STATEMENT OF WORK Installation of Solar Shingle Photovoltaic (PV) System & Architectural Shingles on Park Office South Facing Roof
|
|
- Karen Pope
- 6 years ago
- Views:
Transcription
1 STATEMENT OF WORK Installation of Solar Shingle Photovoltaic (PV) System & Architectural Shingles on Park Office South Facing Roof at Mount Pisgah State Park Bradford County, Pennsylvania I. SCOPE OF WORK: The Pennsylvania Department of Conservation and Natural Resources (DCNR) requires a Contractor to provide a solar shingle photovoltaic (PV) system on the south facing roof of the Park Office at Mount Pisgah State Park located at 28 Entrance Road, Troy, PA This solar shingle PV system shall replace the existing non-functioning solar thermal module system that is currently installed on the Park Office south facing roof. In addition to removing the old solar thermal module system from the south facing roof, the Contractor shall be responsible in removing the existing roof shingles surrounding the old solar thermal module system and providing new architectural shingles surrounding the new solar shingle PV system. Technical questions should be directed to John M. Dubaich, P.E., reachable at (717) or jdubaich@pa.gov. Questions regarding the bidding or contracting procedures should be directed to Nancy Weibley, reachable at (717) or nweibley@pa.gov. The following attachments accompany the Scope of Work: Site Plan; Electrical One-Line Diagram; Uniform Construction Code (UCC) Building Permit for Level 1 Alterations; Picture of Park Office south facing roof with non-functioning solar thermal module system; Catalog Cuts for Basis of Design CertainTeed Saint-Gobain Apollo II PV Roofing System; Solar shingle system summary report based on Basis of Design Apollo II PV Roofing System; Catalog Cuts for Basis of Design SMA Solar Technology America Sunny Boy 5.0-US Inverter; Catalog Cuts for Basis of Design CertainTeed Saint-Gobain Landmark Architectural Roof Shingles; and, Tri-County Rural Electric Cooperative (REC) Application for Operation of Interconnected Customer- Owned Generation: 1. Contractor shall complete only Part 1 of the application since a Level 1 (<10kW) direct grid interconnected (non-battery inverter) generator is being installed. 2. Attach a site plan and one-line diagram to the application and submit to Tri-County REC, Attn: Mr. John Lykens, Director of Engineering and Operations, 22 North Main Street, Mansfield, PA In the unlikely event that Tri-County REC requires an indepth engineering analysis after review of the application, DCNR will be responsible for paying the required fees for this analysis and for any utility upgrade work. 4. Tri-County REC will be responsible for providing the solar meter upon completion of work by the Contractor and prior to testing, start-up, and commissioning of the new solar shingle PV system. Existing Conditions Roof Dimensions: 467 x 188 Roof Slope: 67 Degrees Roof Orientation (Azimuth): 180 Degrees There is a non-functioning solar thermal module system installed on the south facing roof. 1
2 The electrical service to the Park Office is a single phase, 120/240 volt underground circuit originating at a pad mounted transformer and terminating at the electric meter on the east side exterior wall of the Park Office. Demolition Remove the non-functioning solar thermal module system from the roof and all associated supports, brackets, mounting hardware, piping, etc. Remove all roofing shingles from south facing roof and associated ridge and hip caps. If applicable, remove roofing felt paper from south facing roof. The existing roof boards shall be reused. All shingles and solar thermal module system materials removed during construction shall remain at the park. Removal of these materials from the site and proper disposal shall not be reflected in the bid price. Roof Preparation If applicable, provide new roofing felt paper on south facing roof and any other applicable roof preparation work required for the new solar shingle PV system and new roof shingles. Solar Shingle Photovoltaic (PV) System Provide a 5,670-watt solar shingle PV array consisting of ninety (90) solar shingles rated at 63 watts apiece. The array shall consist of two (2) DC circuits (strings) with each string consisting of fortyfive (45) solar shingles. Refer to Site Plan and Electrical One-Line Diagram for details of system components and construction. Roof Architectural Shingles Provide new architectural shingles that shall surround the new solar shingle PV system on the south facing roof. Provide new ridge and hip caps. Coordinate color selection of new shingles with the Park Manager. Permitting The Contractor is not responsible for completing building permit applications and paying for any associated permitting fees. This permitting work shall not be reflected in the bid price. DCNR Bureau of Facility Design & Construction has completed and submitted the Uniform Construction Code (UCC) Building Permit Application to the PA Department of Labor & Industry (L&I) Buildings Division for issuance of a UCC Building Permit. The UCC Building Permit has been issued by L&I on October 5, 2017 and is included as an attachment to this Statement of Work. No materials shall be delivered to the site and construction work shall not commence until the shop submittals are approved and purchase order/notice to proceed has been executed. Third Party Inspection The Contractor is not responsible for securing the services of a third party inspection agency to perform all required electrical and roof inspections to ensure compliance with NFPA 70 (NEC) and UCC regulations. This inspection service shall not be reflected in the bid price. Since issuance of the UCC Building Permit is complete, Mr. Garry Baumunk is the assigned L&I inspector on this project and will be responsible for providing all required electrical and roof inspections including electrical rough-in, framing, electrical final, and alterations final. All coordination between the L&I inspector, Contractor, and park staff shall occur during construction. Mr. Baumunk can be reached at (570) and gbaumunk@pa.gov. 2
