Issued: April 22, Submittal Deadline Date. Friday, May 13, 2016 at 4:00 p.m.

Similar documents
Southern Kern Unified School District

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

Knights Ferry Elementary School District

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

CAMPBELL UNION HIGH SCHOOL DISTRICT

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Chabot-Las Positas Community College District

This request for qualifications seeks the following type of service providers:

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

City of Malibu Request for Proposal

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Facilities Condition Assessment

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

Request for Proposals and Specifications for a Community Solar Project

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUEST FOR PROPOSAL DOWNTOWN RETAIL AND ENTERTAINMENT STRATEGY. For. The Redevelopment Agency of the City of Riverside. Issued: August 13, 2010

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

THE CITY OF SEATTLE CITY LIGHT DEPARTMENT 2012 REQUEST FOR PROPOSALS. Long-Term Renewable Resources And/or Renewable Energy Certificates

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

SANTA ROSA CITY SCHOOLS DISTRICT. 211 Ridgway Avenue Santa Rosa, CA Request for Proposals For Architectural Services

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

Redevelopment Authority of Allegheny County

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

Request for Proposal (RFP) (P ) PeopleSoft FSCM and HCM 9.2 Upgrade Project

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center

SONOMA COUNTY JUNIOR COLLEGE DISTRICT. RFQ #1054 for Engineering & Design Services For Districtwide Energy Management/Sustainability Projects

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

Request for Qualifications Construction Manager

Request for Proposals (RFP) for Professional Design and Engineering Services

RE: Request for Proposal Number GCHP081517

2900 Mulberry Ave Muscatine, Iowa (563) Request for Proposal (RFP) Professional Architecture / Engineering Services

Colquitt Regional Medical Center

Morgan Hill Unified School District

Request for Proposals

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Request for Proposal: Independent Audit Services

REQUEST FOR PROPOSAL FOR BUILDING LEASE

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

PHILADELPHIA ENERGY AUTHORITY

Request for Proposals Architectural Services Re: Fremont High School (RFP No date advertised July 17, 2014) ADDENDUM No. 2 (AUGUST 7, 2014)

FINANCIAL AUDITING SERVICES. July 10, :00 PM

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

Request for Proposals (RFP) to Provide Auditing Services

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

APPLICATION PROCEDURE TO OPERATE A COMMERCIAL CANNABIS BUSINESS IN CULVER CITY

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

Chabot-Las Positas Community College District

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

INDEPENDENT AUDITING SERVICES

SECTION 2 INSTRUCTIONS TO BIDDERS (IB)

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR PROPOSAL

Londonderry Finance Department

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

REQUEST FOR PROPOSALS

Dakota County Technical College. Pod 6 AHU Replacement

May 25, Request for Proposals No Offsite Virtual Net Metering

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

New Haven Unified School District Alvarado-Niles Road, Union City, CA (510)

REQUEST FOR PROPOSALS

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

BARNEGAT TOWNSHIP SCHOOL DISTRICT 550 BARNEGAT BOULEVARD NORTH BARNEGAT, NEW JERSEY (609) FAX (609)

Request for Proposal. Independent Living

All proposals must be received by August 30, 2016 at 2:00 PM EST

1 INTERNAL AUDIT SERVICES RFP

Request for Qualifications Construction Manager at Risk Contract

Request for Proposal. Interpretation/Translation Services

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

REQUEST FOR QUALIFICATIONS PROJECT AND CONSTRUCTION MANAGEMENT CONSULTANT

CITY OF PORTSMOUTH, NH DEPARTMENT OF PUBLIC WORKS. RFP Peirce Island Pool House Design Project

Request for Qualifications to Certify Qualified Providers for the Arkansas Energy Performance Contracting Program

REQUEST FOR PROPOSAL STEVENS CREEK VOLUNTEER FIRE DEPARTMENT RECRUITMENT & RETENTION GRANT ADMINISTRATION

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

ADVERTISEMENT OF PUBLIC NOTICE

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

Request for Proposal. Parenting Education

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

REQUEST FOR PROPOSALS CHINATOWN TOURISM & MARKETING CAMPAIGN

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

Transcription:

INGLEWOOD UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS (RFQ)/ REQUEST FOR PROPOSALS (RFP) FOR CALIFORNIA CLEAN ENERGY JOBS ACT (PROPOSITION 39) ENERGY PROGRAM CONSULTING SERVICES Issued: April 22, 2016 Submittal Deadline Date Friday, May 13, 2016 at 4:00 p.m. Submit To: Mark Ferguson, Chief Facilities Operations Officer Inglewood Unified School District 401 S. Inglewood Avenue Inglewood, CA 90301 1

SCHEDULE OF EVENTS INGLEWOOD UNIFIED SCHOOL DISTRICT (SELECTION OF PROPOSITION 39 CONSULTANT) EVENT DATE Release of Request for Qualifications Documents April 22, 2016 Non-mandatory Pre-submittal Walk of Sites April 30, 2016 RFQ/P Questions Due to District from Applicants May 4, 2016 Response to Questions on District Web Page May 9, 2016 RFQ/P Due May 13, 2016 District to Evaluate Statement of Qualifications May 16, 2016 Interviews with Applicants (If Required) May 20, 2016 State Administrator/Board Approval of Proposition 39 Respondent June 15, 2016 & Execute Agreement Completion of Projects 2019 Note: All dates are preliminary and subject to revision. 2

SECTION 1 PURPOSE The Inglewood Unified School District (IUSD, also referred to as District) has developed the following Request for Qualifications (RFQ)/Request for Proposals (RFP) to select a Respondent for the development and implementation of energy projects for the District s facilities meeting the requirements outlined in the California Energy Commission (CEC) Program Guidelines for the California Clean Energy Jobs Act (Proposition 39). The District desires to engage in various and ongoing energy management projects to enhance facility efficiency and is committed to implementing energy efficient school projects with the upgrades of mechanical systems, lighting systems, and other energy efficiency measures. The upgrade of these systems will enhance educational environments that support health and assist in improving academic performance. Your firm is invited to submit a proposal for the services requested below. SECTION 2 DISTRICT INFORMATION The Inglewood Unified School District (IUSD) was established in 1953 with the merger of two high schools from Centinela Valley along with the elementary schools of Inglewood School District, which came into existence in 1888. It encompasses nine square miles in Los Angeles County and is about 13 miles southwest of the city of Los Angeles. Inglewood Unified currently serves approximately 11,000 students in 18 schools in the city of Inglewood and an adjacent section of unincorporated Los Angeles County (Ladera Heights). The district is home to 12 elementary and six secondary schools. SECTION 3 SUBMITTAL GUIDELINES Respondents desiring to submit qualifications and proposals shall do so no later than 4:00 p.m. Friday, May 13, 2016. The submittal must contain all information as outlined in Section 7 of this RFQ/RFP, be submitted on paper no larger than 8 ½ x 11, and shall be limited to not more than 30 single sided pages in length. The Respondent shall submit five (5) bound copies and one electronic copy on a flash drive of its qualification and proposal clearly marked and addressed as follows. Qualifications and proposals received after the above noted deadline will be rejected. Mark Ferguson, Chief Facilities Operations Officer Inglewood Unified School District 401 S. Inglewood Avenue Inglewood, CA 90301 Non-mandatory Pre-submission Site Walk: The District will conduct a non-mandatory, presubmission walk of the District sites on Friday, April 29, 2016, 8.a.m to 4 p.m. beginning at the visitor parking lot of Morningside High School, 10500 Yukon Avenue, Inglewood, California. While non-mandatory, the District encourages attendance. Only Respondents in attendance will receive a Letter of Authorization from the District to obtain billing information from energy providers prior to submission. Economy of Preparation: The qualifications and proposal should be prepared simply and economically, providing straightforward, concise delineation of the Respondent s capabilities to satisfy the requirements of this RFQ/RFP. To expedite the evaluation process, it is essential that specifications and instructions contained in the RFQ/RFP be followed exactly as outlined in Section 7. 3

