110 PIEDMONT AVE, DURHAM NC 27707 NEW HOME CONSTRUCTION
PROJECT MANUAL
OWNER: DURHAM COMMUNITEE LAND TRUSTEES 1208 W. Chapel Hill Street Durham, NC 27701 Contact: Karl Hammond, Project Manager – 919-490-0063
ARCHITECT: JODY BROWN ARCHITECTURE, pllc. 2532 Wrightwood Avenue Durham, NC 27705 www,jodybrownarchitecture.com Contact: Jody Brown, Architect – 919-624-6007
1
TABLE OF CONTENTS:
Pg 3-4 ADVERTISEMENT FOR BIDS
Pg 5-6 BIDDING INSTRUCTIONS
Pg 7-9 BID FORM
Pg 10-11 EO/EA CONSTRUCTION MANUAL
Pg 12-13 STATEMENT NONCOLLUSION AFFIDAVIT
Pg 14-18 SAFETY QUESTIONAIRE
Pg 19-20 UBE GOALS MEMO
Pg 21-37 APPENDIX A CITY OF DURHAM EQUAL BUSINESS OPPORTUNITY PROGRAM – CONSTRUCTION FORMS
Pg 38-45 APPENDIX B SLBE BUILDING CONTRACTORS & UBE LISTING SUB-CONTRACTORS
Pg 46-50 PROJECT SPECIFICATIONS
2
ADVERTISEMENT FOR BIDS
3
ADVERTISEMENT FOR BID
110 East Piedmont Avenue, Durham, NC Single Family Construction Project
Durham Community Land Trustees, Inc. (DCLT) will open sealed formal bids submitted by qualified bidders at 2:00 PM, local time, on Tuesday, June 27, 2017, at the office of Durham Community Land Trustees, Inc. located at 1208 W. Chapel Hill Street, Durham, NC 27701 (“DCLT office”). The project involves the construction of a new 3 bedroom, 2 bath, wood frame house located at 110 East Piedmont Avenue, Durham, NC 27707, with a concrete driveway. DCLT will conduct a Pre-Bid conference at 1:00 PM Monday, June 12, 2017, at the DCLT office. Beginning immediately, plans and specifications will be open for inspection in the office of Durham Community Land Trustees, Inc. on Monday – Friday, 10:00 AM – 4:00 PM except holidays or can be downloaded from the following website of Jody Brown, Architect at:
http://www.jodybrownarchitecture.com/piedmont-bid-documents
Plans also can be viewed at The North Carolina Institute of Minority Economic Development, 114 West Parrish Street, 6th Floor, Durham, NC 27701 (919-956-8889) and the Department of Equal Opportunity and Equity Assurance (EO/EA), Annex, 101 City Hall Plaza, Durham, NC, 919-560-4180 ext. 17241. The City of Durham Equal Business Opportunity Program- Construction Forms and additional information are available in Appendix A of this Project Manual.
NOTE: Form E-101 MUST be submitted with the sealed bid. A list of pre-qualified minority and women general contractors and subcontractors are available in Appendix B of this Project Manual. Both are also available from the EO/EA web site at: http://durhamnc.gov/606/Equal-Opportunity-Equity-Assurance . The established goals of this project are 11% minority participation and 7% for women participation.
Each bidder must show evidence that it is licensed under Chapter 87 of the General Statutes of North Carolina. The bids will be evaluated and contracts awarded in accordance with law, including the City of Durham’s Small Disadvantaged Business Enterprise Program. All bids must include a non-collusion affidavit.
Durham Community Land Trustees, Inc. reserves the right to reject any or all bids, to waive any and all informalities, and to disregard all nonconforming or conditional bids or counter bids, and to accept the bid that will be in the best interest of the DCLT, the City of Durham and the residents of the Southside community.
Eligible Section 3 businesses as defined in the Housing and Urban Development Act of 1968, as amended are encouraged to apply. Any questions regarding this project can be directed to the project manager (Karl Hammond 919-490-0063) and/or architect (Jody Brown 919-624-6007).
Notice Under the Americans with Disabilities Act A person with a disability may receive an auxiliary aid or service to effectively participate in City government activities by contacting the ADA Coordinator, voice 919-560-4197, fax 919-560-4196, TTY 919-560-1200, or [email protected], as soon as possible but no later than 48 hours before the event or deadline date.
BIDDING INSTRUCTIONS
5
Durham Community Land Trustees, Inc. 110 East Piedmont Avenue New Construction Project Bidding Instructions
Bid packages are available online at http://www.jodybrownarchitecture.com/piedmont-bid-documents and hardcopies are available at the office of the Durham Community Land Trustees, 1208 West Chapel Hill Street, Durham, NC - Phone 919-490-0063, the office of the NC Institute of Minority Economic Development (NCIMED), 114 West Parrish Street, Durham, NC - Phone 919-956-8889 and the state office for Historically Underutilized Businesses (HUB), 116 W. Jones Street, Suite 4109, Raleigh, N.C. – 919-807-2330.
All bidders shall have a current North Carolina Building Contractors License, a copy of which should be included with the Bid Form submittal. The name on the Bid Form must be the same as the name on the license. Submittals should include a Schedule of Values indicating the break- down of costs among the various divisions of the construction work.
All bidders shall have in force at the time a contract is signed, General liability insurance in the amount of one million dollars ($1,000,000.00) per occurrence, Builders risk insurance in an amount sufficient to cover the entire completed project, Workers Compensation Insurance on all employees, and Automobile insurance on all company vehicles.
The City of Durham Equal Business Opportunity Program- Construction Forms and answers to additional questions are available in Appendix A and a list of pre-qualified minority and women general contractors and subcontractors are available in Appendix B of the Project Manual and available from the EO/EA web site at http://durhamnc.gov/606/Equal-Opportunity-Equity-Assurance . The established goals of this project are 11% Minority Underutilized Business Enterprise (MUBE) participation and 7% for Women's Underutilized Business Enterprise (WUBE) participation.
A Pre-Bid Conference will be held at 1:00 PM on Monday, June 12 in the office of the Durham Community Land Trustees at 1208 W. Chapel Hill St., Durham, NC 27701.
Sealed bids are due by and will be opened at 2:00 PM, local time, on Tuesday, June 27, 2017 in the office of the Durham Community Land Trustees at 1208 W. Chapel Hill St., Durham, NC 27701.
The following information MUST be included in the sealed Bid packet: Bid Form – Fully signed, dated, and witnessed. A Non-Collusion Affidavit Bidder's Safety Questionnaire Form E-101 – UBE Participation on Base Bid - See Appendix A A current North Carolina Building Contractors License. A Schedule of Values for each housing unit.
All bidders will be notified of the bid tally. We expect to accept the lowest responsible bid, DCLT reserves the right to reject a bid without cause. A winning bid(s) will be selected and the winning bidder(s) will be asked to submit references and negotiate a contract for the work within three weeks. We are hopeful that the work could begin during the month of July 2017. All questions should be addressed to Karl Hammond, Project Manager at 919-490-0063, or Jody Brown, Architect, 919-624-6007.
6
BID FORM
7
Durham Community Land Trustees, Inc. 110 East Piedmont Avenue New Construction Project
BID FORM
Sealed Bid Opening: Tuesday June 27, 2017 at 2:00 p.m.
1. I, the undersigned, have inspected the above referenced properties and have familiarized myself withthe plans and specifications with attachments. I am also familiar with the UBE requirements of theproject, and understand the character and scope of the work to be performed.
2. I propose to furnish all labor, materials, equipment, supervision and permits necessary to complete theconstruction of 110 E. Piedmont Avenue according to the specifications and prevailing professionalstandards for the sum of:
TOTAL Dollars. $ .00
3. I have included a copy of my NC General Contractors License, Form E-101, a Non- CollusionAffidavit, a Bidder's Safety Questionnaire and a Schedule of Values indicating the various costs ofconstruction.
4. If I am offered the contract for this project, I am available to begin work on , and would expect to complete the project within calendar days.
5. I propose to employ the following subcontractors on this project:
HVAC
Plumbing
Electrical
6. I will honor the above bid amount for a period of 30 days. If a contract is not executed before that time,I may, at my discretion, decline the contract or propose a re-negotiation of the contract amount.
7. By signing below, I certify that I have not colluded with or conspired with any other person or firmregarding the submission of this bid.
Principal or Owner: ____________________________________ Date: _____________
Company: Telephone:______________
Address:_________________________________________________________________
Witnessed By: ____________________________________________________________
Durham Community Land Trustees, Inc. 110 East Piedmont Avenue New Construction Project
Schedule of Values
Description Cost Comments
Site Work
Foundation
Framing
Roof
Siding
Gutters
Windows
Exterior Doors
Painting
Plumbing
Electrical
HVAC
Insulation
Drywall
Interior Trim
Cabinets
Floors
Landscaping
Driveway
Total Cost
EO/EA CONSTRUCTION MANUAL STATEMENT
10
REVISED EO/EA CONSTRUCTION PROJECT MANUAL STATEMENT It is the policy of the City to provide equal opportunities for City contracting to underutilized businesses owned by minorities and women doing business in the City’s Contracting Marketplace. It is further the policy of the City to prohibit discrimination against any firm in pursuit of these opportunities, to conduct its contracting activities so as to prevent such discrimination, to correct the present effects of past discrimination and to resolve complaints of discrimination. This policy applies to construction contracting. The City’s Department of Equal Opportunity / Equity Assurance Department has reviewed this proposed project and established Underutilized Business Enterprise (UBE) participation goals: Minority Business Enterprise (MUBE)-11% and Woman Business Enterprise (WUBE)-7%. A listing of firms from the HUB database is included in this project manual. Bidders may also use firms currently certified as MUBES and WUBES by N.C. D.O.T. and the SBA 8(a) Program to meet the participation requirements.
