76
**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

901121 RFQ Elevator Maintenance - acgov.org€¦  · Web view2000 San Pablo Ave, Oakland 94612 Four (4) Otis traction passenger elevators 124456, ... WORD-PROCESSED, OR OTHERWISE

Embed Size (px)

Citation preview

**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.

COUNTY OF ALAMEDAREQUEST FOR QUOTATION No. 901121

for

ELEVATOR MAINTENANCE AND REPAIR

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: Evelyn Benzon, Contracts Specialist II

Phone Number: (510) 208-9622

E-mail Address: [email protected]

RESPONSE DUEby

2:00 p.m.on

July 18, 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/

/tt /fi le_convert/5ba15a4409d3f2c06a8c1ae7/document.doc I\PURCHASING\Contracting Opportunities\Purchasing\Elevator Maintenance and Repair (901121)\RFQ_ElevatorMaintenance Revision 2013-5-2

COUNTY OF ALAMEDAREQUEST FOR QUOTATION No. 901121SPECIFICATIONS, TERMS & CONDITIONS

forELEVATOR MAINTENANCE AND REPAIR

TABLE OF CONTENTSPage

I. STATEMENT OF WORK 4A. INTENT 4B. SCOPE4C. BIDDER QUALIFICATIONS 4D. SPECIFIC REQUIREMENTS 5E. DELIVERABLES / REPORTS 9

II. CALENDAR OF EVENTS 9F. NETWORKING / BIDDERS CONFERENCES 10G. SITE VISITS/INSPECTIONS 11

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS 15H. CONTRACT EVALUATION AND ASSESSMENT 15I. NOTICE OF RECOMMENDATION TO AWARD 16J. TERM / TERMINATION / RENEWAL 16K. QUANTITIES 16L. PRICING 17M. AWARD 18N. METHOD OF ORDERING 19O. INVOICING 20P. ACCOUNT MANAGER / SUPPORT STAFF 20

IV. INSTRUCTIONS TO BIDDERS 21Q. COUNTY CONTACTS 21R. SUBMITTAL OF BIDS 21S. RESPONSE FORMAT 24

ATTACHMENTS

EXHIBIT A - BID RESPONSE PACKETEXHIBIT B - INSURANCE REQUIREMENTSEXHIBIT C - VENDOR BID LISTEXHIBIT D – REQUIRED BIDDER ATTACHMENTS:

Attachment D-1 Preventive Maintenance Schedule for Elevator Preventive Maintenance and/or Phone Monitoring and Maintenance.

Attachment D-2 Preventive Maintenance Agreement (PMA) and Phone Monitoring and Maintenance Agreement (PMMA) – Comprehensive list of parts, services and remote diagnostics that are included in the PMA and PMMA (if PMMA is included as part of the PMA).

Attachment D-3 Detailed list of any additional services, diagnostics, or part not included in the PMA and/or PMMA.

Attachment D-4 List of any additional Holidays not designated in Exhibit A for which service calls will be charged at the Holiday Rate.

Attachment D-5 Annual number of unscheduled services in the PMA. Attachment D-6 Photocopies of Certifications and/or Licenses. Attachment D-7 Sample PMA Inspection Log.

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

I. STATEMENT OF WORK

A. INTENT

It is the intent of these specifications, terms and conditions to describe elevator maintenance and repair and elevator phone monitoring services required by the County of Alameda. The successful bidder(s) shall provide maximum availability and minimum downtime of all County units through routine preventive maintenance, and will fulfill service requests in a satisfactory and prompt manner on an as-needed basis.

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

B. SCOPE

The County has eighty three (83) elevators, dumbwaiters, and escalators requiring routine maintenance and repair in at least thirty (30) County-owned locations. These lifts include hydraulic and electric units used for freight, passenger elevators, and security elevators that transport prisoners in courthouses. Manufacturers include Dover, U.S. Elevator, Otis, Cheney, Montgomery, Schindler and Independent. Service requirements include emergency repairs, routine preventative maintenance, routine safety inspections, and emergency telephone monitoring. The RFQ will include a list of all known lifts on County property, the types of services they require, descriptions of the units, and their locations.

C. BIDDER QUALIFICATIONS

1. BIDDER Minimum Qualifications

a. Bidder shall be regularly and continuously engaged in the business in servicing elevators and escalators for at least five (5) years;

b. Bidder shall be certified by the International Union of Elevator Inspectors and/or possess a California Qualified Elevator Inspector (QEI) license;

c. Bidder shall provide proof of certification by the International Union of Elevator Inspectors or proof that they possess a valid California Qualified Elevator Inspector (QEI) license. Photocopies of such certificates and/or licenses must be submitted with the bidder’s response as ATTACHMENT D-6;

RFQ No. 901121Page 4

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

d. Bidder repair personnel shall be certified by the State of California as an elevator Certified Competent Conveyance Mechanic (CCCM). Photocopies of such certificates and/or licenses must be submitted with the bidder’s response at ATTACHMENT D-6;

e. Bidder’s repair personnel must be licensed journeymen elevator/escalator mechanics who are in compliance with all governing laws and regulations regarding elevator maintenance;

f. Bidder shall provide competent, licensed, and qualified service people on site, in a timely manner, fully equipped with all tools and parts necessary to maintain and repair the specified unit(s);

g. Bidders must be able to respond to emergencies by having a service person on-site within thirty (30) minutes for a stuck, occupied elevator, or within two (2) hours for an unoccupied elevator during normal business hours, after receiving a request. Note that the details of special requirements and hours for specific facilities will be outlined in the RFQ; and

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

D. SPECIFIC REQUIREMENTS

1. Elevator Preventive Maintenance

a. Bidder shall provide, as ATTACHMENT D-1, a comprehensive Maintenance Schedule for Elevator Preventive Maintenance Agreement (PMA) and/or Phone Monitoring and Maintenance Agreement for each location with the Bidder’s bid response. The schedule shall include a schedule routine inspection.

b. Bidder shall provide, as ATTACHMENT D-2, a Preventive Maintenance Agreement (PMA) and shall include a comprehensive list of all parts, services and remote diagnostics that are included in the PMA and PMMA at no additional charge to the County, indicating how often these diagnoses are performed, and the checkpoints that will be inspected.

c. Bidder must submit a monthly rate for Year One, Year Two, and Year Three for each unit bid, even if the values are identical for all three (3) years. Rates shall include all preventive maintenance services as specified in the

RFQ No. 901121Page 5

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

PMA/PMMA and shall be submitted on EXHIBIT A Bid Form, Section B through D for each unit bid.

d. Bidder shall provide, as ATTACHMENT D-3, a comprehensive description of additional programs, services, and parts not included in a PMA and/or PMMA being quoted for the elevator cars, machine rooms, elevator pits, and communication systems. This list shall include how often these diagnoses are performed and shall be submitted with the Bidder's bid response.

e. Bidder shall include cost for a five (5) year load test per traction and hydraulic elevators with the Bidder's bid response, on Exhibit A, Bid Form, Item No. 32 and 33.

f. Bidder shall provide cost of Fire Recall testing per elevator as prescribed by the State of California as part of their Preliminary Orders for permitting with the bidder’s bid response, on Exhibit A, Bid Form, Item No. 34.

g. All rates quoted shall include travel time and mileage. No additional charges for travel, time or mileage will be acknowledged or paid for by the County.

h. After any emergency or regular repair, contractor shall immediately call the assigned GSA–BMD Shop Supervisor to notify of the status of repair.

i. Bidder and their employees must successfully pass the Alameda County Sheriff’s Office (ACSO) Site Security Clearance prior to performing any work in ACSO detention facilities. This is an individual clearance. Once obtained, this clearance must be renewed on an annual basis by attending a mandatory 8- hour training class for all site-cleared personnel. The ID Badge issued by ACSO must also be worn above the waist at all times while within any ACSO detention facility.

j. Contractor shall maintain an on-site log containing the day, date, time, printed name, and written signature of the service person for all units and all site visits. A sample log shall be submitted with the Bidder's bid response, as ATTACHMENT D-7.

2. Phone Monitoring and Maintenance

RFQ No. 901121Page 6

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

a. Bidder shall include phone inspection and service as part of their elevator PMA.

b. The percentage over Bidder's cost the County shall pay for materials and parts not routinely covered by the PMMA and/or the PMA shall be submitted with the Bidder's bid response, Exhibit A, Bid Form, Item No. 35.

3. Service Hours and Service Rates

a. A single unscheduled service response shall include all visits to a site from the time a unit is taken out-of-service until service resumes. Bidder shall provide unscheduled service responses in addition to routine scheduled preventive maintenance visits. Bidder shall specify the annual number of unscheduled service responses, included per site in the PMA at no additional cost, as ATTACHEMENT D-5, Annual Service of Unscheduled Services Responses, included in PMA at no additional cost .

b. Bidder shall specify on Exhibit A, Bid Form, Item "F”, Urgent Hourly Rate: Mon.-Fri. 8:00 a.m. - 5:00 p.m. a rate of pay that applies to unscheduled service for an unoccupied elevator during the hours on Monday through Friday from 8:00 a.m. through 5:00 p.m. if a site exceeds the allowed number of unscheduled service responses included in the PMA.

c. Bidder shall specify on Exhibit A, Bid Form, Item “G”, Urgent Hourly Rate: Mon.-Fri. 5:00 p.m. - 8:00 a.m. a rate of pay that applies to unscheduled service for an unoccupied elevator during the hours on Monday through Friday from 5:00 p.m. through 8:00 a.m. if a site exceeds the allowed number of unscheduled service responses included in the PMA.

d. Bidder shall specify on Exhibit A, Bid Form, Item “H”, Emergency Hourly Rate: Mon.-Fri. 8:00 a.m. - 5:00 p.m. a rate of pay that applies to unscheduled service for an occupied elevator during the hours on Monday through Friday from 8:00 a.m. through 5:00 p.m. if a site exceeds the allowed number of unscheduled service responses included in the PMA.

e. Bidder shall specify on Exhibit A, Bid Form, Item “I”, Emergency Hourly Rate: Mon.-Fri. 5:00 p.m. - 8:00 a.m. a rate of pay that applies to unscheduled service for an occupied elevator during the hours on Monday through Friday from 5:00 p.m. through 8:00 a.m. if a site exceeds the allowed number of unscheduled service responses included in the PMA.

RFQ No. 901121Page 7

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

f. Bidder shall specify on Exhibit A, Bid Form, Item “J”, Hourly Repair Rate: Mon.-Fri. 8:00 a.m. - 5:00 p.m. a rate of pay that applies to unscheduled repair service for an unoccupied elevator during the hours on Monday through Friday from 8:00 a.m. - 5:00 p.m. if a site exceeds the allowed number of unscheduled service responses included in the PMA.

g. Bidder shall specify on Exhibit A, Bid Form, Item “K”, Hourly Repair Rate: Mon.-Fri. 5:00 p.m. - 8:00 a.m. a rate of pay that applies to unscheduled repair service for an unoccupied elevator during the hours on Monday through Friday from 5:00 p.m. through 8:00 a.m. if a site exceeds the allowed number of unscheduled service responses included in the PMA.

h. Bidder shall specify in Exhibit A, Bid Form, Item "L”, Hourly Rate: Weekends and Holidays a rate of pay that applies to service hours on weekends and holidays, beginning at 5:00 p.m. the last business day and ending at 8:00 a.m. the following business day.

4. Required Response and Repair Times

Contractor shall respond by having a service person on site within the following required response times, after receiving a service request:

a. Emergency response time for an occupied, non-operable elevator must be within thirty (30) minutes.

b. Urgent response time for an unoccupied, non-operable elevator must be within two (2) hours.

c. Response time for repairs, to complete the repair if possible or begin repair process must be within twenty-four (24) hours of notification.

5. Holidays

a. Bid Form, Exhibit A, Item L, list County Holidays as follows: New Year’s Day, Martin Luther King Jr’s Birthday, Lincoln’s and Washington’s Birthdays, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the day after Thanksgiving Day, and Christmas Day.

b. Holiday rates begin at 5:00 p.m. on the last business day and end at 8:00 a.m. on the following business day.

RFQ No. 901121Page 8

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

c. Bidder shall submit a list of all holidays which they charge at the Holiday/Weekend rate with the Bidder's bid response as ATTACHMENT D-4.

6. Materials and Parts

The percentage over Bidder's cost the County shall pay for materials and parts not routinely covered by the PMA and/or PMMA shall be submitted with the Bidder's bid response, Exhibit A, Bid Form Item 35.

7. Contractor is required to bid on the entire building including all elevators listed at that building/site. No partial bids on the number of elevators per site/buildings are acceptable.

E. DELIVERABLES / REPORTS

1. Bidder shall provide copies of all relevant certifications held for both the company and any individuals expected to perform the services requested herein upon request.

2. Contractor shall maintain and provide, upon request, annual logs showing the amount of downtime accrued for each County unit commencing from the start date of any contract which may be entered into as a result of this RFQ.

3. Contractor shall provide a quarterly report of all maintenance performed per unit.

II. CALENDAR OF EVENTS

EVENT DATE/LOCATIONRequest Issued May 16, 2013 Written Questions Due by 5:00 p.m. on June 6, 2013Networking/Bidders Conference #1

June 4, 2013 @ 10:00 a.m. at: General Services Agency Room 1107, 11th Floor, 1401 Lakeside Dr., Oakland, CA 94612

Networking/Bidders Conference #2

June 6, 2013 @ 2:00 p.m. at: Public Works AgencyConference Room 4054825 Gleason Drive,Dublin, CA 94568

Site Visits/Inspections JUNE 4 THROUGH JUNE 6, 2013

RFQ No. 901121Page 9

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

SEE RESERVATIONS INSTRUCTIONS FOR SCHEDULE OF SITE INSPECTIONS, PAGES 11 THRU 15

Addendum Issued June 26, 2013 Response Due July 18, 2013 by 2:00 p.m.Evaluation Period July 18 – August 12, 2013Board Letter Recommending Award Issued

October 1, 2013

Board Consideration Award Date

October 15, 2013

Contract Start Date December 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.

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.

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 conferences.

Potential bidders are strongly encouraged to attend networking/bidders conferences 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.

RFQ No. 901121Page 10

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

B. SITE VISITS/INSPECTIONS

To make reservations and receive a Schedule of Site Inspections, contact Evelyn Benzon via email: [email protected] or send a facsimile to (510) 208-9626 by 10:00 a.m. Wednesday, May 29, 2013. All reservations must include:

1. Company name,2. Bidder’s name,3. Bidder’s e-mail address,4. Bidder’s phone number, 5. A Reference Number (from the first column in the following "Schedule of

Proposed Inspections") for each site visit reservation.

If there are no reservations received for a particular location by 10:00 a.m. on Wednesday, May 29, 2013 then that location will be deleted from the schedule and all subsequent locations for that day will advance to an earlier time slot. If required, a revised Schedule of Inspections will be sent by Friday, May 31, 2013 to those individuals who have furnished an email address for the purpose of attending the Site Inspections.

Every effort shall be made to provide access to elevator equipment rooms, elevator cars, and elevator service areas. Vendors are asked to bring any tools or keys they have that may provide assistance in accessing these areas. Elevator service shall not be interrupted during these tours. Access shall be limited according to the availability of a County Building Manager and physical or strategic restrictions, such as locked doors, OSHA requirements, work areas, etc.

Site Inspections shall be scheduled for - Oakland/Lake Merritt, on Tuesday, June 4; Fremont, Hayward, San Leandro, and East Oakland on Wednesday, June 5; and Downtown Oakland, Alameda and Dublin on Thursday, June 6.

If the site inspection schedule is revised it shall be released by 3 pm on Friday, May 31, 2013 via email.

Ground A will be a walking tour commencing at 1401 Lakeside Drive, Main lobby following the Bidders Conference. Bidders who have made reservations by Tuesday, June 4, 2013 are encouraged to meet at 1401 Lakeside Drive Lobby at the appointed time on the tour date to take advantage of County-provided transportation for Wednesday June 5, 2013 and Thursday morning ONLY June 6, 2013. Participants should allow ample time to park in lot parking. Street parking is limited to two (2) hours.

RFQ No. 901121Page 11

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

SCHEDULE OF SITE INSPECTIONSGROUND A

(Walking site visits)

Reference Location Description (Qty/Brand/Use/Model/mode) CA ID# Inspection Date & Time

1Lakeside Plaza

1401 Lakeside Dr.,Oakland 94612

Four (4) U.S. Elevator passenger elevators (three (3) overhead traction, one (1) hydraulic)

076691, 076692, 076693, 076694

Tuesday, 6/4/13

11:00 – 11:30 a.m.

2

Superior CourtRene C. Davidson

Courthouse 1225 Fallon St., Oakland 94612

Four (4) Otis passenger traction elevators and one (1) Otis inmate traction elevator

021530, 021526, 021527, 021528, 021529

6/4/13 11:30 a.m.– 12:00 p.m.

3

County Administration Building

1221 Oak St., Oakland 94612

Three (3) Otis passenger elevators, one (1) Tax elevator, and one (1) San Francisco Elevator Co.

sidewalk freight elevator

038383, 039433, 039434, 039436, 055868

6/4/13 12:00 – 12:30

p.m.

Lunch break

4Law Library 125 12th St.,

Oakland 94612 Three (3) Montgomery hydraulic passenger elevators

108571, 108575, 108585

6/4/13 1:30 – 2:00 p.m.

5Jackson Bldg.

1111 Jackson St.,Oakland 94607

Three (3) Otis Traction passenger elevators (one rated for freight as well)

124601,124602,124603

6/14/132:00 – 2:30 p.m.

6Alco Park Garage

165 13th St.,Oakland 94612

Two (2) US Elevator geared traction passenger elevators

039088,039089

6/4/132:30 - 2:45 p.m.

7Madison Building1106 Madison St.,

Oakland 94612

Two (2) Otis passenger elevators and one (1) Otis dumbwaiter

115594,115717,115718

6/4/132:45 - 3:15 p.m.

8

Family Support Services

393 13th St.,Oakland 94612

Two (2) Otis geared traction passenger elevators 028423,028424

6/4/133:30 - 4:00 p.m.

SCHEDULE OF SITE INSPECTIONS (continued)GROUND B

(Van shuttle available- reservations required)Meeting place: Alco Park Garage, 165 13th

Street, Oakland, will leave @ 8:00 a.m.Reference Location Description (Qty/Brand/Use/Model/mode) CA ID# Inspection Date

RFQ No. 901121Page 12

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

& Time

9Niles Veterans Building

37154 2nd St.,Fremont 94538

One (1) Wheel-O-Vator Chair lift 124277Wednesday,

6/5/139:00 - 9:15 a.m.

10Behavioral Health

409 Jackson St.,Hayward 94544

One (1) Hydraulic passenger elevator 162345 6/5/139:30 - 9:45 a.m.

11Parking Garage (2H) 24360 Amador St.,

Hayward 94544 Two (2) Dover hydraulic passenger elevators 097045,

097046

6/5/1310:00 - 10:15

a.m.

12 Courthouse Square24085 Amador St.

Hayward 94544Two (2) Otis hydraulic passenger elevators 080355,

080405

6/5/1310:15 - 10:45

a.m.

13Winton Building

224 West Winton Ave.,Hayward 94544

One (1) Independent hydraulic passenger elevator 031329

6/5/1310:45 - 11:00

a.m.

14Public Works 399 Elmhurst,

Hayward 94544

One (1) Independent hydraulic passenger elevator and one (1) 3-Stop Minnesota Hydraulic

Elevator

043226,129391

6/5/1311:00 – 11:30

a.m. LUNCH

(We will stop for approximately 30 min. for lunch)

15 Juvenile Justice Center 2500 Fairmont Dr.,

San Leandro 94578

Nine (9) Veterans hydraulic passenger elevators

145131 (A1),145132 (A2),145133 (C3),145134 (C1),145135 (C2),145136 (A3),145137 (C4),145138 (C5),145139 (C6)

6/5/1312:15 – 12:45

p.m.

16Eden Mental Health 2045 Fairmont Dr., San Leandro 94578

One (1) National hydraulic passenger elevator 097379 6/5/1312:45 - 1:00

p.m.

17Eden Township Station

15001 Foothill Blvd., San Leandro 94578

One (1) Otis overhead traction passenger elevator 029204 6/5/13

1:00 – 1:15 p.m.

18Ashland Youth Center

16335 E. 14th St.,San Leandro 94578

Two (2) Schindler elevators, hydraulic 163652,145366

6/5/131:15 – 1:30 p.m.

19 Social Services2000 San Pablo Ave,

Oakland 94612Four (4) Otis traction passenger elevators

124456,124457,124458,124459

6/5/132:00 – 2:30 p.m.

20

Social Services630 Thomas L Berkeley

Way,Oakland 94612

One (1) National hydraulic elevator (located in the garage behind the bldg. of 2000 San Pablo

Ave)

137639 2:30 – 2:45 p.m.

RFQ No. 901121Page 13

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

21Glenn E Dyer Jail

550 Sixth St.,Oakland 94607

Six (6) Otis passenger elevators (four (4) electric and two (2) hydraulic),

one (1) Otis hydraulic freight elevator, and one (1) Otis dumbwaiter

073781,073782,073783,073784,073785,073786,073787,073788

6/5/133:00 – 3:30 p.m.

22Health Care Services

499 5th St., Oakland 94607

Two (2) Montgomery electric passenger elevators 034465, 034466

6/5/133:30 - 4:00 p.m.

23Parking Garage

585 7th St.,Oakland 94607

Three (3) Dover electric passenger elevators073923,073956,073957

6/5/134:00 - 4:30 p.m.

SCHEDULE OF SITE INSPECTIONS (continued)GROUND C

(Van shuttle available- reservations required)Meeting place: ALCO Park Garage, 165 13th St.,

Oakland, will leave @ 8:00 a.m.

Reference Location Description (Qty/Brand/Use/Model/mode) CA ID# Inspection Date & Time

24 Berkeley Bldg.,2015 Shattuck Ave.,

Berkeley 94704Two (2) traction passenger elevators 073756,

073757

Thursday6/6/13

8:30 – 9:00 a.m.

25

Probation Headquarters 400 Broadway, Oakland 94607

Four (4) Dover Passenger elevators (three (3) electric traction, one (1) hydraulic) and two

dumb waiters

043201, 043202, 043204, 030581030582043203

6/6/13

9:15 – 9:45 a.m.

26Social Services 401 Broadway, Oakland 94607

Two (2) Otis electric passenger elevators and one (1) Otis hydraulic freight elevator

037070, 037250, 037225

6/6/139:45 – 10:15

a.m.

27Family Justice Center

470 27th St., Oakland, 94609

One (1 ) Otis passenger elevator andone (1) DA Matot Dumbwaiter

047269,062212

6/6/13 10:30 – 11:00

a.m.

28Social Services

8477 Enterprise Way, Oakland 94621

One (1) U.S. Elevator hydraulic passenger elevator 059960

6/6/1311:00 – 11:15

a.m.

29

Peralta Oaks Bldg.2901 Peralta Oaks

Court,Oakland 94605

Two (2) Home Elevator hydro passenger elevators

049518, 049519

6/6/1311:15 -11:45

a.m.

RFQ No. 901121Page 14

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

30Environmental Health 1131 Harbor Bay Pkwy,

Alameda 94502 One (1) Otis passenger hydroelectric elevator 076884

6/6/1312:00 - 12:15

P.m.

LunchFollowing the lunch break we meet at Santa Rita Jail for the last site inspection followed by final Bidders Conference for questions and answers at Public Works Agency, 4825 Gleason Dr., Dublin 94568

31Santa Rita Jail

5325 Broder BoulevardDublin 94568

Two (2) Dover passenger elevators andone (1) Dover freight elevator

091715,091716,091717

6/6/131:30 p.m.

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, the persons designated by the County will meet with the Contractor to evaluate services performance and to identify any issues or potential problems.

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

Contractor has complied with all terms of this RFQ; and

Any problems or potential problems with the proposed services were evidenced which make it unlikely (even with possible modifications) that such services 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 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 and shall return County facilities to their pre-installation or original 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.

B. NOTICE OF RECOMMENDATION 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

RFQ No. 901121Page 15

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

contract award recommendation, if any, by GSA – Purchasing. The document providing this notification is the Notice of Recommendation to Award.

The Notice of Recommendation 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 three-years.

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

D. QUANTITIES

Quantities listed herein are the number of elevators currently in use and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied. The County reserves the right to add or subtract elevators depending on building usage.

E. PRICING

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

2. 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.

RFQ No. 901121Page 16

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

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

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

5. 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.

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

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

8. 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.

9. 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.

10. 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

RFQ No. 901121Page 17

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

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 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): 238290 as having no more than $14,000,000 in average annual gross receipts, 811310 as having no more than $7,000,000 in average annual gross receipts or 333921 as having no more than 500 employees 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

RFQ No. 901121Page 18

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

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.

7. Board approval to award a contract is required.

8. A contract must be negotiated, finalized, and signed by the recommended 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. A written PO and signed Standard Agreement contract will be issued upon Board approval.

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

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

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

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

RFQ No. 901121Page 19

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

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.

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.

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 the General Service Agency-Building Maintenance Department (GSA-BMD) to ensure that established standards are adhered to.

4. Contractor account manager shall keep the County Specialist informed of requests from departments as required.

RFQ No. 901121Page 20

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

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.

All questions regarding these specifications, terms and conditions are to be submitted in writing, preferably via e-mail by 5:00 p.m. on June 6, 2013 to:

Evelyn Benzon, Contracts Specialist IIAlameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907Oakland, CA 94612E-Mail: [email protected]: (510) 208-9622

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

RFQ No. 901121Page 21

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

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:

ELEVATOR MAINTENANCE AND REPAIRRFQ No. 901121Alameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907 *Oakland, CA 94612

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 two (2) copies 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.

RFQ No. 901121Page 22

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

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, a recommended award has been made by the General Services Agency, and the contract has been fully negotiated with the recommended awardee named in the recommendation to award/non-award notification(s). The submitted proposals shall be made available upon request no later than five (5) business days before the recommendation to award and enter into contract is scheduled to be heard by the Board of Supervisors. All parties submitting proposals, either qualified or unqualified, will receive mailed recommendation 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.

RFQ No. 901121Page 23

Specifications, Terms & Conditionsfor Elevator Maintenance and Repair

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.

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. 901121Page 24

EXHIBIT ABID RESPONSE PACKET

RFQ No. 901121 – ELEVATOR MAINTENANCE AND REPAIR

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 TWO (2)COPIES AND ONE (1) ELECTRONIC COPY OF THE BID IN PDF (with OCR preferred)

ALL PAGES OF THE BID RESPONSE PACKET (EXHIBIT A) MUST BE SUBMITTED IN TOTAL WITH ALL REQUIRED DOCUMENTS ATTACHED THERETO; ALL INFORMATION REQUESTED MUST BE SUPPLIED; ANY PAGES OF EXHIBIT A (OR ITEMS THEREIN) NOT APPLICABLE TO THE BIDDER MUST STILL BE SUBMITTED AS PART OF A COMPLETE BID RESPONSE, WITH SUCH PAGES OR ITEMS CLEARLY MARKED “N/A”

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

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. 901121Page 1

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. 901121 – ELEVATOR MAINTENANCE AND REPAIR.

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. 901121Page 2

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; (Bidder must check the first box and provide its SLEB Certification Number in the SLEB PARTNERING INFORMATION SHEET); 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. 901121Page 3

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. 901121Page 4

BID FORMS

Cost shall be submitted on Exhibit A 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, including travel expenses, and is the cost the County will pay for the three-year term of any contract that is a result of this bid.

Quantities listed herein are the number of elevators currently in use and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied.

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.

Location Description(Brand/Use/Model/Mode)

UnitCA ID#

(A)Number of

Annual Service

Response Requested

(B)Preventive

Maintenance Agreement (PMA) and

Phone Monitoring and Maintenance

Agreement (PMMA)

Year One(12/01/13 – 11/30/14)

Monthly Cost

(C )Preventive

Maintenance Agreement (PMA) andPhone Monitoring and

Maintenance Agreement (PMMA)

Year Two(12/01/14 –11/30/15)

Monthly Cost

(D)Preventive

Maintenance Agreement (PMA) andPhone Monitoring and

Maintenance Agreement (PMMA)

Year Three (12/01/15 – 11/30/16)

Monthly Cost

(E)Preventive

Maintenance Agreement (PMA)

andPhone Monitoring and Maintenance

Agreement (PMMA)

Total Three Year Cost

=B+C+D x (A)

1Lakeside Plaza

1401 Lakeside Dri., Oakland 94612

Four (4) U.S. Elevator passenger elevators (three (3) overhead traction, one

(1) hydraulic)

076691, 076692, 076693, 076694

12 $      $      $      $     

2

Superior CourtRene C. Davidson

Courthouse 1225 Fallon St.,Oakland 94612

Four (4) Otis passenger traction elevators and one

(1) Otis inmate traction elevator

021530, 021526, 021527, 021528, 021529

12 $      $      $      $     

3

County Administration Building

1221 Oak St.,Oakland 94612

Three (3) Otis Passenger elevators, one (1) Tax

elevator, and one (1) San Francisco Elevator Co.

sidewalk freight elevator

038383, 039433, 039434, 039436, 055868

12 $      $      $      $     

4Law Library 125 12th St.,

Oakland 94612

Three (3) Montgomery hydraulic passenger

elevators

108571, 108575, 108585

12 $      $      $      $     

5 Jackson Bldg.1111 Jackson St.,

Three (3) Otis Traction passenger elevators (one

124601,124602,

12 $      $      $      $     

Exhibit A – RFQ No. 901121Page 5

Oakland 94607 rated for freight as well) 124603

Location Description(Brand/Use/Model/Mode)

UnitCA ID#

(A)Number of

Annual Service

Response Requested

(B)Preventive

Maintenance Agreement (PMA) andPhone Monitoring and

Maintenance Agreement (PMMA)

Year One(12/01/13 – 11/30/14)

Monthly Cost

(C )Preventive

Maintenance Agreement (PMA) andPhone Monitoring and

Maintenance Agreement (PMMA)

Year Two(12/01/14 – 11/30/15)

Monthly Cost

(D)Preventive

Maintenance Agreement (PMA) andPhone Monitoring and

Maintenance Agreement (PMMA)

Year Three (12/01/15 – 11/30/16)

Monthly Cost

(E)Preventive

Maintenance Agreement (PMA)

andPhone Monitoring and Maintenance

Agreement (PMMA)

Total Three Year

Cost=B+C+D x (A)

6Alco Park Garage

165 13th St.Oakland 94612

Two (2) US Elevator geared traction passenger

elevators

039089,039088 12 $      $      $      $     

7Madison Building1106 Madison St.,

Oakland 94612

Two (2) Otis passenger elevators and one (1) Otis

dumbwaiter

115594,115717,115718

12 $      $      $      $     

8Family Support Services

393 13th St.,Oakland 94612

Two (2) Otis geared traction passenger

elevators

028423,028424 12 $      $      $      $     

9Niles Veterans Building

37154 2nd St.,Fremont 94538

One (1) Wheel-O-Vator Chair lift 124277 12 $      $      $      $     

10Behavioral Health

409 Jackson St.,Hayward 94544

One (1) Hydraulic passenger elevator 162345 12 $      $      $      $     

11Parking Garage

24360 Amador St.,Hayward 94544

Two (2) Dover hydraulic passenger elevators

097045, 097046 12 $      $      $      $     

12 Courthouse Square24085 Amador St.,

Hayward 94544

Two (2) Otis Hydraulic passenger elevators

080355,080405 12 $      $      $      $     

13Winton Building

224 West Winton Ave.,Hayward 94544

One (1) Independent hydraulic passenger

elevator031329 12 $      $      $      $     

14Public Works 399 Elmhurst,

Hayward 94544

One (1) Independent hydraulic passenger

elevator and one (1) 3-Stop Minnesota Hydraulic

043226,129391

12 $      $      $      $     

Exhibit A – RFQ No. 901121Page 6

Elevator

Location Description(Brand/Use/Model/Mode

UnitCA ID#

(A)Number of

Annual Service

Response Requested

(B)Preventive

Maintenance Agreement (PMA) andPhone Monitoring and

Maintenance Agreement (PMMA)

Year One(12/01/13 – 11/30/14)

Monthly Cost

(C )Preventive

Maintenance Agreement (PMA) andPhone Monitoring and

Maintenance Agreement (PMMA)

Year Two(12/01/14 – 11/30/15)

Monthly Cost

(D)Preventive

Maintenance Agreement (PMA) andPhone Monitoring and

Maintenance Agreement (PMMA)

Year Three (12/01/15 – 11/30/16)

Monthly Cost

(E)Preventive

Maintenance Agreement (PMA)

Total Three Year Cost

=B+C+D x (A)

15Juvenile Justice Center

2500 Fairmont Dr.,

San Leandro 94578

Nine (9) Veterans hydraulic passenger

elevators

145131 (A1),145132 (A2),145133 (C3),145134 (C1),145135 (C2),145136 (A3),145137 (C4),145138 (C5),145139 (C6)

12 $      $      $      $     

16Eden Mental Health 2045 Fairmont Dr.,San Leandro 94578

One (1) National hydraulic passenger elevator 097379 12 $      $      $      $     

17

Eden Township Station 15001 Foothill

Boulevard, San Leandro 94578

One (1) Otis overhead traction passenger

elevator029204 12 $      $      $      $     

18Ashland Youth Center

16335 E. 14th St.,San Leandro 94578

Two (2) Schindler hydraulic elevators

163652,145366 12 $      $      $      $     

19 Social Services2000 San Pablo Ave.,

Oakland 94612

Four (4) Otis Traction Passenger elevators

124456,124457,124458,124459

12 $      $      $      $     

20

Social Services630 Thomas L Berkeley

Way,Oakland 94612

One (1) National hydraulic elevator (located in the

garage behind the bldg. of 2000 San Pablo Ave)

137639 12 $      $      $      $     

Exhibit A – RFQ No. 901121Page 7

LocationDescription

(Brand/use/Model/Mode

UnitCA ID#

(A)Number

of Annual Service

Response Requeste

d

(B)Preventive

Maintenance Agreement (PMA) andPhone Monitoring and

Maintenance Agreement (PMMA)

Year One(12/01/13 – 11/30/14)

Monthly Cost

(C )Preventive

Maintenance Agreement (PMA) andPhone Monitoring and

Maintenance Agreement (PMMA)

Year Two(12/01/14 – 11/30/15)

Monthly Cost

(D)Preventive

Maintenance Agreement (PMA) andPhone Monitoring and

Maintenance Agreement (PMMA)

Year Three (12/01/15 – 11/30/16)

Monthly Cost

(E)Preventive

Maintenance Agreement (PMA)

Total Three Year Cost

=B+C+D x (A)

21Glenn E Dyer Jail

550 Sixth St.,Oakland 94607

Six (6) Otis passenger elevators (four (4) electric

and two (2) hydraulic), one (1) Otis hydraulic freight elevator, and

one (1) Otis dumbwaiter

073781,073782,073783,073784,073785,073786,073787,073788

12 $      $      $      $     

22Health Care Services

499 5th St.,Oakland 94607

Two (2) Montgomery electric passenger

elevators

034465, 034466 12 $      $      $      $     

23Parking Garage

585 7th St.,Oakland 94607

Three (3) Dover electric passenger elevators

073923,073956,073957

12 $      $      $      $     

24 Berkeley Bldg.,2015 Shattuck Ave.,

Berkeley 94704

Two (2) Traction Passenger elevators

073756,073757 12 $      $      $      $     

25Probation Headquarters

400 Broadway, Oakland 94607

Four (4) Dover Passenger elevators (three (3)

electric traction, one (1) hydraulic) and two (2)

dumbwaiters

043201, 043202,043204, 030581,030582,043203

12 $      $      $      $     

26Social Services 401 Broadway, Oakland 94607

Two (2) Otis electric passenger elevators and

one (1) Otis hydraulic freight elevator

037070, 037250, 037225

12 $      $      $      $     

27Family Justice Center

470 27th St., Oakland 94609

One (1 ) Otis passenger elevator and One (1) DA

Matot dumbwaiter

047269,062212 12 $      $      $      $     

Exhibit A – RFQ No. 901121Page 8

Location Description(Brand/use/Model/Mode

UnitCA ID#

(A)Number of

Annual Service

Response Requested

(B)Preventive

Maintenance Agreement (PMA)

andPhone Monitoring and Maintenance

Agreement (PMMA)

Year One(12/01/13 – 11/30/14

Monthly Cost

(C )Preventive

Maintenance Agreement (PMA) andPhone Monitoring and

Maintenance Agreement (PMMA)

Year Two(12/01/14 – 11/30/15)

Monthly Cost

(D)Preventive Maintenance Agreement (PMA) andPhone Monitoring and

Maintenance Agreement (PMMA)

Year Three (12/01/15 – 11/30/16)

Monthly Cost

(E)Preventive

Maintenance Agreement

(PMA)

Total Three Year Cost

=B+C+D x (A)

28Social Services

8477 Enterprise Way, Oakland 94621

One (1) U.S. Elevator hydraulic passenger

elevator059960 12 $      $      $      $     

29Peralta Oaks Bldg.

2901 Peralta Oaks Court,Oakland 94605

Two (2) Home Elevator hydro passenger elevators

049518, 049519 12 $      $      $      $     

30

Environmental Health 1131 Harbor Bay

Parkway, Alameda 94502

One (1) Otis passenger hydro-electric elevator 076884 12 $      $      $      $     

31Santa Rita Jail

5325 Broder Boulevard,Dublin 94568

Two (2) Dover passenger elevators and

one (1) Dover freight elevator

091715,091716,091717

12 $      $      $      $     

GRAND TOTAL THREE-YEAR COST (PMA/PMMA) $     

Exhibit A – RFQ No. 901121Page 9

OPTIONS: WILL NOT BE USED IN THE EVALUATION OF COST BUT WILL BE PART OF THE CONTRACT

HOURLY RATES FOR URGENT RESPONSE, EMERGENCY RESPONSE, AND REPAIRS

YEAR 1

YEAR 2 Year 3

Mechanic Team Mechanic Team Mechanic Team

FHourly Rate: Urgent Response

Monday - Friday 8:00 a.m. – 5:00 p.m.

$      $      $      $      $      $     

GHourly Rate: Urgent Response

Monday -Friday 5:00 p.m. – 8:00 a.m.

$      $      $      $      $      $     

H

Hourly Rate: Emergency Response

Mon-Friday 8:00 a.m. – 5:00 p.m.

$      $      $      $      $      $     

I

Hourly Rate: Emergency Response

Monday-Friday 5:00 p.m. – 8:00 a.m.

$      $      $      $      $      $     

JHourly Rate: Repairs

Monday-Friday8:00 a.m. – 5:00 p.m.

$      $      $      $      $      $     

KHourly Rate: Repairs

Monday-Friday5:00 p.m. – 8:00 a.m.

$      $      $      $      $      $     

L

Hourly Rate: Week-ends and Holidays

New Year’s Day, Martin Luther King Jr’s,

Lincoln’s Birthday,Washington’s Birthday,

Memorial Day, Independence Day,

Labor Day, Veterans Day,

Thanksgiving Day and the day after Thanksgiving, and

Christmas Day

$      $      $      $      $      $     

32 Cost of a five (5) year load test per traction elevator once during the life of the contract: $_____________

33 Cost of a five (5) year load test per hydraulic elevator during the life of the contract: $ ______________

34 Cost of Fire Recall Testing as per elevator as prescribed by the State of California as part of the Preliminary orders for permitting. $ ____________

35 Percentage (%) over Bidder's cost the County shall pay for materials and parts not routinely covered by the PMA and/or PMMA: %__________________

Exhibit A – No. Page 10

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 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 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. Exhibit A – Bid Response Packet: Every bidder must fill out and submit the complete Exhibit A – Bid Response Packet.

(a) Bidder Information and Acceptance:

(1) Every Bidder must select one choice under Item 10 of page 3 of Exhibit A and must fill out, submit a signed page 4 of Exhibit A.

(b) SLEB Partnering Information Sheet:

(1) Every bidder must fill out and submit a signed SLEB Partnering Information Sheet, (found on page 14 of Exhibit A) indicating their SLEB certification status. If bidder is not certified, the name, identification information, and goods/services to be provided by the named CERTIFIED SLEB partner(s) with whom the bidder will subcontract to meet the County SLEB participation requirement must be stated. Any CERTIFIED SLEB subcontractor(s) named, the Exhibit must be signed by the CERTIFIED SLEB(s) according to the instructions. All named SLEB subcontractor(s) must be certified by the time of bid submittal.

(c) References:

(1) Bidders must use the templates on pages 15-16 of this Exhibit A – Bid Response Packet to provide references.

(2) Bidders are to provide a list of five (5) current and five (5) 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.

Exhibit A – RFQ No. 901121Page 11

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

(4) 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) Exceptions, Clarifications, Amendments:

(1) 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 17 of this Exhibit A – Bid Response Packet.

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

4. 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.

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 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.

Exhibit A – RFQ No. 901121Page 12

6. Financial Statements

(a) Most recent Dun & Bradstreet Supplier Qualifier Report. For information on how to obtain a Supplier Qualifier Report, contact Dun & Bradstreet at 1-800-424-2495 or http://www.dnb.com/government/contractor-management-portal.html;

7. Exhibit D, Bidder Required Attachments as follows:

(a) ATTACHMENT D-1: Attach a comprehensive Maintenance Schedule per Section D, SPECIFIC REQUIREMENTS, Elevator Preventive Maintenance and/or Phone Monitoring and Maintenance.

(b) ATTACHMENT D-2: Attach a Preventive Maintenance Agreement. Include a comprehensive list of parts, services, and remote diagnostics that are included in the Preventive Maintenance Agreement and Phone Monitoring and Maintenance Agreement clearly indicating by California identification number which diagnoses applies to which elevators’ bid, per Section D, SPECIFIC REQUIREMENTS, Elevator Preventive Maintenance and/or Phone Monitoring and Maintenance.

(c)ATTACHMENT D-3: Attach a detailed list of any additional services, diagnostics, or parts not included in the Preventive Maintenance Agreement and/or Phone Monitoring and Maintenance Agreement, per Section D, SPECIFIC REQUIREMENTS, Elevator Preventive Maintenance and/or Phone Monitoring and Maintenance.

(d)ATTACHMENT D-4: Attach a list of ANY additional holidays not designated in Exhibit A, Bid Form, Item "L, Hourly Rate, Weekends and Holidays", per Section D, SPECIFIC REQUIREMENTS, Service Hours and Service Rates for which service calls will be charged at the Holiday Rate.

(e)ATTACHMENT D-5: Indicate the number of unscheduled service responses included in the PMA at no additional cost.

(f)ATTACHMENT D-6: Attach photocopies of certifications and/or licenses as requested per Section C, Bidder’s Minimum Qualifications.

(g)ATTACHMENT D-7: Include a sample log per Section D, SPECIFIC REQUIREMENTS, Item 1, Elevator Preventive Maintenance, Subsection g.

Exhibit A – RFQ No. 901121Page 13

SMALL LOCAL EMERGING BUSINESS (SLEB)PARTNERING INFORMATION SHEET

RFQ No. 901121 –ELEVATOR MAINTENANCE AND REPAIR

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 Printed Name/Title:____________________________________________________________________________Street Address: _____________________________________________City_____________State______ Zip Code______Bidder Signature: Date:      

Exhibit A – No. Page 14

CURRENT REFERENCES

RFQ No. 901121 –ELEVATOR MAINTENANCE AND REPAIR

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:      

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:      

Exhibit A – No. Page 15

FORMER REFERENCES

RFQ No. 901121 –ELEVATOR MAINTENANCE AND REPAIR

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:      

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:      

Exhibit A – No. Page 16

EXCEPTIONS, CLARIFICATIONS, AMENDMENTS

RFQ No. 901121–ELEVATOR MAINTENANCE AND REPAIR

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

Exhibit A – No. Page 17

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. 901121Page 1

EXHIBIT B

COUNTY 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

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

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 Endorsements and Conditions : 1. ADDITIONAL INSURED: All insurance required above with the exception of Personal Automobile Liability, Workers’

Compensation and Employers Liability, shall be endorsed to name 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 effected 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 A.M. Best Rating of no less than A:VII or equivalent, shall be admitted to the State of California unless otherwise waived by Risk Management, and 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.

5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall furnish 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- With a copy to Risk Management Unit (125 – 12th Street, 3rd Floor, Oakland, CA 94607)

Certificate B-1 Page 1 of 1 Form 2001-1 (Rev. 03/15/06)

Exhibit B – RFQ No. 901121Page 2

EXHIBIT CVENDOR BID LIST

RFQ No. 901121–ELEVATOR MAINTENANCE AND REPAIR

Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No. 901121, 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.

RFQ No. 901121 - ELEVATOR MAINTENANCE AND REPAIRBusiness Name Contact Name Contact Phone Address City State Email

A Lewis Enterprises, Inc.dba A Step Above Lindsey Lewis 707-514-7585 PO Box 1442 Vacaville CA [email protected], Inc. Jennifer Sutton (510) 351-5141 15021 Wicks Blvd., San Leandro CA [email protected] Elevator Bryan Sweeney (510) 476-1900 14400 Catalina St San Leandro CA [email protected] Elevator Brandon Fosson (510) 932-4343 14400 Catalina St San Leandro CA [email protected]

Exhibit C – RFQ No. 901121Page 1

EXHIBIT D-1COMPREHENSIVE MAINTENANCE SCHEDULE (PMA/PMMA)

RFQ No. 901121–ELEVATOR MAINTENANCE AND REPAIR

Exhibit D–1 - RFQ No. 901121Page 1

EXHIBIT D-2PREVENTIVE MAINTENANCE AGREEMENT (PMA/PMMA)

RFQ No. 901121–ELEVATOR MAINTENANCE AND REPAIR

Include a comprehensive list of parts, services and remote diagnostics that are included in the PMA and PMMA (PMA/PMMA).

Exhibit D–2 - RFQ No. 901121Page 1

EXHIBIT D-3PARTS AND SERVICES

RFQ No. 901121–ELEVATOR MAINTENANCE AND REPAIR

Parts and services Not Included in the Preventive Maintenance Agreement and/or the Phone Monitoring and Maintenance Agreement (PMA/PMMA).

Exhibit D–3 - RFQ No. 901121Page 1

EXHIBIT D-4

LIST OF HOLIDAYS

RFQ No. 901121–ELEVATOR MAINTENANCE AND REPAIR

List of ANY additional holidays not designated in Exhibit A for which service calls will be charged at Holiday Rate.

Exhibit D–4 - RFQ No. 901121Page 1

EXHIBIT D-5

ANNUAL NUMBER OF UNSCHEDULED SERVICE RESPONSES

RFQ No. 901121–ELEVATOR MAINTENANCE AND REPAIR

Annual number of unscheduled service responses included in the PMA/PMMA at no additional cost.

Exhibit D–5 - RFQ No. 901121Page 1

EXHIBIT D-6PHOTOCOPIES OF CERTIFICATIONS AND/OR LICENSES

RFQ No. 901121–ELEVATOR MAINTENANCE AND REPAIR

Exhibit D–6 - RFQ No. 901121Page 1

EXHIBIT D-7SAMPLE OF PMA INSPECTION LOG

RFQ No. 901121–ELEVATOR MAINTENANCE AND REPAIR

Exhibit D–7 - RFQ No. 901121Page 1