STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC RACCOON CREEK STATE PARK (BEAVER COUNTY)

Similar documents
STATEMENT OF WORK I. SCOPE OF WORK:

DOCUMENT ADVERTISEMENT FOR BIDS

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

BID PROPOSAL-REVISED

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

Addendum # 2 Wicomico County Circuit Court Second Floor Renovations Date of Addendum: 2/6/2017

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.

Cherokee Nation

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

BULLETIN. Temperature Controls (VAV) (3/11/2010)

CITY OF LOCKPORT FIRE SPRINKLER & FIRE ALARM SYSTEM INSTALLATION ASSISTANCE PROGRAM

PROJ. NO SECTION PAGING, SPEAKERS AND HARD-WIRED CLOCK SYSTEMS

Request for Proposal

2017 Commercial & Industrial Program C&I Lighting Prescriptive Rebate Application

SECTION WET-PIPE SPRINKLER SYSTEMS

REQUEST FOR PROPOSAL. Grounds Maintenance

INVITATION FOR BID. May 17, Purchase Natural Gas Hot Water Boiler MAWSS Purchasing Department

Tenant Heat Pump Bulletin Temperature Controls Buildings A1, C1, and H1

TEXAS DEPARTMENT OF TRANSPORTATION PORTABLE FIRE EXTINGUISHER SERVICES ANNUAL INSPECTION MAINTENANCE, REPAIR, AND RECHARGING

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose

"This is only the scope of work for the project. For more information, interested parties should contact Procurement at

BULLETIN. Temperature Controls (Chilled Water) Phase III only (3/11/2010)

Majis Industrial Services SAOC TENDER NO. MISCP/09/2014

Request for Qualifications. Knowledge Park Pedestrian/Cyclist Connectivity Planning and Design

NOTICE TO CONTRACTORS

Request for Proposal

Ada Township is soliciting bids for the following commodity or service:

Policies and Procedures for the Missouri Master Gardener Program

CITY OF MILTON INVITATION TO BID (THIS IS NOT AN ORDER)

Rancho Cucamonga Fire Protection District Prevention Bureau Standard

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder

BULLETIN. Temperature Controls (10/2013)

Lead Remediation/Abatement at Forest Blvd., Hugo, MN

COUNTY OF ROCKLAND Department of General Services Purchasing Division

Jefferson Cocke County Utility District Marketing Plan (July 1, 2008 through June 30, 2019) Revised effective July 01, 2016 A) Identify commercial

Indian National Trust for Art and Cultural Heritage (INTACH, 71, KK Birla Lane, Lodhi Estate, New Delhi , Ph. No.

I. Scope: II. Environmental Health and Safety Fire Alarm System Impairment Program - Guideline Revision Date: April, 2018

Electrical Safety Program

SECTION PANELBOARDS Painting Wire and Cable Overcurrent Protective Devices.

NATIONAL BANKING GROUP WEST-1

Chapter 1 General...9 Article 100 Definitions...11 Article 100 Questions Article 110 Requirements for Electrical Installations...

CHAPTER 20 SERVICE EQUIPMENT

CCDC EXPANSION PROJECT

JANUARY 2019 SEMCAC REQUEST FOR QUOTATION WEATHERIZATION AND ENERGY ASSISTANCE PROGRAMS MECHANICAL AND ELECTRICAL SERVICES

.4 Do complete installation in accordance with latest Electrical Bulletins of the local inspection authority.

SPECIFICATIONS FOR TENDER # SUPPLY OF DUCTLESS MINI-SPLIT AIR CONDITIONING SYSTEMS FOR WESTERN HEALTH

"This is only the scope of work for the project. For more information, interested parties should contact Procurement at

FRONT PORCH SUNSHINE REQUEST FOR QUOTATIONS CONTRACTOR AND SYSTEM QUALIFICATIONS

ADDENDUM NO. 1 COPPER COMMUNICATIONS CABLE AND VOICE AND DATA EQUIPMENT MONITORING, TESTING, AND REPAIR DEPARTMENT OF WATER RESOURCES

BULLETIN. Temperature Controls (Chilled / Hot Water)

Bold items are particular to the City of Euless

Prescriptive Program Rebate Application

RESIDENTIAL REBATE FORM

APPENDIX A - TECHNICAL SPECIFICATIONS HEAT TRACE INSTALL ON OIL PIPING BETWEEN TURBINE BLDG AND VALVE FARM NORTHSIDE GENERATING STATION (NGS)

NOTICE TO ALL FIRMS. Bid RFI Questions and Answers

THIS ADDENDUM MUST BE ACKNOWLEDGED.