1. The bids will be evaluated and the contract awarded in accordance with statutory publiccontract requirements and as supplemented by the City of Durham’s Equal BusinessOpportunity Program Construction Forms included with this bid. The following formsare mandatory and must be filled out and returned with the bid proposal.
A. Bid FormsB. Non-Collusion AffidavitC. Bidder Safety Evaluation QuestionnaireD. *** BID BOND IF applicable****E. Equal Business Opportunity Program Construction Forms
1. Forms E-101(UBE Participation On Base Bid) and/or E-102(UBE ParticipationOn Bid Alternate)
2. Employee Breakdown.
Any bids submitted without these completed forms may be deemed as “non-responsive”. If there are any questions or problems in filling out the SDBE forms, please contact:
City of Durham Equal Opportunity/Equity Assurance Department
(919) 560-4180
11
NONCOLLUSION AFFIDAVIT
12
NON-COLLUSION AFFIDAVIT OF BIDDER
State of County of , being first duly sworn, deposes and says that:
1. He is of , the Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinentcircumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees orparties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly orindirectly with any other Bidder, firm or person to submit a collusive or sham Bid in connection with theContract for which the attached Bid has been submitted or to refrain from Bidding in connection with suchContract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication orconference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any otherBidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Bidder, or tosecure through any collusion, conspiracy connivance or unlawful agreement any advantage against the
(Local Public Agency) or any person interested in the proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion,conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives,owners, employees, or parties in interest, including this affiant.
(Signed)
Title Subscribed and sworn to before me this
day of ,
Title My Commission Expires
13
SAFETY QUESTIONAIRRE
14
City of Durham Finance Policy 603
Bidder Safety Record Review Form
A. Bidder Safety Qualifications
The following safety information shall be requested of all contractors submitting bids to the City as part of the solicitation and advertising for construction and repair work with the City when the total construction and repair contract amount is expected to equal or exceed the minimum contract amount requiring compliance with State bidding laws.
The City requires that all bidders provide the following information regarding their safety history: 1. OSHA DART Incident Rate
Provide the bidder’s DART Incident Rate calculated from OSHA’s Form 300A for thelast three years and the other required information in the table below. The bidder mustattach all supporting documentation and calculations including certified OSHA forms.
2. Experience Modification Rate (EMR)
Provide the Bidder’s most recent Experience Modification Rate (EMR) based on insurance claims history. The bidder must provide the source of the EMR information and contact information of insurer entity providing the EMR.
3. Answer the following OSHA Specific Questions:(a) Within the last 2 years, has the bidder received any citations classified by OSHAas being (1) serious, (2) willful and/or (3) repeat violations where your companyoperates?
Yes _____ No ________ If yes, attach a copy of each such citation and violation.
(b) Has the Bidder experienced any work-related fatalities within the last five years?
Yes ______ No ______
15
(c) Has the Bidder had any citations issued by OSHA as a result of work relatedfatalities within the past 5 years?
Yes ______ No ______
(d) Is the Bidder under investigation for any work-related fatalities?
Yes ______ No ______
(e) If your answer is “yes” to 3(b), (c) or (d), please provide a copy of the citation(s),list of number(s) of fatalities and documented explanation of the fatality.
4. Safety Plan:(a). Does the company have a written safety program that includes responsibility for all aspects of safety management?
Yes ______ No ______
(b) Does the company have a written plan for safety training of new employees andongoing training of existing employees?
Yes_________ No _______
(c) Does the company have documented evidence of safety training that they haveconducted?
Yes_________ No _______
(d) If the company has employees with limited English ability, does the companyhave a written plan for ensuring that their employees understand the training they arebeing given?
Yes_________ No _______
(e) Do all supervisors have an appropriate documented level of OSHA training (e.g., aminimum of 30 hour OSHA construction safety training)?
Yes_________ No _______
(f) Do employees have documented basic OSHA 10 hour construction safety training?
Yes_________ No _______
(g) Does the company have a documented Hazard Communication Program?
Yes_________ No _______
16
5. Required Written Explanation of Safety RecordIf the bidder has any of the following:
(a) DART Incident Rate greater than its industry average,(b) an EMR greater than 1.0,(c) answered “yes” to any of the OSHA Specific Question above, or(d) answered “no” to any of the Safety Plan questions, the bidder shall provide the City,in its bid, a detailed written explanation of its safety record and the reasons why suchsafety history is NOT representative of its future performance and what specific actions ithas taken to improve its overall safety record. Failure to provide a written explanation ofits safety record pursuant to this paragraph may be deemed as non-responsive by theCity.
B. Evaluation of Safety Information
1. No Further Evaluation is required of the lowest bidder if the following responses are provided:(a) Bidder has a 3-year average DART Incident Rate equal to or better than the industryaverage;(b) Bidder has an EMR rating equal to or less than 1.0;(c) Bidder response is “no” for all OSHA Specific Questions; and(d) Bidder answers “yes” to all of the Safety Plan questions.
2. If any of the following applies to the lowest bidder:(a) it has a 3-year average DART Incident Rate worse than the industry average;(b) an EMR greater than 1.0;(c) the bidder responds “yes” to any or all of the OSHA Specific Questions, or,(d) the bidder response “no” to any or all of the Safety Plan questions,
then the bidder’s documentation shall be referred to the City’s Risk Management Division together with the bidder’s written explanation of its safety record. If, after reviewing the bidder’s documentation, the City’s Risk Management Division and the department issuing the bid believes the lowest bidder’s safety record is sufficiently poor such that it is reflective of the bidder’s overall performance and quality of work, the bid shall be considered non-responsive and staff shall recommend rejection of the bid to the City Manager or City Council as appropriate according to their contract approval and award authority. If, however, after reviewing the bidder’s documentation, the City’s Risk Management Division and the department issuing the bid believes the past safety record of the lowest bidder is not representative of the work that it can perform and/or it would be in the best interest of the City to enter into such contract, staff shall recommend award of the contract by either the City Manager or City Council as appropriate according to their contract approval and award authority.
17
THIS PAGE INTENTIONALLY LEFT BLANK
18
UBE GOALS MEMO
19
20
APPENDIX A CITY OF DURHAM EQUAL BUSINESS
OPPORTUNITY PROGRAM – CONSTRUCTION FORMS
21
CITY OF DURHAM
EQUAL BUSINESS
OPPORTUNITYPROGRAM
CONSTRUCTION FORMS
Revised 3/2016
*
Phone: 919-560-4180
Facsimile: 919-560-4513
Street Address:
101 City Hall Plaza (Annex)
Durham, North Carolina 27701
22
INSTRUCTIONS ON UBE REQUIREMENTS
FOR USE IN BIDDING ON CONSTRUCTION PROJECTS WITH THE CITY OF DURHAM
These instructions summarize the provisions of the City of Durham’s Equal Business Opportunity Ordinance as it applies to the bid process. Of course, as with any summary, it cannot reflect all of the ordinance.
QUESTIONS AND ANSWERS ON UBE REQUIREMENTS
1. What is the purpose of the City’s Equal Business Opportunity (EBO) program? The City Managerhas set UBE goals for certain contract classifications. There will be a goal for UBEs owned by minoritiesand a goal for UBEs owned by women. For the bid to be fully considered by the City, the bid needs tomeet the established goals or the bidder needs to have made good-faith efforts to subcontract withUBEs in order to meet the goals. In order to be given credit for making those good-faith efforts, thebidder must provide written documentation of those good-faith efforts. That written documentation mustbe submitted to the City within 2 days after the bid opening unless a different time is stated by the City.See the instructions below regarding Form E-107.
2. What is an ―UBE‖? It means an Underutilized Business Enterprise. An UBE is a business, certifiedby the N. C. Department of Administration HUB Office, N.C. Department of Transportation or theU.S. Small Business Administration Section 8(a) Business Development Program as a minority orwomen business enterprise. The qualifying UBE needs to have its certification from one of theabove named entities before the bid opening if it is to count toward meeting the goals. Failure toprovide evidence of UBE status may disqualify the firm’s participation for the purpose of meeting
UBE goals
For purposes of this document and associated forms, any reference to an “UBE,” or similar reference shall
include reference to a qualified women or minority owned firm certified and approved in accordance with the above paragraphs.
3. What UBE forms must a bidder or contractor turn in to the City, and when?
Name or description of form Necessary to submit this form? When to submit it?
E-101 (UBE PARTICIPATIONON BASE BID)
Always With the bid
E-102 (UBE PARTICIPATIONON BID ALTERNATE)
Yes, if there are alternates. Use a separate form for each alternate.
With the bid
E-103 reserved for future use) n/a n/a
E-104 (EMPLOYEEBREAKDOWN)
Yes or a EEO-1 form if large enough to report employment statistics to the federal government.
With the bid
23
UBE forms continued
E-105 (STATEMENT OFINTENT TO PERFORM ASSUBCONTRACTOR)
Yes, if the bidder proposes to count any subcontracts with UBEs towards the UBE goals
Within 5 days after bid opening unless a different time is stated by the City.
E-106 (REQUEST TO CHANGEUBE PARTICIPATION AFTERBID OPENING)
Yes, if the bidder or contractor proposes certain changes in its subcontracting
Not with the bid. Once the bidder is identified as the apparent lowest responsible bidder, this form is due before the bidder/contractor can make the proposed change.
E-107 (QUESTIONNAIRE ONBIDDER’S GOOD-FAITHEFFORTS)
Yes, if the bidder fails to meet the UBE goals. Do not turn in if the bidder met the goals.
Within 2 days after bid opening unless a different time is stated by the City
Good-faith documentation Yes, if the bidder failed to meet the UBE goals.
Within 2 days after bid opening unless a different time is stated by the City
24
4. If a bidder fails to meet the UBE goals, can it still be awarded the contract? Bidders that do notmeet the goals but demonstrate good-faith efforts are treated equally to those that meet the goals.Awarding a contract is ultimately the decision of the City Council, which considers compliance with theEBO ordinance along with other matters.
5. In making good-faith efforts, what UBEs should a potential bidder contact? The City provides alist of UBEs that have been certified by the N. C. Department of Administration HUB Office, as aminority or women business enterprise for particular trades, services, goods, etc. Potential biddersshould contact UBEs listed for the work that can be subcontracted.
6. Our firm already has employees who can do the work and does not want to subcontract that
work. How does this fit in? The purpose of the EBO ordinance is to change business practices thatwould otherwise occur, by giving opportunities to under-used segments of the economy. If the bidderdoes not meet the goals, its good-faith efforts will be examined as with any other bidder that did not meetthe goals.
7. If the bidder contacts an underutilized business enterprise owned by a minority or woman that
could become a UBE, will that count toward good-faith efforts? This contact will not count unless thefirm that you contact is certified by the N. C. Department of Administration HUB Office, N.C. Departmentof Transportation or the U.S. Small Business Administration Section (a) Business Development Programas a minority or women business enterprise before the bids are opened. In making good-faith efforts, letus suppose that a potential bidder contacts firms that could qualify to be UBEs. If those firms have theircertification from the previously identified authorities at the time of the bid opening, those contacts willcount towards good-faith efforts. But there is a risk, because getting certification takes time.
8. Do all subcontracts with UBEs count? The City will count as UBE participation only expenditures to anUBE that performs a commercially-useful function in the relevant work. An UBE performs such a functionwhen the minority or women business owners themselves are actually involved in performing, managing,and supervising a distinct element of the work. To determine whether those requirements are met, theCity takes into account the amount of work subcontracted, industry practices, the adequacy of theresources of the UBE for the work, the qualifications, such as possession of licenses, permits, andprofessional designations of the minority and women owners, and other relevant factors. For example, ifan UBE lacks substantially all of the resources equipment and personnel to do the work it shall bepresumed not to perform a commercially-useful function. The EBO ordinance includes more points toconsider on this issue.
9. May an UBE enter into subcontracts? This question arises in two situations: (1) the bidder is anUBE and (2) the bidder is subcontracting with an UBE. Consistent with normal industry practices, anUBE may enter into subcontracts. If an UBE subcontracts a significantly greater portion of the work ofthe contract than would be expected on the basis of normal industry practices, the UBE shall bepresumed not to be performing a commercially-useful function. The UBE may present evidence torebut this presumption to the City.
10. What does it mean to say that information must be submitted ―with the bid‖? Unless bidders aregiven other written instructions from the City, it means that the information must be in a sealed envelope,delivered to the same place where a bid can be delivered, and before the time set for the bid opening.Unless bidders are given other written instructions from the City, the information can be either in thesame envelope as the bid or in a separate envelope. If it is a separate envelope, the outside of theenvelope must state the same information that is required on the bid envelope, and that it contains UBE
forms.
25
11. When the chart in question 3 says that a form can be submitted 2 days or 5 days after the bid
opening, exactly when is it due? Where is it to be submitted?
. The form must be submitted to the City’s EOEA Department, located at 101 City Hall Annex or faxed/emailed to (919) 560-4513, so that it is received within 2 days or 5 days (whichever applies according to the chart) after the bid opening. If the form is faxed/emailed, it must be received before midnight on that 2nd or 5th day. If it is delivered by any other means, it must be received before 5:00 PM. In counting these 2 days or 5 days, exclude the following: the day of the bid opening, Saturday, Sunday, and holidays observed by city government of the City of Durham. For instance, for a form due in 2 days, if the bid opening is on a Thursday, the due date for the form would be on the following Monday (midnight if faxed, otherwise 5:00 PM). If the day after the bid opening or that Monday is a City holiday, the form would be due on Tuesday. For a form due in 5 days, if the bid opening were on Tuesday, the due date for the form would be on the following Tuesday (midnight if faxed, otherwise 5:00 PM). If any weekday between those Tuesdays is a City holiday or if the Tuesday on which the form would be due is a City holiday, the form would be due on Wednesday. It is best to place the documents inside an envelope, and to write on the outside of the envelope the same information that is required on the bid envelope, and that it contains UBE forms. Holidays observed by city government are New Years' Day, Dr. Martin Luther King, Jr., Day; Good Friday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the day after Thanksgiving Day, Christmas Day; two days (varying from year to year) during the week of Christmas Day; and other times as may be authorized by City Council.
12. When there are bid alternates how is UBE participation counted? The total amount of the awardactually made by the City is the key. For instance, assume the following made-up example:
Base bid is $200,000Alternate A bid is $50,000Alternate B bid is $22,000Minority-owned UBE goal is 11%.
The bidder proposes Minority-owned UBE participation as follows: $22,000 on the base bid, $4,000 onAlternate A, and $10,000 on Alternate B.
In this fictional example, the bidder may or may not meet the goal, depending on the actual award by Council. This chart illustrates:
26
A W A R D B Y C I T Y C O U N C I L
Only the base bid
Base bid + Alternate A Base bid + Alternate B Base bid + Alternates A & B
Bid total $200,000 $250,000 (200,000 + 50,000)
$220,000 (200,000 + 20,000)
$270,000 (200,000 + 70,000)
Total UBE participation
$22,000 $26,000 (22,000 + 4,000)
$32,000 (22,000 + 10,000)
$36,000 (22,000 + 14,000)
Minority‐owned UBE
percentage
11% 10.4% 14.5% 13.3%
Meet 11%
Minority‐ owned UBEgoal?
Yes No Yes Yes
14. How is the lease of equipment by an UBE counted? If the UBE leases equipment for the work of thecontract, the value of the lease payments is included as part of the UBE’s participation. However, it is notproper to include such lease payments if they are to be made to the prime contractor or the primecontractor’s “Affiliate.” To understand what an “Affiliate” is, see section 26‐3 of the EBO ordinance.
15. How is the purchase of goods from an UBE counted? If the bidder is buying goods from an UBE, thecost of the goods can be considered UBE participation only if (a) the UBE operates or maintains a factorythat produces the goods, or (b) the UBE has an establishment where the goods of the general characterdescribed by the specifications or required under the Contract are regularly sold or leased to the public inthe usual course of business. If (b) applies, the UBE’s principal business must be selling or leasing thosegoods and the UBE must operate under its own name
INSTRUCTIONS FOR INDIVIDUAL UBE BID FORMS FOR CONSTRUCTION
Form E-101 (UBE PARTICIPATION) On this form, “participation” is the dollar amount of subcontracts for
significant goods and services to be used to perform the contract. For instance, if the bidder would enter into subcontract with UBEs for a total of $30,000, that would be the UBE participation amount. The sum of UBE participation and non-UDBE participation should equal the amount of the bid. Form E-101 is required for the base bid
Form E-102 (UBE PARTICIPATION ON BID ALTERNATE) This form is essentially the same as Form E-101, except that it is used for the alternate bids instead of the base bid. Use a separate Form E-102 for each alternate bid.
Form E-103 reserved for future use
27
Form E-104 (EMPLOYEE BREAKDOWN) Complete Part A for the primary location where the goods and services that are the subject of the bid are to be made or provided. If the parent company or other locations of the bidder are providing any substantial portion of the goods or services, then the bidder must also complete Part B, for the consolidated company. If the bidder has an EEO-1 Report that provides the same information as required on the Form E-104, the EEO-1 Report may be used instead. On whether to submit Form E-104, see question 3 above. See questions 3 and 11 above on when and where to turn in this form.
Form E-105 (STATEMENT OF INTENT TO PERFORM AS SUBCONTRACTOR) The bidder must provide a Form E-105 (Statement of Intent) for each UBE firm that the bidder would subcontract with if the City awards the contract to the bidder. See questions 3 and 11 above on when and where to turn in this form.
On Form E-105, what happens if column 2 (dollar amount) disagrees with column 3 (percentage)? If there is a conflict between the dollar amount in Column 2 and the percentage of base bid in Column 3, the percentage stated in Column 3 will control. For instance, if Column 2 if $10,000, Column 3 is 10%, and the base bid is $200,000, there is an error, because ten percent of $200,000 is $20,000, not $10,000. In that example, the form will be read as a commitment for $20,000. If the UBE both (i) is doubtful of its arithmetic and (ii) wants Column 2 to control in case of disagreement, it may say that Column 2 will control over Column 3, but to do so, it must write that on Form E-105.
E-106 (REQUEST TO CHANGE UBE PARTICIPATION AFTER BID OPENING) When is thisform used? Beginning with the time that the City Manager identifies a bidder as the apparent lowest responsible bidder and continuing as that bidder is awarded the contract and continuing until that bidder/contractor reaches the point of final completion of the work, Form E-106 is to be used when the following occurs: If the bidder/contractor proposes to do any of the following ;
to replace a subcontractor, to perform subcontracted work with the bidder/contractor’s own forces, to increase the quantity of subcontracted work, to decrease the quantity of subcontracted work, or to change the allocation of work among subcontractors,
then the bidder/contractor must make good-faith efforts to attain the goals that it has shown on the E-101 and applicable E-102 forms, and the bidder/contractor must fill out Form E-106. Substitutions of subcontractors in these circumstances, both before and after the awarding of a contract, are subject to City approval. Consult the City’s EO/EA Department on the procedures to follow in order to comply with City Code 26- 10(c).
E-106 (QUESTIONNAIRE ON BIDDER’S GOOD-FAITH EFFORTS) Bidders that do not attain the UBE goalshave the responsibility to make good-faith efforts and to demonstrate to the City that they have made suchefforts. In determining a bidder’s good-faith efforts to engage UBEs, the City Manager shall consider theinformation supplied by the bidder to answer the questions in Form E-107, along with other criteria that theCity Manager deems proper. Form E-107 is an optional tool that bidders may use to show that they havemade good-faith efforts. See questions 3 and 11 above on when and where to turn in this form. Even whenthis form may be submitted after the bid opening, it cannot include information on efforts made after the bidopening. Even if a bidder does not use Form E-107, the City will nevertheless attempt to answer the questionson the E-107 using good-faith documentation supplied by the bidder. Bidders who do not turn in Form E-107will still find it helpful to know how the City will determine whether good-faith efforts have been made.
