) MZ2A-102[Microzone II] and (70) PEM[Packaged Equipment Module] controllers
Install new Bacnet IP DDC controllers in existing Microzone-PEM enclosures
Mount new DDC panels with Bacnet IP DDC controllers in place of ACT control boards
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
Replace existing CO2/humidity sensors due to age of sensors.
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope above
LaGrange Elementary School UpgradeFurnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Remove (1) UNC-520, (44) MZ2A-102[Microzone II] and (40) PEM[Packaged Equipment Module] controllers
Install new Bacnet IP DDC controllers in existing Microzone-PEM enclosures
Mount new DDC panels with Bacnet IP DDC controllers in place of ACT control boards
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
Replace all control relays.
Replace existing CO2/humidity sensors due to age of sensors.
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope aboveMoss Hill Elementary School Upgrade
Furnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Demo existing ACT control boards (Qty. 3), sensors and control devices as replace necessary. Control valves/actuators, dampers and actuators are excluded from repair or replacement
Furnish and install Bacnet IP DDC panels with factory mounted controller in same location as ACT boards
Replace existing ACT room temperature sensors, outside air temp, well temperature sensors and relays; wire to BAS controller(s)
Remove (1) UNC-520 Jace, (19) MZ2A-102[Microzone II] and (15) PEM[Packaged Equipment Module] controllers
Install new Bacnet IP DDC controllers to replace existing controllers being removed. Existing Microzone and PEM enclosures may be reused if space allows.
Mount new DDC panels with new DDC controllers in place of ACT control boards
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
Replace all control relays.
Replace existing CO2/humidity sensors due to age of sensors.
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope aboveNortheast Elementary School Upgrade
Furnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Remove (2) UNC-520, (53) MZ2A-102[Microzone II] and (49) PEM[Packaged Equipment Module] controllers
Install new Bacnet IP DDC controllers in existing Microzone-PEM enclosures
Mount new DDC panels with Bacnet IP DDC controllers in place of ACT control boards
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
Replace existing CO2/humidity sensors due to age of sensors.
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope aboveNorthwest Elementary School Upgrade
Furnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Demo existing ACT control boards (Qty. 3), sensors and control devices as replace necessary. Control valves/actuators, dampers and actuators are excluded from repair or replacement
Furnish and install Bacnet IP DDC panels with factory mounted controller in same location as ACT boards
Replace existing ACT room temperature sensors, outside air temp, well temperature sensors and relays; wire to BAS controller(s)
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope abovePink Hill Elementary School Upgrade
Furnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Remove (2) UNC-520 JACE, (50) MZ2A-102[Microzone II] and (49) PEM[Packaged Equipment Module] controllers
Install new Bacnet IP DDC controllers in existing Microzone-PEM enclosures
Mount new DDC panels with Bacnet IP DDC controllers in place of ACT control boards
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
Replace existing CO2/humidity sensors due to age of sensors.
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope aboveSoutheast Elementary School Upgrade
Furnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Demo existing ACT control boards (Qty. 3), sensors and control devices and replace necessary. Control valves/actuators, dampers and actuators are excluded from repair or replacement
Remove existing UNC-520 JACE and (5) MZ2A-102[Microzone II] controllers
Install new Bacnet IP DDC controllers in existing Microzone-PEM enclosures
Mount new DDC panels with Bacnet IP DDC controllers in place of ACT control boards
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
Replace existing CO2/humidity sensors due to age of sensors.
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope aboveSouthwood Elementary School Upgrade
Furnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Demo existing ACT control boards (Qty. 3), sensors and control devices and replace necessary. Control valves/actuators, dampers and actuators are excluded from repair or replacement
Reuse existing control wiring where applicable
Mount new DDC panels with Bacnet IP DDC controllers in place of ACT control boards
Replace existing space temp sensors, outside air temp sensor and well temp sensors; wire to BAS controller(s)
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope aboveE.B. Frink Middle School Upgrade
Furnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Demo existing ACT control boards (Qty. 3), sensors and control devices and replace necessary. Control valves/actuators, dampers and actuators are excluded from repair or replacement
Reuse existing control wiring where applicable
Mount new DDC panels with Bacnet IP DDC controllers in place of ACT control boards
Replace existing space temp sensors, outside air temp sensor and well temp sensors; wire to BAS controller(s)
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
ACT Board #3 is no longer in use or does not exist per LCS personnel
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope aboveRochelle Middle School Upgrade
Furnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Demo existing ACT control boards (Qty. 2), sensors and control devices and replace necessary. Control valves/actuators, dampers and actuators are excluded from repair or replacement
Reuse existing control wiring where applicable
Mount new DDC panels with Bacnet IP DDC controllers in place of ACT control boards
Replace existing space temp sensors, outside air temp sensor and well temp sensors; wire to BAS controller(s)
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope aboveWoodington Middle School Upgrade
Furnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Demo existing ACT control boards (Qty. 10), sensors and control devices and replace necessary. Control valves/actuators, dampers and actuators are excluded from repair or replacement
Reuse existing control wiring where applicable
Mount new DDC panels with Bacnet IP DDC controllers in place of ACT control boards
Replace existing space temp sensors, outside air temp sensor and well temp sensors; wire to BAS controller(s)
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope aboveKinston High School Upgrade
Furnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Demo existing ACT control boards (Qty. 5), sensors and control devices and replace necessary. Control valves/actuators, dampers and actuators are excluded from repair or replacement
Reuse existing control wiring
Mount new DDC panels with Bacnet IP DDC controllers in place of ACT control boards
Replace existing space temp sensors, outside air temp sensor and well temp sensors; wire to BAS controller(s)
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope aboveNorth Lenoir High School Upgrade
Furnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Demo existing ACT control boards (Qty. 10), sensors and control devices and replace necessary. Control valves/actuators, dampers and actuators are excluded from repair or replacement
Mount new DDC panels with Bacnet IP DDC controllers in place of ACT control boards
Replace existing space temp sensors, outside air temp sensor and well temp sensors; wire to BAS controller(s)
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope aboveSouth Lenoir High School Upgrade
Furnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Demo existing ACT control boards (Qty. 7), sensors and control devices and replace necessary. Control valves/actuators, dampers and actuators are excluded from repair or replacement
Mount new DDC panels with Bacnet IP DDC controllers in place of ACT control boards
Replace existing space temp sensors, outside air temp sensor and well temp sensors; wire to BAS controller(s)
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope abovePerforming Arts Center Upgrade (Kinston High Site)
Furnish and install Network controller(s) and Bacnet IP DDC panels
Install new communication wiring (IP) to each controller location
Demo existing ACT control boards (Qty. 4), sensors and control devices and replace necessary. Control valves/actuators, dampers and actuators are excluded from repair or replacement
Mount new DDC panels with Bacnet IP DDC controllers in place of ACT control boards
Replace existing space temp sensors, outside air temp sensor and well temp sensors; wire to BAS controller(s)
Remove and replace space temperature sensors with sensors which include LCD display, setpoint adjustment, and override
If compatible with new system, re-use existing duct and water temperature/pressure sensors, current sensing status switches, static pressure transmitters, and low-limit thermostats where compatible and re-wire existing control points from existing controllers to new DDC controllers. All valves/actuators and damper/actuators to be re-used. If devices are found defective during new system startup, contractor shall notify the owner for direction.
Regardless of compatibility with new system, space mounted temperature sensors shall be replaced with sensors which include LCD display, setpoint adjustment, and override.
Reuse existing input/output wiring to the largest extent possible
Install CAT 6 cable from new network controllers back to LCS telecom room for connection/configuration by others.
Commissioning and owner demonstration labor as identified in general scope aboveItems Not Included in Contractors Scope of Work:
1. Any work at Bynum Teacher’s ES, Teacher’s Memorial ES or Sampson ES; Schools are permanently closed
2. Any work associated with Boards #3 through #7 at Moss Hill ES. Only boards #1 and #2.
3. Provision or installation (or replacement) of Variable Frequency Drives
4. Repair or troubleshooting of existing Variable Frequency Drives
5. Repair or replacement of valves or dampers and their actuators of any type.
6. Any pneumatic component replacement (ie, compressor, dryer, pneumatic valves/actuators, pneumatic dampers/actuators, pneumatic thermostats, etc.
7. Repair or replacement of existing zone dampers
8. Repair or replacement of mechanical or electrical (other than controls noted above) equipment (ie, AHUs, RTUs, FCUs, fan motors, pulleys, belts, sheaves, coils, starters, disconnect switches, VFDs, valves, dampers, etc.)
9. Repair, replacement or furnishing of new Flow Meters (Onicon or others)
10. MER refrigerant monitoring and alarm devices. Should be existing to remain.
11. Provision or installation (or replacement) of duct smoke detectors: installation labor or materials
12. Repair or replacement of existing gauges and thermometers, or circuit setters
13. Balancing dampers, fire/smoke dampers and their actuators, other dampers of any type, and any installation labor
14. Installation of new access doors
15. Painting of conduit
16. Ceiling tile replacement
17. Insulation/duct repair or replacement
18. Test and Balance workIf above items are determined to be needed or items repaired, they will be handled by owner’s contingency via change order.
Bid Form:
Bidder:
Company Name:
Address:
Contractors Unlimited License Number:Base Bid Full functional system (all sites) all for the net sum of: $_________________
______________________________________________________________________Dollars
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)For questions regarding this bid, please contact:
Larry Modlin
lmodlin@lenoir.k12.nc.usThank you for your consideration.
Pricing above includes BAS server and all sites with scope detailed above and listed below:
BAS server, licensing, and reports server software/config:
Banks ES, all for the net sum of:
Contentnea-Savannah K-8, all for the net sum of:
LaGrange ES, all for the net sum of:
Moss Hill ES, all for the net sum of:
Northeast ES, all for the net sum of:
Northwest ES, all for the net sum of:
Pink Hill ES, all for the net sum of:
Southeast ES, all for the net sum of:
Southwood ES, all for the net sum of:
E.B. Frink MS, all for the net sum of:
Rochelle MS, all for the net sum of:
Woodington MS, all for the net sum of:
Kinston HS, all for the net sum of:
North Lenoir HS, all for the net sum of:
South Lenoir HS, all for the net sum of
Performing Arts Center, all for the net sum of -
Private Schools Equitable Services Meeting
Lenoir County Public Schools will have a meeting on Wednesday, April 13, 2022 4:00 p.m. This meeting is to discuss the requirements for private school participation in the following Federal Programs: Title I Part A – Improving the Academic Achievement of the Disadvantaged, Title I Part C – Education of Migratory Children, Title II Part A, Support Effective Instruction, Title III Part A – English Language Acquisition; and Title IV - Student Support and Academic Enrichment.
These programs will be operated in compliance with federal legislation and regulations, with policies and procedures issued by the State Department of Public Instruction. Lenoir County Public Schools will remain the fiscal agent of all funds. Please email Beverly Kee, Lenoir County Public Schools Federal Programs Director at bkee@lenoir.k12.nc.us if you are interested in attending this informational meeting.