Invitation to Bid (ITB) ITB

Size: px
Start display at page:

Download "Invitation to Bid (ITB) ITB"

Transcription

1 SOUTHERN OREGON UNIVERSITY Invitation to Bid (ITB) ITB Design/Build Services for Education-Psychology Building Solar PV System ISSUE DATE: May 31, 2018 ITB CLOSING (DUE) DATE: June 28, 2018, 4:00 PM, Local Time Important Notice: Read this ITB carefully. By submitting a Bid in response to this ITB, you acknowledge that you have read, understand, and agree to comply with all the provisions of this ITB. SOU may modify this ITB or make additional information available to potential Bidders. It is the responsibility of potential Bidders to refer daily to the Oregon Regional Public University website: or the SOU procurement portal: to check for any available addenda, responses to clarifying questions, or solicitation cancellations. SOU will attempt to provide notice of addendums to all firms that provide contact information to the contact below, but are under no obligation to do so and failure to receive such notice will not be sufficient basis for protest. CONTRACT ADMINISTRATOR: Treasa Sprague Southern Oregon University Phone: (541) FAX: (541) m a i l t o : s p r a g u e s o u. e d u BID SUBMITTAL LOCATION Southern Oregon University Facilities Management and Planning Attention: Treasa Sprague Finance and Administration 1250 Siskiyou Boulevard Ashland, Oregon Submit to: NO LATE BIDS WILL BE ACCEPTED 1

2 TABLE OF CONTENTS I.Introduction II.Project Description III.Financial Responsibility IV. Project Timetable V. Bid Submission VI. ITB Questions VII. Exhibits I. INTRODUCTION Southern Oregon University a University with a Governing Board, is seeking Bids from qualified firms interested in providing Design/Build services (design and construction) for a Photovoltaic System (PV) Installation described below (the Project ). This system will be installed on the west roof of the Education-Psychology building. SOU has a not-to-exceed budget of $110,000 for the new Education-Psychology PV system. This fixed budget includes all PV planning, design, permitting, construction and commissioning costs. SOU intends to award the project to the Bidder that can deliver the most kw within this not-to-exceed budget. Bids will be received on the attached Bid Form (Section B-5 in the Project Manual). The Design Build contractor will be bound by all provisions of the Project Manual (Exhibit A) and the Drawings (Exhibit B). The form of Agreement between SOU and the contractor will be the Design/Build Agreement. A Sample Owner-Design Builder Agreement is included (Exhibit D). This agreement will form the contract between SOU and the PV Design/Builder. If you are unable to comply with these terms and conditions without any material modifications, then you should not submit a Bid for this Project. Bids must be submitted on the Bid Form included in the project manual. Bid bonds and performance/payment bonds will not be required for this project. All Proposers must be registered with the Oregon Construction Contractors Board and have the required Public Works Bond on file with the Construction Contractors Board (CCB) prior to 2

3 submitting a Bid. Failure to be registered and have the bond in place will result in the rejection of your Bid as non-responsive. All subcontractors must file a Public Works Bond with the CCB prior to starting work on the project, unless exempt. The Design/Build firm shall be skilled in design, construction, understanding construction methods and techniques, selecting subcontractors, coordinating construction processes, and be capable of providing consultation and assistance to the Owner. The Design/Builder must be able to communicate the design and construction-related aspects of the Project to all team members throughout the design and construction process. In addition, the Design/Builder must be familiar with the local labor and sub-contracting market and be capable of working and contracting directly with sub-contractors. The Design/Build Agreement that may result from this ITB will include the design, documentation, permitting, construction and commissioning of the complete photovoltaic system. State of Oregon Bureau of Labor and Industries (BOLI) Prevailing Wage Rates are applicable to the construction phase of this Project. The Design/Builder and all subcontractors shall comply with the provisions of ORS 279C.800 through 279C.870 relative to Prevailing Wage Rates. See SOU General Conditions, Sections C.1 and C.2, regarding wage rate compliance and payroll certification requirements. Workers shall be paid the applicable rates per the January BOLI Prevailing Wage Rate schedule and including the April 1, 2018 amendments. If a contractor fails to pay for labor or services, SOU can pay and withhold these amounts from payments due the Design/Builder (ORS 279C.5.15). The Design/Builder and their subcontractors shall provide a written schedule to employees showing the number of hours per day and days per week the employee may be required to work (ORS 279C.520). The Design/Builder and their subcontractors must promptly pay for any medical services they have agreed to pay (ORS 279C.530). II. PROJECT DESCRIPTION The project consists of design and construction of a grid-tied solar photovoltaic system on the west roof of the Education-Psychology Building at Southern Oregon University in Ashland, Oregon. Solar modules will be supported on a new rack system installed over the existing low-slope roof. Rack system vertical supports must be located over the existing roof beams. Ballasted systems are not allowed. SOU will install a new roof membrane by separate contract after PV installation. SOU has commissioned an engineering report from Structural Solutions Inc. to confirm the capacity of the existing structure to accommodate the added PV loads (Exhibit C). The report confirmed structural adequacy and Structural Solutions, Inc. has also designed a steel support system to carry the new PV loads. PV Design-Builders may use this design but are not obligated to do so. PV Design/Buildings who choose an alternate support system design will be required to provide drawings and details stamped by an Oregon Professional Engineer. The Owner will own, operate, and maintain the systems. The electricity produced by the PV 3

4 systems will be net-metered. All renewable energy credits resulting from this project shall remain the property of the Owner. Minimum Bidder Qualifications Proposers must have successfully completed a minimum of three (3) commercial grid-tied PV projects at least 25 kw in size and of comparable complexity within the last 5 years to be eligible to propose on this project. Project Requirements The Project consists of a complete grid connected system including the following components: 1. Photovoltaic array 2. Engineered solar collector roof support (racking) system, sloped for optimum solar gain. 3. Inverter(s) located in the existing roof penthouse. 4. Conduit and wiring from the Roof Penthouse through the building to the main electrical room on the lower level. 5. Utility disconnect at the south exterior wall near the building transformer. 6. Connection to SOU s existing DECK solar monitoring system. 7. All design, engineering, permitting and installation costs included in the Bid. 8. Contract will be awarded to the contractor who can deliver the highest kw output within SOU s $110,000 not-to-exceed budget. All designs and construction materials shall meet or exceed federal, state and local laws, regulations, rules, ordinances and building code requirements. The PV system shall specifically meet all requirements of the Oregon Electrical Specialty Code and the Oregon Solar Installation Specialty Code. The PV system shall be designed and installed using UL- or ETL-listed components. The PV system shall be a complete functioning system. All design and engineering related services must be performed by professionals registered/licensed in Oregon in the appropriate professional discipline. Net metering agreement will be submitted by owner with contractor to provide technical backup information. The Education-Psychology building and surrounding area will remain fully occupied during construction. The Design/Builder is fully responsible for all worker and public safety during construction. Detailed requirements for the solar PV equipment: Roof Considerations 1. The array will be located on the west roof (see Exhibit B drawing). The array shall be organized to allow for future PV expansion to the west. 2. SOU has commissioned a structural review of the existing roof structure (Attachment C- Roof area B & C). a. The structural report concludes that the roof will support the new PV loads b. The new PV rack supports must bear on the existing roof structure. c. Ballasted rack systems are not allowed. 4

5 d. The contractor, at their option, can use the engineer s structural support design (Exhibit C) or they may use their own alternate racking system design. Alternate designs must be stamped by an Oregon licensed professional engineer. 3. Rack supports at the roof deck must be either sealed pipe or tube - to allow for membrane flashing using prefabricated roofing boots. 4. A minimum 18 clearance between the roof deck and PV panels to allow for installation of new roofing and future re-roofing. 5. SOU will contract for a new single-ply membrane roof after installation of the PV racking system. The PV contractor will be required to keep the building water tight during PV installation. Racking System 1. Orientation: south. Refer to roof plan (Exhibit B) 2. Tilt angle: selected by the Contractor to maximize solar gain 3. Basis of design: Unirac commercial Solar Mount system. Substitution requests may be accepted if they meet the performance requirements of the basis-of-design and are submitted prior to the deadline for written questions (Section IV). 4. All racking components utilized for array equipment grounding shall be listed for that purpose and must be appropriately isolated to prevent galvanic corrosion and subsequent loss of array grounding continuity. 5. Provide structural engineering calculations prepared and sealed by the Design/Builder s licensed professional in the State of Oregon. a. Design to resist ASCE Minimum Design Loads for Buildings and other structures. b. Design all materials, assembly and attachments to resist snow, wind, suction and uplift loading at any point without damage or permanent set. c. Show loads imparted into roof structure for confirmation by the Owner s engineer. 6. Shop Drawings: Provide layout and erection drawings showing typical cross sections and dimensioned locations of all frames and base supports. Include erection drawings, elevations, and details where applicable. 7. Manufacturer Qualifications: Manufacturer with a minimum five years documented experience in producing pre-manufactured solar collector supporting steel framework. 8. Manufacturer's Certificates: Certify products meet or exceed specified requirements. 9. Manufacturer s warranties. Provide 10-year manufacturer s workmanship warranty and minimum 5-year finish warranty for the racking system. Solar Modules: 1. Minimum 20-year warranty. Manufacturer must have been in business for at least 15 years under their current name and tax identification number. Warranty must be in the Owner s name. Minimum 80% power output or more, for a period of 20 years. Manufacturer agrees to repair or replace components of PV modules that fail to exhibit the minimum power output within the specified warranty period. 2. PV modules shall be listed and in compliance with UL standard 1703, Standard for Safety. Flat-plate Photovoltaic Modules and Panels. Entire assembly shall be listed and 5

