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

Similar documents
City of Biddeford, Maine

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

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

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

Human Services Building Roof Project (4 flat roofs)

COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161

B. The Bid is made in compliance with the Bidding Documents.

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

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Town of Lee Septic Tank Pumping Services

REQUEST FOR PROPOSALS RFP#75-18

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties)

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

Holt Public School District 5780 W. Holt Rd Holt MI

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

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

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

(Electronic Submission Only)

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

WEXFORD COUNTY REQUEST FOR PROPOSALS

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

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

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS...

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent

RFP # Request for Proposal Moving Services Contract

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

The Firemen s Association of the State of New York

HEATING AND COOLING SYSTEM MAINTENANCE

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

ROCK ISLAND COUNTY FOREST PRESERVE DISTRICT REQUEST FOR PROPOSAL (RFP) FIRE & LIFE SAFETY ALARM SERVICES FOR NIABI ZOO

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

LED Streetlight Services. RFP # City of Portsmouth John P. Bohenko, City Manager

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

City of Albany, New York Traffic Engineering

REQUEST FOR PROPOSALS

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

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

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

DEKALB COUNT PUBLIC LIBRARY Darro C. Willey-Administrative Center, 3560 Kensington Road, Decatur, GA 30032

ROAD COMMISSION FOR IONIA COUNTY

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

Request for Proposal For Scrap Metal Removal

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

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

REQUEST FOR PROPOSAL SUPPLY OF

T E N D E R Tender # T Bike Trails Parking and Pump Track

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

REQUEST FOR BID PROPOSALS

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

RFP GENERAL TERMS AND CONDITIONS

Request for Bids/Proposals for City-Wide Stump Grinding Project

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

MPS TERMS AND CONDITIONS FOR BIDS

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

Request for Proposals: Fire Suppression Control Panel Installation and Integration. Fire Suppression Control Panel Installation and Integration

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

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

PROPOSAL LIQUID CALCIUM CHLORIDE

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

PLEASE READ ALL SPECIFICATIONS AND REQUIREMENTS OF THIS BID CAREFULLY AS CHANGES, ADDITIONS OR DELETIONS TO THIS BID MAY HAVE BEEN MADE.

T E N D E R Tender # T Washroom Upgrades Carnegie Building

!!" #$!%&#!" ' (& ')*+!"

INSTRUCTIONS TO BIDDERS

QUOTATION ONLY -- NOT AN ORDER

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

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

Description Cost PRE-BID CONFERENCE

ROAD COMMISSION FOR IONIA COUNTY

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

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

Transcription:

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 by a Detailed Proposal from qualified contractors for acquisition and installation of a renewable energy system that will provide full and continuous power to critical communications equipment located on a remote site located in Richmond, NH. This project will require complete installation and should be able to allow for automatic and manual recharging from a another source which may include a generator or fuel cell or other back up power source in the event of a system failure. The proposal will include any necessary permit acquisitions and fees. Options on available remote monitoring of the condition of the system should be considered and proposed. The County reserves the right to waive as an informality any irregularities contained in any bid and / or reject any and all proposals solely at their discretion. Funding requirements do not allow for negotiation of project completion date. Letter of intent must include ability to complete project by deadline specified. Submissions: 1. Interested parties are required to submit a Letter of Interest before 4:00PM on Tuesday, April 14, 2015 generally describing their capacity and experience to undertake such a project, along with contact information. 2. Parties submitting a Letter of Interest will be required to attend a bidder's site inspection / review on Wednesday, April 15, 2015 or Thursday April 16, 2015 at a time to be determined. Parties submitting a Letter of Interest will be contacted via phone or e-mail with notification of the site visit. 3. Questions must be submitted in writing via e-mail to the Police Communications Director; at acrowell@co.cheshire.nh.us no later than 4:00PM on Thursday April 23, 2015. Every attempt will be made to respond to questions within two (2) business days following receipt. Responses will be made available to all bidders. 4. Final proposals will be due no later than 4:00 PM on, Monday April 27, 2015. Letters and Proposals should be sent via any reliable delivery method to the Cheshire County

Sheriff s Office Police Communications Director, 12 Court Street, Keene NH 03431 or via e-mail at acrowell@co.cheshire.nh.us Bidders are highly encouraged to confirm receipt of proposals by directly contacting the Police Communications Director at (603) 352-4238. Scope of Work: 1. Contractor shall field confirm proposed location of solar array, and will work with Cheshire County and its contracted agents for optimum project management. 2. Contractor shall coordinate with County to isolate any work areas affecting adjacent buildings or the public. Contractor shall schedule construction activity during periods when access is permitted. 3. Contractor shall dispose of all removed packing / building materials. 4. All warranty / guarantee coverage for the Power System and installation work will be presented in writing. Renewable Power System and Scope of Work Richmond NH Site 1 The proposer must submit design documents that provide the following minimum information for the site: a. Equipment details and description; b. Layout of installation and equipment. c. Specifications for equipment procurement and installation; Appropriate power must be adequate for the supply for continuous operation of 900 Watts. d. All engineering associated with structural and mounting details; e. Performance of equipment components and subsystems; f. Integration of solar array with other power sources; g. Controls, monitors and instrumentation; and i. Solar performance monitoring. 2. Access for construction and/or servicing the facility will be coordinated with the property lease holder. 3. The proposer will complete and submit in a timely manner all documentation required to qualify for available grants, rebates and incentives 4. The proposer will obtain all necessary 5. All wiring to be connected appropriately as per code/permits. 6 The proposer will supply all equipment, materials, and labor necessary to install the solar array and integrate it with an electrical distribution system or other power sources. 4/7/2015 Page 2 of 7

5. The proposer will fulfill all application, studies and testing procedures to complete the interconnection process. 6. Power System must prove out and through-put must be tested and fully operational by the Contractor by the expected completion date. 7. The proposer will describe the anticipated maintenance for the life of the improvements made to the site, including type and frequency of site visits. Schedule of Work 1. The County desires to have the project completed within twenty one (21) days after the contract award meeting and procurement of purchase order. 2. There shall be up to a $50.00 per day late penalty assessed at the sole discretion of the County should the contractor fail to meet the agreed upon scheduled completion date. General Conditions and Requirements These General Requirements are intended to further describe the project and highlight critical details. In no event shall any lack of detail in this document be construed to undermine the requirement for a quality installation. 1. All work shall be in compliance with all applicable state and local codes and regulations. 2. Contractor shall confirm existing conditions and be responsible for all tasks required for application of new insulation, including demolition and/or temporary removal of any items that may be in the way. 3. Contractor shall maintain a clean work area at all times and all trash must be hauled away to the contractor s facility or other acceptable disposal site. 4. Approval and award of a contract is dependent upon the continued availability of funding to accomplish the project. 5. Coordination of work schedule: Minimal effect on federal and local operations is necessary and possibly requires coordination of scheduling with more than one entity. Proposal Requirements 1. All submittals shall contain one (1) original and two (2) copies of the completed bid package. 2. Organizational Description: Provide a description of your business s history, staffing, and lines of work. Lack of experience on the part of the bidder may be grounds for disqualification. 3. Approach: Describe how your firm will approach this project in terms of preparation and assurances that the work will minimize disruption and result in a high quality installation. Provide details of proposed procedures and how the work required will be accomplished. 4. Products: List specific product(s) to be used. 5. County Responsibilities: Indicate what your expectations are for the County to ensure a successful project. 4/7/2015 Page 3 of 7

6. Schedule: Indicate how long the project will take to complete. Provide a schedule with anticipated milestones from the execution of a contract through final completion of the project. 7. Insurance: Please provide evidence of insurance coverage s as detailed below (see Insurance ). 8. Warranties: Describe warranties offered for the work and/or materials. 9. Price Proposal: Provide a fixed all inclusive price for the scope of services described above. Providing an additional separate price for an alternate approach is acceptable if the bidder feels that there is a better solution that can be offered. 10. References: Provide a description and references for five comparable projects your firm has undertaken over the past three (3) years. Reference information shall include names, addresses, and telephone numbers to provide testimony to the work to be performed and/or services or products delivered. 11. All bids shall be submitted in conformance with the specifications, conditions, scope of work, schedule of work, general specifications, and any detailed specifications that are considered as minimum standards, and all requested information must be supplied. Failure to comply will be reflected in the evaluation of the bids. 12. Bidder is expected to carefully examine the proposed scope of work, specifications, special provisions, and contract forms before submitting a bid. Failure to do so will not relieve a successful bidder of his obligation to furnish all equipment and labor necessary to carry out the provisions of this contract. The submission of a bid shall be considered prima facie evidence that the bidder has made such examination of the proposed scope of work, plans, bid, etc., and is familiar with the conditions to be encountered in performing the work and/or services or products delivered. Award Before making its award, the County shall consider the project proposal, work, and/or services or products delivered that best serves the needs and financial interests of the County, through the Cheshire County Sheriff s Office Police Communications Director, or other representative authorized by the High Sheriff, reserves the right to reject any or all bids, to award any bids, to waive as an informality any irregularities on bids received, and to omit any item or items as it may deem to be in the best interest of the County. The County s assessment of the lowest responsible bidder, in addition to price, includes the skill, ability, and capacity of the bidder to perform the services. We consider the character, reputation, judgment, and experience of the bidder and how bidders perform in interviews and in response to inquiries. Hence, some aspects of the bidder reviews are objective and some are subjective. In all cases, the decision of the County shall be final and not subject to review or appeal. All bids submitted shall be held firm and not withdrawn for ninety (90) days from bid opening. Change Orders, Payment Requisitions, Final Payment & Retainage 1. All change orders shall be initiated by the County acting through the Cheshire County Sheriff s Office Police Communications Director, or other representative authorized by the High Sheriff, prior to the implementation of said change in work. 4/7/2015 Page 4 of 7

2. Payment requisitions for work in place may be submitted monthly. The amount billed shall correspond to the percentage of the work performed by the Contractor by the end of the month. Payment will represent work in place, less ten percent (10%) retainage of the payment. 3. Payment will be made within thirty (30) days of receipt of invoice. 4. Contractor, with the request for final payment, shall provide to the County as-built drawings, which shall include at a minimum a description and location of all installed components and materials. 5. Before issuance of the final payment, the contractor shall certify in writing that all payrolls, materials, billings and other indebtedness pertaining to the project have been paid. 6. The retainage shall be held for two (2) months following completion of the project. The retainage will serve to warrantee all project work performed under this contract. Insurance The successful bidder shall submit to the County Insurance Certificates showing the type, amount, class of operations covered, effective dates and dates of expiration of policies. Such certificates shall also contain the following statement: The insurance covered by this certificate will not be canceled or materially altered, except after ten (10) days written notice has been received by the County. The insurance required under this bid shall provide adequate protection for the successful bidder and any subcontractors employed by the successful bidder against damage claims, which may arise from work under the awarded contract, whether such work be by the insured or by anyone employed by him, and also against any of the specialty hazards which may be encountered in the performance of the contract as enumerated in the supplementary general conditions. The County shall be named as an additional insured on each insurance policy. The following shall be considered minimum standards for insurance required to perform the work or services provided for the County: A. General Coverage To be eligible to be awarded the contract to perform the work required under this bid, each bidder must submit a current certificate of insurance for General Liability; Automobile Liability; Excess Liability; Property Liability (All risk including Theft & Fire) from a company licensed to issue such insurance in the State of New Hampshire in the following amounts which shall be maintained during the life of the contract (excess or umbrella coverage may satisfy requirements). Each Occurrence $1,000,000.00 General Aggregate $2,000,000.00 B. Workers Compensation To be eligible to be awarded the contract to perform the work required under this bid, each bidder must submit a current certification of Workers Compensation Insurance in accordance with the provisions of New Hampshire Law from a company licensed to issue 4/7/2015 Page 5 of 7

such insurance in the State of New Hampshire in the following amounts which shall be maintained during the life of the contract (excess or umbrella coverage may satisfy requirements). Coverage A Statutory Coverage B $1,000,000.00 C. Sub-contractor Insurance In case of any such work sublet, the successful bidder shall require any sub-contractor under the awarded contract to provide the same General Coverage Insurance and Workers Compensation Insurance as described above for all of the sub-contractor s employees that are to be engaged in such work, unless such employees are covered by the protection afforded by the contractor s Workers Compensation Insurance. In case any class of employees engaged in hazardous work under the awarded contract is not protected under the Workers Compensation statue, the successful bidder shall provide or shall cause each subcontractor to provide adequate employer s liability insurance for the protection of such of his employees who are not otherwise protected. D. Cancellation of Insurance The cancellation of any insurance held by the successful bidder and any sub-contractor under the awarded contract will automatically cancel any contract or bid. Each insurance policy shall contain a provision that the certificates of insurance shall not be altered or cancelled except with 10 days written notice to the County. Sub-Contractors All sub-contractors used by the successful bidder must comply with all of the requirements of the bid and contract requirements as contained herein. Satisfactory proof or compliance of the specifications of the bid and contract requirements must be furnished to the County prior to any sub-contractor performing any work under the awarded contract. Laws, Permits, and Licensing It is the successful bidder s responsibility to adhere to and comply with all federal, state and local laws, regulations, and codes as well to all standards and practices relating to the work being performed and/or services or products delivered. In addition, it is the successful bidder s responsibility to procure and keep in effect any and all licenses, permits, notifications or other regulatory requirements relating to the work to be performed and/or services or products delivered. Indemnification In accepting the awarded contract, the successful bidder agrees to hold harmless and indemnify the County and its officers, agents, and employees from any liability arising from the work to be performed and/or services or products delivered. 4/7/2015 Page 6 of 7

Termination Emergency Generator Swanzey and Richmond NH Communications Sites County of Cheshire The Cheshire County Sheriff s Office Police Communications Director, or other representative authorized by the High Sheriff retains the right under this contract to terminate work and/or services or products delivered and dismiss the successful bidder for non-performance with five (5) working days notice. Additionally, upon such termination the County reserves the right to award the contract to another bidder for completion of work and/or services or products delivered under this bid. All disputes shall be decided under the laws of the State of New Hampshire. 4/7/2015 Page 7 of 7