66
REQUEST FOR PROPOSALS No. 18-01 FOR WOODLAND COMMUNITY COLLEGE CHILLER REPLACMENT Issued by: 1

15lf2j4flrt83z1wkf2run2n-wpengine.netdna-ssl.com  · Web viewREQUEST FOR PROPOSALS No. 18-01. FOR. WOODLAND COMMUNITY COLLEGE . CHILLER REPLACMENT. Issued by: Yuba Community College

Embed Size (px)

Citation preview

REQUEST FOR PROPOSALS No. 18-01

FOR

WOODLAND COMMUNITY COLLEGE CHILLER REPLACMENT

Issued by:

Yuba Community College District

Issue Date: September 25, 2018Proposals Due: November 13, 2018, 12:00pm Noon

1

RFP Due Date: November 13, 2018, 12:00PM NoonDelivered To: Yuba Community College District, District OfficesAttn.: David Willis, District Director of Facilities Planning, Maintenance & OperationsRFP No. 18-01 Woodland Community College Chiller ReplacementAddress: 425 Plumas Blvd., Suite 200, Yuba City, California, 95991

Yuba Community College DistrictDistrict Offices

425 Plumas Blvd, Suite 200 (second floor)Yuba City, California, 95991

2

Proposal Delivery Location, second floor, front desk/counter.

Table of Contents1. Introduction..............................................................................................................1.1 District Information:...............................................................................................1.2 Yuba Community College District...........................................................................1.3 Purpose of Request................................................................................................1.4 Qualifications..........................................................................................................1.5 Applicable Codes....................................................................................................2. Project Summary:.....................................................................................................2.1 District Staff Contacts.............................................................................................2.2 Scope of Services...................................................................................................3. Proposal Delivery, Contents, and Format.................................................................3.1 Bond and Surety Requirements..............................................................................3.2 Insurance................................................................................................................3.3 Payment Bond Requirements.................................................................................3.4 Performance Bond Requirements...........................................................................3.5 Legal Requirements................................................................................................4. Proposal Requirements and Evaluation Criteria:......................................................4.1 Evaluation of Proposals Form.................................................................................4.2 Responses to RFP...................................................................................................4.3 Requests for Information........................................................................................4.4 Non-Discrimination.................................................................................................4.5 Project Milestones..................................................................................................4.6 District Parking.......................................................................................................4.7 Acceptance.............................................................................................................4.8 Award of Contract...................................................................................................4.9 Reservation of Rights.............................................................................................

Exhibit A: YCCD Academic Calendar 2018/2019..........................................................Exhibit B: Woodland Community College Campus Map...............................................Exhibit C: New Chiller Specifications...........................................................................Exhibit D: Existing Chiller Pictures...............................................................................

FORMS/INFORMATION REQUIRED WITH PROPOSAL:

Exhibit H: Contractor Agreement For Services (CAFS)..................................................Exhibit I: Reference Form.............................................................................................Exhibit J: Proposal Signature Form...............................................................................Exhibit K: Non-Collusion Affidavit Form........................................................................Exhibit L: Acknowledgement of Addenda Form............................................................Exhibit M: Bid Form......................................................................................................Exhibit N: Contractor’s Project Schedule (One Page)...................................................Exhibit O: Proposed New Chiller Product Data Sheets..................................................Exhibit P: Proposer “Total Cost of Ownership Modeling” (contractor)..........................Exhibit Q: Project Team Members (Including Technicians) /Statement of Qualifications/Certifications, Experience, Roles, Time Commitment to the Project......

1. Introduction

3

1.1 District Information:

The District consists of two colleges, Woodland Community College and Yuba College, with campuses located at six different locations: Yuba College in Marysville, CA; Sutter County Center in Yuba, CA; Beale Education Center, Beale AFB, CA; Woodland Community College in Woodland, CA; Colusa County Center in Williams, CA; and Lake County Campus in Clearlake, CA.

1.2 Yuba Community College District

The Yuba Community College District (YCCD) was founded in 1927 and spans eight counties (Yuba, Sutter, Colusa, Yolo, Lake, Butte, Glenn and Placer) and nearly 4,200 square miles of territory in rural, north-central California. It has colleges in Marysville and Woodland, an educational center in Clearlake, an educational center in Williams, an educational center in Yuba City, and outreach operations at Beale Air Force Base.

1.3 Purpose of Request

The purpose of this RFP is to solicit proposals from qualified “Firms” to remove and replace an existing Chiller at the Woodland Community College campus. All hazardous materials, refrigerant, oils, etc., shall be disposed of properly per regulatory requirements for the State of California and per EPA regulatory requirements. This project shall include all required piping/insulation changes, modifications, and complete installation. All electrical service wiring and controls wiring shall be included in this proposal. Integration of the Chiller controls with the Building Automation System controls (ALC: Automated Logic Controls) shall be included in this proposal. All work shall be completed no later than April 30, 2019.

4

1.4 Qualifications

The District plans to award a contract to the Vendor that, in its sole opinion, is the most capable of providing the range of services described in the RFP, and in the long-term best interest of the District.

To be considered for this project the Vendor must demonstrate knowledge and experience in similar service contracts, capacity to provide needed services, with the following qualifications:

1. All Firms/Firms are requested to complete California Uniform Public Construction Cost Accounting Act (CUPCCAA) online forms. Visit yccd.edu click on purchasing, click CUPCCAA. https://www.yccd.edu/central-services/fiscal-services/purchasing/cupccaa/

2. Vendor number of years in business. Preference: At least 3 years in business providing current services.

3. Public projects require prevailing wage. Contractor and Subs must be registered with Department of Industrial Relations prior to working for the District.   http://www.dir.ca.gov/Public-Works/Firms.html

i. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)].

4. Contractor / Qualified Firm will submit a Yuba College Agreement for Service Form, W-9, and Proof of Liability Insurance Policy that designates Yuba Community College District as the Secondary Insured, per the Contractor Agreement for Services, Exhibit H.

5. Submit proof of current State Firms License.

6. Be in good legal standing with no outstanding judgments or liens owed to workers or to the State of California.

7. Not be debarred from doing public works by the United States Department of Labor or any state that has public works debarment law.

8. Have required credentials and qualifications to successfully and proficiently complete in a timely fashion, all stated scope of work in alignment with all applying State of California building codes, regulations and ordinances.

The District reserves the right to investigate the qualification of all “Firms” under consideration and to confirm any part of the information furnished, or to require other evidence of managerial, financial, or technical capabilities that are considered necessary for the successful performance of the scope of work as described in this RFP.

5

1.5 Applicable Codes

All work is to be performed according to the building codes, ordinances and laws of the Authority having jurisdiction on the project. When the requirements of the building codes, ordinances and laws conflict with any other part of the building codes, ordinances and laws, the most restrictive requirement shall prevail.

a. California Building Standards Code, Title 24 2013, California Code of Regulations (CCR):i. Building Standards Administrative Codeii. California Building Codeiii. California Electrical Codeiv. California Mechanical Codev. California Plumbing Codevi. California Energy Codevii. California Elevator Safety Construction Codeviii. California Historical Building Codeix. California Fire Codex. California Reference Standards Code

b. General: Reference standards and guidelines include but are not limited to the latest adopted editions from:

i. ADA Americans with Disabilities Actii. ANSI American National Standards Instituteiii. APWA American Public Works Associationiv. ASCE American Society of Civil Engineersv. ASHRAE Guideline, the Commissioning Processvi. IEEE Institute of Electrical and Electronics Engineersvii. IESNA Illuminating Engineering Society of North Americaviii. ISO International Organization for Standardizationix. NEC National Electric Codex. NEMA National Electrical Manufacturers Associationxi. NFPA National Fire Protection Associationxii. OSHA Occupational Safety and Health Administrationxiii. UL Underwriters Laboratories Inc.

All applicable Local, State, and Federal codes and regulations regarding hazardous waste disposal. The District requires a copy of all hazardous waste manifests associated with project work.

6

2. Project Summary:

The Yuba Community College District intends to remove and replace the existing building 600 Chiller at the Woodland Community College campus located at 2300 East Gibson, Woodland, California.

Project Criteria:

This is a prevailing wage project.

All work shall be bid as “straight time” without overtime.

Please coordinate around the YCCD academic calendar regarding events and important dates.

Plan Chiller Replacement to avoid any impacts to the control of indoor air temperatures in the associated instructional buildings to allow temperatures to be maintained between 68 and 72 degrees.

7

2.1 District Staff ContactsFirms interested in submitting a Proposal are directed not to make personal contact with the Board of Trustees, District staff, or members of the evaluation committee. Any contact shall constitute grounds for disqualification from consideration.

Single Point of Contact during the Bidding/Proposal, Construction phase:

David L. WillisDistrict Director of Facilities Planning, Maintenance, and Operations425 Plumas Blvd., Suite 200 (Second Floor)Yuba City, California, 95991Cell Phone: 916-747-4262Email: [email protected]

Primary Point of Contact for access and construction phase:

Michael SinnAssistant Director of Maintenance, Operations (Woodland Community College)2300 East Gibson RoadWoodland, California, 95776Cell Phone: 530-575-0206Email: [email protected]

8

2.2 SCOPE OF SERVICES

The District intends to hire a qualified Firm to completely remove, provide, and install a new building 600 chiller at Woodland Community College. The District also intends to replace the failed control panel display on the building 100, 300, 400 chiller. Include the following:

Building 600 Chiller and Associated Components:

1. Remove Existing Chiller

9

2. The District has standardized on “Carrier” brand chillers. Alternative Chiller manufacturers, models, types will not be considered.

3. Provide and Install new building 600 Chiller. New Chiller to at least match the existing Chiller 150 nominal ton capacity and be highly efficient. Higher efficient, reliable, proven technology, very low maintenance technologies are encouraged. The Firm may provide alternative Carrier Brand models to the base bid chiller if economically viable and if the “Total Cost of Ownership” modeling proves, provides a compelling reasoning for “Better Value. Include a “Total Cost of Ownership” model for alternatives to provide the District with guidance in selecting the Best Value option.

4. Replace all piping, insulation (use 2” thick closed cell insulation with aluminum wrap cover—caulked tight with UV rated caulk), aluminum wrap, labels, valves, PRV, backflow preventer, air bladder tank, chemical injection tank, air bleeders, gauges, sensors, associated components, and pump shown in the following picture. All items exposed to the sun shall be UV rated. Add/modify to the existing concrete housekeeping pad. It may be more cost effective to bring out a new piping arrangement pre-piped on a skid framework with the new pumps (2, primary and secondary) and set it on the new/modified pad in one piece. Remove existing pump. Provide two (2) new pumps. Interlock the pumps so that only one pump is energized at a time to eliminate the need for a second electrical service (unless a second electrical service can be cost effective). Providing a pre-assembled skid mounted, and pressure tested chiller piping component/pumps system will allow the work to progress quickly and meet the desired completion. The scope will include the removal of the existing chiller, placing the new chiller, removing the existing piping and components, and replacing them with a skid mounted piping assembly, commission, test, and start up the new chiller with new components the week of March 30 – April 7, 2019 during the Woodland Community College Spring Break. Weather temperatures may require cooling following spring break. If not, commissioning can commence after spring break.

10

11

The District has experienced pitting on bearings in the past and would like to have sealed low maintenance highly reliable and highly efficient pump/motor bearings and seals. Integrate the new pumps to, if possible, only run one pump at a time and avoid installation of a new electrical service. The new pumps shall be insulated with removable black rubber UV rated insulation, coated at least two coats of white UV rated coating , typical both pumps. If it makes sense to install a soft start or VFD on each pump to provide enhanced energy savings and extended pump and system performance, please provide an alternative price for these items. All components must be integrated and completely tested and commissioned with the new Chiller to avoid nuisance faults. Fault conditions on the Chiller must result in text messages sent to designated District Employees. All needed control programming and integration to existing building systems is included in the scope.

5. Make all needed electrical service wiring changes.6. Tie-in and program all needed Automated Logic Controls integration

a. Include all staging programming, load ramping up and down timing, all alarm text messages to Technicians cell phones.

12

b. Include all manufacturer required warrantee commissioning and allowed remote reset options for Technicians (if warrantee is not invalidated by remote reset)

c. Provide all needed Controls programming.d. All available chiller points and telemetry SHALL be displayed on YCCD Automated Logic

system as part of the scope of this project.e. The existing Automated Logic Controls (ALC) WebCTRL building automation system's open

architecture and support for industry standards make integration with third-party mechanical and electrical building subsystems easy. The WebCTRL system is capable of supporting multiple protocols over a TCP/IP network, allowing many pieces of equipment to be connected directly to the main WebCTRL system backbone. Equipment using BACnet can be connected to an IP, ARCNET, or MS/TPnetwork segment. Automated Logic's Open Systems Integration allows for seamless interconnection to equipment using BACnet, Modbus® interface units, N2, JBUS® digital electronic devices, or LonWorks® network software, as well as an extensive list of proprietary protocols".

7. All Manufacturer Load Test and Commissioning Testing to determine proper operation of the Chiller through the full load profile of the Chiller after installation.

8. Verification that there are no refrigerant leaks in the new refrigeration systems. Any signs of damage to the chiller through shipping and when delivered to the College/District will be grounds for the rejection of the equipment at the District’s discretion. Repaired or renovated Chiller or components is not allowed or acceptable. The new chiller and it’s associated components must all be new and without damage. Upon delivery of the new Chiller, the District/College representatives and the Contractor/Firm must fully inspect the new chiller, take pictures, and determine if there are an apparent signs of damage. The Contractor/Firm is responsible for all delivery equipment, tools, and labor to pick the chiller off the delivery truck and set it in place.

