Bridgeville School District

Similar documents
Bridgeville School District

Fortuna Elementary School District INVITATION FOR BIDS

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

LONE TREE SCHOOL BELL SYSTEM

Mattole Unified School District INVITATION FOR BIDS

FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS

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

Southern Humboldt Unified School District INVITATION FOR BIDS

Mattole Valley Charter School INVITATION FOR BIDS

REQUIRED BID FORMS SECTION

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

St. Charles City County Library District

REQUIRED BID FORMS SECTION

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

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

LONE TREE SCHOOL FLOORING REPLACEMENT

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

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

REQUEST FOR QUOTES January 7, 2019

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

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

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

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

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

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

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

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

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

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

INSTRUCTIONS TO BIDDERS

WINDOW WASHING

City of Hammond. Purchasing Department RFP 15-15

Request for Proposals

BID DOCUMENTS FOR TREE TRIMMING AND/OR TREE REMOVAL SERVICES

Request for Bid/Proposal

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

REQUEST FOR BID PROPOSALS

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

RFP REQUEST FOR PROPOSAL. for AUDIT SERVICES. for BOULDER HOUSING PARTNERS. April 5, 2017 Requested Return: May 1, 2017

REQUEST FOR PROPOSAL FOR: Bid #MCC19-03 Rubber Flooring Tile and Installation Manchester Community College

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

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

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

City Of Hammond Purchasing Department. Provide Chlorine & Sulfur Dioxide for our Water/Sewer Plants RFP #

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

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

Request for Proposals: LED Lighting Retrofit Upgrade

Request for Proposal For Scrap Metal Removal

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

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

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

Request for Bids Chatham Community Library Entrance Canopy Replacement

HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES

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

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

City Of Hammond Purchasing Department. Tree Removal Services RFP Sealed Bids Shall Be Received by the Purchasing Department, City of Hammond

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

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

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

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

TOWN OF CUMBERLAND, RI BID #

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

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

COUNTY OF COLE JEFFERSON CITY, MISSOURI

CLOVIS UNIFIED SCHOOL DISTRICT Herndon Avenue Clovis, CA RFQ 2747 Request for Qualifications For Construction Management Services

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

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

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

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

SCOPE OF WORK: Insurance: Contractor shall maintain insurance policies at all times with minimum limits as follows:

Request for Bid #1667 (RFB) CONCRETE SERVICES

SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO

ADDENDUM #5 NIB #

City of Forest Park Request for Proposals. Secure Access Control Systems

GUILFORD COUNTY SCHOOLS Invitation for Bids

Real Estate Acquisition Services For Neighborhood Stabilization Program

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

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

City Of Hammond Purchasing Department. Request for Proposal RFP Pest Control Services for the City of Hammond, LA

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

ADVERTISEMENT FOR BID

REQUEST FOR PROPOSAL. UPS Maintenance

CITY OF GREENVILLE Danish Festival City

REQUEST FOR QUOTATION. PROJECT: OWEN ELEMENTARY - Cafeteria VCT Replacement

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

Request for Bids for Walker Creek Ranch Re-Roof Project

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

Seaside Pump Station Wet Well Cleaning Project SCOPE OF WORK

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

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA

NEW HAVEN UNIFIED SCHOOL DISTRICT CONTRACT FOR LABOR AND MATERIALS

Fortuna Elementary School District INVITATION FOR BIDS

SAN DIEGO CONVENTION CENTER CORPORATION

Transcription:

Bridgeville School District Request for Quotes Informal quotes for project with estimated value under $15,000 Project Name: Proposition 39 Interior Lighting Retrofit Phase 2 Project Description: Contacts: Retrofit identified existing fluorescent fixtures to LED see Scope of Work starting on page 3 Patrick Owen, Project Manager powen@redwoodenergy.org (707) 269-1700 x 318 Schedule: Issue Date: October 26, 2017 Mandatory site visit*: 11 am, November 8, 2017 Quotes Due: By 3:00 pm, Friday, December 1, 2017 Anticipated Award Date: December 15, 2017 Installation timeframe: Installation shall occur during one 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 *Note: If an interested bidder cannot attend the November 8 meeting, an alternate time must be arranged with the project manager. Interested bidders who have previously visited the project site are not required to attend the mandatory site visit. 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 With the expected project cost below $15,000, vendor selection for this project will be based on best value. The Best Value selection criteria include completeness and adherence to the requirements of this Request for Quotes, contractor qualifications and past similar experience, proposed product quality and features, and price proposal. This work requires a C-10 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. 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) and must be registered with the DIR to perform Public Works. 1

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 a contract value less than $25,000, no 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 required 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: Provide all equipment, labor, and material for a complete project. Include all site work, disposal, design and applicable fees and taxes. 1. Retrofit identified fluorescent fixtures to LED, with LED drivers see area/room/fixture list in Appendix A, and campus map in Appendix B. 2. Ensure all removed equipment is properly recycled/disposed. a. See Section 40 of the Contract General Conditions for further details. 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 2015 Program Implementation Guidelines. b. Contractor commits to prompt communication of change orders prior to execution to ensure Proposition 39 compliance. 4. Follow project rebate guidelines. a. The selected contractor must work directly with the Redwood Coast Energy Watch (RCEW) program to ensure that the District receives all possible rebates associated with this project. RCEW will manage the rebate process with direct support from the selected contractor to ensure that the project remains rebate eligible. The rebate process requires detailed coordination of a variety of events. The selected contractor agrees to: i. Ensure that all applicable LED technologies are listed and eligible for incentives. Use the California Statewide Qualified LED Product List for Verification: http://www.caioulightingqpl.com. ii. Submit the proposed material list to RCEW prior to purchase to confirm incentive eligibility. For example, changes in selected brands or slight variations in installed wattages may impact overall incentive value or eligibility. iii. Be available for the following rebate inspections: 1. Post-construction rebate inspection with RCEW or other third-party engineering firm. iv. Immediately inform RCEW of any potential scope changes that take place during the project. For example, slight variations in installed wattages may impact incentive values and eligibility. v. Furnish adequate invoices that detail material and labor costs at the measure level. These invoices will be submitted to RCEW for rebate purposes. vi. Itemize costing for RCEW reporting needs. Contractor acknowledges and agrees to provide this itemized costing post completion to ensure that each efficiency measure maintains eligibility for state incentives. vii. All new fixtures shall have an L70 > 50,000 hour. 5. In addition to completing the scope defined in APPENDIX A: a. Verify all fixtures are operational seven (7) days post installation. If not operational, correct and verify. b. Provide briefing on the installed equipment to school staff/faculty. c. Title 24 i. System must comply with 2016 Building Energy Efficiency Standards (Title 24, Section 6) 3

Appendix A: Bridgeville Elementary School Phase 2 Interior Lighting Scope of Work Area Comment Fixture Type Measure fixtures Drivers lamps Administration Offices within 4-lamp fixture. A=outer lamps, B=inner lamps Office Hallway Superintendent's Office within 4-lamp fixture. A=outer lamps, B=inner lamps Remove (4) T12 bulbs and ballasts in existing fixtures; Install (4) LED T8 tubes, 12W or less, (Philips Instantfit or equivalent in 5000K color temperature) on compatible (2) LED Drivers. Remove (2) T12 bulbs and ballast in existing fixture; Install (2) LED T8 tubes, 12W or less, (Philips Instantfit or Remove (4) T12 bulbs and ballasts in existing fixtures; Install (4) LED T8 tubes, 12W or less, (Philips Instantfit or equivalent in 5000K color temperature) on compatible (2) LED Drivers. 8 16 32 1 1 2 1 2 4 Clinic within 4-lamp fixture. A=outer lamps, B=inner lamps Remove (4) T12 bulbs and ballasts in existing fixtures; Install (4) LED T8 tubes, 12W or less, (Philips Instantfit or equivalent in 5000K color temperature) on compatible (2) LED Drivers. 2 4 8 Community Center 3 lamps per fixture Remove (3) T12 bulbs and ballast in existing fixtures; Install (3) LED T8 tubes, 12W or less, (Philips Instantfit or 6 6 18 1

Area Comment Fixture Type Measure fixtures Drivers lamps Community Center-Office Community Center- Bathroom Classroom 4 Classroom 5 Classroom 6 Classroom 7 Classroom 8 3 lamps per fixture 3 lamps per fixture 2-lamp fixtures. between banks. 2-lamp fixtures. between banks. 2-lamp fixtures. between banks. 2-lamp fixtures. between banks. 2-lamp fixtures. between banks. Remove (3) T12 bulbs and ballast in existing fixtures; Install (3) LED T8 tubes, 12W or less, (Philips Instantfit or Remove (3) T12 bulbs and ballast in existing fixtures; Install (3) LED T8 tubes, 12W or less, (Philips Instantfit or Remove (2) T12 bulbs and ballasts in existing fixtures; Install (2) LED T8 tubes, 12W or less, (Philips Instantfit or Remove (2) T12 bulbs and ballasts in existing fixtures; Install (2) LED T8 tubes, 12W or less, (Philips Instantfit or Remove (2) T12 bulbs and ballasts in existing fixtures; Install (2) LED T8 tubes, 12W or less, (Philips Instantfit or Remove (2) T12 bulbs and ballasts in existing fixtures; Install (2) LED T8 tubes, 12W or less, (Philips Instantfit or Remove (2) T12 bulbs and ballasts in existing fixtures; Install (2) LED T8 tubes, 12W or less, (Philips Instantfit or 2 2 6 1 1 3 17 17 34 18 18 36 18 18 36 18 18 36 18 18 36 2

4 H I j. (D j (-1 U ] 1çf E 4, 1. /. - - 0-2: 4 \ -..- : : 4 1 A I0

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 Interior Lighting Retrofit Phase 2 Project ( 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 Phase 2 Interior Lighting Retrofit Retrofit identified existing fluorescent fixtures to LED, with compatible LED drivers see Appendix A for listing of fixtures/locations $ For the sum of: 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. 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. 1

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 2

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 # 3

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. 4