REQUEST FOR PROPOSAL:

Similar documents
REQUEST FOR PROPOSAL RFP #14-03

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Chatham County Request for Proposals Biannual Customer Service Survey

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

Request for Proposal # Postage Meter Lease & Maintenance Service

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Invitation to Bid BOE. Diesel Exhaust Fluid

LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY. For

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

Sayreville Housing for Seniors Corporation Gillette Manor

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL. Information Technology Support Services

Professional and Technical Services Contract State of Minnesota

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

NORTH CAROLINA CENTRAL UNIVERSITY

INSTRUCTIONS TO BIDDERS

IFB F B-WING RENOVATIONS IFB F C OFFICES BUILD OUT. Addendum 3

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

ARTICLE 8: BASIC SERVICES

Request For Proposal (RFP) for

UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS

Request for Proposal For Scrap Metal Removal

Request for Proposal (RFP) For Plat book Printing

Request for Proposal # Executive Recruitment Services

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSALS FOR RISK MANAGEMENT INSURANCE CONSULTANT/BROKER SERVICES

PROPOSAL REQUIREMENTS AND CONDITIONS

MELBA SCHOOL DISTRICT

Invitation to Bid BOE. Fluorescent Bulbs

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

SECTION INSTRUCTIONS TO BIDDERS

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTIONS TO BIDDERS

JOHNSTON COUNTY DEPARMENT OF BUILDINGS & GROUNDS REQUEST FOR PROPOSALS #: 18-RFP Fire Extinguisher Maintenance and Inspections

TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

A. For the purposes of this Part, the following words and terms shall have the following meanings:

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

Request for Proposals

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

The vendor will provide at least one day of training at each location.

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

AIA Document A101 TM 2007

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

Request for Proposal Internet Access

REQUEST FOR PROPOSALS

Lockbox Services. Job No FA

Request for Bid/Proposal

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

REQUEST FOR QUALIFICATIONS

DATE: January 8, 2019 LOI NO REQUEST FOR LETTERS OF INTEREST PHASE I REDESIGN OF SCHOOL KITCHEN/CAFETERIA (APPROXIMATELY 2500 SQ FEET)

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

Cheyenne Wyoming RFP-17229

HILLSBOROUGH COUNTY AVIATION AUTHORITY

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

Revised GENERAL CONDITIONS (Procurement Contract)

REQUEST FOR PROPOSAL. Architectural and Space Planning Services

REQUEST FOR SEALED BID PROPOSAL

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Tacoma Power Conservation Contractor Agreement

VILLAGE OF CARY REQUEST FOR PROPOSALS FOR Utility Billing Audit

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Servicing Carrier REQUEST FOR PROPOSAL ( RFP ) ISSUED.

COUNTY OF ALAMEDA GENERAL SERVICES AGENCY-PURCHASING ADDENDUM No. 2 to RFQ No. 38 for Cremation, Inurnment and Interment Services

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

AIA Document A201 TM 1997

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

Paul McDevitt Verona School District 121 Fairview Avenue Verona, NJ (973)

PURCHASING AND PROCUREMENT POLICY FOR CALIFORNIA MENTAL HEALTH SERVICES AUTHORITY. Resolution No Replacement of Resolution 09-08

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017)

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

Request for Proposal ACTUARIAL CONSULTING SERVICES

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

Invitation to Bid BOE. Bus Tires

Transcription:

REQUEST FOR PROPOSAL: Residential Rebate Program Management 1. Request for Proposal (RFP) The Jefferson PUD#1 (JPUD) is soliciting proposals for the management of its residential rebate program funded by Bonneville Power Administration s Energy Efficiency Initiative. All proposals must be submitted prior to 5:00PM on January 17, 2014. Each proposal must include 5 color hard copies and electronic file(s) of the proposal on either a thumb drive, DVD or CD. 2. Contact Person Questions relating to this project may be addressed to: Bill Graham Resource Manager Jefferson PUD#1 360.385.8375 bgraham@jeffpud.org 3. Scope of Work Management of the residential rebate program as determined by Jefferson PUD under the constraints of the BPA Energy Efficiency Initiative and its Implementation Manual will include: General Program Development Assist Jefferson PUD in selecting which residential sector rebate offers best fit our customer s needs, budget and capacity to deliver. Rebate Processing - Research and verify rebate qualifications to ensure compliance with Jefferson PUD and BPA requirements. All rebates must be reviewed and approved by the JPUD before submittal to BPA for payment. Data Management - Maintain rebate processing database including customer and measure information. Database should include documentation and verification of savings for each residential conservation project. Budget Allocation Tracker - Manage Jefferson PUD BPA budget allocation for residential sector (approximately $400,000 for rate period).

General Reporting - Report monthly on program activity/results to Jefferson PUD, BPA and other entities as required and in accordance with the JPUD s format and requested information emphasis areas. Assist JPPUD in developing and monitoring metrics to assess and improve program effectiveness over course of rate period. Rate Credit Invoicing/Reporting - Invoice and report eligible monthly and annual program activity to Jefferson PUD, prepared for submittal to our customer portal. Compliance - Maintain documentation and coordinate with BPA and the JPUD for field and office oversight to ensure compliance with BPA program standards. Field Support - Conduct audits and inspections using trained and certified technicians, using local contractors when possible. Provide assistance in contractor administration to include review of qualifications, oversight and quality control of ongoing work, to include final verification of work completed according to JPUD and BPA guidelines on any third party contractor. Submit, for approval, any selection of a third party contractor in advance of providing added field support. Customer Service - Have contact information available for JPUD customers to call or search online regarding rebate activity. Program Management and Contractor Oversight Manage vendors and contractors executing work performed under the JPUD BPA program. All third party vendors or contractors must be approved by the JPUD before becoming a preferred installer. Use local contractors for project work whenever possible. Establish a list of qualified and vetted contractors - a preferred installer list for Jefferson PUD (to be published on its website). Assist Olympic Community Action Program (OlyCAP) in executing their low income weatherization program by overseeing budget, workflow and compliance with Jefferson PUD and BPA EEI program. Provide any necessary training and development activities to ensure all vendors/contractors are following BPA s prescribed processes and documentation required for reimbursement and auditing by BPA. Marketing and Outreach - Marketing Assist in the development of marketing services through print and digital media, in-person presentations/events, brochures, bill stuffers, website development, advertisements, newsletters. etc. Rebate Application Forms - Develop new utility forms when applicable;

revise/update biannually per the BPA Implementation Manual. 4. Addenda Any addenda issued by the JPUD prior to the scheduled time of opening the bids shall be acknowledged in the proposal that the Addenda was received and shall be made a part of any contract. 5. Withdrawal of Proposals Any person or firm may withdraw the proposal by written request at any time prior to the scheduled time for the opening of the proposals. 6. Economy of Preparation Proposals should be prepared simply and economically, providing a straightforward, concise description of the Vendor s capabilities to satisfy the requirements of this Request. The Vendor shall be responsible for costs incurred in the proposal preparation and delivery. 7. Proposal Response Format The RFP Response should be organized in the following manner: a. Executive summary b. Company background: 1. Provide examples of completed projects relevant to this Request 2. Fill out Questionnaire below (#9) 3. List of recent client references 4. Detailed cost breakdown 5. Detailed description of payment requirements/options 6. Terms & conditions 8. Proposal Instructions a. Vendor must itemize all chargers for their services or any other related costs; this should include such items as: training, verifying, documenting, conversion, software customization, maintenance, application programs, and any other cost associated development and maintenance of the program. b. Vendor should provide a project schedule for both the program development and deployment. c. Describe the step by step process to develop the management program/plan: initial brain storming, first second draft with review/approval from JPUD Resource Manager, final.

9. Questionnaire Vendor Information The following information is requested from each vendor submitting a proposal: Primary Contact: Name: Title: Phone Number: FAX Number: Email Address: a) Is this vendor an individual, a partnership, or a corporation, organized and existing under the laws of the state of Washington? b) Does this person have binding authority to enter into contracts? c) Provide a brief history of your company. Include information such as when it was founded and services offered. (Attach as a separate item in this section.) d) How many people are employed by your company? All information must be submitted to JPUD in writing by the Vendor within three (3) working days of JPUD's request. e) Has your company ever been sued by a public sector customer? If so, please explain. f) Are there any lawsuits currently outstanding against your company? If any, please explain. Client References Vendor must complete the reference list as indicated for at least four (4) clients that most recently utilized vendor s services to manage a residential rebate program as requested by JPUD. This reference list is mandatory and clients may be contacted by JPUD personnel.

