RFQ2009900555 - Alameda County Government

advertisement
COUNTY OF ALAMEDA
REQUEST FOR QUOTATION No. 900555
SPECIFICATIONS, TERMS & CONDITIONS
For
2009 FORD FOCUS SE SEDAN
AND/OR
2009 CROWN VICTORIA POLICE INTERCEPTOR
NETWORKING/BIDDERS CONFERENCE
At
10:00 a.m.
on
February 27, 2009
At
General Service Agency
1401 Lakeside Dr., Room 222
Oakland, CA 94612
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 person
listed below. Thank you for your interest!
Contact Person:
Nancy Bishop
Phone Number:
(510) 208-3903
E-mail Address:
nancy.bishop@acgov.org
RESPONSE DUE
By
2:00 p.m.
On
March 17, 2009
At
Alameda County, GSA-Purchasing
1401 Lakeside Drive, Suite 907
Oakland, CA 94612
1401 LAKESIDE DRIVE, SUITE 907, OAKLAND, CALIFORNIA 94612
510 208 9600 FAX 510 208 9626 www.acgov.org/gsa
D:\106768191.doc
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
COUNTY OF ALAMEDA
REQUEST FOR QUOTATION No. 900555
SPECIFICATIONS, TERMS & CONDITIONS
For
2009 Ford Focus
and/or
2009 Ford Crown Victoria Police Interceptor
TABLE OF CONTENTS
Page 1 of 2
Page
I.
II.
III.
IV.
ACRONYM AND TERM GLOSSARY ....................................................................................... 4
STATEMENT OF WORK
A.
Intent ...................................................................................................................................... 4
B.
Scope ...................................................................................................................................... 5
C.
Vendor Qualifications……………………………………………………………………..5
D.
Specific Requirements…………………………………………………………………….5
E.
Debarment and Suspension ................................................................................................... 6
F.
General Environmental Requirements .................................................................................. 6
INSTRUCTIONS TO BIDDERS
G.
County Contacts ..................................................................................................................... 7
H.
Calendar of Events ................................................................................................................. 8
I.
Networking/Bidders Conference ......................................................................................... 9
J.
Submittal of Bids ................................................................................................................. 10
K.
Response Format.................................................................................................................. 11
L.
Notice of Award................................................................................................................... 12
M.
Bid Protest / Appeals Process .............................................................................................. 12
TERMS AND CONDITIONS
N.
Term / Termination / Renewal............................................................................................. 13
O.
Brand Names and Approved Equivalents ........................................................................... 14
P.
Quantities ............................................................................................................................. 14
Q.
Pricing .................................................................................................................................. 14
R.
Award ................................................................................................................................... 15
S.
Method of Ordering ............................................................................................................. 16
T.
Invoicing .............................................................................................................................. 16
U.
County Provisions ................................................................................................................ 16
V.
Online Contract Compliance Management System ............................................................ 20
W.
Compliance Information and Records................................................................................. 21
X.
Account Manager/Support Staff ………………………………………………………...21
Page 2 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
COUNTY OF ALAMEDA
REQUEST FOR QUOTATION No. 900555
SPECIFICATIONS, TERMS & CONDITIONS
For
2009 Ford Focus
and/or
2009 Ford Crown Victoria Police Interceptor
TABLE OF CONTENTS
Page 2 of 2
ATTACHMENTS
Exhibit A – Acknowledgement
Exhibit B – Bid Form
Exhibit C – Insurance Requirements
Exhibit D1 – Current References
Exhibit D2 – Former References
Exhibit E – SLEB Certification Application Package
Exhibit F – Small and Local Business Subcontracting Information
Exhibit G – Request for Small and Local or Emerging Preference
Exhibit H – First Source Agreement
Exhibit I – Exceptions, Clarifications, Amendments
Exhibit J – “intentionally omit”
Exhibit K – “intentionally omit”
Exhibit L – RFQ Vendor Bid List
Exhibit M – Response/Content Submittal; Completeness Check List
Exhibit N – Debarment and Suspension Certification
ATTACHMENT I – Specifications for Ford Crown Victoria Police Interceptor
ATTACHMENT II – Specifications for Ford Focus SE Sedan
Page 3 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
I.
ACRONYM AND TERM GLOSSARY
Unless otherwise noted, the terms below may be upper or lower case. Acronyms will always be
uppercase.
Bid
Bidder
Contractor
County
Environmentally
Preferable Products
EPA
Federal
F.O.B
Labor Code
OSHA
PO
Quotation
Request for Quotation
Response
RFQ
SLEB
State
II.
Shall mean the bidders’/contractors’ response to this Request
Shall mean the specific person or entity responding to this RFQ
When capitalized, shall refer to selected bidder that is awarded a
contract
When capitalized, shall refer to the County of Alameda
Products manufactured in a manner such that the impact on the
environment is minimized throughout the entire lifecycle of the
product by implementing sustainable practices during material
sourcing, manufacturing, transportation, and by providing products
that can be used and disposed of in an environmentally sound manner
United States Environmental Protection Agency
Refers to United States Federal Government, its departments and/or
agencies
Shall mean without charge for delivery to destination and placing on
board a carrier at a specified point (Free On Board)
Refers to California Labor Code
Refers to California Occupational Safety and Health Administrations
Shall refer to Purchase Order(s)
Shall mean bidder’s response to this RFQ
Shall mean this document, which is the County of Alameda’s request
for contractors’/bidders’ proposal to provide the goods and/or services
being solicited herein. Also referred herein as RFQ
Shall refer to bidder’s proposal or quotation submitted in reply to RFQ
Request for Quotation
Small Local Emerging Business
Refers to State of California, its departments and/or agencies
STATEMENT OF WORK
A.
INTENT
It is the intent of these specifications, terms and conditions to describe model year 2009
Ford Focus SE Sedan and Ford Crown Victoria Police Interceptor.
The County intends to award a contract to the bidder(s) selected as the lowest responsive
and responsible bidder(s) meeting the County’s requirements.
Page 4 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
It is the intent of these specifications, terms and conditions to procure the most
environmentally preferable products with equivalent or higher performance and at equal
or lower cost than traditional products. Specific requirements from the County’s
Resource Conservation & Recycling Program related to this Bid are included in the
appropriate Bid sections.
B.
SCOPE
Alameda County is interested in purchasing thirty six (36) model year 2009 Ford Focus
SE Sedans for the Alameda County Motor Vehicle Division, and twenty two (22) model
year 2009 Ford Crown Victoria Police Interceptors for Alameda County Sheriff’s Office.
The Crown Victoria Police Interceptors will be used on a daily basis by law enforcement
personnel to conduct routine patrol in various areas throughout the County.
C.
VENDOR QUALIFICATIONS
1.
Bidder shall be regularly and continuously engaged in the business of providing
Ford cars for at least one (1) year.
2.
Bidder shall be a certified Ford manufacturer or dealer.
3.
D.
Bidder shall possess all permits, licenses and professional credentials necessary to
supply product and perform services as specified under this RFQ.
SPECIFIC REQUIREMENTS
1.
Specific Requirements
a.
Specifications: The 2009 Ford Crown Victoria Police Interceptors shall
include all specifications listed in ATTACHMENT I.
b.
Specifications: The 2009 Ford Focus SE Sedans shall include all
specifications listed in ATTACHMENT II.
c.
Warranty:
1).
Manufacturer’s regular new vehicle warranty shall apply to all vehicles
purchased by the County on any Purchase Order/contract as a result of this
RFQ.
2).
Warranty shall be factory authorized and shall cover not less than 3
years/36,000 miles bumper to bumper, no charge for parts and labor. All
emission-related components shall be warranted in compliance with the
Page 5 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
California Air Resources Board (CARB) and Federal requirements. This
warranty shall be honored by all franchised dealers of the vehicle within
the State of California. All warranty certificates and/or cards shall be
supplied with each vehicle delivered.
3).
If an additional extended warranty is purchased, a warranty
certificate/card/statement indicating the extended warranty has been
recorded with the manufacturer shall be furnished with each vehicle
delivered.
4) Normal wear items such as tires, belts, hoses, headlamps, light bulbs, brake
linings, brake discs/drums, etc. are excluded from warranty coverage. All
other items not subject to normal wear or gross operator neglect and abuse,
such as window, seat or wiper motor, chassis electrical switches (door, trunk
lid), paint, hinges, locks, etc., shall be covered.
5) All warranties shall be included in Exhibit B, Bid Form , I-A and II-A.
E.
DEBARMENT/SUSPENSION POLICY:
In order to prohibit the procurement of any goods or services ultimately funded by
Federal awards from debarred, suspended or otherwise excluded parties, each bidder will
be screened at the time of RFQ response to ensure bidder, its principal and their named
subcontractors are not debarred, suspended or otherwise excluded by the United States
Government in compliance with the requirements of 7 Code of Federal Regulations
(CFR) 3016.35, 28 CFR 66.35, 29 CFR 97.35, 34 CFR 80.35, 45 CFR 92.35 and
Executive Order 12549.
 The County will verify bidder, its principal and their named subcontractors are not
on the Federal debarred, suspended or otherwise excluded list of vendors located
at www.epls.gov; and
 Bidders are to complete a Debarment and Suspension Certification form, Exhibit
N attached, certifying bidder, its principal and their named subcontractors are not
debarred, suspended or otherwise excluded by the United States Government.
F.
GENERAL ENVIRONMENTAL REQUIREMENTS: The requirements outlined in this
section apply to all product categories contained in this bid.
1.
Measure D Requirements:
It is the objective of the County to purchase products with the lowest overall
environmental impact from manufacturing through end of life and to procure
services that achieve this same objective. To meet this objective, environmental
Page 6 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
factors and product attributes are evaluated in the procurement process. The
County is mandated under Measure D to divert seventy five percent (75%) of
material from landfill by the year 2010 through recycling and source reduction and
to encourage markets for environmentally preferable goods through its
procurement process.
2.
Regulatory Compliance:
Manufacturers and service providers will be in compliance with all local, state,
and federal environmental and worker health and safety regulations that apply to
their operation.
3.
Persistent Bioaccumulative Toxins:
In January 2002, the County passed a resolution “to encourage the reduction and
where feasible, the elimination of [persistent, bioaccumulative and toxic chemical]
(PBT) emissions…” The United States Environmental Protection Agency has
established a list of twelve priority PBTs including dioxins, polychlorinated
biphenyls, mercury and its compounds, lead and others. The most current list can
be found at the EPA’s website at www.epa.gov/opptintr/pbt/. Additionally, PBTs
are listed in the CCR in Section 66261.24.
Contractors must provide products and services that allow the County to comply