Signature: If the qualifications and proposal are submitted by an individual, it shall be signed, including the full name and address of the individual. If it is submitted for a corporation or partner-ship, a principal of the firm shall sign it. The qualifications and proposal shall be submitted to the District with a wet signature as indicated in Section 7, Item 1. Cost of Preparation: Cost for developing the qualifications and proposal and making presentations are entirely the responsibility of the submitting Respondent and shall not be chargeable in any manner to IUSD. Questions: Questions regarding this RFQ/P must be submitted in writing by e-mail to Mark Ferguson mferguson@inglewood.k12.ca.us with a cc to Antonio Raymo at araymo@inglewood.k12.ca.us on or before May 4, 2016 at 4:00 pm. Answers will be posted on the District website on or before May 9, 2016. It shall be each Respondent s sole responsibility to regularly review the website to secure timely information on such clarifications. Addenda and Supplements to RFQ/RFP: If it becomes necessary to revise any part of this RFQ/RFP, an addendum to the RFQ/RFP will be provided on the webpage on or before May 9, 2016. The District will not be responsible for any oral or other unofficial interpretation of any element of the RFQ/RFP or of its related documentation. It shall be each Respondent s sole responsibility to regularly review the website to secure timely information on such addenda. Withdrawals of Qualifications and Proposal: The qualifications and proposal may be withdrawn upon request by the submitting Respondent, without prejudice, prior to, but not after, the time fixed for receipt of submitted qualifications, provided that the request is in writing, has been executed by the Respondent or its duly authorized representative, and has been filed with the District. Proposals submitted and not withdrawn as of the time fixed for receipt of submitted qualifications shall be and remain binding upon the Respondent for a period of one hundred twenty (120) calendar days, and thereafter throughout any period of negotiation commenced within said 120 day period. Rejection of Submittals: The District reserves the right to reject any and all submittals received by reason of this request, or to negotiate separately with any source whatsoever in any manner necessary to serve the best interests of IUSD. Non-acceptance of any submittals will imply neither criticism of the qualifications and proposal nor that the qualifications and proposal were deficient. Non-acceptance of any submittal means that another Respondent s submittal or alternative was deemed to better serve the District s interests. Unauthorized conditions, limitations, or provisions attached to a submittal will render it non-responsive and may cause its rejection. Whether an irregularity in any Proposal is deemed waivable, or actually waived, shall be determined in the sole discretion of the District. No oral, telegraphic, or telephonic submittals, aspects of the submittal, or modifications will be considered. It is recognized that each Respondent may have developed its own typical methods of service delivery. It is not the District's intent to disqualify a Respondent due to variations in service delivery that do not affect quality and performance, if such methods comport with the District s needs and interests, and with all requirements of law. Any qualifications and proposal offering professional services of equivalent or better quality than that requested, which provides the necessary service, will receive full consideration. 4

SECTION 4 DISTRICT GUIDELINES AND EXPECTATIONS The District reserves the right to make the selection of the Respondent based on the criteria established in this RFQ/RFP, and other criteria as identified by the RFQ/RFP review and interview team. Qualifications and proposal submitted may be reviewed and evaluated by any persons at the discretion of the District. The District reserves the right, at anytime, to amend or rescind this RFQ/RFP in part or in whole. The District further reserves the right to seek modifications of any qualifications and proposal, or to waive any irregularities in any submittals received. The District expressly reserves the right to postpone submittal opening for its own convenience, to negotiate with more than one respondent concurrently, or to cancel all or part of this RFQ/RFP. Award of any contract pursuant or related to this RFQ/RFP shall be made, or not made, at the sole discretion of the District and shall be final and not subject to appeal. Any exceptions to or deviations from the requirements set forth in this RFQ/RFP must be declared in the response submitted by the respondent, and may cause reason for immediate disqualification. Such exceptions or deviations must be segregated as a separate element of the response under the heading "Exceptions and Deviations. All information and documentation submitted to the District for the RFQ/RFP, excluding financial and proprietary information clearly identified in the qualifications and proposal, shall become public documents subject to the Public Records Act, and made available to the public upon request. Determination of whether a Proposal is responsive and suits the needs and interests of the District shall be made at the sole discretion of the District. Contact Between Respondent and District: The owner and contracting entity for the project will be the Inglewood Unified School District, under direction of the State Administrator and Governing Board. The project will be coordinated and managed through the office of Business Services and the Chief Facilities& Operations Officer. Respondents submitting qualifications and proposal are prohibited from communicating about this RFQ/RFP with District board members, the State Administrator, Administration, or staff from the time of issuance of the RFQ/RFP, until award of contract by the State Administrator. The District reserves the right to disqualify from this RFQ/RFP any Respondent attempting to communicate with District Board members, the State Administrator, Administration, or staff regarding this RFQ/RFP. District Use of RFQ/RFP Content: The District reserves the right to use any or all ideas presented as part of the qualifications and proposal. Selection or rejection of the qualifications and proposal does not affect this right. Acceptance of RFQ/RFP Content: Submission of qualifications and proposal constitutes agreement by the individual or Respondent to each and all of the terms, conditions, provisions, and requirements set forth and contemplated in this RFQ/RFP and any attached documents. Independent Contractor: Any Respondent hired by the District as a result of this RFQ/RFP will be an independent contractor to the District to provide services as requested by the District and will not be an employee of the District. Use of District Facilities and Resources: The successful Respondent will be required to use his/her own office and facilities. No District resources in terms of personnel, facilities, equipment, tools or utilities will be allocated. Use of District facilities such as desks, telephone, and conference space will not be provided. IUSD will provide staff as necessary for its own 5

