Request for Proposal Seeking Contractors to Provide … Install - Contractor RFP 5... · Commercial...
Transcript of Request for Proposal Seeking Contractors to Provide … Install - Contractor RFP 5... · Commercial...
New Jersey Office of Clean Energy
Direct Install Program
Request for Proposal Seeking
Contractors to Provide Energy Assessments &
Install Energy Efficient Measures
Issued by TRC Energy Services
Commercial & Industrial Administration Team
May 24, 2016
1
The Direct Install Program (“Program” or “Direct Install”), a component of New Jersey’s Clean
Energy Program, is planned for re-launch in July 2016. TRC Energy Services will manage The
Program, and act as the Commercial and Industrial Program Administrator (“C&I Program
Admin”) on behalf of the NJ Office of Clean Energy (“OCE”). The C&I Program Admin is
seeking proposals from qualified contractors to perform energy assessments and equipment
inventories, in addition to providing retrofit labor in support of the Program. Interested qualified
contractors responding to this Request for Proposal (“RFP”) are asked to submit their intent to
bid and proposal in accordance with the requirements described herein to be considered for
selection as a Participating Contractor (“Contractor”) under the Program.
Section I - Program Description
Direct Install serves business owners of existing small commercial and industrial facilities in
New Jersey with monthly peak electric demand not exceeding 200 kW (“Owners”). In order to
qualify for participation in the Program, Owners must also be non-residential electric and/or gas
service customers of one or more of the following regulated utilities: Atlantic City Electric,
Jersey Central Power & Light, Rockland Electric Company, New Jersey Natural Gas,
Elizabethtown Gas, Public Service Electric and Gas, or South Jersey Gas. The Program is
designed to identify opportunities for cost-effective energy efficiency retrofits, and to provide
financial incentives to encourage the early replacement of existing inefficient equipment with
high-efficiency alternatives. The incentive levels are approved by the NJ Board of Public
Utilities and are currently set at 70% of the installed project costs. Systems and equipment
eligible for incentives may include: lighting, lighting controls, motors, variable frequency
drives, refrigeration, HVAC, & HVAC and hot water controls. Additional measure categories
may be added to the Program in the future.
For each project, the Program strives to include installation of a comprehensive package of cost
effective energy efficiency improvements that may be quickly implemented. Direct Install is a
turnkey program utilizing pre-selected Contractors, and is aimed at providing Owners a seamless
process for energy efficiency analysis and equipment replacement to reduce consumption and
lower utility costs. As part of their work in the Program, Contractors will market the program,
conduct Energy Assessments, and collect inventories of equipment in accordance with
procedures prescribed by the C&I Program Admin to identify eligible energy efficiency
improvement opportunities at Owner facilities. Energy assessments will be the basis for the
energy efficiency retrofit work scope, as well as a contract between Owners and Contractors for
performance of such work under the Program.
Direct Install is targeted for re-launch in July 2016. The Program’s goal is to conduct energy
assessments on at least 1,000 Owner facilities throughout the State of New Jersey and to provide
installations of energy efficient equipment in at least 550 Owner facilities throughout the State of
New Jersey by June 30, 2017. Contractors will be offered a two-year Program Sub-Contractor
Agreement with one additional option year. The C&I Program Admin reserves the opportunity
to renegotiate pricing at the end of year two (at a minimum), or rebid for these services
altogether. Bidders should be aware that program changes are anticipated based on changes in
market conditions and an ongoing strategic planning process and stakeholder input process, and
2
adjustments to program requirements, incentive levels, etc. may be made during the term of the
contract.
The State will be divided into approximately ten (10) areas (“Program Regions”) for purposes of
selecting and assigning work to Contractors. The C&I Program Admin anticipates contracting
with one (1) Contractor per Program Region to provide installation of all available measures
offered by the Program. Bidders responding to this proposal may propose to perform work in
one or more Program Regions. Each Contractor (collectively “Contractors”) will be responsible
for work within an assigned, primary region in accordance with their bids; however, the C&I
Program Admin will reserve the right to assign work from time-to-time to any Contractor,
regardless of the regions for which Contractors are selected. Please note, being selected as a
Contractor for this Program does not guarantee any specific amount of work.
Section II - Program Process and Contractor Scope of Services
The scope of services to be provided by Contractors and program process are described below,
and will be contained in referenced documents including Scope of Work Agreements associated
with individual projects performed under the Program:
a) The Program will be marketed statewide by the NJCEP Outreach Team, Sustainable New
Jersey, NJOCE, utilities and within assigned Program Regions, by Contractors. These
activities will be supported by activities and tactics of the program’s new, as yet to be
identified, Marketing Administrator. Marketing materials, approaches and activities will
be pre-approved by the C&I Program Admin.
o For facilities identified for participation by a Contractor, the Contractor must
obtain the C&I Program Admin’s approval prior to performing work under the
Program.
o For facilities identified for participation by parties other than a Contractor,
including the C&I Program Admin, the C&I Program Admin will assign a
Contractor to the Owner’s facility. If there is more than one Contractor within the
specified territory, the C&I Program Admin reserves the right to assign the
project to a Contractor at its discretion.
b) The Contractor will assist the Owner in completing the Direct Install Application and
Participation Agreement.
c) The Contractor will conduct an on-site Energy Assessment focused on the facility’s
lighting, HVAC, and refrigeration systems. The Energy Assessment will include
recording a listing of pertinent information associated with energy consuming equipment
as prescribed by Program procedures. The Contractor will input information into an
Energy Assessment spreadsheet provided by the C&I Program Admin, which will
calculate estimated energy savings and cost-effectiveness associated with the proposed
measures.
3
d) The Energy Assessment will be used to quantify potential, estimated energy savings and
installed costs in order to determine lighting, lighting controls, motors, refrigeration and
HVAC energy saving measures that are cost effective and eligible for incentives under
the Program.
e) The Contractor will review the results of the Energy Assessment with the Owner
including proposed measures, program incentives, project savings and Owner costs. The
Contractor will develop a Scope of Work and Cost Attachment based on the eligible
lighting, HVAC, and refrigeration measures accepted by the Owner. The Owner will
indicate intent to proceed by signing a Scope of Work Agreement (SOW) identifying
measures to be implemented, which includes the Scope of Work and Cost Attachment.
The Scope of Work Agreement is the installation contract between the Owner and
Contractor and, thereby, will also contain the terms and conditions under which the work
is to be performed, including payments to be made by the Owner for his/her share of
measure costs. The Program will have separate Program Sub-Contractor Agreements
with Contractors, the terms of which shall address Program rules and procedures, in
addition to Measure eligibility.
f) The C&I Program Admin will review and approve the Scope of Work Agreement and
provide notice to the Contractor, granting authorization for the project retrofit work to
proceed. The Contractor will countersign the corresponding Scope of Work Agreement,
and the agreement becomes fully executed.
g) According to the terms of the Scope of Work Agreement, the Owner will pay the
Contractor directly for the non-incentive portion of the project cost (currently 30%).
(Note: In some utility territories, on-bill repayment of the non-incentive portion is
available to Owners.)
h) EQUIPMENT – Lighting and Refrigeration: The Contractor will procure approved
equipment measures, manufacturer warranties, and manufacturer’s specifications from
the Program’s selected equipment Vendor(s) for all offered lighting and refrigeration
equipment. The Program’s selected lighting and refrigeration equipment Vendor(s) will
be responsible for providing the eligible equipment measures to be installed for each
approved project, except for the ancillary equipment required for installation. (i.e., bolts,
wire nuts). The Contractor will be responsible for obtaining all of the ancillary equipment
required for the complete installation of all approved lighting and refrigeration
equipment.
i) EQUIPMENT – HVAC: The Contractor will be responsible for providing pricing on a
per unit basis as listed in Attachment D, and procuring all of the program’s offered
HVAC/mechanical equipment. The Contractor will also be responsible for obtaining all
of the ancillary equipment required for the complete installation of all approved HVAC
equipment.
j) The Contractor will contact the Owner and arrange a mutually acceptable and reasonable
project installation start date and schedule. The start date shall be as soon as practicable,
4
but not more than 30 days from the date listed on the C&I Program Admin’s approval
letter, unless the Owner and C&I Program Admin agree to a later start date.
k) The Contractor will install Measures according to the Scope of Work Agreement and
complete such work as soon as practicable, but no more than 45 days from commencing
such work, unless the Owner and C&I Program Admin agree to a later completion date.
