STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS



Similar documents

1. Subcontractor Prequalification Questionnaire a. Please complete with assistance from your insurance agent(s)

INSURANCE GUIDE I - MINOR CONTRACTS FOR SERVICE

CHECKLIST FOR INSURANCE REVIEWS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO.

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

REQUEST FOR PROPOSALS

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

APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801

GENERAL TERMS & CONDITIONS OF QUOTE

Attachment D. Insurance

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

CITY OF LEAWOOD. Independent Contractor Agreement

TOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL #

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

GENERAL INSTRUCTIONS AND REQUIREMENTS

GENERAL INSTRUCTIONS AND REQUIREMENTS

LOCUM TENENS SERVICES

WASHINGTON SUBURBAN SANITARY COMMISSION

ARTICLE 11. INSURANCE AND BONDS

Memorandum of Understanding

EXHIBIT D. Insurance and Bond Requirements

EXHIBIT D INSURANCE REQUIREMENTS

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

2 nd Notice AHCCCS Insurance Requirements ACTION REQUIRED September 29, 2014 Page 1 of 5

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

SAMPLE SERVICES CONTRACT

TOWN OF SCITUATE MASSACHUSETTS

IEP REQUIRED MUSIC & ART THERAPY FOR STAMFORD PUBLIC SCHOOLS

CITY of DALY CITY INSURANCE REQUIREMENTS

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

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

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

Insurance & Bonding Requirements. Eastside Trail Extension

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

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

Stephenson County, Illinois

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

Request for Quotes Conductor Heads / Downspout Replacement

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

The purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on

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

How To Work For A City Of Germany Project

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

Invitation for Bid. For. Bank Courier Services

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

P. Insurance Submittal Address: All Insurance Certificates requested shall be sent to the Clark County Purchasing and Contracts Division, Attention:

QSP INFORMATION AT A GLANCE

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

INSURANCE REQUIREMENTS

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

REQUEST FOR QUOTATION

PROPOSAL COVER SHEET

City of Union, Missouri Request for Proposal Audit Services

Invitation to Bid (ITB) ITB

Insurance Requirements for Contractors (Without Construction Risks)

Attachment 4. Contractor Insurance Requirements

CLC INSURANCE REQUIREMENTS

CALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK

Department of Purchasing & Contract Compliance

CERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation

Vendor Insurance Requirements Revised

May 29, 2012 Solicitation of quotations

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G Architectural Services RIDE 5 Year Capital Plan

5.2 Insurance Requirements The Highway Commissioner VTHD VTHD VTHD additional insured; Vernon Township Highway Department

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

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

CITY OF KYLE, TEXAS REQUESTS FOR PROPOSAL (RFP) PLUMBING SERVICES: RFP PARD

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Procedures for Tenders and Contracts. October Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14

THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No KMC

W.E. O NEIL CONSTRUCTION CO. OF COLORADO INSURANCE REQUIREMENTS. Project Name Project Address City, State Zip

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR PROVIDING SERVICES AS THE AUTHORITY S HEALTH & SAFETY CONSULTANT 2016

Transcription:

STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS Department of Administration DIVISION OF PURCHASES One Capitol Hill Providence, RI 02908-5855 Tel: (401) 574-8100 Fax: (401) 574-8387 Website: www.purchasing.ri.gov CONTRACT USER GUIDE FOR EVSE MASTER PRICE AGREEMENT MPA #509 FURNISH AND INSTALL ELECTRIC VEHICLE SUPPLY EQUIPMENT SOLICITATION #7549673 CONTRACT TERM: 2/4/16-1/31/19 BACKGROUND: The Division of Purchases issued RFP #7549673 Furnish and Install Electric Vehicle Supply Equipment for Turnkey Electric Vehicle Supply Equipment (EVSE) Services on June 18, 2015. Four (4) firms submitted proposals on July 29, 2015 to provide turnkey EVSE and installation services to state, municipal, quasi-public agencies and state colleges and universities. Turnkey services are defined as: one entity or partnership that manufactures, supplies, and provides for the site preparation, including signage and pavement markings, EVSE installation and maintenance by a Rhode Island licensed electrician, and continued support services. Purchase orders were issued to three (3) firms. CONTRACT SUMMARY: This Master Price Agreement includes qualified firms to provide turnkey EVSE services on an as needed basis for individual projects. WHO CAN USE THIS CONTRACT: State Agencies (Agency), municipalities (cities, towns, and schools), quasi-public agencies, and state universities and colleges as authorized by law, may participate in this Agreement. All ordering and billing shall be between the vendor and the user entity. A. INSTRUCTIONS FOR USE BY STATE AGENCIES: 1. There are no required thresholds for this MPA. 2. Request lump-sum fixed fee quotes from all three (3) of the qualified vendors in accordance with the Sample RFQ format provided as Attachment A. 3. Request turnkey services from prequalified vendors. Provide sufficient information, such as scope of work, allowable working hours, and special requirements for the vendor to respond with a suitable proposal. See the Sample Request for Quote provided as Attachment A. The project must contain all of the following tasks: i. Equipment Purchase(s): Level I, II, or DC Fast Charge (ensure that all equipment to be purchased and installed meets Section 3A Mandatory EVSE Specifications of solicitation number 7549673) ii. Installation of equipment, including site layout iii. Software purchases (if needed) iv. Project Timeline v. Training & Support User Guide Page 1 5

4. The agency must conduct a technical evaluation of proposals from at least two (2) of the prequalified vendors. The Agencies and Office of Energy Resources (OER), as requested and/or appropriate, will evaluate the proposals. The OER recommends the following non-binding evaluation criteria: i. Understanding of Work (30%) ii. Experience and Expertise (30%) iii. Total Project Cost (40%) 5. Following the selection of a vendor, the Agency will send a notification letter [See the sample notification letter provided as Attachment B ] to the vendor in which the following information is requested: An agreement outlining the scope and special terms & conditions covering the work, executed by both the Agency Chief Executive and an authorized agent of your firm. Contact AGENCY CONTACT at (TEL. #) or AGENCY E- MAIL. Certificates of insurance in accordance with solicitation #7549673, Furnish and Install Electric Vehicle Supply Equipment. Certificates of insurance must: (i) reference solicitation title and number; (ii) name the State Agency as certificate holder and both the State Agency and the State of Rhode Island as additional insured; and (iii) state that 20 days advance notice of cancellation (referencing solicitation number 7549673) will be sent to: CONTACT, STATE AGENCY, MAILING ADDRESS. 1) A completed Minority Business Enterprise Plan. For further information, call Dorinda Keene at (401) 574-8670 or dorinda.keene@doa.ri.gov. 1) Insurance Requirements per the Bid Solicitation: A. Commercial General Liability Insurance: Commercial General Liability Insurance covering bodily injury broad form property damage, personal and advertising injury, independent contractors, products completed operations, and contractual coverage. Coverage shall be written on an occurrence basis and shall extend to an agent, independent contractor, temporary worker and a leased worker. A combined single limit of $1,000,000 per occurrence and aggregate is required. B. Auto Liability Insurance: Auto Liability Insurance covering all owned, non-owned, or hired vehicles. A combined single limit occurrence of $1,000,000 will be obtained. C. Workers Compensation: Workers Compensation coverage in compliance with the workers compensation laws of the State. Coverage shall include Employers Liability Insurance with minimum limits of $500,000 each accident, $500,000 disease or policy limit, $500,000 each employee. D. Alternative Employer Endorsement shall be required for both the workers compensation and employers liability policy. There shall be no cancellation, material change, potential exhaustion of aggregate limits or non-renewal without thirty days (30) written notice from the contractor or its insurer(s). Failure to comply with the reporting provisions of this clause shall be grounds for immediate termination of any contract issued pursuant to MPA-509. User Guide Page 2 5

6. When all of the above information has been obtained, the Agency will send the following documentation to the Division of Purchases and request that a project specific purchase order be issued: Memo or Cover Letter detailing request; Scope of Work; Required number of responsive quotes received plus identification/results of other quotes solicited; Memorandum Signed by Agency Summarizing Responses and Recommending Vendor; A Zero Dollar Requisition to Include Project Amount as a text attachment internal to the requisition; Copy of notification letter and all related vendor documentation required: 1. Copy of signed project agreement 2. Copy of insurance certificate(s) 3. MBE Compliance for the project engagement STATE AGENCIES PLEASE TAKE NOTE: Pricing is lump-sum fixed fee ; vendors should not be charging agencies for travel or other fees in addition to the lump-sum fixed fee price. No Vendor shall provide services or begin work unless and until a valid Purchase Order approved by the Agency has been issued and received by Vendor. In no event shall a Vendor deliver goods or provide services until such time as a duly authorized release document is certified by the ordering Agency. A Vendor will not be entitled to any payment for services rendered or work completed outside of this policy. In accordance with R.I. Gen. Laws 37-2-54(c), No purchase or contract shall be binding on the state or any agency thereof unless approved by the department [of Administration] or made under general regulations which the Chief Purchasing Officer may prescribe. Under State Purchasing Regulation 8.2.1.1.2, Any alleged oral agreement or arrangements made by a bidder or contractor with any agency or an employee of the Office of Purchases may be disregarded and shall not be binding on the state. State Purchasing Regulation 8.7.1 All agreements and changes to scope of work, price, or other terms shall be incorporated into purchase orders via change order documents incorporating contract amendments. State Purchasing Regulation 8.7.2 Change Orders issued by the Office of Purchases shall be the only binding documents which may create a change in a purchase order. State Purchasing Regulation 8.7.3 Personnel shall not commit the state to technical / contractual changes to purchase orders without first securing all necessary approvals. User Guide Page 3 5

B. INSTRUCTIONS FOR USE BY OTHER ENTITIES: The OER strongly recommends the following instructions for use by non-state agency entities. These instructions are meant only as a guide. They may be used in addition to any and all procurement practices typically required by the applying entity: 1. Define project scope 2. Request quotes from all three (3) of the qualified vendors 3. Ensure the following tasks are clearly defined in the quote: a. Equipment (brand, abilities, level of charging capability) b. Site layout & installation requirements c. Software purchases (if needed or required) d. Project timeline e. Training & Support 4. Evaluate and Award The OER recommends the following non-binding evaluation criteria: a. Understanding of Work (30%) b. Experience and Expertise (30%) c. Total Project Cost (40%) Vendor Contact Information (po numeric order): PO #3454763 VOLTREK 24 BOSTON RD ANDOVER,MA 01810 KATHLEEN CONNORS 978-378-0910 PO#3454767 EVSE LLC 89 PHOENIX AVE ENDFIELD, CT 06082 DANIEL SHANAHAN 860-745-2433 PO#3454775 VERDEK LLC 123 ROLLING MEADOW RD MADISON, CT 06443 GUY MANNINO 706-409-3995 Energy Resources Contact: For technical assistance or general questions, please contact the Office of Energy Resources at Energy.Resources@energy.ri.gov with MPA-509 Assistance as the subject line. User Guide Page 4 5

Division of Purchases Contact: Thomas Bovis, Interdepartmental Project Manager, Division of Purchases Email: Thomas.Bovis@purchasing.ri.gov Tel: 401.574.8119 Attachments: Attachment A Request for Quote RFQ Sample Attachment B Notification Letter Sample This Master Price Agreement is a joined effort between the Rhode Island Department of Administration Division of Purchases and Office of Energy Resources. User Guide Page 5 5

STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS INSERT DEPARTMENT HERE INSERT DIVISION HERE INSERT ADDRESS HERE PHONE FAX TDD Request for Quote RFQ Furnish and Install Electric Vehicle Supply Equipment, for Turnkey Electric Vehicle Supply Equipment (EVSE) Services PROJECT NAME- LOCATION, RI Solicited under State of Rhode Island Master Price Agreement #509 Furnish and Install Electric Vehicle Supply Equipment DATE OF REQUEST FOR QUOTE INSERT DATE OF REQUEST FOR QUOTE PROPERTY DESCRIPTION INSERT PROPERTY DESCRIPTION HISTORY/BACKGROUND INSERT HISTORY AND BACKGROUND INTENT INSERT THE INTENT A SELECT mandatory/non-mandatory site walkthrough will be conducted at INSERT LOCATION. INSERT DATE-> Questions regarding this Request for Quote are due to the INSERT AGENCY no later than INSERT DATE- > Vendor Submissions are due via email or hardcopy to the INSERT AGENCY no later than INSERT DATE- > Division contact: NAME, TITLE 401-XXX-XXXX email:email.address@xxx.ri.gov The following Turnkey Electric Vehicle Supply Equipment (EVSE) Services will be required: 1. INSERT REQUIRED XXX SERVICES Provide sufficient information, such as scope of work, allowable working hours, and special requirements for the vendor to respond with a suitable proposal Refer to User Guide Instructions for Use on Page 1 Implementation Schedule: 1. LIST IMPLEMENTATION SCHEDULE AND DURATION Pricing - Lump-Sum Fixed-Fee: Vendors are requested to provide pricing in the following format: 1. Provide a lump-sum fixed fee for the work described above $ 2. Provide an hourly breakdown of the above lump-sum fixed fee for all personnel roles associated with the project (including primary and secondary). Personnel Hourly Rate Number of Hours Attachments: 1. INSERT ATTACHMENT LIST IF APPLICABLE RFQ, Furnish and Install Electric Vehicle Supply Equipment Attachment A PROJECT NAME, LOCATION, RI

SAMPLE AGENCY LETTERHEAD DATE NAME COMPANY NAME ADDRESS CITY, STATE ZIP Sent Via Electronic and Regular Mail E-MAIL ADDRESS Re: MPA-509 Furnish and Install Electric Vehicle Supply Equipment Request for Quote - Lump-Sum Fixed-Fee Dollar Amount $ Dear : This letter is to notify you that STATE AGENCY is authorized to begin contract negotiations with VENDOR NAME for the above project. Please provide the following documentation within twenty-one (21) calendar days of this Notice (Date). The project cannot commence until a purchase order is issued by the State of Rhode Island, Division of Purchases. This purchase order is your Notice to Proceed. Failure to provide the required information within twenty-one calendar days from the date of this communication may result in your disqualification of contract award consideration. An agreement outlining the scope and special terms & conditions covering the work, executed by both the Agency Chief Executive and an authorized agent of your firm. Contact AGENCY CONTACT at (TEL. #) or AGENCY E-MAIL. Certificates of insurance in accordance with solicitation #7549673, Furnish and Install Electric Vehicle Supply Equipment. Certificates of insurance must: (i) reference solicitation title and number; (ii) name the State Agency as certificate holder and both the State Agency and the State of Rhode Island as additional insured; and (iii) state that 20 days advance notice of cancellation (referencing solicitation number 7549673) will be sent to: CONTACT, STATE AGENCY, MAILING ADDRESS. A completed Minority Business Enterprise Plan. For further information, call Dorinda Keene at (401) 574-8670 or dorinda.keene@doa.ri.gov. Sincerely, AGENCY CONTACT TITLE cc: Dorinda Keene MBE Cheryl Burrell ODEO - Associate Director, Office of Diversity, Equity and Opportunity Sample Notification Letter, Furnish and Install Electric Vehicle Supply Equipment Attachment B PROJECT NAME, LOCATION, RI