Client #1 Client Name: Contact Name: Contact Title: Contact Phone: Description of Services Provided Client #2 Client Name: Contact Name: Contact Title: Contact Phone: Description of Services Provided Client #3 Client Name: Contact Name: Contact Title: Contact Phone: Description of Services Provided

Client #4 Client Name: Contact Name: Contact Title: Contact Phone: Description of Services Provided 10. Evaluation Process Proposals that are judged by JPUD to be unresponsive or materially incomplete will be immediately rejected. Finalists will be selected from the remaining proposals. JPUD may request interviews and/or demonstrations of program materials which have been developed by the vendor in the past. JPUD shall not be responsible for any costs incurred by the Vendor during the interview process. JPUD will perform whatever research it deems necessary into the Vendor s history, financial viability, and references. The Vendor shall cooperate with JPUD by providing appropriate information. The primary evaluation criteria shall be the overall benefit/cost as perceived by JPUD with costs expected to be paid for via its BPA performance payment. JPUD shall consider many factors, including but not limited to the following (which are not in any specific sequence). a. The needs of JPUD being met b. Needs of Jefferson County residents being met c. Degree of use of local contractors d. Vendor s qualifications e. Past track record with other utilities including BPA. 10. Requirements JPUD has established certain requirements as specified in the Request. None of the requirements are designed to give any Vendor an advantage or disadvantage in the proposal process. Vendors are encouraged to submit proposals even if the proposal does not meet the requirements as precisely stated. However, the proposal must state specifically which requirements are not met, and why this deviation should not be considered material.

11. JPUD s Obligation Terms and Conditions All proposals shall be good for not less than sixty (60) days from the date of the bid opening. JPUD reserves the right to reject any and all proposals and to negotiate any particulars in the proposals received. Collusion between applicants is sufficient cause to disqualify all those involved. Contractors should have no contact with other JPUD personnel except as specifically authorized by the JPUD Resource Manager. All proposals and submittals will be considered final. No additions, deletions, corrections or adjustments will be accepted after the time of bid opening. City, County and State of Washington Sales Tax and Federal Taxes are not applicable to sales made to JPUD and must be excluded. The electronic version of this RFP is available upon request. The document was entered into WORD for Microsoft Windows. The JPUD Resource Manager shall not guarantee the completeness and accuracy of any information provided on the electronic version. Therefore, respondents are cautioned that the hard copy of this RFP on file at the PUD Administrative Building (230 Chimacum Road, Port Hadlock) governs in the event of a discrepancy between the information on the electronic version and that which is on the hard copy. An authorized officer of the company submitting the bid must sign all submissions. Vendors must submit five (5) copies of their bid/proposal. All prices and notations must be in ink or typewritten on the attached form. Mistakes must be crossed out, corrections typed adjacent and must be initialed in ink by person signing the RFP. JPUD will not award the project to an individual or business having any outstanding amount due from a prior contract or business relationship with JPUD or who owes any amount(s) for delinquent taxes, fees or licenses. Proposals received after the designated time set for the receipt of the proposals will be considered as a No Bid and a Void, and will not be considered. The successful applicant is specifically denied the right of using in any form or medium the name of JPUD for public advertising unless express written permission is granted. All applicants must possess the necessary and appropriate business and/or

professional licenses in their field. Time of delivery, installation and system implementation is part of the consideration and must be stated in definite terms if different than listed aboveas this may be a factor in making the award. If time varies on different items, the bidder shall so state. It is anticipated that the contract awarded to the successful Vendor will include penalties for deadlines that may be missed as a result of acts or omissions of the supplier. The Vendor agrees to hold JPUD, their officers, agents and employees harmless from liability of any nature or kind on account of use of any copyrighted or un-copyrighted composition, secret process, patented or unpatented invention, article or appliance furnished or used under this proposal call. INSURANCE REQUIREMENTS GENERAL: The Vendor shall respond to these specifications as an independent contractor and not as an employee of JPUD. An original Certificate of Insurance from the company of record must be furnished to JPUD and provide that JPUD is an Additional Insured during the Term of the Agreement. WORKER S COMPENSATION INSURANCE: The Vendor shall procure and shall maintain during the Term of the Agreement, Worker s Compensation Insurance for all of its employees to be engaged and perform work under the Agreement, and in case such work is sublet, the Concessionaire shall require the subcontractor similarly to provide Worker s Compensation Insurance for all such employees to be engaged by the Vendor for such work unless such employees are covered by the protection afforded by the Vendor s Worker s Compensation Insurance. In the event any class of employees engaged in hazardous work under the Agreement is not protected under the Worker s Compensation statute, the Vendor shall provide and shall cause such subcontractor to provide adequate Employer s Liability insurance for the protection of its employees not otherwise protected. Acceptance of Terms and Conditions: Name of Authorized Official for Vendor (Print): Signature of Authorized Official for Vendor: Date:

