COVINA-VALLEY UNIFIED SCHOOL DISTRICT

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

ADDENDUM For Reference For Bidders

Suite 300 Tenant Improvement

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

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

University of California, Riverside Barn Expansion

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

RETIREE HEALTH BENEFITS TRUST

5. BID FORMS TABLE OF CONTENTS

BID # EFI H1625 LED Wide Format Printer Fullerton College

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

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

INVITATION TO BID. Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services. Project No.

ADDENDUM #5 NIB #

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

REQUEST FOR PROPOSAL RFP #14-03

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

COVINA-VALLEY UNIFIED SCHOOL DISTRICT E-RATE FUNDING YEAR ( ) REQUEST FOR PROPOSAL E-RATE FOR FIBER WIDE AREA NETWORK

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS

INVITATION TO BID. Play Structure and Matting Routine Repair and Maintenance Services. Project No

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Bid No. B17-07 HVAC Controls

ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000)

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Mattole Unified School District INVITATION FOR BIDS

2. Develop recommendations and best practices for the District to following in serving these students.

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

Bid No. B17-13 Bldg 1300 HVAC

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

PROPOSAL PACKAGE INFORMATION SHEET

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

construction plans must be approved for construction by the City PBZ department.

County of San Benito

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252

22888 Foresthill Road Foresthill, CA (530) (530) Fax. fusd.org. E-Rate Yr. 19 ( ) RFP #

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

Energy Savings Performance Contracting Program Process Description

SAUGUS UNION SCHOOL DISTRICT FACILITIES PLANNING AND CONSTRUCTION AVENUE STANFORD SANTA CLARITA, CA 91355

ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL

Part A: Upgrade cabling to Cat6 cabling with factory warranties at a minimum of 20 years for Murdock Elementary School and Willows High School

STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor)

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

MARINWOOD FIRE STATION KITCHEN REMODEL PROJECT

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

REQUEST FOR PROPOSAL TELECOMMUNICATIONS, INTERNET AND LOCAL AND LONG DISTANCE SERVICES

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

City of Forest Park Request for Proposals. Secure Access Control Systems

Fortuna Elementary School District INVITATION FOR BIDS

Mattole Valley Charter School INVITATION FOR BIDS

SANTA ANA UNIFIED SCHOOL DISTRICT BID NO

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

BID NO Tennis Court Renovations VOLUME I. Date Due: May 17th, 2018 at 10:30am

CABLING PROJECT RFP #

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

Guaranteed Energy Savings Contract

San Francisco Unified School District Proposition A Bond Project CUPCCAA PROJECT UNDER $45K HILLCREST ES DESTRUCTIVE TESTING, Silver Ave.

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

Request for Proposal Snow Plowing Services for the Seasons For the Cohoes Housing Authority

PURCHASING SPECIFICATION

REQUEST FOR PROPOSALS

BID FORM (Lump Sum or Unit Price)

TRANSPORTATION SERVICES

BID # 6859 HUMAN SERVICES AGENCY CALL CENTER NEW ANCILLARY FURNITURE AND ASSOCIATED SERVICES

Request for Risk Management and Insurance Broker Services

BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE NO. FAC Jordan Plus- Conversion (Head Start)

PHASE 1 STAFF FACILITIES LOCKER ROOM

Request for Proposals

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

RFP # Before 2:00pm

Mechanical and Plumbing Peer Review & Systems Inspections PROJECT DIRECTOR Kevin Ogle

VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT

CITY OF BEVERLY HILLS CONTRACT DOCUMENTS

COVINA-VALLEY UNIFIED SCHOOL DISTRICT 519 E. BADILLO STREET COVINA, CA (626) EXT (626) (FAX) REQUEST FOR PROPOSAL

Transcription:

COVINA-VALLEY UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACTING SERVICES RFP NO. 15-16-105 REQUEST FOR PROPOSAL SUBMITTAL DEADLINE NOVEMBER 6, 2015 AT 11:00AM SUBMIT TO: COVINA-VALLEY UNIFIED SCHOOL DISTRICT Purchasing Office 519 E. BADILLO STREET, COVINA, CA 91723 (626) 974-7600 ext. 2128 Attention: Robin Harbert 1

REQUEST FOR PROPOSALS (RFP) NO. 15-16-105 Energy Performance Contracting Services NOTICE IS HEREBY GIVEN that the Covina-Valley Unified School District (C-VUSD ) acting by and through its Governing Board, is soliciting and issuing this Request for Proposals (RFP) and will receive up to, but no later than [November 6, 2015 at 11:00AM] proposals from interested, established and experienced Firms ( Firms ). The Covina-Valley Unified School District (C-VUSD) is a public school district located in Los Angeles County, California. C-VUSD serves approximately 12,000 K-12 students as well as over 8,000 Adult Education students at (17) seventeen K-12 schools, a Children s Center, (6) six Adult Education schools. The District s other facilities include District Offices and Support Buildings. The Covina-Valley Unified School District ( District ) purpose for this Request For Proposal ( RFP ) is to solicit proposals from qualified vendors to provide a solution to meet the objective stated in the RFP. The solution is subject to all terms, conditions, and specifications in this RFP. All proposal(s) submitted will be reviewed and chosen based on the evaluation criteria included in the proposal documents. The objective is to provide qualified vendors with the necessary information and specifications to allow them to respond with a solution that they determine best meets those requirements. RESPONSE DEADLINE FOR PROPOSALS: November 6, 2015 Sealed proposals must be delivered to the CVUSD Purchasing Department on or before 11:00 a.m., on the 6 th Day of November, 2015. All proposals shall be submitted separately and sealed in a package plainly marked with the appropriate title for each proposal. The Board reserves the right to reject any or all proposals and to waive irregularities in any proposals received. No vendor may withdraw his proposal for a period of Ninety (90) calendar days after the date set for the receipt of proposals. Refer to the formal bid documents and specifications for additional information, terms, and conditions. In accordance with School District Procurement Rules in the California Administration Code promulgated by the State Board of Education pursuant to CA-4217, the Covina-Valley Unified School District is requesting sealed proposals for Energy Performance Contracting Services. I. RFP PROCESS The District intends to select a qualified provider for the development, implementation and monitoring of an energy efficiency program. Upon award, the District will enter into a professional services agreement for a Prop 39 planning study. Prior to the District entering into a contractual agreement for project implementation, an agreed upon scope of work and project pricing will require separate board approval. The awarded respondent shall identify funding sources including utility rebates, low rate municipal lease financing, Prop 39 funds, grants and other applicable incentives. In addition to project development and project implementation, it is the district s intent to award a respondent to manage the associated Prop 39 grant application process and comply with any and all applicable pre-installation verification, benchmarking, project reporting and postimplementation Measurement & Verification (M&V) requirements as defined by the California 2

Energy Commission (CEC). The District, at its sole discretion, may select the awarded respondent for subsequent energy conservation phases. The District reserves the right to reject any or all bidders. II. III. PROJECT GOALS The District s ultimate goal is to utilize financial savings realized from more efficient buildings towards other upgrades and programs that enhance student learning. Respondents shall support the District s goal by developing, implementing, and monitoring a turn-key energy savings program that accomplishes the following: Achieves persistent long-term cost savings through reduced energy usage Upgrades old and/or inefficient systems Maintains consistent and reasonable levels of occupant comfort Maintains building functionality and compatibility with existing equipment Improves utilization of technology to achieve optimum performance and savings Minimizes financial and technical risk to the Owner Provides training to employees on maintenance and repair of equipment and controls Provides comprehensive funding solutions Promotes private sector job creation MINIMUM REQUIREMENTS Respondents must meet the following minimum requirements to participate in the District s RFP process: Accredited by the National Association of Energy Services Companies (NAESCO) or included on the U.S. Department of Energy s (DOE) Qualified List of Energy Service Companies Five (5) California K-12 customer references for which the respondent provided turnkey responsibility of similar energy performance contracting services in the past three years Active G.C. license in California DIR Contractor Registration Minimum of $10 Million in bonding capacity for a single project Insurance Requirements: The District will require that the selected Firm have insurance in effect at all times during the term of this agreement and that the Firm provide certificates of insurance indicating the District, its employees, agents, and consultants as additional insured, and copies of policies as evidence that the insurance is in effect. The applicable insurance requirements and limits will be established by the District during negotiations with the Firm. Other Contractual Requirements: The contract(s) for each of the District s energy projects will set forth additional provisions applicable to work on the project by the selected Firm, including, without limitation, requirements for: (i) compliance with District policies, such as those prohibiting use of alcohol and illegal drugs on District property; and (ii) fingerprinting and background checks in accordance with California Department of Justice (DOJ) procedures. 3

