Hall of Justice Courtrooms Moderation

Agency: Superior Court of California, County of Santa Clara
State: California
Type of Government: State & Local
Posted Date: Mar 15, 2024
Due Date: May 1, 2024
Solicitation No: 31524C
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid # Click to open Title Deadline Additional Information
31524C
Hall of Justice Courtrooms Moderation 05/1/2024 at 3:00 p.m. Request for proposal
Attachment-Dept 23 Type 5
Attachment Dpet 24 Type 6
Attachment-Dept 25 Type 1
Attachment-Dept 26 Type 2
Attachment-Dept 27 Type 3
Attachment-Dept 30 Type 4

Attachment Preview

REQUEST FOR
PROPOSALS
SUPERIOR COURT OF CALIFORNIA
COUNTY OF SANTA CLARA
REGARDING:
Hall of Justice Courtrooms Moderation
RFP 31524C
PROPOSALS DUE:
May 1, 2024 NO LATER THAN 3:00 P.M. PACIFIC TIME
GS-036 REV 03/07/18
Page 1 of 22
RFP Title: HALL OF JUSTICE COURTROOMS MODERATION
RFP Number: 31524C
1.0 BACKGROUND INFORMATION
The Superior Court of California, County of Santa Clara is inviting qualified general contractors to submit
a bid proposal in accordance with scopes and plans in Attachment 9 provided by Studio G Architects of
this RFP to modernize certain interior elements in the courtrooms of existing courthouses within the
Santa Clara County. For the current bid, the courthouse is Hall of Justice East for a total of 19
courtrooms.
2.0 DESCRIPTION OF SERVICES AND DELIVERABLES
The Court seeks the services of a person or entity with expertise in general construction involving
furnishing and finishes within a courtroom as specified in the accompanied construction document
prepared by Studio G Architects for 19 courtrooms. Scope of work includes but not limited to the
following:
Demo of existing carpeting and seating
Prep space for new flooring and seating.
Paint
Installation of new flooring and seating
This is a phased project for the work to be performed floor per floor or per courtroom in some
circumstances.
Proposers shall include separately a 20% contingency line item to the bid.
All work performed is off court business hours, weekends, or Court holidays.
Off Court hours are defined as Monday Friday from 5pm 6am
This is a prevailing wage project. (It is the contractor’s responsibility to abide by the State rules &
regulations on prevailing wage payments & record keeping)
3.0 TIMELINE FOR THIS RFP
The COURT has developed the following list of key events related to this RFP. All dates are subject to
change at the discretion of the COURT.
EVENT
RFP issued
Pre-proposal Conference (MANDATORY)
Deadline for questions
Questions and answers posted
Latest date and time proposal may be submitted
Anticipated interview dates (estimate only)
Evaluation of proposals (estimate only)
Notice of Intent to Award (estimate only)
Negotiations and execution of contract (estimate only)
Contract start date (estimate only)
Contract end date (estimate only)
DATE
March 15, 2024
March 21, 2024, @ 12:00 PM
March 27, 2024 @ 1:00 pm
March 29, 2024
May 1, 2024, @ 3:00 pm
Week of May 13, 2024
Week of May 20, 2024
Thursday, June 4, 2024
June 21, 2024
June 24, 2024
June 30, 2027
GS-036 REV 02/26/18
Page 2 of 22
RFP Title: HALL OF JUSTICE COURTROOMS MODERATION
RFP Number: 31524C
4.0 RFP ATTACHMENTS
The following attachments are included as part of this RFP:
ATTACHMENT
DESCRIPTION
Attachment 1:
These rules govern this solicitation.
Administrative Rules
Governing RFPs (Non-IT
Services)
Attachment 2: COURT If selected, the person or entity submitting a proposal (the “Proposer”)
Standard Terms and must sign this COURT Standard Form agreement (the “Terms and
Conditions
Conditions”).
Attachment 3: Proposer’s On this form, the Proposer must indicate acceptance of the Terms and
Acceptance of Terms and Conditions or identify exceptions to the Terms and Conditions.
Conditions
Note: A material exception to a Minimum Term will render a
proposal non-responsive.
Attachment 4: General
The Proposer must complete the General Certifications Form and
Certifications Form
submit the completed form with its proposal.
Attachment 5: Darfur
The Proposer must complete the Darfur Contracting Act Certification
Contracting Act Certification and submit the completed certification with its proposal.
Attachment 6: Payee Data This form contains information the COURT requires in order to process
Record Form
payments and must be submitted with the proposal.
For vendors claiming the DVBE incentive, the Proposer must complete
DVBE Incentive
the DVBE Declaration and Bidder Declaration forms to receive the 3%
incentive. See section 13.0.
[Only for solicitations of The Proposer must complete the Iran Contracting Act Certification and
$1,000,000 or more]
submit the completed certification with its proposal.
Attachment 7: Iran
Contracting Act Certification
(Only for solicitations of The Proposer must complete the Unruh Civil Rights Act and California
$100,000, or more)
Fair Employment and Housing Act Certification.
Attachment 8: Unruh and
FEHA Certification
Attachment 9: Construction Construction Document and final presentation for Proposer’s reference.
Document and Presentation
prepared by Studio G
Architects
5.0 PAYMENT INFORMATION
The Court is agreeable to progress payment at the completion of a given phase of this project.
These phases shall be negotiated, agreed, and memorialized in the fully executed contract between
the Court and awarded entity.
Refer to Attachment 6 of this RFP for Court’s payee data requirements.
The court reserves the right to withhold 10% of the last remaining unpaid invoice in the event of any
unresolved punch list items.
6.0 PRE-PROPOSAL CONFERENCE
The COURT will hold a pre-proposal conference on the date identified in the timeline above. The pre-
proposal conference will be held 12:00 PM at the COURT’s courthouse at 190 W. Hedding Street,
San Jose, CA 95110.
Attendance at the pre-proposal conference is MANDATORY. Each Proposer must be certain to
check in at the pre-proposal conference, as the attendance list will be used to ascertain compliance
with this requirement. The COURT will reject a proposal from any Proposer who did not attend the
pre-proposal conference.
GS-036 REV 02/26/18
Page 3 of 22
RFP Title: HALL OF JUSTICE COURTROOMS MODERATION
RFP Number: 31524C
7.0 SUBMISSIONS OF PROPOSALS
7.1 Proposals should provide straightforward, concise information that satisfies the requirements of
the “Proposal Contents” section below. Expensive bindings, color displays, and the like are not
necessary or desired. Emphasis should be placed on conformity to the RFP’s instructions and
requirements, and completeness and clarity of content.
7.2 The Proposer must submit its proposal in two parts on separate document formats, the technical
proposal and the cost proposal.
a.
The Proposer must submit an electronic version of the entire proposal emailed to the
attention of the Court Procurement Officer. The files must be in PDF, Word, or Excel
formats.
7.3 Proposals must be received by the date and time listed on the coversheet of this RFP to:
Solicitationsmailbox@scscourt.org
7.4 Late proposals will not be accepted.
8.0 PROPOSAL CONTENTS
8.1 Technical Proposal: The following information must be included in the technical proposal. A
proposal lacking any of the following information may be deemed non-responsive.
a. The Proposer’s name, address, telephone and fax numbers, and federal tax identification
number. Note that if the Proposer is a sole proprietor using his or her social security
number, the social security number will be required before finalizing a contract.
b. Name, title, address, telephone number, and email address of the individual who will
act as the Proposer’s designated representative for purposes of this RFP.
c. For each key staff member: a resume describing the individual’s background and
experience, as well as the individual’s ability and experience in conducting the proposed
activities.
d. Names, addresses, and telephone numbers of a minimum of Two (2) clients for whom
the Proposer has conducted similar services. The COURT may check references listed
by the Proposer.
e. Proposed method to complete the work.
(1) See Attachment 9 for specifics on proposed method of work.
f. Acceptance of the Terms and Conditions.
(1) On Attachment 3, the Proposer must check the appropriate box and sign the form.
If the Proposer marks the second box, it must provide the required additional
materials. An “exception” includes any addition, deletion, or other modification.
(2) If exceptions are identified, the Proposer must also submit (i) a red-lined version of
the Terms and Conditions that implements all proposed changes, and (ii) a written
explanation or rationale for each exception and/or proposed change.
(3) Note: A material exception to a Minimum Term will render a proposal non-
responsive.
g. Certifications, Attachments, and other requirements.
(1) The Proposer must complete the General Certifications Form (Attachment 4) and
submit the completed form with its proposal.
(2) The Proposer must complete the Darfur Contracting Act Certification (Attachment
5) and submit the completed certification with its proposal.
(3) If Contractor is a California corporation, limited liability company (“LLC”), limited
partnership (“LP”), or limited liability partnership (“LLP”), proof that Contractor is in
good standing in California. If Contractor is a foreign corporation, (LLC, LP, or LLP,
GS-036 REV 02/26/18
Page 4 of 22
RFP Title: HALL OF JUSTICE COURTROOMS MODERATION
RFP Number: 31524C
and Contractor) conducts or will conduct (if awarded the contract) intrastate
business in California, proof that Contractor is qualified to do business and in good
standing in California. If Contractor is a foreign corporation, LLC, LP, or LLP, and
Contractor does not (and will not if awarded the contract) conduct intrastate
business in California, proof that Contractor is in good standing in its home
jurisdiction.
(4) Copies of the Proposer’s (and any subcontractors’) current business licenses,
professional certifications, or other credentials.
(5) Proof of financial solvency or stability (e.g., balance sheets and income statements).
(6) The Proposer must complete the Iran Contracting Act Certification (Attachment 7)
and submit the completed certification with its proposal.
(7) The Proposer must complete the Unruh Civil Rights Act and California Fair
Employment and Housing Act Certification (Attachment 8) and submit the completed
certification with its bid.
8.2 Cost Proposal. The following information must be included in the cost proposal.
a. A detailed line-item budget showing total cost of the proposed services.
b. A full explanation of all budget line items in a narrative entitled “Budget Justification.”
c. A “not to exceed” total for all work and expenses payable under the contract, if awarded.
NOTE: It is unlawful for any person engaged in business within this state to sell or use any
article or product as a “loss leader” as defined in Section 17030 of the Business and Professions
Code.
9.0 OFFER PERIOD
A Proposer's proposal is an irrevocable offer for ninety (90) days following the proposal due date. In the
event a final contract has not been awarded within this period, the COURT reserves the right to negotiate
extensions to this period.
10.0 EVALUATION OF PROPOSALS
At the time proposals are opened, each proposal will be checked for the presence or absence of the
required proposal contents.
The COURT will evaluate the proposals on a 100-point scale using the criteria set forth in the table
below. Award, if made, will be to the highest-scored proposal.
If a contract will be awarded, the COURT will post an intent to award notice at www.scscourt.org.
CRITERION
NOTE: THESE ARE SAMPLE CRITERIA. THE ACTUAL CRITERIA USED SHOULD
BE TAILORED TO THE SPECIFIC PROCUREMENT.
Quality of work plan submitted
MAXIMUM NUMBER OF
POINTS
15
Experience on similar assignments
10
Cost
40
Credentials of staff to be assigned to the project
10
Acceptance of the Terms and Conditions
10
Ability to meet timing requirements to complete the project
15
GS-036 REV 02/26/18
Page 5 of 22

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

10 PICNIC TABLES, ADDL. SEATING FOR ZOO FACILITY General Services 5/3/2024 5/14/2024

City of Los Angeles

Bid Due: 5/14/2024

UCLA MP200 Room 330 Children's Heart Center Reconfiguration Bids 5/15/24

UCLA Capital Programs

Bid Due: 5/15/2024

Downtown Site Furnishings Painting OPEN IFB No. PR-0126 1 4/17/2024 5/14/2024

City of Santa Cruz

Bid Due: 5/14/2024

Follow PCD|992|Miramar NC|Office Furniture -- 7110 Active Contract Opportunity Notice ID QSE--36C78624Q50201 Related

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/17/2024