REQUEST FOR PROPOSAL for 2014-2015 Solar Water Heating Services Community Action Partnership of Orange County 11870 Monarch St, Garden Grove, CA 92841 714-839-0595 ext. 5305 www.capoc.org Type of Award: Work Order Umbrella Subcontract for work under CAPOC's LlHEAP Solar Water Heating Pilot Program. Contract Performance Period: 3 months with an option to extend pursuant to funding. Number of Awards: minimum one Minimum Guaranteed Award: $30,000 Required Financial and Technical Capacity: As proposed; $100,000 per month minimum Implementation Schedule Issue Date: September 29th, 11870 Monarch St, Garden Grove, CA 92841 714-839-0595 Proposal Due: October 10, 2014, 5:00 pm Discussions & Negotiations: Starting Approximately October 15th, 2014
Table of Contents I. BACKGROUND... 3 II. PURPOSE & OPPORTUNITY...4 III. PROPOSAL PREPARATION INSTRUCTIONS......6 IV. SOLICITATION CAVEAT...10 V. PROPOSAL EVALUATION...11 APPENDIX A. EXHIBITS...12 APPENDIX B. 2012 LlHEAP MAXIMUM REIMBURSEMENTS...13
I. BACKGROUND The Low Income Home Energy Assistance Program (LIHEAP) helps keep families safe and healthy through initiatives that assist families with energy costs. The LIHEAP Weatherization provides energy related home repairs, and is administered by the State of California Department of Community Services and Development (CSD) under the Low Income Home Energy Assistance Program (LIHEAP) The LlHEAP program includes the Solar Water Heating Pilot Project, the Energy Crisis Intervention Program (ECIP), the Home Energy Assistance Program (HEAP) and the Severe Weather Energy Assistance and Transportation Services (SWEATS). (HEAP, ECIP and SWEATS are not included in this procurement.) The Community Action Partnership of Orange County (CAPOC) is the sole performing contractor for these programs in Orange County. LIHEAP technicians perform assessments on a dwelling to help locate efficiency problems and identify whether the home qualifies for solar water heating. Once an assessment is complete, the program can help by installing a FAFCO made solar water heating system along with any other applicable LIHEAP measures, all at no cost to the client. A client's income level must be at or below 150% of the federal poverty level to be eligible for assistance under the LIHEAP programs. Clients are homeowners or renters. The dwelling must be: single family residential, single story home. When a dwelling is scheduled for weatherization service, a crew will come to install the necessary materials in the home. After the work is completed and inspections are performed, the client will be asked to sign a statement saying the work was done properly and to the client's satisfaction. II. PURPOSE & OPPORTUNITY This Request for Proposal (RFP) solicits proposals from qualified subcontractors to the Community Action Partnership of Orange County (CAPOC) to install a solar water heating for low-income households. The selection process is intended to culminate in award for these services. The awarded subcontract is subject to the rules and regulations in CAPOC's contracts with CSD and LlHEAP Solar Water Heating Pilot. For work initiated after August 1, 2013, CAPOC anticipates award to selected Subcontractors of 2013 LlHEAP Solar Water Heating Pilot Work Orders. CAPOC anticipates installing 30 solar water heaters under 2013 LlHEAP Solar Water Heating Pilot. All CAPOC funding is variable and subject to change. All work orders are to be performed for pre-approved dwellings in Orange County. Weatherization activities under CSD's LIHEAP Solar Water Heating Pilot Program are subject to numerous constraints, terms and conditions, substantial documentation requirements, and detailed oversight. Proposer needs to be experienced with performing work in this type of setting. A Reference Library for this Procurement, including all Procurement documents and templates and including referenced CSD Compliance Documents is available on-line on the CAPOC web site at: http://www.capoc.org/services/energyrfp.html Please contact Sally Andreatta by telephone at (714) 839-0595 ext. 5305 or by email at: sandreatta@capoc.org for assistance in accessing these documents. CAPOC intends to issue a sub-contract to a proposer who is willing to, and evaluated as best qualified to, install the solar water heating as described in this RFP. CAPOC reserves the right to reject any and/or all bids
received as a result of this RFP. Proposers will be evaluated in accordance with Section V of this RFP; this evaluation may include consideration of material in addition to proposal responses; CAPOC reserves the right to consider bids for modifications at any time before a contract would be awarded. Negotiations will be undertaken with those Proposers whose bids are deemed to best meet CAPOC's specifications and needs. CAPOC may award aggregate Work Orders to an awardee Subcontractor for up to the lessor of $2,500,000 and/or to the limit of a Subcontractor's financial capability as assessed by CAPOC, but is not obligated to do so. The minimum Work Order award in the first year to a successful bidder is $90,000. CAPOC reserves the right to award Work Orders as best serves its interests. For reference, total amounts awarded to CAPOC were: LlHEAP Solar Water Heating Pilot Program $38,235.00 for performance from August 1, 2013 through December 31, 2014; Of these unexpended amounts, approximately 100% are for performance of solar water heating measures anticipated to be subcontracted under this procurement. The Sub-subcontractors must be in good standing with the State and carry insurance coverage and certifications including, but not limited to: workers compensation, fidelity bond, general liability, and vehicle insurance. Subcontractor must agree to submit applicable insurance certificates naming CSD and CAPOC as additionally insured, and indemnifying CSD and CAPOC. Qualified respondents should review the requirements of this RFP, participate in the bidder's conference, and submit one (1) unbound original, one (1) copy, and one (1) PDF version of its proposal no later than 4:00 p.m. on September 29th, 2014 to: Community Action Partnership of Orange County 11870 Monarch St, Garden Grove, CA 92841 (714) 839-0595 Technical assistance questions regarding the proposal should be submitted via email to Sally Andreatta at sandreatta@capoc.org prior to October 10, 2014 at 5:00 p.m. Answers to questions will be posted online in the Procurement Reference Library: http://www.capoc.org/services/energyrfp.html CAPOC is an equal opportunity and affirmative action employer. Women, minorities and individuals with disabilities are encouraged to apply. III. PROPOSAL PREPARATION INSTRUCTIONS All proposals must include and will be evaluated on the following items. Please package your RFP materials in the order listed below into two documents, one document containing the materials identified in items 1 through 6 below and the second document containing the materials in item 7. 1) Cover Sheet. Provide an RFP cover sheet and include the following (use continuation sheet as required): Proposal Name, Response to Request for Proposal Number RFP00014, Date of Submittal, and your Proposal Reference Number;
Your company name, mailing address, phone number, the company web site, the company's CSLB contractor number, and the company's CSLB classifications; The point of contact for your proposal: name, title, mailing address, phone number and e-mail address. The company name of each supporting sub-subcontractor; provide for each: the mailing address, phone number, the company web site, the subsubcontractor's CSLB contractor number and his CSLB classifications; The company point of contact name, along with his/her title, mailing address, phone number and e-mail address. 2) Cover Letter. Provide a cover letter identifying: The company s principals, The company's specific area of expertise, The number of years of related experience, The company's capability and willingness to perform the assigned work orders to the terms of the subcontract agreement herein, including CSD requirements The company's willingness to accept and perform work orders on an as needed basis for a minimum period of 3 months; The base(s)-of-operations for performance of the subcontract effort. 3) Management & Personnel. Provide a comprehensive narrative demonstrating a sound management approach and availability of adequate qualified personnel and resources: Proposer's project management approach to complete the required services with project timelines; The name of the proposed project manager, his/her certifications and credentials, and a summary of his/her experience; Approach to providing trained staffing sufficient to meet proposed monthly delivery order capacity; Availability of required tools and equipment (Solar Sun Eye, Google Maps, etc.) 4) Financial Capability. Provide a comprehensive narrative demonstrating financial capability to include your proposed minimum monthly capacity under this contract in dollars/month. The desired minimum performance capacity is $25,000 per month. NOTE: Award of Work Orders may not fill the desired capacity. A statement of financial capacity (cash on hand, line of credit, etc.) validating capability to carry weatherization expenses under this contract consistent with that proposed level of effort. For purposes of this statement, assume up to three months could be required to receive payment of billings to CAPOC. 5) Experience. Provide a comprehensive narrative demonstrating your experience base. Include three to five references that demonstrate competency in the areas of expertise. For each reference, provide: company name, company address, current point of contact, point of contact telephone number, a brief description of the contract and the work performed, the dollar, value of the contract, a brief summary of performance issues, and a statement as to why the reference is relevant to this procurement. CAPOC intends to contact references to verify submitted
information and request their recommendation of your company for this procurement. If the point of contact is likely to be unavailable in the week after proposal submittal, a letter of recommendation should be substituted. 6) Credentials & Training.Provide a comprehensive narrative describing the credentials, training and training program of the Company and of/for available qualified staff. A successful bidder is required to be able to meet all of the terms, conditions and requirements of the 2013 LIHEAP Solar Water Heating Pilot Program and the CSLB. Specifically, it is expected that a bidder meets the licensing and experience requirements in subparagraph A below and has in place a program which meets the requirements of subparagraph B below. A. Licensing and Experience Requirements: As a minimum, Subcontractor: Must possess an active Class "B" General Building Contractor's license issued in the applicants name by the Contactors' State License Board (CSLB). Must possess or sub-subcontract with a company that possesses all applicable licenses as required by the CSLB to carry out the installation and/or repairs of gas and electric water heaters; also including a C-1 0 Electrical license for electrical wiring grade/replacement. Must possess or sub-subcontract with a company with an active C-36 plumbing license to perform water heater repair or replacement services, or provide proof of any licensing exemptions. Training Requirements Program. Subcontractor or his sub-subcontractors must be able to show an in-place approach to providing and maintaining training as required by the State of California for LlHEAP, including: Lead-Safe Weatherization Training; Basic Weatherization Training; OSHA 10 or 30 CSI Thermal Workshop (offered by IOU s) Solar Water Heater Classroom and Hands On Training is recommended (arranged by CSD). License Certificates. Attach copies of applicable active CSLB professional licenses, including, a minimum: 7) Exhibits and Certifications: A Engineer B General Building Contractor's license C-4 Boiler, Hot Water Heating and Steam Fitting C-36 plumbing license Or C-46 Solar Note: Some reimbursement for Subcontractor's training expenses may be available; A. Exhibits. Attach completed and executed Exhibits as follows (Exhibit forms and templates are provided in the on-line Library; copies are provided in Appendix A.) Note: Exhibit A is ALSO to be incorporated into the
Subcontract Agreement.) Exhibit A -Sample Problem Pricing. Provide pricing for this Sample Work Order. An Excel version this Exhibit is available on-line in the Procurement Reference Library. Exhibit B -Equal Employment Opportunity Compliance Certificate Exhibit C -Disclosure Statement for Non-Profit Sub Recipients (Required only for Non-Profit Entities) NOTE: Subcontractor pricing in Exhibit A for 2013 Solar Water Heating Weatherization measures must meet CAPOC's 2013 LlHEAP Contract requirements; a copy of those requirements is attached as Appendix C hereto. B. Other Certifications. Attach certifications as follows: Proposer must certify that no more than one (1) final non-appealable finding of contempt of court by a Federal court has been issued against applicant within the immediately preceding two-year period because of Contractor's failure to comply with an order of Federal Court, which orders Contractor to comply with an order of the National Labor Relations Board. (CCC 1005). Proposer must certify that applicant or any of its officers: i) Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any federal department or agency. ii) Have not within the preceding three year period been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, iii) Bribery, falsification or destruction of records, making false statements, or receiving stolen property. iv) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (federal, state or local) with commission of any of the offenses enumerated above. v) Have not within the past three (3) year period had one or more public (federal/state or local) transactions terminated for cause or default. 8) Subcontract: A copy of the subcontract form is attached. Using the template in the on-line Library, provide missing data, execute and return as a separately bound document the Subcontract Agreement with an attached Exhibit A. 9) Interviews and Best and Final Offer. It is anticipated that the top five responsive Proposers will be selected by CAPOC for interviews (either by phone or in person). Responses to interview questions and Proposers' Best and Final Offer will form a part of Subcontractor's proposal for final evaluation purposes. IV. SOLICITATION CAVEAT Proposers understand and agree that CAPOC shall have no financial responsibility for any costs incurred in responding to this RFP and shall not be liable for any costs until the Subcontractor has executed a contract with CAPOC and has been,authorized in writing to proceed. CAPOC reserves the right to terminate this RFP. The submission of a proposal shall be conclusive evidence that the Subcontractor has investigated and understands, to its own satisfaction, the conditions to be encountered, the character, quality and scope of work to be performed, the requirements of the CAPOC, and the applicable CSD and other regulations as set forth in this RFP.
V. PROPOSAL EVALUATION Proposer's Proposal will be evaluated by a Proposal Evaluation Committee assigned by the Executive Director of CAPOC. Proposer's Proposal will first be evaluated for responsiveness. Responsiveness evaluation includes assessment of the adequacy of: Proposal conformity to instructions Proposer's License Holdings Proposer's Years of Experience Proposer's Stated Financial Ability Proposals which are deemed unresponsive and appear to be uncorrectable will not be evaluated further. Proposals deemed responsive or correctable will be further evaluated using the Proposal Score Sheet in Table 1. The top 5 applicants, as assessed using the Proposal Score Sheet, will be interviewed, asked to submit answers to any questions which arise along with a Best and Final offer. After the review of all of Proposer's responses, candidate winners will be selected and submitted to the Executive Director of CAPOC for review and contingent approval; selections and underlying rationale will be offered to the CAPOC Board of Directors for final approval. Table 1 - Score TOPIC Cover Letter REFERENCE EVALUATION ITEMS Sec lll 1 MAXIMUM POINTS 3 SCORE Proposal Sheet Management Approach Sec lll 2 10 Personal 15 Sec lll 2 Resources Tools and Equipment Sec lll 2 7 Financial Capability Sec lll 3 20 Experience Sec lll 4 15 Credentials and 15 Sec lll 5,6 Training Price Exhibits A, B 15 TOTALS 100
APPENDIX A. EXHIBITS Forms for Exhibits A through C follow. Excel version of Exhibits A and PDF Form versions of Exhibits B and C are available on-line for bidders at: http://www.capoc.org/services/energyrfp.html
Exhibit A Sample Problem Pricing RFP No: Date: Bidder: Material 50 Gal Elec Water Heater SWH BRASS 3/4 in. VALVE WATER BALL COPPER 3/4 in. ADAPTOR CXMIP (MALE) TYPE L COPPER ELBOW 3/4 in. 45 TYPE L COPPER ELBOW 3/4 in. 90 TYPE L COPPER PIPE (L) 3/4 in.x10 ft. STICK DIELECTRIC NIPPLE ¾ IN. EARTH QUAKE STRAPS ELBOW 3 in. 90 DEG ADJUSTABLE GAS TYPE B PIPE INSULATION 5/8 in.27/b0x PIPE INSULATION 7/8 in. 25/B0X PLUMBERS STRAP PVC ELBOW 3/4 in. 90 PVC PIPE 3/4 in. 40 3/4X10 ft. (STICK) ROUGH LUMBER 2 X 4 X 8 STUDS SMITTY PAN 24-ST 24 in. WATER HEATER STAND 22 in. X 22 in. Sub Total FAFCO SERIES 512-96 SWH Kit Measure SWH Kit (SWH (Provided by CAPOC) Unit Measur e LFT LFT LFT Unit(s) Materia l Cost 1 xxxx Labor Cost Total Cost ACCESS 500 Series System 8ft 1 xxxx ACCESS 8AK Panel Add on Kit 1 xxxx Propylene Glycol (1 GAL) 1 xxxx Sub Total SWH Kit (SWH xxxx Total $
EXHIBIT B. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE CERTIFICATE Equal Opportunity Clause Unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, during the performance of each contract with the CAPOC the Subcontractor agrees as follows: I. The Subcontractor will not discriminate against any employees or applicant for employment because of race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of payor other forms of compensation; and selection for training, including apprenticeship. The Subcontractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 1. The Subcontractor will, in all solicitations or advertisements for employees placed by or on behalf of the subcontractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. 2. The Subcontractor will send to each labor union or representative of workers with which he/she has a collective bargaining Agreement or other contract or understanding, a notice advising the labor union of worker's representative of the contractors commitments under Section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 3. The Subcontractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 4. The Subcontractor will furnish all information and reports required by Executive Order 11246 of September 24,1965, and by the rules, regulations, and relevant orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency of the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 5. In the event ofthe Subcontractor's noncompliance with the nondiscrimination clauses of this Subcontract or with any of such rules, regulations, or orders, this Subcontract may be cancelled, terminated in whole or in part and the Subcontractor may be declared ineligible for further government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such order sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulations, or order of the Secretary of Labor, or as otherwise provided by law. 6. The Subcontractor will include the provisions of paragraphs (I) through (7) in every Subsubcontract or purchase order unless exempted by rules, regulations or orders ofthe Secretary of Labor issued pursuant to Section 204, of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each Subcontractor or Sub-Subcontractor. The contractor
will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that in the event the Subcontract becomes involved in or is threatened with litigation with a Subcontractor or Sub-Subcontractor as a result of such direction by the contracting agency, CAPOC may request the United States to enter into such litigation to protect the interest of the United States. Corporate Name Print Name of Authorized Signature Title of Authorized Signature Signature Date
EXHIBIT C. DISCLOSURE STATEMENT FOR NONPROFIT SUB-RECIPIENTS Part A: Please attach a copy of the Articles of Incorporation Name a/corporation Principal Place of Business: Incorporated in the State of I am of the, Title Name of Corporation a Non-Profit Corporation organized under the General Corporation Law for the State of California. Annexed hereto is a true copy of the Articles of incorporation together with all Amendments thereto which are on file with the Secretary of the State of California. I certify that no administrator, agent, servant, or employee of the City of Orange County or employee of CAPOC has any indirect or direct interest in the corporation or this contract. No Federally appropriated funds have been paid or will be paid, by or on behalf of it, to any person for influencing or attempting to influence an administrator, agent, or employee of any agency, a member of Congress, an administrator, agent, or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, loan, cooperative Agreement, extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative Agreement. If any funds other than federally appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an administrator, agent, or employee of any agency, a member of Congress, an administrator, agent, or employee of Congress in connection with this Federal contract, grant, loan, or cooperative Agreement, then a Standard Form-LLL "Disclosure of Lobbying Activities" will be submitted in accordance with the instructions. I certify that the foregoing statements made by me are true. I am aware that if any of the foregoing statements made by me are willfully false, I am subject to punishment and/or termination of the Contract. Corporate Name Print Name of Authorized Signature Title of Authorized Signature
Appendix B -2012 L1HEAP Maximum Reimbursement Rates A copy of Exhibit B. Attachment IV (10 pages) to the 2014 LlHEAP Contract follows: