Jury Assembly Rooms

Agency: Superior Court of California, County of Santa Clara
State: California
Level of Government: State & Local
Category:
  • 10 - Weapons
Opps ID: NBD18764811709520980
Posted Date: Apr 3, 2024
Due Date: May 1, 2024
Solicitation No: 4324C
Source: Members Only
Bid # Click to open Title Deadline Additional Information
4324C
Jury Assembly Rooms 05/01/2024 at 3:00 p.m. Request for proposal

Attachment Preview

REQUEST FOR
PROPOSALS
SUPERIOR COURT OF CALIFORNIA
COUNTY OF SANTA CLARA
REGARDING:
Jury Assembly Rooms
RFP4324C
PROPOSALS DUE:
May 1, 2024 NO LATER THAN 3:00 P.M. PACIFIC TIME
GS-036 REV 03/07/18
Page 1 of 19
RFP Title: Jury Assembly Rooms
RFP Number: 4324C
1.0 BACKGROUND INFORMATION
The Superior Court of California, County of Santa Clara is inviting qualified furniture vendor to submit a
bid proposal to provide ancillary furniture for two Jury Assembly Rooms located at the Downtown
Superior Courthouse and the Hall of Justice Courthouse.
The total estimated cost to perform all work, as defined in section 2.0, on this project is $220,000.00
2.0 DESCRIPTION OF SERVICES AND DELIVERABLES
The Court seeks the services of a person or entity with expertise in ancillary furniture including chairs,
lounge seating, and tables in the Court’s jury assembly rooms. Court will provide a furniture plan
(Attachment 7) with legend after the mandatory pre-proposal conference to interested entities as reference.
Proposer is to include the following service:
Cost of purchasing ancillary furniture as shown in Court’s furniture plan.
Bid shall include design services that includes field measurement, spaces planning, fabric and
finishes selection, and production of installation plans.
Bid shall include project coordination and management services to oversee the project schedule,
track orders, and manage installation.
Substitution of comparable product is accepted. For the substitution, Proposer must include in bid
information that supports how the product compares to KI including manufacturer’s name, product
name, product number, cut sheet, features of the product, overall dimensions, and warranty
information.
Upholstery must have a minimum of 500K double rubs. No natural wood finishes.
Court is considering electrifying some of the furniture. Note whether specified furniture is AC capable
or adaptable.
No drop shipment to job site. All products must be received and stored off site until all items are
received in full before scheduling of installation. Court will not take ownership of product until they
are installed at job sites.
Installation of each location will likely be phased. Hour of work is after 5pm Friday through following
Monday at 7am. Both jury assembly room must resume normal use by 7am each following Monday.
Removal of all packaging, recyclable, and garbage incurred from the project. Court will not
accommodate the use of onsite trash and recycling bins for the project.
Prevailing wage is not required for this project.
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)
DATE
April 3, 2024
Friday April 12, 2024
Location 1 @ 11:30 AM
Location 2 @ 12:30 PM
April 17, 2024
April 19, 2024
May 1, 2024, at 3:00 pm
Week of May 13, 2024
May 20, 2024
GS-036 REV 02/26/18
Page 2 of 19
RFP Title: Jury Assembly Rooms
RFP Number: 4324C
EVENT
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
May 24, 2024
[June 21, 2024]
[June 24, 2024]
[June 30, 2027]
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.
Attachment 7: Furniture
Not to scale furniture plan for reference. Scaled PDF plan will be
Plan
provided after mandatory pre-bid conference to interested entities.
5.0 PAYMENT INFORMATION
Payment to be paid in full net 30 days after full acceptance of product, completion of installation, free
of punch list issue, and receipt of invoice.
Refer to Attachment 6 of this RFP for Court’s payee data requirements. Material, Tax, Labor, and
Shipping must be detailed separately. City of San Jose sales tax rate is 9.375%
Court reserves the right to withhold 10% of the 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 and locations identified in the timeline
above. The pre-proposal conference will be held starting at 11:30 AM. 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.
Location 1: @11:30 AM
Downtown Superior at 191 N. First Street San Jose
GS-036 REV 02/26/18
Page 3 of 19
RFP Title: Jury Assembly Rooms
RFP Number: 4324C
Location 2: @ 12:30 PM
Hall of Justice 190 W. Hedding Street, San Jose
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, the technical proposal and the cost
proposal.
a.
The Proposer must submit an electronic version of the entire proposal emailed to the
attention of Court Procurement Officer. The files must be in PDF, Word, or Excel
formats.
Solicitaiton@scscourt.org
7.3 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.
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,
and Contractor) conducts or will conduct (if awarded the contract) intrastate
GS-036 REV 02/26/18
Page 4 of 19
RFP Title: Jury Assembly Rooms
RFP Number: 4324C
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 19
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >