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

Similar documents
ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

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

SECTION NOTICE INVITING BIDS

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

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

Madera Unified School District

Documents For HVAC Bid HVAC Bid # Proposal Opening Date & Time: Thursday, March 12, 2:00 p.m.

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

NOTICE TO CONTRACTORS CALLING FOR BIDS CITRUS COMMUNITY COLLEGE DISTRICT

BID NO. B17-05 WATER VALVE REPLACEMENT PROJECT FORMAL BID

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT

PROJECT MANUAL INSTALLATION OF REPLACEMENT HVAC HEAT PUMPS AT TWO ELEMENTARY SCHOOLS BERRYESSA UNION SCHOOL DISTRICT

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS DUE: TUESDAY, JANUARY 24, 2017 AT 12:00 P.M. INTERVIEWS: THURSDAY, JANUARY 26, 2017 TUESDAY, JANUARY 24, 2017 AT 2:30 P.M.

PROJECT MANUAL FOR. Building 28 A & B Exterior Painting BID NO. 3165

ADDENDUM #5 NIB #

UPPER CAMPUS SECURITY SYSTEMS PROJECT. Bid No. B15-05

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

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

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

REQUIRED BID FORMS SECTION

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

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

VAL VERDE UNIFIED SCHOOL DISTRICT HVAC DESIGN-BUILD SERVICES AT THREE (3) SCHOOLS. RFQ/RFP No. 17/

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

Solar Water Heater-Swimming Pool. Bid No. B15-03

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

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

REMOVAL AND REPLACEMENT OF PLAY SURFACE AT CREEKSIDE ELEMENTARY SCHOOL CONTRACT DOCUMENTS

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

REQUIRED BID FORMS SECTION

IV. SERVICES TO BE PROVIDED See Exhibit A Statement of Work. V. PROPOSAL AND SUBMISSION INFORMATION

FAB LAB RENOVATION. Bid No BIDS DUE DATE: September 26, 2017 (On or before 2:00 P.M.)

January 18, Request for Proposals. for

REQUEST FOR PROPOSALS

VENTURA COUNTY EMPLOYEES RETIREMENT ASSOCIATION (VCERA) REQUEST FOR PROPOSAL FOR ACTUARIAL AUDIT SERVICES

Request for Qualifications

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

REQUEST FOR BID PROPOSALS

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

PREQUALIFICATION PACKAGE FOR

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT (Non-OCIP Projects)

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

Fortuna Elementary School District INVITATION FOR BIDS

Request for Quote (RFQ)

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

Professional Auditing Services

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

REQUEST FOR PROPOSALS

HOUSING AUTHORITY OF THE CITY OF TULSA

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

Helena Public Schools. Helena, MONTANA REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR

Bid No. B17-07 HVAC Controls

REQUEST FOR PROPOSALS

REQUEST FOR PRE-QUALIFICATION. Fine Arts HVAC Upgrade and Interior Renovation SADDLEBACK COLLEGE CAMPUS SOCCCD PROJECT NO. 2041

INSTRUCTIONS TO BIDDERS

Request for Bid/Proposal

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS

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

Request for Proposal ACTUARIAL CONSULTING SERVICES

EL RANCHO UNIFIED DISTRICT PREQUALIFICATION QUESTIONNAIRE PACKET

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

SOLICITATION/ADVERTISEMENT

Bid No. B17-13 Bldg 1300 HVAC

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

MIDDLESEX COUNTY UTILITIES AUTHORITY

INFORMATION FOR BIDDERS

Project No Southport Vehicle Processing Center Design-Build Request for Proposals Philadelphia, Pennsylvania

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

ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT BID AND CONTRACT DOCUMENTS

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

East Central College

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY

City of Beverly Hills Beverly Hills, CA

Solano Community College District REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

REQUEST FOR QUALIFICATIONS

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO.

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

INSTRUCTIONS TO BIDDERS

Request for Proposal

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES. Issue Date: April 3 rd, 2017 Due Date: April 21 st, 2017, 5 p.m.