September 30, Dear Fire Suppression System Contractor/Designer:

ATTACHMENT D #1 - HVAC (OIL) - SINGLE FAMILY DWELLINGS Category C: OIL

WOONASQUATUCKET RIVER WATERSHED COUNCIL REQUEST FOR PROPOSALS DESIGN OF GREENWAY PALETTE, SIGNAGE AND AMENITIES

LED Retrofit Lighting Rebate 2017 Rebate Application

Sheetz Inc. Fire Protection Service Guidelines

CITY OF LONG BEACH Department of Development Services BUILDING AND SAFETY BUREAU FIRE ALARM / ELECTRICAL FIRE PLAN REVIEW CHECKLIST

PLP - TERMS AND CONDITIONS Philadelphia Gas Works Residential Parts & Labor Plan Contract

2010 Home Energy-Efficiency Rebate Program

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS

Advokatfirmaet BAHR AS - ENGAGEMENT TERMS

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS

ATTACHMENT A. Town of Lebanon Village Center Study Proposal Cover Sheet (to be included with Proposal) Contract shall not exceed $48,500.

Contact Phone Number: (609) Fax: (609)

May 1, Dear Fire Suppression System Contractor/Designer:

SECTION INTRUSION DETECTION SYSTEM

CHAPTER 14 ELECTRICAL CODE

INTER - UNIVERSITY ACCELERATOR CENTRE (An Autonomous Centre of UGC) Aruna Asaf Ali Marg, New Delhi

COMMISSION ORDER. IT IS FURTHER ORDERED that the Request for Bid and Notice to Bidders be displayed on the Franklin County website.

Annual Fire Systems and Backflow Preventers Testing

CLASSROOM AMPLIFICATION SYSTEMS FORM A - BIDDER INFORMATION

SECTION SECURITY TESTING AND COMMISSIONING

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

FIRE & LIFE SAFTEY STANDARD

GARCIA GALUSKA DESOUSA Consulting Engineers

BID FORM CITY OF BEVERLY HILLS. The undersigned, having carefully examined the site conditions and the Contract Documents for

ADDENDUM No. 3 BID NO TRANSMISSION WAREHOUSE OFFICE REMODEL

Mr. Burke presented the Airport and Boeing s badging process and public safety issues as outlined in the attached meeting agenda.

NOTICE INVITING TENDER

Save energy at home residential natural gas rebate form

Princeton Joint Unified School District Invitation for Bid Installation of District-Wide Lighting Occupancy Sensors

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS

REQUEST FOR QUALIFICATIONS

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

TOWN OF CORNELIUS STREET/SIDEWALK LIGHTING POLICY. Adopted by the Cornelius Board of Commissioners on March 15, Amended on January 22, 2013

Date of Start and downloading the tender 12 sep 2018

NFPA CODE TESTING & INSPECTION. Requirements & Recommendations for. Licensed Florida Hospitals, Ambulatory Surgery Centers,

DESIGN AND CONSTRUCTION STANDARDS SPECIFICATION GUIDELINES

D. Reference Standards (Utilize latest editions available):

Scope of Work and Other Terms & Conditions

M001. Revenue Services ISSUED FOR CONSTRUCTION SEPTEMBER. 2, East State Parkway Schaumburg, Illinois Do Not Scale Drawings

Phase 2 Security Response

Application Information

Invitation to Bid WATER HEATER HHS & WHH

Transcription:

STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC-213-100797 RACCOON CREEK STATE PARK (BEAVER COUNTY) I. SCOPE OF WORK: The Commonwealth of Pennsylvania, Department of Conservation and Natural Resources, Bureau of State Parks, requires the services of a contractor to provide electrical repair/installation in our Maintenance Building at Raccoon Creek State Park, 3000 State Route 18, Hookstown, PA 15050-1605 as stated below in Section II. Contract Tasks. Questions regarding the technical aspects of this bid should be directed to Albert Wasilewski at 724-899-2200 (Ext. 3015) or awasilewsk@pa.gov. Questions regarding the bidding or contracting procedure should be directed to Sherri Dornes at 717-783-4884 or sdornes@pa.gov. II. CONTRACT TASKS: A. The work shall consist of repairing the electrical systems of our Maintenance Building. The attached drawing/schematics on FDC-213-10797 Fire Restoration in Maintenance Building shows the project scope of work and the following listed below: 1. Raccoon Creek State Park will be responsible for the demolition of electrical outlets, feeders and conduit from the panel to Room 300 Repair Shop, Room 304 Garage Wash Bay and Room 303 Mechanical Room. 2. Raccoon Creek State Park will provide materials for the complete re-wire of the building including new panels, transfer switch, light, conduit, wire, receptacles, switches, fans, exit signs as noted in the list of work below and contractor will provide only labor to install. 3. Contractor shall adhere to provided FDC-213-100797 drawings and notes. Onsite visit required prior to bid deadline. 4. Contractor to provide labor for the installation of the following: a. The existing panels DP and M will be removed and replaced. DP panel will be replaced with a new 400 amp 120/240-volt single phase main breaker panel and for the M panel, a new 100 amp 120/240-volt single phase main lug panel. b. The installation of all lighting for the interior and exterior of the building.

c. Installation of a new 100-amp single phase emergency electrical panel and manual transfer switch. d. Installation of 6 emergency circuits to feed emergency lighting, unit heaters and furnaces. 4.1 Repair Work Shop Installation of: a. Two 50-amp single phase circuits for welder receptacles. b. One 30-amp 2 pole circuit for lift. c. One 20-amp 2 pole circuit for receptacle. d. Two circuits for the garage door openers. e. One 20-amp circuit for cord reel. f. One 20-amp circuit for existing exhaust fan #4. g. Two 20-amp circuits emergency circuits for unit heaters 2 and 3 (Circuit Em #2). h. Three 20-amp circuits for general purpose receptacles. i. One 20-amp emergency circuit for receptacle (Em 5) j. One 20-amp lighting circuit and ceiling fan (Circuit M-1) k. One 20-amp emergency lighting circuit (Circuit Em-1) l. Two emergency battery pack units. m. One exit sign with remote head capability. n. Two 3-way switches to control the lighting in the work shop. o. One Y ceiling fan switch p. Ten GFCI receptacles for general purpose receptacles. 4.2 Garage Storage and Wash Bay Installation of: a. Four 20-amp circuits for general purpose receptacles b. One 20-amp circuit garage door opener. c. One 20-amp circuit for exhaust fan #3 d. One 20-amp 2 pole circuit for receptacle. e. One 20-amp circuit for unit heater #1 (Circuit Em-2) f. One 20-amp circuit for lighting (Circuit M-2) g. One 20-amp emergency lighting circuit (Circuit Em-1) h. One clock receptacle. i. Ten GFCI receptacles. j. One in-wall exhaust fan and switch. k. Two 3-way switches. l. Two emergency battery pack units. m. One exit sign with remote head capability 4.3 Office Installation of: a. One 20-amp emergency lighting circuit (Circuit EM-1) b. Replace all switches and receptacles. 4.4 Men s and Women s Restrooms Installation of: 2