Contractors shall ensure all work is performed in accordance with all applicable federal,
State and local codes, laws, rules and standards, including but not limited to the NJ
Energy Sub-code (N.J.A.C. 5:23-3.18) and the NJ Prevailing Wage Act.
l) Due to project modifications that may arise during installation, the Scope of Work
Agreement will allow the flexibility to increase the project’s total cost by up to 10%. If
the desired additional work exceeds the 10% limit, the project will require an approval to
proceed from the C&I Program Admin for the additional work.
m) The Contractor will be responsible for providing the proper disposal and recycling of
materials for each project.
n) The Owner will confirm and accept measure installation by signing a Measure
Acceptance Form (MAF). The Contractor will provide all warranties and technical
manuals to the Owner. If the Owner finds work is not in conformance with the Scope of
Work Agreement, the Contractor will perform further, reasonably necessary work to
bring the work into conformance. The Contractor will countersign the Measure
Acceptance Form, which includes, among other provisions, acknowledgement and proof,
as deemed necessary by the C&I Program Admin, that all approved equipment has been
implemented to completion, all required permits have been obtained, and removed
materials were disposed of in a proper manner, in accordance with all applicable federal,
state, and local codes, laws, rules, and standards. In addition, the Contractor will provide
all manufacturer’s specifications for all installed equipment to verify that the Program’s
required minimum efficiencies have been satisfied, along with a certification that the
project has complied with the NJ Prevailing Wage Act.
o) The C&I Program Admin will conduct a review of the project file and, once reasonably
satisfied, the C&I Program Admin will countersign the Measure Acceptance Form.
o The C&I Program Administration Team will perform on-site quality control
inspections on a randomly selected percentage of Measure installations. In the
event such inspections identify additional or corrective work, which may be
necessary for Measure installations to comply with Program and/or Measure
Acceptance Form (MAF) requirements, the Contractor shall return to the site to
complete such work within ten (10) business days of notification,
p) The C&I Program Administration Team will invoice the New Jersey Treasury for
completed projects on a bi-weekly basis. A completed project is one in which the
Measure Acceptance Form is signed by the Owner, and countersigned by the Contractor,
and has passed the C&I Program Administration Team’s quality control review. The
C&I Program Administration Team will pay the Contractor the incentive portion of the
5
project cost within seven (7) days of receiving payment from New Jersey Department of
Treasury.
q) At this point, the obligations of all parties are satisfied with respect to the Owner’s
project.
Section III – Bid Pricing & Information
Contractors responding to this RFP must complete and submit with their proposals:
Attachment B – Participating Contractor’s Declaration of Geographic and Measure
Installation Capabilities, and
Attachment D - Proposed Pricing Spreadsheet for Eligible Measures (“Pricing
Spreadsheet”) for all measure categories. Attachment D consists of several spreadsheet
tabs; one tab for each of seven measure categories: lighting, motors, variable frequency
drives, electric HVAC, refrigeration, natural gas, oil, & propane heating and hot water
measures. Within the spreadsheet, for each eligible measure listed under a given measure
category for which the bidder proposes to perform work, bidders are to provide all-
inclusive pricing which should include the following:
Labor Bid:
Labor Hours, Including:
o Program Marketing/Lead Generation
o Conducting the Energy Assessment/equipment inventory
o All ancillary materials required for installation
Average Crew Rate
Proper Disposal and Recycling of Existing Equipment, as Required
Total Unit Costs
Warranty Period
Equipment Bid:
Material, including:
o HVAC/mechanical equipment total costs
Equipment Lead Time
Warranty Period
Incomplete bids will be disqualified. Please note, pricing is not to include sales tax.
Pricing of any permits that are required by law will be handled on a pass-through basis, at cost,
and should not be included in the fixed price submitted by the bidders. A copy of the permit
application will be part of the paperwork required before a project is considered complete and
ready for payment.
6
Please note, bidders who respond to this RFP for Installation Contractor Services are also
eligible to respond to the associated Equipment Vendor RFPs issued for lighting equipment and
refrigeration equipment.
In order to be eligible for evaluation, and potential award of a Program Sub-Contractor
Agreements bidders are required to submit proposals and pricing for ALL of the listed
measure categories requested in Attachment D, without exclusion. Subcontracting is an
acceptable means for bidders to propose providing such comprehensive lighting, refrigeration
and HVAC services, provided the bidder discloses its intent to utilize subcontractor(s) in
Attachment B.