with the PBT Resolution and must complete the certification statement included in
the Attachments. The Resolution requires that the County eliminate and reduce the
procurement of products and services which contain or cause the generation and
release of PBTs into the environment during their manufacture, use, or
destruction/disposal. Bidders should provide products that do not contain, use, or
generate PBTs. If no alternative materials are available, Bidders should notify the
County in writing prior to providing such materials to the County or using these
materials when providing services to the County.
III.
INSTRUCTIONS TO BIDDERS
G.
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. Bidders shall not contact or lobby evaluators during
Page 7 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
the evaluation process. Attempts by Bidder to contact evaluators may result in
disqualification of bidder.
All questions regarding these specifications, terms and conditions are to be submitted in
writing, preferably via e-mail by February 24, 2009 to:
Nancy Bishop, Contracts Specialist II
Alameda County, GSA-Purchasing
1401 Lakeside Drive, Suite 907
Oakland, CA 94612
E-Mail: nancy.bishop@acgov.org
FAX: 510-208-9626
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.
H.
CALENDAR OF EVENTS
Event
Request Issued
Written Questions
Due
Networking/Bidders
Conference
Addendum Issued
Response Due
Evaluation Period
Award Letter Issued
Contract Start Date
Date/Location
February 13, 2009
BY 12:00 Noon on February 24, 2009
FEBRUARY 27, 2009 AT
10:00AM
AT:
General Service Agency
1410 Lakeside Dr. Rm 222
Oakland, CA 94612
March 4, 2009
MARCH 17, 2009 BY 2:00 p.m.
MARCH 17 -27, 2009
March 27, 2009
March 31, 2009
Note: Award and start dates are approximate.
It is the responsibility of each bidder to be familiar with all of the specifications, terms and
conditions and 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.
Page 8 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
I.
NETWORKING/BIDDERS CONFERENCE
A networking/bidders conference(s) will be held to:
 Provide an opportunity for small and local and 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.
 Provide an opportunity for bidders to ask specific questions about the project and
request RFQ clarification.
 Provide the County with an opportunity to receive feedback regarding the project
and RFQ.
Written questions submitted prior to the networking/bidders conference(s), in accordance
with the Calendar of Events, and verbal questions received at the networking/bidders
conference(s), will be addressed whenever possible at the networking/bidders conference(s).
All questions will be addressed and the list of attendees will be included in an RFQ
Addendum following the networking/bidders conference(s) in accordance with the Calendar
of Events.
Potential bidders are strongly encouraged, but not required, to attend a networking/bidders
conference in order to further facilitate subcontracting relationships. Vendors who attend a
networking/bidders conference will be added to the Vendor Bid List (see ).
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
strongly encouraged and recommended but is not mandatory.
Networking/bidders conference(s) will be held on:
February 27, 2009 at 10:00a.m.
At
Alameda County, General Services Agency, Conference Room No.222
1401 Lakeside Drive
Oakland, CA 94612
Additional Information: Please allow enough time for parking at metered
street parking or public parking lot and entry into secure building.
Page 9 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
J.
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:
2009 Ford Focus and/or 2009 Ford Crown Victoria Police Interceptors
RFQ No.900555
Alameda County, GSA-Purchasing
1401 Lakeside Drive, Suite 907
Oakland, CA 94612
3.
Bidders are to submit an original plus two (2) copies of bids may be requested;
however, they should be on a disk and enclosed with the sealed bid (never have
them e-mailed to you) copies of their proposal. Original proposal is to be clearly
marked and must be either loose leaf or in a 3-ring binder, not bound.
4.
Bidder's name and return address must also appear on the mailing package.
5.
No telegraphic, email (electronic) or facsimile bids will be considered.
6.
Bidder agrees and acknowledges all RFQ specifications, terms and conditions and
indicates ability to perform by submission of its bid.
7.
Submitted bids shall be valid for a minimum period of 120 days.
Page 10 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
K.
8.
All costs required for the preparation and submission of a bid shall be borne by
Bidder.
9.
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.
10.
Proprietary or Confidential Information: No part of any bid response is to be
marked as 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. Additionally, all bid responses shall become the
property of County. County reserves the right to make use of any information or
ideas contained in submitted bid responses. This provision is not intended to
require the disclosure of records that are exempt from disclosure under the
California Public Records Act (Government Code Section 6250, et seq.) or of
“trade secrets” protected by the Uniform Trade Secrets Act (Civil Code Section
3426, et seq.).
11.
All other information regarding the bid responses will be held as confidential until
such time as the County Selection Committee has completed their evaluation and,
or if, an award has been made. Bidders will receive mailed award/non-award
notification(s), which will include the name of the bidder to be awarded this
project. In addition, award information will be posted on the County’s “Contracting
Opportunities” website, mentioned above.
12.
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.
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 all information
requested. See Exhibit M, Response Content and Submittals, Completeness
Checklist.
Page 11 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
L.
NOTICE OF AWARD
1.
At the conclusion of the RFQ response evaluation process (“Evaluation Process”),
all bidders will be notified in writing by certified mail, return receipt requested, of
the contract award recommendation, if any, of GSA – Purchasing. The document
providing this notification is the Notice of Award.
The Notice of Award will provide the following information:
 The name of the bidder being recommended for contract award;
 The names of all other bidders; and,
 In summary form [Bid numbers, evaluation points for each bidder]
2.
M.
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 with the Buyer.
a.
Under no circumstances will any discussion be conducted with regard to
contract negotiations with the successful bidder, etc.
b.
Debriefing may include review of successful bidder’s proposal.
BID PROTEST / APPEALS PROCESS
GSA-Purchasing prides itself on the establishment of fair and competitive contracting
procedures and the commitment made to following those procedures. The following is
provided in the event that bidders wish to protest the bid process or appeal the
recommendation to award a contract for this project.
1.
Any bid protest must be submitted in writing to the Assistant Director of GSA,
1401 Lakeside Drive, Suite 907, Oakland, CA 94612. The bid protest must be
submitted before 5:00 p.m. of the tenth (10th) business day following the date of
the Notice of Award.
a.
The bid protest must contain a complete statement of the basis for the
protest.
b.
The protest must include the name, address and telephone number of the
person representing the protesting party.
c.
The party filing the protest must concurrently transmit a copy of the protest
and any attached documentation to all other parties with a direct financial
interest which may be adversely affected by the outcome of the protest.
Page 12 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
d.
2.
Bidder’s failure to comply with these procedures shall constitute a waiver of any
right to further pursue the Bid Protest, including filing a Government Code claim
or legal proceedings.
3.
Upon receipt of written protest/appeal, GSA, Assistant Director will review and
provide an opportunity to settle the protest/appeal by mutual agreement, will
schedule a meeting to discuss or issue a written response to advise an
appeal/protest decision within five (5) working days of review date.
4.
IV.
The procedure and time limits are mandatory and are the Bidder’s sole and
exclusive remedy in the event of Bid Protest.
a.
Responses will be issued and/or discussed at least five (5) days prior to an
award being made.
b.
Responses will inform the bidder whether or not the recommendation for
Award is going to change.
The decision of the Assistant Director, GSA may be appealed to the AuditorController’s Office of Contract Compliance (OCC) located at 1221 Oak St., Rm.
249, Oakland, CA 94612, Fax: (510) 272-6502. All appeals to the AuditorController’s OCC shall be in writing and submitted within five (5) calendar days
of notification of decision by the Assistant Director, GSA-Purchasing. The
decision of the Auditor-Controller’s OCC is the final step of the appeal process.
TERMS AND CONDITIONS
N.
TERM / TERMINATION / RENEWAL
1.
The term of the contract, which may be awarded pursuant to this RFQ, shall be firm
until the Manufactures’ cut-off date for that specific 2009 model bid for any contract
that may be awarded pursuant to this RFQ.
2.
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
Vendor. In the event of such termination, the County reserves the right to invite the
next highest ranked bidder to enter into a contract or re-bid the project if it is
determined to be in its best interest of the County to do so.
3.
By mutual agreement, any contract which may be awarded pursuant to this RFQ,
may be extended for an additional thirty day terms at agreed prices with all other
terms and conditions remaining the same.
Page 13 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
O.
BRAND NAMES AND APPROVED EQUIVALENTS
1.
P.
Any references to manufacturers, trade names, brand names and/or catalog numbers
are intended to be descriptive, but not restrictive, unless otherwise stated, and are
intended to indicate the quality level desired. Bidders may offer any equivalent
product that meets or exceeds the specifications. Bids based on equivalent products
must:
a.
Clearly describe the alternate offered and indicate how it differs from the
product specified; and,
b.
Include complete descriptive literature and/or specifications as proof that the
proposed alternate will be equal to or better than the product named in this
bid.
2.
The County reserves the right to be the sole judge of what is equal and acceptable
and may require Bidder to provide additional information and/or samples.
3.
If Bidder does not specify otherwise, it is understood that the referenced brand will
be supplied.
QUANTITIES
Quantities listed herein are estimates based on budget allotment and are not to be construed
as a commitment. No minimum or maximum is guaranteed or implied.
Q.
PRICING
1.
Prices quoted shall be firm until the Manufactures’ cut-off date for that specific 2009
model bid for any contract that may be awarded pursuant to this RFQ.
2.
All pricing as quoted will remain firm for the term of any contract that may be
awarded as a result of this RFQ.
3.
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.
4.
All prices are to be F.O.B. destination. Any freight/delivery charges are to be
included.
5.
The price(s) quoted shall be the total cost the County will pay for this project
including taxes and all other charges.
Page 14 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
R.
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 price per vehicle 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
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.
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 Vendors and who will be called in ascending order of
amount of their quotation.
3.
The County reserves the right to reject any or all responses that materially differ
from any terms contained herein or from any Exhibits attached hereto and to waive
informalities and minor irregularities in responses received.
4.
The County reserves the right to award to a single or multiple Vendors.
5.
The County has the right to decline to award this contract or any part thereof for
any reason.
Page 15 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
6.
S.
T.
U.
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.
METHOD OF ORDERING
1.
A written PO will be issued upon award of bid.
2.
