Honeywell Energy Services Group



Similar documents
Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

REQUEST FOR PROPOSALS

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

PREQUALIFICATION QUESTIONNAIRE

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

Mondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m.

PITTSBURG UNIFIED SCHOOL DISTRICT

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals

Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern:

PREQUALIFICATION APPLICATION REQUIREMENTS

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

SUBCONTRACTOR PRE-QUALIFICATION APPLICATION

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES

GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES

IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California (949) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

Stephenson County, Illinois

Minnesota Power PRE QUALIFICATION QUESTIONNAIRE. Engineering, Procurement and Construction of a 10 MW Solar PV Power Plant

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

PREQUALIFICATION APPLICATION REQUIREMENTS

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, Quote Due Date: August 21, 2015 at 5:00 p.m.

SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT

REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

Request for Qualifications

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011

5. Preparation of the State and Federal Single Audit Reports.

CITY OF KIRKLAND. REQUEST FOR PROPOSALS Jail Cell Phone Services JOB NO PD

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions

City of Minneapolis Community Planning and Economic Development Small Business Technical Assistance Program Request for Proposals

REQUEST FOR PROPOSAL

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

Request for Quotation (RFQ)

Architectural Consulting Services for a New Automotive Building. Lakes Region Community College, Laconia, NH

SUBCONTRACTOR PREQUALIFICATION FORM

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

Request for Quotation (RFQ) RFQ SharePoint Consultant

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

TOWN OF SCITUATE MASSACHUSETTS

REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT S. Marion Avenue, Mail Station 2015 Lake City, Florida

LOCUM TENENS SERVICES

INDEPENDENT CONTRACTOR AGREEMENT - OR -

ANNUAL PREQUALIFACTION APPLICATION. Interested Subcontractor:

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

May This document is not a public record. Amador Water Agency

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For

Invitation to Bid (ITB) ITB

Invitation for Bid. For. Bank Courier Services

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

How To Work For A City Of Germany Project

Sidewalk Rehabilitation Program

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford

Solicitation Addendum One (1) RFQ CARPET CLEANING SERVICES

PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

CONTRACT INSURANCE REQUIREMENTS

Subcontractor Insurance & Licensing Requirements Please provide the items below

Request for Proposals for Upgraded or Replacement Phone System

1. Applicants must provide information requested in the section titled Required Information.

CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT

New Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

Jersen Construction Group

Request for Quotes Conductor Heads / Downspout Replacement

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law

REQUEST FOR PROPOSALS (RFP) For FINANCIAL CONSULTANT SERVICES MPHA CONTRACT 15.54

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

Air Conditioning Maintenance Services

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

SUBCONTRACTOR PREQUALIFICATION STATEMENT Name of Company: Street Address:

State of North Carolina Prequalification Form for Prime Contractor

INDEPENDENT CONTRACTORS AGREEMENT

The CITY OF BAYONNE is soliciting responses/proposals for the provision of the following professional services:

MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor

The CITY OF BAYONNE is soliciting bids for the provision of the following professional services:

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Requirements for Qualifications Package Submittals

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

PLEASE READ CAREFULLY BEFORE PROCEEDING FURTHER

GENERAL INSTRUCTIONS AND REQUIREMENTS

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS

GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES

Request for Quotation RFQ ID Card Printers

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

Transcription:

Honeywell Energy Services Group Minnesota State Colleges and Universities Riverland Community College Guaranteed Energy Savings Program (GESP) Project Request for Qualifications (RFQ) Phase 3 Lighting Improvements Pre-Qualification Form for Subcontractors RFQ Due to: Joel Reb 49116 Wixom Tech Drive Wixom, MI 48393 by March 1, 2016 at 2:00 p.m. Central Time GESP Subcontractor Pre-Qualification RFQ Page 1 of 9

Honeywell Energy Services Group Request for Qualifications I. PROJECT Riverland Community College (Three Campuses) Guaranteed Energy Savings Program Project Campus 1 1900 8 th Avenue NW Austin, MN 55912 Campus 2 2200 Riverland Drive Albert Lea, MN 56007 Campus 3 965 Alexander Drive SW Owatonna, MN 55060 II. INVITATION Honeywell the Energy Services Company (ESCO), on behalf of the Riverland Community College (State Institution) presents this Request for Qualification (RFQ). This RFQ is soliciting responses for review and pre-qualification of subcontractors to participate in a competitive bid process for the State Institution s Guaranteed Energy Savings Program Project. This RFQ will be used to qualify subcontractors. III. PROJECT DESCRIPTION PHASE 3 Provide all labor, material, equipment, and supervision required to complete the electrical lighting and lighting control portions of this Facility Improvement Measure in a complete and professional manner per the manufacturer s written instructions, the National Electric Code, and according to the contractor sheet proposed descriptions supplied by Honeywell Energy Services Group. IV. Exhibit A includes a matrix of the Energy Conservation Measures and bid packages with the estimated value of each. Honeywell reserves the right to modify bid packages as necessary. V. PROJECT SCHEDULE The ability to deliver the project within the schedule is critically important to Riverland Community College and Honeywell Energy Services Group. Work to commence May 16, 2016. Work to be substantially complete within 4 months of start date. GESP Subcontractor Pre-Qualification RFQ Page 2 of 9

Honeywell Energy Services Group reserves the right to modify this schedule as necessary. VI. VII. ADDITIONAL INFORMATION Upon approval of qualifications, subcontractors will be provided a full bid package (RFP) with a detailed scope of work. PROPOSAL SUBMISSION REQUIREMENTS Contractor s response to this Request for Qualification must comply with the requirements in Exhibit C. Contractors are responsible for checking all addenda for the final version of the RFQ. Responses which include an outdated version of the Subcontractor Qualification Statement may be rejected. Each Respondent must answer all of the questions and provide all requested information in Exhibit C. Because answering all of the questions and providing all of the requested information is a requirement, any Respondent failing to meet this requirement may be deemed to be non-responsive. If a Respondent is deemed to be non-responsive, their response will be rejected. Before any judgment is made, the ESCO and/or State Institution reserves the right to clarify/verify information submitted to determine that all qualifications listed in Exhibit C have been met. If all criterion listed in Exhibit C are not met, either on the face of the submitted information or after such clarification/verification as the ESCO and/or State Institution may request, then the Contractor s response shall be rejected. All responses are pass/fail. The Contractor must pass each and every criterion listed in Exhibit C to be deemed qualified. Step 1 of 2: One original hard copy (signed in ink by an authorized representative) and two copies of all components of a proposal must be sent to: Honeywell Attn: Joel Reb 49116 Wixom Tech Drive Wixom, MI 48393 Step 2 of 2: One electronic copy of the entire response in Adobe.PDF format submitted to: joel.reb@honeywell.com Both the hard copy and electronic copy of the proposal must be received no later than March 1, 2016 at 2:00 PM Central Time. Late proposals will NOT be considered and all costs incurred in responding to this RFQ will be borne by the Responder. GESP Subcontractor Pre-Qualification RFQ Page 3 of 9

Exhibit A: Bid Packages Approved lighting contractors, based on this RFQ response, will be provided a full bid package for the scope of work to be performed. At this time, the estimated value of all labor and materials for this contract is expected to be in the range of $600,000 to $800,000. GESP Subcontractor Pre-Qualification RFQ Page 4 of 9

Exhibit B: Project Schedule Project to begin May 15, 2016. Project to be substantially complete September 15, 2016 Please provide tentative duration for project in this RFQ response. Duration includes from date of purchase order award to substantial completion. Expect times of eight weeks for material acquisitions. GESP Subcontractor Pre-Qualification RFQ Page 5 of 9

Exhibit C: Subcontractor Qualification Statement 1. Company Background (Response to number 1 may be provided as an attachment) 1.1. Company s name, address, website (if applicable) and a primary point of contact along with contact s name, title, phone number and email address. 1.2. Years in business. 1.3. Type of ownership (i.e. sole proprietorship, LLC, corporation, etc.) 1.4. Number of employees full-time and part-time (average for the past year). 1.5. Minnesota Contractor License Number. 1.6. List the type(s) of work Contractor s company performs. 2. Company is Licensed Minnesota Contractor 2.1. Criteria: Company is a licensed Minnesota contractor for the type of work being performed. 2.2. Response: My company IS or IS NOT a licensed Minnesota Contractor. 3. Company Years of Experience 3.1. Criteria: Company has been in business under present business name or current Federal Employer ID Number for at least seven years prior to issue date of RFQ. 3.2. Response: My company HAS or HAS NOT been in business under present business name or current Federal Employer ID Number for at least seven years prior to issue date of RFQ. 4. Bonding Capacity 4.1. Criteria: Company will have capability to provide payment and performance bond for the full cost of the contract at date of contract award. Response: My company will will not have the capability to provide a payment and performance bond for the full cost of the contract at the date of award. 4.2. Criteria: Company has bonding capacity of $800,000 approved for a bond for this project. Response: To comply with this criterion, Company must provide a letter from your Bonding Company stating that you are approved to bond for this project up to $800,000. 5. Insurance Coverage 5.1. Criteria: Company must provide a letter from their insurance company stating that they will provide the minimum insurance coverage and limits of liability listed below: 5.1.1. Commercial General Liability 5.1.1.1. $5,000,000 per Occurrence 5.1.1.2. $5,000,000 Annual Aggregate applying per project or location 5.1.1.3. $5,000,000 Annual Aggregate applying to Products/Completed Operations 5.1.1.4. $5,000,000 Fire Damage (any one fire) 5.1.1.5. $5,000,000 Medical Expenses (any one person) 5.1.2. Business Automobile Liability - $5,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage 5.1.3. Professional Liability Design Errors and Omissions (if required) 5.1.3.1. $5,000,000 per Occurrence GESP Subcontractor Pre-Qualification RFQ Page 6 of 9

5.1.3.2. $5,000,000 Annual Aggregate 5.1.4. Workers Compensation Insurance 5.1.4.1. $5,000,000 Bodily Injury by disease per employee 5.1.4.2. $5,000,000 Bodily Injury by disease aggregate 5.1.4.3. $5,000,000 Bodily Injury by accident 5.2. Response: To comply with this criterion, Company must provide a letter from your Insurance Company stating that you are approved for the above listed minimum insurance coverage limits of liability for this project. 6. Safety Rating 6.1. Criteria: Company must have a formal written safety plan; a current Experience Modification Rate (EMR) at or below 1.0; and fewer than three serious or two willful OSHA citations in the past three years prior to issue date of RFQ. 6.2. Response: 6.2.1. My company HAS or DOES NOT HAVE a written safety plan. 6.2.2. My company has a current EMR rating of LESS THAN or GREATER THAN OR EQUAL TO 1.0. 6.2.3. My company has LESS THAN or GREATER THAN OR EQUAL TO three serious OSHA citations in the past three years prior to issue date of RFQ. 6.2.4. My company has LESS THAN or GREATER THAN OR EQUAL TO two willful OSHA citations in the past three years prior to issue date of RFQ. 7. Prevailing Wage 7.1. Criteria: Company must pay all laborers and mechanics the established prevailing wages for work performed under this contract; and Company must not have had a prevailing wage violation or withholding order within the past 5 years previous to issue date of RFQ. 7.2. Response: 7.2.1. My company DOES or DOES NOT agree to pay all laborers and mechanics the established prevailing wages for work performed under this contract. 7.2.2. My company HAS or HAS NOT received an ORDER TO COMPLY for violations of the Minnesota Prevailing Wage Act, Minnesota Statutes 177.41 through 177.43 within the 5 years previous to issue date of RFQ. 8. Dismissed From Previous Project 8.1. Criteria: Company has not been debarred or suspended by the federal government, the State of Minnesota or any of its departments or agencies or political subdivisions for any cause as a prime contractor or subcontractor on any previous projects within the last seven years previous to issue date of RFQ. 8.2. Response: My company HAS or HAS NOT been dismissed by the federal government, the State of Minnesota or any of its departments or agencies or political subdivisions for any cause as a prime contractor or subcontractor on any previous projects within the last seven years prior to issue date of RFQ. GESP Subcontractor Pre-Qualification RFQ Page 7 of 9

9. Charged With Liquidated Damages 9.1. Criteria: Company has not been charged with liquidated damages within the last five years prior to issue date of RFQ, for not meeting work deadlines. 9.2. Response: My company HAS or HAS NOT been charged with liquidated damages within the last five years prior to issue date of RFQ, for not meeting work deadlines. 10. Company Experience 10.1. Criteria: Company has substantially completed, as a subcontractor, the work for at least one contract, in the last three years prior to issue date of RFQ, for a lighting retrofit project including materials and labor, with a contract value of at least $200,000. 10.2. Response: My company HAS or HAS NOT substantially completed, as a subcontractor, the work for at least one contract, in the last three years prior to issue date of RFQ, for a lighting project including materials and labor, with a contract value of at least $200,000. Provide as an attachment, a separate page for each of the above projects including a project description, a description of the services your company provided, original and actual start date and finish dates, initial and final construction cost, names of your project manager and on-site superintendent/foreman. 11. Employee Experience 11.1. Criteria: Company s project manager/foreman has substantially completed work for at least one contract, in the last three years prior to issue date of RFQ, for a lighting retrofit project, with a contract value of at least $200,000. 11.2. Response: My company s project manager/foreman HAS or HAS NOT substantially completed work for at least one contract, in the last three years prior to issue date of RFQ, for lighting retrofit project, with a contract value of at least $200,000. 12. Key Project Personnel 12.1. Criteria: Company commitment to availability of key project personnel. 12.2. Response: 12.2.1. Provide a listing of your proposed project team with a brief resume including experience on similar projects for the on-site project manager/superintendent/foreman. Individual resumes must be one page or less. 12.2.2. My company HAS or HAS NOT committed to the availability of the personnel listed above and that they will be assigned to this project for its duration. 13. Addenda Acknowledgement 13.1. Criteria: Company must acknowledge receipt of all addenda for the final version of the RFQ. 13.2. Response: My company acknowledges receiving and basing our response on receipt of the following addenda:. GESP Subcontractor Pre-Qualification RFQ Page 8 of 9

CERTIFICATION - By signing this statement, I certify that the information provided above is complete and accurate. Contractor Company Name Authorized Signature (officer or company authorized to sign and enter into contracts) Printed name Title Date GESP Subcontractor Pre-Qualification RFQ Page 9 of 9