All equipment proposed and installed under the Program by Contractors must meet or exceed the
minimum efficiencies and specifications listed within the notes sections of Attachment D -
Pricing Spreadsheet. The C&I Program Admin reserves the right to amend the list of eligible
measures by adding or removing measures for implementation consideration under the program.
The C&I Program Admin will select from bidders whose proposals are in accordance with this
RFP, a group of contractors for potential participation in the Program. These Contractors shall
take part in pricing negotiations with the C&I Program Admin in order to arrive at agreed upon
set pricing statewide for each measure. Program Sub-Contractor Agreements ultimately awarded
to Contractors will be based on these Program Measure Labor/Material Rates.
Section IV - Contractor Qualifications
Each bidder shall describe their qualifications and experience performing Energy Assessments
and Equipment Inventories, and in addition, describe installation work associated with each
measure category for which the bidder intends to perform work. Provide pricing and other
information in response to the Pricing Section of this RFP and in accordance with Attachment D.
Qualifications may be for contractor employees or subcontractors.
In addition to electrical energy efficiency measures, the Program seeks identification and
installation of energy efficient natural gas, oil, & propane fired equipment. Bidders seeking to be
awarded work as a Contractor for installation services shall state their experience and
qualifications with respect to the following:
1. Ability to cost-effectively provide installation for all of the Program’s offered measures.
2. Ability to cost-effectively provide HVAC material and ancillary equipment pricing.
3. Ability to manage a turnkey installation service.
4. Provide a letter of introduction with bidder’s qualifications to perform the work described in
this RFP.
5. Provide a list of existing contracts during the last five years with a similar size and scope of
this program. Please provide program names, references, and a brief program summary
including dates of service and contact information (Phone and email address).
7
6. Provide a list of all staff proposed to provide indicated services and include a summary of
their qualifications including technical training, licensing, and experience.
7. Must provide evidence of ability to provide appropriate service within the proposed Program
Regions.
8. Must provide representations and assurances that it is authorized to do business in New
Jersey and is in good standing with all required business registrations and that no
administrative, tax, or other governmental suspension, claim, lien, or enforcement action is
pending against contractor.
9. Must provide representations and assurances of the proposed customer care process for this
Program (explaining/representing the program, presentation of project proposals, scheduling
installations, & resolution of customer issues).
10. Must possess all certifications required by the State of New Jersey to perform work in public
buildings such as municipal buildings, state buildings, & public and private K-12 schools
(i.e., DPMC, PWCR, etc.)
11. Must possess all required licenses to perform electrical and mechanical work in accordance
with State and local requirements.
12. Must have the ability to implement projects in compliance with all applicable federal, State
and local codes, laws, rules and standards, including but not limited to the NJ Energy Sub-
code (N.J.A.C. 5:23-3.18) and the NJ Prevailing Wage Act.
Please provide a detailed response for satisfying the above requirements.
Material Disposal
Contractors shall be solely responsible for taking all necessary precautions and actions with respect
to proper disposal of all hazardous and non-hazardous waste in accordance with all local, State and
other applicable codes, standards, laws, regulations, rules, and generally accepted work practices,
including but not limited, to the general guidance contained at the following Internet location:
http://www.state.nj.us/dep/dshw/resource/njac726a1.pdf for more information on disposal of
materials.
Ballast Disposal Contractors performing lighting related work will be responsible for physically removing all
fluorescent ballasts from lighting fixtures that are being retrofitted as a result of the Program.
The Contractor will pack the removed ballasts in either pails or drums to reduce the possibility of
any leakage. Contractor will be responsible for arranging the collection of ballasts from the
Owner’s facility and will be responsible for proper disposal of the ballasts.
8
Lamp Disposal
Contractors performing lighting related work will be responsible for arranging for the removal,
packaging and disposing of all fluorescent lamps that have been removed as a result of the
Program in accordance with various federal, state and local regulations, laws and rules.
Other Debris Disposal Contractors will be responsible for removal and proper disposal of general construction debris
and all other materials and equipment removed in connection with work they perform under the
Program.
Documentation and Indemnification – Material Disposal
Contractors must provide written documentation that all discarded materials have been disposed
in accordance with applicable federal, State and local regulations, laws and rules. By signing the
Measure Acceptance Form, the Contractor will certify that discarded, lighting equipment will not
be reused and that all removed materials were properly disposed of in accordance with such
regulations, laws and rules.
Contractors shall indemnify the OCE, participating Owners, participating utilities, and the C&I
Program Admin, in addition to their parents, affiliates, employees, agents, officers and directors and
hold them harmless from any and all damages, claims, demands, or suits of any kind for injury to
persons, including death, and damage to property suffered by any person (including employees of
contractor and any Subcontractor) or by any firm or corporation arising out of, or claimed to have
arisen out of, any acts or omissions of the Contractor, its Subcontractors, agents, or employees
related to or involving hazardous waste generated during the course of performing work.
Section V - Equipment and Materials
All equipment shall be UL listed. All HVAC equipment shall be rated in accordance with AHRI.
All HVAC controls must be listed by UL or other OSHA approved Nationally Recognized
Testing Laboratories (NRTL) in accordance with applicable U.S. Standards.
The winning bidder(s) of this RFP shall provide cut sheets for all measures to the Program
Admin and Contractor(s). The Contractor may, during the period of program implementation,
substitute different qualifying equipment, but must supply new cut sheets to the C&I Program
Admin for each change.
Equipment and Materials Warranty
The Contractor shall warrant that all equipment and materials it supplies shall be free from
defects in design, material and workmanship and shall conform to manufacturer specifications. If
any product fails during the warranty period, Contractor shall, at its expense, either repair or
replace the affected equipment and materials within thirty (30) days of notice.
9
Section VI - Installation of Measures
Contractors, including their subcontractors, shall perform all work in a workmanlike manner and
comply with reasonable requests by the C&I Program Admin and Owners regarding the manner
of performing work. Contractors shall make reasonable attempts to begin installation of
measures within thirty (30) business days of the C&I Program Admin providing approval for the
project. All equipment and material provided under the Program shall be installed in accordance
with manufacturer specifications and in full compliance with all applicable local, state and
federal codes.
Work performed in connection with the Program will require the use of persons from various
trades, requiring a variety skills, licenses and certifications. Contractors shall be responsible for
maintaining adequate numbers of properly skilled, licensed and certified personnel to satisfy the
workload, schedules, workmanship expectations and other requirements determined by the C&I
Program Admin.
Permits
Contractors shall be solely responsible for obtaining all permits associated with the work
assigned to them. The costs associated with obtaining permits will be addressed through the
Program’s energy assessment tool (EAT) as a pass through cost. Contractors will provide
evidence of the costs associated with obtaining the permits and will be reimbursed.
Section VII - General Terms and Requirements
Warrant of Qualifications
Contractors shall warrant within their proposal they have the experience and qualifications to
perform work and, further, that all work will be performed by personnel who are fully qualified,
competent, properly trained and licensed, and whose performance reflects professional
knowledge, judgment, and performance and workmanship is generally accepted and appropriate.
If within the period of twelve (12) months from performance of work, it is determined that any
portion of the services performed by Contractor fails to comply with the Program and warranties
set forth herein, Contractor shall, at its sole cost and at the C&I Program Admin’s option, (i)
correctly re-perform such services or (ii) return to Program amounts paid to the Contractor and
attributable to such services. Corrective work performed by Contractor shall be subject to the
above warranty provisions.
Licensing and Code Compliance
Contractors shall be responsible for satisfying all local and State requirements with respect to
licensing of all persons performing all work under the Program including direct employees and
subcontractor personnel. Contractors shall further ensure all work is performed in accordance
with all applicable federal, State and local codes, laws, rules and standards, including but not
limited to the NJ Energy Sub-code (N.J.A.C. 5:23-3.18) which complies with ASHRAE 90.1-
2013 (Commercial) or most current version.
If a contractor identifies a code violation prior to the installation of measures, the
violation must be brought to the attention of the Owner and it is the Owner’s
10
responsibility to address the violation prior to the contractor’s continuance to the project
installation.
If code violations are identified within the project’s installation, it is the contractor’s
responsibility to ensure all work is in accordance with all applicable codes, laws, rules,
and standards.
Safety
All Contractor employees, its subcontractors, agents, or persons otherwise under the Contractor’s
control shall be instructed in and familiar with safety rules and regulations applicable to the work
being performed. Contractor shall have the sole responsibility to see that such persons are so
informed, and that safety practices are followed.
Insurance
At its own expense, each Contractor shall purchase, maintain, and provide proof to the C&I
Program Admin of the following insurance coverages, with the indicated amounts and with TRC
Energy Services, a division of TRC Environmental Corp. named as an additional insured party,
prior to performing any work. The insurance coverages are to remain in effect for no less than
eighteen (18) months from the date of final payment under the Contract or Acceptance of all Work
under the Contract, whichever is later:
Workers' Compensation: Statutory coverage and Employers Liability Insurance with limits of
$1,000,000.
Comprehensive or Commercial General Liability Coverage: On standard bureau form,
excluding Professional Liability but including Operations, Products and Completed Operations,
Contractual Liability and Broad Form Property Damage Liability written in one or more layers
with a combined single limit for Bodily Injury and Property Damage of $1,000,000 per
occurrence and annual aggregate.
Comprehensive Automobile Liability Coverage: Including all owned, non-owned, and hired
vehicles, with a combined single limit for Bodily Injury and Property Damage of $2,000,000 per
accident.
All policies contemplated above, other than Workers' Compensation, shall be endorsed to name
the State of New Jersey and TRC Energy Services, a division of TRC Environmental Corp., its
affiliates, and their respective directors, officers, employees and agents, as additional insured as
respects any and all third party bodily injury and/or property damage claims arising out of
Contractor's operations hereunder. All policies shall require thirty (30) days written notice to be
given to Utility of cancellation and/or material change in any policy.
Certificates to evidence such policies of such insurance shall be provided to TRC prior to
commencement of any work under the Program.
Such insurance coverage shall be primary to any other coverage available, and shall not be
deemed to limit Contractor's liability.
11
Right to Audit
The C&I Program Administrator, OCE or other New Jersey State entities, shall have the right to
inspect and audit all Contractor and subcontractor books, records, correspondence, receipts,
vouchers and memoranda relating to or affecting the Contract. Contractor and any
Subcontractors shall preserve all such records for a period of seven (7) years following final
payment associated with each project in accordance with the State’s current retention policy.
Contractor shall provide for such right to audit by C&I Program Admin in all contracts with
Subcontractors relating to the Contract.
Data Tracking and Reporting
Contractors shall provide, on a timely basis, periodic status reports describing the status of each
project, documents mentioned within this RFP, including those described under Section II –
Program Process and Contractor Scope of Services, and other reports as reasonably requested by
the C&I Program Admin.
Training
Personnel performing work under the Program will be required to attend periodic training
sessions held at the C&I Program Admin’s reasonable discretion.
Term and Termination
The C&I Program Admin anticipates awarding Contractor Agreements for an initial term,
beginning at the actual date of program commencement and ending 24 months later with a
contract option for an additional 12 months, with renewable terms thereafter, subject to the
agreement of the parties. Such agreements will contain early termination provisions for non-
performance, changes in Program funding and other events.
Section VIII – Evaluation of Proposals
A team consisting of representatives from the C&I Program Administrator will evaluate
proposals received in response to this RFP. The team will evaluate proposals and select an initial
group of bidders for negotiation of final pricing and other terms, from which successfully
negotiated bidders will be offered a Participating Contractor Agreement for execution.
Proposals will be evaluated based on the following criteria:
The ability of bidders to perform work in all measure categories, whether using employee
personnel or through subcontractor partner arrangements. Such ability shall be clearly
described in proposals, including indication of which measure categories the contractor
will perform work and, for each category, whether work will be performed by contractor
employees or subcontractor personnel,
Must possess all certifications required by the State of New Jersey to perform work in
public buildings such as municipal buildings, state buildings, & public and private K-12
schools (i.e., DPMC, PWCR, etc.)
12
Contractor experience and qualifications performing work in existing small commercial
and industrial facilities,
Contractor experience and qualifications in performing retrofit work, specifically with
respect to measures listed within the Direct Install Program Proposed Pricing
Spreadsheet,
Contractor experience and qualifications in providing similar scope of services to utilities
and or energy efficiency administrations, including any relevant certifications such as
AEE Certified Lighting Efficiency Professional (CLEP), AEE Certified Energy Manager
(CEM), AEE Certified Energy Auditor (CEA).
Proposed labor and HVAC/mechanical pricing,
Contractor resources relating to the ability to satisfy Program schedule and workload,
Proposal responsiveness, completeness, organization and professionalism.
The proposal review team reserves the right to invite one or more bidders to present, discuss
and/or clarify its proposal prior to selection, for negotiation of final Program pricing and other
terms. Additionally, the proposal review team reserves the right to disqualify any bidder.
Section IX - Schedule
RFP Issuance –May 24, 2016
Intent to Bid & Bidder Information Request Form - All entities intending to submit a
proposal in response to this RFP must communicate such intent to Kevin Rivera, the C&I
Program Admin’s representative, by emailing completed Appendix A, B and C forms to
[email protected] on or before 4:00 p.m. EST on June 1, 2016. Failure to
submit these required documents by the deadline will result in disqualification of this
solicitation.
Communications - All communications, including questions, shall be directed to Kevin
Rivera, the C&I Program Admin’s representative, via email to
[email protected]. Questions should be submitted on or before 4:00 p.m.
EST on June 6, 2016. Kevin Rivera is the only person authorized to provide an
explanation or interpretation of this solicitation. Upon receipt of this solicitation, the
bidders are to cease contact with all other technical organizations either on site or in a
corporate office with regard to this solicitation. Any violation of this direction will be
basis for disqualification.
Proposal Submittal - All proposals shall be submitted to the C&I Program Admin’s
representative via email to [email protected], or hard copy delivery to
TRC Energy Services located at 900 Route 9 North, Suite 404, Woodbridge, NJ. 07095
by no later than 4:00 p.m. on June 17, 2016. The proposal must be signed by an official
authorized to bind the Offeror. The individual who is authorized to conduct negotiations
on behalf of the Offeror must be identified in the proposal.
13
Negotiation - A group of bidders will be selected for negotiation of final Program pricing
and other contract terms, and the parties shall meet to commence such negotiation on or
about June 30, 2016 and complete such negotiation by executing a Direct Install Program
Participating Contractor Services Agreement on or about July 15, 2016. Such agreement
shall constitute the agreed upon contract between the parties in connection with the
Program. If the C&I Program Admin and any selected bidder are unable to execute such
an agreement within a reasonable time period following commencement of negotiation,
the C&I Program Admin in its sole discretion reserves the right to cease negotiation with
one or more of the initially selected bidders and negotiate with alternative bidders.
Intent to Bid Form
By submitting this form, the contracting entity listed below is hereby expressing its intent to
submit a proposal in response to the Request for Proposal dated May 24, 2016 issued by the
NJCEP C&I Program Admin, which seeks Contractors to provide energy assessments and
installation of energy saving measures in connection with New Jersey’s Clean Energy Program
Direct Install Program.
Name of Contracting Entity: ______________________________________________
Street Address: ______________________________________________
______________________________________________
City: ______________________________
State and Zip Code: _______________________
New Jersey License Numbers: _______________________ (Electrical / Lighting)
_______________________ (Plumbing / HVAC)
_______________________ (Refrigeration / Other)
Participating Contractor Entity’s Contact Person Information:
Name: ______________________________________________
Title: ______________________________________________
Telephone Number: ______________________________
Email Address: ______________________________
This form must be fully completed and submitted via email to [email protected]
by no later than the date and time listed in the Section IX - Schedule of the Request for
Proposals.
Attachment B
Pre-Bid
Participating Contractor’s Declaration of
Geographic and Measure Installation Capabilities
Participating Contractor’s Declaration of
Geographic and Measure Installation Capabilities
As part of its proposal in response to the Request for Proposals dated May 24, 2016 issued by the
NJCEP C&I Program Admin in connection with the Direct Install Program,
___________ {Insert Name of Contractor Entity} ___________ hereby declares its capabilities
and commitment to perform work as a Participating Contractor in the following measure
categories and geographic regions, as indicated below:
I. We propose to perform work in the measure categories listed below which we have so
indicated with a checkmark (). Additionally, we will utilize subcontractors to
perform work in measure categories where we have indicated “Yes”.
Will Utilize Subcontractor
(“Yes” or “No”, and if yes provide name)
_____ Lighting, including controls _____ _____________________________
_____ HVAC, including controls _____ _____________________________
_____ Refrigeration _____ _____________________________
_____ Motors _____ _____________________________
_____ VFD’s _____ _____________________________
_____ Natural Gas, Oil, & Propane _____ _____________________________
Measures
II. We propose to perform work throughout the entirety of those geographic Program
Regions listed below which we have so indicated with a checkmark (). Additionally, the
counties where we have performed work within the past 18 months are circled below.
New Jersey Counties Included
_____ Program Region 1 Sussex & Passaic
_____ Program Region 2 Warren & Morris
_____ Program Region 3 Bergen & Hudson
_____ Program Region 4 Essex & Union
_____ Program Region 5 Hunterdon & Somerset
_____ Program Region 6 Middlesex & Mercer
_____ Program Region 7 Monmouth & Ocean
_____ Program Region 8 Burlington & Camden
_____ Program Region 9 Gloucester, Salem, & Cumberland
_____ Program Region 10 Atlantic & Cape May
Contractor Information Request Form The undersigned certifies under notarized oath that the information provided herein is true and
sufficiently complete and truthful so as not to be misleading. Furnishing incomplete, misleading or
false information herein shall result in disqualification or termination.
GENERAL INFORMATION
Company Legal Name:
__________________________________________________________________________
Company Address: ____________________________________________________________ (Street, City, State, ZIP)
Contact Person Name: _________________________________
Phone #: _____________________
Email: ____________________________
Number of Employees By Category: Management _______, Administrative _______,
Field ______ Other ______
Company Type: Corporation _____ LLC _____ Partnership _____
Sole Proprietorship _____ DBA _____
Describe geographic area(s) where contractor has performed work during the past 3 years:
_________________________________________________________________________
_________________________________________________________________________
We employ field labor personnel who are members of the following union(s):
_________________________________________________________________________
MANAGEMENT OVERSIGHT Provide below the names, titles, and summary description of the roles/responsibilities and experience
of the management personnel who will oversee and assure the satisfactory performance of Direct
Install work.
_______________________________________________________________________
_______________________________________________________________________
_______________________________________________________________________
_______________________________________________________________________
_______________________________________________________________________
Experience:
1. For each category listed below, provide the total number of facilities on which your company
has performed equipment retrofit or replacement work in the past three years; along with, for
three of those projects, the following information: project and owner reference names and
phone numbers. (please strike through any category of which you will not propose to
perform work)
_____ Lighting & Lighting Controls
_____ HVAC
_____ Refrigeration
_____ Motors
_____ Variable Frequency Drives
_____ Natural Gas, Oil & Propane
_____ HVAC & Hot Water Controls
2. On how many projects has your organization performed and presented energy
assessments and/or analyses to facility owners in which such assessment/analysis
estimated the energy savings and economics associated with installing new, energy
efficient equipment, compared to existing equipment? Attach an example of such
analysis/assessment.
_____ # projects
3. What is your company’s labor warranty timeframe for the following measure categories?
Lighting _______________
HVAC _______________
Refrigeration____________
LEGAL:
Since January 1, 2010 has your company or any of its affiliates or principals:
1. Been in default or failed to fully complete scope of work with respect to an awarded
contract?
YES _____ NO _____
2. Been terminated or otherwise dismissed early from an awarded project under contract?
YES _____ NO _____
3. Had any legal or arbitration claims, suits or judgments filed against them?
YES _____ NO _____
4. Filed for, declared, been declared bankrupt or insolvent, or been asked to post collateral
against a loss?
YES _____ NO _____
5. Colluded with other bidders, been disqualified for reasons relating to possible or actual
collusion, or failed to furnish a non-collusion affidavit upon request?
YES _____ NO _____
6. Have any liens against them or their assets?
YES _____ NO _____
7. Have all requisite licenses, certifications and qualifications to perform Direct Install work
in the State of New Jersey?
YES _____ NO _____
8. Has the Offeror or any of its principals been indicted, convicted, of or had a civil
judgement rendered against them for: commission of fraud or criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, state, or
local) contract or sub-contract; violation of federal or state antitrust statutes relating to the
submission of offers; or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, tax evasion, or receiving
stolen property?
YES______ NO_____
9. Have you been barred from providing services to any other utility or state run programs
in the United States?
YES______ NO_____
(If you have responded “Yes” to one or more questions #1-9 above, please provide explanations as a separate
attachment)
SAFETY:
1. Has your company received a safety citation fine or other safety related disciplinary
action within the past four years?
YES _____ NO _____ if yes, provide the number of such actions and summary details
2. Does your company have a written safety plan?
YES _____ NO _____
SIGNATURE AND NOTARIZATION:
_______________________________________
Signature of Individual Completing Form
____________
Date
Sworn to and subscribed before me, this the _______day of _________________, 20____
_________________________________________________________________
Notary Public My Commission Expires: