Bridgeville School District

Similar documents
Bridgeville School District

Mattole Valley Charter School INVITATION FOR BIDS

Southern Humboldt Unified School District INVITATION FOR BIDS

FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS

Mattole Unified School District INVITATION FOR BIDS

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

ADDENDUM #5 NIB #

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

Fortuna Elementary School District INVITATION FOR BIDS

St. Charles City County Library District

COAST UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS. NO. 2017Prop39HVAC. DATED March 20, (Proposition 39 HVAC)

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

LONE TREE SCHOOL BELL SYSTEM

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

LEGAL NOTICE INVITATION FOR FORMAL BID IFB For. Veterans Tribute Park Maintenance Shed Electrical and Low Voltage. For

REQUIRED BID FORMS SECTION

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM

REQUIRED BID FORMS SECTION

GUILFORD COUNTY SCHOOLS Invitation for Bids

Fortuna Elementary School District INVITATION FOR BIDS

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

2:00 P.M., Austin time, on Thursday, March 23, 2017

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

Yurok Tribe Planning and Community Development Department Wautec Home Electrical Rehabilitation Project - Phase II. Invitation for Bid

REQUEST FOR SEALED BID PROPOSAL

Warner Robins Housing Authority

Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

Trevor-Wilmot Consolidated School District Wilmot Road. Trevor, WI HVAC Preventative Maintenance. Request for Proposal

DATE PROPOSAL DUE: Friday, June 28, 2013 at 3:00pm Proposals can be received via hand, , or fax.

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH

DES MOINES PUBLIC SCHOOLS WRIGHT ELEMENTARY SCHOOL KITCHEN RENOVATION BID NO. B8183 APRIL 9, 2018 ADDENDUM NO. 1

PACIFIC UNION SCHOOL INVITATION FOR BIDS

Request for Bids Chatham Community Library Entrance Canopy Replacement

Addendum #02 CMR Services San Mateo Health System Campus Upgrade Project Responses to RFP Questions

Amount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

Trillium Charter School

REQUEST FOR QUOTES January 7, 2019

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

LONE TREE SCHOOL FLOORING REPLACEMENT

PROPOSAL FOR SINGING HILLS RECREATION CENTER REPLACEMENT: ADDITION OF SENIOR CENTER, TECH. CENTER AND GYMNASIUM 6805 Patrol Way, Dallas, Texas 75241

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

REQUEST FOR PROPOSAL SUPPLY OF

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

Mattole Valley Charter School

PURCHASING DEPARTMENT

Suite 300 Tenant Improvement

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Bid/Proposal

TRINIDAD UNION SCHOOL DISTRICT

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

BID NO Window Replacements at Mt. Diablo High School Volume I. DATE DUE: 01/04/2019 at 10:00 am

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

REQUEST FOR QUOTATION

Be wattsmart and earn cash back.

COUNTY OF COLE JEFFERSON CITY, MISSOURI

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

Manistee County Road Commission Bid Forms and Requirements for Manistee County 2019 Local County-wide HMA Wedging and Chip Sealing for Various Roads

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

Request for Proposals

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

CITY OF GREENVILLE Danish Festival City

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

City of Biddeford, Maine

A single controller is located at North Shore Middle School that services two schools with a 100 user license

ADDENDUM No. 1. BID No /05 Element Fenders (aka Leg Fenders)

RFP Request for Proposal Residential Painting Services

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

PURCHASING DEPARTMENT

RFP Request for Proposal Carpet Cleaning Services

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

Lane County Health & Human Services Youth Services Division Motivational Interviewing REQUEST FOR QUOTES

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

TALBOT COUNTY, MARYLAND PUBLIC NOTICE INVITATION TO BIDDERS TALBOT INTERFAITH SHELTER, INC. IMPROVEMENTS, 107 GOLDSBOROUGH STREET, EASTON, MARYLAND

CONSULTANT AGREEMENT PROPOSAL # At: Facilities Development and Management 135 Van Ness Avenue, Room 209 San Francisco, CA 94102

Warner Robins Housing Authority

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project

Request for Bids. Financial Audit of the Minnesota Legislative Coordinating Commission for Fiscal Year 2015

BID DOCUMENTS FOR. WTP VFD Replacement Bid

Transcription:

