Request for Qualifications Energy Conservation Performance Contracting Program For Proposition 39 California Clean Energy Jobs Act Section I General Information River Valley Charter School (RVCS), authorized by the Lakeside Union School District (LUSD) is seeking Energy Service Companies (ESCOs) or other qualified firms having specific qualifications and experience in utilities analysis and providing comprehensive energy management and energy-related capital improvement services. River Valley Charter School is seeking Statement of Qualifications (SOQ) from qualified organizations to provide design-build services for Proposition 39 pursuant to California Government Code 4217.10 et. seq. which provides a process whereby school district, and other public agencies may enter into energy services contracts of this nature. RVCS intends to use a competitive process to select a qualified firm, based upon qualitative and technical criteria to provide design-build comprehensive energy management and energy-related capital improvement services. The improvements will be aimed at reducing energy consumption associated with the heating, ventilation and air conditioning system, the lighting systems, building envelope, and other energy consuming devices and systems, as well as through the possible deployment of renewable energy systems. The selected firm will assist RVCS in developing and implementing an energy master plan, related cost estimate, schedules, construction, commissioning and administration that incorporates appropriate utilization of the RVCS’s Proposition 39 allocation as well as other relevant funding sources. It is the intent of RVCS to approve a firm that will be used to develop, implement and complete a strategy to best utilize Proposition 39 funds currently allocated to RVCS. Section II Qualifications The District intends to contract with a Firm that has the following qualifications: Five (5) California K-12 customer references for which the respondent provided turn-key responsibility of similar energy performance contracting services in the past five (5) years. Extensive experience in the successful analysis and development of energy efficiency measures; including auditing, savings calculation, project costing, strategic planning, design specification, construction oversight, commissioning, maintenance and energy management. Active G.C. license in the State of California is required. 1 A proven record of on-time and on-budget performance. Experience in securing all available services, grants, rebates, incentives and financing available through Federal, State, local and Utility Company programs. Knowledge and understanding of applicable California Building Codes; including current Title 24 Energy Code, CAL Green, Title S and Field Act. 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. Competent management support at all levels. Ability to effectively communicate with RVCS Board, administration, staff, students and community as needed. Section III RFQ Process and Submittal Requirements The District intends to use the RFQ process to solicit proposals from various candidate organizations, conduct a fair and extensive evaluation based on criteria listed herein, and select the Firm that represents the best-value criteria for River Valley Charter School. This Request for Qualifications represents the requirements for an open and competitive process. Provisions of this RFQ and the contents of the successful responses are considered available for inclusion in final contractual obligations. District shall have the right to negotiate any and all final terms and conditions of any agreement with the Firm and nothing in this RFQ or any response shall be deemed or construed as limitation of such rights. All contractual terms and conditions will be subject to review by the District legal counsel and will include scope, budget, schedules and other necessary items pertaining to the project. 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 of Directors’ approval. This RFQ is solely a solicitation for Responses. Neither this RFQ nor any Response to this RFQ shall be deemed or construed to: (i) create any contractual relationship between District and any Firm; (ii) create any obligation for District to enter into a contract with any Firm or party; (iii) serve as the basis for a claim for reimbursement for costs associated with submittal of any Response. 2 RVCS reserves the right to: Investigate the qualifications of all Firms under consideration and to confirm any part of the information furnished. Require other evidence of managerial, financial or technical capabilities that are considered necessary for the successful performance of the requested services. Select the firm that, in its sole opinion, is the most capable of providing the range of services described in the RFQ. At its sole discretion, select the Firm for subsequent energy conservation phases. Not select any firm based on Responses to this RFQ. 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, the proposal must contain the signature of a duly authorized agent of the Firm. Proposal Documents Proposals received after 2:00 p.m. PST, April 25, 2017, will not be considered and will be returned unopened. If the Firm submitting a proposal must outsource or contract any work to meet the requirements contained herein, this must be clearly stated in the proposal. Subcontractor must be identified and the work they will perform must be defined. In your proposal, please provide the name, address and contractor license of the sub-contractor. RVCS will not refuse a proposal based upon the use of sub-contractors; however, the District retains the right to refuse the sub-contractors you have selected. Additionally, all costs included in the proposal must be all-inclusive to include any outsourced or contracted work. All costs must be itemized to include an explanation of all fees and costs. Informed Respondent It is the Firm’s responsibility to be fully informed as to the conditions, requirements and specifications before submitting proposals. Failure to do so will be at the Firm’s own risk and relief cannot be secured on the plea of error. 3 Section IV Proposal Submission Requirements One (1) original and two (2) copies of the proposal shall be submitted in the format contained in the RFQ. It is critical that all responses follow the same format to allow equal and fair evaluation of each response. Responses should include the following: COVER LETTER A signed letter of interest, no more than two (2) pages, stating the Firm’s interest and qualifications in providing the services as outlined in the RFQ. Please describe how the Firm meets the desired requirements as described in Section III: RFQ PROCESS and SUBMITTAL REQUIREMENTS of this RFQ. A synopsis, no more than two (2) pages, stating the Firm’s understanding of Prop 39 program regulations, requirements and benefits. 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. SECTION TABS To assist the District in evaluating proposals and identifying items and information submitted: o Proposals should be divided by tab sections according to items in the index. Tab 1: Background. Financial Capacity & Management Structure o Provide general information on the Firm including: a brief history of the Firm, key differentiating factors and areas of expertise, length of time performing services and location of California offices. o Provide a statement of the Firm’s financial capacity and capability to perform to the terms of this RFQ. o 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. o Describe the management structure of the responding Firm and include an organizational chart. o Provide information on bonding and the maximum bonding capacity the Firm has for a single energy efficiency project. Tab 2: School Energy Efficiency Experience o Provide detailed project history for five (5) California K-12 clients for which the Firm has contracted with for similar energy services in the past five (5) years. 4 o Describe the scope of work of the project indicating start/completion date, services and equipment provided, project size, total project savings, funding sources and any additional benefits to the customer. o 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 measurement and verification (M&V) approach that most closely follows CEC Prop 39 guidelines for project tracking and reporting. Tab 3: Project Approach o Provide a description of the Firm’s approach to performing energy audits and identifying improvement measures. o Provide a description of the Firm’s approach to design specs and engineer requirements for large scale mechanical equipment that has been identified as an EEM. o Provide a description of the Firm’s approach to managing the project implementation and procedures for minimizing occupant disruptions. o Describe the steps taken by the Firm during and after the turnover process to ensure successful project implementation. o Describe training program available for District staff. o Provide a description of the Firm’s approach to a typical scope of work, including performing EEM’s, calculating energy savings and sequencing of improvement. o Describe how the Firm can ensure construction deadlines are met. Tab 4: Documenting Savings o Describe the Firm’s approach to projecting and proving energy savings. o Describe the methodology, formulas and reporting of the savings and the associated IPMVP option used to quantify savings. o Provide a description of monitoring services after installation to ensure continued savings. Tab 5: Pricing and Cost Estimates o Firm shall estimate all project costs associated with implementing the EEM’s on a typical scope of work. Total estimated cost should include all labor, materials and equipment necessary to complete a typical installation. o For services billed on a non-hourly-rate basis (e.g., ASHRAE level 2 audits, benchmarking, building information modeling), please provide the Firm’s pricing for those services (e.g. S/sq ft/building). 5 Tab 6: Additional Benefits and Value Added Elements o Please describe any additional benefits that may result from EEM implementation and the Firm’s added value elements in providing products/services for energy projects; including, but not limited to, job creation, potential greenhouse emissions reductions, learning environment or indoor air quality. Section V Guidelines The Firm must be capable of providing all of the following Prop 39 energy services, including, but not limited to, application, implementation and post-project reporting services for all approved EEM’s: Proposition 39 Application Assistance Capture electric and gas usage/billing data — identify all electric and natural gas accounts for the District. Provide a utility data release form allowing the Energy Commission to access both historical (the past 12 months) and future utility billing data and time-of-use interval data. Provide energy use and cost benchmarking — determine the energy use index (EUI) for all sites included in Expenditure Plans. Benchmarking results must include total energy use/sq ft/year (e.g. kBtu/sq ft/yr). Perform a comprehensive cost/benefit analysis — comply with Proposition 39 guidelines, Firm must compute the savings to investment ratio (SIR) for all projects and expenditure plan(s). Develop Energy Expenditure Plan — it is the District’s intent to quantify all EEM’s into a single Energy Expenditure Plan to be submitted to the CEC. The Firm will compile gathered information into the required application, consisting of: o o o o o o o o A description of the proposed energy efficiency projects and the buildings or facilities that will be affected by these projects A description of the existing energy-using equipment (that is, type, age of equipment, size, number of units, and so forth), with backup documentation Current energy usage Energy savings estimates from the online calculator tool A proposed budget detailing all project costs A proposed schedule for implementation of the projects Job Creation Benefits estimate; plus Additional requests for Energy Training and/or Energy Manager services or staff Assist with ongoing Proposition 39 compliance — support RVCS in its ongoing reporting activities to demonstrate compliance with the funding requirements. 6 Work with RVCS maintenance and operations staff to: o Assist in reviewing other sources of project financing and funding sources including, but not limited to, rebates, incentives, grants and loans to help maximize Proposition 39 funds, while remaining compliant with the Proposition 39 guidelines. o Pre-approve final project measures, costs and subcontractors utilized. Project Implementation Support The Firm will implement an agreed upon scope of work. All proposed EEM’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. Act as “owner’s representative” — the Firm shall act as District liaison to subcontractors, utilities and all other involved parties during construction of the project, provide general construction oversight and management and escalate issues to appropriate RVCS staff. Post-Project and Ongoing Energy Support Services Assist with Proposition 39 post-project reporting requirements — support RVCS in providing M&V services to monitor post-retrofit utility usage and track energy savings. M&V services are to be provided in accordance with CEC Proposition 39 guidelines for project tracking and reporting requirements for a period of not less than one (1) year after Notice of Completion has been filed. Work with sub-contractor(s) and manufacturers to address performance or warranty issues — as necessary, Firm will act as an “owner’s representative” to address any problems with equipment or installation performance, or equipment warranty concerns. Reconcile actual energy project performance against initial projections — examine utility bills on a monthly basis to assess energy consumption against projections based upon the Proposition 39 Expenditure Plan. The Firm will also re-benchmark facilities as utility bill data becomes available, to assess whether facilities shift in their ranking. Ongoing project cost analysis and optimization — provide utility rate analysis to maximize project savings (at end of first year) and conduct a retro-active costsavings analysis for any projects completed under a Proposition 39 Expenditure Plan. O&M recommendations and training — following project completion, the Firm will compile energy data, District guidelines and a list of specific O&M (i.e., “low to no-cost” savings options) recommendations in a short report. 7 Section VI Request For Qualifications and Project Timeline All questions regarding this RFQ shall be directed to Brooke Faigin, Principal: [email protected]. To provide Firms clarification of information contained within this RFQ the District will be conducting a pre-submittal meeting on April 6, 2017 at the RVCS Main Office, located at 9707 ½ Marilla Drive, Lakeside, CA 92040 at 4:00 p.m. Attendance is mandatory for qualification. The District may require interviews with our evaluation team. Firms will be notified of date if this is required. PROPOSED TIMELINE March 30, 2017 - RFQ Released April 6, 2017 at 4:00pm, PST– Mandatory Pre-Submittal Meeting April 11, 2017 at 5:00pm, PST - Questions Due April 25, 2017 at 2:00pm, PST - RFQ Responses Due Section VII Evaluation and Award The District shall be the sole judge of the qualifications and services to be offered and its decision shall be final. Respondents who are not actively engaged in providing services of the nature proposed in their response to the RFQ and/or who cannot clearly demonstrate to the satisfaction of the District their ability to satisfactorily perform the work in accordance with the RFQ requirements, will not be considered. Other agencies that may choose to “piggy back” on this RFP selection may be conditioned on their Governing Board’s approval. The method used for evaluating and awarding the RFQ will involve a three (3) step process: Step 1: The selection committee will review proposals that are submitted on time. During this time the selection committee will use the Forced Ranking method to rank vendors based on scoring criteria. Committee members will be instructed to rank the best value to the District as #1, the second best #2 and so on. The selection committee will determine the number of vendors that will be invited to step 2, however, at no time will a vendor who is ranked higher be left out of this process if a lower ranked vendor is included. Step 2: The top ranked compliant vendors may be given the opportunity to present their proposals in person to the selection committee. After vendor interviews, the selection committee will again use the Forced Ranking method to rank vendors. Step 3: After completing step 2, the District may open negotiations with the apparent best value vendor. If a mutually acceptable agreement cannot be 8 reached, then negotiations with that vendor will be formally closed and negotiations will be opened with the next best value vendor, and so on until an agreement can be reached. Weight/Scoring Criteria 1. Firms Background and qualifications – 15 points 2. Institutional Experience – 15 points 3. Engineering and Project Management experience – 10 points 4. Design Build Project Approach – 15 points 5. Project Management Approach – 15 points 6. Ability to self-perform – 10 points 7. Cost structure and transparency – 15 points 8. US Department of Energy Qualified or NAESCO Accredited – 5 points Total Points Possible: 100 Points 9
© Copyright 2026 Paperzz