DRAFT CONTRACT AGREEMENT This agreement, made the day of, 2014, and between Parties of the First Part, hereinafter called the "Contractor", and PUBLIC UTILITY DISTRICT NO 1 OF JEFFERSON COUNTY (JPUD), Party of the Second Part, and hereinafter called the "Owner". WITNESSETH: That the Owner and the Contractor for the consideration hereinafter named agree as follows: ARTICLE 1. Scope of Work: The Contractor shall furnish all of the labor, technical expertise, materials, and equipment and perform all of the work outlined in the specifications and outline related to and entitled Residential Rebate Program Management, prepared by JPUD, 230 Chimacum Road, Port Hadlock, Washington. The Work to be done under this Contract consists of planning, designing, developing, communicating and completing all work described in the RFP, attached. ARTICLE 2. Time of Completion: The work to be performed under this Contract shall commence immediately upon authorization by JPUD per the timetable noted in the scope of work and program shall be started by February 1, 2014 and will end at the conclusion of the rate period (September 30, 2015). It is mutually understood and agreed that time is the essence of this Agreement. Extra time shall in all cases be construed, as the time required for completion after the date herein named. Extensions of time granted by the Owner, for completion of the Contract Agreement on account of fire, strikes, or acts of Providence shall not be construed as extra time. ARTICLE 3. The Contract Sum: The Owner shall pay the Contractor for the performance of the Contract Agreement a sum not-to-exceed the JPUD performance payment obtained from invoicing the residential sector projects under the BPA Energy Efficiency Initiative program, performance of the Contract, subject to additions and deductions provided herein, in current funds at the prices named in the proposal attached hereto and made a part of these proposal documents and this Contract Agreement. ARTICLE 4. Acceptance and Final Payment: Upon satisfactory completion of the work as determined by final review, and when the final review has been prepared and certified by JPUD, the Contractor will submit to JPUD a final certificate stating that the work has been completed, under the terms and conditions thereof, and the amount, based on the final review, remaining due the Contractor. JPUD will then determine if the work is fully completed and will, not later than thirty (30) days thereafter pay the Contractor the entire sum so found due thereunder after deduction of amounts to be kept and retained under provisions of this Contract; provided however, and it is understood and agreed, that as a precedent to receiving final payment, the Contractor shall submit to JPUD a sworn affidavit that all bills for labor, service,

materials, and subcontractors have been paid and that there are no suits pending in connection with the work done or labor and materials furnished under the Contract. The Contractor with this contract hereby warrants all of the work done under this contract for a period of one (1) year following the completion of the project (September 30, 2015, end of rate period). Upon completion, the Contractor shall submit to JPUD a written one (1) year warranty on total project. Failure of the Contractor to submit a written warranty does not release the Contractor of this warranty in any way. If, after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor and JPUD so certifies, the Owner shall upon certificate of the JPUD Resource Manager, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions covering final payment, and it shall not constitute a waiver of claims by JPUD. ARTICLE 5. The Contract Documents: The information for and instruction to bidders, the proposal, the general conditions of the contract, and the specifications of the RFP, together with the agreement, form the contract and they are as fully a part of this contract as if thereto attached or repeated. IN WITNESS WHEREOF, the parties have hereto executed this Agreement the date of the year first above written. PUBLIC UTILITY DISTRICT NO. 1 OF JEFFERSON COUNTY By: James G. Parker, Manager Date: Attest: BOARD OF COMMISSIONERS, SECRETARY (CONTRACTOR) By: Date: Attest:, Title: