39
Q91768 Office of Purchasing and Supply Services Facilities Administration Building (FAB) 13300 Old Marlboro Pike, Room 20 Upper Marlboro, MD 20772 301-952-6560 Fax: 301-952-6504 Brenda Allen , Acting Director QUOTATION PROPOSAL Q91768 ARCHITECTURAL/ENGINEERING SERVICES FOR FY-13 SYSTEMIC CONDENSATION PIPING INFRASTRUCTURE REPLACEMENT @ VARIOUS PGCPS PSC # 16.074 Arrowhead Elementary PSC # 16.115 Beltsville Academy PSC # 16.140 Edgar Allan Poe Academy PSC # 16.214 Fort Foote Elementary PSC # 16.203 Gaywood Elementary This Request for Quote is for Pre-Qualified Architectural and Engineering Services Firms Only (RFP-065-10) Date: April 19, 2013 Quote Proposal Number: Q91768 Proposal Title: ARCHITECTURAL/ENGINEERING SERVICES FOR FY-13 SYSTEMIC CONDENSATION PIPING INFRASTRUCTURE REPLACEMENT @ VARIOUS PGCPS Proposal will be received until: May 02, 2013@ 11:00AM Prince George's County Board of Education Purchasing Department 13300 Old Marlboro Pike – Room 20 Upper Marlboro 20772 For proposal requirements, contact: Kenneth Evans, Senior Buyer Email Address: [email protected] Phone Number: (301) 952-6598 Documents included in this package: Quotation Proposal Cover Sheet Required Response Form Project Management & Scope of Work Contractor Proposal Pricing Sheet Overview and Proper Information AFFIDAVIT Local MBE Notice Attachment A

ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

  • Upload
    vongoc

  • View
    216

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

Office of Purchasing and Supply Services

Facilities Administration Building (FAB) 13300 Old Marlboro Pike, Room 20

Upper Marlboro, MD 20772 301-952-6560 Fax: 301-952-6504

Brenda Allen , Acting Director

QUOTATION PROPOSAL Q91768

ARCHITECTURAL/ENGINEERING SERVICES FOR FY-13 SYSTEMIC CONDENSATION PIPING INFRASTRUCTURE REPLACEMENT @ VARIOUS

PGCPS PSC # 16.074 Arrowhead Elementary

PSC # 16.115 Beltsville Academy

PSC # 16.140 Edgar Allan Poe Academy

PSC # 16.214 Fort Foote Elementary

PSC # 16.203 Gaywood Elementary

This Request for Quote is for Pre-Qualified Architectural and Engineering

Services Firms Only (RFP-065-10)

Date: April 19, 2013

Quote Proposal Number: Q91768

Proposal Title: ARCHITECTURAL/ENGINEERING SERVICES FOR FY-13 SYSTEMIC CONDENSATION PIPING INFRASTRUCTURE REPLACEMENT @ VARIOUS PGCPS

Proposal will be received until: May 02, 2013@ 11:00AM Prince George's County Board of Education Purchasing Department 13300 Old Marlboro Pike – Room 20 Upper Marlboro 20772 For proposal requirements, contact: Kenneth Evans, Senior Buyer

Email Address: [email protected]

Phone Number: (301) 952-6598

Documents included in this package: Quotation Proposal Cover Sheet Required Response Form

Project Management & Scope of Work Contractor Proposal Pricing Sheet Overview and Proper Information AFFIDAVIT

Local MBE Notice Attachment A

Page 2: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

Minority Business Procedure 3325 is Applicable

ARCHITECTURAL/ENGINEERING SERVICES FOR FY-13 SYSTEMIC CONDENSATION PIPING INFRASTRUCTURE REPLACEMENT @ VARIOUS

PGCPS

Quotation Proposal Q91768 REQUIRED RESPONSE FORM

This quotation proposal must be submitted to the Prince George’s County Board of Education, Purchasing Department, 13300 Old Marlboro, Upper Marlboro, MD, 20772, no later than 2:00 pm on Thursday May 02, 2013 and plainly marked Q91768. Proposals are due and will be opened at this time.

ANTI-COLLUSION STATEMENT/PUBLIC DOMAIN

I, the undersigned proposes have not divulged, discussed, or compared this proposal with any other proposer and have not colluded with any other proposer in the preparation of this proposal in order to gain an unfair advantage in the award of this proposal.

PROPOSAL CERTIFICATION I hereby certify that I am submitting the following information as my company’s proposal and understand that by virtue of executing and returning with this proposal this REQUIRED RESPONSE FORM, I further certify full, complete and unconditional acceptance of the contents therein. Proposal must be signed by an officer or employee having authority to legally bind the proposer. PROPOSER (firm name):

STREET ADDRESS:

CITY & STATE:

PRINT NAME OF AUTHORIZED REPRESENTATIVE:

SIGNATURE OF AUTHORIZED REPRESENTATIVE:

TITLE: DATE:

CONTACT PERSON:

CONTACT PERSON’S ADDRESS:

TELEPHONE: FAX: TOLL FREE:

EMAIL ADDRESS: INTERNET URL:

PROPOSER TAXPAYER IDENTIFICATION NUMBER:

Page 3: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

ARCHITECTURAL/ENGINEERING SERVICES FOR FY-13 SYSTEMIC CONDENSATION PIPING INFRASTRUCTURE REPLACEMENT @ VARIOUS

PGCPS

Quotation Proposal #Q91768

Project Management and Scope of Work

INTRODUCTION

Prince George’s County Public Schools has received funding for facility Improvements at Various Schools. The project is funded with State dollars and is subject to minority business participation.

PROPOSED SCOPE OF WORK

Project Requirements: Provide professional design services for CONDENSATION PIPING INFRASTRUCTURE REPLACEMENT @ Various PGCPS DRAWINGS/SPECIFICATIONS Drawings/Specifications are available via CD from the Department of Capital Programs for a nonrefundable amount of $25.00 per CD (Checks Only). Checks should be made payable to the Prince George's County Board of Education. Prequalified Contractors proposing to bid may obtain CD’s from the Department of Capital Programs, 13300 Old Marlboro Pike, Room 18, Upper Marlboro, MD 20772. Please contact Pershey Drayton at [email protected] or 301-952-6615 for availability of CD’s. ESTAMATED BUDGET: $100,000.00 – $ 120,000.00

Schedule Date Post RFQ/………………………………...………..………………………………04/12/13 Site visit ……………………………….………………………………………......04/12/2013@10:00 AM Questions Due…………………………………………………………………..…04/19/2013 @ 3 PM Answers Posted…………………….................................... 04/23/2013 Proposal Due……………………………………………………………………….05/02/13 @ 11:00 AM In order to be considered for award, all bids must be received with an original and TWO (2)

duplicate copies of the bid, including supporting documentation

Page 4: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

Office of Purchasing and Supply Services Facilities Administration Building (FAB)

13300 Old Marlboro Pike, Room 20 Upper Marlboro, MD 20772

301-952-6560 Fax: 301-952-6504

Brenda Allen, Acting Director

This Request for Quote is for Pre-Qualified Architectural and Engineering Services Firms Only (RFP-065-10)

ARCHITECTURAL/ENGINEERING SERVICES FOR FY-13 SYSTEMIC CONDENSATION PIPING INFRASTRUCTURE REPLACEMENT @ VARIOUS

PGCPS PSC # 16.074 Arrowhead Elementary

PSC # 16.115 Beltsville Academy

PSC # 16.140 Edgar Allan Poe Academy

PSC # 16.214 Fort Foote Elementary

PSC # 16.203 Gaywood Elementary

QUOTATION PROPOSAL RFQ #91768

INSURANCE The successful contractor shall be required, if applicable, to furnish a certificate of insurance. The

certificate must be issued to the BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY. Bonds

issued to the PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS WILL NOT BE ACCEPTED.

BID BOND Respondents ARE NOT required to submit a new bid bond in the amount of five percent

(5%) as determined by the BOARD and specified in the quotation proposal, to ensure the satisfactory

completion of the work for which a contract or purchase order is awarded that may exceed 100K.

(COMAR 21.06.07.02)

PERFORMANCE BOND The successful Respondent ARE NOT required to submit a performance

bond, Cashier’s or Certified Check in the amount of one hundred percent (100%) as determined by the

BOARD and specified in the quotation proposal, of all phases of the contract to ensure the satisfactory

completion of the work for which a contract or purchase order is awarded that are less than 100K.

(COMAR 21.06.07.03) The Board reserves the right to request performance bond for amount under or

over $1000.00.

INSPECTION OF SITE

Bidders should visit the Job Site and inform themselves as to the conditions under which the

Work is to be done. Failure to do so will not relieve a successful bidder from the necessity of his

obligation to furnish all material and labor necessary to carry out the provisions of the Contract

Documents and to complete the contemplated Work for the consideration set forth in his bid.

Page 5: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

Scope of Work

The mechanical replacement project will include the removal and replacement of all existing steam piping distribution system, condensate return piping, steam traps, hangers and piping insulation. System design will include removal and disposal of all existing hangers, piping, piping insulation located in the crawl space.

All equipment and incidentals required for a complete piping replacement project shall be provided.

Asbestos abatement shall be included as part of the construction phase.

New steam supply and condensate return up to existing units.

All crawl space traps and drips lay to be replaced.

All existing piping insulation to be replaced.

New lighting in all crawl space area.

All the new piping and hangers will follow the same layout and ran in a similar manner as the old piping, using new trapeze pipe hangers. The expansion loops will follow the same layout.

Listed below are the five schools

PSC # 16.074 Arrowhead Elementary PSC # 16.115 Beltsville Academy PSC # 16.140 Edgar Allan Poe Academy PSC # 16.214 Fort Foote Elementary PSC # 16.203 Gaywood Elementary

SECTION 23 22 13 - STEAM AND STEAM CONDENSATE PIPING

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and

Division 01 Specification Sections, apply to this Section.

B.Specifications throughout all Divisions of the Project Manual are directly applicable to this Section, and

this Section is directly applicable to them.

1.02 SUMMARY

A.Perform all Work required to provide and install steam and condensate pipe, valves and fittings

indicated by the Contract Documents with supplementary items necessary for the proper installation of the

steam and condensate piping systems.

1.03 REFERENCE STANDARDS

Page 6: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

A.The latest published edition of a reference shall be applicable to this Project unless identified by a

specific edition date.

B.All reference amendments adopted prior to the effective date of this Contract shall be applicable to this

Project.

C.All materials, installation and workmanship shall comply with the applicable requirements and standards

addressed within the following references and as noted in this Section:

1. ANSI/ASME SEC 9 - Welding and Brazing Qualifications.

2.ANSI/ASME SEC B31.9 - Building Services Piping.

3.ANSI/AWS D10.12 - Guide for Welding Mild Steel Pipe.

4.ASTM A234 - Pipe Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High

Temperature Service.

5.ASME B36.1 - Standardization of dimensions of welded and seamless wrought steel pipe for high or low

temperatures and pressures.

1.04 QUALITY ASSURANCE

A.Valve manufacturer's name and pressure rating shall be marked on valve body.

B.All valves of the same type shall be provided from same manufacturer.

C. All fittings of the same type (threaded or welding) shall be provided from same manufacturer.

D. All flanges shall be from same manufacturer.

E.Welding Materials and Procedures: Conform to Chapter V, ANSI/ASME SEC B31.9 and applicable state

labor regulations.

F.Welders Certification: In accordance with ANSI/AWS D10.12.

1.05 SUBMITTALS

A. Product Data:

1. Include data on pipe materials, pipe fittings, valves, and accessories.

B. Record Documents:

1.Include welder's certification of compliance with ANSI/AWS 010.12 and ANSIIASME 831.9.

2.Submittal data for all fittings and flanges shall include a letter signed by an official of the manufacturing

company certifying compliance with these Specifications.

PART 2 - PRODUCTS

2.01 GENERAL

A.All materials shall meet or exceed all applicable referenced standards, federal, state and local requirements,

and conform to codes and ordinances of authorities having jurisdiction.

B. Wall, Floor and Ceiling Plates:

1. 1. Provide chrome-plated brass floor and ceiling plates.

C. Piping System Classification:

Page 7: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

1.Piping systems designed for steam pressure below 25 psig are low-pressure steam systems. Piping systems

designed for steam pressures from 25 psig up to and including 125 psig are medium-pressure steam. Systems

126 psig and above are high-pressure steam.

2.Distribution piping complying with Thermal Energy Cooperative (TECO) requirements is considered high-

pressure steam.

D. Piping Materials:

1.Sizes as scheduled and shown on the Drawings are nominal pipe sizes unless otherwise indicated.

2.All pipe and fittings shall be manufactured by a domestic company.

3.All brass and bronze piping components shall have no more than 15 percent zinc content.

E.Threaded Fittings:

1.All threaded fittings shalf be USA factory made wrought carbon or alloy steel threaded fittings conforming to

ASTM A234 or malleable iron threaded fittings conforming to ASME/ANSI816.3.

2.Manufacturers: Grinnell, Tube Turn, Weld Bend Hackney, Taylor Forge, Ladish Company.

3. Each fitting shall be stamped as specified by ANSI B16.3.

F.Welded Fittings:

1.All weld fittings shall be USA factory made wrought carbon steel, butt welded fittings conforming to ASTM

A234 or ASME 816.9.

2.Manufacturers: Grinnell, Tube Turn, Weld Burn Hackney, Taylor Forge, Ladish Company.

3. Each fitting shall be stamped as specified by ANSI B31.9.

G.Flanges:

1.All 150 lb. and 300 lb. ANSI flanges shall be weld neck and shall be domestically manufactured, forged carbon

steel, conforming to ANSI B16.5 and ASTM A1-191 Grade I or II or A-105 as made by Tube Turn, Hackney or

Ladish Company. Slip on flanges shall not be used. Complete test reports may be required for any fitting

selected at random.

2.Flanges shall have the manufacturer's trademark permanently identified in accordance with MSS SP-25.

3.Bolts used shall be carbon steel bolts with semi-finished hexagon nuts of American Standard Heavy

dimensions. All-thread rods are not an acceptable substitute for flange bolts. Bolts shall have a tensile strength

of 60,000 psi and an elastic limit of 30,000 psi.

4.All flanges shall have gaskets. Place gasket between flanges of flanged joints. Gaskets shall fit within the bolt

circle on raised face flanges and shall be full face on flat face flanges.

H. Gaskets:

1.Gaskets shall be placed between the flanges of all flange joints. Such gaskets shall be ring form gaskets fitting

within the bolt circle of their respective flanges.

2.All gaskets used on steam system shall be Flexitallic Style CG, AP1061 spiral wound 30455 with Grafoil fill as

manufactured by Garlock or approved equal, regardless of pipe size and pressure.

3.The inside diameter of such gaskets shall conform to the nominal pipe size and the outside diameter shall be

such that the gasket extends outward to the studs or bolts employed in the flanged joint.

Page 8: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

2.02 PIPE

A.High Pressure Steam and Trapped Condensate Piping:

1.Pipe 2 inches and smaller: Carbon steel, ASTM A53, Grade B, seamless, Schedule 80.

a.Fittings: Forged steel, ASTM A 105, socket weld, 300 lb.

b.Joints: Socket weld.

c.Unions: Forged steel, ASTM A105, socket weld, 3000 lb., stainless steel seats.

d.Gaskets: Flexitallic Style CG, API 601 sprial wound 304SS with Grafoil Fill or accepted substitution.

e.Cathodic Protection Gaskets: 1/16 inch thick Sealon by Ameriflex. Specify OD and ID of pipe and flanges. Bolt

holes to be X inch oversized.

Page 9: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

2.Pipe 2-1/2 inches and larger: Carbon steel, ASTM A53, Grade B, seamless; standard weight for steam, and ERW schedule 80 for condensate.

a.Fittings: Carbon steel, ASTM A234 WPB, seamless welding fittings, standard weight for steam,

Schedule 80 for condensate.

b.Joints: Butt weld.

c.Flanges: 300 Ib .. ANSI forged carbon steel, ASTM A181 Class 70, weld neck raised face.

d.Gaskets: Flexitallic Style CG, API 601 spiral wound 304SS with Grafoil Fill or accepted substitution.

e.Cathodic Protection Gaskets: 1/8 inch thick Sealon by Ameriflex. Specify OD and ID of pipe and flanges. Bolt holes to be X inch oversized.

B. Medium Pressure Steam and Trapped Condensate Piping:

1.Pipe 2 inches and smaller: Carbon steel, ASTM A53, Grade B, seamless, Schedule 80.

a.Fittings: 125 lb., cast iron, screwed, conforming to ANSI B16.4. Thread-o-Iets may be used

when the branch line is 1/3 the main size or less.

b. Joints: Screwed.

c. Unions: Class 300 malleable iron.

2.Pipe 2-1/2 inches and larger: Carbon steel, ASTM A53, Grade B, seamless, standard weight for steam, and ERW schedule 80 for condensate.

a.Fittings: ASTM A234, Grade WPB, ANSI B16.9; butt welding type, standard weight for steam, Schedule 80 for trapped condensate. Thread-o-Iets may be used when the branch line is one-third the main size or less.

b. Joints: Butt weld.

c.Flanges: Class 150, ANSI B16.5, forged carbon steel, raised face. Materials in accord with ASTM A 105, Grade II weld neck.

C. low Pressure Steam and Trapped Condensate Piping:

1.Pipe 2 inches and smaller: Carbon steel, ASTM A53, Grade B seamless, Schedule 40 for steam, Schedule 80 for condensate.

a.Fittings: 125 pound black cast iron. Thread-o-Iets may be used when the branch line is one-third

the main size or less.

b. Joints: Threaded.

c. Unions: Class 300 malleable iron.

2.Pipe 2-1/2 inches and larger: Carbon steel, ASTM A53, Grade B, seamless, standard weight for steam, and ERW schedule 80 for condensate.

a.Fittings: Butt weld, conforming to ASTM A234, Grade WPB, ANSI 816.9, standard weight for steam, Schedule 80 for trapped condensate.

Page 10: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

b. Joints: Butt weld.

c.Flanges: Class 150, ANSI B16.5, forged steel, raised face. Materials in accord with ASTM A105,

Grade II, weld neck.

D.Condensate Piping (Building) - Return and Pumped Return:

1.All piping shall be ERW extra strong black steel piping.

2.Fittings on piping 2-1/2 inches and larger shall be extra heavy butt welding type. Flanges shall be 150

lb. welding neck type. Extra strong Weld-o-Iets, Thread-o-Iets or shaped nipples may be used only

when takeoff is one-third or less nominal size of main.

3.Screwed fittings around traps and for piping 2 inches and smaller shall be 125 lb. black cast iron (300

lb. for unions).

E.TECO Condensate and Pumped Return Piping:

1.Pipe 2 inches and smaller: Carbon steel, ASTM A53, Grade B, seamless, Schedule 80.

a.Fittings: Forged steel, ASTM A 105, socket weld.

b.Joints: Socket weld.

c.Flanges: 150 lb. ANSI forged carbon steel, ASTM A181, Class 70, socket weld with Flexitallic Style

CG Gasket, API 601 spiral wound 304SS with Grafoil Fill or accepted substitution.

d.Cathodic Protection Gaskets: 1/8 inch thick Sealon by Ameriflex. Specify outside diameter (00) and

inside diameter (10) of pipe and flanges. Bolt holes to be X inch oversized.

2.Pipe 2-1/2 inches and larger: Carbon steel, ASTM A53, Grade B, ERW, Schedule 80. a: Fittings:

150 lb. ANSI, forged carbon steel, ASTM A181, Class 70, weld neck.

b.Joints: Butt weld, beveled.

c.Flanges: 150 lb. ANSI, forged carbon steel, ASTM A181, Class 70, weld neck with Flexitallic Style CG

gasket, API 601 sprial wound 304SS with Grafoil Fill or accepted substitution.

d.Cathodic Protection Gaskets: Ameriflex. Specify OD and 10 of pipe and flanges.

Bolt holes to be X inch oversized.

F.Low and Medium Pressure Clean Untreated Steam (304 Stainless Steel):

1.Pipe 2 inches and smaller: ASTM A312, TP 304, Schedule 40, seamless stainless steel. a. Fittings:

ASTM A 182, Gr. F304, ANSI B 16.11, 3000 lb. socket-weld.

b. Unions: 3000 Ib socket-weld, stainless steel ground joint.

2.Pipe 2-1/2 inches and larger: ASTM A312, TP 304, Schedule 40, seamless stainless steel.

a. Fittings: ASTM A403, Gr. WP304/ANSI16.9, Butt-weld.

Page 11: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

b. Unions: None

c.Flanges: ASTM A182, Gr. F304, ANSI 816.5, 150 lb. standard with 1/16 inch raised face, serrated face

finish and welding neck.

d.801ts; Stud bolts, ASTM A193, Gr. B7.

e.Nuts: ASTM A194, Gr. 2H.

G. Equipment Drain Piping:

1.All factory fabricated or field erected steam equipment or apparatus that require drains shall be

connected with adequately sloped drain line routed to a floor drain.

2.All drain piping shall be one-inch minimum diameter or larger as indicated on the Drawings or required

by equipment. Such piping shall be standard weight galvanized steel pipe with galvanized malleable iron

screw tees at each change in direction; or Type K, hard drawn copper tubing with threaded joints and

fittings.

3. Install screw plug in unused openings for access to rod and clean.

2.03 VALVES

A. General:

1.All valves used in steam systems (low and medium pressure) shall be Class 150 SWP.

Class 300 valves shall be constructed of all ASTM 8-61 composition. All gate, globe and

angle valves shall be union bonnet design. Metal used in the stems of all bronze gate,

globe and angle valves shall conform to ASTM B371 Alloy 694, ASTM 899 Alloy 651 or

other corrosion resistant equivalents. Written approval by the Owner must be secured for

the use of alternative materials.

2. Manufacturers: NI8CO, Crane, Velan, Williams and Vogt.

3.All ductile Iron body valves shall have pressure containing parts constructed of ASTM A395. Ductile iron

stem material shall meet ASTM 371 Alloy 876 silicon bronze or its equivalent. Gates and globes shall be

bolted bonnet with OS&Y (outside screw and yoke) and rising stem design.

4.All cast steel body valves shall have the pressure containing parts constructed of ASTM designation A-

216-GR-WC8 carbon steel. Gate and globe valves shall be bolted bonnet outside and screw and yoke

design with pressure-temperature rating conforming to ANSI B16-34-1977. Stems shall meet ASTM

designation A-186-F6 chromium stainless steel. Wedge (gate valves) may be solid or flexible type and

shall meet ASTM A-182-F6 chromium stainless steel on valves from 2 inch to 6 inch. Sizes 8 inch and

larger may be A-216-WCB with forged rings or overlay equal to 182-F6. Seat ring shall be hard faced

carbon steel or 13 percent chromium A-182-F6 stainless. Handwheels shall be A4 7 Grade 35018

malleable iron or Ductile Iron ASTM A536.

5.All forged steel body valves shall have the pressure containing parts constructed of ASTM 105, Grade 2

forged carbon steel. Seat and wedges shall meet ASTM A-182-F6 chromium stainless steel. Seat rings

shall be hard faced. Valves shall conform to ANSI 816-34 pressure-temperature rating.

Page 12: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

6.All gate valves, globe valves, angle valves and shutoff valves of every character shall have malleable iron hand wheels, except iron body valves 2-1/2 inches and larger which may have either malleable iron or ASTM A-126 Class B, gray iron hand wheels.

7.Packing for all valves shall be free of asbestos fibers and selected for the pressure-temperature service of the valve. It is incumbent upon the manufacturer to select the best quality, standard

packing for the intended valve service.

8.Valves 6 inches and larger located with stem in horizontal position shall be drilled and tapped in

accordance with MSS-SP-45 to accommodate a drain valve and equalizing bypass valve

assembly.

9.Valve Operator: Provide valve chain operator type on all shutoff valves shown on the Drawings

that are 1'-6" above finished floor and higher. Chain operator shall be chain wheel of cast iron or

malleable iron and designed to provide positive grip on wheel. Provide chain guide to prevent

chain from slipping or jumping on wheel. Employ rust-proof chain complete with closing link of

sufficient length to operate at 6'-6" above floor level.

B. Gate Valves:

1. High Pressure Steam and Trapped Condensate:

a.Socket Welded Pipe: 800 psig forged steel, welded bonnet, bolted gland, outside screw and yoke. Thread ends Vogt Ser. 2801 or socket weld Vogt 2801 SW.

b.Welded Pipe: Class 300 OS&Y, bolted flexible wedge disc. Crane Fig. No. 33 welded and

flanged.

2. Medium and Low Pressure Steam and Trapped Condensate:

a.Threaded Pipe: 150 lb., screwed, bronze gate, rising stem, union bonnet, NIBCO T134.

b. Welded Pipe: 150 lb. flanged OS&Y gate valve ductile iron, NIBCO F-637-31.

3.Building Condensate Return and Pumped Return:

a.Threaded Pipe: 150 lb., screwed, bronze gate, rising stem, union bonnet, NIBCO T134.

b. Welded Pipe: 125 lb. flanged OS&Y gate valve ductile iron, NIBCO F-637-31.

4.TECO Pumped Condensate Return:

a.Socket Welded Pipe: 800 lb. forged steel, socket weld, Vogt 2801 SW or threaded Vogt 2801.

b.Welded Pipe: 150 lb. carbon steel, butt welding ends (flanged ends where

designated), OS&Y bolted bonnet, flexible wedge disc. Crane No. 47 % XU welded,

47 XU flanged.

5. Clean Steam:

a.Socket-welded Pipe: Stainless steel body, flanged, stainless steel solid wedge, stellite seats, rising stem, union bonnet, malleable iron handwheel impregnated Teflon packing, Crass 150 (150

psi WP steam), Williams Figure S15F6-316.

Page 13: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

b.Welded Pipe: Stainless steel body, flanged, stainless steel solid wedge, stellite seats,

impregnated Teflon packing, Class 150 (150 psi WP steam), equai to Williams Figure S15F6-316.

c.Drain valves: Use gate valve as specified above with hose thread adapter. Provide 0/. inch

minimum drain valve size except strainer blowdown valves to be blowdown connection size.

C. Globe Valves:

1.High Pressure Steam and Trapped Condensate:

a. Manufacturers: NIBCO, Crane, Williams, Vogt, Velan.

b.Socket Welded Pipe: 800 psig forged steel, welded bonnet. bolted gland, outside screw and

yoke. Thread ends Vogt Ser. 2821 or socket weld Vogt 2821 Sw.

2. Medium Pressure Steam and Trapped Condensate:

a.Threaded Pipe: 200 lb., screwed. bronze globe valve, rising stem, with 500 Brinnell hardness

plug disc and seat ring. NIBCO T-256-AP.

b.Welded Pipe: 150 lb. Flanged OS& Y globe valve ductile iron. NIBCO F-738-31.

3. Low Pressure Steam and Trapped Condensate:

a.Threaded Pipe: 200 lb., screwed, bronze globe valve. rising stem, with 500 Brinnell hardness

plug disc and seat ring. NIBCO T-256-AP.

b.Welded Pipe 150 Ib flanged OS&Y globe valve Ductile Iron NIBCO F-738-31.

4.Building Condensate Return and Pumped Return:

a.Threaded Pipe: 200 lb., screwed, bronze globe valve, rising stem. with 500 Brinnell hardness

plug disc and sear ring. NIBCO T-256-AP.

b. Welded Pipe: 150 lb. flanges OS&Y globe valve Ductile Iron NIBCO F-738-31.

5.Clean Steam:

a.Socket-welded Pipe: Stainless steel body, flanged, stainless steel disc, stellite seats,

impregnated teflon packing. union or screw-over bonnet, malleable iron handwheel Class 150

(150 psi WP steam), Williams Figure S152F6-316.

b.Welded Pipe: Stainless steel body, flanged, stainless steel disc. stellite seats, Class 150, (150

psi WP steam), Williams Figure S152F6-316 approved equivalent model by listed manufacturers.

D. Check Valves:

1.High Pressure Steam and Trapped Condensate:

a.Socket Welded Pipe: 800 lb., forged steel, socket weld, stainless steel seat and disc, swing

check. Crane No. 3682X or accepted substitution.

b.Welded Pipe: Class 300 carbon steel, bolted cover, weld end (flanged end where designated),

stainless steel seat and disc, swing check, 147XU flanged.

Page 14: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

c. Manufacturers: NIBCO, Crane, Williams, Velan, Vogt.

2.Medium Pressure Steam and Trapped Condensate:

a.Threaded Pipe: 150 lb .. screwed. horizontal swing check valve with screwed cap.

NIBCO T -433-B.

b.Welded Pipe: 150 lb. flanged horizontal, swing check valve, ductile iron with bolted cap. NIBCO F938-31.

3.Low Pressure Steam and Trapped Condensate. and Building Condensate Return, and Pumped Return:

a.Threaded Pipe: 150 lb., screwed, horizontal swing check valve with screwed cap NIBCe T -433-B.

b.Welded Pipe: 150 lb. flanged horizontal, swing check valve, ductile iron with bolted cap. NIBCO F938-31.

4.TECO Pumped Condensate Return:

a.Socket Welded Pipe: Class 600 steel body, stainless steel swing check. Crane 1751/2X U.

b.Welded Pipe: Class 150 swing check. stainless steel trim. Crane 147-1/2 XU welded, Crane 147 flanged.

5. Clean Steam:

a.Socket-welded Pipe: Stainless steel body, flanged, stainless steel disc, Class 150 (150 psi WP steam), Williams. Powell or Velan equal to Williams Figure S151 F6 -316.

b.Welded Pipe: Stainless steel body, flanged, stainless steel disc. Class 150 (150 psi WP steam), Williams Figure S151F6-316.

E. Ball Valves:

1.Two-piece bronze body rated at 150 psi steam, TFE seats, stainless steel ball and stem.

NIBCO T-585-70-66.

2.The following manufacturers are acceptable if they comply with the specification: NIBCe, Apollo, or Watts.

PART 3 - EXECUTION

3.01 PREPARATION

A.Ream pipe and tube ends. Remove burrs. Bevel plain end ferrous pipe.

B.Remove scale and dirt on inside and outside before assembly. All piping shall be clean when it is installed. Before installation it shall be checked, upended, swabbed if necessary, and all rust or dirt from

storage or from lying on the ground shall be removed.

C.Prepare piping connections to equipment with flanges or unions.

D.After completion, fill, clean and treat systems.

Page 15: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

3.02 WELDING OF STEAM SYSTEM PIPING

A.Steam and condensate piping and fittings shall be welded and fabricated in accordance with the latest

edition of ASME/ANSI the latest editions of Standards 831.9 for all systems. Machine beveling in shop is

preferred. Field beveling may be done by flame cutting to recognized standards.

B.Ensure complete penetration of deposited metal with base metal. Provide filler metal suitable for use

with base metal. Keep inside of fittings free from globules of weld metal. All welded pipe joints shall be

made by the fusion welding process, employing a metallic arc or gas welding process. All pipe shall have

the ends beveled 37-1/2 degrees and all joints shall be aligned true before welding. Except as specified

otherwise, all changes in direction, intersection of lines, reduction in pipe size and the like shall be made

with factory-fabricated welding fittings. Mitering of pipe to form elbows, notching of straight runs to form

tees, or any similar construction is not permitted.

C.Align piping and equipment so that no part is offset more than 1/16-inch. Set all fittings and joints square

and true, and preserve alignment during welding operation. Use of alignment rods inside pipe is

prohibited.

D.No weld shall project into the pipe so as to restrict it. Tack welds, if used, must be of the same material

and made by the same procedure as the completed weld. Otherwise, remove tack welds during welding

operation.

E. Remove all split, bent, flattened or otherwise damaged piping from the Project Site.

F.Remove dirt, scale and other foreign matter from the inside of piping, by swabbing or flushing, prior to the connection of piping sections, fittings, valves or equipment.

G.Schedule 40 pipe shall be welded with not less than three passes including one stringer/root, one filter

and one lacer. Schedule 80 pipe shall be welded with not less than four passes including one stringer/root,

two filler and one lacer. In all cases, however, the weld must be filled before the cap weld is added.

3.03 INSTALLATION

A.Installation shall meet or exceed all applicable federal, state and local requirements, referenced standards and conform to codes and ordinances of authorities having jurisdiction.

B. All installation shall be in accordance with manufacturer's published recommendations.

C.Pipe Installation:

1.Direct connection of a steam exhaust, blowoff or drip pipe shall not be made with the building drainage system. Discharge into the building drainage system shall be at a temperature not higher than 140

degrees F. When higher temperatures exist, approved cooling methods shall be provided.

2.All the various piping systems shall be made up straight and true and routed in an orderly manner, plumb and parallel to the building structure. Install piping to conserve building space. Coordinate location with other trades and do not interfere with use of space for other work.

3.Piping shall follow as closely as possible the routes shown on Drawings, which take into consideration

conditions to be met at the Project Site.

Page 16: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

4.Should any unforeseen conditions arise, lines shall be changed or rerouted after proper approval has been obtained.

5.All piping shall be installed with due regard to expansion and contraction and to prevent excessive strain and stress in the piping, in connections, or in equipment to which the lines are

connected.

6. Group piping whenever practical at common elevations.

7.Slope piping and arrange system to drain at row points. Use eccentric reducers to maintain

bottom of pipe level.

8.Where pipe support members are welded to structural building framing, scrape, brush clean, and apply one coat of zinc rich primer to welding.

9. Provide clearance for installation of insulation, and access to valves and fittings.

10.Prepare pipe, fittings, supports, and accessories for finish painting.

11.Procedure of Assembling Screw Pipe Fittings:

a.All screw joints shall be made with taper threads, properly cut.

b.Joints shall be made tight with Teflon-based compound appropriate to the medium, material,

and temperature range of the system. Teflon tape is not permitted.

c. Compound shall be applied to the pipe threads only and not to fittings.

d.When threads are cut on pipes, the ends shall be carefully reamed to remove any burrs.

e.Before installing pipe that has been cut and threaded, lengths of pipe shall be upended and

hammered to remove all shavings and foreign material.

D. Valve Installation:

1.Locate all valves such that the removal of their bonnets is possible. All flanged valves shown in horizontal lines with the valve stem in a horizontal position shall be positioned so the valve stem is inclined one bolt hole above the horizontal position. Screw pattern valves placed in horizontal lines shall be installed with their valve stems at a minimum 30 degree angle above the horizontal position. All valves must be true and straight at the time the system is tested and inspected for final acceptance. Install valves as nearly as possible to the locations indicated in the Drawings. Any change in valve location must be so indicated on the Record Drawings.

2.Equipment, valves, expansion joints, relief devices, strainers, etc., must be removed or isolated during the test if the pressure/force ratings of the devices are not as high as that specified for the

test. Piping shall be drained and protected any time ambient temperature is below freezing.

3.Where leaks occur, the pipe shall be repaired and the tests repeated. No leaks shall be corrected by peening. Defective piping and joints shall be removed and replaced.

4.Provide access where valves and fittings are not exposed. Coordinate size and location of

access doors with architectural drawings.

Page 17: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

5.At the end of one year, period spot checks will be made and should the valve packing show signs of hardening or causing stem corrosion, all valves supplied by the manufacturer shall be repacked by the

Contractor, at no expense to the Owner, with a packing material selected by the Owner.

3.04 CLEANING AND FLUSHING OF STEAM SYSTEMS

A. General:

1.Thoroughly clean steam and condensate systems before placing into operation to rid systems of rust,

dirt, piping compound, mill scale, oil, grease, any and all other material foreign to water being circulated.

2.Exercise extreme care during construction to prevent dirt and other foreign matter from entering pipe or other parts of systems. Pipe stored on the project shall have open ends capped and equipment shall have openings fully protected. Before erection, each piece of pipe, fitting, or valve shall be visually examined

and dirt removed.

3.Chemicals, feeding devices and water technician services shall be furnished by a single reputable manufacturer who will be responsible for the complete cleaning and flushing of the systems. Provide only

chemical products that are acceptable under State and local pollution control regulations.

4.Add a temporary line with drain and isolate the building steam and condensate piping from the campus/building distribution piping to allow for proper circulation and cleaning of new piping in the new or modified building system.

5.Clean systems with a chemical compound specifically formulated for the purpose of removing the above listed foreign matter. These chemicals shall be injected to the systems, circulated and completely flushed

out. Repeat the process if required. After each flushing, remove and thoroughly clean all strainers.

6.Final connection shall not be made to the campus/building loop system until the Chemical Contractor has filed with the Owner's representatives, a report stating that the systems are clean.

B. MD ANDERSON Systems:

1.Clean piping systems thoroughly. Purge pipe of construction debris and contamination before placing the systems in service. Provide whatever temporary connections are required for cleaning, purging and

circulating.

2.Install temporary strainers in front of pumps, tanks, water still, solenoid valves, control valves and other equipment where permanent strainers are not indicated. Where permanent strainers are indicated, assure that the strainers are installed and screens are in place and are cleaned. Keep temporary strainers in service until the equipment has been tested, then replace straining element with a new strainer and clean and deliver the old straining elements to Owner. Fit strainers with a line size blow-off valve.

3.Circulate a chemical cleaner in steam and condensate piping system to remove mill scale, grease, oil and silt. Circulate chemical cleaner for 48 hours, flush system and replace with clean water. Dispose of chemical solution in accordance with local codes. When the chemical cleaning is complete, remove, clean and reinstall all permanent screens. Notify Owner so that the reinstallation of clean strainer screens

may be witnessed.

Page 18: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

3.05 TESTING

A. Weldings:

1.All welds are subject to inspection, visual and/or x-ray, for compliance with Specifications.

The Owner will, at the Owner's option, provide employees or employ a testing laboratory for the purposes of performing said inspections and/or x-ray testing. Initial visual and xray inspections will be provided by the Owner. Contractor shall be responsible for all labor, material and travel expenses involved in the re-inspection and retesting of any welds found to be unacceptable. In addition, Contractor shall be responsible for the costs involved in any and all additional testing required or recommended by ASMEIANSI Standards 831.9 and 831.3 due to the discovery of poor, unacceptable or rejected welds.

2.Welds lacking penetration, containing excessive porosity or cracks, or are found to be unacceptable for any reason, must be removed and replaced with an original quality weld as specified herein. All qualifying tests, welding and stress relieving procedures shall, moreover, be in accord with Standard Qualification for Welding Procedures, Welders and Welding Operators, Appendix A. Section 6 of the Code, current edition.

3.Pipe Pressure:

4.Equipment, valves. vents, expansion joints, pressure reducing stations, etc., must be removed or isolated from test pressure and/or forces if the devices are not rated for the test pressures. All water must be drained from all steam system piping and devices after test completion. Piping shall be drained and

protected any time the ambient is below freezing.

2. The following lines shall be tested at the stated pressure for the length of time noted:

Testing Testing Pressure Time

in Line Medium (psig) Hours

Steam M.P. & Water 150 24 L.P.

Steam Water 150 24

Condensate M.P. Steam Water 150 24

Condensate H.P.

Pumped Water 150 24

Condensate Return

3.Where leaks occur, repair pipe and repeat tests. No leaks shall be corrected by peening.

Remove and replace defective piping and joints.

4.Condensate Return to TECO:

a.Dump condensate until acceptable to TECO. Fifteen (15) micromhos or less conductivity for the TECO Main Central Plant and 200 micromhos or less conductivity for the TECD South Main Plant is acceptable to TECD. TECD will test condensate samples and will notify Contractor when condensate is acceptable

to return.

b.Each time the steam system is cycled, the condensate must again be tested.

c.After the above requirements have been met, the building will be scheduled to have steam services

turned on.

d. Unnecessary cycling or intermittent use of thermal systems will not be permitted.

Page 19: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q91768

END OF SECTION 23 2213

Page 20: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

FEE FOR SERVICES

PROJECT: FY-13 State Systemic Condensate Piping Infrastructure Replacement at the following

schools

RESPONDENT: _________________________________________________________________

(A/E Firm)

The above firm/individual proposes to complete the A/E services as outlined in the Request for Quote for

the following Lump Fee amount for:

A/E Services for Condensate piping Replacement @ Arrowhead Elementary School

FEE (Design/Bidding Phase) $_____ ________

Fee (Construction Admin. Phase) $____________________________

Total Cost for Arrowhead Elem.: $________________________________

A/E Services for Condensate piping Replacement @ Beltsville Academy School

FEE (Design/Bidding Phase) $_____ ________

Fee (Construction Admin. Phase) $____________________________

Total Cost for Beltsville Academy.: $________________________________

A/E Services for Condensate piping Replacement @ Edgar Allen Poe Academy School

FEE (Design/Bidding Phase) $_____ ________

Fee (Construction Admin. Phase) $____________________________

Total Cost for Edgar Allen Poe.: $________________________________

A/E Services for Condensate piping Replacement @ Fort Foote Elementary School

FEE (Design/Bidding Phase) $_____ ________

Fee (Construction Admin. Phase) $____________________________

Total Cost for Fort Foote Elem.: $________________________________

Page 21: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

A/E Services for Condensate piping Replacement @ Gaywood Elementary School

FEE (Design/Bidding Phase) $_____ ________

Fee (Construction Admin. Phase) $____________________________

Total Cost for Gaywood Elem.: $________________________________

Name: __________________________________________

Title:

Firm:

Address:

Telephone: _______________________________________

Fax: ___________

Email:

Signed:

Date:

THIS IS NOT A PURCHASE ORDER. We will consider your quotation an offer to provide services.

Acceptance by the BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY will be in the form

of a Contract Award and corresponding Purchase Order issued to you

Your quotation must be received at the Purchasing Office, 13300 Old Marlboro Pike, Upper

Marlboro, Maryland 20772-9983, no later than 11:00 AM, May 02, 2013

QUESTIONS: should be directed to the following Buyer: [email protected]

All of the following attachments must be completed and return for you bid to be considered.

Quote Pricing Sheet

AFFIDAVIT

Local MBE Notice Attachment A

Minority Business Procedure 3325 is Applicable

Attachment 1 to A.P. 3325

Page 22: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

AFFIDAVIT

This document must be completed, signed by an authorized company official & submitted with your bid response.

The signature must be an original (signed in ink) or your bid will be ruled non-responsive.

Contractor Bid No.

Address

City, State and Zip

Telephone Fax Email

FOR MINORITY USE ONLY

LOCALLY BASED MINORITY BUSINESS: PGC MBE____ PGC MWE _____ MD MBE_____ MD MWE_____

INDICATE IF YOU ARE A MINORITY BUSINESS CERTIFIED BY: P.G. COUNTY GOVERNMENT: Certification No.: ___

MD. STATE DEPT. OF TRANSPORATION: Certification No.: ______________________

AFFIDAVIT I

The Contractor, his agent, servants and/or employees, have not in any way colluded with anyone for and on behalf of the contractor or

themselves, to obtain information that would give the Contractor an unfair advantage over others, not have thy colluded with anyone for

and on behalf to the contractor, or themselves, to gain any favoritism in the award of the contract herein.

AFFIDAVIT II

No officer or employee of the Board of Education Prince George's County Public Schools, whether elected or appointed, has in

any manner whatsoever, any interest in or has received prior hereto or will received subsequent hereto any benefit, monetary or

material, or consideration from the profits or emoluments of this contract, job, work or service for the Board, and that no officer

or employee has accepted or received or will receive in the future a service or thing of value, directly or indirectly, upon more

favorable terms than those granted to the public generally, nor has any such officer or employee of the Board received or will

receive, directly or indirectly, any part of any fee, commission or other compensation paid or payable to the Board in connection

with this contract, job, work, or service for the Board, excepting, however, the receipt of dividends on corporation stock.

AFFIDAVIT III

Neither I, nor the Contractor, nor any officer, director, or partners, or any of its employees who are directly involved in

obtaining contracts with the Board have been convicted of bribery, attempted bribery, or conspiracy to bribe under the laws of

any state, or of the federal government for acts of omissions committed.

AFFIDAVIT IV

Neither I, nor the Contractor, nor any of our agents, partners, or employees who are directly involved in obtaining contracts

with the Board have been convicted within the past 12 months of discrimination against any employee or applicant for

employment, nor have we engaged in unlawful employment practices as set forth in Section 16 of Article 49B of the

Annotated Code of Maryland or, of Sections 703 and 704 of Title VII of the Civil Rights Act of 1964.

AFFIDAVIT V

I further affirm that neither I nor the above firm shall knowingly enter into a contract with the Board under which a person or

business debarred or suspended from contracting with a public body under Title 16 of the State Finance and Procurement

Article of the Annotated Code of Maryland, will provide, directly or indirectly, supplies, services, architectural services,

construction related services, leases of real property, or construction. I acknowledge that this Affidavit is to be furnished to the

Board. I acknowledge that I am executing this Affidavit in compliance with the provisions of Title 16 of the State Finance and

Procurement Article of the Annotated Code of Maryland which provides that persons who have engaged in certain prohibited

activity may be disqualified, either by operation in law or after a hearing, from entering into contracts with the Board. I further

acknowledge that if the representations set forth in this Affidavit are not true and correct, the Board may terminate any contract

awarded, and take any other appropriate action.

I do solemnly declare and affirm under the penalties of perjury that the contents of the foregoing affidavit are true and correct

to the best of my knowledge, information and belief.

Signature Date Printed Name Title- Authorized Official

If a corporation, it was organized under the laws of the state of, in the year______ a partnership, list names of partners

.

Page 23: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

ATTACHMENT A

The undersigned states that the following is a complete list of the proposed Subcontractors and Material Suppliers on this project and the class of work to be

performed by each, and that such list will not be added to nor altered without written consent of the Purchasing Department. Please add more lines if necessary.

(Check appropriate Business Type)

Percentage or Price

of Work/Material Local Local MD

MD

Subcontractor Name Class of Work or Material to complete work MWB Other MWB Other

1. _____________________________ _____________________ ________________

2. _____________________________ _____________________ ________________

3. _____________________________ _____________________ ________________

4. ____________________________ _____________________ ________________

5. ____________________________ ______________________ ________________

Percentage or Price

of Work/Material Local Local MD

MD

Materials Supplier Name Supply/ Material to complete work MWB Other MWB Other

1. _____________________________ _____________________ ________________

2. _____________________________ _____________________ ________________

3. _____________________________ _____________________ ________________

4. ____________________________ _____________________ ________________

5. ____________________________ ______________________ ________________

Company Name: _____________________________ By: _____________________________ Completion and submission of this form with the bid is

Date: ______________________________________ Title: ____________________________ mandatory for bid to be considered responsive.

Page 24: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

ADMINISTRATIVE PROCEDURE 3325 Procedure No. September 30, 2008 Date

I. PURPOSE: To establish a resolution that a goal of percent be attempted on all contracts

with a minimum of 15 percent of the total dollar value for all Prince George’s County Public

Schools’ contracts for materials (other than materials of instruction), supplies, equipment,

services and construction, as entered into during any fiscal year, be purchased directly or

indirectly from Minority Business Enterprises (MBEs).

II. POLICY: As set forth in state law and county ordinance, the Prince George's County Public

Schools' Minority Business Enterprise Program must meet certain statutory and regulatory

requirements. In recognition of existing state and county statutes, rules, regulations, and

resolutions, and consistent with statutory provisions related to proposals and awards thereon by

local boards of education, the Board of Education of Prince George's County adopted a minority

business Administrative Procedure on April 21, 1986. This procedure, revised on July 1, 2004,

supersedes the procedure of June 30, 1998.

III. BACKGROUND: The following regulations all seek to achieve certain minimum percentages

of total contract expenditures for minority business enterprises, as hereafter defined, where state

or county funds are involved.

A. Annotated Code of Maryland, State Finance and Procurement, Article

14-301.

B. Annotated Code of Maryland, Education, Article Section 5-301.

C. Annotated Code of Maryland, Education, Article Section 4-125.

D. Code of Maryland Regulations, Title 21, Subtitle 11, Chapter 3.

E. Prince George's County Code, 10-A, Subdivision 10A-136, Assistance to Minority

Business Enterprise.

F. Interagency Committee Rules, Regulations and Procedures for the Administration of the

School Construction Program, Section 15 (approved by Board of Public Works, October

6, 1993).

IV. DEFINITIONS:

A. Minority Person: A member of a socially or economically disadvantaged minority group

that for the purposes of this procedure includes African Americans, American

Indians/Native Americans, Asians, Hispanics, Women, Physically or Mentally challenged

individuals, and Not-for-Profit entities organized to promote the interests of physically or

mentally disabled individuals.

B. Minority Business Enterprise (MBE): Any legal entity, other than a joint venture, that is

at least 51 percent owned and controlled by one or more minority person(s), organized to

engage in commercial transactions.

MINORITY BUSINESS ENTERPRISE

PROCUREMENT PROCEDURES

Page 25: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

C. Ownership:

1. For a sole proprietorship to be deemed a minority business enterprise, the sole

proprietor must be a minority person. If the ownership interest held by a minority

person is subject to formal or informal restrictions such as options, security

interests, agreements, etc., held by a non-minority person or business entity, the

options, security interests, agreements, etc., held by the non-minority person or

business entity must not significantly impair the minority person's ownership

interest.

2. For a partnership to be deemed a minority business enterprise, at least 51 percent

of the partnership's assets or interests must be owned by a minority person or

minority persons. If the ownership interest held by a minority person is subject to

formal or informal restrictions such as options, security interests, agreements, etc.,

held by a non-minority person or business entity, the options, security interests,

agreements, etc., held by the non-minority person or business entity must not

significantly impair the minority person(s) ownership interest.

3. For a corporation to be deemed a minority business enterprise, legal and equitable

ownership of at least 51 percent of the aggregate of all classes of stocks, bonds, or

other securities issued by the corporation must be owned by a minority person(s).

If an ownership interest held by a minority person is subject to formal or informal

restrictions such as options, security interests, agreements, etc., held by a non-

minority person(s) or business entity, the options, security interests, agreements,

etc., held by the non-minority person(s) or business entity may not significantly

impair the minority person(s)’ ownership interest. (Note: stock held in trust is not

considered as stock held by the disadvantaged business persons when computing

the business person(s)’ ownership).

D. Control: Minority owners shall either collectively or individually possess the working

knowledge of the technical requirements needed, power to direct or cause the direction of

management, policies and objectives and to make all substantive, day-to-day decisions on

applicant's major and/or essential operations. In addition, the applicant must demonstrate

technical knowledge of the firm’s major areas of work. No formal or informal restrictions

of any kind shall exist, which limit the customary discretion necessary for actual business

control by the minority owners.

E. Certification: The determination that a legal entity is a minority business enterprise

consistent with the provisions of Subtitle 3 (13-301b) of the State Finance and

Procurement Article.

F. Certified Minority Business Enterprise: A minority business that holds a certification

issued by Maryland Department of Transportation (MDOT), Washington Metropolitan

Airport Transportation Authority (WMATA) and recertification issued by Prince

George's County Government.

G. Race Neutral Measure: Means a method that is or can be used to assist small businesses.

H. Minority Business Enterprise Coordinator: The employee designated to administer the

Board of Education's Minority Business Enterprise Program.

Page 26: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

I. Buyer: Purchasing agent-handling solicitations.

V. MINORITY BUSINESS ENTERPRISE PROGRAM RESPONSIBILITIES:

A. A roster of MBEs, listing each firm by commodity and service provided, certification,

minority business code, location, and current certification status, shall be maintained in

Purchasing Services.

B. The MBE Coordinator, who shall be an employee assigned to Purchasing Services, shall

have the direct responsibility for maintaining said roster.

C. Any MBE on a current listing of Maryland Department of Transportation or Prince

George's County Government list of certified MBEs shall, upon furnishing evidence of

such, be automatically deemed eligible for placement on the roster of MBEs of Prince

George's County Public Schools.

VI. CERTIFICATION: The determination that a legal entity is an MBE consistent with the intent

of Subtitle 3 of the State Finance and Procurement Article.

VII. TECHNICAL ASSISTANCE-OUTREACH-TRAINING EFFORTS: The MBE Coordinator

shall have the direct responsibility for implementing a "Technical Assistance-Outreach-Training

Program" for small and minority vendors. Said program may cover any and all factors necessary

to enable small and minority firms to do business with Prince George's County Public Schools.

VIII. SOLICITATIONS: All Requests for Proposal (RFP) will be reviewed and may, at the

discretion of the Board of Education’s representative, require a percentage equal to 30 percent

but a minimum of 15 percent participation by minority businesses as defined herein in supply,

service, construction, moveable equipment, and architectural and engineering services contracts.

IX. ADVERTISING: Prior to advertising a Request for Proposal (RFP), a Prince George's County

Public Schools’ representative from the appropriate division responsible for the contract, a

Purchasing agent, and the MBE Coordinator will jointly identify all subcontractable

opportunities in the RFP. All proposals will include the following information:

A. The Prince George’s County Public Schools does not discriminate on the basis of race,

color, sex, or national origin in consideration for award. Minority businesses are

encouraged to submit proposals in response to this notice.

B. Minority business firms will be considered as minority business contractor or

subcontractor, if certified by any of the following: Prince George’s County Government

and the Maryland Department of Transportation.

C. The certified minority business goal for each RFP will be noted on the front cover of the

RFP under “Special Note” and identified as a deliverable in the contract.

X. SOLICITATION PROCESS FOR PHONE AND WRITTEN QUOTES. THIS PROCESS

INCLUDES PROFESSIONAL SERVICES (Architects, Engineers, Non-Instructional

Services Consultants, Contractual Services, etc.)

A. For contracts less than $5,000, solicitations from more than one vendor are not required.

Users and buyers are strongly encouraged to solicit from MBEs in addition to other

Page 27: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

prospective respondents.

B. If contracts are estimated to be between $5,001 - $10,000, a minimum of three (3)

qualified firms shall be solicited for quotations. Two (2) firms are to be certified

minority. If three (3) firms cannot be solicited, or if pricing is obtained directly from the

manufacturer or its direct distributor, a note of explanation shall be made on the quotation

worksheet. Current catalog prices and prior proposal prices may, if confirmed by the

supplier, serve in lieu of quotations. Certified minority business enterprises (MBEs)

should always be contacted in addition to other prospective respondents.

C. A request for written quotations shall be solicited when the estimated dollar value of the

request exceeds $10,001 but is less than $25,000.00. A written specification shall be

prepared and mailed to a minimum of three (3) firms requesting written quotations of

pricing. A minimum of two (2) minority firms shall be sent the solicitation.

D. Formal proposals are required for procurements over $25,000.00

E. Local MBE firms within Prince George's County should be contacted first for telephone

and written solicitations. If there are less than 3 MBE firms available in Prince George’s

County, a broader search of the MDOT MBE Central Directory at

www.marylandtransportration.com (click on MBE/DBE Program and proceed to the

Directory) shall be contacted.

F. In the event the buyer/user department is unable to locate a minority firm for a specific

service, the MBE Coordinator shall be contacted as an additional resource.

G. Evaluation and selection of professional services - The contract process for these services

will involve Purchasing Services.

XI. SOLICITATION PROCESS FOR FORMAL PROPOSALS:

A. To be considered a responsive respondent, contractors are required, when specified in

proposal documents, to subcontract with MBEs for the stated percentage of the total

dollar value of the contract price. (The percentage of MBE participation is based on the

anticipated value of the contract.) Should MBE participation be required, MBE form 1

shall be completed and submitted as part of the proposal or proposal and MBE forms 2

through 5 must be completed and submitted within ten (10) working days after

notification of being the lowest respondent.

B. Bonus Points: (for locally-funded projects)

Minority Business Enterprise (10%)

Prince George’s County Based Minority Business Enterprise (15%)

1. During the evaluation process the Buyer shall determine the eligibility of any

participating certified MBE to match the proposal, dollar for dollar, of the lowest

responsible respondent by application of bonus points.

2. In determining if a certified MBE is entitled to match the competitively proposal

price of the lowest responsible respondent, the Buyer shall adjust the proposal

price submitted by an MBE, 10% for MBEs, 15% for Prince George’s County-

based MBEs) (for the purpose of evaluation and offer to match only) by reducing

Page 28: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

the proposal price of such firm by the product of: (1) the proposal price of the

apparent lowest responsible respondent; and: (2) the bonus factor applicable to the

MBE (as stated above).

3. Once it has been determined through the application of the bonus points as

aforementioned that the proposal price submitted by an MBE, after adjustment,

was lower than or equal to the proposal price of the lowest responsible

respondent, such MBE shall be given the opportunity to accept the proposal at the

lowest proposal price.

4. If said lowest responsible respondent is a minority firm not located in Prince

George's County or Maryland, a Prince George's County-based or Maryland-

based firm will be awarded bonus points. Once the bonus points are applied,

the Prince George's County-based or Maryland-based minority firm will be

afforded the opportunity to match the proposal of the lowest responsible

respondent, if so justified.

5. The Buyer shall notify the MBEs, that by virtue of the application of the bonus

points, the minority business enterprise is entitled to match the proposal of the

lowest responsible respondent. Qualifying MBEs will be given a period of five

(5) business days from the issuance of such notifications by the Buyer the

opportunity to match the proposal originally submitted by the lowest responsible

respondent.

6. As a result of such notifications, if more than one MBE proposes to reduce its

previous proposal to that of matching the proposal of the original lowest

responsible respondent, the contract shall be awarded with preferences given in

the following order: first, Prince George's County-based MBE; and second,

Maryland-based MBE.

7. If two or more MBEs qualify for the same preference contract award and are

prepared to match the proposal of the original lowest responsible respondent, the

Buyer shall, by toss of a coin, select the party to whom the contract will be

awarded.

8. If the MBE entitled to match a proposal indicates to the MBE Coordinator that it

can only match the proposal of the otherwise lowest responsible respondent if

relieved from the necessity of furnishing a bond from a recognized surety

guaranteeing the total performance under any contract to be awarded, the Chief

Financial Officer may, upon a finding that the MBE has demonstrated adequate

performance on prior contracts with the state, county, any of its agencies,

municipal corporations, or any local boards of education, waive such requirement.

9. If the MBE determines that it cannot match the lowest responsible respondent

after being offered an opportunity to do so, the MBE will not be penalized.

C. Composition of Minority Subcontractors:

1. It is the intent of Prince George's County Public Schools (PGCPS) that the

contractor includes fair representation of all minority groups in the required

percentage of MBE subcontracting participation.

Page 29: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

2. If the successful respondent is an MBE firm, it shall be the obligation of the

contractor to maintain its status as a certified MBE or to maintain the required

subcontracting percentage with certified MBE firms, whichever may be

applicable, throughout the term of the contract or any extension thereof. In the

event that any of the representations or circumstances of the contractor change

with respect to the MBE status, the contractor shall notify the Board of Education

immediately. The contractor shall also report any change in minority business

usage if different than information submitted at the time contract is signed.

D. Pre-Proposal Conference:

1. At each Pre-Proposal Conference, the Prince George's County Public Schools

representative will explain the MBE subcontracting requirement, MBE provisions

of the solicitation, bonus points, documentation required, and its relationship to

the respondent’s responsiveness.

2. Prime contractors must request price quotes from MBE subcontractors at least ten

(10) working days prior to the proposal opening. However, this may be adjusted

at the discretion of the Board of Education.

3. Respondents may use the services offered by the MBE Program Coordinator to

develop its MBE participation requirement.

4. When MBE subcontracting is required, each proposal or offer submitted in

response to a solicitation must be accompanied by a completed Minority Business

Enterprise Utilization Affidavit (MBE Form #1) which has been duly notarized.

5. After the review of responsive proposals, the successful respondent will be

notified. Final approval of contract award will not be made until a list of all

MBEs and other related documents from the contractor are received and

reviewed.

E. Contract Award:

1. The following documentation must be furnished by the apparent low respondent

within ten (10) working days from notification when subcontracting is

required:

a. A completed Schedule for Participation of Minority Business Enterprise

(MBE Form #5);

b. A Statement of Intent (MBE Form #4); and

c. A copy of the current acceptable certification letter attached

to Schedule of Participation of MBEs (Attachment #5)

d. Outreach Efforts Compliance Statement (MBE Form #6)

Each document will show the agreed prices to be paid to each certified MBE for

the work and identify in detail the contract items to be performed by the certified

minority business and the proposed timetable for such performance. An

authorized representative from both the prime and subcontracting firms must sign

all documents.

The respondent will certify in writing that there is an existing subcontract for all

Page 30: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

work that has been sublet.

2. The Prince George's County Public Schools’ MBE Program Coordinator will

conduct a preliminary evaluation of the apparent low respondent’s submission to

determine whether the proposed MBE participation is in compliance with the

outlined requirements.

3. Based on the evaluation of contract documents submitted, the Prince George's

County Public Schools’ representative will determine if the low respondent is in

compliance with the MBE participation requirements and may recommend to

make the final award or require additional information.

F. Request For Waiver/Exception of Minority Business Enterprise Goal:

1. A waiver/exception of the MBE contract requirement may be granted by the

Board of Education only upon receipt of a written request with supporting

documentation which presents a reasonable demonstration by the respondent that

MBE participation was impossible to obtain or was not obtainable at a reasonable

price, and that the public interest is served by a waiver. Any request for a

waiver/exception should be submitted on a Request for Waiver/Exception Form

(MBE Form #3) and contain the following:

a. A detailed statement of the efforts made to contact and negotiates with

certified minority businesses including: names, addresses, date, and

telephone numbers of certified minority businesses contacted;

b. A description of the information provided to MBEs regarding plans,

specifications, and anticipated time schedule for portions of the work to be

performed;

c. A detailed statement of efforts made to select portions of work proposed to

be performed by certified minority businesses in order to increase the

likelihood of achieving the stated requirement;

d. A detailed statement of reasons for a contractor's conclusion that a

certified minority business is not qualified to perform the work needed;

and

e. A list of minority subcontractors found to be unavailable. (This list should

be accompanied by the Minority Subcontractor Unavailability Certificate

(MBE Form #2) signed by the MBE or a statement from the apparent low

respondent that the certified business did not provide the Minority

Subcontractor Unavailability Certificate.)

2. A waiver/exception to the MBE requirement will be granted upon determination

by the Prince George's County Public Schools’ representative that qualified

MBEs are not available to participate in a contract or at a reasonable price

consistent with the stated MBE contract requirement and the total contract award.

Upon consideration of all the waiver/exception documents submitted in

accordance with this provision, the Prince George's County Public Schools’ MBE

Coordinator may approve or deny any request for a waiver/exception.

Page 31: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

3. The low respondent’s failure to participate in any of these proceedings or failure

to furnish information after written request may result in rejection of the proposal

on the basis of non-responsiveness.

G. Contractor Responsibility and Compliance: The contractor shall perform the contract in

accordance with the representations made in the Minority Business Enterprise Utilization

Affidavit (MBE Form #1) submitted as part of the proposal and on the Schedule for

Participation of Certified Minority Business Enterprise (MBE) submitted after the

proposal (MBE Form #5). All compliance monitoring of certified MBE participation will

be in accordance with the following:

1. The contractor shall structure operations for the performance of the contract to

attempt to achieve the purpose of this procedure.

2. The contractor agrees to apply the firm's best efforts to carry out these

requirements consistent with the efficient performance of the project.

3. The contractor must assure that MBEs shall have the maximum practical

opportunity to compete for subcontract work under the contract, even after award

of contract.

4. The contractor shall cooperate in any reviews of the contractor's procedures and

practices with respect to MBEs that the Board of Education may, from time to

time, conduct.

5. The contractor shall maintain such records as may be necessary to confirm

compliance with its MBE utilization obligations. These records shall indicate the

identity of minority subcontractors employed on the contract, type of work

performed by each, dollar amount proposed, actual monies paid during the

reporting period to date, and any services and procurements achieved.

6. All records concerning MBE participation must be retained by the contractor for a

period of three (3) years after final completion of the contract and will be

available for inspection by the Board of Education.

7. It shall be the obligation of the contractor to maintain its status as a certified MBE

or to maintain the required subcontracting percentage with certified MBE firms,

whichever may be applicable, throughout the term of the contract or any

extension.

8. Any desired changes in the Schedule for Minority Business Enterprise

Participation must be approved in advance by the Board of Education and shall

indicate the contractor's efforts to substitute another MBE subcontractor to

perform the work. Additionally, if changes to the contract require additional work

resulting in a cost increase, the MBE participation should be adjusted to reflect

this change.

9. Failure to notify the Board of Education of any changes of representations or

circumstances of the contractor with respect to the MBE status of the contractor

or the percentage of MBE participation, may cause the contractor to be subject to

disqualification from the award of any PGCPS system contracts for a period of

Page 32: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

three (3) years. In addition, the contractor shall be subject to such other actions as

may be provided under applicable county ordinances and/or state law.

10. The agreed MBE goal identified in the IFP and RFP is a deliverable. Failure to

comply shall be subject to such other actions applicable to county ordinances and

/or State law.

H. Amendment For Unforeseen Circumstances: If, at any time before award, an apparent

low respondent believes or has reason to believe that a certified minority business listed

in the Prince George's County Public Schools' Schedule of Minority Business Enterprise

Participation has become unqualified or unavailable, the respondent will immediately

notify the Prince George's County Public Schools’ MBE Coordinator. Within ten (10)

working days, the apparent low respondent must make every reasonable effort to

achieve the stated requirement for the minority participation. Failure to make such

efforts may result in a determination that the apparent low respondent is not eligible for

award of the contract.

I. Emergency: If the Prince George’s County Public Schools’ Chief Financial Officer

determines that a project is an emergency (e.g., hazard to the health and welfare of

students), the Chief Financial Officer may waive requirements for MBE documentation.

J. Filing of Reports:

1. The Chief Executive Officer (CEO) shall report to the members of the Board of

Education of Prince George's County, at least semi-annually, regarding progress

being made in attainment of requirements established by the Resolution of the

Board of Education revised, concerning the awarding of contracts to MBEs.

2. The Minority Business Office is required to submit to the CEO on a semi-annual

basis a report of MBE participation. Each year two reports will be issued: an

interim report covering the period July 1 through December 31, and an annual

report detailing activity from July 1 through June 30. Each report will include:

a. Total dollar value of contracts and purchases, by category; and

b. Total dollar value of contracts and purchases, by category, awarded to

MBEs.

K. Records, Reports and Subcontractor Payments: The prime contractor agrees to pay

subcontractors within five (5) working days of receipt of payment from Prince George's

County Public Schools. If payments are not made, the Board reserves the right to

withhold the amount owed to subcontractor(s) from the prime contractor's next payment

requisition.

L. Monitoring:

1. The Board of Education will carry out reviews as deemed necessary to monitor

compliance with MBE participation requirements. Such reviews may include site

visitations to ensure compliance with MBE requirements.

Page 33: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

2. The Board of Education and contractors will maintain appropriate records and,

upon request, assist in on-site or post-audit reviews.

XII. BONDING:

A. The Director of Purchasing and Supply may, upon finding that an MBE has demonstrated

adequate performance on prior contracts with the state, county, or any of its agencies,

municipal corporations, or any local boards of education, waive bonding requirement on

certain projects.

B. At the discretion of the Buyer, unless otherwise required by state or federal law or

regulations as a condition to state, federal or county assistance, no proposal bond,

performance or payment bonds shall be required if the contract price is less than

$50,000.

C. Bonds on construction projects over $50,000 must be provided by prime. However,

at the discretion of the Prince George's County Public Schools’ representative,

bonds may be waived. Additional documents may be required.

XIII. NON-DISCRIMINATION:

A. No contract may be awarded to any contractor or subcontractor unless the contract,

subcontract or agreement contains the following non-discrimination clause:

"The contractor is to conduct business in a non-discriminatory manner prohibiting

discrimination in any manner against any employee or applicant for employment

because of sex, race, creed, color, age, mental or physical disability, sexual

orientation or national origin.”

B. If the non-discrimination clause is omitted from a contract or subcontract subject to this

Section, the Board of Education may declare the contract void. In that event, the

contractor is entitled to the reasonable value of work that has been performed and

materials that have been provided.

C. If the contractor willfully fails to comply with the requirements of the non-discrimination

clause and the contract is partially completed, the Board of Education may compel the

contractor to continue to perform under the contract; however, the Board:

1. Is liable for no more than the reasonable value of work performed and materials

provided after the date on which the breach of contract was or should have been

discovered; and

2. Shall deduct any money that has been paid under the contract from the money that

became due.

D. If a subcontractor willfully fails to comply with the requirements of a non-discrimination

clause, the contractor may void the subcontract. In that event, the contractor is liable for

no more than the reasonable value of work performed or materials provided.

XIV. RELATED PROCEDURES: Administrative Procedure 7419, Minority Business Enterprise

Procedures for State Funding Public School Construction Projects.

Page 34: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

XV. MAINTENANCE AND UPDATE OF THESE PROCEDURES: These procedures originate

with the Department of Purchasing and Supply and will be updated as necessary.

XVI. CANCELLATIONS AND SUPERSEDURES: This Administrative Procedure cancels and

supersedes Administrative Procedure 3325, dated June 30, 1998.

XVII. EFFECTIVE DATE: September 30, 2008.

Attachments:

1 - Minority Business Enterprise Utilization Affidavit

2 – Minority Subcontractor Unavailability Certificate

3 – Request for Waiver/Exception

4 – Statement of Intent

5 – Schedule for Participation of Minority Business Enterprise

6 – Outreach Efforts Compliance Statement

Distribution: Lists 1, 2, 3, 4, 5, 6, 10, and 11

Page 35: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

Attachment 1 to A.P. 3325 MINORITY BUSINESS ENTERPRISE UTILIZATION AFFIDAVIT

The undersigned as contractor does hereby make the following Affidavit. I acknowledge the Minority Business Enterprise participation of thirty percent (30%) or as it applies and as stated in the proposal documents for the contract with the Prince George's County Board of Education and commit to make a good faith effort to achieve this requirement. In the solicitation of subcontract quotations or offers, all Minority Business Enterprise (MBE) subcontractors were provided not less than the same information and amount of time to respond to the solicitations as non-minority business enterprise subcontractors.

The solicitation process was conducted in such a manner so as to otherwise not place MBE subcontractors at a competitive disadvantage to non-MBE subcontractors. I understand and agree, that if awarded the contract, we will implement the provisions of the above paragraph with respect to subcontracts to be let after the award of the contract, but that such subcontracts will not be let until the Board of Education has reviewed and approved the Minority Business Enterprises submittals. I understand that the failure to submit the affidavit to the Board of Education shall result in a determination that this proposal is non-responsive. I understand and agree that, if awarded the contract, I will and do hereby authorize representatives of the Board of Education and the Interagency Committee for Public School Construction to examine, from time to time, the books, records and files of this organization to the extent that such data relates and pertains to the affirmative action pursuant to this contract. I do solemnly declare and affirm under the penalty of perjury that the contents of the foregoing document are true and correct to the best of my knowledge, information, and belief. _________________________ ___________________________ Company Name Signature Date _________________________ ___________________________ Address Print Name Sworn and subscribed before me this _____________ day of __________, 20___. ____________________________ Notary Public

MBE Form #1 1/94

Page 36: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

Attachment 2 to A.P. 3325

MINORITY SUBCONTRACTOR UNAVAILABILITY CERTIFICATE

1. It is hereby certified that the firm of ______________________________________________________________________________ (Name of Minority Firm) (Telephone) ______________________________________________________________________________ (Number) (Street) (City) (State) (Zip) Was offered an opportunity to proposal on the ________________________________________school

Project in______________________________________________________________________

County/City

by______________________________________________________________________

(Name of Prime Contractor's Firm)

________________________________________________________________________

(Address) 2. The ____________________________________________is either unavailable for the

(Name of Minority Firm)

work/service or unable to prepare a proposal for this project for the following reason(s): (check one of the following): _____ unavailable for the work/service for this project, _____ is unable to prepare a proposal, _____ did not respond to a request for a price proposal _____ Other please state __________________________ ______________________ Prime Contractor Signature Date ______________________ Title

MBE Form #5 1/94

Page 37: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

Attachment 3 to A.P. 3325

REQUEST FOR WAIVER

Contractor _______________________________________ Name of Project _____________________

I do hereby request that an exception be granted to the requirement that a minimum of fifteen percent (15%) of the total value of this contract be placed with Minority Business Enterprises.

In connection with the above-captioned project and this request, I hereby certify that I am the __________________________________and duly authorized representative of (Title) ______________________________________________________________________ (Company Name & Address) I further certify that I have submitted a Schedule for Participation of Minority Business Enterprises (MBEs), which reflects the percentage and dollar value of MBE participation, which my company expects to achieve for this contract. That percentage is ______% and the dollar value is $ __________. Therefore, the Request for Exception is for __________ percentage and __________ dollar value.

To support this Request for Exception, I include the following information as attachments, which I certify to be true to the best of my knowledge, information and belief:

1. A statement of the efforts made by my company to contact and negotiate with MBEs, including the names, addresses and telephone numbers of MBEs contacted;

2. A description of the information provided by MBEs regarding the plans and specifications for portions of the work to be performed;

3. A statement of the efforts made by my company to select portions of the work proposed to be performed by MBEs in order to increase the likelihood of achieving the stated goal;

4. For each MBE, which placed a proposal, which my company considers to be unacceptable, we are submitting a statement, which explains the basis for our conclusion that the minority business proposal is unacceptable;

5. A list of minority subcontractors found to be unavailable with attached Minority Subcontractor Unavailability Certificate(s). _______________________ _________________________ (Date) (Signature)

(Print Name) Sworn to and subscribed before me this ____________day of __________, 20 ______.

___________________________________________ (Notary Public) MBE Form #4 1/94

Attachment 4 to A.P. 3325

Page 38: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

STATEMENT OF INTENT

PROJECT NAME: _____________________________________________________________ PROJECT LOCATION:____________________________________________________________ A. Name of Prime Contractor: B. Name of MBE: C. Certified by: MDOT and Prince George's County Government (Please circle)

Cert. # ________________________

1. Work/Services to be performed by MBE:

2. Subcontract Amount: $ ____________________

3. Bonds - Amount and type required of MBE, if any:

4. MBE Commencement Date: Completion Date:

5. This MBE subcontract represents the following percentage of the total project cost: _________%

6. The undersigned subcontractor will enter into a contract with for the work/service indicated above the prime contractor's execution of a contract for the above-referenced project with the Board of Education. The undersigned subcontractor is a certified Minority Business Enterprise, or has applied for certification. The terms and conditions stated above are consistent with our agreements. ___________________________

Print Name of Subcontractor Signature of Subcontractor

7. The terms and conditions stated above are consistent with our agreements.

___________________________ ___________________________ Print Name of Prime Contractor Signature of Prime Contractor MBE Form #3 1/94

Attachment 5 to A.P. 3325

SCHEDULE FOR PARTICIPATION OF MINORITY BUSINESS ENTERPRISE

Page 39: ARCHITECTURAL/ENGINEERING SERVICES FOR FY … fileq91768 architectural/engineering services for fy-13 systemic condensation piping infrastructure replacement @ various pgcps quotation

Q.:91768

1. PRIME CONTRACTOR - NAME OF FIRM & ADDRESS: (Number, Street, City, State, Zip

Code)

Telephone: __________________________ Fax_________________________________

2. PROJECT LOCATION: (Number, Street, City, State, Zip)

_________________________________________________________________________

3. PROJECT NUMBER: _____________________

4. TOTAL CONTRACT DOLLAR AMOUNT: $ ________________________

PROJECT NAME: ________________________________________________________

5. LIST THE DATA REQUESTED FOR EACH MINORITY FIRM INVOLVED IN THIS

PROJECT:

_________________________________________________________________________

a. MINORITY FIRM & ADDRESS: (Number, Street, City, State, Zip)

____________________________________________________________

____________________________________________________________

Work or Service to be performed:

_________________________________________________________

Project Commencement Date: ___________________________

Project Completion Date: ______________________________

Agreed Dollar Amount: $ ______________________________

Percentage of Total Contract: _______________ %

Certified by: MDOT and/or Prince George's County Government

Cert. No. ______________________________

b. MINORITY FIRM: (Number, Street, City, State, Zip)

Work or Service to be performed:

Project Commencement Date: _____________________________

Project Completion Date: ________________________________

Agreed Dollar Amount: $ _________________________________

Percentage of Total Contract: ____________________________ %

Certified by: MDOT and/or Prince George's County Government

Cert. No. _____________________________

6. MINORITY FIRMS TOTAL DOLLAR AMOUNT: $______________________

MINORITY FIRMS TOTAL PERCENTAGE: __________________________%

MBE Form #2 5/2004