REQUEST FOR PROPOSALS SOLAR POWER PURCHASE AGREEMENT (PPA)

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS SOLAR POWER PURCHASE AGREEMENT (PPA)"

Transcription

1 ISSUE DATE: AUGUST 7, 2017 REQUEST FOR PROPOSALS SOLAR POWER PURCHASE AGREEMENT (PPA) Proposals will be received until 2:00 P.M. Friday, September 1, 2017 for furnishing the services described herein. proposals will be accepted as long as a hard copy is submitted within 24 hours. Proposals received after the date and hour designated are nonresponsive automatically disqualified and will not be considered. The Housing Authority of the County of Kern (HA) is soliciting proposals from qualified businesses (Respondents) to design, fabricate, deliver, install, operate and maintain a rooftop solar photovoltaic electric generating system under a Power Purchase Agreement (PPA) with the Housing Authority of the County of Kern. Respondents must demonstrate the ability to perform the work described in the Scope of Services set forth in this Request for Proposal and have significant experience successfully performing comparable work. Proposals shall be in a sealed envelope and identified with the following information: RFP: SOLAR PPA ATTN: Michael Ruiz, Facilities Management Specialist Waiver of Irregularity: The Housing Authority reserves the right to waive any or all irregularities and may reject any or all proposals and may make decisions concerning best value when various materials are included in the proposal. We also reserve the right to appoint an individual company for each of our areas. All inquires regarding this RFP should be directed to Michael Ruiz, Facilities Management Specialist at (661) ext HOUSING AUTHORITY OF THE COUNTY OF KERN Stephen M. Pelz, Executive Director Tel Fax TTY th Street, FRNT Bakersfield, CA

2 Objective: The objective of this Request for Proposal (RFP) is to identify and select the most qualified turnkey photovoltaic (PV) system supplier/contractor for the design, installation, operation, maintenance, and ownership of a grid-connected PV system. Upon selection of the most qualified Respondent, the HA intends to enter into PPA for a term negotiated between the HA and the solar PV contractor. The awarded Contractor shall apply for and manage the rebate funding under the California Solar Initiative Program, the Contractor will also be responsible for the reservation letter. The Contractor shall be aware that there is no guarantee of any incentive funding for this project. General: The scope of services provided by the Respondent shall include all tasks required to design, fabricate, deliver, install, operate, and maintain the solar photovoltaic electric generating system for the HA. The scope of services shall also include, but not be limited to, securing all permits and approvals from governing agencies, all labor, taxes, services, and equipment necessary to produce a fully operational solar PV system. The proposal shall contain a detailed explanation of the complete project and a delineation of all work tasks to be performed by the awarded Contractor. Sites Description: The proposed solar PV electric generating system is for the rooftop of the Central Office, the Pinewood Glen development and Park Place development owned/managed by the Housing Authority of the County. The PV panel arrays are to be installed on top of the existing roof structure and/or on carport structures to be installed by the Respondent. Master Account Under Conjunctive Billing: Meter Name: Central Office Attachment A-For Site Map th Street, Bakersfield, CA Service Account: Meter Number: Gas Electric Current Rate Schedule: GNR1-Gas A10SX A10X-Electric Pinewood Glen Attachment B-For Site Map Meter Name: 2221 So. Real Road, Bakersfield, CA Service Account: Meter Number: X-Gas Electric Current Rate Schedule: GNR1-Gas A10SX A10X-Electric Park Place Attachment C-For Site Map Meter Name: GEAHI 2250 R Street, Bakersfield, CA Service Account: Meter Number: Current Rate Schedule: A10SX

3 Meter Name: GEAHI 2250 R Street, Bakersfield, CA Service Account: Meter Number: Current Rate Schedule: A10SX Meter Name: GEAHI 2250 R Street, Bakersfield, CA Service Account: Meter Number: Current Rate Schedule: E19S Meter Name: GEAHI 2250 R Street, Bakersfield, CA Service Account: Meter Number: Current Rate Schedule: E1 WB Sites: Central Office: th Street has a 20-year single-ply energy smart roof and was installed in the year Pinewood Glen: 2221 S. Real Road has a 20-year single-ply energy smart roof along with 30- year dimensional shingles and was installed in the year Park Place: 2250 R Street has 30-year dimensional shingles and was installed in the year Respondents may visit the three proposed sites, provided that a 24-hour notice is submitted in writing. The Housing Authority is open to having carports installed for additional area as needed to maximize the use of solar panels. Design, Engineering & Permitting: Design/engineer the solar PV system to maximize the solar energy resources, taking into consideration the customer s electrical demand and load patterns, proposed installation site, available solar resources, existing site conditions, proposed future site improvements, and other relevant factors. Provide design documents that provide the following minimum information: Timeline/Project Schedule System description Equipment details and description Layout of installation Layout of equipment