6 labeled by a qualified testing agency acceptable to authorities having jurisdiction for electrical and fire safety, Class A, according to UL PV modules must also meet or exceed IEC and all other relevant standards. 4. Modules by Sun Power, Canadian Solar, and Solar World are approved. Submit substitution request for alternate manufacturer(s) per specification section prior to the deadline for written questions (see Section IV). All other electrical equipment must be U.L. listed. Inverter(s) and Monitoring: 1. Inverter location: Roof penthouse. Refer to Exhibit A Drawing 2. Basis of design: SMA Sunny Tripower US line of isolated inverters (transformer less). 3. Submit substitution requests per Specification prior to the deadline for written questions (Section IV). Only U.S. inverters with U.L. listing will be accepted. All other electrical equipment must be U.L. listed. 4. Provide integrated AC/DC disconnects. 5. Provide necessary inverter communications cards (hardware and software) for the PV system to communicate with existing SOU monitoring equipment (AlsoEnergy/DECK monitoring). 6. Provide a user interface in the building to show basic output data 7. Data cabling for the offsite monitoring will be provided by SOU 8. Inverters must be listed with UL 1741SA, Inverters, Converters, Controllers and Interconnection System Equipment for Use with Distributed Energy Resources. 9. Installation must comply all elements of the IEEE interconnection standards. 10. Warranty: The inverters shall have a (minimum) 10-year warranty. All warranties shall be in the Owner s name. Electrical Interconnection: Provide a solar system AC disconnect on the exterior of building at ground level per City of Ashland Electric Department requirements. Disconnect must be lockable in ON and OFF positions. Provide permanent label at disconnect per City Electric Department requirements. See Exhibit A drawing for disconnect location. Furnish and install all wiring, conduit, combiner boxes junction boxes for a complete system designed to comply with all building code and local jurisdiction requirements. All exposed wiring must be UV resistant. Install new, concealed EMT conduit from the inverter(s) in the roof penthouse down through the building to the main electrical room on the lower floor. The conduit will drop vertically down through the existing stacked closets, and then run horizontally above the T-bar ceiling at the lower floor. Size the new conduit to accommodate future buildout of the PV system on the west roof New AC conductors shall be sized so that voltage drop does not exceed 1% at full load. Provide the City required disconnect on the outside of the building. Connections to the facility s electrical system are design-build by the contractor. The existing facility service voltage is 120/208v, 3-phase, 4 wire. Furnish and install array equipment grounding hardware. Provide PV grounding 6

7 conductors and required bonding hardware. Required Documentation: Roof plan drawn to scale showing all system components and confirmation/ coordination with all existing conditions. One-Line diagram for entire system. Include all system component specifications and ratings, conductor sizes and types, conduit sizes, ratings of combiner boxes and series OCPD s, Location and rating of facility interconnection point. Electrical calculations including voltage drops and string sizing calculations. Solar collector roof support system design and load calculations including all dead and live (snow, wind, seismic, etc.) loads. Refer to submittal requirements listed above. Owner Furnished Items: Solar system DECK monitoring system. Structural Engineering report with acceptable loads imposed on the existing buildings (attached as Exhibit H). Payments for plan review, building permit and other jurisdiction fees. Permitting: The Design/Builder will be responsible for the preparation of construction drawings and specifications and for submitting documents to the City of Ashland for all required permits. At time of submittal for permitting, the Design/Builder shall provide to the Owner three complete sets of permitting documents. Permit intake fees and costs for plan reviews and permits will be paid by the Owner. Project Closeout: At completion of the project, the Design/Builder shall provide to the Owner (2) Operation & Maintenance (O&M) Manuals in 3-ring binders. Include copies of all as-built drawings, diagrams, calculations, product information, specifications, warranties, maintenances instructions, etc. in the O&M manuals. In addition to the printed O&M manuals, provide an electronic copy of all the O&M information prior to request for final payment. The Design/Builder shall provide system instruction and training to SOU staff prior to final acceptance and payment. The final product shall be a fully completed, fully functional, code compliant photovoltaic system with inverter(s) and net metering, with all equipment and warranties in place, and all permits and approvals secured. III. SELECTION PROCEDURE SOU will award the project to the PV Design/Builder who meets all the requirements of this ITB and offers the highest kw output for the $110,000 (not-to-exceed) budget. 7

8 IV. P R O J E C T TIMETABLE May 31, 2018 June 5, 2018 June 14, 2018 June 19, 2018 June 21, 2018 June 28, 2018 July 2, 2018 July 9, 2018 July 10, 2018 August 24, 2018 ITB Issued Deadline to protest ITB solicitation documents Optional pre-bid meeting on site. 11:00am at Education/Psychology Lobby, 370 Mountain Ave. Written Questions or Clarification Requests Due Written Response to Questions by SOU (Addendum) Bids Submitted to SOU Design/Builder Selection. Intent to Award Selection Protests Due Finalize contract with Design/Builder Latest date to complete roof top work Any changes to schedule dates will be posted on the websites and V. BID SUBMISSION Design/Build bids must be submitted on the enclosed form (in the Project Manual) and received by June 28, 2018 at 4:00 p.m. local time. On the Bid Form, bidders are required to list key personnel proposed for the Project, references for three (3) comparable projects, and equipment proposed for use in this Project. Submit bids to the SOU Procurement portal: Drew Gilliland Director of Facilities Southern Oregon University 351 Walker Avenue Ashland OR Phone: FAX: soubid@sou.edu Sealed, hand delivered or ed bids are acceptable for this project. Responses received after the closing date and time will not be considered. VI. GENERAL ITB PROVISIONS 1. Questions and General Information: All questions and contacts with SOU regarding any information in this ITB must be addressed either in writing or by to: 8

9 Jim McNamara Project Manger 351 Walker Avenue Ashland OR Phone: If you are unclear about any information contained in this document (project description, scope, response format, etc.), you are urged to submit those questions for formal clarification. All questions and answers received by SOU in regards to this solicitation will be posted on the ORPU bidding opportunities website and the Bonfire procurement portal as an addendum. 2. Investigation of References: Owner reserves the right to investigate all references in addition to supplied references and investigate past performance of any Bidder with respect to its successful performance of similar services, compliance with specifications and contractual obligations, completion or delivery of a project on schedule, and lawful payment of subcontractors and employees. Owner may postpone the award or the execution of the contract after the announcement of the apparent successful proposer in order to complete its investigation. Information provided by references may prevail in final selection, regardless of preliminary bid results. Despite its right to investigate all Bidder references, Owner is not obligated to utilize references as part of its evaluation criteria and may decline to investigate or consider references. Any decision made by Owner in regards to the use of references, including restricting the consideration of references to only Finalists, will not be considered grounds for protest. 3. Financial Capacity: Owner reserves the right to investigate and evaluate, at any time prior to award and execution of the contract, the Bidder s financial capacity to perform the contemplated Services. Submission of a Bid shall constitute approval for Owner to obtain any credit report information Owner deems necessary to conduct the evaluation. Owner shall notify the firms, in writing, of any other documentation required, which may include, but need not be limited to: recent profit-and-loss history; current balance statements; assets-to-liabilities ratio, including number and amount of secured versus unsecured creditor claims; availability of short and long-term financing; bonding capacity and credit information, etc. Failure to promptly provide this information shall result in rejection of the submission. Owner may postpone the award or execution of a contract or selection of finalists in order to complete its investigation and evaluation. Failure of a firm to demonstrate financial capacity shall render them non-responsible and shall constitute grounds for response rejection. 4. Modification or Withdrawal of Bid: Any Bid may be modified or withdrawn at any time prior to the Closing Date and Time, provided that a written request is received by Owner s 9

10 Representative prior to the Closing Date and Time. The withdrawal of a Bid will not prejudice the right of a Bidder to submit a new Bid. 5. Protests of Specifications: Protests of the ITB specifications may be made only if a term or condition of the ITB violates Applicable Law. Protests of Specifications must be received in writing prior to the date and time indicated in the Project Timetable at Owner s Representative address or address listed under General Information in this Section IV. Protests may not be ed or faxed. Protests of the ITB specifications must include the reason for the protest and any proposed changes to the requirements. 6. Requests for Clarification and Requests for Change: Bidders may submit questions regarding the specifications of the ITB. Questions must be received in writing prior to the date and time indicated in the Project Timetable at Owner s Representative address or address listed under General Information in this ITB. Requests for changes must include the reason for the change and any recommended modifications to the ITB requirements. The purpose of this requirement is to permit Owner to correct, prior to consideration of the Bids, ITB terms or technical requirements that may be improvident or which unjustifiably restrict competition. 7. Addenda: If any part of this ITB is amended, addenda will be provided on ORPU Current Business and Bidding Opportunities website: mailto: and on the Bonfire procurement portal: mailto: Proposers are exclusively responsible for checking theses websites to determine whether any addenda have been issued. By submitting a Bid, each Bidder thereby agrees that it accepts all risks and waives all claims associated with or related to its failure to obtain any addendum or addendum information. 8. Post-Selection Review and Protest of Award: Owner will name the apparent successful Bidder in a Notice of Intent to Award that will be posted on the procurement website. Identification of the apparent successful Bidder is procedural only and creates no right in the named Bidder to award of the contract. Competing shall be given seven (7) calendar days from the date on the award notice to request and review documents regarding the selection process and to file a written protest of award. Any protest must comply with OAR Any award protest must be received in writing at Owner s Representative address or address listed under General Information in this ITB. Owner will consider any protests received and: (A) reject all protests and proceed with final award of, and any contract language negotiation with, the apparent successful Bidder and, pending the satisfactory outcome of this final evaluation and negotiation, enter into a contract with the named Bidder; OR (B) sustain a meritorious protest(s) and reject the apparent successful Bidder as nonresponsive if such Bidder is unable to demonstrate that its Bid complied with all material requirements of the solicitation and Oregon public procurement law; thereafter, Owner may name a new apparent successful Bidder; OR (C) reject all Bids and cancel the procurement. 10