a. One emergency battery pack units in each room. b. Lights for each room. c. Replace all switches and receptacles. d. Bath fans. 4.5 Lunch Room (307) Installation of: a. Replace all switches and receptacles. b. Three 20-amp circuits for lunch room receptacles. c. One - 20-amp emergency receptacle (Circuit Em-5). d. One - 20-amp emergency lighting circuit (Circuit EM-1). e. One emergency battery pack. f. Three GFCI receptacles. 4.6 Mechanical Room Installation of: a. One 100-amp 2 pole single phase circuit for compressor. b. One 20-amp emergency circuit for the furnace and damper (Circuit Em-4) c. One 60-amp 2 pole single phase circuit for the CU-1. d. One emergency battery pack. e. One GFCI receptacle f. One single pole switch for lighting. g. One GFCI on the exterior of the building next to CU-1 h. Storage 309, 302 and 301. i. Replace all switches and receptacles. 4.7 Corridor Installation of: a. One 20-amp emergency lighting circuit. b. Two battery backed emergency exit signs with remote heads. c. Replace all switches and receptacles. B. The Contractor shall provide a qualified electrical journeyman specialist, and all work shall be done by him or by an apprentice under his direct and immediate supervision. All electrical work shall meet the requirements of the National Electrical Code of the National Board of Fire Underwriters, as well as all state, municipal and other laws, rules and regulations applicable to the work. Where applicable, all materials and equipment furnished shall bear the label of approval of the National Board of Fire Underwriters Laboratory. All wire used must be copper, with the exception of the entry cable. C. Parts and materials will be provided by the Department. Any additional parts, material, or equipment needed to complete the project will be discussed between the Contractor and a representative of the Department and will be purchased by the Department. D. Upon notification by a representative of the Department, the Contractor shall proceed and complete the work in a reasonable and mutually agreed upon time. In the event of an emergency, the Contractor shall be prepared to proceed with the work immediately upon notification by the Department. 3

F. The Department shall not be held liable for accidents occurring to the Contractor s personnel or losses of the Contractor s tools, equipment or supplies. III. CONTRACTOR REFERENCES: After the bid opening, and prior to awarding of the contract, the Department has the right to request references (names, addresses and telephone numbers) of similar work performed in the previous two (2) years as proof of qualifications to perform the work involved in this contract. Similar work is defined as, prior electrical systems repair experience in a business and/or commercial facility. Interested vendors should be able to complete the work in a reasonable and mutually agreed upon time. References are an optional tool available to the Department to help determine bidder capabilities. If any of these references are requested and the bidder cannot supply the necessary documentation and proof of compliance, the Department reserves the right to reject the bidder. The decision to both request references or reject bidders based on inadequate reference will be made solely at the discretion of the Department. IV. SITE INSPECTION: A MANDATORY site inspection will be conducted prior to the bid opening. The site inspection will be held May 9, 2018 at 9:00 a.m. All prospective bidders must attend to be eligible to bid on this contract. (Please sign-in to acknowledge attendance.) Prospective bidders should meet at Raccoon Creek State Park at 9:00 AM to discuss job specifications and to tour the job site. V. CONTRACT TERM: The contract term shall commence upon receipt and execution of purchase order and Notice to Proceed letter and shall terminate July 30, 2018. VI. BID AWARD: Bidder must complete and return the following: A. The electronic Invitation for Bid to be found at www.pasupplierportal.state.pa.us, The bid will be awarded based on the total sum. The contract quantities herein are estimated only and may increase or decrease depending on the needs of the Department. The Contractor shall be paid at the unit price bid for actual work performed. 4

Please note that the Department will only accept out to two (2) decimal points when entering your pricing. VII. PAYMENT TERMS: Payment shall be made on a reimbursement basis for actual services performed. VIII. INVOICES: Invoice format shall be in accordance with the IFB Invitation for Bid. All invoices for this contract MUST either be: 1. Emailed to the following for a Paperless Email Invoice Option: Email a copy of the correctly executed invoice to: 69180@pa.gov. For information on the Commonwealth s E-Invoicing Program, visit: http://www.budget.pa.gov/programs/pages/e- Invoicing.aspx#.VnmrO6Mo6Uk. 2. Or, mailed to the following address: Commonwealth of PA PO Invoice PO Box 69180 Harrisburg PA 17106 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 will result in a delay of payment. Please Note: Vendors are reminded to NOT include employer identification numbers, Social Security Numbers, bank account information, or other personally identifiable information on their invoices. That information is uniquely tied to your SAP Vendor Number and, for security purposes, should not be explicitly stated on an invoice. IX. RECEIPT AND OPENING OF BID: Bids must be submitted via the PA Supplier Portal, to be found at www.pasupplierportal.state.pa.us. Faxed bids and mailed 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 not properly addressed and identified, or for any reason whatsoever. 5

X. BID RESULTS: Bidder can obtain bid results by accessing http://www.emarketplace.state.pa.us/bidtabs.aspx. 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. ATTACHMENT 6