Purchase Orders will be faxed, transmitted electronically, or mailed and shall be
the only authorization for the Vendor to place an order.
3.
POs and payments for products and/or services will be issued only in the name of
Vendor.
4.
Change orders shall be agreed upon by Vendor and County and issued as needed
in writing by County.
INVOICING
1.
Vendor shall invoice the requesting department(s), 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(s) and
upon complete satisfactory receipt of product and performance of services.
3.
County shall notify Vendor of any adjustments required to invoice(s).
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.
Vendor shall utilize standardized invoice upon request.
6.
Payments will be issued to and invoices must be received from the same Vendor
whose name is specified on the POs
7.
Invoices shall only be issued by the Vendor(s) who is awarded a contract.
COUNTY PROVISIONS
1.
Preference for Local Products and Vendors: A five percent (5%) preference shall be
granted to Alameda County products or Alameda County vendors on all sealed bids
on contracts except with respect to those contracts which state law requires be
Page 16 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
granted to the lowest responsible bidder. An Alameda County vendor is a firm or
dealer with fixed offices and having a street address within the County for at least six
(6) months prior to the issue date of this RFQ; and which holds a valid business
license issued by the County or a city within the County. Alameda County products
are those which are grown, mined, fabricated, manufactured, processed or produced
within the County. Locality must be maintained for the term of the contract.
Evidence of locality shall be provided immediately upon request and at any time
during the term of any contract that may be awarded to Contractor pursuant to this
RFQ.
2.
Small and Emerging Locally Owned Business: A small business for purposes of
this RFQ is defined by the United States Small Business Administration as having
no more than five hundred (500) employees over the last three (3) years. An
emerging business, as defined by the County is one having annual gross receipts of
less than one-half (1/2) of the above amount over the same period of time. In order
to participate herein, the small or emerging business must also satisfy the locality
requirements and be certified by the County as a Small or Emerging, local
business. A certification application package (consisting of Instructions,
Application and Renewal Application) has been attached hereto as Exhibit E and
must be completed and returned by a qualifying contractor.
A locally owned business, for purposes of satisfying the locality requirements of
this provision, is a firm or dealer with fixed offices and having a street address
within the County for at least six (6) months prior to the issue date of this RFQ; and
which holds a valid business license issued by the County or a city within the
County.
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 the following
provisions shall apply to this RFQ:
a.
If Bidder is certified by the County as either a small and local or an
emerging and local business, the County will provide a five percent (5%)
bid preference, in addition to that set forth in paragraph 1., above, for a total
bid preference of ten percent (10%). However, a bid preference cannot
override a State law, which requires the granting of an award to the lowest
responsible bidder.
b.
Bidders not meeting the small or emerging local business requirements set
forth above do not qualify for a bid preference and must subcontract with
one or more County certified small and/or emerging local businesses for at
Page 17 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
least twenty percent (20%) of Bidder’s total bid amount in order to be
considered for the contract award. Bidder, in its bid response, must submit
written documentation evidencing a firm contractual commitment to
meeting this minimum local participation requirement. Participation of a
small and/or emerging local business must be maintained for the term of
any contract resulting from this RFQ. Evidence of participation shall be
provided immediately upon request at any time during the term of such
contract.
The County reserves the right to waive these small/emerging local business
participation requirements in this RFQ, if the additional estimated cost to the
County, which may result from inclusion of these requirements, exceeds five
percent (5%) of the total estimated contract amount or Ten Thousand Dollars
($10,000), whichever is less.
The following entities are exempt from the Small and Emerging Local
Business (SLEB) requirements as described above and are not required to
subcontract with a SLEB. If you apply and are certified as a SLEB, you
will receive a 5% SLEB bid preference:
 non-profit community based organizations (CBO);
 non-profit churches or non-profit religious organizations (NPO);
 public schools; and universities; and
 government agencies
Non-profits must provide proof of their tax exempt status. These are defined
as organizations that are certified by the U.S. Internal Revenue Service as
501(c) 3.
If additional information is needed regarding this requirement, please contact the
Auditor- Controller’s Office of Contract Compliance (OCC) located at 1221 Oak
St., Rm. 249, Oakland, CA 94612 at Tel: (510) 891-5500, Fax: (510) 272-6502 or
via E-mail at ACSLEBcompliance@acgov.org.
3.
First Source Program: The First Source Program has been developed to create a
public/private partnership that links CalWORKs job seekers, unemployed and
under employed County residents to sustainable employment through the County’s
relationships/connections with business, including contracts that have been
awarded through the competitive process, and economic development activity in
the County. Welfare reform policies and the new Workforce Investment Act
requires that the County do a better job of connecting historically disconnected
potential workers to employers. The First Source program will allow the County
to create and sustain these connections.
Page 18 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
Vendors awarded contracts for goods and services in excess of One Hundred
Thousand Dollars ($100,000) as a result of any subsequently issued RFQ are to
allow Alameda County ten (10) working days to refer potential candidates to
vendor to be considered by Vendor to fill any new or vacant positions that are
necessary to fulfill their contractual obligations to the County, that Vendor has
available during the life of the contract before advertising to the general public.
Potential candidates referred by County to Vendor will be pre-screened, qualified
applicants based on vendor specifications. Vendor agrees to use its best efforts to
fill its employment vacancies with candidates referred by County, but the final
decision of whether or not to offer employment, and the terms and conditions
thereof, rest solely within the discretion of the Vendor.
Bidders are required to complete, sign and submit in their bid response, the First
Source Agreement that has been attached hereto as Exhibit H, whereby they agree
to notify the First Source Program of job openings prior to advertising elsewhere
(ten day window) in the event that they are awarded a contract as a result of this
RFP/Q. Exhibit H will be completed and signed by County upon contract award
and made a part of the final contract document.
If compliance with the First Source Program will interfere with Contractor’s preexisting labor agreements, recruiting practices, or will otherwise obstruct the
Contractor’s ability to carry out the terms of the contract, the Contractor will
provide to the County a written justification of non-compliance.
If additional information is needed regarding this requirement, please contact the
Auditor- Controller’s Office of Contract Compliance (OCC) located at 1221 Oak
St., Rm. 249, Oakland, CA 94612 at Tel: (510) 891-5500, Fax: (510) 272-6502 or
via E-mail at ACSLEBcompliance@acgov.org.
4.
Environmentally Friendly Packaging: Alameda County is an environmentally
responsible employer and seeks all practical opportunities for waste reduction and
recycling. The County, therefore, encourages its contractors to reduce waste
volume and toxicity by using environmentally friendly packaging material
whenever possible. Options may include backhauling product packaging to the
supplier for reuse or recycling, shipping in bulk or reduced packaging, using soy
bean-based inks for packaging printing, using recycled product packaging or using
recyclable or reusable packaging material. The County encourages all bidders and
contractors for goods and services to adhere to these principles where practicable.
5.
Warranty: Bidder expressly warrants that all goods and services to be furnished
pursuant to any contract awarded it arising from the RFQ will conform to the
descriptions and specifications contained herein and in supplier catalogs, product
brochures and other representations, depictions or models, and will be free from
Page 19 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
defects, of merchantable quality, good material and workmanship. Bidder expressly
warrants that all goods and services to be furnished pursuant to such award will be fit
and sufficient for the purpose(s) intended. This warranty shall survive any
inspections, delivery, acceptance or payment by the County. Bidder warrants that all
work and services furnished hereunder shall be guaranteed for a period of three (3)
year(s)/ thirty six thousand (36,000) miles from the date of acceptance by the
County. All warranties shall be included in Exhibit B, Bid Form I-A and/or II-A.
V.
ONLINE CONTRACT COMPLIANCE SYSTEM
As part of the Alameda County General Services Agency’s commitment to assist
contractors to conveniently comply with legal and contractual requirements, the County
has established an online Contract Compliance System. The system was designed to help
reduce contractors’ administrative costs and to provide various work-flow automation
features that improve the project reporting process.
The Alameda County Contract Compliance System will be implemented to monitor
contract compliance for County contracts through the use of a new interactive website,
Elation Systems. The prime contractor and all participating subcontractors awarded
contracts as a result of this bid process for this project, are required to use the secure webbased system to submit SLEB Program information including, but not limited to, monthly
progress payment reports and other information related to SLEB participation.
The Alameda County Contract Compliance System has been designed to provide online
functionality that streamlines the process, reduces paperwork and assists contractors and
subcontractors in complying with the County’s SLEB Program and its reporting
requirements. Utilizing the Alameda County Contract Compliance System will reduce
the amount of time currently required to submit hard copy documentation regarding
contract compliance information and is provided for use by County contractors and
subcontractors at no cost.
Procedural differences between the previous conventional reporting and the new webbased system include:
 Monthly progress payment status reports will be submitted via the web-based
system.
 Paper copies will no longer be required.
 Contractor will be required to enter data for payments made and subcontractors
will be required to enter data for payments received into the web-based system.
Alameda County Contract Compliance System training and ongoing support are provided
at no charge to contractors and participating sub-contractors awarded a contract as a
result of this bid process for this project. Contractors having contracts with the County
should schedule a representative from their office/company, along with each of their
Page 20 of 21
Specifications, Terms & Conditions
for 2009 Ford Focus Sedan and/or
2009 Ford Crown Victoria Police Interceptor
subcontractors, to attend training. Training sessions are approximately one hour and will
be held periodically in a number of locations throughout Alameda County.
Upon award of contract, please view the training schedule
http://www.elationsys.com/elationsys/support_1.htm or call Elation Systems at (510)
764-1870. A special access code will be provided to contractors and subcontractors
participating in any contract awarded as a result of this bid process to allow use of the
System free of charge. It is the Contractor’s responsibility to ensure that they and their
subcontractors are registered and trained as required to utilize the Alameda County
Contract Compliance System.
Please contact the Auditor- Controller’s Office of Contract Compliance (OCC) located at
1221 Oak St., Rm. 249, Oakland, CA 94612 at Tel: (510) 891-5500, Fax: (510) 2726502 or via E-mail at ACSLEBcompliance@acgov.org if you have any other questions
regarding utilization of the Alameda County Contract Compliance System.
W.
COMPLIANCE INFORMATION AND RECORDS
As needed and upon request, for the purposes of determining compliance with the SLEB
Program, the Contractor shall provide the County with access to all records and documents
that relate to SLEB participation and/or certification. Proprietary information will be
safeguarded. All subcontractor submittals must be through the prime contractor.
X.
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 Services Agency Motor Vehicle Department
Manager to ensure that established standards are adhered to.
Page 21 of 21
COUNTY OF ALAMEDA EXHIBIT A – BID ACKNOWLEDGEMENT
RFQ No. 900555
for
2009 Ford Focus and/or Ford Crown Victoria Police Interceptor
The County of Alameda is soliciting bids from qualified vendors to furnish its requirements per the specifications, terms and conditions contained in the
above referenced RFQ number. This Bid Acknowledgement must be completed, signed by a responsible officer or employee, dated and submitted with the
bid response. Obligations assumed by such signature must be fulfilled.
1. Preparation of bids: (a) All prices and notations must be printed in ink or typewritten. No erasures permitted. Errors may be crossed out and
corrections printed in ink or typewritten adjacent and must be initialed in ink by person signing bid. (b) Quote price as specified in RFQ. No
alterations or changes or any kind shall be permitted to Exhibit B, Bid Form. Responses that do not comply shall be subject to rejection in total.
2. Failure to bid: If you are not submitting a bid but want to remain on the mailing list and receive future bids, complete, sign and return this Bid
Acknowledgement and state the reason you are not bidding.
3. Taxes and freight charges: (a) Unless otherwise required and specified in the RFQ, the prices quoted herein do not include Sales, Use or other
taxes. (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.
4. Award: (a) Unless otherwise specified by the bidder or the RFQ gives notice of an all-or-none award, the County may accept any item or group
of items of any bid. (b) Bids are subject to acceptance at any time within thirty (30) days of opening, unless otherwise specified in the RFQ.
(c) A valid, written purchase order mailed, or otherwise furnished, to the successful bidder within the time for acceptance specified results in a
binding contract without further action by either party. The contract shall be interpreted, construed and given effect in all respects according to
the laws of the State of California.
5. 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.
6. Samples: Samples of items, when required, shall be furnished free of expense to the County and if not destroyed by test may upon request
(made when the sample is furnished), be returned at the bidder’s expense.
7. Rights and remedies of County for default: (a) In the event any item furnished by vendor in the performance of the contract or purchase
order should fail to conform to the specifications therefore or to the sample submitted by vendor with its bid, the County may reject the same,
and it shall thereupon become the duty of vendor to reclaim and remove the same forthwith, without expense to the County, and immediately to
replace all such rejected items with others conforming to such specifications or samples; provided that should vendor fail, neglect or refuse so to
do the County shall thereupon have the right purchase in the open market, in lieu thereof, a corresponding quantity of any such items and to
deduct from any moneys due or that may there after come due to vendor the difference between the prices named in the contract or purchase
order and the actual cost thereof to the County. In the event that vendor fails to make prompt delivery as specified for any item, the same
conditions as to the rights of the County to purchase in the open market and to reimbursement set forth above shall apply, except when delivery
is delayed by fire, strike, freight embargo, or Act of God or the government. (b)Cost of inspection or deliveries or offers for delivery, which do
not meet specifications, will be borne by the vendor. (c) The rights and remedies of the County provided above shall not be exclusive and are
in addition to any other rights and remedies provided by law or under the contract.
8. Discounts: (a) Terms of less than ten (10) days for cash discount will considered as net. (b) In connection with any discount offered, time will
be computed from date of complete, satisfactory delivery of the supplies, equipment or services specified in the RFQ, or from date correct
invoices are received by the County at the billing address specified, if the latter date is later than the date of delivery. Payment is deemed to be
made, for the purpose of earning the discount, on the date of mailing the County warrant check.
9. 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.
10. No guarantee or warranty:The County of Alameda makes no guarantee or warranty as to the condition, completeness or safety of any material
or equipment that may be traded in on this order.
The undersigned acknowledges receipt of above referenced RFQ and/or Addenda and offers and agrees to furnish the articles and/or services
specified on behalf of the vendor indicated below, in accordance with the specifications, terms and conditions of this RFQ and Bid
Acknowledgement.
Firm:
Address:
State/Zip
What advertising source(s) made you aware of this RFQ?
By:_______________ ________________________________________________ Date____________ Phone_____________________
Printed Name Signed Above:_______________________________________________________________________________________
Title:__________________________________________________________________________________________________________
EXHIBIT B (page 1 of 2)
COUNTY OF ALAMEDA
RFQ No. 900455
For
2009 FORD CLASS SE FORD FOCUS SEDAN
BID FORM I
Cost shall be submitted on Exhibit B 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 total cost quoted
below shall include all taxes and all other charges and is the cost the County will pay, not to
exceed the grand total lump sum cost, for any contract that is a result of this bid.
DESCRIPTION
2009 Model Ford SE Focus Sedan
(all specifications included)
California Tire Fee per vehicle
UNIT OF
MEASURE
ESTIMATED
QUANTITY
Each
36
Each
36
UNIT
COST
EXTENDED
COST
TAX (8.75%)
TOTAL COST
Bidder agrees that the price(s) quoted are the maximum they will charge during the term of any
contract awarded and includes all warranties.
FIRM: ____________________________SIGNATURE:________________DATE:_______
PRINTED NAME: _____________________TITLE:____________________________
Exhibit B
Page 1 of 2
12/17/04
EXHIBIT B (page 2 of 2)
COUNTY OF ALAMEDA
RFQ No. 900455
For
2009 FORD CLASS SE FORD FOCUS SEDAN
BID FORM I-A
WARRANTY
Bidder shall list warranty information on or attach it to this sheet.
Exhibit B
Page 2 of 2
12/17/04
EXHIBIT B (page 1 of 2)
COUNTY OF ALAMEDA
RFQ No. 900455
For
2009 FORD CROWN VICTORIA POLICE INTERCEPTOR
BID FORM II
Cost shall be submitted on Exhibit B 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 total cost quoted
below shall include all taxes and all other charges and is the cost the County will pay, not to
exceed the grand total lump sum cost, for any contract that is a result of this bid.
DESCRIPTION
2009 Model Class Ford Crown Victoria
Sedan (all specifications included)
California Tire Fee per vehicle
UNIT OF
MEASURE
ESTIMATED
QUANTITY
Each
22
Each
22
UNIT
COST
EXTENDED
COST
TAX (8.75%)
TOTAL COST
Bidder agrees that the price(s) quoted are the maximum they will charge during the term of any
contract awarded and includes all warranties.
FIRM: ____________________________SIGNATURE:________________ DATE:______
PRINTED NAME: _____________________TITLE:____________________________
Exhibit B
Page 1 of 2
12/17/04
EXHIBIT B (page 2 of 2)
COUNTY OF ALAMEDA
RFQ No. 900455
For
2009 FORD CROWN VICTORIA
BID FORM II – A
WARRANTY
Bidder shall list warranty information on or attach it to this sheet.
Exhibit B
Page 2 of 2
12/17/04
EXHIBIT C
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 LIMITS
A
Commercial General Liability
Premises Liability; Products and Completed Operations; Contractual Liability;
Personal Injury and Advertising Liability
B
Commercial or Business Automobile Liability
All 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
Workers’ Compensation (WC) and Employers Liability (EL)
Required for all contractors with employees
C
D
$1,000,000 per occurrence (CSL)
$5,000,000 aggregate
Bodily Injury and Property Damage
$1,000,000 per occurrence (CSL)
Any Auto
Bodily Injury and Property Damage
WC: Statutory Limits
EL: $100,000 per accident for bodily injury or disease
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: GSA-Purchasing, 1401 Lakeside Drive, Ste. 907 Oakland, CA 94612
- With a copy to Risk Management Unit (1106 Madison Street, Room 233, Oakland, CA 94607)
Certificate C-1B
Page 1 of 1
Form 2001-1
12/17/04
EXHIBIT D-1
COUNTY OF ALAMEDA
RFQ No. 900555
for
2009 FORD FOCUS AND/OR FORD CROWN VICTORIA POLICE INTERCEPTOR
CURRENT REFERENCES
Company Name:
Address:
City, State, Zip Code:
Contact Person:
Telephone Number:
Service Provided:
Dates/Type of Service:
Company Name:
Address:
City, State, Zip Code:
Contact Person:
Telephone Number:
Service Provided:
Dates/Type of Service:
Company Name:
Address:
City, State, Zip Code:
Contact Person:
Telephone Number:
Service Provided:
Dates/Type of Service:
Company Name:
Address:
City, State, Zip Code:
Contact Person:
Telephone Number:
Service Provided:
Dates/Type of Service:
Company Name:
Exhibit D
Page 1 of 2
EXHIBIT D-2
COUNTY OF ALAMEDA
RFQ No. 900555
for
2009 FORD FOCUS AND/OR FORD CROWN VICTORIA POLICE INTERCEPTOR
FORMER REFERENCES
Company Name:
Address:
City, State, Zip Code:
Contact Person:
Telephone Number:
Service Provided:
Dates/Type of Service:
Company Name:
Address:
City, State, Zip Code:
Contact Person:
Telephone Number:
Service Provided:
Dates/Type of Service:
Company Name:
Address:
City, State, Zip Code:
Contact Person:
Telephone Number:
Service Provided:
Dates/Type of Service:
Company Name:
Address:
City, State, Zip Code:
Contact Person:
Telephone Number:
Service Provided:
Dates/Type of Service:
Company Name:
Exhibit D
Page 2 of 2
EXHIBIT E (Page 1 of 3)
RFQ No. 900555
for
2009 FORD FOCUS AND/OR FORD CROWN VICTORIA POLICE INTERCEPTOR
COUNTY OF ALAMEDA
SMALL, LOCAL AND EMERGING BUSINESS PROGRAM
SLEB
CERTIFICATION INSTRUCTIONS
1.
Complete the application form
Program Definitions
Local Business:
3 Easy Steps
A business having a fixed office with a street address in Alameda County for a minimum
period of 6 months and a valid business license issued by the County or a City within
Alameda County
Small Business:
A business which has been certified by the County as local and meets the U.S. Business
Administration (SBA) size standards for its classification. Size standards and classification
codes information available at http://www.naics.com/search.htm
Emerging Business:
A business which has been certified by the County as local and meets one half of the U.S.
SBA size standards for its classification and has been in business less than 5 years.
If you own less than 51% interest in your business, please indicate other owner(s) name(s), title(s) and percentage of
ownership. List all current business and professional licenses. If you have been in business for less than three years,
please provide your actual gross receipts received for the period that you have been in business. If you have not been in
business for a complete tax year, please provide actual gross receipts to date. If any item on the application form is not
applicable, please put “N/A” in the designated area. If additional space is needed, please attach additional sheet(s).
2.
Please sign* and mail Application to:
Alameda County Auditor-Controller Agency
Office of Contract Compliance
1221 Oak Street, Room 249
Oakland, CA 94612
*The application form must be signed by the owner, principal partner or authorized officer of the corporation. We will
contact you within 10 days to schedule a site visit upon receipt of your application.
3.
On-site Visit
The following items must be available for our review during the visit to your business address:




Signed Federal Tax Returns showing Gross Business Receipts for the last 3 years**
Business Licenses
Current Identification (i.e. Driver’s License, Identification Card)
Deed, Rental or Lease Agreement showing Business Address
**Personal Net Worth Statement (if the business has never filed taxes)
If you have questions regarding your certification, please contact:
Office of Contract Compliance
Tel: (510) 891-5500 or Email: ACSLEBcompliance@acgov.org
Thank you for your interest in doing business with Alameda County.
SLEB CertInstructions 07/200
EXHIBIT E (Page 2 of 3)
RFQ No. 900555
for
2009 FORD FOCUS AND/OR FORD CROWN VICTORIA POLICE
INTERCEPTOR
COUNTY OF ALAMEDA
SMALL, LOCAL AND EMERGING BUSINESS PROGRAM
SLEB
CERTIFICATION APPLICATION
Section A: Business Information
Business Type:
 Sole Proprietorship
 Partnership
Business Name:
DBA (Circle One): Yes or
 Corporation
Business Owner Name:
No
Federal Tax Identification Number:
Business Address:
Business Start Date:
How long at this address:
Business Telephone Number:
Business Fax Number:
Business Description:
Number of Employees:
Gross Business Receipts for Last Three Years (If first year in business, please list gross receipts received to date):
$_____________________ 20____
$ ___________________
20_____
$____________________ 20____
Section B: Contact Information
Name:
Title:
Address:
Email Address:
Phone:
Fax number:
Composition of Ownership
Are you a publicly traded entity, a public school, or a government?
Yes
No
Are you a non-profit, or a church?
Yes
No
If “Yes” to one of the above, skip Ethnicity and Gender below. The Collection of ethnicity and gender data is for statistical and
demographic purposes only. Please check the ONE most applicable in each category:
Ethnicity
African American or Black (greater than 50%)
Hispanic or Latino (greater than 50%)
American Indian or Alaskan Native (greater than 50%)
Native Hawaiian/Pacific Islander (greater than 50%)
Asian (greater than 50%)
Multi-ethnic minority ownership (greater than 50%)
Caucasian or White (greater than 50%)
Multi-ethnic ownership (50% Minority–50% Non-Minority)
Filipino (greater than 50%)
Gender
Female (greater than 50% Ownership)
Male (greater than 50% Ownership)
Section C: North America Industry Classification System Codes (NAICS Codes)
http://www.naics.com/search.htm
NAICS Code(s)
_______________________________
_______________________________
_______________________________
_______________________________
_______________________________
_______________________________
Section D: Business and License Information
Please List All Current Business and Professional Licenses:
License Type:
Date Issued/Expires:
Jurisdiction/Issuing Authority:
______________________________
______________________________
_______________________________
______________________________
______________________________
_______________________________
I declare, under penalty or perjury all of the foregoing statements are true and correct.
__________________________
_____________________
_____________________________
Signature
Printed Name
Title (Proprietor / Partner / Officer)
EXHIBIT E (Page 3 of 3)
RFQ No. 900555
for
2009 FORD FOCUS AND/OR FORD CROWN VICTORIA POLICE INTERCEPTOR
COUNTY OF ALAMEDA
SMALL, LOCAL AND EMERGING BUSINESS PROGRAM
SLEB
RENEWAL CERTIFICATION APPLICATION
SLEB Certification Number: _____________________
Date of Initial Certification: ____________________
Business Name:
Federal Tax Identification Number: ______________
Business Address:
How long at this address:
Business Telephone Number:
Main Contact Name:
Business Fax Number:
Phone Number:
Number of Employees:
Email Address:
Ownership changed since last certification:
Yes
No
Gross Business Receipts for Last Three Years:
$_____________________ 20____
$ ___________________ 20____
$____________________ 20____
Composition of Ownership
Are you a publicly traded entity, a public school, or a government?
Yes
No
Are you a non-profit, or a church?
Yes
No
If “Yes” to one of the above, skip Ethnicity and Gender below. The Collection of ethnicity and gender data is for statistical and
demographic purposes only. Please check the ONE most applicable in each category:
Ethnicity
African American or Black (greater than 50%)
American Indian or Alaskan Native (greater than 50%)
Asian (greater than 50%)
Caucasian or White (greater than 50%)
Filipino (greater than 50%)
Hispanic or Latino (greater than 50%)
Native Hawaiian/Pacific Islander (greater than 50%)
Multi-ethnic minority ownership (greater than 50%)
Multi-ethnic ownership (50% Minority–50% Non-Minority)
Gender
Female (greater than 50% Ownership)
Male (greater than 50% Ownership
North America Industry Classification System Codes (NAICS )
________________________________________________________
_________________________________________________________
________________________________________________________
_________________________________________________________
________________________________________________________
_________________________________________________________
RENEWAL AFFIDAVIT
I declare, under penalty or perjury all of the foregoing statements are true and correct.
__________________
Signature
__________________________
Printed Name
______________________________
Title (Proprietor / Partner / Officer)
Please complete, sign and mail Application to:
Alameda County Auditor-Controller Agency
Office of Contract Compliance
1221 Oak Street, Room 249, Oakland, CA 94612
Tel: (510) 891-5500 Email: ACSLEBcompliance@acgov.org
EXHIBIT F
COUNTY OF ALAMEDA
RFQ No. 900555
for
2009 FORD FOCUS AND/OR FORD CROWN VICTORIA POLICE INTERCEPTOR
SMALL LOCAL EMERGING BUSINESS (SLEB)
SUBCONTRACTING INFORMATION SHEET
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 (per this RFQ County Provisions) 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. This form must be submitted for each
business that bidders will work with, evidencing a firm contractual commitment to meeting
the SLEB participation goal. (Copy this form as needed.)
Bidders are encouraged to subcontract with a SLEB that can participate directly with this
contract. One of the benefits of subcontracting will be economic, but this subcontracting 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, contractor will not be able to substitute the
subcontractor without prior written approval from the Alameda County AuditorController’s Office of Contract Compliance (OCC).
The OCC will monitor the contract for compliance with the SLEB requirements.
BIDDER:___________________________________________________________________________________
 is a SLEB.
 is not a SLEB and will subcontract __________% with the SLEB named below for the following service(s):
_______________________________________________________________________________________
SLEB
Business Name: ___________________________________________________________________
Street Address: ___________________________________________________________________
City, State, Zip: ___________________________________________________________________
Phone: ___________________________Fax: __________________E-mail: _____________
Tax ID Number: _____________________________________________________
Principal Name: ______________________________________________________
SLEB Principal Signature: _________________________________________________ ________________
(Date)
Bidder Signature:
_________________________________________________ ________________(Date)
EXHIBIT G
COUNTY OF ALAMEDA
RFQ No. 900555
for
2009 FORD FOCUS AND/OR FORD CROWN VICTORIA POLICE INTERCEPTOR
REQUEST FOR PREFERENCE
for
LOCAL BUSINESS
and
SMALL AND LOCAL OR EMERGING AND LOCAL BUSINESS
IF YOU WOULD LIKE TO REQUEST THE LOCAL BUSINESS, SMALL AND LOCAL BUSINESS, OR
EMERGING AND LOCAL BUSINESS PREFERENCE, COMPLETE THIS FORM AND RETURN IT WITH
YOUR BID. IN ADDITION, IF APPLYING FOR LOCAL PREFERENCE, SUBMIT THE FOLLOWING:
 Copy of a verifiable business license, issued by the County of Alameda or a City within the County;
and
 Proof of six (6) month business residency, identifying the name of the vendor and the local address:
utility bills, deed of trust or lease agreement.
A five-percent (5%) preference will be granted to Alameda County products or vendors on all sealed bids on contracts
except with respect to those contracts which State law requires be granted to the lowest responsible bidder. An
Alameda County vendor is a firm or dealer with fixed offices and having a street address within the County for at least
six (6) months prior to the date upon which a request for sealed bids or proposals is issued; and which holds a valid
business license issued by the County or a city with the County. Alameda County products are those which are grown,
mined, fabricated, manufactured, processed or produced within the County.
In addition, a five percent (5%) preference, for a total bid preference of ten percent (10%), shall be granted (except as
noted above) if the bidder is certified by the County as either a small and local or an emerging and local business.
Check the appropriate (2 maximum) boxes and provide the requested information below.
Request for 5% local preference
Request for 5% small and local preference OR
Request for 5% emerging and local preference
Company Name:
Street Address:
Telephone Number:
Business License Number:
The Undersigned declares that the foregoing information is true and correct:
Print/Type Name:
Title:
Signature:
Date:
EXHIBIT H
COUNTY OF ALAMEDA
RFP No. 900555
for
2009 FORD FOCUS AND/OR FORD CROWN VICTORIA POLICE INTERCEPTOR
ALAMEDA COUNTY VENDOR FIRST SOURCE AGREEMENT
VENDOR INFORMATION
ALCOLINK Vendor Number (if known): 00000
SLEB Vendor Number:
Full Legal Name:
DBA
Type of Entity:
Individual
Corporation
Sole Proprietor
Tax-Exempted
Check the boxes that apply:
Goods Only
Goods & Services
Rents/Leases paid to you as the agent
Other
Partnership
Government or Trust
Rents/Leases
Medical Services
Legal Services
Non-Medical Services – Describe
Federal Tax ID Number (required):
P.O. Box/Street Address:
Vendor Contact’s Name:
Vendor Contact’s Telephone:
Fax:
Vendor Contact’s E-mail address:
Please check all that apply:
LOC
SML
I
A
B
F
H
N
W
Local Vendor (Holds business license within Alameda County)
Small Business (as defined by Small Business Administration)
American Indian or Alaskan Native (>50%)
Asian (>50%)
Black or African American (>50%)
Filipino (>50%)
Hispanic or Latino (>50%)
Native Hawaiian or other Pacific Islander (>50%)
White (>50%)
Number of Entry Level Positions available through the life of the contract:___________
Number of other positions available through the life of the contact:_________________
This information to be completed by County:
Contract #______________________
Contract Amount:
_____________________
Contract Term:
_____________________
EXHIBIT H
COUNTY OF ALAMEDA
RFQ No. 900555
for
2009 FORD FOCUS AND/OR FORD CROWN VICTORIA POLICE INTERCEPTOR
ALAMEDA COUNTY VENDOR FIRST SOURCE AGREEMENT
VENDOR INFORMATION
Vendor agrees to provide Alameda County (through East Bay Works and Social Services Agency), ten
(10) working days to refer to Vendor, potential candidates to be considered by Vendor to fill any new or
vacant positions that are necessary to fulfill their contractual obligations to the County, that Vendor has
available during the life of the contract before advertising to the general public. Vendor will also provide
the County with specific job requirements for new or vacant positions. Vendor agrees to use its best
efforts to fill its employment vacancies with candidates referred by County, but final decision of whether
or not to offer employment, and the terms and conditions thereof, to the candidate(s) rest solely within the
discretion of the Vendor.
Alameda County (through East Bay Works and Social Services Agency) agrees to only refer prescreened qualified applicants, based on vendor specifications, to vendor for interviews for prospective
employment by Vendor (see Incentives for Vendor Participation under Vendor/First Source Program
located on the Small Local Emerging Business (SLEB) Website,
http://www.co.alameda.ca.us/gsa/sleb/vendor.shtml
If compliance with the First Source Program will interfere with Vendor’s pre-existing labor agreements,
recruiting practices, or will otherwise obstruct Vendor’s ability to carry out the terms of the contract,
Vendor will provide to the County a written justification of non-compliance in the space provided below.
(Company Name)
______________________________________
_____________________
(Vendor Signature)
(Date)
______________________________________
_____________________
(East Bay Works / One-Stop Representative Signature)
(Date)
Justification of Non-Compliance:
_______________________________________________________________________
________________________________________________________________________
EXHIBIT I
COUNTY OF ALAMEDA
RFQ No. 900555
for
2009 FORD FOCUS AND/OR FORD CROWN VICTORIA POLICE INTERCEPTOR
Exceptions, Clarifications, Amendments
List below requests for clarifications, exceptions and amendments, if any, to the RFQ and its exhibits, including Exhibit J,
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.
Item
No.
Reference To:
Page No.
Paragraph
No.
_________________________________
Bidder Name
Description
_____________________________
Bidder Signature
____________
Date
RFQ No. 900555
EXHIBIT L
RFQ VENDOR BID LIST
Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No.
900555, 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 (described within this RFQ). For additional information regarding the SLEB
Program, please visit our website at http://www.acgov.org/gsa/sleb/ and/or contact the Auditor-
Controller’s Office of Contract Compliance (OCC) located at 1221 Oak St., Rm. 249, Oakland,
CA 94612 at Tel: (510) 891-5500, Fax: (510) 272-6502 or via E-mail at
ACSLEBcompliance@acgov.org
Potential bidders are strongly encouraged, but not required, to attend the Networking/Bidders Conferences
in order to further facilitate subcontracting relationships. Vendors who attend the Networking/Bidders
Conferences will be added to the Vendor Bid List. Please see the RFQ sections entitled ‘Calendar of
Events’ and ‘Networking/Bidders Conferences’ for additional information. The Networking/Bidders
Conferences scheduled for all current projects are posted on the GSA Calendar of Events website at
http://www.acgov.org/gsa/Calendar.jsp. An RFQ Addendum will be issued to all vendors on the Vendor
Bid List following the Networking/Bidders Conferences and will include contact information for each
vendor attendee.
RFQ 900555 - 2009 FORD FOCUS SE SEDAN
AND/OR
2009 CROWN VICTORIA POLICE INTERCEPTOR
Business Name
Able Auto Sales
Auto Buying & Selling
Svc
Street Address
City
State
Contact Name
3833 Peralta Blvd # A
FREMONT
CA
Rocky Mogharavi
211 10th St #308
OAKLAND
CA
Tony Wong
3393 Enterprise Ave
436 14th Street, Suite
1120
HAYWARD
CA
Sam Portillo
OAKLAND
CA
Cynthia Campbell
Po Box 1677
SAN LEANDRO
CA
Richard Figueroa
Cars Unlimited
27570 Mission Blvd # B
HAYWARD
CA
Al Casatico
Chrysler Motors Corp
6150 Stoneridge Mall Rd
PLEASANTON
CA
Marty Siegal
260 Doolittle Dr
SAN LEANDRO
CA
Jon Wacker
Cochran & Celli
3330 Broadway
OAKLAND
CA
Steve Simi
Copart Inc
1964 Sabre St
HAYWARD
CA
Gary Adamsl
1106 75TH Avenue
OAKLAND
CA
Isaac Franco
3573 crawdad ct
UNION CITY
CA
santokh singh
25715 Mission Blvd.
FREMONT
CA
Charles Clark
Gillig Corp
25800 Clawiter Rd.
HAYWARD
CA
Steve Davis
Gl 88 Auto Part Inc
926 Orca Ter
FREMONT
CA
Rance Gu
Bay Equipment & Repair
C. C. Enterprises, Ltd.
California Touring Coach
Co
Coast County Trucking
Equip
DRIVE AWAY PROS,
LLC. - DBA
fourway trucking inc
Fremont Automotive
Retailing - DBA
Phone
Number
Email
( 510 ) 7977471
( 510 ) 8341600
( 510 ) 7839050
( 510 ) 8394623
( 510 ) 4366381
( 510 ) 5375058
( 925 ) 4631960
( 510 ) 5686933
( 510 ) 4506600
( 510 ) 7836511
ladybogie@hotmail.com
jwacker@coastcounties.com
jack.benefiel@copart.com
( 510 ) 3829350
( 510 ) 4875659
( 510 ) 7031249
( 510 ) 2645165
( 510 ) 7957280
cclarkhayward@aol.com
jboire@gillig.com
Good Chevrolet
( 510 ) 5229221
1630 Park St.
ALAMEDA
CA
Joann Stewart
1682 First St.
LIVERMORE
CA
Kevin Peterson
4414 Richmond Ave
FREMONT
CA
Marc Tannenbaum
42251 Boscell Rd
FREMONT
CA
Kevin Mc Clanahan
45500 Fremont Blvd
FREMONT
CA
K Ishii
Nissan North America
6880 Koll Center Pkwy
PLEASANTON
CA
Olga Reisler
Oakland Auto Center
3093 Broadwat Auto Row
OAKLAND
CA
Kevin Best
3093 Broadway Auto
Row
OAKLAND
CA
Kevin Best
Richardson Auto
1519 Encinal Ave3
ALAMEDA
CA
Glen W Richardson
Strehle's Body Shop Inc
494 36th St
OAKLAND
CA
Gary Strehle
Tcb Auto Sales & Svc
1070 A St
HAYWARD
CA
Bennie Bolin
Trailco Equipment Corp
740 Julie Ann Way # 1
OAKLAND
CA
Ron Bise
854 92nd Ave
OAKLAND
CA
John P Pienta
6398 Dougherty Rd # 12
DUBLIN
CA
Danny Jones
Utility Trailer Sales
2074 National Ave
HAYWARD
CA
Wayne Licsak
Utility Truck Bodies Inc
1530 Wood St
OAKLAND
CA
Norm Rose
1915 East 14th Street
SAN LEANDRO
CA
Richard Curtis
1923 W. Winton
HAYWARD
CA
Mark Meyers
36575 Fremont Blvd
FREMONT
CA
Fred Elaridi
14005 E 14th St
SAN LEANDRO
CA
Bill Rissotto
14860 E 14th St
SAN LEANDRO
CA
Paul Hifi
Aahl Motors
577 C St
HAYWARD
CA
Mike Aahl
Able Auto Sales
3833 Peralta Blvd # A
FREMONT
CA
Rocky Mogharavi
Alacar Automobile
2438 San Pablo Ave
BERKELEY
CA
Mike Hillany
Albany Ford Inc
718 San Pablo Ave
ALBANY
CA
Janice Isaac
25715 Mission Blvd
HAYWARD
CA
Howard Allan
19745 Meekland Ave
HAYWARD
CA
Garner Archer
37643 Timber St # H
NEWARK
CA
Safi Mohammadi
Auto Doctor
1830 San Pablo Ave
BERKELEY
CA
Ahmadieh Hosseis
Auto Mario
6932 Thornton Ave
NEWARK
CA
Mario Lombardo
Auto Warehouse
38523 Fremont Blvd
FREMONT
CA
Mohammad Solomon
Autometrics
1340 San Pablo Ave
BERKELEY
CA
John Hafez
43285 Auto Mall Cir
FREMONT
CA
Danny Isamoto
6438 Sierra Ct
DUBLIN
CA
Adel Saadeh
Avenue Used Cars
2205 San Pablo Ave
BERKELEY
CA
Paul Gomez
B H Motor Sports
21030 Mission Blvd
HAYWARD
CA
Gerald Young
Bay Fair Rental Ctr
13999 E 14th St
SAN LEANDRO
CA
Mansour Mahani
24353 Clawiter Rd
HAYWARD
CA
Craig Peterson
Ben A Begier Buick
1915 E 14th St
SAN LEANDRO
CA
Phil Begier
( 510 ) 2645200
( 510 ) 3577611
Berkeley Auto Ctr
1193 San Pablo Ave
ALBANY
CA
Yar Mohamed
( 510 ) 524-
Livermore Tire Mart &
Auto Exp
M & M Auto Broker
Mc Clanahan Trailer &
Truck
New United Motor Mfg
Inc
Oakland Automotive
Center
Transamerica Terminal
Svc
Tri-valley Auto
Wholesale
Vernon P. Dahllstrom,
Inc. DBA - DBA
Western Truck
Fabrication
A & M Auto Ctr
A-1 Motors Inc
A-1 Rent A Car Auto
Sales
Allan Motor Co
Archer Brothers Jeep
Parts
Ariana Auto Sales &
Svc
Autowest Dodge
Chrysler Isuzu
Autoworld/Saadeh
Corp.
Bayshore International
Trucks
jstewart@goodchevy.net
( 925 ) 3737111
( 510 ) 7936044
( 510 ) 2266030
( 510 ) 4985500
( 925 ) 4262900
( 510 ) 7157731
( 510 ) 5882400
( 510 ) 8658679
( 510 ) 6541497
( 510 ) 5815540
( 510 ) 5690903
strehlesautobody@aol.com
TCBAUTO1070@AOL.COM
( 510 ) 5698938
( 925 ) 8298552
( 510 ) 2935780
( 510 ) 2710797
( 510 ) 3577611
( 510 ) 7859994
( 510 ) 7139122
( 510 ) 3578934
( 510 ) 8952100
( 510 ) 8869488
( 510 ) 7977471
( 510 ) 8411999
( 510 ) 5281244
( 510 ) 7912636
( 510 ) 5379587
( 510 ) 7949507
( 510 ) 8419990
( 510 ) 7962886
( 510 ) 7901637
( 510 ) 5243881
( 510 ) 2525000
( 925 ) 8293999
( 510 ) 8486561
( 510 ) 5827847
( 510 ) 4831000
listcars@yahoo.com
jisaac@albanyfordsubaru.com
4221
Berkeley Toyota
2555 Shattuck Ave
BERKELEY
CA
Tim Southwick Jr
Bill's Auto Sales
2921 Ford St
OAKLAND
CA
Bill J Silveira
Bob's Auto Mart
19900 Mission Blvd
HAYWARD
CA
Ron Deininger
Broadway Ford
2560 Webster St
OAKLAND
CA
Marion Maita
2740 Broadway
OAKLAND
CA
Mike Murphy
25715 Mission Blvd
HAYWARD
CA
Bud Allan
Buggy Bank
2821 Shattuck Ave
BERKELEY
CA
Samuel Muncy
C Street
HAYWARD
CA
Ray Luzaich
C. C. Enterprises, Ltd.
575 C St # C
436 14th Street, Suite
1120
OAKLAND
CA
Cynthia Campbell
Cal Glass
6405 Shattuck Ave
OAKLAND
CA
Raza Saffarian
Cal West Motors
1977 E 14th St
SAN LEANDRO
CA
Jack Casey
20525 Mission Blvd
HAYWARD
CA
Ben Noori
1906 E 14th St
OAKLAND
CA
Wayne Christensen
14263 E 14th St
SAN LEANDRO
CA
Tim Moran
1700 Park St
ALAMEDA
CA
Lee Cavanaugh
Central Chevrolet Co
4949 Thornton Ave
FREMONT
CA
Richard Brunelli
Cherryland Motor Sales
21450 Mission Blvd
HAYWARD
CA
Mitchell Lehrman
44355 Auto Mall Cir
FREMONT
CA
Tom Claridge
2840 Broadway
OAKLAND
CA
Marc Lannertone
25700 Mission Blvd
HAYWARD
CA
John Carey
Broadway Volkswagen
Bud Allan Chevrolet
Mazda
California Auto Brokers
Cannon Used Car
Sales
Car Store
Cavanaugh Motors
Parts Dept
Claridge's Limited
Classic Cars Of King
Kover
Classic Vans
Coast County Trucking
Equip
260 Doolittle Dr
SAN LEANDRO
CA
Jon Wacker
3330 Broadway
OAKLAND
CA
Steve Simi
3320 Piedmont Ave
OAKLAND
CA
Jesse Patterson
5922 International Blvd
OAKLAND
CA
Leopoldo Piedra
Discount Auto Ctr
622 W Macarthur Blvd
OAKLAND
CA
Brett Landrum
Discount Auto Sales
Cochran & Celli
Cochran & Celli Mazda
Jeep
Coliseum Used Auto
Sales
( 510 ) 8432955
( 510 ) 5331164
( 510 ) 2763552
( 510 ) 8328800
( 510 ) 8347711
( 510 ) 5810400
( 510 ) 8483015
( 510 ) 5819611
( 510 ) 8394623
( 510 ) 6018100
( 510 ) 3529230
( 510 ) 2761000
( 510 ) 5327146
( 510 ) 3521261
( 510 ) 5235246
( 510 ) 7931340
( 510 ) 5819323
( 510 ) 6231111
( 510 ) 8322201
( 510 ) 5383150
( 510 ) 5686933
( 510 ) 4506600
21153 Foothill Blvd
HAYWARD
CA
Ben Behrooz
( 510 ) 4506600
( 510 ) 7296202
( 510 ) 6524490
( 510 ) 5826610
Discount Auto Sales &
Repair
5700 E 14th St
OAKLAND
CA
Eric Luong
( 510 ) 5340290
DON SIGNER BUICKCADILLAC INC - DBA
39639 Balentine Dr
NEWARK
CA
Don Signer
Doten Honda
2600 Shattuck Ave
BERKELEY
CA
Jim Doten
Downtown Auto Ctr
4145 Broadway
OAKLAND
CA
Ralph Sattore
Dublin Toyota
6450 Dublin Ct
DUBLIN
CA
Ed Cornelius
E Z Auto Sales
3915 Broadway
OAKLAND
CA
David March
East Bay Bmw Inc
4355 Rosewood Dr
PLEASANTON
CA
Bruce Daugherty
OAKLAND
CA
ERNEST SPENO
Easy Auto Sales
333 Filbert St
37555 Centralmont Pl #
B
FREMONT
CA
Niamatullah Mirzakhel
Easy Auto Sales
38872 Fremont Blvd
FREMONT
CA
Naimat Mirzakhel
Economy Motors
25447 Mission Blvd
HAYWARD
CA
Lanhard Stevens
Elias Motors Inc
28546 Mission Blvd
HAYWARD
CA
Matt Ahmadi
Enterprise Car Sales
14812 E 14th St
SAN LEANDRO
CA
Steve Schurich
European Motors Ltd
2915 Broadway
OAKLAND
CA
Richard Fisher
F H Dailey Chevrolet
800 Davis St
SAN LEANDRO
CA
Dan Gatto
Fairfax Motors
5398 Foothill Blvd
OAKLAND
CA
Lonnie Bates
( 510 ) 2724400
( 510 ) 7946611
( 510 ) 7917900
( 510 ) 5822800
( 510 ) 8865102
( 510 ) 2970500
( 510 ) 8326030
( 510 ) 3515800
( 510 ) 2616677
Fantasy Junction
1145 Park Ave
EMERYVILLE
CA
Bruce Trenery
( 510 ) 653-
East Bay Ford Truck
Rental
( 510 ) 2261234
( 510 ) 8433704
( 510 ) 5474436
( 925 ) 8297700
( 510 ) 6546780
( 925 ) 4632555
cavanaughmotors@aol.com
vance_fremont@mbretailer.com
officemanager@classicvans.com
jwacker@coastcounties.com
SIGNEROFFICE@AOL.COM
YHOPKINS@MISSIONVALLEYFORD.COM
do not have email
7555
Foreign Auto Ctr Car
Sales
Foreign Auto Repair &
Svc
1197 San Pablo Ave
ALBANY
CA
Said Adeil
972 Rufus Ct
HAYWARD
CA
Manu Dandel
Fremont Jeep Eagle
36761 Fremont Blvd
FREMONT
CA
Mark Hamilton
Fremont Nissan
5633 John Muir Dr
NEWARK
CA
Donald Barnes
Fremont Pontiac Gmc
39800 Balentine Dr
NEWARK
CA
KENNETH
OKENQUIST
Fremont Toyota
5181 Cushing Parkway
FREMONT
CA
Anna Vierra
Fremont Volkswagen
Ford Nissan
( 510 ) 5245600
( 510 ) 5385355
( 510 ) 7935300
( 510 ) 6515800
( 510 ) 6237711
( 510 ) 2525100
39700 Balentine Dr
NEWARK
CA
Donald Barnes
Germany's Best Inc
5291 College Ave
OAKLAND
CA
Paul Vacakis
Gillig Corp
25800 Clawiter Rd.
HAYWARD
CA
Steve Davis
Gmc Truck Ctr-oakland
8099 S Coliseum Way
OAKLAND
CA
Jack Kane
( 510 ) 6515600
( 510 ) 6588948
( 510 ) 2645165
( 510 ) 5775560
842 E 12th St
OAKLAND
CA
Chang Trankey
( 510 ) 8393309
8200 Baldwin St
OAKLAND
CA
Dan Loo
Gold Star Auto Sales &
Repair
Golden Gate
Freightliner Parts
Golden Gate Truck
Center
8200 Baldwin St
OAKLAND
CA
Mark Cook
( 510 ) 6325151
( 510 ) 6323535
Golden State Auto
Body & Paint
2418 Pleasant View Ln
LIVERMORE
CA
John Miller
( 925 ) 4432886
Golden State Motors DBA
39800 Balentine Dr
NEWARK
CA
Mike Fulgham
1630 Park St.
ALAMEDA
CA
Joann Stewart
59 S L St
LIVERMORE
CA
Robin Groth
1887 1st St
LIVERMORE
CA
Bill Groth
701 E 14th St
OAKLAND
CA
Henry Wong
5885 Owens Dr
PLEASANTON
CA
Uwe Waizenegger
( 925 ) 4439221
( 510 ) 2860288
( 925 ) 4632525
7099 Amador Plaza Rd
DUBLIN
CA
Ken Harvey
( 925 ) 8288030
Good Chevrolet
Groth Bros Chevrolet
Olds
Groth Bros Chevrolet
Oldsmobil
H & E Trading Auto
Sales
Hacienda Motors Ltd
Harvey & Madding, Inc.
- DBA
Hayward Auto Chrysler
Plymouth
Hayward Dodge &
Hyundai
( 510 ) 6237711
( 510 ) 5229221
( 925 ) 4473190
190 Airway Blvd
LIVERMORE
CA
Mike Graham
( 510 ) 2788600
( 510 ) 5384610
( 510 ) 8811200
( 510 ) 5821300
( 510 ) 5828000
( 510 ) 5377988
( 510 ) 8898000
( 510 ) 8851000
( 925 ) 2949018
( 510 ) 7289880
( 510 ) 4209200
( 510 ) 8391868
( 510 ) 8654505
( 510 ) 7918300
( 925 ) 8292825
( 510 ) 7922277
( 510 ) 6328662
( 925 ) 6068301
Livermore Honda Audi
Subaru
3800 1st St
LIVERMORE
CA
Michael Walsh
( 925 ) 4471100
Livermore Tire Mart &
Auto Exp
1682 First St.
LIVERMORE
CA
Kevin Peterson
( 925 ) 3737111
20095 Mission Blvd
HAYWARD
CA
Sheila Martin
25601 Mission Blvd
HAYWARD
CA
Carlos Hidalgo
25501 Mission Blvd
HAYWARD
CA
Bob Knezevich
Hayward Honda
Hayward Hyundai
Dodge
24895 Mission Blvd
HAYWARD
CA
Bob Gee
25601 Mission Blvd
HAYWARD
CA
Hank Torian
Hayward Nissan
25995 Mission Blvd
HAYWARD
CA
Hank Torian
Hayward Toyota
24773 Mission Blvd
HAYWARD
CA
George Assoun
Hayward Volkswagen
22220 Mission Blvd
HAYWARD
CA
Ron Jalilian
Hertz Car Sales
3739 1st St
LIVERMORE
CA
Michael Kayden
Hertz Used Car Sales
28001 Mission Blvd
HAYWARD
CA
Robert Gouge
3741 Broadway
OAKLAND
CA
Conley Byrnes
901 E 12th St
OAKLAND
CA
Lee Ly
Island Auto Sales
1927 Park St
ALAMEDA
CA
Steve Skarry
Karco
4480 Peralta Blvd
FREMONT
CA
Steve Hensley
Kassabian Motors
6080 Dublin Blvd
DUBLIN
CA
Brad Kassabian
Kool Running Autos
4343 Peralta Blvd # B
FREMONT
CA
Robbie Matar
L & A Motors
5825 E 14th St
OAKLAND
CA
Leon Ford Jr
Land Rover-wcb
Hayward Ford
Honda Of Oakland
International Auto
Sales
aguajardo@capitol-buick-pontiac-gmc.com
anna@fremonttoyota.com
jboire@gillig.com
gmcfleet@aol.com
jstewart@goodchevy.net
paula@dublinhonda.com
Lloyd Wise Auto Ctr
10550 E 14th St
OAKLAND
CA
Stephen Rodman
Lloyd Wise Hyundai
1200 Marina Blvd
10550 International
Blvd
10440 International
Blvd
10550 International
Blvd
SAN LEANDRO
CA
Tony Batarse
OAKLAND
CA
Steve Rodman
OAKLAND
CA
Tony Batarse
OAKLAND
CA
Tony Batarse
Luxury Imports
16808 E 14th St
SAN LEANDRO
CA
Parviz Nouripour
M & N Auto Sales
21659 Mission Blvd
HAYWARD
CA
Johnny Pour
M B Classics
1163 24th St
OAKLAND
CA
Bernd Fiebig
1500 San Pablo Ave
BERKELEY
CA
Michael Mc Nevin
2700 Shattuck Ave
BERKELEY
CA
Jory Hite
Melrose Ford
3050 International Blvd
OAKLAND
CA
Charles Di Bari
Mickaels Brothers
27570 Mission Blvd
HAYWARD
CA
John Mickaels
25250 Mission Blvd
HAYWARD
CA
Reg Morrison
21515 Mission Blvd
HAYWARD
CA
Tony Vadpey
Ming Cheng Auto
Mission Boulevard
Lincoln
1416 18th Ave
OAKLAND
CA
Khamsing Bounmy
24644 Mission Blvd
HAYWARD
CA
Bryan White
Mission Motor Co
Monarch Leasing Inc DBA
25030 Mission Blvd
HAYWARD
CA
Reza Nilchian
29899 Union City Blvd
UNION CITY
CA
Jan Scharnikow
Motor City Auto Sales
29547 Ruus Rd
HAYWARD
CA
Ed Garza
Mr Mercedes
36873 Fremont Blvd
FREMONT
CA
Teo Idilliler
Negherbon Auto Ctr
Lloyd Wise Hyundai
Lloyd Wise Nissan
Honda
Lloyd Wise Nissan
Hyundai
Mc Nevin Cadillac &
Volkswagen
Mckevitt Volvo &
Nissian
Mid Peninsula Leasing
& Sales
( 510 ) 6384000
( 510 ) 2518300
( 510 ) 2518300
( 510 ) 6384428
( 510 ) 6384800
( 510 ) 3171888
( 510 ) 5819964
( 510 ) 7631382
( 510 ) 5285900
( 510 ) 8482206
( 510 ) 5348520
( 510 ) 5373933
2345 Broadway
OAKLAND
CA
Frank Negherbon
( 510 ) 8817898
( 510 ) 2479414
( 510 ) 2619138
( 510 ) 8865052
( 510 ) 5822600
( 510 ) 4715530
( 510 ) 5814705
( 510 ) 7962090
( 510 ) 8937282
New Diamond Auto
Sales & Repr
1208 E 14th St
OAKLAND
CA
Ha Nguyan
( 510 ) 5329403
Nicolas K. Corporation
DBA The - DBA
1111 Marina Blvd.
SAN LEANDRO
CA
Tom McNab
Midtown Auto Sales
16701 E 14th St
SAN LEANDRO
CA
Tony Noori
( 510 ) 3474181
( 510 ) 2789912
North Western Auto
Brokers
727 Industrial Pkwy W
HAYWARD
CA
Gregory Ratliff
( 510 ) 8897046
O'connell's Volvo
Alameda Svc
1537 Webster St
ALAMEDA
CA
Michael J O'Connell
277 27th St
3093 Broadwat Auto
Row
OAKLAND
CA
Rick Mc Peak
Noori's Auto Sales
Oakland Acura
OAKLAND
CA
Kevin Best
Oakland Automotive
Center
3093 Broadway Auto
Row
OAKLAND
CA
Kevin Best
Oakland Truck Ctr
Old First Street Auto
Sales
8099 S Coliseum Way
OAKLAND
CA
John Kane
2609 Old 1st St
LIVERMORE
CA
Debbie Lopz
Oriental Auto Sales
OAKLAND
CA
Quan Nguyen
P M Auto Brokers
505 International Blvd
6990 Village Pkwy #
202
DUBLIN
CA
Paul Glasson
Pdk Investment
31823 Hayman St
HAYWARD
CA
Paul Deol
1215 10th Ave
OAKLAND
CA
Jeff La
4546 Peralta Blvd # 9
11875 Dublin Blvd #
D277
FREMONT
CA
Olin Perry
DUBLIN
CA
Dave Rose
Po Box 9050
PLEASANTON
CA
Bob Slap
Pleasanton Infiniti
4339 Rosewood Dr
PLEASANTON
CA
Bob Slap
Quality Auto Ctr
14834 E 14th St
SAN LEANDRO
CA
Jim Sihachack
R Enterprises
37401 Glenmoor Dr # B
FREMONT
CA
Richard Cornell
Richard Botto & Assoc
575 C St # A
HAYWARD
CA
Richard Botto
Oakland Auto Center
Perfection Auto Body &
Repair
Perry's Auto Sales
Peterbilt Motors Co
Pleasanton Auto
Village
sales@monarchtruck.com
( 510 ) 8657255
( 510 ) 4448383
( 510 ) 7157731
( 510 ) 5882400
( 510 ) 5775528
( 925 ) 4492277
( 510 ) 7636595
( 925 ) 8284433
( 510 ) 4718499
( 510 ) 8347014
( 510 ) 7901302
( 925 ) 5567460
( 925 ) 4634700
( 925 ) 7348000
( 510 ) 3576767
( 510 ) 7925510
( 510 ) 5383818
Dave.Rose@paccar.com
Ron Goode MOTORS,
INC.
2424 Clement Ave
ALAMEDA
CA
Len Goode
Royal Motor
16575 E 14th St
SAN LEANDRO
CA
Reza Fotoohi
Sabeh Auto
3524 E 14th St
OAKLAND
CA
Assmont Sabeh
4340 Rosewood Dr
PLEASANTON
CA
Stephen Neville
39797 Balentine Dr
NEWARK
CA
Norma Haynes
2401 Broadway
OAKLAND
CA
Norma Haynes
4412 Macarthur Blvd
OAKLAND
CA
Gerald F Scheberies
( 510 ) 5226400
( 510 ) 2764811
( 510 ) 2617911
( 925 ) 4166400
( 510 ) 4458700
( 510 ) 8396400
( 510 ) 5301800
Simi Management
Corp. - DBA
3093 Broadway
OAKLAND
CA
Rober Reichart
( 510 ) 5882406
Sir Richards Car Store
Outlet
2121 E 14th St
SAN LEANDRO
CA
Richard Crosfield
Skyline Motors
499 Embarcadero
OAKLAND
CA
J W Silveira
Specialty Sales
4321 1st St
PLEASANTON
CA
Steve Barlow
425 Market St
OAKLAND
CA
Harry Mamizuka
Saturn
Saturn of Fremont DBA
Saturn of Oakland DBA
Scheberies Inc
SSMB Pacific Holding
Co. Inc - DBA
Svensson Automotive
Inc
1740 San Pablo Ave
BERKELEY
CA
V J Pal
T & C Auto Wholesale
& Detail
6398 Dougherty Rd #
39
DUBLIN
CA
Corey Paparelly
Tac Auto Sales
Tasha Automotive
Group
37438 Glenmoor Dr
FREMONT
CA
Tom Cobb
43285 Auto Mall Cir
FREMONT
CA
Hank Torian
Thrifty Car Rental
Tire Mart & Auto
Express
25656 Mission Blvd
HAYWARD
CA
Bob Rao
1682 1st St
LIVERMORE
CA
Kevin Peterson
Tom Eplin's Automotive
Ctr
16338 E 14th St
SAN LEANDRO
CA
Tom Eplin
Tommy's Of Hayward
16338 E 14th St
SAN LEANDRO
CA
Tom Eplin
Tony Serr Mitsubishi
44175 Auto Mall Cir
FREMONT
CA
Mike Serra
Toyota Berkeley
2400 Shattuck Ave
BERKELEY
CA
Tim Southwick
712 E 12th St
OAKLAND
CA
Raymond Chan
22196 Mission Blvd
HAYWARD
CA
Matthew Zaheri
735 Ashby Ave
BERKELEY
CA
Michael Umebayashi
U S Auto
Volkswagen Of
Hayward
Weatherford Bmw
OFFICE@RON-GOODE-TOYOTA04001.DLRMAIL.COM
( 510 ) 3511996
( 510 ) 8349813
( 925 ) 4842262
( 510 ) 8366100
( 510 ) 5256820
( 925 ) 8283930
( 510 ) 7956432
( 510 ) 2525050
( 510 ) 5384444
( 925 ) 3737111
( 510 ) 2784433
( 510 ) 8878333
( 510 ) 4051600
( 510 ) 8452530
( 510 ) 2688111
( 510 ) 8869446
( 510 ) 6548280
harry.mamizuka@bayareakw.com
EXHIBIT M
RFQ No. 900555
For
2009 FORD FOCUS AND/OR FORD CROWN VICTORIA POLICE INTERCEPTOR
RESPONSE CONTENT AND SUBMITTALS
COMPLETENESS CHECKLIST
3.
Bid responses must be signed in ink and include evidence that the person or
persons signing the proposal is/are authorized to execute the proposal on behalf of the
bidder.
4.
Bidders shall provide all of the below noted Bid documentation and exhibits.
Any material deviation from these requirements may be cause for rejection of the proposal,
as determined in the County’s sole discretion. The content and sequence for each required
Bid document/exhibit shall be as follows:
CHECK LIST

A.
Title Page: Show RFQ number and title, your company name and address, name of
the contact person (for all matters regarding the RFQ response), telephone number
and quotation/proposal date.

B.
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.

C.
Cover Letter: Bid responses shall include a cover letter describing Bidder and
include all of the following:
1)
The official name of Bidder;
2)
Bidder’s organizational structure (e.g. corporation, partnership, limited
liability company, etc.);
3)
The jurisdiction in which Bidder is organized and the date of such
organization;
4)
The address of Bidder’s headquarters, any local office involved in the Bid
Quotation; and the address/location where the actual production of goods
and/or services will be performed;
5)
Bidder’s Federal Tax Identification Number;
6)
The name, address, telephone, fax numbers and e-mail address of the
person(s) who will serve as the contact(s) to the County, with regards to the
Exhibit M
Page 1 of 4
RFQ response, with authorization to make representations on behalf of and
to bind Bidder;

D.
7)
A representation that Bidder is in good standing in the State of California
and will have all necessary licenses, permits, certifications, approvals and
authorizations necessary in order to perform all of its obligations in
connection with this RFQ. This requirement includes the necessity for some
out of state companies to be registered with the State of California by the
effective date of the agreement. Information regarding this requirement can
be located at the Secretary of State website, http://www.sos.ca.gov/.; and
8)
An acceptance of all conditions and requirements contained in this RFQ.
Financial Statements. The bidder must provide if requested by the County prior to
award:
 Bidder’s most recent Dun & Bradstreet Supplier Evaluation Report. Dun &
Bradstreet Supplier Qualifier Report (formerly Supplier Evaluation Report)
must be ranked a 6 or lower for bidder to be considered for contract award.
For information on how to obtain a Supplier Evaluation Report, contact Dun
& Bradstreet at 1-866-719-7158 or www.dnb.com.

E.
References, Exhibit D1 and D2:
1)
Bidders are to provide a list of four (4) current and four (4) former clients on
Exhibit D1 and D2, attached hereto. 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.
2)
Reference information is to include:
 Company/Agency name
 Contact person (name and title), contact person is to be someone directly
involved with the services
 Complete street address
 Telephone number
 Type of business
 Dates of service
3)
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.
Exhibit M
Page 2 of 4

F.
Bid Form, Exhibit B:
Itemize pricing per unit based upon outright purchase of goods. This amount shall
be multiplied times the number of units for an extended price. Taxes shall be
calculated and added to the firm fixed price offered to County. Please refer to
Exhibit B and insert pricing and tax information where noted.
Pricing for the procurement of goods and services by the County shall include all
taxes, freight and all other costs, or credits, associated with the procurement and
delivery to the County of Bidder’s goods and services. Refer to “PRICING” under
Section IV designated “TERMS AND CONDITIONS”.

G.
Evidence of Insurance
Certificates of insurance are required per the attached Exhibit C from a reputable
insurer evidencing all coverages required for the term of any contract that may be
awarded pursuant to this RFQ. The County’s insurance requirements for Additional
Insured reads, “All insurance required above with the exception… shall be endorsed
to name as additional insured…”An endorsement is an amendment to a contract,
such as an insurance policy, by which the original terms are changed. The
insurance certificate (also known as the “Acord”) carries a disclaimer, “This
certificate is issued as a matter of information only and confers no rights upon the
certificate holder. This certificate does not amend, extend or alter the coverage
afforded by the policy below.” Additional insureds listed in the description box
are not a proper risk transfer. Any amendment or extension of the coverage such as
an additional insured should be provided by a separate endorsement page or copy of
the policy.
H.
Other required Submittals/Exhibits not included above that are required in the bid
response:




Exhibit A, Acknowledgement form for the RFQ and for each Addendum,
must be signed and returned.
Exhibit E, SLEB Certification Application Package, completed, signed,
required documentation attached (applicable to a small or emerging business,
located within the boundaries of Alameda County, seeking certification or
renewal certification).
Exhibit F, Small Local Emerging Business (SLEB) Subcontracting
Information Sheet, must be completed and signed.
Exhibit G, Request for Preference for Local Business and Small Local or
Emerging Local Business, completed and signed (read Exhibit G for
applicability). If applying for local preference, submit the following:

Copy of a verifiable business license, issued by the County of
Alameda or a City within the County; and

Proof of six (6) month business residency, identifying the name of the
vendor and the local address: utility bills, deed of trust or lease
agreement.
Exhibit M
Page 3 of 4




Exhibit H, First Source Agreement, must be completed and signed
(applicable to contracts over $100,000).
Exhibit I, Exceptions, Clarifications and Amendments Form, must be
completed and signed. Any exceptions, clarifications and amendments
should also address the attached Exhibits, particularly Exhibit J, Standard
Agreement (The County is under no obligation to accept any exceptions and
such exceptions may be a basis for bid disqualification).
Exhibit K, Intentionally omitted
Exhibit N, Debarment and Suspension Certification.
Exhibit M
Page 4 of 4
EXHIBIT N
COUNTY OF ALAMEDA
2009 FORD FOCUS AND/OR FORD CROWN VICTORIA POLICE INTERCEPTOR
for
DEBARMENT AND SUSPENSION CERTIFICATION
The bidder, under penalty of perjury, certifies that, except as noted below, bidder, its
principal, and any named subcontractor:

Is not currently under suspension, debarment, voluntary exclusion, or determination of
ineligibility by any federal agency;

Has not been suspended, debarred, voluntarily excluded or determined ineligible by
any federal agency within the past three years;

Does not have a proposed debarment pending; and

Has not been indicted, convicted, or had a civil judgment rendered against it by a
court of competent jurisdiction in any matter involving fraud or official misconduct
within the past three years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessary result in denial of award, but will be considered in determining
bidder responsibility. For any exception noted above, indicate below to whom it applies,
initiating agency, and dates of action.
Notes:
Providing false information may result in criminal prosecution or administrative
sanctions. The above certification is part of the Proposal. Signing this Proposal on
the signature portion thereof shall also constitute signature of this Certification.
BIDDER: _________________________________________________________________
PRINCIPAL: _______________________________ TITLE: ________________________
SIGNATURE: ______________________________ DATE: ________________________
Exhibit N
ATTACHMENT I
SPECIFICATIONS
2009 FORD CROWN VICTORIA POLICE INTERCEPTOR
Model
P71/720A, 4-door law enforcement sedan
Warranty
Factory standard
Standard Equipment
Air conditioning, manual
Airbags, dual-stage driver and front-passenger front
Airbags, front-seat side
Alternator, high-output, 200-amp maximum; 132-amp at idle
Automatic 4-speed transmission
Axle ratio, 3.27
Battery, maintenance free, 78- amp-hr (750 CCA)
Battery saver, turn off lights after 30 minutes
Brakes, power with Anti-lock Brake System (ABS)
Bumper, body color
Coolant recovery system
Defroster, rear-window
Door locks, power
Drive shaft, aluminum
Drivetrain, rear-wheel drive (RWD)
Engine, 4.6L SOHC SEFI V8 FFV with 250HP and 297 lbs. –ft. of torque
Engine-idle meter
Engine oil cooler
Exhaust system, dual stainless steel
Fail-safe engine cooling system
Flexible Fuel Vehicle (FFV)
Floor covering, HD black rubber
Frame, heavy-duty hydroformed body-on-frame construction
Fuel tank, 19 - gallon capacity
Fuse panel, labeled for easy access on instrument panel
Glass, solar tinted
Glove compartment, illuminated, lockable
Grille, black
Headliner, removable
Hub caps, snap-on steel
Ignition system, coil-on-plug distributorless electronic
Instrument cluster, with analog gauges
Integral front door map pockets
Interior trunk release, powered release on center on instrument panel
Lights bar connector, 40-amp battery circuit behind right-front cowl panel
Lights, overhead dome, front map and trunk
Luggage capacity, 20.6 cubic feet
Mirror, day/night, rearview
Mirrors, black, power foldaway sideview
Moldings, body color rear
Paint, clearcoat
Parking brake, manual release
Pedals, power-adjustable
Personal safety system
Radio antenna, integral in rear windshield
Rear-access power point, provides 100 amps of current for trunk-mounted equipment
Scuff plates, color-keyed, front and rear
Seats, front 40/20/40 split-bench with driver power lumbar and manual recline
Seats, rear vinyl bench; excludes center armrest
Shock absorbers, heavy-duty monotube, nitrogen gas-pressurized
Side-intrusion door beams
Spare tire, conventional (full-size)
Speedometer, certified calibration: 0 – 140 mph (225 kph) in 2-mph (3-kph) increments
Stabilizer bars, front and rear
Steering, speed-sensitive, variable-assist power rack-and-pinion with power steering
cooler
Steering wheel, tilt
Suspension, heavy-duty front; short- and long-arm; rear: watts linkage
Tire, pressure monitoring system (excludes spare)
Tires, (4) P235/55R17W speed rated
Transmission oil cooler, oil-to-air
Upper ball joints, low-friction, non-greasable
Wheels, HD 17” x 7.5” heavy-duty steel, painted black
Windows, power with one-touch-down driver-window feature
W/S Wipers, variable intermittent
Optional Equipment
21A – Seat, power driver
51Y – Spot lamps, dual
58Y – AM/FM stereo delete
61H – Decklid release on door and instrument panel, ignition-powered
67R – Rear door handles, inoperable / lock operable
432 – Keyed alike 1284X
948 – Rear windows power delete, operable from front driver-side switches
153 - License plate bracket, front
Prostraint rear seat, installed
Exterior Color
Monotone, factory standard, Police Fleet Dark Blue “LK”
Interior Color
Cloth, Medium Light Stone
Fees and Taxes
California tire fee
Sales tax, 8.75%
Registration
Dealer to furnish DMV documents for County to register own vehicle
FOB Point:
Oakland, CA
ATTACHMEMT II
SPECIFICATIONS
for
2009 FORD FOCUS SE SEDAN
Model
P35/460B, 4-door, front wheel drive
Warranty, Factory Standard
3 year/36,000 mile bumper-to-bumper
5 year/60,000 mile powertrain
5 year/unlimited mile rust-thru
Emission Certification
California PZEV
Standard Equipment
Air bags, dual front & side impact
Air conditioning
Brakes, power front disc
Defroster, rear window
Door locks, power
Engine, PZEV 4-cylinder 2.0 liter
Entry system, keyless remote
Floor mats, front & rear
Fuel tank, 13.5 gallons
Mirrors, dual power
Power outlets, dual 12V
Radio, AM/FM/CD
Seats, cloth bucket front & split folding rear
Steering, power
Steering wheel, tilt
Tire, pressure monitor
Tires, P195/60R15
Wheels, aluminum
Wipers, intermittent
Windows, power
Optional Equipment
442 4-Speed Overdrive Automatic Transmission
525 Speed Control
552 Anti-Lock Braking System (ABS) w/Electronic Stability Control
942 Daytime Running Lights
981 PZEV Emissions
Exterior Color
Factory standard
Interior Color
Factory standard
Fees and Taxes
California Tire Fee
Sales Tax, 8.75%
Registration
Dealer to furnish DMV documents for County to register own vehicle
FOB Point
Oakland, CA
Download