project coordination needs. Insurance: The District will require that the selected Respondent have insurance in effect at all times during the term of the agreement and that the Respondent 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 upon award of contract with the Respondent. Non-appropriation of funds: Any contract(s) resulting from this RFQ/RFP is subject to appropriation of funds by the IUSD Governing Board for each fiscal year of services. Outreach: The Governing Board of IUSD recognizes the importance of promoting economic growth in the communities it serves, and therefore encourages the involvement of small, local, emerging, and Disabled Veteran Business Enterprises (DVBE) in every aspect of its projects. Fingerprinting: The Respondent and its sub-contractors shall comply with Education Code section 45125.1 which stipulates that none of its employees that come in contact with District pupils have been convicted of a violent felony listed in Penal Code section 667.5(c) or a serious felony listed in Penal Code section 1192(c). Fingerprinting and clearance of any named individual to perform services on school campus is a program-wide prerequisite and must occur prior to any individual setting foot on any school campus. Tobacco and Drug-Free Workplace Policy: The District and all District projects are tobacco and drug free workplaces and, as such, require that all persons on District property be subject to the requirements mandated by California Government Code section 8350, et seq. when on project site. Non-Discrimination: The District does not discriminate on the basis of race, color, national origin, religion, age ancestry, medical condition, disability, or gender in consideration for an award of contract. Consulting Services Agreement: The Respondent selected to provide services as a result of this RFQ/RFP shall fully and adequately supply these services as outlined in a formal agreement as approved by both parties. The term of the agreement is anticipated to be from July 1, 2016 through June 30, 2017. Selected firm will be eligible for annual reviews for annual agreement renewal through completion of the Proposition 39 program. SECTION 5 MINIMUM REQUIREMENTS Respondents must meet the following minimum requirements to participate in the District s RFQ/ RFP process: Knowledge and understanding of the California Clean Energy Jobs Acts (Proposition 39) Program Guidelines and requirements. Experience with ASHRAE Level 2 audits. Successfully implemented at least five (5) energy performance contracts, preferably K-12 school districts, in the last five (5) years. Experience in the successful development of public energy programs, energy efficiency measures; including, audits, commissioning, retro-commissioning, design specification, construction oversight, operations, maintenance and management. 6

Experience working with school districts in regard to energy efficiency programs. Experience in securing any and all necessary project financing, as well as credits and incentives available through Federal, State, local and Utility Company programs. Experience working with the California Energy Commission (CEC), Division of the State Architect (DSA), the Office of Public School Construction (OPSC), the Department of Toxic Substance Control (DTSC), the Air Quality Resources Board and local Air Quality Management District (AQMD), and the California Department of Education (CDE). Knowledge and understanding of applicable California Building Codes and California Energy Codes. Ability to provide timely, effective communication and support to the District through multiple means. Must disclose any pending or recent litigation in the past five (5) years associated with the savings performance and/or measurement and verification (M&V) of a guaranteed energy savings project. The following is preferred: Experience with developing the Proposition 39 program and submittal and/or approval to the CEC/CDG; and, Coordination with Proposition 39 technical assistance programs (e.g.: Bright Schools Program). SECTION 6 - SCOPE OF SERVICES The District intends to select a qualified Respondent for the development and implementation of energy projects for the District s facilities that meet the requirements outlined in the California Energy Commission (CEC) Guidelines for the California Clean Energy Jobs Act (Proposition 39). At the District s sole discretion, the awarded Respondent may be contracted to manage all or a portion of the Proposition 39 projects for the IUSD as listed below. The scope of services requested will generally include, but is not limited to: Evaluate and implement the CEC s Program Guidelines in accordance with the California Clean Energy Jobs Act (Proposition 39). Complete the 8-step process to participate in Proposition 39 program. Comply with any and all applicable pre-installation verification, reviewing all electrical and gas usage data, and benchmarking requirements. Submit annual energy expenditure plans and post-implementation Measurement & Verification (M&V) requirements. Complete reporting requirements as required and defined by the CEC Program Guidelines. Perform site walks at District facilities to evaluate facility infrastructure improvements as part of an energy master plan for the District. Perform and/or oversee ASHRAE Level 2 Audit as described in Table 2 of the CEC s Proposition 39 Program Implementation Guidelines. Develop and prioritize a list of all energy efficiency projects recommended for implementation and include detail project cost, energy savings, calculations and financial analysis of proposed energy measures. Provide an assessment of all potential benefits of each project including opportunities for improved future operations savings and educational program benefits. Provide financial analysis implementing specific energy efficiency project recommendations including a Savings to Investment Ratio (SIR). 7