9. Replace all existing water piping gauges rated for exterior conditions and for temperatures from 10 degrees to 115 degrees F, with comparable NIST calibrated accurate gauges with at least 3” diameter sizes on all exterior piping.

10. Replace all piping sensors in the chiller yard with new sensors to meet new chiller requirements. 11. Replace all shut-off valves seals and gaskets. All wiring shall be new and protected within UV rated

conduit and flex connections.12. Replace circulation pump at the chiller, utilize the existing pump as the second back-up circulation

pump. 13. Insulate all piping, pumps, valves, etc… with 2” thick closed cell insulation and sealed aluminum jacket

covering. Use closed cell black rubber removable insulation with comparable R-value on pumps, valves, sensors, etc…

14. Label all piping for flow direction arrows and type of water…for example: CWR, CWS, Drain, Domestic Water, etc…using UV rated labels.

15. Label all control wiring and new electrical service wiring in panels, etc..16. New Chiller to have sound absorption removable side panels to reduce the noise transmission into the

local area.17. Provide a list of recommended spare parts with pricing.18. Manufacturer Warranty, minimum 5 years.19. Provide option to extend the warranty to 10 years or longer, if available.

13

Additional Base Bid Scope Description:

Firms are required as part of the RFP process to field the existing Chiller, piping arrangements, electrical wiring service, control wiring and programming, and any other field conditions that may impact the scope of work. This RFP is soliciting proposals that cover 100% of the cost of the Chiller removal, disposal, and installation of the new Chiller and skid mounted component assembly during the week of March 30-April 7, 2019.

New Chiller Energy Efficiency Performance Criteria shall meet or surpass that which is included in Exhibit C.

The New Chiller shall meet all current Title 24 and California Energy Code, EPA, requirements for energy use and shall use environmentally friendly/neutral refrigerants.

Firms shall provide information regarding local Technicians that are proficient in working on and servicing the proposed New Chiller.

Firms shall note why the proposed new chiller has the best possible Lowest Total Cost of Ownership when compared to other Chillers on the market. Total Cost of Ownership shall include first initial capital cost to purchase the chiller, installation costs, maintenance costs, and energy use costs during the expected life of the Chiller. Model the Total Cost of Ownership in either a spreadsheet or graphically.

Commissioning work after on site installation shall demonstrate that the New Chiller is operating within the performance curves of the manufacturer at 25%, 50%, 75%, and 100% loaded conditions.

Firm to provide all needed equipment and tools to unload and place the new Chiller and remove the existing chiller.

Firm to have supervision on site at all times that there are contractor employees working on the project.

Firm to secure all materials, tools, equipment each day due to high frequency and risk of theft at the WCC campus.

Firm can use College restrooms if dirt is not tracked into the buildings. Firm responsible for thorough clean-up after the project is completed. Firm responsible to properly dispose of all debris, waste, the existing chiller, etc… Firm to charge the existing chilled water piping distribution system with appropriate corrosion and

biological growth inhibitor chemicals to maintain proper protection of the system.

Building 100, 300, 400 Chiller Control Panel Display:

The existing chiller display panel does not work. Values cannot be read at the panel. Include a proposal to replace the display panel with a manufacturer specific display panel. Test and verify that the new panel works properly. Provide commissioning testing report of functionality once completed.

14

15

3. Proposal Delivery, Contents, and FormatProposals should provide straightforward, concise information that satisfies the requirements noted in this RFP. Expensive binding, color displays, and the like are discouraged. Emphasis should be placed on brevity, conformity to the Districts instructions, selection criteria of this RFP, and completeness and clarity of content. Each Respondent’s proposal should clearly and accurately demonstrate specialized knowledge and experience required for consideration.

Deadline for submission is 12:00 PM Noon. PST, November 13, 2018. Proposals received after the deadline will not be opened. Proposals must be in a sealed box or envelope, clearly marked with “RFP 18-01 Woodland Community College, Chiller Replacement” on the outside of the sealed box or envelop and shall include the following:

One (1) flash memory stick containing the complete proposal and supporting documentation; One (1) original and two (2) copies in paper form of the proposal, which consists of a Proposal Letter

and responses to the proposal requirements listed in this RFP.

All materials submitted in response to the RFP shall be on 8-1/2"x11" paper, preferably inPortrait orientation. All submitted materials must be bound in either a three-ring binder or spiral bound notebook. Content shall be tabbed and numbered per the items included in the Submittal Requirements. All Proposals will be reviewed and evaluated by a District Project Selection Committee. The District at its sole discretion may interview finalists, or select a firm or firms to perform work based solely on the evaluation of the Proposal. Page limit of no more than 100 physical paper pages.

Proposals will be held in confidence during the evaluation process until the District announces its intent to award the contract. Thereafter, all proposals will be treated as documents subject to disclosure under the California Public Records Act (Act). The District reserves the right to reject Proposals that are labeled in whole or in part as “Confidential Information” if the application of this label is inconsistent with rules governing public disclosure under the Act.

Do not email your proposal.

16

Proposals shall adhere to the following requirements below for contents and format, should be as concise as possible, use tabs in a binder to allow quick reference for the following:

Proposal Section Format Cover Letter

- Table of Contents- Executive Summary

PDF

Proposers Qualification and Experience- Proposed Project Team and Organization Chart- Technicians Credentials, Roles, Time Commitments, Relevant Background, Experience- References - provide a list of at least five (5) references, using the reference form provided in Exhibit I, of “like” equipment installations. Include services provided, who provided the services, and up to date reference contact information. Community College references in California are encouraged.

Statement of Qualification

PDF

Technical ProposalSummary of Proposed New Chiller and associated components.

PDF

Implementation Approach- Project Approach, Communication Strategies, Sequencing, Ability to complete around academic calendar and space use schedules. Protection of existing landscape, and students/staff as they access the buildings.

PDF

Base Bid Costs per Section 2.2:

Building 600 Chiller Replacement:

1. Existing Chiller Removal Cost: $___________2. New Chiller Cost: $___________3. New Chiller Installation Cost: $___________4. Commissioning and Testing Costs: $___________5. ALC Control Programming Cost: $___________6. Piping Changes, new piping insulation, new components such as

Sensors, gauges, valves, labels, control wiring, 2 new pumps, back flow preventer, expansion tank, air bleeders, all items listed in section 2.2: $___________

7. Extended Warranty Costs: $___________8. Other Costs $___________9. Building 600 Chiller & Components Cost:

$_____________________

Building 100, 300, 400 Trane Chiller Control Panel Replacement:

10. Building 100, 300, 400 Chiller Control Panel Costs $___________

11. Total Cost for all Items Listed Above: $___________

PDF

Exceptions or Alternates PDF Bid Bond Original, Signed Performance Bond, Statement that this bond will be provided after

award date per the Contractor Agreement for Services (CAFS).PDF

Payment Bond, Statement that this bond will be provided after award date per the Contractor Agreement for Services (CAFS).

PDF

Contractor License (Copy) PDF Verification that a CUPCCAA form has been processed, Copy of

FormsPDF

Department of Industrial Relations Contractor Registration with DIR number, in current status.

PDF

17

Exhibit H: Contractor Agreement For Services (CAFS)—filled out and signed.

Original, Signed

Exhibit I: Reference Forms PDF Exhibit J: Proposal Signature Form PDF Exhibit K: Non-Collusion Affidavit Form PDF Exhibit L: Acknowledgement of Addenda Form PDF Exhibit M: Bid Form PDF Exhibit N: Project Schedule (By Contractor) PDF Exhibit O: Chiller Warranty, Extended Warranty Option PDF Exhibit P: Project Team Member Resumes/Statement of

Qualifications. Technician/Electricians Certifications, Licenses, Experience, Roles, Time Commitment to Project

PDF

A. Cover Letter and Executive Summary Provide a brief cover letter and highlight any omissions or additions to the package. Include any special notes which may help with the review of Proposer’s response. Provide a Table of Contents and brief Executive Summary outlining your Proposal.

B. Proposer Qualifications and Experience A. Business Description - Provide a brief overall description of Proposer including information

on company history, business goals, and expertise. Describe how many years the Proposer has been in business and how many years it has been providing like services regarding public project requirements of the State of California.

B. Statement of Qualification:

To be considered responsive to the RFP, the respondent must submit a Statement of Qualifications in the format described in this section. The respondent is to provide a description of the firm’s professional and technical experience, background, qualifications and professional licensing/ certification of the firm’s key personnel. The respondent must show that the respondent’s firm and primary contact professional possess demonstrated skills and experience in all areas of the scope of services to be performed under the contract. The Statement of Qualifications is to include the following:

1) General Firm Information/Firm Experiencei) The respondent is to describe the firm’s background and experience in a level of

detail adequate to demonstrate the firm’s qualifications and capabilities to deliver the services described in this RFP. Capability to deliver services in a timely fashion.

2) Personnel Experience/Qualifications/Organizational Charti) Include experience of specific project assigned staff, licenses, training, and

certifications of staff that are assigned to complete the work. Describe who will be doing what and the experience they have that applies to the scope of work. Describe their specific roles and time commitment to the project. Describe the ability of the Firm to provide qualified timely response to service calls, availability of spare parts, and ability to provide annual Chiller maintenance.

18

3) Operational Plan/Approach/Qualityi) The respondent is to provide a detailed approach to be used to perform the work as

described in this RFP. Sub-Firms and Suppliers - Provide a complete list of suppliers and sub Firms with contact information such as cell phone, name, address, email. Provide licensure information for all subcontracted firms to be performing work on the project. Describe role of the subcontractor and work to be performed under their contract.

4) Related Project Experience - Provide summaries of at least five (5) similar projects/Chiller projects and any lessons learned and how your understanding of what is needed enhances the value of your services on this project.

3. Approach

A. Technical ProposalI. Scope – Provide confirmation that the Proposer has reviewed and accepted the Scope of Work,

and all associated requirements. This is not a Division of the State Architect project since it is an equipment replacement project per and is exempted by DSA per IR A 22.

B. Implementation ApproachI. Implementation – Provide a narrative addressing how Proposer will execute the work required

to complete the project.

4. Proposal PricingComplete the Bid Sheets included in Exhibit M and include a minimum 90-day price guarantee. Include any additional line items necessary and include the price for all necessary fees, materials, labor costs, and taxes.

These projects shall be bid using straight time without overtime. No overtime shall be included in these proposals. This is a prevailing wage project.

Overtime shall be pre-approved by the District in writing. Qualifying overtime shall be limited to the difference between the regular hourly rate and the hourly overtime rate as determined by prevailing wage.

5. Alternates or Exceptions The Contractor may wish to provide Alternates to the Base Bid. Alternates may specify other Chillers and Manufacturers that provide enhanced or better value with narrative reasoning and data factual product data sheets that explain and document performance.

Each Proposer must review all procurement documents and contract forms and identify any issues to which it takes exception. The contractor/proposer is responsible to conduct a complete and comprehensive field assessment and inspection of existing Chiller, piping, electrical service, ALC controls, and all associated field conditions.

19

UNSATISFACTORY OR UNACCEPTABLE BEHAVIORThe District’s Project Manager will investigate and evaluate any case of unacceptable behavior or unsatisfactory performance by the personnel performing work under any resultant contract.

Unacceptable behavior or unsatisfactory performance by contract personnel will be cause for their removal from the project at the request of District’s “Project Manager”. The decision of the District’s Project Manager will be final in these matters.

20

3.1 Bond and Surety Requirements

(Refer to Exhibit H, Contractor Agreement for Service (CAFS), General Conditions)

3.2 Insurance

Consultant’s Duty to Show Proof of Insurance Prior to the execution of this Agreement, Consultant shall furnish to District Certificates of Insurance showing satisfactory insurance coverage:

Commercial General Liability InsuranceCommercial general liability insurance, written on an “occurrence” basis, which shall provide coverage for bodily injury, death and property damage resulting from operations, products liability, liability for slander, false arrest and invasion of privacy arising out of professional services rendered hereunder, blanket contractual liability, broad form endorsement, products and completed operations, personal and advertising liability, with per limits of not less than $2,000,000 annual general aggregate and $1,000,000 each occurrence.

Excess Liability InsuranceExcess liability insurance, on an “Occurrence” form, coverage should apply and follow form over primary coverages shown above. Limits must apply per any one occurrence and general aggregate annually; and Annual Aggregate Products and Completed Operations. The following are required excess limits of liability: $2,000,000 Bodily Injury and Property Damage Liability, $2,000,000 General Aggregate, $2,000,000 Products and Completed Operations.

Business Automobile Liability InsuranceBusiness automobile liability insurance with limits not less than $1,000,000 each occurrence including coverage for owned, non-owned and hired vehicles.

Workers’ Compensation InsuranceWorkers’ Compensation Employers’ Liability limits required by the laws of the State of California. Consultant’s Worker’s Compensation Insurance policy shall contain a Waiver of Subrogation. In the event Consultant is self-insured, it shall furnish Certificate of Permission to Self-Insure signed by Department of Industrial Relations Administration of Self-Insurance, State of California.

Professional Liability InsuranceProfessional Liability Insurance satisfying either of the two following requirements: (a) specific to this Project only, with limits not less than $1,000,000 each claim, or (b) limits of not less than $2,000,000 each claim and aggregate. Such Professional Liability Insurance shall apply to and insure against Consultant’s negligent acts, errors or omissions in connection with services to be provided under this Agreement, and shall contain no exclusion for claims of one insured against another insured. Such Professional Liability Insurance policy shall be maintained for a period of five years after the Completion of the Services.

21

3.3 Payment Bond Requirements

APPENDIX C TO FIRMS AGREEMENT FOR SERVICES

CONSTRUCTION LABOR AND MATERIAL PAYMENT BOND

KNOW ALL PERSONS BY THESE PRESENTS:

1. THAT WHEREAS, the YUBA COMMUNITY COLLEGE DISTRICT, a California community college district (Owner) has awarded to (Name of Contractor) _________________ as Principal a Firms Agreement For Services, dated the ___________ day of ______________, 20 ____, together with Work Order No. _____ (Order, and together with the Firms Agreement For Services, the CAFS Agreement), in the amount of $_____________________________ (Contract Sum), which Agreement is by this reference made a part hereof, for the work described as follows:

(Describe Agreement Work) .

2. AND WHEREAS, Principal is required to furnish a bond in connection with the Agreement to secure the payment of claims of laborers, mechanics, material suppliers, and other persons as provided by law;

3. NOW, THEREFORE, we, the undersigned Principal and ______________________________ as Surety, are held and firmly bound unto Owner in the sum of 100% OF THE CONTRACT SUM ($_________________), for which payment well and truly to be made we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

4. THE CONDITION OF THIS OBLIGATION IS SUCH, that if Principal, or its heirs, executors, administrators, successors, or assigns approved by Owner, or its sub Firms shall fail to pay any of the persons named in California Civil Code Section 9100, or amounts due under the State of California Unemployment Insurance Code with respect to work or labor performed under the Agreement, or for any amounts required to be deducted, withheld, and paid over to the State of California Employment Development Department from the wages of employees of Principal and sub Firms pursuant to California Unemployment Insurance Code Section 13020 with respect to such work and labor, that Surety will pay for the same in an amount not exceeding the sum specified in this bond, plus reasonable attorneys’ fees, otherwise the above obligation shall become and be null and void.

5. This bond shall inure to the benefit of any of the persons named in California Civil Code Section 9100, as to give a right of action to such persons or their assigns in any suit brought upon this bond. The intent of this bond is to comply with the California Mechanic’s Lien Law.

6. Surety, for value received, hereby expressly agrees that no extension of time, change, modification, alteration, or addition to the undertakings, covenants, terms, conditions, and agreements of the Agreement, or to the work to be performed thereunder, shall in any way affect the obligation of this bond; and it does hereby waive notice of any such extension of time, change, modification, alteration, or addition to the undertakings, covenants, terms, conditions, and agreements of the Agreement, or to the work to be performed thereunder.

22

7. Surety’s obligations hereunder are independent of the obligations of any other surety for the payment of claims of laborers, mechanics, material suppliers, and other persons in connection with Agreement; and suit may be brought against Surety and such other sureties, jointly and severally, or against any one or more of them, or against less than all of them without impairing Owner’s rights against the other.

8. Correspondence or claims relating to this bond shall be sent to Surety at the address set forth below.

IN WITNESS WHEREOF, we have hereunto set our hands this __________ day of ____________________, 20___.

CONTRACTOR AS PRINCIPAL SURETY

Company: (Corp. Seal) Company: (Corp. Seal)

Signature Signature

Name Name

Title Title

Street Address Street Address

City, State, Zip Code City, State, Zip Code

(End of Appendix C) in the CAFS

23

3.4 Performance Bond Requirements

APPENDIX D TO FIRMS AGREEMENT FOR SERVICES

CONSTRUCTION PERFORMANCE BOND

KNOW ALL PERSONS BY THESE PRESENTS:

1. THAT WHEREAS, YUBA COMMUNITY COLLEGE DISTRICT, a California community college district (Owner) has awarded to (Name of Contractor)____________________________ as Principal a Firms Agreement For Services, dated the ___________ day of ___________, 20___, together with Work Order No. _____ (Order, and together with the Firms Agreement For Services, the CAFS Agreement), in the amount of $______________ (Contract Sum), which Agreement is by this reference made a part hereof, for the work described as follows:

(Describe Agreement Work) .

2. AND WHEREAS, Principal is required to furnish a bond in connection with the Agreement, guaranteeing the faithful performance thereof;

3. NOW, THEREFORE, we, the undersigned Principal and _________________________ as Surety are held and firmly bound unto Owner in the sum of 100% OF THE CONTRACT SUM to be paid to Owner or its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

4. THE CONDITION OF THIS OBLIGATION IS SUCH, that if Principal, or its heirs, executors, administrators, successors, or assigns approved by Owner, shall promptly and faithfully perform the covenants, conditions, and agreements of the Agreement during the original term and any extensions thereof as may be granted by Owner, with or without notice to Surety, and during the period of any guarantees or warranties required under the Agreement, and shall also promptly and faithfully perform all the covenants, conditions, and agreements of any alteration of the Agreement made as therein provided, notice of which alterations to Surety being hereby waived, on Principal’s part to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify, defend, protect, and hold harmless Owner as stipulated in the Agreement, then this obligation shall become and be null and void; otherwise it shall be and remain in full force and effect.

5. No extension of time, change, alteration, modification, or addition to the Agreement, or of the work required thereunder, shall release or exonerate Surety on this bond or in any way affect the obligation of this bond; and Surety does hereby waive notice of any such extension of time, change, alteration, modification, or addition.

6. Whenever Principal shall be and declared by Owner in default under the Agreement, Surety shall promptly remedy the default, or shall promptly:

6.01 Undertake through its agents or independent Firms, reasonably acceptable to Owner, to complete the Agreement in accordance with its terms and conditions and to pay and perform all obligations of Principal under the Agreement including, without limitation, all obligations with respect to warranties, guarantees, indemnities, and the payment of liquidated damages; or

6.02 Obtain a bid or bids for completing the Agreement in accordance with its terms and conditions, and, upon determination by Owner of the lowest responsible bidder, reasonably acceptable to Owner, arrange for a contract between such bidder and Owner and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Sum, and to pay and perform all obligations of Principal under the Agreement including, without limitation, all obligations with respect to warranties, guarantees, and the payment of liquidated damages; but, in any event, Surety’s

24

total obligations hereunder shall not exceed the amount set forth in the third paragraph hereof. The term “balance of the Contract Sum,” as used in this paragraph, shall mean the total amount payable by Owner to the Principal under the Agreement and any amendments thereto, less the amount Owner paid to Principal.

7. Surety’s obligations hereunder are independent of the obligations of any other surety for the performance of the Agreement, and suit may be brought against Surety and such other sureties, jointly and severally, or against any one or more of them, or against less than all of them without impairing Owner’s rights against the others. Surety may not use Contractor to complete the Agreement absent Owner’s written consent.

8. No right of action shall accrue on this bond to or for the use of any person or corporation other than Owner or its successors or assigns.

9. Surety may join in any proceedings brought under the Agreement and shall be bound by any judgment.

10. Correspondence or claims relating to this bond shall be sent to Surety at the address set forth below.

IN WITNESS WHEREOF, we have hereunto set our hands this _________ day of ________________, 20___.

CONTRACTOR AS PRINCIPAL SURETY

Company: (Corp. Seal) Company: (Corp. Seal)

Signature Signature

Name Name

Title Title

Street Address Street Address

City, State, Zip Code City, State, Zip Code

25

3.5 Legal Requirements--Please refer to the entire Contractor Agreement for Services in Exhibit H.

End of Section 3

4. Proposal Requirements and Evaluation Criteria:The submitting firms must have demonstrated qualified capability associated with the requested scope of work. The District will consider the following background and experience factors in the evaluation of all submittals:

1. Total Cost of Ownership: Lower overall costs scores higher. Total cost includes Chiller first time purchase cost, installation costs, maintenance costs, energy use efficiency –cost avoidance, and other associated costs over the stated life of the equipment in run time hours. Options to provide longer lasting higher quality solutions at competitive pricing scores higher.

2. Firm and Project Team Qualifications: Firm/Team Members Experience and credentials in providing needed equipment and services. Experience performing like services at schools, colleges, universities, and public buildings when in operation is a plus.

3. New Chiller Quality/Project Approach: Comprehensive and Complete Field inspection of the existing Chiller and associated installation piping, electrical service wiring, control wiring and ALC programming, and all other field conditions per section 2.2. Include equipment and installation warranty and extended warranty options. Include proper disposal of Chiller, refrigerant, oils, etc… Describe the Firm’s Safety program and PPE / Equipment used to work safely. Communications used to coordinate the project and consideration regarding the academic calendar to maintain indoor air temperatures between 68 and 72 degrees F, during the project. Removal and proper disposal of all debris. Protection of landscape. Clean up. Commissioning of chiller with 25, 50, 75 and 100% load tests and verification of performance within manufacturer’s equipment performance curves under partial and full load conditions. All work to be completed the week of March 30 through April 7th, 2019. If weather permits, and cooling is not required, then the commissioning and punch list items can continue the following week.

4. Service Flexibility, Promptness, and Commitment to Project Schedule: Ability to provide a complete Chiller replacement by April 30, 2019. Does the Contractor have flexibility to work around academic class instruction schedules, to reduce the risk of noise and debris, clean up the spaces after installation, etc…

5. References: Provide at least 5 references, using the form provided in Exhibit I, of “like” projects completed in the past 5 years with current contact information. Verify current contact phone numbers and names.

Note: The top two or three Firms with the “Best Value” proposals may be invited to participate in an interview with the District Project Team. The firm of choice may also be invited to attend a District Facilities Committee meeting in case there are questions regarding the project.

26

4.1 Evaluation of Proposals Form

Firm: .

Proposals will be evaluated and include a careful review of the New Chiller “Total Cost of Ownership” modeling, Team Qualifications, service provided, the schedule to be applied, the ability of the firm to perform the work as described in this request, and the references of the firm doing the work. This RFP will be evaluated by a District Project Team and awarded based on a number of factors which are described below:

Evaluation Criteria per above section 4.0:1. Total Cost of Ownership: 40 Points

2. Firm and Project Team Qualifications & Experience: 15 Points

3. New Chiller Quality / Project Approach: 15 Points

4. Service Flexibility, Promptness 15 Points and Commitment to Project Schedule:

5. Recent “Similar” Project References: 15 Points

Total Score: /100 Points

Higher score is better. Comments:

Evaluator Name (Print): .

Evaluator Signature: .

Date: . Recommendation to Award Yes/No: .

Interviews of top three Firms may be requested by the District to discuss overall approach and meet the Technicians, Project Team members, review “Total Cost of Ownership Model”, and discuss chiller and component features and schedule for installation.

27

4.2 Responses to RFPSealed responses to this RFP must be clearly marked "18-01, Woodland Community College Chiller Replacement”.

Responses shall be mailed to or hand-delivered to the following address:

Yuba Community College District, District OfficesAttn.: David Willis, District Director of Facilities Planning, Maintenance & OperationsEnvelope/Box Marked: 18-01 Woodland Community College Chiller ReplacementAddress: 425 Plumas Blvd., Suite 200, Room 216, Yuba City, California, 95991

Note: Completely seal your proposals in envelop/box and make sure it gets date/time stamped when delivering proposal. Firms are 100% responsible to make sure proposals that are mailed using a carrier such as UPS, FED Ex, etc.;are received and date/time stamped by District personnel prior to the proposal due date/time. No proposals will be considered if they are late, even if it is only 5 minutes late. Please make sure your proposals are delivered and received promptly prior to the due date/time. There will be a public proposal opening at the due date/time.

Do NOT email your proposals. Emailed proposals that are not sent per the above guidance requirements will not be considered.

4.3 Requests for Information

Requests for Information (RFI) concerning the RFP must be in writing and may be submitted via e-mail no later than the date shown below. Please direct all questions to David Willis, email: [email protected].

Following the RFI deadline, all questions and answers will be summarized and posted on the District's website: https://www.yccd.edu/central-services/purchasing/ , then, click on the “Requests for Proposals / Quotes” tab on this web page. It is anticipated that responses to inquires received by the required time and date will be provided within 3 business days and posted on the District's website. Should more time be needed by the District to answer I respond to RFI’s, this information will also be posted on the above website.

The District has developed Procurement Milestones, shown below, with dates showing the key events in this solicitation process. This RFP and schedule are subject to change, and the Director will notify Respondents of any changes via email to the contact designated by each Respondent. Respondents must take the following actions according to the specified timelines in order to participate in this process.

28

4.4 Non-Discrimination

The District does not discriminate with regard to race, color, gender, national origin, disability, or any other protected or other classification in the awarding of contracts. The District welcomes all Qualified Firms to participate in the project Request for Proposal process.

The District encourages firms that are women or minority owned, emerging small businesses, veteran owned firms, disabled person owned firms, and all other qualified firms to participate in the proposal process.

The District encourages the submission of proposals from all Firms that can meet the mandatory requirements set for the in this RFP.

4.5 Procurement “Milestones”

September 25, 2018: Release of Request for Proposal at 4:00PM

October 11, 2018: 2:00 PM Mandatory Pre-Proposal Walk-Through, Woodland Community College, Building 100, Room 113, 2300 East Gibson Road, Woodland, California, 95776

November 1, 2018: 1:00 PM Supplementary, Optional Pre-Proposal Walk-Through, , Woodland Community College, Building 100, Room 113, 2300 East Gibson Road, Woodland, California, 95776

Other walk-through times and dates can be arranged as needed.

For other walk-through’s at Woodland Community College, contact:

Michael SinnAssistant Director of Maintenance, Operations (Woodland Community College)2300 East Gibson RoadWoodland, California, 95776Cell Phone: 530-575-0206Email: [email protected]

Note: Firms must sign-in on at least one mandatory walk-through at Woodland Community College. Optional, Supplementary walk-through’s noted above OR other walk-throughs not listed above at other times and dates will also count as the mandatory walk-through.

November 5, 2018: All questions and requests for information must be submitted to David Willis at: [email protected] by 12:00pm.

November 6, 2018: Addendum Issued if needed.

November 13, 2018: Proposals due at 12:00 PM Noon, District Offices Location per page 2. There will be a public bid opening on this Request for Proposal

Awarded as soon as possible, following District process. Expect award by early/mid-December.

29

December 5, 2018: District Board Facilities/Audit Committee Meeting

December 13, 2018: District Board of Trustees Meeting

December 21, 2018: Expected Award Date

December 28, 2018: Submittals Provided to District for Approval

March 30-April 7, 2019: WCC Spring Break: Complete Chiller/Components Replacement during this 9 days.

May 17, 2019: Woodland Community College Commencement

Note: If the Contractor can complete the work prior to the April 7, 2019 date then, please submit an alternative schedule with your proposal. Please note that completing the chiller replacement sooner scores higher during the evaluation process. It would be easy to just state that the dates would be achievable during the bid process and then not deliver due to other unforeseen conditions, or manufacturers delays, or whatever…. Please provide realistic timelines based on your experience and with verification by the manufacturer regarding ship and delivery dates or at least estimated lead-times from a December 21 purchase order date. The District will work to award the project to the successful proposer as soon as is possible following District Board of Trustees authorization to award at a regularly scheduled Board meeting.

Contractors shall provide a plan that minimizes the “downtime” without cooling to buildings 100, 300, 400, and 600 as part of the proposal process.

The District reserves the right to alter or amend the above timetable as required to conclude the process to the District's satisfaction.

4.6 District Parking

No parking in Reserved Spaces without a proper permit. Permit Parking is enforced in all general lots between 6:00 am and 6:00 pm, Monday through Saturday.

All general lots require a properly displayed, valid permit during these times.  Daily Parking Permits are $2.00.  Permits are available for purchase at any of the permit machines located in the student parking lots. All other parking regulations are enforced 24 hours a day, seven days a week.  This includes

designated staff spaces, handicap spaces, timed spaces, red zones, yellow zones, and areas not marked (no parking at any time).

Once this project is awarded, temporary parking permits will be processed as requested by the successful firm for all contractor employees associated with this project at no cost to the contractor for the duration of the project at each Campus location. These temporary permits must be displayed at all times on the dash board of contractor vehicles. No copying of parking permits is allowed since each permit is provided with a unique identifier number.

4.7 Acceptance

Upon review and approval of the evaluation committee's recommendation for award, and approval by the District Board Facilities Committee, Yuba Community College District may issue a "Notice of Intent to Award" letter to the apparent successful Responder.

30

4.8 Award of Contract

A. The Contract will be awarded to the qualified proposer whose proposal, conforming to the request, will be most advantageous and provides “Best Value” to the District. All listed evaluation criteria will be included and considered to determine “Best Value”. “Best Value” includes a “Total Cost of Ownership” modeling that is required as part of the proposal process. The Total Cost of Ownership shall include the initial purchase cost of the equipment, the operating and maintenance costs, the life of the equipment, the warranty and extended warranty of the equipment, and the cost avoidance due to energy efficient performance of the equipment during 25%, 50%, 75%, and 100% load conditions and as demonstrated in the proposal and after installation. Best Value also includes the local and regional technicians’ qualifications, number of technicians, time to respond to emergency repairs, spare parts availability, and references for the local Firm.

B. The District reserves the right to enter into an Agreement without further discussion of the proposal submitted based on the initial offers received.

C. The District reserves the right to reject any or all proposals or any part of the proposal and to waive informalities and minor irregularities in the proposals received.

D. The RFP, its addendums, and the proposal of the selected Firm will become part of any contract initiated by the District.

E. In no event shall a proposer submit its own standard contract terms and conditions as a response to this RFP. The terms of any contract may be negotiated as part of the negotiation process with the exception of contract provisions that are nonnegotiable.

F. A formal contract shall be signed by the successful proposer and Yuba Community College District to perform this service.

G. The District reserves the right to enter into discussions with any one or all of the Responders after Proposals have been initially reviewed. Such responses shall be subject to all provisions, terms and conditions as set forth in the RFP, unless otherwise modified.

H. If the contract negotiation period exceeds 30 days or if the selected Responder fails to sign the contract within seven calendar days of delivery of it, the District may elect to cancel the award and award the contract to the next highest-ranked Responder.

I. Award shall be made to the Responder whose submittal, conforming to the RFP, will be the most advantageous to the District after consideration of the defined evaluation criteria.

J. The District intends to award each building to a single RFP Responder.

K. Firms may have sub-contract service providers outside their normal areas of service. This information must be included in the proposal.

31

4.9 Reservation of Rights

The District reserves the right to:

Reject any or all submittals at its sole discretions. Cancel the Request for Proposal (RFP), without cause. Modify any requirements contained within the RFP and request a revised submission from all

Providers. Establish other evaluation criteria determined to be in the best interest of the District. Contract with any of the firms responding to the RFP based solely upon its judgment of the

qualifications and capabilities, Best Value of the proposals, Total Cost of Ownership modeling provided by the firms, and local support and references of previous “like” projects of the firm.

The District reserves the right to cancel the contract any time during the contract period after providing at least a written 14-day notice to the Firm. The District would consider cancellation of the contract if the Firm does not fulfill the contracted requirements of this RFP in a timely and professional fashion; or, if for some reason the performance of the Firm or quality of the work adversely impacts the mission of the District in serving Students or Staff; or, if available funding resources to implement the service contract were no longer available.

This RFP does not commit the District to negotiate a contract. The District will not be responsible for any expenses incurred by any firm in preparing and submitting a proposal or response to this RFP.

32

Exhibit A: YCCD Academic Calendar 2018/2019

33

Exhibit B: Woodland Community College Campus Map

34

Exhibit B: Partial Map of Woodland Community College

35

Building 100

Building 300Building 300

Building 600

Trane Chiller Utility Yard (control Panel Replacement only)

The Carrier Chiller in the “Chiller Utility Yard” services building 600. Minimizing the impacts of downtime and lack of cooling for this building during the transition from the existing to the new chiller is a major criteria for this project. Proposals shall provide a strategy to accomplish this with minimal impacts to buildings occupants.