3 Alternative Energy Credit Management and Trading Agreement The Contractor is not responsible for securing the services of an Aggregator to act as DCNR s agent for the sole purpose of establishing and managing an account for the sale or trade of Solar Renewable Energy Credits (SREC). DCNR s Bureau of Facility Design & Construction will secure the services of an Aggregator that is currently under contract with DCNR for existing solar array systems at state parks. Work Hours All work shall be done during normal weekday working hours of 7:00 a.m. to 3:30 p.m., Monday through Friday, excluding Holidays. Visit to Site: A site inspection is not mandatory but is highly recommended prior to bidding. The prospective bidder shall carefully note all existing site conditions, and record all necessary dimensions in determining exact placement of equipment and accurate quantities of conduit and wiring. All visits shall be arranged through the contact person listed in the Clarification paragraph below. Submittals: The awarded contractor shall submit catalog cuts and/or specification sheets for the solar shingles, inverter, solar meter & backbox, AC fused disconnect switch, tap box (if required), DC & AC wiring, conduit, and architectural roof shingles prior to the start of work. The items requested to be submitted shall be sent via to the contact person listed in the Clarification paragraph below. Upon completion of the work, the installing contractor shall be responsible for providing an As-Built single line wiring diagram of the solar and electrical systems installed depicting wire, conduit, and fuse sizes. No electrical equipment shall be delivered to the site until the awarded bidder has obtained prior shop submittal approval from the Department of Conservation and Natural Resources, Bureau of Facility Design & Construction, issuance of UCC Building Permit, and a fully executed Purchase Order/Notice to Proceed. Clarification: All scheduling of visits shall be directed to: Department of Conservation and Natural Resources Mount Pisgah State Park 28 Entrance Road Troy, PA Attn: Mr. Robert Barrese, Park Manager Telephone: (570) rbarrese@pa.gov All shop submittals and any request for project site information or questions shall be directed to: Department of Conservation and Natural Resources Bureau of Facility Design & Construction; Division of Environmental Engineering & Architecture 400 Market Street, 8 th Floor RCSOB Harrisburg, PA Attn: Mr. John M. Dubaich, P.E., Electrical Engineering Consultant Telephone: (717) jdubaich@pa.gov 3
4 II. CONTRACTOR QUALIFICATIONS: This invitation for bid (IFB) is reserved for the Small Business Procurement Initiative as designated in Executive Order dated November 21, Only Self Certified Small Businesses which have been certified by the Department of General Services prior to the bid opening date and time may submit a response to this IFB. Your self-certification form from the Department of General Services must be submitted along with your IFB response. Failure to produce a valid Self Certified Small Business certificate shall render your submission non-responsive. For more information on the Department of General Services Small Business Self Certification process please visit: III. CONTRACTOR REFERENCES: After the bid opening and prior to awarding of the contract, the Department has the right to request references of similar work performed in the previous two (2) years as proof of qualifications to perform the work involved in this contract. IV. STEEL PRODUCTS PROCUREMENT ACT B (Oct. 2009) Any items defined as steel products in the Steel Products Procurement Act, Act of March 3, 1978, P.L. 6, No. 3, 73 P.S ( SPPA ), that the Contractor may provide under this Contract for use in the construction, reconstruction, alteration, repair, or maintenance of public works ( Public Works Project ) shall be made from steel made in the United States by the open hearth, basic oxygen, electric furnace, Bessemer or other steel making process. If a steel product contains both foreign and United States steel, such product shall be determined to be a United States steel product, only if at least 75% of the cost of the articles, materials and supplies have been mined, produced or manufactured, as the case may be, in the United States. The SPPA provides that, when a Contractor supplies unidentified steel products for a public agency s use as part of any Public Works Project, before a public agency may authorize, provide for, or make payment, the Contractor must provide documentation including, but not limited to, invoices, bills of lading, and mill certification that the steel was melted and manufactured in the United States. If a steel product is identifiable on its face, the contractor must submit certification which satisfies the purchasing agency that the contractor has fully complied with this provision. If a purchasing agency has made any payment to the Contractor and later finds that the Contractor did not comply with the SPPA s requirements, the purchasing agency may recover such payment directly from the Contractor. The Contractor shall not deny repayment unless it can demonstrate that it has complied with the SPPA s requirements. The SPPA also provides that any person who willfully violates any of its provisions shall be prohibited from submitting any bids to any public agency for five years after the date of the determination that a violation has occurred. If the Contractor violates the SPPA, the public agency may debar the Contractor from performing any work or supplying any materials to a public agency for five years after the date of the determination that a violation has occurred. The Contractor shall include these provisions regarding the SPPA s requirements in its subcontracts and supply contracts, so that the SPPA s provisions shall be binding upon each subcontractor and supplier. 4
5 V. TRADE PRACTICES ACT: In accordance with the Act of July 23, 1968 (P.L. 686, No. 226), as amended, known as the Trade Practices Act (71 P.S. Section et seq.), the Contractor shall not use or permit to be used in the work any aluminum or steel products made in a foreign country which is listed below as a foreign country which discriminates against aluminum or steel products manufactured in Pennsylvania. The countries of Brazil, Spain, South Korea, and Argentina have been found to discriminate against certain products manufactured in Pennsylvania. Therefore, the use of those countries products, as listed below, is not permitted: a. Brazil: welded carbon steel pipes and tubes; carbon steel wire rod; tool steel; certain stainless steel products including hot-rolled stainless steel bar; stainless steel wire rod and cold-formed stainless steel bar; prestressed concrete steel wire strand; hot-rolled carbon steel plate in coil; hot-rolled carbon steel sheet; and cold-rolled carbon steel sheet. b. Spain: certain stainless steel products, including stainless steel wire rod, hot-rolled stainless steel bars, and cold-formed stainless steel bars; prestressed concrete steel wire strand; and certain steel products including hot-rolled steel plate, cold-rolled carbon steel plate, carbon steel structural shapes, galvanized carbon steel sheet, hot-rolled carbon steel bars, and cold-formed carbon steel bars. c. South Korea: welded carbon steel pipes and tubes; hot-rolled carbon steel plate; hot-rolled carbon steel sheet; and galvanized steel sheet. d. Argentina: carbon steel wire rod and cold-rolled carbon steel sheet. Penalties for violation of this paragraph may be found in the Trade Practices Act, which penalties include becoming ineligible for public works contracts for a period of three (3) years. This paragraph in no way relieves the Contractor of responsibility to comply with the provisions of the Steel Products Procurement Act described herein. VI. INSURANCE REQUIREMENTS: The contractor shall purchase and maintain, at its expense, the following types of insurance, issued by companies acceptable to the Commonwealth. a. Workmen s Compensation Insurance for all of the Contractor s employees and those of any subcontractor, engaged in work at the site of the project as required by law. b. Public Liability and Property Damage Insurance to protect the Commonwealth, the Contractor, and any and all subcontractors from claims for damages for personal injury (including bodily injury), sickness or disease, accidental death and damage to property including the loss of use resulting from any property damage, which may arise from the activities performed under the Contract, or the failure to perform under the Contract, whether such performance or non-performance be by the Contractor, by any subcontractor, or by anyone directly or indirectly employed by either. The minimum amounts of coverage shall be $250,000 per person and $1,000,000 per occurrence for bodily injury, including death, and $250,000 per person and $1,000,000 per occurrence for property damage. Such policies shall be occurrence rather than claims-made policies and shall not contain any endorsements or any other form designated to limit and restrict any action by the Commonwealth, as an additional insured, against the insurance coverage in regard to work performed for the Commonwealth. Prior to commencement of the work under the Contract and at each insurance renewal date during the term of the Contract, the Contractor shall provide the Commonwealth with current certificates of insurance. These certificates or policies shall name The Commonwealth of PA-DCNR as an additional insured and shall contain a provision that the coverages afforded under the policies will not be cancelled or changed until at least thirty (30) days written notice has been given to the Commonwealth. These certificates shall include the location and a brief description of the work to be performed under the contract. 5
6 The Commonwealth shall be under no obligation to obtain such certificates from the Contractor(s). Failure by the Commonwealth to obtain the certificates shall not be deemed a waiver of the Contractor s obligation to obtain and furnish certificates. The Commonwealth shall have the right to inspect the original insurance policies. VII. CONTRACT TERM: The contract shall commence upon execution and receipt of purchase order and notice to proceed notification, and terminates upon satisfactory installation and operation of the solar shingles PV system, but not to exceed March 31, VIII. BID AWARD: Bidder must complete and return the following for award of bid: 1. The electronic Invitation for Bid to be found at 2. A copy of your self-certification form from the Department of General Services and the Small Business Procurement Initiative. Failure to produce a valid Self-Certified Small Business Certificate shall render your submission non-responsive. 3. A properly executed Reciprocal Limitations Act form (attached) that lists the state of manufacture for any supplies procured. 4. All catalog cuts, specification sheets, dimensional drawings, etc. for the lighting fixtures (sent to the contact information listed under Clarification section). Bids will be awarded based on lowest total sum. Note: The Department will only accept out to two (2) decimal points when entering your Unit Price figures in the bid. The contract quantities herein are estimated only and may increase or decrease depending on the needs of the Department. IX. PAYMENT TERMS: Payment shall be made upon satisfactory completion of the contract. X. INVOICES: Invoice format shall be in accordance with the IFB Invitation for Bid. All invoices for this contract MUST either be: 1. ed to the following for a Paperless Invoice Option: Or, a copy of the correctly executed invoice to: 69180@pa.gov. For information on the Commonwealth s E-Invoicing Program, visit: 6
7 2. Mailed to the following address: Commonwealth of PA PO Invoice PO Box Harrisburg PA All invoices MUST have the purchase order number, project number, as well as your SAP Vendor Number on the invoice. The name and address listed on the purchase order must also be listed on each invoice. Failure to provide this information may result in a delay of payment. XI. RECEIPT AND OPENING OF BIDS: The bidder shall complete the electronic Invitation for Bid to be found at Faxed or ed bids will not be accepted. No responsibility will be attached to any employee of the Department for the premature opening of, or the failure to open, a bid for any reason whatsoever. XII. BID RESULTS: Bidder can obtain bid results by accessing The bids will be posted within three (3) business days following the bid opening. The results are the apparent bidders, and all bids are under review until final award of the purchase order. Attachments 7
STATEMENT OF WORK. Deer Fencing - Installation (Forest Districts 8,9,10,13,14, & 15 ) (Group 1)
STATEMENT OF WORK Deer Fencing - Installation (Forest Districts 8,9,10,13,14, & 15 ) (Group 1) I. SCOPE OF WORK: The Department of Conservation and Natural Resources, Bureau of Forestry, requires services
More informationSTATEMENT OF WORK 2016 COMPETING VEGETATION REMOVAL PROJECTS PROJECTS:
STATEMENT OF WORK 2016 COMPETING VEGETATION REMOVAL PROJECTS PROJECTS: #051419 Stone Creek Spray West Project #051420 Stone Creek Spray East Project #071422 Henstep Project #071423 Hoofnagle Project BUREAU
More informationCONTRACTOR S PERMIT APPLICATION for Residential PV Installation with e-inspection CA Health and Safety Code Section V p2s
CONTRACTOR S PERMIT APPLICATION for Residential PV Installation with e-inspection CA Health and Safety Code Section 19825 V 11-10-12 6p2s H:\2012 Permit Masters\v 11-10-12 e-inspection Residential PV Installation
More informationCONTRACT SPECIFICATIONS
CONTRACT SPECIFICATIONS 2015 COMPETING VEGETATION REMOVAL PROJECT BUREAU OF FORESTRY BALD EAGLE STATE FOREST UNION, MIFFLIN, AND CENTRE COUNTIES INDEX PAGE INDEX i A. SCOPE OF WORK 1 B. GENERAL CONTRACT
More informationStatement of Work Tree Planting (Hardwood and Conifer) Bureau of Forestry. Forest Districts (F. D.) 1, 4, 10, 15, 18
Statement of Work 2018 Tree Planting (Hardwood and Conifer) Bureau of Forestry Forest Districts (F. D.) 1, 4, 10, 15, 18 I. Scope of Work: The Department of Conservation and Natural Resources, Bureau of
More informationTOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR
TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,
More informationModular Unit Rental Route 309 Stockpile, PennDOT Montgomery County Maintenance Statement of Work
GOVERNING SPECIFICATIONS The purpose of this Invitation for Bid (IFB) is to procure a rented Modular Unit for the Pennsylvania Department of Transportation (hereinafter referred to as PennDOT) Montgomery
More informationINVITATION FOR BID FOR MONTGOMERY COUNTY FIRE ACADEMY PUBLIC SAFETY TRAINING CAMPUS 1175 CONSHOHOCKEN ROAD CONSHOHOCKEN, PA ISSUING OFFICE
INVITATION FOR BID FOR MONTGOMERY COUNTY FIRE ACADEMY PUBLIC SAFETY TRAINING CAMPUS 1175 CONSHOHOCKEN ROAD CONSHOHOCKEN, PA 19428 ISSUING OFFICE PENNSYLVANIA EMERGENCY MANAGEMENT AGENCY IFB NUMBER 6100027786
More informationAddress of Installation Building Permit #
TOWN OF NISKAYUNA NY State Unified Solar Permit Application One Niskayuna Circle, Niskayuna NY 12309 Phone: 518-386-4522 Fax: 518-386-4592 Email: buiding@niskayuna.org The Town of Niskayuna has adopted
More informationSTATEMENT of WORK Survey Storage Shed 10X10X8 Beaver County, Rochester Stockpile# Project# Building#
I. SUMMARY A. The Department of Transportation (PennDOT) is issuing a solicitation to provide a Survey Storage Shed 10x10x8. The following list of documents made part of this procurement will provide the
More informationInvitation for Bid - Standard Office Furniture / Task Chair
Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described
More information~lamance <tount!' 9'~UUJ ;i)epwdment 124 We6t ElmStltm (j,taluun,.ncjjdli &vwfina 27253!Jefepfwae(336) :Jax(336)
~lamance
More informationCOMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT
COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later
More informationCITY & COUNTY OF DENVER COMMUNITY PLANNING & DEVELOPMENT BUILDING PERMIT POLICY
Page 1 of 5 REFERENCE Denver Building and Fire Code (DBC) Section 131, International Residential Code (IRC) Section M2301, the National Electrical Code (NEC) Articles 690 & 705 PROCEDURE The procedure
More informationAMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT
AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT Issuance Date: March 24, 2016 Closing Date: March 31, 2016 APPROVED
More informationAutomated Cantilevered Aluminum Sliding Gate
Town of Derry, New Hampshire REQUEST FOR PROPOSALS B18-128 January 25, 2018 The Town of Derry - Department of Public Works is seeking proposals for: Automated Cantilevered Aluminum Sliding Gate Introduction
More informationAddition to Section 4 - Special Use Regulations
Large-Scale Ground-Mounted Solar Photovoltaic Installations Addition to Section 4 - Special Use Regulations 4.4 Large Scale Ground-Mounted Solar Photovoltaic Installations 4.4.1 Purpose The purpose of
More informationPower Saver TM Program
Power Saver TM Program COMMERCIAL SOLAR PHOTOVOLTAIC PERFORMANCE-BASED INCENTIVE PROGRAM GUIDELINES These guidelines govern the procedures and qualifications for incentives under the Austin Energy Commercial
More informationDubuque County West Campus Secondary Roads Shop Solar Array Bid Documents and Specifications. Notice to Bidders
Dubuque County West Campus Secondary Roads Shop Solar Array Bid Documents and Specifications Notice to Bidders 1. Sealed proposals will be received at the Dubuque County Auditor s Office in the Courthouse,
More informationNY State Unified Solar Permit
PERMIT APPLICATION NY State Unified Solar Permit Unified solar permitting is available statewide for eligible solar photovoltaic (PV) installations. Municipal authorities that adopt the unified permit
More informationHOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)
HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018
More informationSMALL GENERATION SYSTEM APPLICATION (10 kw OR LESS)
SMALL GENERATION SYSTEM APPLICATION (10 kw OR LESS) This application, terms, and conditions, and Interconnection Agreement is for Xcel Energy customers requesting the installation of a small generation
More informationWarren State Hospital, Statement of Work Electrical Distribution Infrared Inspection ANTICIPATED PERIOD OF CONTRACT
ANTICIPATED PERIOD OF CONTRACT The anticipated term of contract: October 1, 2016 (or upon full execution of contract; whichever is later) through June 30, 2021. The Inspection Service and Reports will
More informationREQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County
REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County Proposals Due: 10:00 A.M., Thursday, March 28, 2019 Address Proposals
More informationCOMMERCIAL PROJECT INFORMATION
Community Development Building and Inspection Services 2100 Ridge Avenue Evanston, Illinois 60201-2798 T 847.448.4311 FAX 847.448.8020 www.cityofevanston.org COMMERCIAL PROJECT INFORMATION The Community
More informationPhotovoltaic System Installation Request for Proposals. St. Mary s School, Boise, ID
Photovoltaic System Installation Request for Proposals St. Mary s School, Boise, ID This Request for Proposals ( RFP ) is to solicit competitive quotes from photovoltaic (PV) system installers to design
More informationCONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station
CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2016-NC-002 For Construction of Bloomfield EMS Station located in Bloomfield, Kentucky 02/12/2016 REQUEST FOR BIDS Bloomfield EMS Station Building The City
More informationREVISION NO.: 8 EFFECTIVE: 03/26/18
Distributed Generation Interconnection Process for Residential and Small General Service OVERVIEW REVISION NO.: 8 EFFECTIVE: 03/26/18 Required Steps for ED3 s Distributed Generation Interconnection Process
More informationNational Transportation Specialists, LLC 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA
1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA 19067-0299 Dear Carrier: Thank you for your interest in, a nationwide Logistics provider. To become a qualified carrier for, we require the following
More informationCITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts
CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Presidio Trolley Coach Facility - Presidio Bus Lifts
More informationUnion Power Cooperative
Union Power Cooperative INTERCONNECTION STANDARD STANDARD FOR INTERCONNECTING SMALL GENERATION 100 kw OR LESS 1. Definitions: 1.1 Area EPS: Area Electric Power System: The electric facilities of the local
More informationB. This project is being bid as one contract, and the contract is comprised of a one-line item bid.
GENERAL SPECIFICATIONS: Dead Man s Hollow/FRAMAR Tree Felling Project I. SCOPE OF WORK A. The Pennsylvania Game Commission, Southwest Region, requires tree felling services. Services shall include, but
More informationRESIDENTIAL PROJECT INFORMATION
Community Development Building and Inspection Services 2100 Ridge Avenue Evanston, Illinois 60201-2798 T 847.448.4311 FAX 847.448.8020 www.cityofevanston.org RESIDENTIAL PROJECT INFORMATION The Community
More informationRequest for Proposals for Photovoltaic System Installation
Request for Proposals for Photovoltaic System Installation Presented by: Mason County Public Utility District No. 1 Prepared by: Locations: Contact: Bonneville Environmental Foundation, Renewable Energy
More informationLEVEL 1 Application for Interconnection and Net Metering
LEVEL 1 Application for Interconnection and Net Metering Use this application form only for a generating facility that is inverter based and certified by a nationally recognized testing laboratory to meet
More informationNew Construction Lighting Application. Application Process. Details & Instructions
New Construction Lighting Application Details & Instructions PSO provides technical assistance and rebates to assist businesses in making energy saving upgrades. Review details and requirements* at PowerForwardWithPSO.com.
More informationCreative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work
Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work OVERVIEW The purpose of the Creative Advertising and Audio Visual - Interactive
More informationREQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado
REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,
More informationCITY OF FEDERAL WAY REQUEST FOR PROPOSAL
I. PURPOSE OF REQUEST. CITY OF FEDERAL WAY REQUEST FOR PROPOSAL The City of Federal Way ( City ) is requesting proposals for the purpose of Performing Arts and Event Center Exterior Building Signage. The
More informationANNOUNCEMENT REQUEST FOR PROPOSALS (RFP)
Fleetwood Community Pool Feasibility Study ANNOUNCEMENT REQUEST FOR PROPOSALS (RFP) The chair of Parks and Recreation of the Fleetwood Borough in Berks County, Pennsylvania, is accepting proposals for
More informationCOMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT
COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT RFP # 1710005 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later
More informationINTERCONNECTION APPLICATION AND AGREEMENT
INTERCONNECTION APPLICATION AND AGREEMENT With Terms and Conditions for Interconnection For a Level 1 Review (Certified Inverter-based Units under 10kW) Mailing Address PSE&G Net Metering 750 Walnut Avenue
More informationNY State Unified Solar Permit
PERMIT APPLICATION NY State Unified Solar Permit Unified solar permitting is available statewide for eligible solar photovoltaic (PV) installations. Municipal authorities that adopt the unified permit
More informationBoth envelopes must have the following information in the lower left hand corner:
SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including
More informationBIDDER QUALIFICATION FORM
COMPLETE USING TYPEWRITER OR BALL-POINT PEN ONLY. THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA SCHOOL BOARD ADMINISTRATION BUILDING 1450 Northeast Second Avenue Miami, Florida 33132 Direct all inquiries
More informationLEVEL 2 Application For Interconnection And Net Metering
LEVEL 2 Application For Interconnection And Net Metering Use this Application form when generating facility is not inverter-based or is not certified by a nationally recognized testing laboratory to meet
More informationSpring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings
Spring Lake Public Schools Spring Lake, MI March 2018 RE: High School Storage Buildings Advertisement for bids Bid Proposal Sealed bids for Spring Lake Public Schools-High School Storage Buildings will
More informationACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.
Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3
More informationDRAFT Commercial Solar Bylaw November 8, 2011
145-28. Commercial Solar Photovoltaic Installations A. Purpose This bylaw is to encourage the use of solar energy systems and protect solar access consistent with MGL 40A 9B and with the Green Communities
More informationPERMIT SUBMITTAL GUIDE FOR COMMERCIAL PROJECTS
Collier Township 2418 Hilltop Road, Suite 100, Presto, PA 15142 Ph. 412-279-9998 PERMIT SUBMITTAL GUIDE FOR COMMERCIAL PROJECTS This guide applies to all projects except 1 & 2 family dwellings and townhouses
More information2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)
Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1
More informationINVITATION FOR BIDS (IFB)
P a g e 1 INVITATION FOR BIDS (IFB) Summer Camp T-Shirts IFB #: 17-004 Deadline for Responses: 2:00 PM 04/13/2017 Children s Services Council of Palm Beach County (CSC) 2300 High Ridge Road Boynton Beach,
More informationBidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue
Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations
More informationADVERTISEMENT FOR BIDS
ADVERTISEMENT FOR BIDS 1. INVITATION Sealed proposals for the following work will be received by the University of Kentucky, Construction Procurement Section, Peterson Service Building, 411 South Limestone,
More informationSECTION PAYMENT PROCEDURES
SECTION 012900 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract including General and Supplementary Conditions and other Division 01 Specifications Sections apply
More informationRFP for Elevator Maintenance
Housing Authority of the City of Shreveport Request for Proposals for Elevator Maintenance and Repair Services for the HACS Administrative Office at 2500 Line Avenue, Shreveport, LA 71104 Proposals due:
More informationLAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB
LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB County Contacts: Ken Bowman Las Animas County Maintenance Super Phil Dorenkamp Las Animas County Admin Kim Chavez Las Animas County HR EMS
More informationFENCING AND FENCE REPAIR
INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions
More informationNY State Unified Solar Permit
PERMIT APPLICATION NY State Unified Solar Permit Unified solar permitting is available statewide for eligible solar photovoltaic (PV) installations. Municipal authorities that adopt the unified permit
More informationENGINEERING BUILDING ROOF REPLACEMENT
ENGINEERING BUILDING ROOF REPLACEMENT SOLICITATION NO. 2017-06 March 13, 2017 St. Clair County, Illinois, through the Public Building Commission (herein after referred to as OWNER ), hereby gives notice
More informationINVITATION FOR BID Medical Supplies 2016
INVITATION FOR BID Medical Supplies 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Medical Supplies 2016 FOR
More informationC o u n t y o f F a i r f a x, V i r g i n i a
001961 Page 2 C o u n t y o f F a i r f a x, V i r g i n i a A D D E N D U M DATE: August 2, 2016 ADDENDUM NO. 4 TO: REFERENCE: FOR: DUE DATE/TIME: ALL PROSPECTIVE BIDDERS Government Center Generator System
More informationCONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE
CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson
More informationCITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Replacement of Manual Trolley Switch System Phase 1
CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Replacement of Manual Trolley Switch System Phase
More informationDEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245
DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and
More informationMemphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee
Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the
More informationOUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE
OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE Due Date: August 3, 2017 1.0 Overview The Outagamie County Department of Recycling
More informationADDENDUM #1 TO THE SPECIFICATION FOR THE CONSTRUCTION OF THE 115KV STONEBREAK RD. TRANSITION STATION THE TOWN OF MALTA AND A PORTION OF THE 115KV
ADDENDUM #1 TO THE SPECIFICATION FOR THE CONSTRUCTION OF THE 115KV STONEBREAK RD. TRANSITION STATION IN THE TOWN OF MALTA AND A PORTION OF THE 115KV LUTHER FOREST STATION IN THE TOWN OF STILLWATER SARATOGA
More informationRequest for Proposal Robstown Independent School District ERate
Request for Proposal Robstown Independent School District ERate 2016 2017 Wireless Upgrades at Three Campuses, Local and Long Distance Phone Service, and POTS Lines Bid Due Date: February 23, 2016 at 5:00
More informationREQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014
REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org
More informationState Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund
State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous
More informationTOWN OF DEWITT PLANNING AND ZONING PERMIT REQUIREMENTS FOR ENERGY CONVERSION SYSTEM S
TOWN OF DEWITT PLANNING AND ZONING PERMIT REQUIREMENTS FOR ENERGY CONVERSION SYSTEM S 1) This will apply to the installation of solar photovoltaic systems. 2) All units to be installed according to the
More informationINVITATION FOR BID BID #1037 Parka and Softshell Coats
IFB: Bid #1037 Parka and Softshell Coats INVITATION FOR BID BID #1037 Parka and Softshell Coats ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,
More informationREQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.
531 N. Nash Street Hortonville, WI 54944-0099 Phone: 920-779-6011 Fax: 920-779-6552 www.hortonvillewi.org REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. Date Issued: February 5, 2016 Date Due: March
More informationRequest for Quotation for Subscription Management Services Solicitation Number RFQ Subscription Service
Request for Quotation for Subscription Management Services Solicitation Number 2019-2021 RFQ Subscription Service The Library Network (TLN) seeks price quotations from qualified vendors who will provide
More informationAPPLICATION FOR SOLAR PERMIT
APPLICATION FOR SOLAR PERMIT Permit Application Application Checklist o New York State Unified Solar Permit Application for Roof Mounted Systems 12kW or less. (Includes Electrical Permit Application) o
More informationBidding Conditions Attachment C
Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS
More informationSUBMITTAL REQUIREMENTS FOR EXPEDITED ROOF TOP SOLAR PERMITTING
KERN COUNTY PUBLIC WORKS DEPARTMENT CRAIG M. POPE, P.E., DIRECTOR 2700 M STREET BAKERSFIELD, CA 93301-2370 ADMINISTRATION & ACCOUNTING OPERATIONS & MAINTENANCE BUILDING & DEVELOPMENT ENGINEERING Phone:
More informationSAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL
DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of
More informationStatement of Work. Tree Planting Bureau of Forestry Forest Districts (F. D.) 1,4,5,10,12,15,16,19,20
Statement of Work Tree Planting Bureau of Forestry Forest Districts (F. D.) 1,4,5,10,12,15,16,19,20 I. Scope of Work This contract will cover the requirements of the Commonwealth of Pennsylvania, Department
More informationNY State Unified Solar Permit
VILLAGE OF FARMINGDALE NY State Unified Solar Permit Unified solar permitting is available statewide for eligible solar photovoltaic (PV) installations. Municipal authorities that adopt the unified permit
More informationADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018
ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum
More informationAddendum No Variable Frequency Drives Section A, revise per following:
Date of Addendum: Jan. 7, 2013 CWA Contract: LPS-311 Addendum No. 2 Project: Lynchburg Pump Station VFD Replacement for P-208 & P-209 From: Rahim Tazeh, PE Infrastructure Associates 6117 Richmond, Suite
More informationREQUEST FOR PROPOSALS for
REQUEST FOR PROPOSALS for Ground Mounted & Rooftop Solar Photovoltaic System Issued by Pearlstone Conference & Retreat Center Issued: June 25, 2018 Table of Contents I. Overview... 3 Intent... 3 Proposal
More informationBuilder Agreement. Access to build in Mountainside Village constitutes agreement to abide by the following:
Builder Agreement Access to build in Mountainside Village constitutes agreement to abide by the following: 1. It shall be the responsibility of each builder in Mountainside Village ( Builder ) that the
More informationNY State Unified Solar Permit
PERMIT APPLICATION NY State Unified Solar Permit PROJECT ELIGIBILITY FOR UNIFIED PERMITTING PROCESS By submitting this application, the applicant attests that the proposed project meets the established
More informationNY State Unified Solar Permit
PERMIT APPLICATION NY State Unified Solar Permit Unified solar permitting is available statewide for eligible solar photovoltaic (PV) installations. Municipal authorities that adopt the unified permit
More informationREQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT
REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT Purpose: To provide opportunities for residents to properly recycle used tires from
More informationTEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES
TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).
More informationPROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS
ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY
More informationSPECIFICATIONS FOR ROOF SYSTEM MAINTENANCE AND REPAIR CONTRACT
COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF TRANSPORTATION SPECIFICATIONS FOR ROOF SYSTEM MAINTENANCE AND REPAIR CONTRACT AT ENGINEERING DISTRICT 8-0 and 8-5 (Countywide) 2140 HERR STREET HARRISBURG PA
More informationREQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES
SEDA-COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES ENGINEERING, DESIGN, AND BIDDING 119 SOUTH LOCUST STREET DEMOLITION BOROUGH OF MOUNT CARMEL NORTHUMBERLAND COUNTY,
More informationADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )
PADRE DAM MunicIpal Water DIstrict An Everyday Essential ADDENDUM NO.1 Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN 212002) Bid Opening Date: May 22, 2012 Time: 10:00 a.m.
More informationRequest For Proposals
Request For Proposals Watauga County seeks Proposals from individuals or firms interested in providing services for the demolition and removal of a 237,000 square foot building located in Boone, NC. The
More informationSpecifications. For Installation of Hurricane Shutters or Sliding Glass-Enclosure Doors. The Dunes of Naples I, II, Sea Grove
Specifications For Installation of Hurricane Shutters or Sliding Glass-Enclosure Doors The Dunes of Naples I, II, Sea Grove Table of Contents Resolution of the Board of Directors...Page 3 Insurance Requirements..Page
More informationTEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE
TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE PUBLICATION This specification is a product of the Texas Department of Transportation
More informationREQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE
REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE Proposals Solicited by: City of Nanticoke 15 East Ridge Street Nanticoke, PA 18634 C:\Users\jim\Desktop\Nanticoke City\07222013professionalengservices\Engineer
More informationatlantic cit~ elect,ic
atlantic cit~ elect,ic A PHI Company NEW JERSEY LEVEL 1 INTERCONNECTION APPLICATION/AGREEMENT With Terms and Conditions for Interconnection For a Level 1 Review (Certified Inverter-Based Generators 10kW
More informationNOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015
NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT Revised February 11, 2015 For Projects to be bid from February 12, 2015 to February 11, 2016 Alisal
More information