Request for Proposal Seeking Lighting Suppliers to Provide Energy

advertisement
New Jersey Office of Clean Energy
Direct Install Program
Request for Proposal
Seeking Lighting Suppliers to Provide
Energy Efficient Lighting Fixtures & Controls
Issued by TRC Energy Services
Commercial & Industrial Administration Team
May 24, 2016
The Direct Install Program (“Program” or “Direct Install”), a component of New Jersey’s Clean
Energy Program, is planned for 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 lighting vendors (“Vendors”) to provide equipment pricing in
support of the Program. Equipment pricing that is negotiated as a result of this RFP will be
available to Participating Contractors (“Contractors”) who will be selected under a separate
Request for Proposal. Interested qualified Vendors responding 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 “Vendor” under the Program.
Section I - Program Description
Direct Install will serve 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 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.
Direct Install is targeted for launch in July 2016. The Program’s goal is to provide installation of
energy efficient equipment in at least 550 Owner facilities throughout the State of New Jersey by
June 30, 2017. While the Program is anticipated to be offered for multiple years beyond 2016,
Vendors will be offered a two-year Program Vendor Sub-Contractor Agreement with the option
for one additional 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. The Program also
anticipates changes based on an ongoing strategic planning process and stakeholder input
process, and adjustments to program requirements, incentive levels, etc. may be made during the
term of the contract.
The C&I Program Admin anticipates contracting with one (1) Vendor to provide all lighting
measures offered by the Program required for the project installations statewide.
1
Section II - Program Process and Vendor Scope of Services
The scope of services to be provided by the Vendor 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 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 approved by the C&I
Program Admin.
b) The C&I Program Admin assigns Contractors by region for the installation of identified
energy efficient measures at the participating business’ location in New Jersey. The
Contractors will conduct on-site Energy Assessments focused on the facility’s lighting
systems. Information will be entered by the Contractor into an Energy Assessment Tool,
which calculates the estimated energy savings associated with proposed measures along with
associated project costs.
c) The Contractor will provide to the Vendor a list of the project’s required lighting equipment,
based on the Program’s Energy Assessment Tool, excluding ancillary equipment. The
Contractor is responsible for separately procuring any necessary ancillary equipment required
for installation.
d) The Vendor agrees to provide materials to the selected Contractors at prices no greater than
those quoted by the selected Vendor in its agreement pursuant to this RFP. The Contractor is
responsible for all payments due to the Vendor.
e) The Vendor is responsible for packing and shipping all lighting materials within fifteen (15)
days from the date of order, providing the Contractor all manufacturer warranties, and all
manufacturer’s specifications, such as CEE, DLC, and or ENERGY STAR certifications for
all provided equipment.
f) Program incentives are paid directly to the Contractors upon completion of the project.
Section III – Bid Pricing & Information
Vendors responding to this RFP must complete and submit with their proposals: Attachment D Proposed Pricing Spreadsheet for Eligible Measures (“Pricing Spreadsheet”) for all Lighting
categories. Within the spreadsheet, bidders are to provide the following information, as
applicable within the corresponding columns, for each eligible measure listed under a given
measure category, for which the bidder proposes to perform work:
2

Equipment pricing on a per unit basis. Please note, the C&I Program Admin is looking
for as many available manufacturers as possible for all offered lighting equipment that
meets the minimum efficiencies and specifications, as included in attachment D.