4 Selection of key equipment Specifications for equipment procurement and installation All engineering associated with structural and mounting details Performance of equipment components, and subsystems Integration of solar PV system with other power sources Electrical grid interconnection requirements Controls, monitors, and instrumentation System performance monitoring Submit design documents to the HA for review and approval prior to fabrication or delivery. All underground conduits shall be hot-dipped, galvanized steel conduit, bichromate-coated inside and out after galvanizing. Raceway methods & routing shall be approved by HA. Identify an appropriate location for the solar PV inverter equipment and its related components and environmental control systems that will meet the following criteria: Ease of maintenance and monitoring Efficient operation Low operating losses Secured location and hardware Compatibility with existing facilities Avoidance of flood-prone areas Visual harmony Awarded Contractor will secure from governing agencies and the utility company all required rights, permits, approvals, and interconnection agreements at no additional cost to the HA. The HA will become the signatory on applications, permits, and utility agreements only where necessary. The awarded Contractor will complete and submit in a timely manner all documentation required to qualify for available rebates and incentives. Installation: Supply all equipment, materials, and labor necessary to install the solar PV systems and integrate them with other power sources. The start of installation shall be within four months of execution of the PPA and completion of installation and full operation of the solar facilities within eight months of execution of the PPA. Electrical Interconnects: Supply and install all equipment required to interconnect the solar PV systems to the HA distribution system. The awarded Contractor will fulfill all application, studies, and testing procedures to complete the interconnection process. All costs associated with utility interconnection shall be borne by the awarded Contractor. Commissioning and Acceptance Testing: During the start-up, the HA, and/or its independent engineer/consultant, shall observe and verify each system performance. Required commissioning and acceptance test services include: Starting up the solar PV systems until it achieves the performance requirements Conducting the performance testing over a consecutive twenty-four (24) hour period

5 Conducting the successful delivery of power within thirty (30) days following completion of the system, meeting each benchmark. Operation and Maintenance Manuals and As-Built Drawings: Provide one (1) set of operation, maintenance, and parts manuals for the solar PV system. The manual shall cover all components, options, and accessories supplied. It shall include maintenance, trouble-shooting, and safety precautions specific to the supplied equipment. Provide one (1) set of as-built drawings including one (1) on CAD. These requirements shall be delivered prior to acceptance of the solar PV system. Monitoring: Monitoring of system performance is a required element of the RFP. Provide a turnkey data acquisition and display system that allows the HA to monitor, analyze, and display historical and live solar electricity generation data. The regularly collected data should reflect, but not be limited to the following: System performance System availability Average and accumulated output Capacity factor Degradation Cost avoidance The data acquisition system shall be designed for turnkey, remote operation. Data shall be transmitted via Internet or telephone from the site to a server managed by the Contractor. Data storage, management, and display will be the responsibility of the Contractor. The data acquisition system must not require a dedicated or always-on personal computer. Provide a long-term cost for electricity (KWH) for the term of the awarded contract. Warranties and Guarantees: Identify the warranties to be transferred to the HA, if the HA purchases the PV system. Respondent shall also identify any warranty required to qualify a system for available rebates or incentives, including qualification for Green-e Tags. Operation and Maintenance: Provide a financial impact or price for operating and maintaining the PV system on the HA's behalf for a twenty (20) year service term. Perform all required maintenance activities, including repair work and equipment replacement including, but not limited to, inverter replacement in order to keep the system operational. PV System Removal: The awarded Contractor shall bear the sole responsibility of removing the PV system at the end of the twenty (20) year service term should the HA, in its sole discretion; opt not to purchase the PV system.

6 Design Survey: The awarded Contractor will perform all design survey to a level of accuracy appropriate to provide sufficient ground truth for all facilities. The plans shall show all the existing property lines, public right-of-way, easements, and utilities. It will be the awarded Contractor's responsibility to contact and coordinate all public utilities (e.g. PG&E, Brighthouse, etc.) to determine the location of their utilities within the project area. The awarded Contractor will be required to investigate (x-ray, magnetic imaging etc) all penetrations made in existing building elements (core drilling or saw cutting) to ensure the structure is not damaged Codes, Standards, and Methodologies: All products and components outlined herein must conform to the following codes, standards, and rating methodologies: 1. Proposed PV modules may not utilize hazardous materials (i.e. Cadmium or other hazardous materials). 2. UL certification. 3. The mathematical method for specifying PV system output in kwh must be typical system alternating current (AC) power rating of the proposed PV system using the National Renewable Energy Laboratories' (NREL) methodology. Calculate the annual kwh for the system, using NREL's PVWatts web-based performance calculator, found at: Specify annual degradation expected over 25 years (in percentage degradation per year). 4. Rated PV system capacity must be specified in direct current (DC) kilowatts peak STC, PTC, and SO (system output). The STC rating, or standard test conditions rating, assumes direct current, standard test conditions. (kwdc-stc). It is also referred to as kilowatts peak, or kwp. Specific PV module manufacturer maximum and minimum power data must be specified for this rating. The PTC rating, or PV USA Test Conditions rating, is based on 1000 Watts/square meter solar irradiance, 20 degree Celsius ambient temperature and 1 meter/second wind speed. SO, or System Output (kwso), is a measure used by the California Public Utilities Commission Self Generation Incentive Program to estimate PV systems. 5. National Electrical Code Must comply with wind uplift requirements per the American Society of Civil Engineers Standard for Minimum Design Loads for Buildings and Other Structures (ASCE 7), and must be able to withstand design wind speeds of at least 85 mph (3-second gusts). 7. All outdoor enclosures should be at minimum rated NEMA 3R. 8. All Occupational Health and Safety Administration (OSHA) directives. 9. All PG&E and California Solar Initiative requirements Operation and Maintenance Requirements: All respondents must offer a comprehensive onsite operation and maintenance service program for the PV system operations, safety and maintenance activities. The Contractor's operation and maintenance service program included should provide the following minimum requirements: Annual on-site system inspection, including:

7 System testing (operating current of each electrical string) Routine preventive maintenance Repair and/or replacement of defective parts (including equipment and labor) System performance monitoring and historical data access for customer via secure website. Data should include: System energy and power production Ambient temperature Windspeed Insolation Daily system monitoring by vendor, including: o Reporting of problems to customer o Dispatch of resources for expeditious resolution of problems Pricing: Provide pricing for a turnkey (design/build) PV system for three different locations. Pricing should include: $/kwh for twenty years. Contract Term: The term of the resulting contract shall be in effect for twenty years commencing on Month XX, 2017, and terminating on Month XX, 2037, unless sooner terminated. The Services must be performed in accordance with the scope of work, terms and conditions of a written contract. Insurance Requirements: INSURANCE: By signing and submitting a bid under this solicitation, the Bidder certifies that if awarded the contract, they will have the following insurance coverage at the time work commences. Additionally, contractor will maintain these coverage s during the entire term of the work being done. MINIMUM SCOPE OF INSURANCE Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG ). 2. Insurance Services Office Additional Insured form (CG or CG 20 26). 3. Insurance Services Office form number CA covering Automobile Liability Code 1 (any auto), 4. Workers Compensation insurance as required by state law and Employer s Liability Insurance. MINIMUM LIMITS OF INSURANCE Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for Bodily Injury, Personal Injury, and Property Damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the

8 project/location or the general aggregate limit shall be twice the required occurrence limit. NOTE: If this contract deals with hazardous materials or pollutants (i.e. lead based paint, asbestos, etc.) the Contractor shall carry Contractor s Pollution Liability insurance to cover the pollution exposures. The Authority shall be named as Additional Insured on the policy. 2. Automobile Liability: $1,000,000 per accident for Bodily Injury and Property Damage. 3. Workers Compensation (statutory) and Employer s Liability: $1,000,000 per accident for Bodily Injury or Disease. NOTE: These limits can be attained by individual policies or by combining primary and umbrella policies. DEDUCTIBLES AND SELF-INSURED RETENTIONS Any deductibles or self-insured retentions must be declared to and approved by the Authority. At the option of the Authority, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the Authority, its officers, officials, employees, and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the Authority guaranteeing payment of losses and related investigations, claim administration, and defense expenses. OTHER INSURANCE PROVISIONS The General Liability and Automobile Liability policies are to contain, or be endorsed to contain, the following provisions: 1. The Authority, its officers, officials, employees, and volunteers are to be covered as additional insured with respect to liability on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations and with respect to liability arising out of work or operations performed by the Contractor; or arising out of automobiles owned, leased, hired, or borrowed by or on behalf of the Contractor. General Liability coverage can be provided in the form of an appropriate endorsement to the Contractor s insurance or as a separate Owner s policy. 2. For any claims related to this contract, the Contractor s insurance coverage shall be primary insurance as respects the Authority, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the Authority, its officers, officials, employees, or volunteers shall be excess of the Contractor s insurance. 3. Each insurance policy required by these specifications shall be endorsed to state that coverage shall not be cancelled or materially changed, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the Authority. 4. Maintenance of the proper insurance for the duration of the contract is a material element of the contract. Material changes in the required coverage or cancellation of the coverage shall constitute a material breach of the contract by the Contractor. ACCEPTABILITY OF INSURERS Insurance is to be placed with insurers with a current A. M. Best s rating of no less than B+:VI. Bidders must provide written verification of their insurer s rating. VERIFICATION OF COVERAGE Contractor shall furnish the Authority with original certificates and amendatory endorsements effecting coverage required by these specifications. The endorsements should conform fully