Identify funding sources including utility rebates, low rate municipal lease financing, Prop 39 funds, grants and other applicable incentives. Work with District management/staff to explore potential problem areas, and clarify financial and non-financial goals of the program. Specifically, the awarded Respondent will evaluate, propose, and construct all District approved energy conservation measures (ECMs) including but not limited to: Detailed Analysis of energy consumption to quantify base loads, seasonal variation, and effective energy costs. Lighting, air quality, temperature, ventilation, humidity, and other conditions that may affect energy performance. Heating Ventilation & Air Conditioning (HVAC) system optimization, retrofit, upgrade or replacement. Building Automation System (BAS) installation, upgrade, or expansion leveraging existing technology. Interior and exterior lighting retrofit or replacement. Building envelope upgrades. Other energy efficient 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. All proposed ECM s must be provided on a turnkey basis including all necessary permits, engineering, Division of the State Architect (DSA) requirements, delivery, installation, commissioning, training and warranty service. Construction requirements include, but are not limited to: General Contractor s License Class B Mechanical, Electrical, and Plumbing (MEP) Licenses (C-20, C-10, C-36) preferred Division of State Architect experience Payment and Performance Bond Ability Prevailing Wage SECTION 7 SUBMITTAL FORMAT The Respondent s submittal shall address the following items in the order listed below and shall be numbered to match the following list. The Respondent s submittal shall be limited to not more than 30 single sided pages in length (excluding covers and tab separators). Additional information beyond the 30-page limit (i.e. brochures, etc.) will not be accepted. 1. Letter of Interest: A letter of interest must be submitted, including the legal name of the respondent(s), address, telephone, primary contact email address, and the name, title, and original wet signature of the person(s) authorized to submit the qualifications and proposal on behalf of the Respondent. The letter of interest should provide a brief description of the Respondent s nature of services (including all in-house specialties), number of years in business, number of employees, and the Respondent s proximity to the District. The Letter of Interest must respond to the following three (3) questions: a. Identify the firm s experience with creative funding or financing options that may 8

be utilized in combination with Proposition 39 funds. b. Describe the correlation between sustainability and energy efficiency. c. Identify any internship and/or student programs the firm provides. 2. Background and Project Team: Provide general information on the firm and project team including: a brief history of the firm, length of time performing services, location of main office, telephone number, contact name, email address, local resources, etc. Provide a statement of the firm s financial capacity and capability to perform the task outlined in this RFQ/RFP. Provide a list of the personnel to be used on this scope of work and their qualifications. Include specific knowledge and experience with the Minimum Requirements as outlined in Section 5 of this RFQ/RFP. 3. Project Approach: Describe the approach to performing tasks outlined in the CEC Program Guidelines, and Section 6 of this RFQ/RFP including managing the projects. Describe firm s philosophy and how it will work with District administration officials, including energy service providers, community partners and other district staff, to lead scope development, and develop design responses to the California Clean Energy Jobs Act strategic plan and school educational goals. Describe the approach to projecting and proving the energy and operational savings, including the methodology, formulas and reporting of the savings. Describe the firm s experience with value engineering and life cycle cost analysis. Describe the firm s understanding, knowledge and experience with the California Clean Energy and Jobs Act (Proposition 39), the California Building Code, the California Energy Code Title 24 Part 6, and CAL Green. Describe the firm s understanding, knowledge and experience with the California Energy Commission s Bright Schools Program. Describe the Firm s experience with the California Energy Commission, Division of the State Architect, Office of Public School Construction, and the California Department of Education. 4. References: Provide a detailed project history for three (3) clients, preferably K-12, that the firm has contracted with for similar energy performance contracting services in the last five (5) years. Include the following: Owner s name, address, telephone number, and contact person; Description of the scope of work of performed, services and equipment provided; Start/completion date; Project cost; Funding description/type; List the energy conservation measures planned, designed, and implemented in connection with the past projects; Identify if an ASHRAE Level 2 energy audit or Investment Grade Audit was completed as part of the project. Proof of savings to the client from past projects. 5. Claims and Litigation History: Provide an acknowledgment letter signed by an officer of the company indicating whether, in the preceding five years, the Respondent/firm has filed any claims and/or lawsuits against any public agencies in connection with any contracts or projects of such public agencies and, if yes, identify the public agency and describe the nature and the outcome of such claim and lawsuit. Failure to disclose any such claims and/or litigation may result in a determination that the Respondent/firm is 9

ineligible to bid on, contract for, or perform any work in connection with District projects. Failure to provide accurate and complete information as requested is grounds for disqualification. 6. Fee Schedule: Provide a fee proposal (monthly or lump sum) for the scope of work identified in Section 6. Include all fees related to the services requested including reimbursable expenses and any additional fees the District would be subject to. (For the ASHRAE Level 2 energy audit requirements please refer to Exhibit A which lists District buildings along with square footage, year constructed, and recent utility readings information). SECTION 8 - EVALUATION AND AWARD PROCESS The District anticipates the following evaluation and award process. Selection: The evaluation of the submittal will be conducted as follows. Qualifications and proposal will be evaluated in terms of the ability to meet the parameters as set forth in this RFQ/RFP. The District reserves the right to make a selection based solely on the information submitted in the qualifications and fee proposal. The selection made by the District is final and may not be challenged. Evaluation Criteria: The submittal will be evaluated on the following criteria. Point totals are subject to change at the discretion of the District. 1. Can meet or exceed the requirements set forth in this RFQ/RFP; 2. Is best suited to meet or exceed the expectations of the requested services; 3. Presents the best partnership with the District; and 4. Proposed fees. Evaluation Criteria Possible Points Complete Submittal as Outlined in RFQ/RFP 5 Letter of Interest 10 Background and Project Team 15 Project Approach 20 References 15 Claims and Litigation History 10 Fee Schedule 25 Total Possible Points 100 Interviews: At the District s sole discretion, interviews may be conducted in order to finalize selection of the Respondent. The District reserves the right to make a final selection without conducting interviews. Award: Upon successful selection and approval by the State Administrator / Governing Board, the Respondent will be awarded a contract for the scope of services outlined in the RFQ/RFP. 10

EXHIBIT A IUSD DISTRICT BUILDING INFORMATION SITE TOTAL SQ. FT. YEAR BUILT ELEMENTARY SCHOOLS Bennett/Kew 48,455 1948 Centinela 91,770 1952 Highland 66,555 1937 Hudnall 40,375 1948 Kelso 47,297 1926 Lane (New) 40,656 1935 Lane (Old) 1947 La Tijera 131,660 2012 Oak Street 53,000 1933 Parent 74,340 1959 Payne 68,425 1953 Woodworth 91,104 1953 Worthington 73,880 1934/1958 Subtotal ES 827,517 MIDDLE SCHOOLS Crozier 152,000 2007 Monroe 108,490 1953 Subtotal MS 260,490 HIGH SCHOOLS Inglewood Continuation 30,000 Inglewood HS 243,756 1936/60/65 Morningside HS 257,250 1950 City Honors 28,775 OTHER BUILDINGS District Offices Subtotal HS 559,781 TOTAL ALL SITES 1,647,788 11

EXHIBIT B INGLEWOOD UNIFIED ELECTICN ENERGY CONSUPTION HISTORY See Separate Excel Spreadsheet Labeled EXHIBIT B TO APRIL 22 IUSD RFQP - IUSD ELECTRIC CU 7387 CSS BILL USAGE SCE 1FEB15-1FEB16 END OF RFQ/P 12