Carrier Chiller Utility Yard (Chiller, and Components Replacement)

Exhibit C: New Chiller Specification Sheets

Dropbox Link:

https://www.dropbox.com/sh/3amanr0ng9d53ek/AAA8IOTIl2ODlWxut8IxXX7Ya?dl=0

36

Exhibit D: Existing Chiller Pictures

Please refer to the following DropBox folder link:

https://www.dropbox.com/sh/jv45yt09z1i6jq6/AACsvjwuvVzGiB2KO1LhU-Bza?dl=0

37

Exhibit E: Contractor Agreement for Services (CAFS)

Please refer to the following DropBox folder link:

https://www.dropbox.com/s/8xggbi3iudo9toa/YCCD_CONTRACTORS%20AGREEMENT%20FOR%20SERVICES_CAFS_LOW%20RISK_Rev.%201.2%20%28Fill%20In%29.pdf?dl=0

38

Exhibit F: Reference Form

Firm/Proposer:

 

The Firm shall provide (5) references below (preferably California Community College Districts or other Schools or Universities) for whom Firm has provided services similar to or as described In this RFP:

1. Reference Name: Contact:

Address: Phone #:

Email Address:

Description of Services Provided:

39

Exhibit G: Proposal Signature FormThe undersigned acknowledges the following:

1. Having become familiar with the specifications and requirements of the Request for Proposal, hereby offers to provide all services in accordance with the proposal set forth herein, including all referenced material and attachments.

2. By submitting a signed proposal in response to this solicitation, the Firm acknowledges that they completely understand the scope of the needed services and that the proposed services as described in the proposal will meet or exceed the needs of the District.

3. Late proposals will not be accepted (even if they are only 5 minutes late).4. The District reserves the right to reject any and all proposals and that this proposal shall

remain open and not be withdrawn for a minimum of 90 days. 5. Cancellation Clause: The District may, without cause, terminate the contract(s) or a project

under the contract(s) by giving written notice of such termination to the awarded firm. In the event of such termination the District shall reimburse the firm for services performed and reasonable expenses actually incurred by the firm in relation to the terminated project prior to the firm’s receipt of such notice of termination. The cost of proposal generation, associated travel, copies, postage, etc.., will not be reimbursed and is considered a typical and normal part of the bid process which not reimbursed for any of the proposers.

6. If the prospective Firm is a corporation, the undersigned hereby represents and warrants that the corporation is duly incorporated and is in good standing in the state of California , and that, , is authorized to act for and bind the corporation.

Entity Type (Select One):

Sole Owner: Partnership: .

Corporation: .

Other; Please specify;

40

Regular monthly progress payments are made using NET 30 as a basis for payment, with Net 30 time starting after receipt of the progress payment invoice with all required support documentation, and once this information is reviewed and approved by the District. Progress payments are requested no later than the 25th of each month. No retainage will be applied. A schedule of values, a copy of special inspections and testing performed, status of completed work compared to work required to complete the project is required with support documentation for each progress payment.

Signature_____________________________ Date: _______________________

Position: _____________________________

Print name____________________________ Title________________________

Notary Required On This Project

Notary Stamp:

41

Exhibit H: Non-Collusion Affidavit Form

STATE OF CALIFORNIA, COUNTY OF I, being first duly sworn, deposes and says that I am the of , the party submitting the foregoing proposal (“the Proposal”). In connection with the foregoing Proposal, the undersigned declares, states and certifies that:

1. The Proposal is not make in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization or corporation.

2. The Proposal is genuine and not collusive or a sham.3. The Firm has not directly or indirectly induced or solicited another Firm to put in a false or sham

proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any other Firm or anyone else to put in a sham proposal, or to refrain from bidding.

4. The Firm has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price, or that of any other Firm, or to fix any overhead, profit or cost element of the proposal price or that of any other Firm, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract.

5. All statements contained in the Proposal and related documents are true.6. The Firm has not, directly or indirectly, submitted the proposal price or any breakdown thereof, or

the contents there of, or divulged information or data relative thereto, or paid, and will not pay any fee to any person, corporation, partnership, company, association, organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal.

Executed on this date: , 2018, at:

(City, County, and State)

I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.

Signature Printed Name .

Address: .

Area Code & Phone Number: .

Reference: In addition to other bid documents, bidders on public works projects are required by Public Contract Code section 7106 to submit a certification form that they have not colluded with another proposer.

42

Exhibit I: Acknowledgement of Addenda Form

The undersigned acknowledges receipt of the following addenda from the District pursuant to the Request for Proposal:

Acknowledgement: Yes or Not Applicable

Addendum No. 1: .

Addendum No. 2: .

Addendum No. 3: .

Addendum No. 4: .

Addendum No. 5: .

Failure to acknowledge the Addenda’s may, at the Descretion of the District, determine the Proposal to be incomplete and unresponsive. Firms are required to acknowledge all addenda’s within the submitted proposal at the time of submission.

43

Exhibit J: Bid Form:

Proposal Information:Firm Name

DSA LEA Number

Authorized Signature

Printed Name

Date

Base Bid (amount shall be shown both in words and figures. In case of discrepancy, the amount shown in words shall govern. Proposal amount shall include all field inspections/assessments, new chiller, associated required items, and applicable taxes to complete the work as described in this RFP.

Dollars ($ )

Base Bid Costs per Section 2.2:

Building 600 Chiller Replacement:

1. Existing Chiller Removal Cost: $___________2. New Chiller Cost: $___________3. New Chiller Installation Cost: $___________4. Commissioning and Testing Costs: $___________5. ALC Control Programming Cost: $___________6. Piping Changes, new piping insulation, new components such as Sensors, gauges, valves,

labels, control wiring, 2 new pumps, back flow preventer, expansion tank, air bleeders, all items listed in section 2.2: $___________

7. Extended Warranty Costs: $___________8. Other Costs $___________9. Building 600 Chiller & Components Cost: $_____________________

44

Building 100, 300, 400 Chiller Control Panel Replacement:

10. Building 100, 300, 400 Chiller Control Panel Costs $___________

Total Cost for all Items Listed Above: $___________________

Alternates (By Contractor):

A. Cost: __$___________B. Cost: __$___________C. Cost: __$___________D. Cost: __$___________

Total Alternate Costs: $_______________________

ACKNOWLEDGMENTBy signature below, pricing for the testing and special inspection services on the Noted Projects will be guaranteed to the Yuba Community College District effective the date accepted by the District Board of Trustees.

Signature Date

(Authorized Agent of Company)

45

Exhibit K: Project Schedule (By Contractor)

46

Exhibit L: Proposed New Chiller Data Sheets (Contractor)

47

Exhibit M: Proposer “Total Cost of Ownership Modeling” (Contractor)

See description of “Total Cost of Ownership” in the RFP. Provide Best Value analysis.

48

Exhibit N: Project Team Members (Including Technicians) Resumes/Statement of Qualifications/Certificates, Experience, Roles, Time Commitment to the Projects. (By Contractor)

The End.

49