11 Owner s Vice President for Finance and Administration or designee will timely respond to any protests after receipt. The decision shall be final. 9. Acceptance of Contractual Requirements: Failure of the selected Bidder to execute a contract and deliver required insurance certificates within ten (10) calendar days after notification of an award may result in cancellation of the award. This time period may be extended at the option of Owner. 10. Public Records: Bids are deemed confidential until the public bid opening. This ITB and one copy of each original Bid received in response to it, together with copies of all documents pertaining to the award of a contract, will be kept and made a part of a file or record which will be open to public inspection. If a Bid contains any information that is considered a TRADE SECRET under the Oregon Revised Statutes ( ORS ) (2), SUCH INFORMATION MUST BE LISTED ON A SEPARATE SHEET CAPABLE OF SEPARATION FROM THE REMAINING BID AND MUST BE CLEARLY MARKED WITH THE FOLLOWING LEGEND: This information constitutes a trade secret under ORS (2), and shall not be disclosed except in accordance with the Oregon Public Records Law, ORS Chapter 192. By submitting a Bid in response to this ITB, Bidders acknowledge and agree that any information not set apart and labeled as described above is not a trade secret under ORS (2) and may be subject to disclosure under the Oregon Public Records Law. The Oregon Public Records Law exempts from disclosure only bona fide trade secrets, and the exemption from disclosure applies only unless the public interest requires disclosure in the particular instance. ORS (1). Therefore, non-disclosure of documents or any portion of a document submitted as part of a Bid, including those labeled as Trade Secrets, may depend upon official or judicial determinations made pursuant to the Public Records Law. 11. Bid Preparation Costs: Cost of developing the Bid, attendance at a walk-through, or any other such costs are entirely the responsibility of the Bidder and will not be reimbursed by Owner. By submitting a Bid, each Bidder thereby accepts all risks, and waives all claims, associated with or related to the costs it incurs in the Bid preparation, submission, and participation in the solicitation process. 12. Clarification and Clarity: Owner reserves the right to seek clarification of each Bid or to make an award without further discussion of Bids received. Therefore, it is important that each Bid initially be submitted in the most complete, clear, and favorable manner possible. 13. Right to Reject Bids: Owner reserves the right to reject any or all Bids if such rejection would be in the public interest. Whether such rejection is in the public interest will be solely determined by Owner. 14. Cancellation: Owner reserves the right to cancel or postpone this ITB at any time or to 11

12 award no contract. 15. Bid Terms: All Bids, including any price quotations, will be valid and firm through the period of contract execution. 16. Usage: It is the intention of Owner to utilize the services of the successful Bidder to provide Services as outlined in Sections I and II of this ITB. 17. Rejections and Withdrawals. Owner reserves the right to reject any or all Bids or to withdraw any item from the award. 18. ITB Incorporated into Contract. This ITB and all Exhibits will become part of the final contract between the Owner and the selected Design/Builder (also referred to herein as the Contractor ). The Contractor will be bound to perform according to the terms of this ITB and its Bid. 19. Ownership of Bids. All Bids in response to this ITB are the sole property of Owner and subject to the provisions of ORS (the Public Records Act). 20. Clerical Errors in Awards. Owner reserves the right to correct inaccurate awards resulting from its clerical errors. 21. Rejection of Qualified Bids. Bids may be rejected in whole or in part if they limit or modify any of the terms and conditions and/or specifications of the ITB. 22. Collusion. By responding, the Bidder states that the bid is not made in connection with any competing Bidder submitting a separate response to the ITB, and is, in all aspects, fair and without collusion or fraud. 23. Commencement of Work: The Contractor shall commence no Services until all insurance requirements have been met, the Protest of Awards deadline has been passed, and a contract has been fully executed. 24. EQUAL EMPLOYMENT COMPLIANCE By submitting a Bid, the Proposer certifies conformance to the applicable federal, state and local laws, acts executive orders, statutes, administrative rules, regulations, ordinances and related court rulings concerning Affirmative Action toward Equal Employment Opportunities. All information and reports required by the Federal or Oregon State or local Governments having responsibility for the enforcement of the foregoing shall be supplied to Owner upon request for purposes of investigation to ascertain compliance with the foregoing. Owner is committed to increasing opportunities for Emerging Small Businesses and Minority and Women Owned Businesses, and Owner strongly encourages its contractors to use these businesses in providing services and materials for Owner contracts and projects. 12

13 25. CERTIFICATION OF COMPLIANCE WITH TAX LAWS By submission of the Bid, the undersigned hereby certifies under penalty of perjury that the undersigned is authorized to act on behalf of Contractor and that Contractor is, to the best of the undersigned s knowledge, not in violation of any Oregon Tax Laws. For purposes of this certification, Oregon Tax Laws means a state tax imposed by ORS to and ORS chapters 118, 314, 316, 317, 318, 320, 321 and 323; the elderly rental assistance program under ORS to ; and local taxes administered by the Department of Revenue under ORS VII. ENCLOSURES Exhibit A Project Manual Exhibit B Drawings Exhibit C Structural Solutions, Inc. - Roof Support Structural Design Exhibit D Sample Design/Build Agreement 13

ATTENTION CONTRACTORS

ATTENTION CONTRACTORS ATTENTION CONTRACTORS If you download this RFQ from the website, it is your responsibility to advise WOU's Planning Office that you have done so. This will allow us to add you to the Respondent's List,

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal

If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal may cause your submittal to be considered non-responsive.

More information

Photovoltaic System Installation Request for Proposals. St. Mary s School, Boise, ID

Photovoltaic 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 information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS 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 information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

Request for Proposals for Photovoltaic System Installation

Request 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 information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT 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 information

Dubuque 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 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 information

FENCING AND FENCE REPAIR

FENCING 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 information

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK DATE ISSUED: January 10, 2018 DEADLINE FOR WRITTEN

More information

NY State Unified Solar Permit

NY 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 information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation 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

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-58 Issue Date: July 24, 2018 Project Name: Diesel Tank Mold Removal

More information

REQUEST 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, 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 information

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464

More information

NY State Unified Solar Permit

NY 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 information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

DOCUMENT POST BID INTERVIEW

DOCUMENT POST BID INTERVIEW DOCUMENT 00 45 90 POST BID INTERVIEW PART 1 GENERAL 1.01 SUMMARY By request of the District, this Section requires the apparent low bidder to attend and participate in a Post Bid Interview with the Construction

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. 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 information

Chapter 4 State Requirements for Educational Facilities Section 4.1

Chapter 4 State Requirements for Educational Facilities Section 4.1 providential cause, other impending danger to life safety, or pursuant to Section 1013.46(1)(b), F.S., the board can declare an emergency, can negotiate a contract with a design-build firm, design professional,

More information

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019 DENNIS M. LARIOS, P.E. CHRISTOPHER J. ZELL, L.L.S. Lic. No. 58747 Lic. No. 49629 BRINNIER and LARIOS, P.C. PROFESSIONAL ENGINEERS & LAND SURVEYORS 67 MAIDEN LANE DESIGN KINGSTON, NEW YORK 12401 SUBDIVISIONS

More information

NY State Unified Solar Permit

NY 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 information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

NY State Unified Solar Permit

NY 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 information

NY State Unified Solar Permit

NY 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 information

RENEWABLE ENERGY ELECTRIC GENERATING SYSTEM APPLICATION INSTRUCTIONS

RENEWABLE ENERGY ELECTRIC GENERATING SYSTEM APPLICATION INSTRUCTIONS RENEWABLE ENERGY ELECTRIC GENERATING SYSTEM APPLICATION INSTRUCTIONS All renewable energy systems require an electrical permit. In some cases, a building permit is also required. The following process

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

Address of Installation Building Permit #

Address 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 information

Massachusetts Clean Energy Center Request for Proposals (RFP): Moon Island Engineering Design Consultant

Massachusetts Clean Energy Center Request for Proposals (RFP): Moon Island Engineering Design Consultant Massachusetts Clean Energy Center Request for Proposals (RFP): Moon Island Engineering Design Consultant RFP FY2017-BFD-01 Release Date: May 8 th, 2017 Applications Due: June 23 rd, 2017 1. PROGRAM SUMMARY

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN 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 information

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades Dayton Metropolitan Housing Authority 111071 Rosemont/Hoch Electrical Upgrades Addendum No. 3 August 10, 2011 DMHA 400 Wayne Ave. Dayton, OH 45410 Re: 1432-1438 Rosemont oh5-12b 261 Hoch Street oh5-18d

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding 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 information

NY State Unified Solar Permit

NY State Unified Solar Permit PERMIT APPLICATION- City of Elmira NY State Unified Solar Permit Unified solar permitting is available statewide for eligible solar photovoltaic (PV) installations. Municipal authorities that adopt the

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

NY State Unified Solar Permit

NY 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 information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT 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 information

REVISION NO.: 8 EFFECTIVE: 03/26/18

REVISION 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 information

ATTACHMENT D SCOPE OF SERVICES

ATTACHMENT D SCOPE OF SERVICES ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

Both envelopes must have the following information in the lower left hand corner:

Both 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 information

NY State Unified Solar Permit

NY 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 information

CONTRACTOR 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 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 information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING 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 information

NY State Unified Solar Permit

NY State Unified Solar Permit VILLAGE OF UPPER BROOKVILLE PERMIT APPLICATION NY State Unified Solar Permit Unified solar permitting is available statewide for eligible solar photovoltaic (PV) installations. Municipal authorities that

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW January 31, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project 18-0018PW A. The following additions, deletions, revisions, and/or

More information

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES QUALIFICATION SUBMITTAL DATE: Monday, February 18, 2019 RFQ Number 2019-01 City of McLendon-Chisholm 1371 W. FM 550 McLendon-Chisolm, Texas 75032 972-524-2077

More information

O AHU ENERGY STORAGE SYSTEM REQUEST FOR PROPOSALS RFP NO

O AHU ENERGY STORAGE SYSTEM REQUEST FOR PROPOSALS RFP NO O AHU ENERGY STORAGE SYSTEM REQUEST FOR PROPOSALS RFP NO. 072114-01 REQUEST FOR PROPOSALS Hawaiian Electric Company, Inc. ( Hawaiian Electric ) hereby requests a proposal for a firm lump- sum price proposal

More information

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas REQUEST FOR QUOTES (RFQ) for Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas Description Personnel Services for Subsidized Employment for Workforce Customers Arbor E & T,

More information

REQUEST FOR PROPOSALS. For CONSTRUCTION MANAGER/GENERAL CONTRACTOR SERVICES EOU DATA CENTER PROJECT. May 1, 2018

REQUEST FOR PROPOSALS. For CONSTRUCTION MANAGER/GENERAL CONTRACTOR SERVICES EOU DATA CENTER PROJECT. May 1, 2018 REQUEST FOR PROPOSALS For CONSTRUCTION MANAGER/GENERAL CONTRACTOR SERVICES EOU DATA CENTER PROJECT May 1, 2018 PROJECT WEBSITE: https://secure.orpu.org/bid www.orpin.oregon.gov ISSUE DATE: May 1, 2018

More information

APPLICATION FOR SOLAR PERMIT

APPLICATION 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 information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

NY State Unified Solar Permit

NY 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 information

Oregon State University RFQ for A&E Services Strategic Framework Plan. Attention Firms

Oregon State University RFQ for A&E Services Strategic Framework Plan. Attention Firms Attention Firms If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal may cause your submittal to be considered

More information

Purchasing and Procurement Policy

Purchasing and Procurement Policy Purchasing and Procurement Policy Purpose The purpose of this document is to implement the requirements of state law with regard to procurement and bidding on public contracts for public works, goods,

More information

Request for Proposal Internet Access Columbus Urban League

Request for Proposal Internet Access Columbus Urban League Request for Proposal Internet Access Columbus Urban League 1 REQUEST FOR PROPOSAL Internet Access Columbus Urban League The Columbus Urban League invites vendors to submit proposals in accordance with

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

SOLICITATION ADDENDUM NO. 1 RFP THE FOLLOWING CHANGES TO THE ABOVE CITED SOLICITATION ARE ANNOUNCED.

SOLICITATION ADDENDUM NO. 1 RFP THE FOLLOWING CHANGES TO THE ABOVE CITED SOLICITATION ARE ANNOUNCED. Beaverton School District Capital Program Purchasing 16550 SW Merlo Road, Beaverton, OR 97006 Phone: 503-591-4539 SOLICITATION ADDENDUM NO. 1 RFP 15-0013 THE FOLLOWING CHANGES TO THE ABOVE CITED SOLICITATION

More information

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE Roosevelt County INVITATION FOR BID No. 2014-01 CRUSHED CALICHE Bids Submitted by: Tuesday, March 25, 2014 Time: 2:00 p.m. Bids Submitted to: Roosevelt County Administration 109 W. First Street, 4 th Floor

More information

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE ADDENDUM NO. B TO THE BID DOCUMENTS, dated 1/5/16 FOR THE CVUSD M&O/WAREHOUSE/PRINTING SERVICES TENANT IMPROVEMENT 667 Building & 750 Building #DO-15C1024 & #DO-15C1026 CONEJO VALLEY UNIFIED SCHOOL DISTRICT

More information

Town of Atkinson, New Hampshire INVITATION TO BID. Town Garage Roof Replacement Issued: June 30, 2015

Town of Atkinson, New Hampshire INVITATION TO BID. Town Garage Roof Replacement Issued: June 30, 2015 Town of Atkinson, New Hampshire INVITATION TO BID Town Garage Roof Replacement Issued: June 30, 2015 The Town of Atkinson invites qualified contractors to bid on the replacement of the roof of the Town

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4 RE: ITB: PORTLAND COMMUNITY COLLEGE 12000 SW 49 th Avenue Portland, Oregon 97219 Sylvania Campus Bookstore Remodel Dated: February 22, 2017 April 11, 2017 ADDENDUM NO. 4 This addendum, together with the

More information

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: September 5, 2018

REQUEST FOR QUOTES (RFQ) # Issue Date: September 5, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-79 Issue Date: September 5, 2018 Project Name: Crane and Hoist

More information

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT The bid listed below has had addenda issued. Documents are available over the Internet at http://www.norwalkct.org Adobe Acrobat reader is required to view this document. If you do

More information

Southern Oregon University Cascade Science- Renovation

Southern Oregon University Cascade Science- Renovation Invitation to Bid PROJECT NUMBER # 2013-1203 Southern Oregon University Cascade Science- Renovation SOU F.M.P. 351 Walker Avenue Ashland, OR 97520 Phone: 541-552-6879 Fax: 541-552-6235 SECTION 00 00 10

More information

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS ( IFB )

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS ( IFB ) AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS ( IFB ) PURCHASE AND DELIVERY OF TRANSMISSION AND DISTRIBUTION ( T&D ) ANNUAL INVENTORY SUPPLIES ORDER March 23, 2012 IFB NO. FY12.1084.WHSE-TD

More information

CONSTRUCTION DOCUMENTS Part 1

CONSTRUCTION DOCUMENTS Part 1 Audio Presentation Session 4 CONSTRUCTION DOCUMENTS Part 1 Project Delivery Education Program Construction Document Technology (CDT) Preparatory Course 2011 The Construction Specifications Institute www.csinet.org

More information

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION Subject to conditions prescribed by the University of California, San Diego, responses to the University's prequalification documents for a Design Build

More information

NOTICE 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 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

LEVEL 1 Application for Interconnection and Net Metering

LEVEL 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 information

REQUEST FOR QUOTES (RFQ) # Issue Date: October 18, 2018

REQUEST FOR QUOTES (RFQ) # Issue Date: October 18, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-107 Issue Date: October 18, 2018 Project Name: Motor Carrier Safety

More information

ADDENDUM #1. for the. Physical Security (Phase II), #31336 Bid #G San Jose City College

ADDENDUM #1. for the. Physical Security (Phase II), #31336 Bid #G San Jose City College ADDENDUM #1 for the Physical Security (Phase II), #31336 Bid #G2010.0179 at San Jose City College San Jose Evergreen Community College District San Jose, California September 8, 2017 SAN JOSE EVERGREEN

More information

Bidding Conditions Attachment C

Bidding 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 information

Small Scale Solar Permit Application

Small Scale Solar Permit Application Town of Berne Small Scale Solar Permit Application Town of Berne PO Box 57 Berne, NY 12023 (518) 872-1448 2/14/18 PROJECT ELIGIBILITY FOR PERMITTING PROCESS By submitting this application, the applicant

More information

BID Addenda No. Date Issued Addenda No. Date Issued

BID Addenda No. Date Issued Addenda No. Date Issued BID - 004113 BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST 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 information

NY State Unified Solar Permit

NY State Unified Solar Permit PERMIT APPLICATION Town of Warwick Building Department (845) 986-1127 NY State Unified Solar Permit Unified solar permitting is available statewide for eligible solar photovoltaic (PV) installations. Municipal

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) 38 Liberty Street Concord, New Hampshire 03301 REQUEST FOR PROPOSAL (RFP) Bathroom Renovations 2016 Rundlett Middle School Concord School District The Concord School District is looking for a contractor

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

PLANNING AND EVALUATION PRELIMINARY DESIGN

PLANNING AND EVALUATION PRELIMINARY DESIGN PLANNING AND EVALUATION Project Initiation Discuss and refine client requirements Project brief, Schedule, Budget Confirm client's space needs and program Establish scope of work Obtain client-supplied

More information

2012 VIRGINIA INDUSTRIALIZED BUILDING SAFETY REGULATIONS

2012 VIRGINIA INDUSTRIALIZED BUILDING SAFETY REGULATIONS 13VAC5-91-10. Definitions. The following words and terms when used in this chapter shall have the following meanings unless the context clearly indicates otherwise. Administrator means the Director of

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information