901062-rfq-shuttle bus services · web viewestimated roundtrip distance of approximately six and...

67
**IMPORTANT NOTICE** The format of this RFQ has been simplified. Only the following pages require signatures: 1. Exhibit A – Bid Response Packet, Bidder Information and Acceptance page a. Must be signed by Bidder 2. Exhibit A – Bid Response Packet, SLEB Partnering Information Sheet a. Must be signed by Bidder b. Must be signed by SLEB Partner if subcontracting to a SLEB

Upload: others

Post on 22-Apr-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

**IMPORTANT NOTICE**

The format of this RFQ has been simplified. Only the following pages require signatures:

1. Exhibit A – Bid Response Packet, Bidder Information and Acceptance pagea. Must be signed by Bidder

2. Exhibit A – Bid Response Packet, SLEB Partnering Information Sheeta. Must be signed by Bidder b. Must be signed by SLEB Partner if subcontracting

to a SLEB

Please read EXHIBIT A – Bid Response Packet carefully, INCOMPLETE BIDS WILL BE REJECTED. Alameda County will not accept submissions or documentation after the bid response due date.

Page 2: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

COUNTY OF ALAMEDAREQUEST FOR QUOTATION No. 901062

for

Shuttle Bus Services

For complete information regarding this project, see RFQ posted at http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp or

contact the County representative listed below. Thank you for your interest!

Contact Person: Jeff Thomas, Contracts Specialist II

Phone Number: (510) 208-9613

E-mail Address: [email protected]

RESPONSE DUEby

2:00 p.m.on

March 11, 2013at

Alameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907

Oakland, CA 94612

Alameda County is committed to reducing environmental impacts across our entire supply chain. If printing this document, please print only what you need, print double-sided, and use recycled-content paper.

1401 Lakeside Drive, Suite 907 Oakland, CA 94612Phone: 510-208-9600 Website: http://www.acgov.org/gsa/departments/purchasing/

I:\PURCHASING\Contracting Opportunities\Purchasing\Shuttle Bus Services (901062)\RFQ_ShuttleBusServices.doc Revision 2012-11-02

Page 3: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

COUNTY OF ALAMEDAREQUEST FOR QUOTATION No. 901062SPECIFICATIONS, TERMS & CONDITIONS

forShuttle Bus Services

TABLE OF CONTENTS

Page

I. STATEMENT OF WORK 4A. INTENT 4B. SCOPE4C. VENDOR QUALIFICATIONS 4D. SPECIFIC REQUIREMENTS 5

II. CALENDAR OF EVENTS 9E. NETWORKING / BIDDERS CONFERENCES 9

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS 10F. CONTRACT EVALUATION AND ASSESSMENT 10G. NOTICE OF INTENT TO AWARD 11H. TERM / TERMINATION / RENEWAL 11I. QUANTITIES 12J. PRICING 12K. AWARD 14L. METHOD OF ORDERING 15M. INVOICING 15N. ACCOUNT MANAGER / SUPPORT STAFF 16

IV. INSTRUCTIONS TO BIDDERS 16O. COUNTY CONTACTS 16P. SUBMITTAL OF BIDS 17Q. RESPONSE FORMAT 20

ATTACHMENTSExhibit A – Bid Response PacketExhibit B – Insurance RequirementsExhibit C – Vendor ListExhibit D – Map - Route No. 1 Alameda County Juvenile Justice Center & Fairmont HospitalExhibit E – Proposed Timetable - Route No. 1 Alameda County Juvenile Justice Center & HospitalExhibit F – Map – Route No. 2 County CenterExhibit G – Proposed Timetable - Route No. 2 County CenterExhibit H – Map - Route No. 3 Hayward Winton CampusExhibit I – Shuttle Bus Services Operational TimeExhibit J – Section IV. 16, Alameda County Vehicle Use Policy

Page 4: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

I. STATEMENT OF WORK

A. INTENT

It is the intent of these specifications, terms and conditions to describe the shuttle bus services required by the County of Alameda, General Services Agency.

The County intends to award a three (3) year contract (with option to renew) to the bidder selected as the lowest responsible bidder whose response meets the County’s requirements.

It is the intent of these specifications, terms and conditions to procure the most environmentally preferable services with equivalent or higher performance and at equal or lower cost than traditional services. Specific requirements from the County’s Sustainability Program that are related to this Bid are included in the appropriate Bid sections.

B. SCOPE

The County of Alameda is looking for qualified vendors to provide “last-mile” shuttle bus services between local transit hubs (including BART stations) and certain County facilities. These County facilities may include the Juvenile Justice Center (JJC), Alameda County Medical Center, and other locations in Alameda County, as required. The successful vendor will provide bus service along three fixed routes that will operate 250 non-holiday business days each year.

The vendor will be responsible for all aspects of the operation of the shuttle bus services including vehicle purchase, service, maintenance, staffing, permitting, Americans with Disabilities Act (ADA) compliance, fueling and reporting.

The County of Alameda shall be responsible for establishing the shuttle routes and reserves the right to modify these routes at any time.

C. VENDOR QUALIFICATIONS

1. Vendor Minimum Qualifications

a. Bidder shall be regularly and continuously engaged in the business of providing shuttle bus services for at least three (3) years; and

b. Bidder shall possess all permits, licenses and professional credentials necessary to supply product and perform services as specified under this RFQ.

RFQ No. 901062Page 4

Page 5: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

D. SPECIFIC REQUIREMENTS

The Contractor will be responsible for all aspects of providing a shuttle bus service including:

1. The shuttle buses used for this service must be 2008 model year or newer shuttle buses that are capable of carrying a minimum of 20 passengers as well as at least two bicycles.

2. Each bus must have a diesel engine equipped with a Diesel Particulate Filter (DPF) or run on compressed natural gas.

3. Each bus must be American Disabilities Act (ADA) compliant.

4. Each bus, the Contractor and its operations must be in compliance with all Federal and State laws for operation of shuttle buses, including all applicable safety and emissions regulations.

5. Bicycle rack must be mounted on the exterior of the shuttle bus with a minimum capacity of two (2) bicycles.

6. Hiring licensed drivers to operate the vehicles. The Contractor will also be responsible for hiring field supervisor(s) to monitor daily shuttle bus operations and serve as a liaison with County staff.

7. The purchase of a communication system for all buses. Please note any kind of communication system is acceptable as long as the Contractor may communicate at all times with drivers in the field.

8. Tracking the number of passengers per route. This information will be turned in as part of the monthly report.

9. A GPS system from which the County will be able to track, at a minimum, exact location and speed on all shuttle buses. The tracking information from the GPS device(s) must be available to County personnel, in real time, via the World Wide Web. The County reserves the right to require the installation and utilization of specific GPS systems as required by third-party organizations such as regional transportation entities (e.g. NextBus). Contractor must allow for installation of any hardware (GPS, cables, data terminals, cellular transponders, etc.) deemed necessary by the County.

10. Replacement buses available for deployment when a bus goes out of service. An adequate number of buses must be available so a similar sized and equipped

RFQ No. 901062Page 5

Page 6: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

replacement bus can be deployed within one (1) hour of a bus being taken out of service. Replacement buses must have appropriate, temporary signage.

11. Replacement drivers to fill in for sick days and vacation days.

12. Compliance with Section IV.16 of the Alameda County Vehicle Use Policy, “Anti-idling policy.” Section IV.16 of the policy is attached as Exhibit J.

13. Employee Conduct:

a. All employees must provide quality customer service.

b. The County reserves the right to remove, for any reason, an employee who they deem is not acceptable.

c. All employees must always be respectful of others and may not engage in profanity, unsafe, or illegal behavior.

d. Contractor’s drivers, while operating County Shuttle Buses, may not be under the influence of any drug or alcoholic substance of any kind.

14. Contractors must provide employees with uniforms. The County reserves the right to review all uniforms. The uniform must be kept clean at all times while on duty and free from defect. The decals must be clearly shown.

15. Shuttle bus drivers must possess a valid State of California class B driver’s license with passenger endorsements. Drivers must operate the shuttle buses in a safe, responsible, courteous and prudent manner in accordance with all State and local laws.

16. The permission to allow the County to purchase and install decals to the exterior of the shuttle buses for identification as a County shuttle. The cost of decal removal at the end of the contract must be included in the price of service. No line item will be given for this in Exhibit B.

17. Parking of shuttle buses overnight. The County will allow for the shuttle buses to be parked on County property, where available, but the Contractor will be responsible for liability of loss, damage and/or theft. Contractor’s employees may pay to park at County public parking facilities.

18. Condition of Shuttle Buses

The Contractor will maintain all shuttle buses in good working order at all times. This includes maintenance, repairs, cleanliness, and overall appearance. The County shall request the Contractor to remove from service immediately any

RFQ No. 901062Page 6

Page 7: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

shuttle bus that, in the opinion of the County, fails to meet standards of maintenance, repairs, cleanliness, overall appearance, or is deemed to be unsafe for the transport of passengers. The shuttle buses are to be washed inside and out at least once (1) per month.

E. DESCRIPTION OF ROUTES

1. Route No. 1 Alameda County Juvenile Justice Center & Fairmont Hospital.

a. Estimated roundtrip time of approximately 40 minutes.

b. Estimated roundtrip distance of approximately six and two-fifths 6.4 miles.

c. Ten (10) Stops

Shuttle Bus Stop Name Location1) Bayfair Bart Bus Zone2) Bayfair Mall 15555 East 14th Street

San Leandro, CA 94578near Fresh Choice

3) Fairmont Hospital 15400 Foothill BoulevardSan Leandro, CA 94578behind Chapel

4) Eden Area Multi-Service Center

Alameda County Social Services BuildingEden Area Multi-Service Center24100 Amador StreetHayward, CA 94544

5) Eden Area Multi-Service Center

Alameda County Social Services Building, Eden Area Multi-Service Center24100 Amador StreetHayward, CA 94544Near Adult/Children Building(BART to JJC direction only)

6) John George Pavilion 2060 Fairmont Dr.San Leandro, CA 94578front of Building

7) Alameda County Juvenile Justice Center

2500 Fairmont Dr.San Leandro, CA 94578lower Parking Lot (A)

8) Camp Wilmont Sweeney Shuttle Stop Camp Wilmont Sweeney2600 Fairmont DriveSan Leandro, CA 94578

9) Alameda County Juvenile Justice Center

2500 Fairmont Dr.San Leandro, CA 94578Bus StopAlameda County Juvenile Justice Center, Main Building

10) Alameda County Juvenile Justice Center

2500 Fairmont Dr.San Leandro, CA 94578lower Parking Lot (B)

RFQ No. 901062Page 7

Page 8: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

2. Route No. 2 - County Center

a. Estimated roundtrip time of approximately 15 minutes.

b. Estimated roundtrip distance of approximately two (2) miles.

c. Six (6) Stops

Shuttle Bus Stop Name Location1) Lake Merritt Bay Area Rapid Transit

(BART) stationOn Oak Street near 7 Street

2) Superior Court and County Administration Building

1221 Oak StreetOakland, CA 94612near 12th Street

3) Alameda County General Services Building

1401 Lakeside DriveOakland, CA 94612corner of 14th Street

4) 1111 Jackson Street On 12th Street near Jackson Street5) 12th Street BART station Corner of Broadway and 13th Street6) Alco Park Garage On 13th Street near Madison Street

3. Route No. 3 - Hayward Winton Campus

a. Estimated roundtrip time of approximately 15 minutes.

b. Estimated roundtrip distance of approximately three and a half (3.5) miles.

c. Three (3) Stops

Shuttle Bus Stop Name Location1) Hayward BART Passenger pick-up/drop-off area2) AC Transit Bus Stop on Amador Eden Area Multi-Service Center

24100 Amador StreetHayward, CA 94544Across from the Alameda County Social Services Building

3) Hayward Hall of Justice and Alameda County Public Works building

Inside the Alameda County parking lot

RFQ No. 901062Page 8

Page 9: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

F. DELIVERABLES / REPORTS

1. The business plan will identify staffing levels, ability to obtain permitting, maintenance procedures, operation logs, driver training material and schedule, insurance levels, and a system in place to provide logs and other reporting required by the RFQ.

2. Vendor will be required to submit a monthly report detailing the number of passengers per day by stop, the total mileage driven by shuttle route, a shuttle bus service summary and any incident reports.

3. Vendor will be assessed a one and one half percent (1.5%) late fee, per day of monthly invoice charges, if reports, logs and receivables are not remitted to the County in conformity with this contract.

II. CALENDAR OF EVENTS

EVENT DATE/LOCATIONRequest Issued January 29, 2013 Written Questions Due by 5:00 pm on February 14, 2013

Networking/Bidders Conference #1 February 13, 2013 @ 10:00AM

at: Alameda CountyRoom 2221401 Lakeside DriveOakland, CA 94612

Networking/Bidders Conference #2 February 14, 2013 @ 2:00PM

at: Dublin Public LibraryProgram Room200 Civic PlazaDublin, CA 94568

Addendum Issued February 26, 2013Response Due March 11, 2013 by 2:00 p.m.Board Award Date April 2, 2013Contract Start Date May 1, 2013

Note: Award and start dates are approximate.

A. NETWORKING / BIDDERS CONFERENCES

Networking/bidders conferences will be held to:

1. Provide an opportunity for Small Local Emerging Businesses (SLEBs) and large firms to network and develop subcontracting relationships in order to participate in the contract(s) that may result from this RFQ.

RFQ No. 901062Page 9

Page 10: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

2. Provide an opportunity for bidders to ask specific questions about the project and request RFQ clarification.

3. Provide bidders an opportunity to view a site, receive documents, etc. necessary to respond to this RFQ. use as required, modify or delete

4. Provide the County with an opportunity to receive feedback regarding the project and RFQ.

All questions will be addressed, and the list of attendees will be included, in an RFQ Addendum following the networking/bidders conference(s).

Potential bidders are strongly encouraged to attend networking/bidders conference(s) in order to further facilitate subcontracting relationships. Vendors who attend a networking/bidders conference will be added to the Vendor Bid List. Failure to participate in a networking/bidders conference will in no way relieve the Contractor from furnishing goods and/or services required in accordance with these specifications, terms and conditions. Attendance at a networking/bidders conference is highly recommended but is not mandatory.

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS

A. CONTRACT EVALUATION AND ASSESSMENT

During the initial sixty (60) day period of any contract, which may be awarded to Contractor, persons designated by the County will meet with the Contractor to evaluate performance and to identify any issues or potential problems.

The County reserves the right to determine, at its sole discretion, whether:

1. Contractor has complied with all terms of this RFQ; and

2. Any problems or potential problems were evidenced which make it unlikely (even with possible modifications) that such proposed equipment/system have met the County requirements.

If, as a result of such determination, the County concludes that it is not satisfied with Contractor, Contractor’s performance under any awarded contract and/or Contractor’s goods and/or services as contracted for therein, the Contractor will be notified of contract termination effective forty-five (45) days following notice. Contractor shall be responsible for the removal of equipment/system and shall return County facilities to their pre-installation state at no charge to the County. The County will have the right to invite the next highest ranked bidder to enter into a contract. The County also reserves the right to re-bid this project if it is determined to be in its best interest to do so.

RFQ No. 901062Page 10

Page 11: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

B. NOTICE OF INTENT TO AWARD

1. At the conclusion of the RFQ response evaluation process (“Evaluation Process”), all bidders will be notified in writing by e-mail or fax, and certified mail, of the contract award recommendation, if any, by GSA – Purchasing. The document providing this notification is the Notice of Intent to Award.

The Notice of Intent to Award will provide the following information:

a. The name of the bidder being recommended for contract award; and

b. The names of all other parties that submitted proposals.

2. At the conclusion of the RFQ process, debriefings for unsuccessful bidders will be scheduled and provided upon written request and will be restricted to discussion of the unsuccessful offeror’s bid.

a. Under no circumstances will any discussion be conducted with regard to contract negotiations with the successful bidder.

b. Debriefing may include review of successful bidder’s proposal with redactions as appropriate.

3. The submitted proposals shall be made available upon request no later than five (5) business days before approval of the award and contract is scheduled to be heard by the Board of Supervisors.

C. TERM / TERMINATION / RENEWAL

1. The term of the contract, which may be awarded pursuant to this RFQ, will be 3 years.

2. The County has and reserves the right to suspend, terminate or abandon the execution of any work by the Contractor without cause at any time upon giving to the Contractor prior written notice. In the event that the County should abandon, terminate or suspend the Contractor’s work, the Contractor shall be entitled to payment for services provided hereunder prior to the effective date of said suspension, termination or abandonment. The County may terminate the contract at any time without written notice upon a material breach of contract and substandard or unsatisfactory performance by the Contractor. In the event of termination with cause, the County reserves the right to seek any and all damages from the Contractor. In the event of such termination with or without cause, the County reserves the right to invite the next highest ranked bidder to

RFQ No. 901062Page 11

Page 12: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

enter into a contract or re-bid the project if it is determined to be in its best interest to do so.

3. The County may, at its sole option, terminate any contract that may be awarded as a result of this RFQ at the end of any County Fiscal Year, for reason of non-appropriation of funds. In such event, the County will give Contractor at least thirty (30) days written notice that such function will not be funded for the next fiscal period. In such event, the County will return any associated equipment to the Contractor in good working order, reasonable wear and tear excepted.

4. By mutual agreement, any contract which may be awarded pursuant to this RFQ, may be extended for two additional one year terms at agreed prices with all other terms and conditions remaining the same.

D. QUANTITIES

Quantities listed herein are estimates and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied.

E. PRICING

1. Prices quoted shall be firm for the first three (3) months of any contract that may be awarded pursuant to this RFQ.

2. Price escalation for the second and third years of any contract awarded as a result of this RFQ, shall not exceed the percentage increase stated by Bidder on the Bid Form, Exhibit A – Bid Response Packet.

3. All pricing as quoted will remain firm for the term of any contract that may be awarded as a result of this RFQ.

4. Unless otherwise stated, Bidder agrees that, in the event of a price decline, the benefit of such lower price shall be extended to the County.

5. All prices are to be F.O.B. destination. Any freight/delivery charges are to be included.

6. Any price increases or decreases for subsequent contract terms may be negotiated between Contractor and County only after completion of the initial term.

RFQ No. 901062Page 12

Page 13: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

7. Taxes and freight charges:

a. The County is soliciting a total price quoted for this project. The price quoted shall be the total cost the County will pay for this project including Sales, Use, or other taxes, and all other charges.

b. No charge for delivery, drayage, express, parcel post packing, cartage, insurance, license fees, permits, costs of bonds, or for any other purpose, except taxes legally payable by County, will be paid by the County unless expressly included and itemized in the bid.

c. Amount paid for transportation of property to the County of Alameda is exempt from Federal Transportation Tax. An exemption certificate is not required where the shipping papers show the consignee as Alameda County; as such papers may be accepted by the carrier as proof of the exempt character of the shipment.

d. Articles sold to the County of Alameda are exempt from certain Federal excise taxes. The County will furnish an exemption certificate.

8. All prices quoted shall be in United States dollars and "whole cent," no cent fractions shall be used. There are no exceptions.

9. A total price quoted is required for this contract and will be the maximum price the County will pay.

10. Price quotes shall include any and all payment incentives available to the County.

11. Bidders are advised that in the evaluation of cost, if applicable, it will be assumed that the unit price quoted is correct in the case of a discrepancy between the unit price and an extension.

12. Federal and State minimum wage laws apply. The County has no requirements for living wages. The County is not imposing any additional requirements regarding wages.

13. Prevailing Wages: Pursuant to Labor Code Sections 1770 et seq., Contractor shall pay to persons performing labor in and about Work provided for in Contract not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work in said locality, which per diem wages shall not be less than the stipulated rates contained in a schedule thereof which has been ascertained and determined by the Director of the State Department of Industrial Relations to be the general

RFQ No. 901062Page 13

Page 14: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this contract.

F. AWARD

1. The award will be made to the lowest responsible bidder who meets the requirements of these specifications, terms and conditions.

2. Awards may also be made to the subsequent lowest responsible bidders who will be considered the Back-up Contractors and who will be called in ascending order of amount of their quotation.

3. Small and Emerging Locally Owned Business: The County is vitally interested in promoting the growth of small and emerging local businesses by means of increasing the participation of these businesses in the County’s purchase of goods and services.

As a result of the County’s commitment to advance the economic opportunities of these businesses, Bidders must meet the County’s Small and Emerging Locally Owned Business requirements in order to be considered for the contract award. These requirements can be found online at:

http://acgov.org/auditor/sleb/overview.htm

For purposes of this bid, applicable industries include, but are not limited to, the following NAICS Code(s): 485113 as having no more than $14,000,000 over the last three (3) years.

An emerging business, as defined by the County, is one that has less than one-half (1/2) of the preceding amount and has been in business less than five (5) years.

4. The County reserves the right to reject any or all responses that materially differ from any terms contained in this RFQ or from any Exhibits attached hereto, to waive informalities and minor irregularities in responses received, and to provide an opportunity for bidders to correct minor and immaterial errors contained in their submissions. The decision as to what constitutes a minor irregularity shall be made solely at the discretion of the County.

5. The County reserves the right to award to a single or multiple contractors.

6. The County has the right to decline to award this contract or any part thereof for any reason.

RFQ No. 901062Page 14

Page 15: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

7. Board approval to award a contract is required.

8. A contract must be negotiated, finalized, and signed by the intended awardee prior to Board approval.

9. Final Standard Agreement terms and conditions will be negotiated with the selected bidder. Bidder may access a copy of the Standard Services Agreement template can be found online at:

http://www.acgov.org/gsa/purchasing/standardServicesAgreement.pdf

The template contains minimal Agreement boilerplate language only.

10. The RFQ specifications, terms, conditions and Exhibits, RFQ Addenda and Bidder’s proposal, may be incorporated into and made a part of any contract that may be awarded as a result of this RFQ.

G. METHOD OF ORDERING

1. Written POs will be issued upon approval of written itemized quotations received from the Contractor.

2. A written PO and signed Standard Agreement contract will be issued upon Board approval.

3. POs and Standard Agreements will be faxed, transmitted electronically or mailed and shall be the only authorization for the Contractor to place an order.

4. POs and payments for products and/or services will be issued only in the name of Contractor.

5. Contractor shall adapt to changes to the method of ordering procedures as required by the County during the term of the contract.

6. Change orders shall be agreed upon by Contractor and County and issued as needed in writing by County.

H. INVOICING

1. Contractor shall invoice the requesting department, unless otherwise advised, upon satisfactory receipt of product and/or performance of services.

2. Payment will be made within thirty (30) days following receipt of invoice and upon complete satisfactory receipt of product and performance of services.

RFQ No. 901062Page 15

Page 16: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

3. County shall notify Contractor of any adjustments required to invoice.

4. Invoices shall contain County PO number, invoice number, remit to address and itemized products and/or services description and price as quoted and shall be accompanied by acceptable proof of delivery.

5. Contractor shall utilize standardized invoice upon request.

6. Invoices shall only be issued by the Contractor who is awarded a contract.

7. Payments will be issued to and invoices must be received from the same Contractor whose name is specified on the POs.

8. The County will pay Contractor monthly or as agreed upon, not to exceed the total price quoted in the bid response.

I. ACCOUNT MANAGER / SUPPORT STAFF

1. Contractor shall provide a dedicated competent account manager who shall be responsible for the County account/contract. The account manager shall receive all orders from the County and shall be the primary contact for all issues regarding Bidder’s response to this RFQ and any contract which may arise pursuant to this RFQ.

2. Contractor shall also provide adequate, competent support staff that shall be able to service the County during normal working hours, Monday through Friday. Such representative(s) shall be knowledgeable about the contract, products offered and able to identify and resolve quickly any issues including but not limited to order and invoicing problems.

3. Contractor account manager shall be familiar with County requirements and standards and work with General Services Parking Division to ensure that established standards are adhered to.

IV. INSTRUCTIONS TO BIDDERS

A. COUNTY CONTACTS

GSA–Purchasing is managing the competitive process for this project on behalf of the County. All contact during the competitive process is to be through the GSA–Purchasing Department only.

The evaluation phase of the competitive process shall begin upon receipt of sealed bids until a contract has been awarded.

RFQ No. 901062Page 16

Page 17: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

All questions regarding these specifications, terms and conditions are to be submitted in writing, preferably via e-mail by 5:00 p.m. on February 14, 2013 to:

Jeff Thomas, Contracts Specialist IIAlameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907Oakland, CA 94612E-Mail: [email protected]: (510) 208-9613

The GSA Contracting Opportunities website will be the official notification posting place of all Requests for Interest, Proposals, Quotes and Addenda. Go to http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp to view current contracting opportunities.

B. SUBMITTAL OF BIDS

1. All bids must be SEALED and must be received at the Office of the Purchasing Agent of Alameda County BY 2:00 p.m. on the due date specified in the Calendar of Events.

NOTE: LATE AND/OR UNSEALED BIDS CANNOT BE ACCEPTED. IF HAND DELIVERING BIDS PLEASE ALLOW TIME FOR METERED STREET PARKING OR PARKING IN AREA PUBLIC PARKING LOTS AND ENTRY INTO SECURE BUILDING.

Bids will be received only at the address shown below, and by the time indicated in the Calendar of Events. Any bid received after said time and/or date or at a place other than the stated address cannot be considered and will be returned to the bidder unopened.

All bids, whether delivered by an employee of Bidder, U.S. Postal Service, courier or package delivery service, must be received and time stamped at the stated address prior to the time designated. The Purchasing Department's timestamp shall be considered the official timepiece for the purpose of establishing the actual receipt of bids.

2. Bids are to be addressed and delivered as follows:

Shuttle Bus ServicesRFQ No. 901062Alameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907 *Oakland, CA 94612

RFQ No. 901062Page 17

Page 18: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

Bidder's name, return address, and the RFQ number and title must also appear on the mailing package.

*PLEASE NOTE that on the bid due date, a bid reception desk will be open between 1:00 p.m. – 2:00 p.m. and will be located in the 1st floor lobby at 1401 Lakeside Drive.

3. Bidders are to submit one (1) original hardcopy bid (Exhibit A – Bid Response Packet, including additional required documentation), with original ink signatures, plus one (1) copy of their proposal. Original proposal is to be clearly marked “ORIGINAL” with copies to be marked “COPY”. All submittals should be printed on plain white paper, and must be either loose leaf or in a 3-ring binder (NOT bound). It is preferred that all proposals submitted shall be printed double-sided and on minimum 30% post-consumer recycled content paper. Inability to comply with the 30% post-consumer recycled content recommendation will have no impact on the evaluation and scoring of the proposal.

Bidders must also submit an electronic copy of their proposal. The electronic copy must be in a single file (PDF with OCR preferred), and shall be an exact scanned image of the original hard copy Exhibit A – Bid Response Packet, including additional required documentation. The file must be on disk or USB flash drive and enclosed with the sealed original hardcopy of the bid.

4. BIDDERS SHALL NOT MODIFY BID FORM(S) OR QUALIFY THEIR BIDS. BIDDERS SHALL NOT SUBMIT TO THE COUNTY A SCANNED, RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID FORM(S) OR ANY OTHER COUNTY-PROVIDED DOCUMENT.

5. No email (electronic) or facsimile bids will be considered.

6. All costs required for the preparation and submission of a bid shall be borne by Bidder.

7. Only one bid response will be accepted from any one person, partnership, corporation, or other entity; however, several alternatives may be included in one response. For purposes of this requirement, “partnership” shall mean, and is limited to, a legal partnership formed under one or more of the provisions of the California or other state’s Corporations Code or an equivalent statute.

8. All other information regarding the bid responses will be held as confidential until such time as the General Services Agency has completed its evaluation, an intended award has been made by the General Services Agency, and the contract has been fully negotiated with the intended awardee named in the intent to

RFQ No. 901062Page 18

Page 19: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

award/non-award notification(s). The submitted proposals shall be made available upon request no later than five (5) business days before approval of the award and contract is scheduled to be heard by the Board of Supervisors. All parties submitting proposals, either qualified or unqualified, will receive mailed intent to award/non-award notification(s), which will include the name of the bidder to be recommended for award of this project. In addition, award information will be posted on the County’s “Contracting Opportunities” website, mentioned above.

9. Each bid received, with the name of the bidder, shall be entered on a record, and each record with the successful bid indicated thereon shall, after the award of the order or contract, be open to public inspection.

10. California Government Code Section 4552: In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder.

11. Bidder expressly acknowledges that it is aware that if a false claim is knowingly submitted (as the terms “claim” and “knowingly” are defined in the California False Claims Act, Cal. Gov. Code, §12650 et seq.), County will be entitled to civil remedies set forth in the California False Claim Act. It may also be considered fraud and the Contractor may be subject to criminal prosecution.

12. The undersigned Bidder certifies that it is, at the time of bidding, and shall be throughout the period of the contract, licensed by the State of California to do the type of work required under the terms of the Contract Documents. Bidder further certifies that it is regularly engaged in the general class and type of work called for in the Bid Documents.

13. The undersigned Bidder certifies that it is not, at the time of bidding, on the California Department of General Services (DGS) list of persons determined to be engaged in investment activities in Iran or otherwise in violation of the Iran Contracting Act of 2010 (Public Contract Code Section 2200-2208).

14. It is understood that County reserves the right to reject this bid and that the bid shall remain open to acceptance and is irrevocable for a period of one hundred eighty (180) days, unless otherwise specified in the Bid Documents.

RFQ No. 901062Page 19

Page 20: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Specifications, Terms & Conditionsfor Shuttle Bus Services

C. RESPONSE FORMAT

1. Bid responses are to be straightforward, clear, concise and specific to the information requested.

2. In order for bids to be considered complete, Bidder must provide responses to all information requested. See Exhibit A – Bid Response Packet

3. Bid responses, in whole or in part, are NOT to be marked confidential or proprietary. County may refuse to consider any bid response or part thereof so marked. Bid responses submitted in response to this RFQ may be subject to public disclosure. County shall not be liable in any way for disclosure of any such records. Please refer to the County’s website at: http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm for more information regarding Proprietary and Confidential Information policies.

RFQ No. 901062Page 20

Page 21: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

EXHIBIT ABID RESPONSE PACKET

RFQ No. 901062 – Shuttle Bus Services

To: The County of Alameda

From:       (Official Name of Bidder)

AS DESCRIBED IN THE SUBMITTAL OF BIDS SECTION OF THIS RFQ, BIDDERS ARE TO SUBMIT ONE (1) ORIGINAL HARDCOPY BID (EXHIBIT A – BID RESPONSE PACKET), INCLUDING ADDITIONAL REQUIRED DOCUMENTATION), WITH ORIGINAL INK SIGNATURES, PLUS 1 COPY AND ONE (1) ELECTRONIC COPY OF THE BID IN PDF (with OCR preferred)

BIDDERS SHALL NOT MODIFY THIS BID RESPONSE PACKET IN ANY WAY OR QUALIFY THEIR BIDS

BIDDERS SHALL NOT SUBMIT TO THE COUNTY A SCANNED, RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY OTHER COUNTY-PROVIDED DOCUMENT

ALL PRICES AND NOTATIONS MUST BE PRINTED IN INK OR TYPEWRITTEN; NO ERASURES ARE PERMITTED; ERRORS MAY BE CROSSED OUT AND CORRECTIONS PRINTED IN INK OR TYPEWRITTEN ADJACENT, AND MUST BE INITIALED IN INK BY PERSON SIGNING BID

BIDDER MUST QUOTE PRICE(S) AS SPECIFIED IN RFQ

BID RESPONSE PACKET (EXHIBIT A) MUST BE SUBMITTED IN TOTAL WITH ALL REQUIRED DOCUMENTS ATTACHED THERETO; ALL INFORMATION REQUESTED MUST BE SUPPLIED

BIDDERS THAT DO NOT COMPLY WITH THE REQUIREMENTS, AND/OR SUBMIT INCOMPLETE BID PACKAGES, SHALL BE SUBJECT TO DISQUALIFICATION AND THEIR BIDS REJECTED IN TOTAL

IF BIDDERS ARE MAKING ANY CLARIFICATIONS AND/OR AMENDMENTS, OR TAKING EXCEPTION TO POLICIES OR SPECIFICATIONS OF THIS RFQ, INCLUDING THOSE TO THE COUNTY SLEB POLICY, THESE MUST BE SUBMITTED IN THE EXCEPTIONS, CLARIFICATIONS, AMENDMENTS SECTION OF THIS EXHIBIT A – BID RESPONSE PACKET IN ORDER FOR THE BID RESPONSE TO BE CONSIDERED COMPLETE

Exhibit A – RFQ No. 901062Page 1

Page 22: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

BIDDER INFORMATION AND ACCEPTANCE

1. The undersigned declares that the Bid Documents, including, without limitation, the RFI, RFQ, Addenda, and Exhibits have been read.

2. The undersigned is authorized, offers, and agrees to furnish the articles and/or services specified in accordance with the Specifications, Terms & Conditions of the Bid Documents of RFQ No. 901062 – Shuttle Bus Services.

3. The undersigned has reviewed the Bid Documents and fully understands the requirements in this Bid including, but not limited to, the requirements under the County Provisions, and that each Bidder who is awarded a contract shall be, in fact, a prime contractor, not a subcontractor, to County, and agrees that its Bid, if accepted by County, will be the basis for the Bidder to enter into a contract with County in accordance with the intent of the Bid Documents.

4. The undersigned acknowledges receipt and acceptance of all addenda.

5. The undersigned agrees to the following terms, conditions, certifications, and requirements found on the County’s website:

Bid Protests / Appeals Process [http://www.acgov.org/gsa/departments/purchasing/policy/bidappeal.htm]

Debarment / Suspension Policy[http://www.acgov.org/gsa/departments/purchasing/policy/debar.htm]

Iran Contracting Act (ICA) of 2010[http://www.acgov.org/gsa/departments/purchasing/policy/ica.htm]

General Environmental Requirements[http://www.acgov.org/gsa/departments/purchasing/policy/environ.htm]

Small Local Emerging Business Program[http://acgov.org/auditor/sleb/overview.htm]

First Source [http://acgov.org/auditor/sleb/sourceprogram.htm]

Online Contract Compliance System[http://acgov.org/auditor/sleb/elation.htm]

General Requirements [http://www.acgov.org/gsa/departments/purchasing/policy/genreqs.htm]

Proprietary and Confidential Information[http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm]

Exhibit A – RFQ No. 901062Page 2

Page 23: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

6. The undersigned acknowledges that Bidder will be in good standing in the State of California, with all the necessary licenses, permits, certifications, approvals, and authorizations necessary to perform all obligations in connection with this RFQ and associated Bid Documents.

7. It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions and, if applicable, the site condition. By the submission of a Bid, the Bidder certifies that if awarded a contract they will make no claim against the County based upon ignorance of conditions or misunderstanding of the specifications.

8. Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its officers, agents and employees, harmless from liability of an nature or kind, including cost and expenses, for infringement or use of any patent, copyright or other proprietary right, secret process, patented or unpatented invention, article or appliance furnished or used in connection with the contract or purchase order.

9. Insurance certificates are not required at the time of submission. However, by signing Exhibit A – Bid Response Packet, the contractor agrees to meet the minimum insurance requirements stated in the RFQ. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in the RFQ.

10. The undersigned acknowledges ONE of the following (please check only one box):

Bidder is not local to Alameda County and is ineligible for any bid preference; OR

Bidder is a certified SLEB and is requesting 10% bid preference; OR

Bidder is LOCAL to Alameda County and is requesting 5% bid preference, and has attached the following documentation to this Exhibit:

Copy of a verifiable business license, issued by the County of Alameda or a City within the County; and

Proof of six (6) months business residency, identifying the name of the vendor and the local address. Utility bills, deed of trusts or lease agreements, etc., are acceptable verification documents to prove residency.

Exhibit A – RFQ No. 901062Page 3

Page 24: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

Official Name of Bidder:      

Street Address Line 1:      

Street Address Line 2:      

City:       State:       Zip Code:      

Webpage:      

Type of Entity / Organizational Structure (check one):

Corporation Joint Venture

Limited Liability Partnership Partnership

Limited Liability Corporation Non-Profit / Church

Other:      

Jurisdiction of Organization Structure:      

Date of Organization Structure:      

Federal Tax Identification Number:      

Primary Contact Information:

Name / Title:      

Telephone Number:       Fax Number:      

E-mail Address:      

SIGNATURE:

Name and Title of Signer:      

Dated this       day of       20     

Exhibit A – RFQ No. 901062Page 4

Page 25: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

BID FORM

Cost shall be submitted on this Bid Form as is. No alterations or changes of any kind are permitted. Bid responses that do not comply will be subject to rejection in total. The cost quoted below shall include all

taxes and all other charges and is the cost the county will pay.

Rates must include the costs of all applicable salaries and fringe benefits for employees, overhead costs, vehicles, insurance, fuel, maintenance, GPS system, cleaning and washing of vehicles, business reports, employee uniforms, training, and driver rest breaks, lunch periods, administration and all other costs

involved in the operation of a shuttle bus service.

Compensable hours of actual vehicle operation shall not include any time in which a vehicle has been removed from service, including for purposes of fueling, maintenance, inspections, cleaning, mechanical

breakdowns, employee training, and driver rest breaks and lunch periods.

County of Alameda reserves the right to modify any existing routes in any way including, but not limited to, route alterations, changes in route frequency, and time and duration of service. The county further reserves the right to extend shuttle service to new locations via new or existing routes. Any new or extended routes

will utilize the same hourly rates designated in the above bid form.

Bidder agrees that the price(s) quoted are the maximum they will charge during the term of any contract awarded.

Bidder hereby certifies to County that all representations, certifications, and statements made by Bidder, as set forth in this Bid Form and attachments are true and correct and are made under penalty of perjury pursuant to the laws of California.

Description

Estimated Number Of Hours Per Year (A)

Year 1 Year 2 Year 3

Hourly Rate (B)

Extended Cost

(C)=(A*B)

Hourly Rate (D)

Extended Cost

(E)=(A*D)

Hourly Rate (F)

Extended Cost

(G)=(A*F)Shuttle Bus

Services 11,500                                    

Sales Tax      Grand Total =(C+E+G)      

Page 26: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

REQUIRED DOCUMENTATION AND SUBMITTALS

All of the specific documentation listed below is required to be submitted with the Exhibit A – Bid Response Packet in order for a bid to be deemed complete. Bidders shall submit all documentation, in the order listed below and clearly label each section with the appropriate title (i.e. Table of Contents, Letter of Transmittal, Key Personnel, etc.).

1. Table of Contents: Bid responses shall include a table of contents listing the individual sections of the quotation/proposal and their corresponding page numbers. Tabs should separate each of the individual sections.

2. Letter of Transmittal: Bid responses shall include a description of Bidder’s capabilities and approach in providing its goods and/or services to the County, and provide a brief synopsis of the highlights of the Proposal and overall benefits of the Proposal to the County. This synopsis should not exceed three (3) pages in length and should be easily understood.

3. Key Personnel: Bid responses shall include a complete list of all key personnel associated with the RFQ. This list must include all key personnel who will provide services/training to County staff and all key personnel who will provide maintenance and support services. For each person on the list, the following information shall be included:

(a) The person’s relationship with Bidder, including job title and years of employment with

Bidder; (b) The role that the person will play in connection with the RFQ;(c) Address, telephone, fax numbers, and e-mail address; (d) Person’s educational background; and(e) Person’s relevant experience, certifications, and/or merits

4. Description of the Proposed Buses: Bid response shall include a description of the proposed buses, as they will be finally configured during the term of the contract. The description shall specify how the proposed buses will meet or exceed the requirements of the County and shall explain any advantages that these proposed buses would have over other possible buses. The description shall include any disadvantages or limitations that the County should be aware of in evaluating the quotation. Finally, the description shall describe all vehicle warranties provided by Bidder or manufacturer.

5. Description of the Proposed Services: Bid response shall include a description of the terms and conditions of services to be provided during the contract term including response times. The description shall contain a basis of estimate for services including its scheduled start and completion dates, the number of Bidder’s and County personnel involved, and the number of hours scheduled for such personnel. The description shall identify spare or replacement parts that will be required in performing maintenance services, the anticipated location(s) of such spare parts, and how quickly such parts shall be available for repairs. Finally, the description

Page 27: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

must: (1) specify how the services in the bid response will meet or exceed the requirements of the County; (2) explain any special resources, procedures or approaches that make the services of Bidder particularly advantageous to the County; and (3) identify any limitations or restrictions of Bidder in providing the services that the County should be aware of in evaluating its Response to this RFQ.

6. Implementation Plan and Schedule: The bid response shall include an implementation plan and schedule. The plan for implementing the proposed services shall include a County Acceptance Test Plan (ATP). In addition, the plan shall include a detailed schedule indicating how Bidder will ensure adherence to the timetables set forth herein for the services.

7. References:

(a) Bidders must use the templates on pages 10 and 11 of this Exhibit A – Bid Response Packet to provide references.

(b) Bidders are to provide a list of three (3) current and three (3) former clients. References must be satisfactory as deemed solely by County. References should have similar scope, volume and requirements to those outlined in these specifications, terms and conditions.

Bidders must verify the contact information for all references provided is current and valid.

Bidders are strongly encouraged to notify all references that the County may be contacting them to obtain a reference.

(c) The County may contact some or all of the references provided in order to determine Bidder’s performance record on work similar to that described in this request. The County reserves the right to contact references other than those provided in the Response and to use the information gained from them in the evaluation process.

(d) Bidder shall provide on a separate sheet(s), complete reference information for all public institutions or agencies for which it provides or has provided comparable product, systems and services. Each reference shall include the project name and location, the scope of services performed and the name, address, telephone and fax numbers of the person who may be contacted for reference information.

8. Exceptions, Clarifications, Amendments:

(a) This shall include clarifications, exceptions and amendments, if any, to the RFQ and associated Bid Documents, and shall be submitted with your bid response using the template on page 12 of this Exhibit A – Bid Response Packet.

(b) THE COUNTY IS UNDER NO OBLIGATION TO ACCEPT ANY EXCEPTIONS, AND SUCH EXCEPTIONS MAY BE A BASIS FOR BID DISQUALIFICATION.

9. SLEB Partnering Information Sheet:

(a) Every bidder must fill out and submit a signed SLEB Partnering Information Sheet, (found in Exhibit A immediately following this paragraph) indicating their SLEB certification status and, if not certified, the name, identification information, and

Page 28: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

goods/services to be provided by the SLEB partner(s) with whom the bidder will subcontract to meet the County SLEB participation requirement. If a SLEB subcontractor(s) is named, the Exhibit must be signed by the SLEB(s) according to the instructions.

Page 29: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

SMALL LOCAL EMERGING BUSINESS (SLEB)PARTNERING INFORMATION SHEET

RFQ No. 901062 – Shuttle Bus Services

In order to meet the Small Local Emerging Business (SLEB) requirements of this RFQ, all bidders must complete this form as required below.

Bidders not meeting the definition of a SLEB (http://acgov.org/auditor/sleb/overview.htm) are required to subcontract with a SLEB for at least twenty percent (20%) of the total estimated bid amount in order to be considered for contract award. SLEB subcontractors must be independently owned and operated from the prime contractor with no employees of either entity working for the other. This form must be submitted for each business that bidders will work with, as evidence of a firm contractual commitment to meeting the SLEB participation goal. (Copy this form as needed.)

Bidders are encouraged to form a partnership with a SLEB that can participate directly with this contract. One of the benefits of the partnership will be economic, but this partnership will also assist the SLEB to grow and build the capacity to eventually bid as a prime on their own.

Once a contract has been awarded, bidders will not be able to substitute named subcontractors without prior written approval from the Auditor-Controller, Office of Contract Compliance (OCC).

County departments and the OCC will use the web-based Elation Systems to monitor contract compliance with the SLEB program (Elation Systems: http://www.elationsys.com/elationsys/index.htm).

BIDDER IS A CERTIFIED SLEB (sign at bottom of page)

SLEB BIDDER Business Name:      

SLEB Certification #:       SLEB Certification Expiration Date:      

NAICS Codes Included in Certification:      

BIDDER IS NOT A CERTIFIED SLEB AND WILL SUBCONTRACT       % WITH THE SLEB NAMED BELOW FOR THE FOLLOWING GOODS/SERVICES:      

SLEB BIDDER Business Name:      

SLEB Certification #:       SLEB Certification Expiration Date:      

SLEB Certification Status: Small / Emerging

NAICS Codes Included in Certification:      

SLEB Subcontractor Principal Name:      

SLEB Subcontractor Principal Signature: Date:      

Upon award, prime contractor and all SLEB subcontractors that receive contracts as a result of this bid process agree to register and use the secure web-based ELATION SYSTEMS. ELATION SYSTEMS will be used to submit SLEB subcontractor participation including, but not limited to, subcontractor contract amounts, payments made, and confirmation of payments received.

Bidder Signature: Date:      

Page 30: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

CURRENT REFERENCES

RFQ No. 901062 – Shuttle Bus Services

Bidder Name:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Page 31: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

FORMER REFERENCES

RFQ No. 901062 – Shuttle Bus Services

Bidder Name:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Page 32: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

EXAMPLE

EXCEPTIONS, CLARIFICATIONS, AMENDMENTS

RFQ No. 901062 – Shuttle Bus Services

Bidder Name:      

List below requests for clarifications, exceptions and amendments, if any, to the RFQ and associated Bid Documents, and submit with your bid response.

The County is under no obligation to accept any exceptions and such exceptions may be a basis for bid disqualification.

Reference to: DescriptionPage No. Section Item No.

p. 23D 1.c. Vendor takes exception to…

                       

                       

                       

                       

                       

                       

                       

                       

                       

                       

*Print additional pages as necessary

Page 33: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

EXHIBIT BINSURANCE REQUIREMENTS

Insurance certificates are not required at the time of submission; however, by signing Exhibit A – Bid Packet, the bidder agrees to meet the minimum insurance requirements stated in the RFQ, prior to award. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in this Exhibit B – Insurance Requirements.

The following page contains the minimum insurance limits, required by the County of Alameda, to be held by the contractor performing on this RFQ:

*** see next page for county of alameda minimum insurance requirements ***

Exhibit B – RFQ No. 901062Page 1

Page 34: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

EXHIBIT BCOUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS

Without limiting any other obligation or liability under this Agreement, the Contractor, at its sole cost and expense, shall secure and keep in force during the entire term of the Agreement or longer, as may be specified below, the following insurance coverage, limits and endorsements:

TYPE OF INSURANCE COVERAGES MINIMUM LIMITSA Commercial General Liability

Premises Liability; Products and Completed Operations; Contractual Liability; Personal Injury and Advertising Liability

$1,000,000 per occurrence (CSL)Bodily Injury and Property Damage$1,000,000 aggregate

B Commercial or Business Automobile LiabilityAll owned vehicles, hired or leased vehicles, non-owned, borrowed and permissive uses. Personal Automobile Liability is acceptable for individual contractors with no transportation or hauling related activities

$1,000,000 per occurrence (CSL)Any AutoBodily Injury and Property Damage$1,000,000 aggregate

C Workers’ Compensation (WC) and Employers Liability (EL)Required for all contractors with employees

WC: Statutory LimitsEL: $100,000 per accident for bodily injury or disease

D Commercial Excess/Umbrella Liability Over the Commercial General Liability and Commercial or Business Automobile Liability Insurance

$4,000,000 total combined single limit per occurrence and $,000,000 aggregate

E Endorsements and Conditions : 1. ADDITIONAL INSURED: ALL INSURANCE REQUIRED ABOVE WITH THE EXCEPTION OF PROFESSIONAL LIABILITY, PERSONAL

AUTOMOBILE LIABILITY, WORKERS’ COMPENSATION AND EMPLOYERS LIABILITY, SHALL PROVIDE AN ADDITIONAL INSURANCE ENDORSEMENT PAGE THAT NAMES AS ADDITIONAL INSURED: COUNTY OF ALAMEDA, ITS BOARD OF SUPERVISORS, THE INDIVIDUAL MEMBERS THEREOF, AND ALL COUNTY OFFICERS, AGENTS, EMPLOYEES AND REPRESENTATIVES.

2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement with the following exception: Insurance policies and coverage(s) written on a claims-made basis shall be maintained during the entire term of the Agreement and until 3 years following termination and acceptance of all work provided under the Agreement, with the retroactive date of said insurance (as may be applicable) concurrent with the commencement of activities pursuant to this Agreement.

3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies shall be primary insurance to any insurance available to the Indemnified Parties and Additional Insured(s). Pursuant to the provisions of this Agreement, insurance affected or procured by the Contractor shall not reduce or limit Contractor’s contractual obligation to indemnify and defend the Indemnified Parties.

4. INSURER FINANCIAL RATING: Insurance shall be maintained through an insurer with a minimum A.M. Best Rating of A- or better, with deductible amounts acceptable to the County. Acceptance of Contractor’s insurance by County shall not relieve or decrease the liability of Contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor.

5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall maintain separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.

6. JOINT VENTURES: If Contractor is an association, partnership or other joint business venture, required insurance shall be provided by any one of the following methods:– Separate insurance policies issued for each individual entity, with each entity included as a “Named Insured (covered party), or at

minimum named as an “Additional Insured” on the other’s policies.– Joint insurance program with the association, partnership or other joint business venture included as a “Named Insured.

7. CANCELLATION OF INSURANCE: All required insurance shall be endorsed to provide thirty (30) days advance written notice to the County of cancellation.

8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, Contractor shall provide Certificate(s) of Insurance and applicable insurance endorsements, in form and satisfactory to County, evidencing that all required insurance coverage is in effect. The County reserves the rights to require the Contractor to provide complete, certified copies of all required insurance policies. The require certificate(s) and endorsements must be sent to:

- Department/Agency issuing the contract

Certificate C-1_Transportation Services_091009 Page 1 of 1 Form 2003-1 (Rev. 9/10/09)

Exhibit B – RFQ No. 901062Page 2

Page 35: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

EXHIBIT CVENDOR BID LIST

RFQ No. 901062 – Shuttle Bus Services

Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No. 901062, and/or been issued a copy of this RFQ. This Vendor Bid List is being provided for informational purposes to assist bidders in making contact with other businesses as needed to develop local small and emerging business subcontracting relationships to meet the requirements of the Small Local Emerging Business (SLEB) Program: http://www.acgov.org/gsa/departments/purchasing/policy/slebpref.htm.

RFP No. 901062 - Shuttle Bus ServicesBusiness Name Contact Name Contact

Phone Address City State Email

Ac Transit Cory Lavigne 510 891-4846 1600 Franklin Street Oakland CA [email protected] Passenger 650-222-9246 [email protected] Transit Corporation Sunny Kumar 925-400-5855 22990 Clawiter Rd Hayward CA [email protected]

Azure Dynamics Beth Silverman 781 932-9009 9 Forbes Road Woburn MA [email protected]

Bauer’s Intelligent Transportation, Inc. Alisha Stanfield 415-740-5363 Pier 50 San

Francisco CA [email protected]

Bauer's Transportation Jon Davidson 415 522-1212 [email protected]

Bauer's Transportation Alisha Stanfield 415-740-5363 Pier 27, The Embarcadero San Francisco CA [email protected]

Black Tie Transportation Debbie Moore 925-847-0747 [email protected] International Eloy Soto 408-314-2836 2990 Winchester Blvd. Campbell CA [email protected]

Cusa, Llc Mike Waters 415 642-9400 300 Toland St. San Francisco CA michael.waters@coachameri

ca.comDouglas Parking 510-715-0188 [email protected] Camino Charter Lines, Inc. Dba El Camino Charters Kumar Shah 650.989.2600 214 Shaw Road S. San

Francisco CA [email protected]

El Camino Trailways Steve Kilmer 775 745-5786 214 Shaw Road, Suite T South S.F. CA [email protected]

Go Green Eric Hoopes 510-828-7656 22135 Mission Blvd. Hayward CA [email protected]

Go Green Transportation, Inc. Eric Hoopes 510-828-7656 20630 John Dr Castro Valley CA [email protected]

Keolis Transit America Scott Williams 310-981-9500 6053 W. Century Blvd Los Angeles CA [email protected]

Michael's Transportation Michael Brown 707-643-2099 140 Yolano Drive Vallejo CA [email protected]

Michael's Transportation Service, Inc. Carl Mosebach 707-643-2099 140 Yolano Dr Vallejo CA [email protected]

mMobility Plus Scott Williams 310-981-9500 6053 W. Century Blvd. Los Angeles CA [email protected]

Mv Transportation, Inc. David Smith 707 863-8710 360 Campus Lane, Ste. 201 Fairfield CA [email protected]

National Express Transit Corporation Tina Aileen Tkach 513-322-6214 8041 Hosbrook Road Cincinnati OH tina.tkach@nationalexpressc

orp.com

Pacific Coast Bus 415 284-1600 [email protected]

Pca 415 378-0996 [email protected] Justin Masson 209-992-6921 11101 Lakewood Blvd. Downey CA [email protected]

Professional Parking Ralph L. Caldin Jr. 949-391-7275 2301 Stanley Ave Signal Hill CA [email protected]

Serendipity Land Yachts Teri Hayes 408 566-0430 [email protected]

Sfo Shuttle Bus Jeff Leonoudakis 650 877-0430 Po Box 280233 San Francisco CA [email protected]

et

Exhibit C – RFQ No. 901062Page 1

Page 36: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

RFP No. 901062 - Shuttle Bus ServicesBusiness Name Contact Name Contact

Phone Address City State Email

Sfo Shuttle Bus Broyce Batchan 510-382-2140 325 5th St. San Francisco CA [email protected]

Silverado Stages, Inc. Mike Watson 415 272-8730 241-B Prado Road San Luis Obispo CA [email protected]

om

Silverado Stages, Inc. Aaron Young 805-534-4664 241-B Prado Road San Luis Obispo CA [email protected]

Starzz Management Joe Thompkins 510 632-5533 8393 Capwell Dr., Suite 220 Oakland CA [email protected]

mTotal Contract Solutions, Inc. Karen Johnson 469-362-0077 Po Box 1654 Little Elm TX [email protected]

Transmetro, Inc. Fred Kahn 415 512-5777 1160 Mission St., Ste. 612 San Francisco CA [email protected]

Transmetro, Inc. Fred Khan 415-513-5777 3931 Alemany Blvd #2002-221

San Francisco CA [email protected]

Transportation Concepts/Parking Concepts Ken Shin 415-553-6883 12 Mauchly, Building 1 Irvine CA [email protected]

Vision Communications Mark Champ 510-346-0300 1770 Neptune Drive San Leandro CA [email protected]

Wheelcare Express Michael Quigley 510 436 5040 5309 E.8th St. Oakland CA [email protected]

Exhibit C – RFQ No. 901062Page 2

Page 37: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

EXHIBIT DMAP – ROUTE NO. 1 ALAMEDA COUNTY JUVENILE JUSTICE CENTER & FAIRMONT HOSPITAL

Exhibit D – RFQ No. 901062Page 1

Page 38: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

EXHIBIT EPROPOSED TIMETABLE – ROUTE NO. 1 ALAMEDA COUNTY JUVENILE JUSTICE CENTER & HOSPITAL

Exhibit E – RFQ No. 901062Page 1

Page 39: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

EXHIBIT FMAP – ROUTE NO. 2 COUNTY CENTER

Exhibit F – RFQ No. 901062Page 1

Page 40: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

EXHIBIT GPROPOSED TIMETABLE – ROUTE NO. 2 COUNTY CENTER

COUNTY CENTER SHUTTLE – MORNING SCHEDULESTOP 1:

LAKE MERRITT

BART STATION

(Oak St. Bus Stop)

STOP 2:OAKLAND MUSEUM

(Corner of Oak & 12th Streets)

STOP 3:LAKESIDE BUILDING

(14th Street Bus Stop on the Corner of

Lakeside and 14th

Street)

STOP 4:12TH ST AND

JACKSON(AC Transit Bus

Stop)

STOP 5:DOWNTOWN

OAKLAND BART STATION

(On 13th Street @ yellow zone in

front of Burger King, at theCorner of Broadway &

13th)

STOP 6:ALCO PARK(13th Street @

Driveway to Alco Park Basement Level

– Motor Vehicle Department)

6:33 6:34 6:37 6:39 6:42 6:456:48 6:49 6:52 6:54 6:57 7:007:03 7:04 7:07 7:09 7:12 7:157:18 7:19 7:22 7:24 7:27 7:307:33 7:34 7:37 7:39 7:42 7:457:48 7:49 7:52 7:54 7:57 8:008:03 8:04 8:07 8:09 8:12 8:158:18 8:19 8:22 8:24 8:27 8:308:33 8:34 8:37 8:39 8:42 8:458:48 8:49 8:52 8:54 8:57 9:009:03 9:04 9:07 9:09 9:12 9:159:18 9:19 9:22 9:24 9:27 9:309:33 9:34 9:37 9:39 9:42 9:459:48 9:49 9:52 9:54 9:57 10:00

Exhibit G – RFQ No. 901062Page 1

Page 41: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

COUNTY CENTER SHUTTLE – EVENING SCHEDULE

STOP 1:LAKE

MERRITT BART

STATION(Oak St. Bus

Stop)

STOP 2:OAKLAND MUSEUM

(Corner of Oak & 12th Streets)

STOP 3:LAKESIDE BUILDING

(14th Street Bus Stop on the Corner of

Lakeside and 14th

Street)

STOP 4:12TH ST AND

JACKSON(AC Transit Bus

Stop)

STOP 5:DOWNTOWN

OAKLAND BART STATION

(On 13th Street @ yellow zone in

front of Burger King, at theCorner of Broadway &

13th)

STOP 6:ALCO PARK(13th Street @

Driveway to Alco Park Basement Level – Motor

Vehicle Department)

3:48 3:49 3:52 3:54 3:57 4:004:03 4:04 4:07 4:09 4:12 4:154:18 4:19 4:22 4:24 4:27 4:304:33 4:34 4:37 4:39 4:42 4:454:48 4:49 4:52 4:54 4:57 5:005:03 5:04 5:07 5:09 5:12 5:155:18 5:19 5:22 5:24 5:27 5:305:33 5:34 5:37 5:39 5:42 5:455:48 5:49 5:52 5:54 5:57 6:006:03 6:04 6:07 6:09 6:12 6:156:18 6:19 6:22 6:24 6:27 6:306:33 6:34 6:37 6:39 6:42 6:45

Exhibit G – RFQ No. 901062Page 2

Page 42: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

EXHIBIT HMAP – ROUTE NO. 3 HAYWARD WINTON CAMPUS

Exhibit H – RFQ No. 901062Page 1

Page 43: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

EXHIBIT IShuttle Bus Services Operational Times

Shuttle Route Hours Of OperationNumber Of

Shuttle Buses# Of Business Days Per Year

Estimated Annual Hours

Alameda County Juvenile Justice Center & Hospital 6:30 AM to 7:00 PM 2 250 6,500

Oakland County Center6:30 AM to 10:00 AM3:45 PM to 6:45 PM 1 250 1,750

Hayward Winton Campus 6:30 AM to 7:00 PM 1 250 3,250

Total 11,500

1. County of Alameda reserves the right to modify existing routes in any way including, but not limited to, route alterations, route frequency, time and duration of service. The County may also extend shuttle service to new locations via new or existing routes.

Exhibit I – RFQ No. 901062Page 1

Page 44: 901062-RFQ-Shuttle Bus Services · Web viewEstimated roundtrip distance of approximately six and two-fifths 6.4 miles. ... WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID

EXHIBIT JSECTION IV. 16. OF THE ALAMEDA COUNTY VEHICLE USE POLICY

Anti-idling policy

Drivers of any County vehicle/equipment shall not idle the vehicle’s primary engine, either gasoline or diesel, for greater than 5.0 consecutive minutes at any location, except as noted below:

1. Exceptions - The idling limit does not apply to:

a. Idling when the vehicle must remain motionless due to traffic conditions, traffic signal, or at the direction of a peace officer,

b. Idling when weather conditions affect the safe operation of the vehicle,

c. Idling when queuing,

d. Idling to verify that the vehicle is in safe operating condition,

e. Idling for testing, servicing, repairing or diagnostic purposes,

f. Idling necessary to accomplish work for which the vehicle was designed (such as operating a crane),

g. Idling required to bring the machine system to operating temperature

h. Idling by authorized emergency vehicles while providing services.

Consistent with diesel engine idling law (Title 13 of the California Code of Regulations).

Exhibit J – RFQ No. 901062Page 1