9 to the requirements. All certificates and endorsements are to be received and approved by the Authority in sufficient time before work commences to permit Contractor to remedy any deficiencies. The Authority reserves the right to require complete, certified copies of all required insurance policies, including endorsements effecting the coverage required by these specifications at any time. SUB-CONTRACTORS Use of sub-contractors must be pre-approved by the Authority. Contractor shall include all sub-contractors as insureds under its policies or shall furnish separate insurance certificates and endorsements for each sub-contractor in a manner and in such time as to permit the Authority to approve them before sub-contractors work begins. All coverages for subcontractors shall be subject to all of the requirements stated above. NOTE: If a subcontractor will be hired to perform hazardous material remediation, that subcontractor will name the Authority, its officers, officials, employees and volunteers as additional insureds on its Pollution Liability insurance policy by endorsement. Such policy will provide coverage for the hazardous material work and other hazardous material operations. NOTE: The Contractor s Commercial General Liability insurance should not include CG 2294 or CG 2295 as these endorsements will eliminate the General Contractor s insurance coverage for its work where the damaged work or the work out of which the damage arises was performed by a sub-contractor Response Requirements: Completed and signed RFP Response Cover Sheet Completed Quotation Form Brief description of the firm or business entity, including firm history, number of employees, organization structure, ownership structure and expertise, and resumes for principals or employees who would perform the Services in this Solicitation Detailed listing and description of experience and other information that demonstrates the Respondent s expertise and capacity to provide the Services specified in this Solicitation List of current and former clients to whom the Respondent has provided services similar and comparable to those described in this Solicitation, and contact information (contract name and gross amount, contact name, dates services provided, telephone, address and website address) for at least five (5) clients from whom HA may obtain references, and clearly identify any business relationship that the Respondent believes may give rise to a conflict of interest if selected to provide the Services in this Solicitation Information demonstrating the Respondent s commitment to equal opportunity, such as efforts related to workforce diversity or contracting

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons

More information

REQUEST FOR PROPOSAL (RFP) WILTON MUNICIPAL SOLAR PROJECT

REQUEST FOR PROPOSAL (RFP) WILTON MUNICIPAL SOLAR PROJECT REQUEST FOR PROPOSAL (RFP) WILTON MUNICIPAL SOLAR PROJECT The Town of Wilton is seeking proposals for an engineering, procurement and construction contractor ( EPC Contractor ) for roof-mounted solar photovoltaic

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to

More information

Questions regarding this RFP should be directed to Stephen M. Pelz, Executive Director, at (661) , ext or

Questions regarding this RFP should be directed to Stephen M. Pelz, Executive Director, at (661) , ext or ISSUE DATE: June 25, 2018 REQUEST FOR PROPOSALS Terrace Cottages The Housing Authority of the County of Kern (Authority) is seeking the Professional Services of an Architectural firm, for the purpose of

More information

Real Estate Services For Neighborhood Stabilization Program 3

Real Estate Services For Neighborhood Stabilization Program 3 COUNTY OF YUBA REQUEST FOR PROPOSAL Real Estate Services For Neighborhood Stabilization Program 3 PROPOSAL DUE DATE: Monday, May 21, 2012, 5:00pm PST The County of Yuba wishes to retain professional real

More information

Real Estate Acquisition Services For Neighborhood Stabilization Program

Real Estate Acquisition Services For Neighborhood Stabilization Program COUNTY OF YUBA REQUEST FOR PROPOSAL Real Estate Acquisition Services For Neighborhood Stabilization Program PROPOSAL DUE DATE: Friday, October 15, 2010 The County of Yuba wishes to retain professional

More information

LONE TREE SCHOOL BELL SYSTEM

LONE TREE SCHOOL BELL SYSTEM WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES to perform an ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING CHOICE 24 C.F.R. 570.601 (a) (2) 24 C.F.R. 91.225 (a) June 27, 2011 ALL PROPOSALS ARE

More information

Request for Proposal on Qualifications (RFP/Q) Juniata County Government

Request for Proposal on Qualifications (RFP/Q) Juniata County Government Request for Proposal on Qualifications (RFP/Q) For Energy Performance Contracting Services For Juniata County Government Proposals Due June 5, 2015 by 4:00 p.m. Request for Qualifications: Energy Performance

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY DISTRICT BOARD Megan Clark Russ Greenfield Larry Loder Craig K. Murray Judy Schriebman DISTRICT ADMINISTRATION Mark R. Williams, General Manager Michael Cortez, District Engineer Janice Mandler, Collection

More information

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA The City of San Mateo hereby requests proposals for Geotechnical Investigation

More information

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial

More information

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. (h) Primary Coverage. For claims arising out of or relating to work on the Specific Project, Tenant s insurance

More information

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Pre-Construction and Construction Phase Services FP&M Project No, CP00Error! Bookmark not defined. AGREEMENT made by and between the Board of Regents, State

More information

REQUEST FOR PROPOSALS For On-Call Surveying Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Surveying Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Surveying Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo hereby requests proposals for On-Call Surveying Services. All questions regarding this Request for

More information

Bernards (Project Name) CCIP Insurance Manual

Bernards (Project Name) CCIP Insurance Manual Bernards (Project Name) CCIP Insurance Manual Policy Year: xxxx-xxxx Alliant Version 01 1 Table of Contents 1.1 INTRODUCTION... 3 1.2 Overview... 3 1.3 About this Manual... 4 2.0 PROJECT DIRECTORY... 5

More information

REQUEST FOR PROPOSALS INSTALLATION OF SOLAR ENERGY SYSTEMS. DUE DATE 2:00 PM October 1, 2015 Dear Sir/Madam:

REQUEST FOR PROPOSALS INSTALLATION OF SOLAR ENERGY SYSTEMS. DUE DATE 2:00 PM October 1, 2015 Dear Sir/Madam: September 16, 2015 DEPARTMENT OF FINANCE OFFICE OF PURCHASING REQUEST FOR PROPOSALS INSTALLATION OF SOLAR ENERGY SYSTEMS PROJECT NUMBER 3615 DUE DATE 2:00 PM October 1, 2015 Dear Sir/Madam: The Mayor s

More information

CITY OF ROMULUS CHAPTER 39: PURCHASING

CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF

More information

Westwood Village Farmers Market Request for Proposals May 14, 2012

Westwood Village Farmers Market Request for Proposals May 14, 2012 Westwood Village Farmers Market Request for Proposals May 14, 2012 RESPOND TO: Andrew Thomas Executive Director Westwood Village Improvement Association 10880 Wilshire Blvd Suite 117 Westwood, CA 90024

More information

Certificate of. Insurance Information. Packet

Certificate of. Insurance Information. Packet Insurance INSURANCE Certificate of CERTIFICATE Insurance Information INFORMATION Packet PACKET INSURANCE CERTIFICATE INFORMATION PACKET Insurance Requirements The California State University has established

More information

HOLY CROSS ENERGY November 3, 2015 GENERATOR INTERCONNECT POLICY

HOLY CROSS ENERGY November 3, 2015 GENERATOR INTERCONNECT POLICY GENERATOR INTERCONNECT POLICY GENERATOR INTERCONNECT (PROCEDURE) GENERATOR INTERCONNECT (GUIDELINES) Page 1 of 50 TABLE OF CONTENTS GENERATOR INTERCONNECT (PROCEDURE)... 4 I. GENERAL OVERVIEW... 5 A. Applicability...

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

Tier 1 Standard Interconnection Agreement Customer-Owned Renewable Generation System

Tier 1 Standard Interconnection Agreement Customer-Owned Renewable Generation System CITY OF MOUNT DORA, FLORIDA FIRST REVISED SHEET NO. 15.0 CANCELS ORIGINAL SHEET NO. 15.0 Tier 1 Standard Interconnection Agreement Customer-Owned Renewable Generation System This Agreement is made and

More information

INVITATION TO BID LANDSCAPE SERVICES

INVITATION TO BID LANDSCAPE SERVICES INVITATION TO BID LANDSCAPE SERVICES Vandenberg Village Community Services District is soliciting proposals for office landscape maintenance service and invites you to provide a proposal. Please note the

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN CITY OF SAN MATEO, CALIFORNIA PUBLIC WORKS DEPARTMENT 330W. 20 TH AVENUE SAN MATEO, CA 94403 The City of San Mateo hereby requests

More information

STANDARD INTERCONNECTION AGREEMENT FOR RENEWABLE GENERATION SYSTEM

STANDARD INTERCONNECTION AGREEMENT FOR RENEWABLE GENERATION SYSTEM STANDARD INTERCONNECTION AGREEMENT FOR RENEWABLE GENERATION SYSTEM This Agreement is made and entered into this day of, 20, by and between, (hereinafter RGS Owner ), located at in, Florida, and Utility

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS Contact name: Aaron Bueno Address: 1 W. Campbell Ave. #C-31, Campbell

More information

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

More information

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina REQUEST FOR PROPOSALS (RFP) Marina Management Services Docktown Marina Date of Issue: Friday, October 2, 2015 Proposal Due Date: Wednesday, October 28, 2015 by 2:00 p.m. PST PROJECT OVERVIEW The City of

More information

OCIP Contract Language

OCIP Contract Language Page 1 of 12 7. Insurance Requirements OCIP Contract Language 7.1 COUNTY Provided Insurance. COUNTY will provide an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP will be administered

More information

1033 Fifth Street Clovis, CA (559)

1033 Fifth Street Clovis, CA (559) CITY OF CLOVIS Request for Proposal Americans with Disabilities Actt (ADA) Compliance Professional Services for Site Accessibility Evaluation/Audit Issued: June 10, 2010 City of Clovis Engineering 1033

More information

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program *THIS INSURANCE EXHIBIT IS SUBJECT TO FINAL UPDATE BASED ON QUOTE NEGOTIATIONS AND DECISION BY OWNER TO IMPLEMENT THE OCIP PROGRAM FOR THIS PROJECT IT IS BEING PROVIDED FOR INFORMATION ONLY, TO PROSPECTIVE

More information

Interconnection Application and Compliance Form For Photovoltaic Systems Up to 2 MW

Interconnection Application and Compliance Form For Photovoltaic Systems Up to 2 MW Interconnection Application and Compliance Form For Photovoltaic Systems Up to 2 MW A. APPLICANT INFORMATION *Person/Company Name: *OUC Account No.: *Mailing Address: *City, State & Zip: Street Address

More information

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals Solar/ Renewable Energy - Alternative Power Source Richmond, NH Cheshire County Sheriff s Office Request for Proposals The County of Cheshire (Sheriff s Office) is requesting a Letter of Intent, followed

More information

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building City of Forest Park Request for Proposals Automatic Fire Sprinkler System - Community Building Mandatory Pre-Bid Conference March 4, 2014 at 1:30 pm Bid Deadline March 14, 2014 at 2:00 pm Purpose: The

More information

Mobile and Stationary Security Patrol Services

Mobile and Stationary Security Patrol Services Request for Proposals Mobile and Stationary Security Patrol Services The Redevelopment Agency of the City of San Jose Submittals Due: May 28, 2008 3:00 PM (pacific daylight time) San Jose Redevelopment

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: OXIDATION DITCH VFD Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT DECEMBER 23, 2015 Owner: King County Library System 960 Newport Way N.W. Issaquah, WA. 98027 GENERAL INFORMATION A. The Vendor is to provide all labor, material, equipment, first thirty (30) day storage

More information

New Hampshire Housing Finance Authority 32 Constitution Drive, Bedford, NH PO Box 5087 Manchester, NH Fax:

New Hampshire Housing Finance Authority 32 Constitution Drive, Bedford, NH PO Box 5087 Manchester, NH Fax: New Hampshire Housing Finance Authority 32 Constitution Drive, Bedford, NH 03110 PO Box 5087 Manchester, NH 03108 603-310-9315 Fax: 603-488-0970 LEGAL NOTICE September 15, 2017 NEW HAMPSHIRE HOUSING FINANCE

More information

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

SOLAR PHOTOVOLTAIC STANDARD OFFER PROGRAM Program Manual

SOLAR PHOTOVOLTAIC STANDARD OFFER PROGRAM Program Manual SOLAR PHOTOVOLTAIC STANDARD OFFER PROGRAM 2017 Program Manual 2017 TABLE OF CONTENTS 1 PROGRAM DESIGN... 3 1.1 PROGRAM DESCRIPTION... 3 1.2 PROGRAM PARTICIPANTS... 4 1.3 PROJECT OPTIONS... 3 1.3.1 SOLAR

More information

REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016

REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016 REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL Consultant Services September 30, 2016 City of Campbell Department of Recreation and Community Services REQUEST FOR PROPOSAL

More information

MARIN COMMUNITY COLLEGE DISTRICT. Request for Qualifications/Proposals Solar Photovoltaic Canopy Design/Build Energy Services Contract 16/17-MB09

MARIN COMMUNITY COLLEGE DISTRICT. Request for Qualifications/Proposals Solar Photovoltaic Canopy Design/Build Energy Services Contract 16/17-MB09 MARIN COMMUNITY COLLEGE DISTRICT Request for Qualifications/Proposals Solar Photovoltaic Canopy Design/Build Energy Services Contract 16/17-MB09 Request for Qualifications/Proposals Issued: April 17, 2017

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015 Request for Proposal Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville 1.0 Introduction and Background June 15, 2015 1.1 Fabrication and Installation of Municipal Way-finding

More information

1. Intake Radio Site, (IRS), N, W General Scope: One indoor rack with two hot standby radios and equipment.

1. Intake Radio Site, (IRS), N, W General Scope: One indoor rack with two hot standby radios and equipment. I. General Requirements A. This bid is to furnish and deliver Microwave Communications equipment, as well as support for initial onsite installation utilizing Installation will be done by SFPUC. Installation

More information

SHORELINE AREA TREE TRIMMING

SHORELINE AREA TREE TRIMMING CITY OF SAN LEANDRO REQUEST FOR QUOTATION SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CALL: Darryl Sweet Purchasing Supervisor

More information

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT THIS AGREEMENT is made and entered into on this day of, 20, by and between the CITY OF STOCKTON, hereinafter referred to as "CITY,

More information

Request For Proposals: PROJECT DESCRIPTION PROPOSAL REQUIREMENTS

Request For Proposals: PROJECT DESCRIPTION PROPOSAL REQUIREMENTS TOWN OF RIDGEFIELD Office of the Town Engineer RIDGEFIELD, CONNECTICUT Energy Conservation & Building Maintenance Solar Photovoltaic System Installation, Branchville School 40 Florida Road, Ridgefield,

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: A. Making revisions

More information

BAY COUNTY LIBRARY SYSTEM

BAY COUNTY LIBRARY SYSTEM BAY COUNTY LIBRARY SYSTEM REQUEST FOR PROPOSAL (THIS IS NOT AN ORDER OR OFFER) DATE OF REQUEST REFERENCE PROPOSAL NUMBER RFP - 1-16 DATE PROPOSALS ARE DUE SUBMIT PROPOSAL TO: MARK PROPOSAL: DELIVERY DATE:

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

YUBA COUNTY SHERIFF DEPARTMENT REQUEST FOR PROPOSAL # SHRF

YUBA COUNTY SHERIFF DEPARTMENT REQUEST FOR PROPOSAL # SHRF YUBA COUNTY SHERIFF DEPARTMENT REQUEST FOR PROPOSAL # SHRF-4-2009-06 UPGRADE OF 911 SYSTEM June 10, 2009 Proposal Due Date: July 15, 2009 By 2:00 P.M. PST I. PROJECT BACKGROUND The County of Yuba ( County

More information

NHEC s 2014 Residential Solar Photovoltaic Incentive Program

NHEC s 2014 Residential Solar Photovoltaic Incentive Program NHEC s 2014 Residential Solar Photovoltaic Incentive Program Dear Member: Thank you for inquiring about your New Hampshire Electric Cooperative s (NHEC) Residential Solar Photovoltaic (PV) Incentive Program.

More information

Holt Public School District 5780 W. Holt Rd Holt MI

Holt Public School District 5780 W. Holt Rd Holt MI Holt Public School District 5780 W. Holt Rd Holt MI 48842-1197 1.1 is requesting bids to replace their existing Cisco VoIP and integrated voice messaging system with an updated Cisco solution including

More information

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 PROJECT TITLE: Marketing and Outreach Proposal PROPOSAL DUE DATE: February 27, 2015 by 4:00 P.M. Mailed,

More information

1. In order to receive consideration, Bidder must have technical knowledge and experience as stated below.

1. In order to receive consideration, Bidder must have technical knowledge and experience as stated below. I. General Requirements A. This bid is for removing and reinstalling six (6) Flexi-Liner Tl liners (no substitution) in six (6) chemical tanks at the SFPUC Sunol Valley Chlorination Facility (SVCF) as

More information

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S. SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 5661 S. Ironwood Drive Apache Junction Arizona 85120 Phone (480) 941-6754 Fax (480) 671-3180 www.smcfd.org BID PACKAGE PROJECT 18.C.18 Issue Date:

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units:

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units: Town of Ballston Community Library will be receiving bids for replacement of three roof top package Heating & Cooling units at 2 Lawmar Lane, Burnt Hills, NY 12027. The Town of Ballston requires that all

More information

STATE ENERGY PROGRAM GOVERNMENT OF PUERTO RICO

STATE ENERGY PROGRAM GOVERNMENT OF PUERTO RICO COMMONWEALTH OF PUERTO RICO STATE OFFICE OF ENERGY POLICY GREEN ENERGY FUND Tier 1 Reference Guide (Revised on August 17, 2017) STATE ENERGY PROGRAM GOVERNMENT OF PUERTO RICO TABLE OF CONTENTS CHAPTER

More information

Request for Proposal

Request for Proposal Central Whidbey Island Fire & Rescue 1164 Race Road Coupeville, WA 98239 Professionalism Integrity Compassion Excellence (360) 678-3602 www.cwfire.org Request for Proposal Fire Station Planning and Design

More information

Request for Proposal Data Network Cabling

Request for Proposal Data Network Cabling Request for Proposal Data Network Cabling Vernon Public Schools, Connecticut BID # VPS-FY16-004 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov Proposals Due: Thursday,

More information

MCGOUGH STANDARD INSURANCE REQUIREMENTS

MCGOUGH STANDARD INSURANCE REQUIREMENTS MCGOUGH STANDARD INSURANCE REQUIREMENTS B1. Insurance. Prior to commencing any Subcontract Work hereunder, the Subcontractor shall procure, maintain and pay for insurance of the type and with the minimum

More information

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE NOTICE IS HEREBY GIVEN that the (City) is requesting proposals for the preparation of an update to the Coalinga Zoning Ordinance.

More information

CCIP ADDENDUM. Blasting or any blasting operations;

CCIP ADDENDUM. Blasting or any blasting operations; CCIP ADDENDUM 1. Overview. The Contractor has arranged with Aon Risk Services South, Inc., (the CCIP Administrator ) to be insured under its Contractor Controlled Insurance Program ( CCIP ). The CCIP is

More information

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion Page 1 of 11 Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion The Town of Wilton (the Town) will receive sealed qualifications

More information

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on

More information

PHOTOVOLTAIC SYSTEM PROPOSAL

PHOTOVOLTAIC SYSTEM PROPOSAL Technology Credit Corp Wednesday, March 23 rd, 2011 919 The Alameda San Jose, CA 95126 System Overview System Size: 59 kw DC Estimated Monthly Production: 8563kWh Installation Address: Approximate Installation

More information

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016 CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco Contract No. 2784 Pier 23 Roof Repair ADDENDUM No. 1 Issued: December 16, 2016 The following clarifications, changes, additions or deletions are incorporated

More information

REQUEST FOR PROPOSAL SUPPLY OF

REQUEST FOR PROPOSAL SUPPLY OF TOWN OF SANDOWN, NH REQUEST FOR PROPOSAL SUPPLY OF #2 HEATING OIL, PROPANE GASOLINE AND DIESEL BID DUE DATE: September 6, 2018 Page 1 of 10 I. General Conditions 1. General Information: The Selectmen s

More information

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

Exhibit. Owner Controlled Insurance Program. Insurance Requirements Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. OWNER shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP is

More information

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT 1. Applicant shall submit a completed Temporary Encroachment Permit application and obtain an executed Temporary

More information

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

TEMPORARY SERVICE APPLICATION (HYDRANT METERS) TEMPORARY SERVICE APPLICATION (HYDRANT METERS) Order Taken By: Account No: Date: Work Order No.: TYPE (Please check one) New Service Exchange Meter Relocate Meter Discontinue Service BILLING DATA SERVICE

More information

NHEC s 2016 Residential Solar Photovoltaic Incentive Program

NHEC s 2016 Residential Solar Photovoltaic Incentive Program Dear NHEC Member: NHEC s 2016 Residential Solar Photovoltaic Incentive Program Thank you for inquiring about your New Hampshire Electric Cooperative s (NHEC) Residential Solar Photovoltaic (PV) Incentive

More information

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN RESERVES

More information

ROBERT A. BOTHMAN, INC. EXHIBIT "A" SUBCONTRACTORS SCOPE OF WORK EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this

ROBERT A. BOTHMAN, INC. EXHIBIT A SUBCONTRACTORS SCOPE OF WORK EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this ROBERT A. BOTHMAN, INC. EXHIBIT "A" SUBCONTRACTORS SCOPE OF WORK 5 - EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this All Work in strict accordance with Contract Documents. day of 216 (Where reference

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

ELECTRIC COOPERATIVE INTERCONNECTION AND PARALLEL OPERATION AGREEMENT FOR DISTRIBUTED GENERATION RATED 2 MW AND LESS

ELECTRIC COOPERATIVE INTERCONNECTION AND PARALLEL OPERATION AGREEMENT FOR DISTRIBUTED GENERATION RATED 2 MW AND LESS ELECTRIC COOPERATIVE INTERCONNECTION AND PARALLEL OPERATION AGREEMENT FOR DISTRIBUTED GENERATION RATED 2 MW AND LESS This Interconnection Agreement ( Agreement ) is made and entered into this day of, 20,

More information

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax: CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from

More information

W.E. O Neil Construction Co. of Arizona c/o (Project Coordinator) 4511 E. Kerby Avenue Phoenix, AZ Fax (480)

W.E. O Neil Construction Co. of Arizona c/o (Project Coordinator) 4511 E. Kerby Avenue Phoenix, AZ Fax (480) W.E. O NEIL CONSTRUCTION CO. OF ARIZONA INSURANCE REQUIREMENTS Project Name Project Address City, State Zip Subcontractor SHALL NOT COMMENCE WORK at the site until it has obtained and provided all insurance

More information

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES PURPOSE: To provide financial advisory services on a broad array of public financial activities for both specific projects and day-to-day

More information

Application for Interconnection and Net Metering Level 1

Application for Interconnection and Net Metering Level 1 Application for Interconnection and Net Metering Level 1 Use this Application only for: 1.) a generating facility that is inverter based and certified by a nationally recognized testing laboratory to meet

More information

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter

More information

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office For For The Issue Date: June 1, 2018 Due Date: June 25, 2018 by 10:00 a.m. Central Time Submit RFP to: Benton County Commission c/o Michelle McLerran Kreisler P.O. Box 1238 316 Van Buren Warsaw, Missouri

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for SMALL CONSTRUCTION CONTRACT Typical CLWA services that would use Small Contracts with

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information