Sample Request For Proposals

BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE NO. FAC# New Construction Educare Los Angeles at Long Beach (Barton)

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT, PROJECT #11727

Cheyenne Wyoming RFP-17229

B. The Bid is made in compliance with the Bidding Documents.

REQUEST FOR PROPOSALS

Request for Proposal # Executive Recruitment Services

Transcription:

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM PST, February 22, 2018 BID DUE: 2:00PM PST, March 12, 2018 Oxnard School District 1051 South A Street, Oxnard, CA 93030 BOARD APPROVAL: Wednesday, April 18, 2018

OXNARD SCHOOL DISTRICT REQUEST FOR PROPOSALS CALIFORNIA CLEAN ENERGY JOBS ACT PROPOSITION 39 HVAC and Controls Design-Build Services For (5) Schools Phase 2 Oxnard School District ( District ) requests qualified Contractor firms ( Firm ) to submit their qualifications and proposal for the following services ( Services ): Scope of Work: Design-Build services for HVAC Equipment Replacement and HVAC Control Strategies a. Design. The Firm will provide all necessary design, engineering, management, labor, materials, tools, equipment, supplies, and related services for planning and development of high efficiency HVAC equipment and controls in accordance with the Attachment A Scope of Work. b. Installation. The Firm shall also provide all Installation services for HVAC Replacement projects including all necessary labor, materials, tools, equipment, supplies, construction management, installation, construction, and training services in accordance with Attachment A Scope of Work. All Scope of Work shall be performed at the following site(s): Curren Elementary School (1101 North F Street, Oxnard, CA 93030) Kamala Elementary School (634 West Kamala Street, Oxnard, CA 93033) Fremont Middle School (1130 North M Street, Oxnard, CA 93030) Sierra Linda Elementary School (2201 Jasmine Street, Oxnard, CA 93036) Thurgood Marshall Elementary School (2900 Thurgood Marshall Drive, Oxnard, CA 93036) This project has been identified as energy efficiency improvements to the District with an estimated energy savings of 33,159 kwh/year and 1,252 therm/year with an initial engineering project estimate of $765,523. Through this RFQ/RFP, the District intends to procure and implement energy conservation measures via the procurement process as prescribed by Government Code section 4217.10 et seq. based on a best value evaluation and highest score achieved for the weighted criteria outlined in Section 5. This RFQ/RFP is not a formal invitation for bid, or an offer by the District to contract with Firm(s) responding to this RFQ/RFP. The District reserves the right to accept or reject any Proposals, in part or in whole. The District also reserves the right to amend this RFQ/RFP as necessary. All materials submitted to the District in response to this RFQ/RFP shall remain the property of the District. The District shall not be responsible for the costs of preparing any proposal in response to the RFQ/RFP. All Proposals shall be submitted on forms furnished by the District. Proposals must conform with, and be responsive to, the RFQ/RFP and Contract Documents, copies of which may be obtained from the District as set forth above. Only Proposals submitted to the District prior to the date and time set forth above shall be considered. Interested Firms should mail or deliver one (1) original Proposal and (4) copies in hardcopy and one (1) in electronic format on a flash drive in a sealed box/package, as further described herein, to: Oxnard School District Attn: Lisa A. Franz, Director of Purchasing 1051 South A Street Oxnard, CA 93030

All Proposals are due by 2:00PM PST, March 12, 2018. Faxed, electronically transmitted, or late proposals will not be accepted. Please note, the RFQ/RFP will be reviewed after the proposal submission date and will not be publicly opened. Firms must attend a Mandatory Site Walk at 9:00AM PST, February 22, 2018. The initial Pre-Bid Job Walk is to begin at the location, date and time stated below. Failure to attend will render the Bid Proposal of such bidder to be non-responsive. The walk shall take place in the order listed below, unless otherwise specified during the Pre-Bid Conference Meeting. Pre-Bid Conference/Mandatory Job Walk Meeting Location 9:00AM PST, February 22, 2018 Oxnard School District Facilities Service Center 1055 South C Street Oxnard, CA 93030 Site #1 Kamala Elementary School 634 W Kamala Street, Oxnard, CA 93033 Site #2 Curren Elementary School 1101 N F Street, Oxnard, CA 93030 Site #3 Fremont Middle School 1130 N M Street, Oxnard, CA 93030 Site #4 Sierra Linda 2201 Jasmine Street, Oxnard, CA 93036 Site #5 Marshall Elementary School 2900 Thurgood Marshall Drive, Oxnard, CA 93036 Pre-Bid Clarifications/ Questions (RFI s) regarding this Request for Proposals ( RFQ/RFP ) must be received in writing at bmauleon@ccorpusa.com by 5:00PM PST, February 28, 2018. Responses will be issued by 5:00PM PST, March 5, 2018 via email. Requests for material substitutions must be received in writing to at bmauleon@ccorpusa.com by 5:00PM PST, February 28, 2018. Responses will be issued by 5:00PM PST, March 5, 2018 via email. 1. General Information/Instruction for Statement of Qualifications and Proposals. 2. Description of Services. 1.1. The District invites qualified Firms to submit a Statement of Qualifications and Proposal (together, Proposal(s) ) related to its ability to provide the Services as indicated herein. 1.2. The District is currently seeking Proposals to provide installation services for HVAC unit replacements at (2) of the districts school sites. Through this RFQ/RFP, the District intends to procure and implement energy conservation measures via the procurement process as prescribed by Government Code section 4217.10 et seq. 2.1. District intends to award Services of this RFQ/RFP per the contract as follows:

2.1.1. Design and Construction Services Pursuant to the Agreement and General Conditions. 2.1.2. The selected Firm shall perform the Services of the Agreement and General Conditions attached hereto as Attachment B District Required Forms, including the performance of the following services, without limitation: procurement of materials, equipment, tools, construction management, installation, construction, and training services related to the HVAC Replacement project. 2.2. Firm shall provide in its Proposal a detailed Statement of Services that it proposes to provide. 3. Project Allowance 3.1. Project Allowance; $50,000 shall be used AT THE DISCRETION OF THE DISTRICT, with written approval by the District before funds can be expended. 3.2. Any funds NOT used as part of the project will be returned to the district in the form of a Deductive Change Order prior to Retention Payment.

4. Content of Proposals Proposals must be concise, well organized, and demonstrate Firm s qualifications. Proposals shall be formatted and outlined as defined below. If the submission does not follow the formatting guidelines or any of the information in sections below are not included, the proposal may be deemed non-responsive. 1. Shall be spiral bound or 3-hole punched binders. NO STAPLED PACKETS OR LOOSE PAPER. 2. Shall plain-white, double-sided 8½ x 11 paper; 3. Shall use size 12 font, 1 margins, and single-spaced Time s New Roman; 4. Shall include a Table of Contents; 5. Shall be ordered and tabbed per the Sections reflected below. 6. Shall adhere to page limits defined in each Section; SECTION A. LETTER OF INTEREST (Limit 1 page) A dated Letter of Interest must be submitted, including the legal name of the Firm, address, telephone and fax numbers, and the name, title, and signature of the person(s) authorized to submit the Proposal on behalf of the Firm. The Letter of Interest should provide a brief statement of Firm s experience indicating the unique background and qualities of the Firm, its personnel, and what will make the Firm qualified to provide the Services. SECTION B. FIRM INFORMATION (Limits defined by individual component) Provide a comprehensive narrative of the Services offered by Firm. The narrative should include the following: Background (Limit 2 pages). Provide a brief history of Firm, and, if a joint venture, of each participating Firm. Identify legal form, ownership, and senior officials of company(ies). Describe number of years in business and types of business conducted. Philosophy (Limit 1 page). Describe Firm s philosophy and how Firm intends to work with District administration officials to perform the Services. Resumes (Limit 5 pages). Include resumes of key personnel who would be performing Services for the District. Licenses and Certifications (No Limit). Provide a list of all Firm licenses and certifications held. Minimum requirements include a copy of a current and good standing Business License and proof of a valid Class B license or Class [C-20 and C-10] license for HVAC and electrical work. Financial Statements (No Limit). Provide a statement of Firm s financial solvency and stability. The firm s monthly financial statements should be for a minimum 6 months for the most recent available period. Include a certification of correctness of Firm s statement of financial resources and a current Profit and Loss Statement. Experience Modification Rating (No Limit). Describe your Firm s safety program. Include proof of your firm s safety Experience Modification Rating (EMR) or equivalent.

Claims (No Limit). Provide a statement of ALL claim(s) filed against Firm in the past five (5) years. Briefly indicate the nature of the claim and the resolution, if any, of the claim(s). Failure to disclose outstanding claims or falsify records may result in immediate contract termination. References (Limit 3 pages). Include letters of reference or testimonials, if available. Firm should limit letters of references or testimonials to no more than ten (10). SECTION C. PRIOR RELEVANT EXPERIENCE (Limit 3 pages) Provide a list of ALL K-12 and Community College Districts for which Firm has provided the same or similar Services to in the past five (5) years. Limit your response to no more than the five (5) most recent districts. Include the names of the district, a description of services provided, and the name of the contact person and telephone number at the district. Also, indicate the Firm s personnel that performed services for each district. List other public entities that the Firm would like the District to consider in its evaluation. SECTION D. STATEMENT OF SERVICES (No limit) Prepare a detailed Statement of Services for which Firm is submitting its Proposal that includes all work as described in the Attachment A Scope of Work. The Statement of Services shall include: Personnel Roles. Specifically, define the role of each person and outline his or her individual experience and responsibilities. Indicate personnel who will serve as primary contact(s) for the District. Indicate Firm s and personnel s availability to provide the Services. Organizational Chart. Provide an organizational chart with the key positions that will be assigned to work on this project. Project Management Plan. Outline the project management process the Firm will utilize for this project and a Project Plan that includes ways and means of procurement and transport of equipment and installation. Schedule. Provide a schedule of the work to meet required Project Milestones for each Project, as required in the following table. o Contractor will have access to site during normal working hours and should schedule work accordingly. Activity Milestone Dates Board Meeting Wednesday, April 18, 2018 Material Product Submittals 10 Calendar Days after NTP Notice to Proceed (NTP) Estimated NTP by April 20, 2018 Construction Start and Mobilization June 18, 2018 Commissioning 10 days prior to Completion Completion August 10, 2018 Table 1: Milestone Dates

SECTION E. COMPENSATION (Limit defined by Attachment C Pricing Summary) Provide Firm s proposed fee for performance of the Services on Attachment C Pricing Summary. Pricing information for Agreement including estimated design costs, construction costs, material and equipment costs, Firm s mark-up on subconsultant and subcontractor prices, general conditions, and all other categories of costs, expenses, fees, or charges that Firm anticipates will be a part of its price to complete this portion of the Services. Pricing information should breakdown total costs per site. Hard copy prints must be included of all Attachment C Pricing Summary in this section. Cover Sheet as included in Attachment C Pricing Summary. Contractor Pricing Summary as included in Attachment C Pricing Summary. Itemized pricing estimates as included in Attachment C Pricing Summary. Fees should include all related material, labor, fees, rentals for each site. SECTION F. REQUIRED FORMS (Limit defined by Attachment B District Required Forms) Proposer shall complete all required forms in Attachment B District Required Forms and include them in a separate section of the submitted proposal. All information or responses of a Bidder in its Bid Proposal and other documents accompanying the Bid Proposal shall be complete, accurate and true; incomplete, inaccurate or untrue responses or information provided therein by a Bidder may be grounds for the District to reject such Bidder s Bid Proposal for non-responsiveness. Firm shall provide proposed revisions to Required Forms, if any, in a redlined format. PLEASE NOTE: The District will not consider any substantive changes to the Form of Agreement if they are not submitted at or before proposals are due. SECTION G. SUPPLEMENTAL STATEMENTS (Limits defined by individual component) Conflict of Interest (Limit 1 page). Explicitly provide a statement of any recent, current, or anticipated contractual obligations that relate to similar work that may have a potential to conflict with the Firm s providing the Services to the District. Contractor Registration. Firm shall ensure that it and its Subcontractors comply with the registration and compliance monitoring provisions of Labor Code section 1771.4, including furnishing its CPRs to the Labor Commissioner, and are registered pursuant to Labor Code section 1725.5. Firm and its subcontractors shall comply with Labor Code section 1725.5 to be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of the Contract. Pursuant to Senate Bill (SB) 854, effective March 1, 2015, all contractors or subcontractors submitting bids for public works must be registered with the State of California Department of Industrial Relations (DIR). Effective April 1, 2015, all contractors or subcontractors entering into contracts for public works must be registered with the DIR. The cost to register for the program is $400.00 and is nonrefundable. This is the initial fee being set for the program, but the Director of the DIR has the authority to annually adjust the fee. There is also an annual renewal fee on or before July 1 of each year thereafter.

Contractors must have a current license which is subject to verification through the DIR and the Contractors State License Board (CSLB). No bid can be accepted nor any contract or subcontract entered into without proof that the contractor or subcontractor is registered with the DIR. Note that the DIR website currently has a registration procedure available at: http://www.dir.ca.gov/dlse/dlsepublicworks.html. More information regarding labor compliance can be found on the DIR s website. http: www.dir.ca.gov. Prevailing Wage Rates. Employment of Apprentices and Labor Compliance Program. The Project is subject to the provisions of Labor Code 1720 et seq. and regulations set forth in Title 8 16000 et seq. of the California Code of Regulations which govern the payment of prevailing wages on public works projects. All bidders shall be governed by and required to comply with these statutes and regulations in connection with the Project. Pursuant to Labor Code 1771, the Contractor receiving award of the Contract and Subcontractors of any tier shall pay not less than the prevailing wage rates to all workers employed in the execution of the Contract. Bidders shall comply with applicable statutes and regulations, including but not limited to Labor Code 1771, 1775, 1777.5, 1813 and 1815. Pursuant to Labor Code 1773, the Director of the Department of Industrial Relations has determined the generally prevailing rates of wages in the locality in which the Work is to be performed. Pursuant to Labor Code 1773.2, copies of these determinations, entitled PREVAILING WAGE SCALE, are maintained at the District s office and are available to any interested party upon request. Copies of rate schedules are also available on the Internet at http://www.dir.ca.gov/dir/s&r/statistics_research.html. The Contractor awarded the Contract for the Work shall post a copy of all applicable prevailing wage rates for the Work at conspicuous locations at the Site of the Work. Additional Information (Limit 2 pages). Provide any additional information, options, or features related to Firm s program or its Services that Firm believes the District will find helpful in the District s evaluation and selection process.

5. District s Evaluation/Selection Process. The District intends to select one of the Firms but reserves the right to select more than one Firm that best meet(s) the District s needs to perform the Services as described in this RFQ/RFP. From the Firms that provide Proposals to the District, the District may, at its discretion, interview some or all of those Firms. One or more Firms may be selected and recommended to the governing board of the District for approval ( Successful Firm ). The Successful Firm will be selected based on qualifications and demonstrated competence that include relevant experience with public agencies, including local agencies, and a proven track record of success for these types of Services. A best value method of selection will be utilized. The best value method includes, but is not limited to, the following selection criteria: Technical expertise; Team experience; Recent success with similar energy projects; Proximity of offices and availability of qualified staff; Prior experience with District staff and current consultants; Approach in providing Services; Design; Pricing. RFQ Selection Criteria Evaluation Weight Proposal Completeness 5% Firm Information (Project Team, Safety EMR, Financials) 10% Prior Relevant Experience 15% Schedule 20% Design and Material Selection 15% Compensation 35% Table 2 - Evaluation Weights Total 100% The District reserves the right to contract with any Firm responding to this RFQ/RFP for all or portions of the Services, to reject any proposal as non-responsive, and not to contract with any Firm for the Services described herein. The District makes no representation that participation in the RFQ/RFP process will lead to an award of contract or any consideration whatsoever. The District reserves the right to seek proposals from or to contract with any Firm not participating in this process. The District shall in no event be responsible for the cost of preparing any proposal in response to this RFQ/RFP. The District reserves the right to reject any or all Bid Proposals or to waive any irregularities or informalities in any Bid Proposal or in the bidding. No Bidder shall withdraw its Bid Proposal for a period of sixty (60) days after the award of the Contract by the District s Board of Trustees. During this time, all Bidders shall guarantee prices quoted in their respective Bid Proposals. Responses to this RFQ/RFP will become the property of the District and subject to the California Public Records Act, Government Code sections 6250, et seq. Those elements in each response that are trade secrets as that term is defined in Civil Code section 3426.1(d) or otherwise exempt by law from disclosure and which are prominently marked as TRADE SECRET, CONFIDENTIAL, or PROPRIETARY may not be subject to disclosure. The District shall not be liable or responsible for the disclosure of any such records including, without limitation, those so marked if disclosure is deemed to be required by law or by an order of the Court. A Firm that indiscriminately identifies all or most of its response as exempt from disclosure without justification may be deemed non-responsive. In the event the District is required to defend an action

on a Public Records Act request for any of the contents of a response marked Confidential, Proprietary, or Trade Secret, the Firm agrees, by submission of its response for the District s consideration, to defend and indemnify the District from all costs and expenses, including attorneys fees, in any action or liability arising under the Public Records Act. Interpretation of Project Documents If any Bidder is in doubt as to the true meaning of any part of the Project Documents, or finds discrepancies in or omissions from the Project Documents, a written request for an interpretation or correction thereof must be submitted to the DISTRICT three (3) days before bid deadline. No requests shall be considered after this time. The Bidder submitting the written request shall be responsible for its prompt delivery. Any interpretation or correction of the Project Documents will be made solely at DISTRICT S discretion and only by written addendum duly issued by the DISTRICT, and a copy of such addendum will be posted to the District website e-mailed to each Bidder known to have received a set of the Project Documents. No person is authorized to make any oral interpretation of any provision in the Project Documents, nor shall any oral interpretation of Project Documents be binding on the DISTRICT. If there are discrepancies of any kind in the Project Documents, the interpretation of the DISTRICT shall prevail. SUBMITTAL OF A BID WITHOUT A REQUEST FOR CLARIFICATIONS SHALL BE INCONTROVERTIBLE EVIDENCE THAT THE BIDDER HAS DETERMINED THAT THE PROJECT DOCUMENTS ARE ACCEPTABLE AND SUFFICIENT FOR BIDDING AND COMPLETING THE WORK; THAT BIDDER IS CAPABLE OF READING, FOLLOWING AND COMPLETING THE WORK IN ACCORDANCE WITH THE PROJECT DOCUMENTS; AND THAT BIDDER AGREES THAT THE PROJECT CAN AND WILL BE COMPLETED ACCORDING TO THE DISTRICT S TIMELINES AND ACCORDING TO THE PROGRESS SCHEDULE TO BE SUBMITTED BY THE SUCCESSFUL BIDDER INCORPORATING THE DISTRICT S TIMELINES FOR COMPLETION OF THE PROJECT.

6. Supplemental Attachments Attachment A Scope of Work Attachment B District Required Forms Attachment C Pricing Summary Attachment D Equipment Specifications

NOTICE CALLING FOR PROPOSALS District: Oxnard School District Proposal Deadline: 2:00PM PST, March 12, 2018 Place of Proposal Receipt: Oxnard School District Attn: Lisa A. Franz, Director of Purchasing 1051 South A Street, Oxnard CA 93030 Clean Energy Jobs Act Proposition 39 Oxnard School District HVAC and Controls Design-Build Services For (5) Schools Phase 2 NOTICE IS HEREBY GIVEN that the Oxnard School District of Ventura County, California, acting by and through its Board of Trustees, hereinafter referred to as the District, will receive proposals up to, but no later than 2:00PM PST, March 12, 2018. Proposals will be received at the Office of the Director of Purchasing, at the place identified above for the award of a contract, each proposal must be sealed and marked:, Clean Energy Jobs Act Proposition 39 Oxnard School District HVAC and Controls Design-Build Services For (5) Schools Phase 2. The District intends to procure and implement energy conservation, cogeneration, and/or alternate energy supply sources via the best value procurement process as prescribed by Government Code section 4217.10 et seq. Each proposal must conform and be response to the documents, copies of which are now on file and may be obtained in the office of the Director of Purchasing at the address identified above, or on our website: http://www.oxnardsd.org/purchasing. In accordance with the provisions of Business and Professions Code Section 7028.15 and Public Contract Code Section 3300, the DISTRICT requires that the bidder possess the following classification(s) of contractor's license at the time the proposal is submitted: Class B license or Class [C-20 and C-10] license for HVAC and electrical work. Any bidder not so licensed at the time of the RFQ/RFP opening will be rejected as nonresponsive. Mandatory Job Walk. A mandatory job walk will be conducted to answer any questions and explain details regarding proposal requirements, specifications, and scope of work. This conference will give proposers the opportunity to investigate and fully acquaint themselves with the conditions relating to the project so that they may fully understand facilities, difficulties, and restrictions. Any proposer interested in this proposal must attend. Proposers not in attendance for the entirety of the job walk will be deemed ineligible on this project. Job walk is expected to last a minimum of four (4) hours; a mandatory sign-in sheet will be required. Date/Time: 9:00AM PST, February 22, 2018 Location: Oxnard School District Facilities Service Center, 1055 South C Street, Oxnard CA 93030 Questions regarding the RFQ/RFP must be received via e-mail to bmauleon@ccorpusa.com by 5:00PM PST, February 28, 2018. The DISTRICT reserves the right to reject any or all proposals or to waive any irregularities or informalities in any proposals or in the bidding process.

Effective April 1, 2015, all contractors and subcontractors must be registered with the DIR to submit a proposal for a public works project pursuant to Labor Code section 1725.5. The California Department of Industrial Relations has determined the general prevailing rates of per diem wages for the locality in which the work is to be performed for the Project. Copies of these wage rate determinations, entitled Prevailing Wage Scale, are maintained at the DISTRICT office and are available at the following website: www.dir.ca.gov. It shall be mandatory upon the successful bidder to whom the contract is awarded, and upon any subcontractor listed, to pay not less than the said specified rates to all workers employed by them for the Project. No bidder may withdraw any proposal for a period of sixty (60) calendar days after the date set for the opening of proposals. Oxnard School District Board of Trustees By: Lisa Franz Director of Purchasing Advertise: Ventura County Star; February 14 & February 21, 2018