Bridgeville School District Request for Quotes revised* Informal quotes for project with estimated value under $15,000 *Revised October 30, 2017 to correct installation complete date deletions shown in strikethough and additions shown in italics Project Name: Project Description: Contacts: Proposition 39 - Electrical Circuit for Mini-split Heat Pump Installation Provide 50 amp, 240 volt dedicated circuits to serve new mini-split heat pumps outside classrooms 4 and 7. Detailed Scope of Work attached. Patrick Owen, Project Manager powen@redwoodenergy.org (707) 269-1700 Schedule: Issue Date: October 27, 2017 Optional site visit: November 8, 2017 at 11:30 am Quotes Due: By 3:30 pm, December 1, 2017 Anticipated Award Date: December 15, 2017 Installation start date: After December 22, 2017 (Winter Break) Installation complete No later than April 20, 2018 (Spring Break No later than January 15, 2018 Note: Installation shall occur during one or more of the following school breaks: Winter Break: 12/25/17 to 1/5/18 Martin Luther King Day: 1/15/18 Presidents Week: 2/19/18 to 2/23/18 Spring Break: 4/16/18 to 4/20/18 Quotes should be submitted by mail, in person, email, or fax to: Patrick Owen, Project Manager Redwood Coast Energy Authority 633 Third Street Eureka, CA 95501 powen@redwoodenergy.org Fax 707 269-1777 This work requires a C-10 Electrical Contractor license. Minority, women, and disabled veteran contractors are encouraged to submit quotes. This project is not subject to Disabled Veteran Business Enterprise requirements. With the work scheduled during a school break, contractor fingerprint certification is not required. 1

A copy of the contract is available upon request. Contractors and subcontractors performing work on District public works contracts shall pay prevailing wages as determined by the Department of Industrial Relations (DIR). The District reserves the right to postpone selection for its own convenience, to withdraw this Request for Quotes at any time, and to reject any and all submittals without indicating any reason for such rejection. Submitted quotes become the property of the District. Insurance Requirements (summary only - see contract for full requirements): General Liability: Builders Risk: Automotive: $1 million combined single limit personal injury and property damage for each occurrence and $2 million annual aggregate; or $2 million annual combined single limit Not required Covering bodily injury and property damage in an amount no less than $1 million combined single limit for each occurrence. Certificates for the insurance policies must be provided naming the District as additional insured. See contract for details. Proof of Workers Compensation insurance and employer s liability of at least $1 million is required. Bond Requirements: With project value under $25,000, no bid, payment or performance bonds are required. Bid Security: With a contract value less than $15,000, only informal quotes are being requested; therefore no bid security (e.g., 10% cashier s check or bid bond) is required. Quote Submittals: Contractors providing quotes need to complete the attached Proposal form, Subcontractor List Form, and Workers Compensation Certificate. Quotes should be good for at least 30 days from the date of submittal. Prices must be quoted F.O.B. Bridgeville School. After a contractor is selected by the District and the Notice of Award is issued, failure to deliver the executed contract along with the certificates of insurance (subject to review by the District s Risk Manager) in a timely manner (e.g., 10 days) may result in cancellation of the award of contract and selection of another contractor to perform the work. 2

SCOPE OF WORK The selected contractor will: 1. Base Bid: Provide and install all labor and materials for a code compliant installation of one (1) dedicated, 50 amp, 240 volt circuit and non-fused disconnect to serve outdoor unit of new heat pump to be located outside classroom 7. a. Location i. See Appendix 1 for a Site Map. ii. Derive power from existing Cutler-Hammer service panel in classroom 6 iii. Non-fused, NEMA 3R disconnect will be wall mounted on south west side of building outside classroom 7. Coordinate location with project manager and HVAC contractor. b. Mechanical i. Provide and install one (1) new 2-pole, 50-amp breaker in the existing service panel in classroom 6. ii. Provide and install #6/3 armored cable with ground to be run above drop ceiling to exterior wall location. iii. Transition from #6/3 armored cable to (3) #6 conductors and (1) #6 ground in conduit at exterior wall location. iv. Provide and install (1) non-fused, weather proof, NEMA 3R, disconnect on south west wall to serve new outdoor unit. v. Provide and install flexible conduit between disconnect and outdoor unit. vi. All conduits to be outdoor rated with weather tight connectors. c. Structural i. Provide support for conduit and disconnect as needed. d. Permitting and Reporting i. Report costs and other information as needed to meet Prop 39 reporting requirements. ii. Provide invoices, permit number and other information as needed to meet PG&E rebate requirements. e. Title 24 i. System must comply with 2016 Building Energy Efficiency Standards (Title 24, Section 6) 2. Additive Alternate: Provide and install all labor and materials for a code compliant installation of one (1) dedicated, 50 amp, 240 volt circuit and non-fused disconnect to serve outdoor unit of new heat pump system to be located outside classroom 4. f. Location i. See Appendix 1 for a Site Map. ii. Derive power from existing Square D service panel in utility closet in Multipurpose room. iii. Non-fused, NEMA 3R disconnect will be wall mounted on south west side of building outside classroom 4. Coordinate location with project manager and HVAC contractor. 3

g. Mechanical i. Provide and install one (1) new 2-pole, 50-amp breaker in the existing service panel in the utility closet off of the multi-purpose room. ii. Provide and install #6/3 armored cable with ground to be run above drop ceiling to multipurpose room wall location. iii. Transition from #6/3 armored cable to (3) #6 conductors and (1) #6 ground in conduit at multipurpose room wall location. iv. Provide and install (1) non-fused, weather proof (NEMA 3R) disconnect on south west wall to serve new outdoor unit. v. Provide and install flexible conduit between disconnect and outdoor unit. vi. All conduits to be outdoor rated with weather tight connectors. h. Structural i. Provide support for conduit and disconnect as needed. i. Permitting and Reporting i. Report costs and other information as needed to meet Prop 39 reporting requirements. ii. Provide invoices, permit number and other information as needed to meet PG&E rebate requirements. j. Title 24 i. System must comply with 2016 Building Energy Efficiency Standards (Title 24, Section 6) 3. Coordinate with the District and Redwood Coast Energy Authority to ensure adherence to Proposition 39 program guidelines a. All project services will comply with Proposition 39: California Clean Energy Jobs Act 2016 Program Implementation Guidelines, which can be found at http://www.energy.ca.gov/2016publications/cec-400-2016-005/cec-400-2016-005-cmf.pdf. b. To comply with Proposition 39 reporting requirements, Contractor will report post-installation costs by measure. 4. In addition to completing the scope defined in (1) and (2): a. Purchase all needed materials and equipment. b. Verify that new circuit is operational post installation. If not operational, correct and verify. 4

PROPOSAL FORM Governing Board Bridgeville School District Dear Members of the Governing Board: The undersigned, doing business under the name of, having carefully examined the location of the proposed work, the local conditions of the place where the work is to be done, the Request for Quotes, the General Conditions, the Plans and Specifications, and all other Contract Documents for the proposed Proposition 39 Electrical Circuit for Mini-split Heat Pump Installation ( Project ), proposes to perform all work and activities in accordance with the Contract Documents, including all of its component parts, and to furnish all required labor, materials, equipment, transportation and services required for the construction of the Project in strict conformity with the Contract Documents, including the Plans and Specifications, as follows: Measure Description of Measure Total Measure Cost Base Bid Provide and install one (1) dedicated 240 volt, 50 amp circuit with weather proof, non-fused disconnect to serve new, wall mounted, outdoor heat pump unit. $ For the sum of: Dollars ($ ). Measure Description of Measure Total Measure Cost Additive Alternate Provide and install one (1) dedicated 240 volt, 50-amp circuit with weather proof, non-fused disconnect to serve new, wall mounted, outdoor heat pump unit. $ Add Dollars ($ ). The undersigned has checked carefully all the above figures and understands that the District is not responsible for any errors or omissions on the part of the undersigned in making this quote. The undersigned further agrees, on the acceptance of this proposal, to execute the Contract and provide the required bonds and insurance. 5

Contractor agrees to commence the work within the time specified in the Notice to Proceed. It is understood that this quote is based upon completing the work within the number of calendar days specified in the Contract Documents. ADDENDA: Receipt of the following addenda is hereby acknowledged: Addendum # Dated: Addendum # Dated: Addendum # Dated: Addendum # Dated: Respectfully submitted, Company: Address: By: Signature: Title: Date: Telephone: (Please Print or Type) Contractor's License No: Expiration Date Required Attachments: Subcontractor List Form Worker s Compensation Certificate 6

SUBCONTRACTOR LIST FORM Each contractor providing a quote shall list below the name and location of place of business for each Subcontractor who will perform a portion of the Contract work in an amount in excess of 1/2 of 1 percent of the total contract price. The nature of the work to be subcontracted shall also be described. DESCRIPTION OF WORK NAME LOCATION LICENSE # 7

WORKERS' COMPENSATION CERTIFICATE Labor Code 3700 in relevant part provides: "Every employer except the State shall secure the payment of compensation in one or more of the following ways: (a) (b) By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this State. By securing from the Director of Industrial Relations a certificate of consent to self-insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his employees." I am aware of the provisions of 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this Contract and will require all Subcontractors to do the same. Contractor By: In accordance with Article 5 (commencing at 1860), Chapter 1, Part 7, Division 2 of the Labor Code, the above certificate must be signed and filed with the awarding body prior to performing any work under this Contract. 8