The coast news, march 13, 2015

Page 20

A20 LEGALS Coast News legals continued from page A19 Beneficiary, WILL SELL AT PUBLIC AUCTION TO THE HIGHEST BIDDER, in lawful money of the United States, all payable at the time of sale, that certain property situated in said County, California describing the land therein as: BEING ALL OF LOT 44 OF THE COUNTY OF SAN DIEGO TRACT NO. 4485-1, MAP NO. 11529, SAID MAP ON FILE IN THE OFFICE OF THE COUNTY RECORDER OF SAN DIEGO COUNTY RECORDED JUNE 5, 1986 AS FILE NO. 86-225848 OF OFFICIAL RECORDS AND INCLUDING THE FOLLOWING PORTION OF LOT 43 OF SAID MAP NO. 11529: BEGINNING AT THE SOUTHWEST CORNER OF LOT 44, SAID POINT LYING ON THE WESTERLY BOUNDARY OF SAID SUBDIVISION; THENCE SOUTH 66 DEGREES 40’35” EAST, 102.59 FEET TO THE TRUE POINT OF BEGINNING; THENCE SOUTH 66 DEGREES 40’35” EAST, 39.31 FEET; THENCE SOUTH 09 DEGREES 01’05” EAST, 16.27 FEET TO A POINT ON THE NORTHERLY RIGHT-OF-WAY OF SUMMER HOLLY LAND, SAID POINT ALSO BEING A POINT ON A NON-TANGENT 70.00 FOOT RADIUS CURVE, CONCAVE TO THE SOUTHEAST AND HAVING A RADIAL BEARING OF SOUTH 25 DEGREES 37’10” EAST; THENCE SOUTHWESTERLY ALONG SAID 70.00 FOOT RADIUS CURVE THROUGH A CENTRAL ANGLE OF 10 DEGREES 24’34” AN ARC LENGTH OF 12.72 FEET; THENCE NORTH 36 DEGREES 01’44” WEST, 47.17 FEET TO THE TRUE POINT OF BEGINNING. EXCEPTING THE AREA FROM SAID LOT 44, DESCRIBED AS FOLLOWS: BEGINNING AT THE SOUTHWEST CORNER OF LOT 44, SAID POINT LYING ON THE WESTERLY BOUNDARY OF SAID SUBDIVISION; THENCE NORTH 21 DEGREES 33’31” EAST, 5.75 FEET; THENCE SOUTH 66 DEGREES 40’35” EAST, 93.07 FEET; THENCE SOUTH 36 DEGREES 01’44” EAST, 11.27 FEET TO A POINT ON THE SOUTHERLY LINE OF SAID LOT 44; SAID POINT LYING SOUTH 66 DEGREES 40’35” EAST, 102.59 FEET FROM THE SOUTHWEST CORNER OF LOT 44 AS PREVIOUSLY DESCRIBED ABOVE. The property heretofore described is being sold “as is”. The street address and other common designation, if any, of the real property described above is purported to be: 1067 SUMMER HOLLY LN, ENCINTAS, CA 92024 The undersigned Trustee disclaims any liability for any incorrectness of the street address and other common designation, if any, shown herein. Said sale will be made without covenant or warranty, express or implied, regarding title, possession, or encumbrances, to pay the remaining principal sum of the Note(s) secured by said Deed of Trust, with interest thereon, as provided in said Note(s), advances if any, under the terms of the Deed of Trust, estimated fees, charges and expenses of the Trustee and of the trusts created by said Deed of Trust. The total amount of the unpaid balance of the obligations secured by the property to be sold and reasonable estimated costs, expenses and advances at the time of the initial publication of this Notice of Trustee`s Sale is estimated

T he C oast News LEGALS

LEGALS

LEGALS

MARCH 13, 2015

LEGALS

LEGALS

LEGALS

SOLAR PHOTOVOLTAIC SYSTME INSTALLATION - REQUEST FOR QUALIFICATIONS Subject to conditions prescribed by Rancho Santa Fe School District (RSFSD), Rancho Santa Fe, CA responses to the RSFSD prequalification documents for Design Build contract are sought from proposers for the following project: Solar Energy Project 2016 Rancho Santa Fe School District R. Roger Rowe School PERQUALIFICATION OF PROSPECTIVE PROPOSERS RSFSD primary objective in utilizing the design build approach is to bring the best available integrated design and construction experience to this project. RSFSD has determined that proposers who submit proposals on this project must be pre-qualified. Pre-qualified proposer will be required to have the following California contractor’s licenses: C-10 (Electrical Constrictor) or C-46 (Solar Contractor) and B (General Contractor). GENERAL DESCRIPTION OF WORK RSFSD policy is efficient energy use through a balanced mix of energy conservation and renewable energy measures, which provide a means to save money, foster environmental awareness, reduce the environmental consequences of RSFSD activities and provide educational leadership for the 21st century. RSFSD is evaluating the option to Owner build the PV system or to finance the system through a power purchase agreement (PPA). The selected design-build firm will need to demonstrate experience with each method. As part of this policy RSFSD intends to enter into a design-build contact with a highly qualified photovoltaic (PV) system provider for the turnkey design and installation and commissioning of a solar power system providing maximum energy offset in the areas allocated for panel placement. Dashboards, teaching tools and communication regarding the system will be included in the evaluation. The siting, structural design, DSA approval, and project close out will be provided by the District Architect. Canopy structures and existing roof structures will be used. Design-build contactor will include DSA approved mounting systems, photovoltaic system, applications to public utility, coordination with District architect and drawings, and construction of complete system including structures and building modifications. It is the intent of this project to obtain the highest kilowatt-hour (kWh) output at the lowest cost per kilowatt-hour ($/kWh) so as to maximize the long term energy savings. During the RFP phase the prequalified teams will be strongly encouraged to submit proposals meeting this intent using the most cost effective PV system designs. All solar power generation equipment, inverters, and metering must meet the equipment installation and warranty requirements of the California Solar Initiative (CSI) program. PROJECT BUDGET The overall budget for this project will be determined by the most efficient system design to obtain maximum energy offset in the areas allocated for panel placement. The budget includes, but is not limited to the following items: complete turnkey PV system design, installation and commissioning, inverters, metering and balance of the system. RSFSD will provide the prequalified teams selected for the RFP phase with the following: • Facility electrical systems information for system sizing • Access to the campus for electrical and as-built information • Optional and required PV roof locations • Optional and required canopy locations During the RFP phase it is anticipated that the prequalified teams will provide in their bids proposed system descriptions that maximize the allowable CSI kilowatt-hour output in the most cost effective manner. PROJECT SCHEDULE RFQ Selection March 13, 2015 1st Advertisement March 13, 2015 RFQ available to interested design-build teams March 20, 2015 2nd Advertisement April 9, 2014 10:00 am Mandatory prequalification meeting April 16, 2015 10:00 am Statements of Qualifications due RFP Selection TBD TBD TBD TBD

RFP issued Scheduled site visits as requested Proposals due Final Design team selection / notification

Design Construction June 2016 – August 2016 PROCEDURES RSFSD intends to select multiple teams who will be prequalified and will be issued RFP documents for this Project. The prequalified proposers will be submitting proposals that will be evaluated based on a scoring system to be published in the RFP. The prequalification submittal will be the submittal of prequalification documents described in more detail below. After receipt of the prequalification documents, RSFSD will review and determine a preliminary point score for each submittal. Requests for clarifying information and additional data will be made at this time, if required. After receipt and review of the clarifications and additional data each prequalification submittal will receive a final point score. Scoring of proposers will be determined by the application of an established rating system to the following information: 1. Financial Capacity (Total Points Available = 20) a) All firms shall indicate their form of business, (e.g., corporation, partnership, joint venture, or sole proprietor). The design-build teams shall provide a copy of their last financial statements, and quarterly updates if available. If the firm is a joint venture, the prime or lead contractor of the team shall provide their financial statements. b) All firms shall disclose their arbitration and litigation claims his-

to be $29,562.71 (Estimated). However, prepayment premiums, accrued interest and advances will increase this figure prior to sale. Beneficiary`s bid at said sale may include all or part of said amount. In addition to cash, the Trustee will accept a cashier`s check drawn on a state or national bank, a check drawn by a state or federal credit union or a check drawn by a state or federal savings and loan association, savings association or savings bank specified in Section 5102 of the California Financial Code and authorized to do business

in California, or other such funds as may be acceptable to the Trustee. In the event tender other than cash is accepted, the Trustee may withhold the issuance of the Trustee`s Deed Upon Sale until funds become available to the payee or endorsee as a matter of right. The property offered for sale excludes all funds held on account by the property receiver, if applicable. If the Trustee is unable to convey title for any reason, the successful bidder`s sole and exclusive remedy shall be the return of monies paid to the Trustee and the

tory. Claims that are unresolved but still pending are not required to be submitted. c) All firms shall provide the evidence of their bonding capacity for the amount of the $2,000,000. This evidence shall be in the form of a letter from a licensed bonding company or from an agent normally representing the firm. d) All firms will prove ability to provide Professional Liability Insurance in the amount of $2,000,000 for engineering services provided by the engineer. All firms will prove ability to provide certificates of general liability insurance on the Owner’s form in the minimum amounts of $3,000,000 per occurrence and $5,000,000 in the Aggregate, and $1,000,000 business automobile liability. If the design-builder is not a public company, all financial information shall be held in confidence and shall be examined only by the officials responsible for its evaluation. 2. Project Team Organization (Total Points Available = 50) Each Proposer will provide information and explanation of the Proposer’s Project Team and organizational structure, including: a) Name of the lead proposer who will be the primary contact entity and will be responsible for the RFP response submittal. b) Names of team member(s), partner(s), major subcontractor(s) and supplier(s), and contact information for each. c) Roles, responsibilities and relationships of all team members. d) A brief description of each team member’s firm and their ability to contribute to successful solar PV program implementation (history, similar scope of services, etc.). e) History of past projects that the team members have worked on together. f) Key personnel assigned to the project, including Project Manager and Field Superintendent. Resumes shall include a description of training, experience and applicable licensing of the key personnel in their respective areas of expertise. Copies of appropriate certification/licensing documents are to be included In the Statement of Qualifications. Resumes should specifically address work experience on PV systems of similar size and scope. Note: After the RFQ phase, the selected teams may not make any significant changes in the composition of the team’s member firms, personnel assignments, and individuals’ roles and responsibilities without the approval of RSFSD. Proposer shall include an organizational chart showing the following project responsibilities: • Contract/Project Management • Design and Engineering • Equipment Sourcing • System Integration, Installation, and Commissioning 3. System Design and Engineering Experience (Total Points Available = 70) Each proposer shall provide information and explanation of the Proposer and/or Project Team’s solar PV system design and engineering experience as follows: a) Total kW of generating capacity of on-site solar PV engineered and designed over the last three (3) year, which are currently in commercial operation. Emphasis should be on solar PV systems of similar size and type as contemplated for this project. b) Description of individual solar PV systems installed over the last three (3) years, which are currently in commercial operation. For each of the projects the Proposer shall include client reference information – client contact, company name, title, address, phone number, and email. Proposer should include examples of roof mounted systems and canopy / carport systems equal to or larger than 200 kW (dc). c) Experience with engineering and designing commercial scale solar PV system interconnection facilities at 480 V and 12 kV voltage levels in accordance with SDG&E Rule 21 requirements. d) Experience with engineering and designing metering and meter data solutions for both billing and data presentation purposes. Proposer should also include any experience integrating PV system metering solutions t facility energy management systems. The campus has a energy management systems. e) Any examples of demonstrated design excellence and creativity including design awards, education tools or applications with respect to solar generating systems should be highlighted. f) Experience with engineering, design and construction on public school property (K-12) and experience with DSA projects. 4. Installation Qualifications and Experience (Total Points Available = 70) Each Proposer shall provide information and explanation of the Proposer’s and/or Project Team’s solar PV system installation and construction experience, as follows: a) Total KW of generating capacity of on-site solar PV installed over the last three (3) years, which are currently in commercial operation. Emphasis should be on solar PV systems of similar size and type as contemplated in this RFQ . b) Description of individual solar PV systems installed over the last three (3) years, which are currently in commercial operation. For each of the projects the Proposer shall include client reference information – client contact, company name, title, address, phone number, and email. Proposer should include examples of roof mounted system and canopy / carport systems equal to or larger than 200 KW (dc). 5. Project Management Capability (Total Points Available = 40) Each Proposer shall provide information and explanation of the Proposer’s and/or Project Team’s solar PV system project management capabilities and experience as follows: a) Proposer shall describe their engineering and design management capabilities and experience of all of the solar PV systems installed over the last three (3) years that are currently in commercial operation. b) Proposer shall describe their construction and installation management capabilities and experience for all of the solar PV system installed over the last three (3) years that are currently in commercial operation. c) Proposer shall describe their abilities and experience in managing the design, engineering, construction and installation of solar PV systems equivalent in size and types of solar PV systems as contemplated under this RFQ.

successful bidder shall have no further recourse. Notice to Potential Bidders If you are considering bidding on this property lien, you should understand that there are risks involved in bidding at a Trustee auction. You will be bidding on a lien, not on the property itself. Placing the highest bid at a Trustee auction does not automatically entitle you to free and clear ownership of the property. You should also be aware that the lien being auctioned off may be a junior lien. If you are the highest bidder at the auction, you are or may be responsible

for paying off all liens senior to the lien being auctioned off, before you can receive clear title to the property. You are encouraged to investigate the existence, priority, and size of outstanding liens that may exist on this property by contacting the county recorder’s office or a title insurance company, either of which may charge you a fee for this information. If you consult either of these resources, you should be aware that the same Lender may hold more than one mortgage or Deed of Trust on the property. Notice to Property Owner The sale

6. Project Implementation and Management Plan (Total Points Available = 40) Each Proposer shall provide a description of their solar project Implementation and Management Plan. Such a description should include: a) What types of personnel will work on the tasks, and where this work will occur (e.g. solar provider office, headquarters, off-site fabrication areas, or host site… laydown area is very limited). b) A preliminary schedule detailing the milestones required for project completion, noting specifically how they will meet the completion deadline of August 2016. c) A description of how the proposer plans to manager cost control, schedule, and job site safety. 7. Power Purchase Agreement (PPA) (Total Points Available = 10) Each Proposer shall provide a description of experience with obtaining Power Purchase Agreements for single projects of similar size. Such description should include: a) Project the size, location, client, and client contact for previous projects constructed under PPA. b) Describe the role of the Proposer in contacting the PPA and coordinating the agreement. Each Statement of Qualifications shall follow the order of the selection criteria above and shall not exceed 25 pages (double-sided if necessary). The scoring system shown will be used in evaluating the Statements of Qualifications. Teams that can deliver the best value solar photovoltaic system to the University based on the highest number of point will be pre-qualified.

Highest Score Possible 20 50 70 70 40 40 10 300

Selection Category Financial Capacity Project Team Organization System Design and Engineering Experience Installation Qualifications and Experience Project Management Capability Project Implementation and Management Plan Power Purchase Agreement Total points available

Proposers will be notified whether or not they have been prequalified after RSFSD evaluates the Statements of Qualifications. All costs associated with the SOQ issuance and submittal will be borne by the proposing teams. PREQUALIFICATION SHEDULE On or before April 30, 2015, 4:00 pm four (4) sets of completed prequalification documents (Statements of Qualifications) will be received at: Rancho Santa Fe School District 5927 La Granada Rancho Santa Fe, CA 92067 Attention: Roya Saadat Mailing Address: P.O.BOX 809 Rancho Santa Fe, CA 92067 No prequalification documents (Statements of Qualifications) shall be accepted after 4:00 PM PST on April 30, 2015. However, RSFSD reserves the right to request, receive, and evaluate supplemental information after the above time and date at its sole determination. RSFSD reserves the right to reject any or all Statements of Qualifications and any or all Proposals and to waive non-material irregularities in any response or proposal received. Firms submitting under this prequalification shall be capable and prepared to submit the following during the RFP phase. Proposal Security in the amount of 10% of the lump sum price proposal, excluding alternates, shall accompany each proposal. The surety issuing thee Bid Bond shall be, on the proposal deadline, listed in the latest published State of California, Department of Insurance, list of “Insurers Admitted to Transact Surety Insurance in this State”. All insurance policies required to be obtained by Proposers shall be subject to approval by RSFSD from form and substance. All such policies shall be issued by a company rated by Best as A- or better with financial classification of VIII or better, or have equivalent ratings by Standard and Poor’s or Moody’s. Prospective proposers desiring to be pre-qualified are informed that they will be subject to and must fully comply with all of the proposal conditions including 100% payment and 100% performance bonds. Contractor shall comply with the Davis-Bacon Act (40 U.S. C. 276a to a-7) and as may be supplemented by Department of Labor regulations (29 CFR part 5, “Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction”). A copy of the Davis-Bacon wage rates will be on file at RSFSD and will be made available to any interested party upon request. In the event of difference between the applicable Prevailing Wage Rate and the applicable Davis-Bacon Wage Rate for any specific classification, the higher rate shall be paid. Each employee of the Contactor and every Subcontractor will be required to provide fingerprint submittals through the Department of Justice and demonstrate no employee on the project site has a criminal record. 03/13/15, 03/20/15 CN 17056

date shown on this Notice of Sale may be postponed one or more times by the Mortgagee, Beneficiary, Trustee, or a court, pursuant to Section 2924g of the California Civil Code. The law requires that information about Trustee Sale postponements be made available to you and to the public, as a courtesy to those not present at the sale. If you wish to learn whether your sale date has been postponed, and, if applicable, the rescheduled time and date for the sale of this property, you may call Priority Posting and Publishing at 714-573-1965

for information regarding the Trustee’s Sale or visit the Internet Web site address on the previous page for information regarding the sale of this property, using the file number assigned to this case, CA01000465-14. Information about postponements that are very short in duration or that occur close in time to the scheduled sale may not immediately be reflected in the telephone information or on the Internet Web site. The best way to verify postponement information is to attend the scheduled sale. Date: 3/5/2015 Special


Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.