28
For Section 2 of Form E-107 -- To make the best good-faith efforts as described under Section 2 on E-107, your firm should have sent a written letter, email, phone call or fax to all UBEs on the City’s list that perform
the kind of work to be subcontracted. Your firm needs to keep a record of all of these attempts to reach UBEs. That letter would say, in effect, as follows: (Of course, your firm would need to write appropriate words where italicized instructions are used below.)
Our firm is interested in bidding on a contract with the City of Durham for [describe the project]. We are interested in subcontracting, to your firm, the following work [describe specific work, for example,
painting of interiors of 5 rooms, including prep work; or supplying 20 circuit breakers of type XJE‐R or
equivalent]. You may inspect the applicable plans and specifications and descriptions of items to be purchased at our office located at the address shown above, or at the City of Durham’s EO/EA
Department, 101 City Hall Plaza Annex , Durham, N.C., 27701 , 919‐560‐ 4180[, or at the AGC plan
room in (specify the locations)]. You may obtain a copy [explain how and from whom (the City,
architect, engineer, etc.) the potential subs can obtain a copy].
If applicable, tell the UBEs at which offices of the AGC the plans and specifications may be seen, possibly from the following AGC list.
1100 Euclid Avenue Charlotte, NC 28203-1868 Phone: (704)372-1450
Caswell Bldg., Glenwood Place 3700 National Drive, Ste. 201 Raleigh, NC 27612 Phone: (919)781-3270
2713 Breezewood Avenue Fayetteville, NC 28303 Phone: (910)484-0184
2527 S. 17th St. Wilmington, NC 28401 (McGee CADD Reprographics Bldg.) Phone: (910)791-5533
Other AGC locations if they have the plans and specifications
GOOD-FAITH DOCUMENTATION. This is not a City form but is documentation to be supplied by the bidder. See the instructions on Form E-107 above. Unless the bidder meets the UBE goals, the bidder must demonstrate that it made good-faith efforts. To do so, it can use a combination of providing answers to Form E-107 and documentation, such as copies of the notices to UBEs that are described in question 1(c) on FormE-107. See questions 3 and 11 above on when and where to turn in this form. Even when this documentationmay be submitted after the bid opening, it cannot include information on efforts made after the bid opening.
29
Form E‐101 UBE PARTICIPATION ON BASE BID
Name of Bidder:
Total dollar amount of UBE participation in base bid work:
or each row, check one column: E or F
Column A Column B Column C Column D Column E Column FName of proposed subcontractor for base bid work
Goods and services to be provided for base bid work
Subcontract amount, in dollars, for base bid work
Percentage of total base bid (Column C divided by total base bid)
Minority-owned UBE
Women- owned UBE
$ %
$ %
$ %
$ %
Attach extra sheets as needed.
Do the above participation amounts meet the goals on this contract, assuming only the base bid is counted?
Yes No. If the answer is No: (1) the bidder must have made good-faith efforts; (2) the bidder must provide, within 2 business days after bid opening, documentation of good-faith efforts; and (3) the bidder must sign below.
As an authorized representative of the Bidder, I swear or affirm under penalty of fraud that the good-faith efforts documentation submitted with this bid, pertaining to the base bid and all alternates, if any, is correct and not intended to defraud or mislead. After the contract between the City and the Bidder is signed, except to the extent that the City gives prior written approval for changes, the Contractor agrees that it shall engage the subcontractors listed on this E-101 and on all applicable E-102 forms, to perform the work for the dollar amounts or percentages described on this E-101 and applicable E-102s.
Signature of Individual authorized to sign for Bidder
30
Form E102 UBE PARTICIPATION ON BID ALTERNATE
This form pertains to the following bid alternate: (Speciify the alternate, in the way that it is designated in the bid docments)
Name of Bidder:
Total dollar amount of UBE participation in work on this alternate:
For each row, check one column: E or FColumn A Column B Column C Column D Column E Column FName of proposed subcontractor for this alternate
Goods and services to be provided for this alternate
Subcontract amount, in dollars, for this alternate
Percentage of total bid for this alternate (Column C divided by total bid for this alternate)
Minority- owned UBE
Women- owned SDBE
$ %
$ %
$ %
$ %
Attach extra sheets as needed.
31
E-104 EMPLOYEE BREAKDOWN
Part A – Employee statistics for the primary location
M——a——l——e——s F——e——m——a——l——e——s Employment
category
Total
Employees
Total
males
Total
females
White Black Hispanic Asian or
Pacific
Islander
Indian or
Alaskan
Native
White Black Hispanic Asian or
Pacific
Islander
Indian
or
Alaskan
Native
Project
Manager
Professional
Technical
Clerical
Labor
Totals
Part B – Employee statistics for the consolidated company. (See
instructions for this form on whether this part is required.)
M——a——l——e——s F——e——m——a——l——e——s Employment
category
Total
Employees
Total
males
Total
females
White Black Hispanic Asian or
Pacific
Islander
Indian or
Alaskan
Native
White Black Hispanic Asian or
Pacific
Islander
Indian
or
Alaskan
Native
Project
Manager
Professional
Technical
Clerical
Labor
Totals
32
Form E‐105 STATEMENT OF INTENT TO PERFORM AS SUBCONTRACTOR
Name of Bidder:
Name of Project:
The undersigned firm meets the City of Durham’s criteria as a UBE.
The undersigned UBE represents that it will enter into a formal contract with the Bidder to perform the following work in connection with the Project, in the dollar amount or percentage listed below, if the Bidder signs a contract with the City of Durham for the Project.
Describe the work in sufficient detail so that it can be determined whether the UBE’s work is a substantial and necessary part of the Project. Column 1 - description of work to be done by undersigned UBE
Column 2 -dollar amount of the proposed subcontract between the bidder and the undersigned UBE
Column 3 - percentage of Bidder’s base bid represented
by the proposed subcontract between the Bidder and the undersigned UBE
The undersigned -UBE will be ready to begin work on the subcontract on the following date:
Name of UBE: Telephone No. Fax No.
Address: Zip Code: Signature of authorized representative of UBE
Title of the person who signed above:
What persons with the UBE should the City contact with questions about this form or the proposed subcontract?
Name of individual: Telephone No.
Title of Individual:
Email address:
By submitting this form to the City of Durham, the Bidder represents that if the Bidder signs the contract with the City of Durham for the Project, the Bidder will enter into the subcontract described above with this UBE.
33
E-106 REQUEST TO CHANGE UBE PARTICIPATION AFTER BID OPENING
Project:
Name of bidder or contractor:
Name and title of representative of bidder or contractor:
Address : Zip Code:
Telephone No.: Fax Number:
Email address:
Total amount of original contract, before any change orders or amendments:
Total amount of the contract, including all approved change orders and amendments to date, but not counting the changes proposed in this form:
Dollar amount of changes proposed in this form:
The proposed change (check one) increases decreases the dollar amount of the bidder’s/contractor’s
contract with the City.
Does the proposed change decrease the UBE participation? (check one) yes no
If the answer is yes, complete the following:
This form is used only if the conditions described in the instructions are present.
BOX A
For the subcontract proposed to be changed (increased, reduced, or eliminated): Name of subcontractor:
Goods and services to be provided before the proposed change:
Is it proposed to eliminate this subcontract? yes no
If the subcontract is to be increased or reduced, describe the nature of the change (such as adding $5,000 in concrete work and deleting $7,000 in grading):
Dollar amount of this subcontract before this proposed change:
Dollar amount of this subcontract after this proposed change:
This subcontractor is (check one): -owned UBE-Owned UBE
34
BOX B. Proposed subcontracts other than the subcontract described in Box A above (continued)
Name of sub-contractor for the new work:
Goods and Services to be provided by this proposed subcontractor:
Dollar amount proposed of this proposed subcontract: This sub-contractor is:
-owned UBE
-Owned UBE
Add additional sheets as necessary.
This form is used only if the conditions descried in the instructions are present.
35
E-107 QUESTIONNAIRE ON BIDDER’S GOOD-FAITH EFFORTS
Name of Bidder:
If you find it helpful, feel free to attach pages to explain your answers. How many pages is your
Firm attaching to this questionnaire?__________________(Don’t count the 2 pages of this questionnaire.)
If a yes or no answer is not appropriate, please explain the facts. All of the answers to these questions
relate only to the time before your firm submitted its bid or proposal to the City. In other words,
actions that your firm took after it submitted the bid or proposal to the City cannot be mentioned or
used in any answers.
1. SOLICITING UBEs.
(a) Did your firm solicit, through all reasonable and available means, the interest of all UBEs (that is, inthe list provided by the City) in the scopes of work of the contract? yes no
(b) In such soliciting, did your firm advertise? yes no Are you attaching copies to this questionnaire, indicating the dates and names of newspaper or other publication for each ad if that information is not already on the ads? yes no
(c) In such soliciting, did your firm send written (including electronic) notices or letters? Are you attachingone or more sample notices or letters? yes no
(d) Did your firm attend the pre-bid conference? yes no
(e) Did your firm provide interested UBEs with timely, adequate information about the plans,specifications, and requirements of the contract? yes no
(f) Did your firm follow up with UBEs that showed interest? yes no
(g) With reference to the UBEs that your firm notified of the type of work to be subcontracted -- Did yourfirm tell them?
(i) the specific work your firm was considering for subcontracting? yes no
(ii) that their interest in the contract is being solicited? yes no
(iii) how to obtain and inspect the applicable plans and specifications and descriptions of items tobe purchased? yes no
36
2. BREAKING DOWN THE WORK.
(a) Did your firm select portions of the work to be performed by UBEs in order to increase thelikelihood that the goals would be reached? yes no
(b) If yes, please describe the portions selected. ANSWER:
3. NEGOTIATION. In your answers to 3, you may omit information regarding UBEs for which you areproviding Form E-105.
(a) What are the names, addresses, and telephone numbers of UBEs that you contacted? ANSWER:
(b) Describe the information that you provided to the UBEs regarding the plans and specificationsfor the work selected for potential subcontracting. ANSWER:
(c) Why could your firm not reach agreements with the UBEs that your firm made contact with?Be specific. ANSWER:
4. ASSISTANCE TO UBEs ON BONDING, CREDIT, AND INSURANCE.
(a) Did your firm or the City require any subcontractors to have bonds, lines of credit, or insurance?yes no (Note: In most projects, the City has no such requirement for subcontractors.)
(b) If the answer to (a) is yes, did your firm make efforts to assist UBEs to obtain bonds, lines ofcredit, or insurance? yes no If yes, describe your firm’s efforts. ANSWER:
(c) Did your firm provide alternatives to bonding or insurance for potential subcontractors? yes noIf yes, describe. ANSWER:
5. GOODS AND SERVICES. What efforts did your firm make to help interested UBEs to obtaingoods or services relevant to the proposed subcontracting work? ANSWER:
6. USING OTHER SERVICES.
(a) Did your firm use the services of the City to help solicit UBEs for the work? yes noPlease explain.ANSWER:
(b) Did your firm use the services of available minority/women community organizations, minority andwomen contractors' groups, government-sponsored minority/women business assistance agencies,and other appropriate organizations to help solicit UBEs for the work? yes noPlease explain. ANSWER:
37
APPENDIX B SLBE BUILDING CONTRACTORS & UBE LISTING SUB-CONTRACTORS
38
Nam
eMailin
g Ad
dress
City
State
Zipcod
eGen
der
/Race
ID
Contact
Phon
eEm
ail
Services
Licenses
ABTA
K of Durha
m,
Inc.
11 Log
ging
Trail
Durham
NC
2770
7M
Eli B
rown; Amos
Coop
er91
9259
‐009
1ab
Gen
eral
Contractor;
concrete;
land
scap
ting;
grad
ing; utilities;
carpen
try
NC Gen
eral
Contractor;s
License#
7193
0 Limite
d Bu
ilding
PU (W
ater Lines &
Sewer Lines)
ARC Co
ntracting,LLC
400 W. R
osem
ary
Street
Chap
el
Hill
NC
2751
6NM
Bran
don Ha
rt91
9‐99
5‐13
61Bran
don@
arcagc.com
Gen
eral
Contracting;
Gen
eral
Contractor
NC Gen
eral
Contractor
License#
7497
4 Unlim
ited Bu
ilding
Atlantic Corpo
rate
Contracting
5204
Strathm
ore Dr.Ra
leigh
NC
2761
3NM
Micha
el Higgins
984‐24
4‐77
00mhiggins@
acc‐gc.com
Gen
eral
Contractor
NC Gen
eral
Contactor 7
5643
Bordea
ux
Constructio
n Co
.10
0 East Britan
ia
Street
Durham
NC
2770
4NM
Rachel Sayre
(919
)220
‐114
1rachel@bo
rdea
uxconstructio
n.com
Gen
eral
Contractor
NC GC#
9266
Bridgepo
int G
eneral
Contracting, In
c.PO
Box 336
Durham
NC
2770
1NM
Shelly
McPha
tter
(919
)530
‐500
0sm
cpha
tter@bridgepo
intnc.com
Gen
eral
Contracting/Co
nstructio
n
State of NC #
6842
7
C.T. W
ilson
PO Box 201
1Du
rham
NC
2770
5NM
Chuck Wilson
(919
)383
‐253
5chuck@
ctwilson
.com
Gen
eral
Constructio
n,
Constructio
n Man
agem
ent
(Agency & At
Risk), Co
ncrete
Work,
Demolition
, Mason
ry, Strom
Draina
ge,
Form
ing,
Hardware
Installatio
n,
Carpen
try an
d Sh
eetrock.
GC License # NC
2443
39
Calamar, Inc.
P O Box 520
58Du
rham
NC
2771
3W
Pam Lan
e91
9‐49
1‐92
16pLan
ep1@
aol.com
Utility
(Water &
Sewer)
Installatio
n;
Draina
ge (R
oof
and Storm W
ater
Installatio
n);
Side
walk an
d AD
A Ra
mp
Installatio
n;
Material Sup
plier
NC Gen
eral
Contractor's
License#
5814
5
Callis C
ontractors,
Inc.
1306
Broad
Stree
tDu
rham
NC
2770
5M
F Tyler; Jesse
Callis
919‐41
6‐61
91projman
g@calliscon
tractorsinc.com
Gen
eral
Contracting an
d Co
nstructio
n Man
agem
ent;
High
way and
Pu
blic Utilities;
Demolition
NC Gen
eral
Contractors
License#
5916
7
D. W
ashing
ton
Group
, LLC
P O Box 120
73Du
rham
NC
2770
9M
LIsa Sim
ms
919‐79
4‐59
48lisa@
dwashing
tong
roup
.com
gene
ral
contracting;concr
ete; se
lective
demolition
; mason
ry;
misc
ellane
ous
metals; carpe
ntry
fram
ing;gypsum
bo
ard system
s
NC Gen
eral
Contractor''s
License#
6982
9
D.W. W
ard
Constructio
n Co
.10
06
Commun
ications
Drive
Durham
NC
2770
4NM
Andy
Ward
(919
)477
‐047
1an
dy@dw
ward.com
Gen
eral
Contractor
Constructio
n
NC Gen
eral
Contractor''s
License #7
244
Incline Co
nstructio
n Incorporated
2503
E. P
ettig
rew
Street
Durham
NC
2770
3NM
Chris Spa
rks;
Tracey Pop
e91
9‐59
8‐80
06cspa
rks@
inclinecon
struction.com
Gen
eral
Contractor
NC Gen
eral
Contractor''s
License#
5589
6
40
McQ
ueen
Co
nstructio
n, In
c.61
9 Pa
trick Ro
adBa
hama
NC
2750
3NM
Harvey
McQ
ueen
919‐69
7‐06
14hg
mcque
en@gm
ail.com
Gen
eral
Contractor,site
work, clearing,
grad
ing, erosio
n control, "abc"
placem
ent,
paving
, strea
m
restoration,
storm drainage,
pond
and
dam
constructio
n an
d mainten
ance,
pede
stria
n bridge
installatio
n,
concrete flat and
vertical
NC Gen
eral
Contractor's
License#
3698
2 Unlim
ited
Build
ing/High
way
Riggs‐Ha
rrod
Bu
ilders, In
c.PO
Box 111
00Du
rham
NC
2770
3NM
Bruce Ha
rrod
(919
)687
‐011
1Gen
eral@rig
gsha
rrod
.com
; bh
arrod@
riggsha
rrod
.com
Gen
eral
Constructio
n.
New
Co
nstrucction,
Reno
vatio
n an
d ad
ditio
ns,
Sitework, Facility
Repa
irs.
State of NC GC
License #1
8667
SGS Co
ntracting, LLC
4407
Hop
son Rd
.Morrisvill
eNC
2756
0M
Bran
dt Smith
919‐39
1‐85
15sgscon
tractin
gllc@gm
ail.com
Small
reno
vatio
ns,
specialty
item
s,
interio
r blocking
Gen
eral
Contractor
Structure Bu
ilding
Compa
ny, Inc.
P O Box 135
03Du
rham
NC
2770
9M
Jona
than
Farrar91
9‐73
0‐68
21jfa
rrar@structureb
uildingcom
pany
us.com
Gen
eral
Contracting;
Constructio
n Man
agem
ent;
Consultin
g;
paintin
g; ro
ofing;
concrete flat
work; cab
inetry;
woo
d an
d metal
fram
ing
NC Gen
eral
Contractor's
License#
4799
4
41
WAS
PCO
Corporation
4628
Indu
stry Lan
eDu
rham
NC
2771
7W
Susan Ha
rmon
919.48
9.68
91susanh
armon
@waspco.com
Metal Studs,
Insulatio
n an
d Dryw
all Insulation
NC Gen
eral
Contractor's Lic.
#138
13
42
UBE
Listing DC
LT New
Con
struction Unit
Compa
ny Nam
eCo
ntact N
ame
Address
City, State
Zip
Phon
eFax
Hub
Ce
rtificatio
nCo
nstructio
n License/Limita
tion
360 Pa
intin
g Watson, Ja
mes
203 Westridge Driv
eHigh
Point, N
C27
262
336‐77
4‐70
19jwatson@
360p
ainting.com
BA & H In
sulatio
n Inc.
Coleman
, Sha
ron
1902
Sha
rpe Ro
adGreen
sboro, NC
2740
6(336
)379
‐068
6(336
)379
‐054
5ah
insulat@
aol.com
WGen
eral Trade
s/Su
b Co
ntractor
A Be
tter View Glass &
Mirror,
Fuqu
ay, K
im15
11 Holbroo
k St
Green
sboro, NC
2740
3(336
)271
‐841
0(336
)271
‐695
2ab
etterviewglassm
irror@yaho
o.com
WGen
eral Trade
s/Su
b Co
ntractor
A.I.C
. Insulation, In
c.Co
ltran
e, Ja
net
P.O. B
ox 162
32Green
sboro, NC
2741
6(336
)674
‐161
3(336
)676
‐944
8rghu
ndley@
bellsou
th.net
WGen
eral Trade
s/Su
b Co
ntractor
Accu Painters o
f NC LLC
Ayscue
, Rocio
201 So
uthe
rn Style Dr
Holly Springs, N
C27
540
(919
)376
‐602
5accupa
HAGen
eral Trade
s/Su
b Co
ntractor
Activ
e Co
nstructio
n Services LLC
stevon
s, sh
ante
631 United Drive Su
ite#
100‐B
DURH
AM, N
C27
713
(919
)206
‐444
0(919
)206
‐447
4shan
te@activ
econ
structionllc.com
BGen
eral Trade
s/Su
b Co
ntractor
Adam
She
lton Electric
Inc
Shelton, Lori
PO Box 229
2Ad
vance, NC
2700
6(336
)998
‐519
8(336
)998
‐783
WElectrical Con
tractor 2
4291
‐U
Adkins Qua
lity Pa
intin
g Inc
Adkins, C
arol
2740
Park Ro
adMayod
an, N
C27
027
(336
)427
‐546
1(336
)427
‐769
1cw
tW
Gen
eral Trade
s/Su
b Co
ntractor
Advanced
Framing &
Interio
rsWoo
dson
, Julie
6201
River Lan
ding
s Drive
Raleigh, NC
2760
4(919
)876
‐990
5(919
)890
‐049
6Jules@
AFIcon
struction.com
WGen
eral Trade
s/Su
b Co
ntractor
Alexan
der H
eatig
n an
d Air C
onditio
ning
Alexan
der, Ch
ristin
e30
0 Ca
pesid
e Av
eHo
lly Springs, N
C27
540
919‐88
6‐48
2291
9‐55
7‐48
22christin
e@alexhv
ac.com
WElectrical Con
tractor 3
1115
;M
echa
nical/H
eatin
g Con
tractor
3260
8 All Systems R
estored
HVAC
& Electric
alCu
rrie, K
elvin
2832
‐H3 Ra
ndleman
Rd
Green
sboro, NC
2740
633
6‐38
2‐52
19asrhvacele@ho
tmail.com
BElectrical Con
tractor 2
1941
‐U
;Gen
eral C
ontractor
Non
e;Gen
eral Trade
s/Su
b
Contractor ;Mecha
nical/H
eatin
g Co
ntractor 219
71
;Plumbing
/Fire
Sprinkler Systems
Contractor 219
71
ALSTON YAR
D LA
NDS
APING
& Patric
ia Jo
hnson,
John
ny A
lston
1304
Wise
Avenu
eGreen
sboro, NC
2740
7(336
)987
‐448
8alston
sland
@ho
tmail.com
BGen
eral Trade
s/Su
b Co
ntractor
B an
d B Triang
le
Lawncare
Bond
, And
reP.O. B
ox 250
06Du
rham
, NC
2770
2(919
)423
‐141
7(919
)384
‐930
0ab
ond@
band
btria
nglelawncare.com
B
Bowde
n Electrical In
cBo
wde
n, Bob
by14
51 Sou
th Elm
Eug
ene
Street
Green
sboro, NC
2740
6(336
)987
‐905
9(336
)510
‐278
2bo
wde
nelectric
alinc820
6@yaho
o.com
BElectrical Con
tractor 2
8348
U
BREEDL
OVE
ELECT
RIC,
INC.
Bree
dlov
e, Tom
my
Post Office Box 649
Hend
erson, NC
2753
7(252
)438
‐342
1(252
)438
‐298
8tbreed
love@bree
dlov
eelectric
.com
AAElectrical Con
tractor 1
6871
C&C Lawn an
d Garde
ning
Service
Carpen
ter, Jane
lle77
6 Ru
nning broo
k lane
Rural H
all, NC
2704
533
6‐35
4‐91
54jane
llec96@
gmail.com
BGen
eral Trade
s/Su
b Co
ntractor
Cana
dy's Land
scap
e &
Erosion Co
ntrol
Cana
dy, Stefanie
Penn
y Ca
nady
Lexing
ton, NC
2729
533
6‐23
6‐11
8233
6‐24
9‐81
65cana
dyserosio
n@gm
ail.com
WGen
eral Trade
s/Su
b Co
ntractor
Capp
s Con
struction &
Plum
bing
, Inc.
Dillo
, Deb
ra28
52 Old Buies Creek
Road
Angier, N
C27
501
(919
)639
‐406
0(919
)639
‐010
6ccpi4u
@ea
rthlink.ne
tW
Plum
bing
/Fire
Sprinkler Systems
Contractor 139
46
CARO
LINA GLA
SS &
MIRRO
R INC
Fitche
tt, Lisa
P O Box 143
9Garne
r, NC
2752
991
9‐66
2‐90
5091
9‐66
2‐90
83lfitche
tt@carolin
aglass.com
WArchite
ctural Service ;Gen
eral
Trad
es/Sub
Con
tractor
Carolin
a Green
scap
es
Land
scap
ing
Smith
, Kim
112 Su
ndial D
rive
Lexing
ton, NC
2729
533
6‐34
5‐12
98cgreen
scap
es@yaho
o.com
WGen
eral Trade
s/Su
b Co
ntractor
0506
CA
ROLINA PLUMBING
SUPP
LY IN
CHa
ggis, Geo
rge
4601
Trade
mark Drive
Raleigh, NC
2761
025
2‐40
7‐77
3391
9‐87
6‐86
78george@carolin
aplumbing
supp
ly.com
B
Carpet One
Floor &
Home
Clayton, She
ila50
0 A Old Durha
m Roa
dRo
xboro, NC
2757
333
6‐59
9‐13
3 933
6‐59
9‐07
34sheilaclayton@
emba
rqmail.com
W
43
UBE
Listing DC
LT New
Con
struction Unit
Chap
a's D
rywall &
Paint
CO.
CHAP
A, ANGEL
po box 746
3Green
sboro, NC
2741
7(336
)285
‐545
3(336
)638
‐232
9acha
pas@
triad.rr.com
HAGen
eral Trade
s/Su
b Co
ntractor
CHAV
EZ IN
TERIORS
LLC
Chavez, Yaritza
480 FO
RUM PAR
KWAY
RURA
L HA
LL, N
C27
045
336‐96
9‐26
6933
6‐96
9‐04
99ycha
vez@
chavezinterio
rs.com
HAGen
eral Trade
s/Su
b Co
ntractor
CMC FLOORING
ENTERP
RISES INC
MEN
DOZA
, RAU
L52
28 N ROXB
ORO
RD
DURH
AM, N
C27
712
919‐26
7‐20
1191
9‐26
7‐20
36info@cm
cflooringent.com
HAArchite
ctural Service ;Gen
eral
Contractor 763
49
Limite
d;Gen
eral Trade
s/Su
b Co
ntractor
Commercial Doo
rs &
More LLC
Wilson
, Steph
anie
1091
Anjan
ette Lan
e.cree
dmoo
r, NC
2752
291
9‐22
9‐11
95sw
ilson
@commercialdo
ors.co
WGen
eral Trade
s/Su
b Co
ntractor
Crow
n Floo
ring LLC
Harrell, Tany
a58
39 Fayetteville Rd
Raleigh, NC
2760
3(919
)773
‐497
3(919
)773
‐497
4crow
nflooringllc@be
llsou
th.net
WGen
eral Trade
s/Su
b Co
ntractor
Crow
n Po
wer Electric
Lee, Darmel
1025
Alston
Village Ln
Cary, N
C27
519
704‐27
7‐39
48crow
npow
erelectric@gm
ail.com
BElectrical Con
tractor 2
8519
Danco Electrical, Inc.
Dodrill, M
issy
890 Pa
rk Avenu
eYo
ungsville, N
C27
596
(919
)562
‐319
1(919
)562
‐850
3miss
y@da
ncoe
lectric
al.com
WElectrical Con
tractor 2
4384
‐U
DAVIDS
ON SAS
H &
DOOR INC
Worley, Ja
ne13
58 Piedm
ont D
rive
Lexing
ton, NC
2729
5(336
)249
‐027
6(336
)249
‐775
0jworley@
davidson
sash.com
WGen
eral Con
tractor 9
502
Unlim
ited
Divisio
n 9 Pa
intin
g Group
Parker, D
aphn
e29
10‐101
Calvary Dr.
Raleigh, NC
2760
4‐28
5491
9‐27
2‐00
8691
9‐74
7‐42
70dp
arker329
@yaho
o.com
BGen
eral Trade
s/Su
b Co
ntractor
1517
59
DLT RO
OFING ,INC.
TEDD
ER, TER
ESA
7065
us h
wy 30
1kenly, NC
2754
291
9‐33
9‐79
5591
9‐28
4‐67
68dltroo
fing@
yaho
o.com
AIGen
eral Con
tractor 7
1227
Limite
dDS
Doo
r & Spe
cialtie
s,
LLC
Schw
artz, Joy
cePO
Box 448
3Ashe
boro, N
C27
204‐
4483
(336
)736
‐888
033
6‐73
6‐88
80dsdo
WGen
eral Trade
s/Su
b Co
ntractor
Dunlap
Law
n Service,
Inc.
Mills, Karen
PO Box 395
97Green
sboro, NC
2743
8(336
)282
‐363
6(336
)282
‐363
7dlsin
c@du
nlap
lawnservice.com
WGen
eral Trade
s/Su
b Co
ntractor
Dunlap
Paint Con
tracts,
Inc.
Mills, Karen
P.O. B
ox 395
97Green
sboro, NC
2743
8(336
)282
‐363
6(336
)282
‐363
7Du
nlap
.Paint@yaho
o.com
WGen
eral Trade
s/Su
b Co
ntractor
Electric One
, Inc.
Mayhe
w, Ton
yPO
Box 167
63Green
sboro, NC
2741
6(336
)545
‐099
0(866
)362
‐384
BElectrical Con
tractor 2
4590
‐U
Fresh Start P
ainting
Service LLC
Plum
mer, Trene
shia
1115
Herita
ge M
anor
Drive
Raleigh, NC
2761
025
2‐76
7‐35
98fspa
intin
g15@
gmail.com
BGen
eral Trade
s/Su
b Co
ntractor
Gen
esis Pa
intin
gJackson, Richa
rd13
60 Jo
hn Rosser R
dSanford, NC
2733
2(919
)258
‐536
5(919
)258
‐048
5ric
hard_a
_jackson
2001
@yaho
o.com
BGuilfo
rd Glass & M
irror,
Inc.
Crud
up, R
uth
301 S. Elm
St.
Green
sboro, NC
2740
1(336
)373
‐092
0(336
)379
‐877
7gu
ilfordg
lassan
dmirror@ne
tzero.ne
tB
Gen
eral Trade
s/Su
b Co
ntractor
1645
77
GUILFO
RD PLU
MBING
SUPP
LY, INC.
McCraw, Sam
mie
3309
ANVIL PLAC
ERA
LEIGH, NC
2760
391
9‐66
2‐71
1091
9‐66
2‐81
88sm
ccraw@gu
ilfordp
lumbing
supp
ly.com
W
Harry Lawrence,LLC
Lawrence Pa
intin
g Pro
Lawrence, Elizab
eth
1223
Cha
mpion
s Pointe
Drive
Durham
, NC
2771
2(919
)861
‐682
8(919
)861
‐682
9be
thlawrence1
@gm
ail.com
W
Hoggard Electric Co. LLC
Hoggard, Tim
othy
PO Box 28
Durham
, NC
2770
2‐00
28(919
)423
‐823
1t_ho
ggard@
yaho
o.com
BElectrical Con
tractor 2
5461
‐L
JC Electric
Inc.
Coates, C
hristine
4900
Hillsborou
gh Roa
dDu
rham
, NC
2770
5(919
)309
‐900
0(919
)309
‐992
7christin
e@jcen
c.com
WElectrical Con
tractor 1
7202
‐U
JOHN
SON ELECT
RICA
L SERV
ICES LLC
JOHN
SON, B
RIAN
70 ADL
ER COURT
FRAN
KLINTO
N, N
C27
525
(919
)728
‐801
8STAY
WIRED
@YA
HOO.COM
BElectrical Con
tractor 2
8471
‐L
Kenn
a Cu
stom
Painting,
Inc.
Kenn
a, Nan
cy25
17‐115
Nob
lin Roa
dRa
leigh, NC
2760
4(919
)855
‐008
2(919
)855
‐007
3estim
ating@
kenn
acustompa
intin
g.com
WGen
eral Trade
s/Su
b Co
ntractor
KMT He
ating & Air
Cond
ition
ing Co
rporati
Aal A
nubia, Doctor
756 Saint G
eorge Rd
.Ra
leigh, NC
2761
091
9‐72
3‐18
97do
ctor@km
t‐hv
acpros.com
BMecha
nical/H
eatin
g Co
ntractor
3288
2
Locklear Roo
fing iNC.
Locklear, Jackie
2019
Produ
ction dr
ste1
07Ap
ex, N
C27
539
(919
)387
‐952
7(919
)387
‐935
AIGen
eral Trade
s/Su
b Co
ntractor
M & M
Flooring, In
c.Clary, M
arcelle
6010
Tria
ngle Driv
e,
Suite
CRa
leigh, NC
2761
791
9‐88
1‐28
85man
dmflo
oring@
hotm
ail.com
B
MCB
RIDE
LAW
N SER
VICE
MCB
RIDE
,SR, HER
MAN
2003
RAN
DLEM
AN
ROAD
GRE
ENSB
ORO
, NC
2740
6(336
)378
‐687
5(336
)378
‐162
5mcbrid
etaxservic@be
llsou
th.net
B
44
UBE
Listing DC
LT New
Con
struction Unit
Meticulou
s painting an
d dryw
all
With
row, Leroy
1125
Bristoe dr
Knighd
ale, NC
2754
5(919
)638
‐033
2metpa
int40@
gmail.com
BGen
eral Trade
s/Su
b Co
ntractor
Midsouth Irrigation
Parker, Tina
PO Box 297
Lewsville, NC
2702
3(336
)765
‐747
5(336
)765
‐747
6shaw
WGen
eral Con
tractor 5
6989
Limite
d;Gen
eral Trade
s/Su
b Co
ntractor
Moss E
lectric
Moss, Herbe
rt10
1 seym
our C
reek dr.
Cary, N
C27
519
716‐20
8‐45
70h.mosselectric
@yaho
o.com
BElectrical Con
tractor 2
9072
‐I
Paintm
aster L
LCEb
erha
rdt, De
bra
4101
Edg
emon
t Rd
Wen
dell, NC
2759
1(919
)365
‐320
1(919
)365
‐320
2de
bra@
paintm
asterllc.com
WGen
eral Trade
s/Su
b Co
ntractor
Performan
ce Glass, Inc.
John
son, Lisa
2840
NC HW
Y 42
West
Clayton, NC
2752
0(919
)782
‐800
1(919
)783
‐849
4accoun
ting@
performan
ceglassin
c.com
WGen
eral Trade
s/Su
b Co
ntractor
Prod
uctio
n Pa
intin
gRo
chelle, K
eisha
8411
Garvey Drive
Raleigh, NC
2761
6(919
)676
‐550
5(919
)847
‐399
3gene
ral@
prod
uctio
npaintingo
nline.com
BGen
eral Trade
s/Su
b Co
ntractor
Professio
nal C
ommercial
Floo
rmen
ius, Lisa
3720
Allian
ce Dr
Green
sboro, NC, NC27
407
(336
)299
‐613
6(336
)299
‐613
7lisap
rocom@be
llsou
th.net
W
S&L PA
INTING &
DECO
RATING, INC.
HAYES‐CA
LVER
T, LIDA
1011
NORT
HWEST BLVD
WINSTON‐SAL
EM,
NC
2710
133
6‐77
7‐34
4233
6‐77
7‐11
06lid
asl@
aol.com
WGen
eral Trade
s/Su
b Co
ntractor
SANTIS FLOORING
SERV
ICE, IN
CCE
RDA SA
NTIS,
RODO
LFO
P O BOX 70
25GRE
ENSB
ORO
, NC
2741
733
6‐67
4‐59
7233
6‐67
4‐53
74santisflooringserviceinc@
gmail.com
HAGen
eral Con
tractor Unlim
ited
Seagroves E
lectric
al
Service, In
cSeagroves, Thu
rman
8517
App
lecross C
ircle
Apex, N
C27
539
(919
)772
‐712
4(919
)772
‐441
2seagroves@
bellsou
th.net
DElectrical Con
tractor 1
1000
‐U
SUNRISE ROOFING, INC.
WILSO
N, P
ATRICIA
448 BE
NT FA
RM ROAD
STONEV
ILLE, N
C27
048
(336
)627
‐588
8(336
)627
‐942
4pw
ilson
WGen
eral Trade
s/Su
b Co
ntractor
5734
7 Triang
le Com
mercial
Paintin
gSans, Ton
i54
08 Cum
berla
nd Plain
DrRa
leigh, NC
2761
6(919
)961
‐101
7(919
)877
‐008
2tonisans@triang
lecommercialpa
intin
g.co
mW
Gen
eral Trade
s/Su
b Co
ntractor
Villanu
eva Pa
intin
g Co
Inc
Villanu
eva, Patric
k83
11 Brie
r Creek
Parkway 105
‐416
Raleigh, NC
2761
791
9‐82
5‐88
47(919
)516
‐076
5villanu
evap
aint@ao
l.com
HAGen
eral Con
tractor
Limite
d;Gen
eral Trade
s/Su
b Co
ntractor
45
PROJECT SPECIFICATIONS
46
110 PIEDMONT – NEW HOME SPECIFICATIONS
DIVISION 1 - ALLOWANCES
• CARPET ALLOWANCE - $9.20 / SQUARE YARD• VINYL ALLOWANCE - $1.00 / SQUARE FOOT• ENGINEERED FLOORING ALLOWANCE - $4.00 / SQUARE FOOT
DIVISION 2 - EARTHWORK AND SITEWORK
• PROVIDE NEW RETAINING WALL AT STREET - 12"X4" RETAINING WALL BLOCKS FROMALLEN+ROTH.
• REGRADE AS REQUIRED TO PROVIDE POSITIVE DRAINAGE AWAY FROM HOUSE ONALL SIDES.
DIVISION 3 - CONCRETE
• DRIVEWAY - 4" CONCRETE SLAB WITH BROOM FINISH• SIDEWALKS - PROVIDE NEW 4'-0' WIDE SIDEWALK ALONG STREET AND LEADING TO
THE PORCH. 4" CONCRETE SLAB WITH BROOM FINISH• SIDE STOOP - POUR 4" SLAB ON GRADE. THICKEN SLABS FOUNDATION PERIMETER
TO A MINIMUM OF 8" BELOW GRADE.
DIVISION 4 - BRICK AND MASONRY
• FOUNDATION STEM WALLS - 8X16" NOMINAL CMU WALL WITH STUCCO FINISH.
DIVISION 5 - METALS
• NOT USED
DIVISION 6 - WOOD AND PLASTIC
• EXTERIOR WALL FRAMING - 2X4 #2 GRADE SPF. LUMBER AT 16" O.C.• SILL PLATE - PROVIDE PRESSURE TREATED 2X SILL PLATES WHERE IN CONTACT
WITH CONCRETE OR CMU.• INTERIOR WALL FRAMING - 2X4 #2 GRADE SPF. LUMBER AT 16" O.C.• EXTERIOR SHEATHING - 7/16" OSB SHEATHING.• ROOF SHEATHING - 7/16" OSB SHEATHING.• NEW ROOF FRAMING - 2X8 #2 GRADE SPF AT 16" O.C.• NEW DORMER FRAMING - 2X8s #2 GRADE SPF AT 16" O.C.• EXTERIOR SIDING - CEMENT FIBER BOARD SIDING, JAMES HARDI - "HARDI PLANK"
SIDING OR APPROVED EQUAL.
47
• EXTERIOR TRIM - CEMENT FIBER BOARD TRIM, JAMES HARDI "HARDITRIM" BOARDSOR APPROVED EQUAL.
• EXTERIOR SOFFIT - CEMENT FIBER BOARD PERFORATED SOFFITS, JAMES HARDIPERFORATED SOFFIT PANELS OR APPROVED EQUAL
• NEW PORCH FLOOR FRAMING TO BE 2X8 #2 GRADE SPF PRESSURE TREATED AT 16"O.C.
• PROVIDE NEW PORCH COLUMNS - 4X4 PT COLUMN CLAD WITH 1X TRIM - PAINTED• PORCH RAILINGS - 2X4 PT RAILS, 2X2 PT BALLUSTERS, 4X4 PT POSTS - PAINTED• PORCH DECKING - 5/4 X 6 TREATED DECKING. FRONT PORCH DECKING TO BE
PAINTED.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
• PROVIDE NEW EXTERIOR WALL INSULATION - R-15 TO BE BATT INSULATION ORSPRAYED INSULATION AT CONTRACTORS OPTION
• PROVIDE NEW ATTIC INSULATION - R-43 TO BE BATT INSULATION, CELLULOSEBLOWN INSULATION, OR SPRAY INSULATION AT CONTRACTORS OPTION.
• PROVIDE NEW CRAWLSPACE INSULATION - R-19 TO BE BATT INSULATION,CELLULOSE BLOWN INSULATION, OR SPRAY INSULATION AT CONTRACTORSOPTION.
• PROVIDE ALL NEW VAPOR BARRIERS - 6ML VAPOR BARRIER AT INTERIOR OFEXTERIOR STUD WALLS & FLOOR OF CRAWLSPACE
• PROVIDE NEW EXTERIOR AIR BARRIER / BUILDING WRAP - TYVEK OR EQUAL• PROVIDE ALL NEW ROOFING UNDERLAYMENT - TO BE 30# ROOFING FELT• PROVIDE NEW PRE-FINISHED METAL ROOFING SYSTEM - TO BE ADVANTAGE LOC II
STANDING SEAM METAL ROOFING FROM UNION CORRUGATING OR APPROVEDEQUAL. COLORS WILL BE CHOSEN BY OWNER FOR EACH HOME, BUT WILL BE FROMTHE LIST OF COLORS APPROVED FOR ENERGYSTAR CERTIFICATION.
• PROVIDE NEW RIDGE CAP COMPATIBLE WITH METAL ROOFING SYSTEM.• SHEET FLASHING - PROVIDE PREFINISHED ALUMINUM FLASHINGS
DIVISION 8 - WINDOWS AND DOORS
• PROVIDE NEW CRAFTSMAN SYTLE STEEL ENTRY DOOR - JELD-WEN CRAFTSMAN 3-LITE OR APPROVED EQUAL.
• PROVIDE ALL NEW INTERIOR PASSAGE DOORS - 6 PANEL HOLLOW CORE DOORS.• PROVIDE ALL NEW INTERIOR CLOSET DOORS - 6 PANEL HOLLOW CORE BI-FOLD
DOORS.• PROVIDE ALL NEW ATTIC ACCESS HATCH IN SECONDARY CLOSET OR LAUNDRY
ROOM, COORDINATE LOCATION WITH OWNER.• PROVIDE ALL NEW VINYL DOUBLE HUNG WINDOWS WITH WELDED CORNERS, 1"
LOW-E INSULATED GLASS, SHGC OF 0.3 OR LESS, AND A U-VALUE OF 0.35 OR LESS.• PROVIDE SCREENS AT ALL OPERABLE WINDOWS.
48
DIVISION 9 - INTERIOR FINISHES
• PROVIDE ALL NEW INTERIOR GYPBOARD - 1/2" WALL BOARD AT INTERIOR WALLS• PROVIDE ALL NEW WATER RESISTANT GYPBOARD - 5/8" WATER RESISTANT WALL
BOARD AT TUB AREAS, AND LAUNDRY ROOM AREAS.• PROVIDE ALL NEW KITCHEN COUNTERTOPS - TO BE POST-FORMED PLASTIC
LAMINATE. COLOR AND FINISH TO BE SELECTED BY OWNER.• PROVIDE ALL NEW KITCHEN CABINETS TO HAVE SOLID WOOD FRONTS AND DOORS,
WITH PLYWOOD BOXES. NO PARTICLE BOARD OR FIBERBOARD CABINETS WILL BEAPPROVED.
• PROVIDE ALL NEW BATHROOM COUNTERTOPS - TO BE 22" DEEP CULTERED MARBLEWITH INTEGRAL SINK.
• PROVIDE ALL NEW BATHROOM CABINETS TO HAVE SOLID WOOD FRONTS ANDDOORS, WITH PLYWOOD BOXES. NO PARTICLE BOARD OR FIBERBOARD CABINETSWILL BE APPROVED.
• PROVIDE ALL NEW BASE TRIM - TO BE 4.25" MDF BASE.• PROVIDE ALL NEW WINDOW AND DOOR CASEMENT - TO BE 1X4 PAINTED WOOD
WITH EASED CORNERS• PROVIDE AN ALLOWANCE OF - $4.00/SF FOR ENGINEERED WOOD FLOORING IN
LIVING ROOM, DINING ROOM, AND KITCHEN AS INDICATED ON FINISH SCHEDULE ONSHEET A500
• PROVIDE AN ALLOWANCE OF - $9.20 / SQ.YD. FOR CARPET AS INDICATED ON FINISHSCHEDULE ON SHEET A500.
• PROVIDE AN ALLOWANCE OF - $1.00 / SF FOR SHEET VINYL FLOORING IN BATHROOMAND LAUNDRY AREAS AS INDICATED ON FINISH SCHEDULE ON SHEET A500.
• PROVIDE ALL NEW INTERIOR AND EXTERIOR PAINT - USE LOW VOC INTERIOR PAINT• PROVIDE ALL NEW PORCH CEILINGS - TO BE HARDI PANEL WITH HARDITRIM FROM
JAMES HARDI
DIVISION 10 - APPLIANCES
• KITCHEN APPLIANCES - ALL REFRIGERATORS, DISHWASHERS, RANGES, AND OVENSWILL BE PROVIDED AN INSTALLED BY OWNER.
• WASHER AND DRYER WILL BE PROVIDED AND INSTALLED BY OWNER.• PROVIDE ALL NEW ENERGY STAR CERTIFIED 40 GALLON ELECTRIC WATER HEATER
SYSTEM.
HVAC SYSTEMS
• PROVIDE AND INSTALL A GOODMAN HEAT PUMP CENTRAL HEAT AND AIRCONDITIONING SYSTEM OR APPROVED EQUAL, INCLUDING A SEALED ANDINSULATED TO R-8 DUCT SYSTEM. USE A UNIT WITH A MINIMUM SEER RATING OF14.0 AND A HSPF OF 8.2.
49
• PROVIDE AND INSTALL A 30" RANGE HOOD VENT WITH LIGHT. HOOD TO BEDIRECTLY VENTED TO THE OUTSIDE WITH A WEATHER PROOF DAMPER. THEEXHAUST HOOD WILL BE SELECTED BY THE OWNER.
• INSULATE ALL VENTILATION DUCTS EXCEPT FOR KITCHEN EXHAUST.
ELECTRICAL AND LIGHTING
• LIGHTING FIXTURES, INCLUDING FLOODLIGHTS, PENDANTS, WALL LIGHTS, CEILINGFIXTURES, BATHROOM FANS, AND CLOSET LIGHTS WILL BE PROVIDED BY THEOWNER.
• THE DOOR BELLS, SMOKE DETECTORS, DEVICES AND WIRING ARE THERESPONSIBILITY OF THE CONTRACTOR.
• PROVIDE ALL NEW ELECTRICAL SERVICE, PANEL, AND WIRING THROUGH OUTENTIRE HOME.
• PROVIDE OUTLETS SPACED TO MEET BUILDING CODE REQUIREMENTS.• PROVIDE GFI OUTLETS IN KITCHEN COUNTER BACKSPLASH.• PROVIDE GFI OUTLETS NEAR VANITIES.• PROVIDE ONE SWITCHED OUTLET IN EACH BEDROOM AND LIVING ROOM• PROVIDE 4 NEW GFI EXTERIOR OUTLETS
PLUMBING FIXTURES - IN THE BATHROOMS
• PROVIDE (2) NEW 21 INCH DEEP VANITY CABINET WITH CULTURED MARBLE SINKTOP AND A DELTA 520 RPU DST SINGLE LEVER FAUCET.
• PROVIDE A NEW DELTA 134900 MONITOR 13 SINGLE LEVER TUB AND SHOWERFAUCET, SHOWER EXTENSION ARM, SHOWER HEAD, AND ESCUTCHEON FORBATHTUB AND MASTER SHOWER
• PROVIDE A NEW WHITE AQUA GLASS 60" FIBERGLASS BATHTUB SHOWER UNIT ORSTERLING TWO-PIECE UNIT.
• PROVIDE NEW WHITE DREAMLINE SLIMLINE 48"X36" ACRYLIC SHOWER PAN FORMASTER BATH.
• PROVIDE A NEW 1.6 GALLON PER FLUSH COMMODE - FROM TOTO OR APPROVEDEQUAL
• PROVIDE (2) NEW ONE-PIECE CHROMED SHOWER ROD WITH FIXED BRACKETSANCHORED WITH SCREWS INTO THE FRAMING.
PLUMBING FIXTURES - IN THE KITCHENS AND LAUNDRY
• INSTALL A NEW 7 INCH DEEP, 33 INCH WIDE DOUBLE BOWL 22 GUAGE STAINLESSSTEEL SINK WITH A DELTA 400-DST-L SINGLE LEVER FAUCET.
• INSTALL AN ICE MAKER WATER CONNECTION BOX RECESSED INTO WALL.• PROVIDE A WASHER CONNECTION AND DRAIN BOX FOR CLOTHES WASHER.• INSTALL A DRYER VENT, VENTED DIRECTLY TO THE OUTSIDE.
50