IV. SCOPE OF WORK Upon award, the selected respondent will be required to perform site walks at District facilities to evaluate facility infrastructure improvements as part of an energy master plan for the District. Specifically, the awarded respondent will evaluate and propose applicable energy conservation measures (ECMs) including but not limited to: Heating Ventilation & Air Conditioning (HVAC) system optimization, retrofit, upgrade or replacement Interior and exterior lighting retrofit or replacement Building Automation System (BAS) installation, upgrade, or expansion leveraging existing technology Building envelope upgrades Other infrastructure improvements Other training, remote monitoring services, and on-going support services that will ensure objectives of program are met over the term of the agreement The selected respondent will then implement an agreed upon scope of work. All proposed ECM s must be provided on a turn-key basis including all necessary permits, engineering, Division of the State Architect (DSA) requirements, delivery, installation, commissioning, training, warranty service, and CEC compliance. After the scope of work has been fully implemented, the selected respondent will provide M&V services to monitor post-retrofit utility usage and track energy savings. M&V services are to be provided in accordance CEC guidelines for project tracking and reporting. V. PROPOSED TIMELINE October 22, 2015 October 29, 2015 November 2, 2015 November 6, 2015 January 19, 2016 March 31, 2016 April 22, 2016 Summer 2016 RFP Released Questions Due Questions & Answers Released RFP Reponses Due Energy Partner Awarded ASHRAE Level II Audit Completed Energy Expenditure Plan Submission Project Implementation VI. PROPOSAL INSTRUCTIONS Ink or Typewritten All information, prices, notations, signatures, and corrections must be in ink or typewritten. Mistakes may be crossed out and corrections typed or printed adjacent to the mistake and initialed in ink by the person signing the proposal. Signature Verification To be considered for award, each proposal must be signed by a legally authorized 4

representative of your company. Proposal Documents Failure to completely execute and submit the required documents before the bid submittal deadlines will render a proposal non-responsive. Informed Respondent It will be your responsibility to be fully informed as to the conditions, requirements, and specifications before submitting proposals. Failure to do so will be at your firm s own risk and relief cannot be secured on the plea of error. VII. PROPOSAL SUBMISSION REQUIREMENTS One (1) original and (1) electronic copy of the proposal shall be submitted in the format contained in the RFP. The original proposal shall be submitted in a three (3) ring loose-leaf binders or report cover. It is critical that all responses follow the same format to allow equal and fair evaluation of each response. Responses should be limited to thirty-five (35) pages (not including table of contents, cover letter, sample contracts/agreements or M&V report) and include the following: SECTION TABS Proposals should be divided by tab sections according to items in the index. This will assist the evaluating team in identifying items and information submitted with the proposal. TABLE OF CONTENTS The table of contents of the proposal should include a clear and complete identification of the materials submitted by tab section and page number. COVER LETTER A signed letter of interest (no more than two (2) pages), stating the respondent s interest and qualifications in providing the services as outlined in the RFP. Please describe how the respondent meets the minimum requirements as described in section III of the RFP. Tab 1: Background, Financial Capacity & Management Structure Provide general information on the respondent including: a brief history of the firm, key differentiating factors and areas of expertise, length of time performing services, and location of California offices. Provide a statement of the respondent s financial capacity and capability to perform to the terms of this solicitation request. Provide a list of the personnel to be used on this project and describe their qualifications and experience with projects of a similar size and scope. Describe the management structure of the responding firm and include an organizational chart. Tab 2: Energy Project References Provide detailed project history for a minimum of five (5) California K-12 districts for which the respondent provided turn-key responsibility of similar energy performance contracting services 5

in the past three years. Describe the scope of work of the project indicating start/completion date, services and equipment provided, project size, total project savings, and funding sources. The District intends to utilize pre-retrofit utility bill versus post-retrofit utility bill comparisons (i.e. International Performance Measurement & Verification Protocol (IPMVP) Option C) to validate energy savings. Option C is the IPMVP M&V approach that most closely follows CEC Prop 39 guidelines for project tracking and reporting. Submit an actual M&V report utilizing IPMVP Option C for one of the five (5) references. Tab 3: Project Approach a) Provide a description of the respondent s approach to performing audits, and identifying improvement measures. b) Provide a description of the respondent s approach to managing the project implementation and procedures for minimizing occupant disruptions. c) Describe the steps taken by the respondent during and after the turnover process to ensure successful project implementation. d) Describe training program available for district employees. Tab 4: Savings a) Describe the respondent s approach to projecting and proving energy savings. b) Describe the methodology, formulas and reporting of the savings and the associated IPMVP option used to quantify savings. c) Provide a description of monitoring services after installation to ensure continued savings. Tab 5: Additional Benefits and Value Added Elements Please describe any additional benefits that may result from ECM implementation and the respondent s added value elements in providing products/services for energy projects. Tab 6: Contracts & Forms Provide sample contracts for the planning study, project installation, Measurement & Verification, and terms and conditions. Include completed pricing proposal form and signed addenda. VIII. PROPOSAL EVALUATION CRITERIA The District will evaluate qualifications based on the scoring criteria outlined in this section. Respondents who are not actively engaged in providing services of the nature proposed in their response to the RFP and/or who cannot clearly demonstrate to the satisfaction of the District their ability to satisfactorily perform the work in accordance with the RFP requirements will not be considered. Respondents who do not meet the minimum requirements will not be considered. The District shall be the sole judge of the qualifications and services to be offered and its decision shall be final. Discussions may be conducted with respondents who submit qualifications determined to be reasonably acceptable of being selected for award: 6

Scoring Criteria a) Background: ie. qualifications, experience, resources, financial solvency. (20 points) b) Project Team & Management Structure: ie. amount of work self-performed, strength of proposed team, trainers, and management structure. (25 points) c) Project History & References: ie. relevant past project experience. (20 points) d) Project Approach: ie. approach to audits, project management, training, etc. (25 points) e) Additional Benefits & Added Value: ie. additional benefits resulting from ECM implementation and respondent s added value elements. (10 points) f) Savings: ie. savings approach, Measurement & Verification practices, etc. (35 points) g) Contracts & Forms: ie. sample contracts, terms & conditions & completed pricing proposal (60 points) h) Response: responsiveness and compliance with the requirements of the proposal. (5 points) Total Maximum Point Valuation: 200 IX. REQUEST FOR INFORMATION (RFI) AND/OR CLARIFICATION Request for information, regarding this proposal, must be submitted in writing and faxed to the attention of: Robin Harbert at (626) 974-7032 or via email to rharbert@cvusd.k12.ca.us on or before 4:00 P. M. October 29, 2015. There will be no response to questions received after the deadline. The Purchasing Department will not be responsible for RFI s sent to the wrong department, nor will it be the responsibility of the receiving department to forward your request to the Purchasing Department. All RFI s will be responded to in the form of an Addendum within the timeframe indicated in the timeline. X. PREVAILING WAGES & DAVIS BACON WAGES The District has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which the work is to be performed for each craft, classification or type of work needed to execute the contract. These per diem rates, including holidays and overtime work, as well as employer payments for health and welfare, pension, vacation, and similar purposes, are on file at the District, and are also available from the Director of the Department of Industrial Relations. Pursuant to California Labor Code Sections 1720 et seq., it shall be mandatory upon the Contractor to whom the contract is awarded, and upon any subcontractor under such Contractor, to pay not less than the said specified rates to all workers employed by them in the execution of the contract and to comply with the District s Labor Compliance Program. In accordance with 1773.2 of the California Labor Code, the Contractor shall post a copy of the determination of prevailing rate of wages at each job site. Davis Bacon Act The Contractor and/or Subcontractor(s) will be required to pay the higher prevailing wage between the State Prevailing Wage Determination and the Davis Bacon Wage Determination for Federal funded projects. Reference the Wage Determination Online.Gov website: http://www.wdol.gov for more information. The District does not intend to use Federal Funds on this project. 7

XI. CERTIFIED PAYROLL RECORDS REQUIRED (a) The Contractor and each subcontractor shall maintain Certified Payroll and basic records required under the Labor Code and applicable Industrial Welfare Commission and shall preserve them for a period of three (3) years thereafter for all trade workers working on District project for submittal to the District at times designated in the contract or within ten (10) days upon request. The Contractor shall be responsible for all submittal of payroll records of all its subcontractors. All Certified Payroll Records shall be accompanied by a statement of compliance signed by the Contractor or each subcontractor indicating that the payroll records are correct and complete, that the wage rates contained therein are not less than those determined by the Director of the employee conform with the work performed. (b) Certified Payroll Records must be submitted electronically to the DIR website. (c) In accordance with the California Labor Code Section 1776 (g), if the Contractor fails to comply within the ten (10) day period, he or she shall, as a penalty to the State or Political Subdivision on whose behalf the contract is made or awarded, forfeit twentyfive dollars ($25) for each calendar day, or portion thereof, for each worker until strict compliance is effectuated. XII. CALIFORNIA SENATE BILL 854-PUBLIC WORKS CONTRACTOR REGISTRATION Senate Bill 854, signed into law June 20, 2014, became effectively immediately. It established a new public works contractor registration program which will collect fees to fund compliance monitoring and enforcement, determine prevailing wage and public works coverage, and hear enforcement appeals. All contractors and subcontractors intending to bid or perform work on public works projects will be required to register, and annually renew, online for the program. The cost to register for the program is currently $300.00 and is non-refundable. Contractors or subcontractors submitting bids must be registered. The requirement to use only registered contractors and subcontractors on public works projects, greater than $1,000, applies to all projects awarded on or after April 1, 2015. No bid can be accepted nor any contract or subcontract entered into nor purchase order issued without proof that the contractor or subcontractor is registered. Public works refers to construction, alteration, demolition, installation, or repair work (including maintenance) done under contract and paid by public funds. For a more detailed explanation of public works projects, refer to California Labor Code 1720-1720.6. Please ensure you are registered with the DIR. The awarded contractor must be registered if a purchase order is generated for the awarded public works services. More information can be found at The Department of Industrial Relations website; http://www.dir.ca.gov/public-works/publicworks.html. NOTE: Faxed copies of the Proposal Form or any portion of this bid will not be accepted. 8

The undersigned declares: NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I am the [Title] of [Firm], the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. In signing below, bidder covenants that it has complied with the signature requirements described in Section 4 of the Information for Bidders. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on, 20 [Date], at [City], [State]. Name of Contractor (Print or Type) Signature Signature Print Name Print Name Title Title 9

PRICING PROPOSAL RFP 15-16-105 Energy Performance Contracting Services Pursuant to and in compliance with your Notice Requesting Proposals and all other documents relating thereto, the undersigned respondent, having familiarized himself with the terms and conditions of the proposal documents, hereby proposed and agrees to perform the work to be done and to provide all labor and materials necessary to perform the work. Name of Respondent: ESCO MARKUP FEES: If selected to implement energy conservation measures (ECMs) eligible for Prop 39 funding and/or any additional ECMs, the above respondent will assess the following overhead and profit markup percentages: Overhead % Profit % ACKNOWLEDGEMENT OF AMENDMENTS: The respondent acknowledges receipt of amendments to RFP 15-16-105 Amendment Number Date Initial Here Certification By Bidder: I hereby certify that I am able to commit the firm to the proposal submitted. Company Name Street Name City State Zip Code Authorized Signature Print Name Date Title If you are submitting a proposal as a corporation, please submit your corporate seal here: Note: If FIRM is a corporation the legal name of the corporation shall be set forth with the signature of authorized officers or agents and the document shall bear the corporate seal: if bidder is a partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contract on behalf of the partnership: and if bidder is an individual his signature shall be placed above. 10