Total Costs

Equipment Lead Time

Warranty Period
Incomplete bids will be disqualified. Please note, pricing is not to include sales tax.
In order to be eligible for evaluation, and potential award of a Program Sub-Contractor
Agreement, bidders are required to submit proposals and pricing for ALL of the
program’s offered lighting measure categories listed in Attachment D, without exclusion.
All equipment provided under the Program by the Vendors 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, one (1) lighting vendor for participation in the Program, whom shall take part in pricing
negotiations with the C&I Program Admin in order to arrive at agreed upon set lighting
equipment pricing statewide for each measure.
Section IV - Vendor Qualifications
Each bidder shall describe their qualifications and experience for supplying equipment
associated with each measure category. Provide pricing and other information in response to the
Pricing Section of this RFP and in accordance with Attachment D.
Bidders seeking to be awarded work as a Vendor shall state their experience and qualifications
with respect to the following:
1. Must be able to supply all offered lighting equipment for the program within the timeframe
detailed in letter E of Section II.
2. Must provide evidence of ability to supply lighting equipment to the entire state of New
Jersey.
3. Provide letter of introduction with bidder’s qualifications to perform the work described in
this RFP.
4. 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).
3
5. Provide a list of all staff proposed to provide indicated services and include a summary of
their qualifications.
6. Must provide representations and assurances that the bidder 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 supplier.
7. Must provide detail regarding the Vendor’s current customer care process.
Please provide a detailed response for satisfying the above requirements.
Section V - Equipment and Materials
All equipment shall be UL listed. All LED equipment must be on the most recently issued
Design Lights Consortium (DLC) qualified products list or be currently ENERGY STAR
qualified. All T8 ballasts and T8 four foot lamps must be CEE qualified.
The winning bidder(s) of this RFP shall provide cut sheets for all measures to the Program
Admin and Contractor(s). The Vendor may, during the period of program implementation,
substitute different qualifying fixtures, but must supply new cut sheets to the C&I Program
Admin and Contractor(s) for each change.
Equipment and Materials Warranty
The Vendor 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, Vendor shall, at its expense, either repair or replace the affected
equipment and materials within thirty (30) days of notice.
Section VI - General Terms and Requirements
Right to Audit
The C&I Program Administrator, OCE or other New Jersey State entities shall have the right to
inspect and audit all Vendor and subcontractor books, records, correspondence, receipts, vouchers
and memoranda relating to or affecting the Contract. Vendor 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. Vendor 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
Vendors shall provide, on a timely basis, periodic status reports describing the status of materials
delivered and ordered as part of the Program, and other reports as reasonably requested by the
C&I Program Admin.
4
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 Vendor 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 VII – 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 select an initial group of bidders for
negotiation of final pricing and other terms, from which successfully negotiated bidders will be
offered a Participating Vendor Agreement for execution.
Proposals will be evaluated based on the following criteria:

Vendor experience and qualifications supplying equipment to existing small commercial
and industrial facilities,

Vendor experience and qualifications, specifically with respect to supplying measures
listed within the Direct Install Program Proposed Pricing Spreadsheet,

Vendor experience and qualifications, specifically with respect to providing similar scope
of services in energy efficiency program and or working with utilities and/or energy
efficiency program administrations,

Proposed material pricing,

Vendor 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 (1) 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 reject any and all proposals
received as a result of this solicitation and to cancel this solicitation at any time.
Section VIII - 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 a completed Appendix A and C forms to
DirectInstall@njcleanenergy.com on or before 4:00 p.m. EST on June 1, 2016. Failure to
5
submit these required documents by the deadline will result in disqualification from this
solicitation.

Communications - All communications, including questions, shall be directed to Kevin
Rivera, the C&I Program Admin’s representative, via email to
DirectInstall@njcleanenergy.com 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 DirectInstall@njcleanenergy.com 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.

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 Installer Services Agreement on or about July 15, 2016, and 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 (1) or more of the initially selected bidders and negotiate with alternative bidders.
6
Attachment A
Pre-Bid
Intent to Bid Form
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 TRC
Energy Services, which seeks Vendors to supply energy saving measures in connection with the
Direct Install Program.
Name of Vendor Entity:
Street Address:
______________________________________________
______________________________________________
______________________________________________
City:
______________________________
State and Zip Code:
_______________________
New Jersey License Numbers:
_______________________ (Lighting)
Participating Vendor Entity’s Contact Person Information:
Name:
______________________________________________
Title:
______________________________________________
Telephone Number:
______________________________
Email Address:
______________________________
This form must be fully completed and submitted via email to DirectInstall@njcleanenergy.com
by no later than the date and time listed in the Section IX - Schedule of the Request for
Proposals.
Attachment B
Omitted Intentionally for Vendors
Attachment C
Pre-Bid
Vendor Information Request Form
Vendor 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 vendor has supplied equipment during the past 3 years:
_________________________________________________________________________
_________________________________________________________________________
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. Provide the total number of facilities on which your company has supplied equipment for
energy efficiency projects in the past three years; along with, for three of those projects, the
following information: project and owner reference names and phone numbers.
Total Number of Facilities_______
1. Project Name _______________
Reference Name_______________
Phone Number: _______________
2. Project Name _______________
Reference Name_______________
Phone Number: _______________
3. Project Name _______________
Reference Name_______________
Phone Number: _______________
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:
Attachment D
Proposed Pricing Sheet
Download