RFP#901286 - Alameda County Government

advertisement
**IMPORTANT NOTICE**
 The format of this RFP has been simplified.
 Only the following pages require signatures:
1.
2.
Exhibit A – Bid Response Packet, Bidder Information
and Acceptance page
a. Must be signed by Bidder
Exhibit A – Bid Response Packet, SLEB Partnering
Information Sheet
a. Must be signed by Bidder
b. Must be signed by SLEB Partner if subcontracting
to a SLEB
Please read EXHIBIT A – Bid Response Packet carefully,
INCOMPLETE BIDS WILL BE REJECTED. Alameda
County will not accept submissions or documentation
after the bid response due date.
COUNTY OF ALAMEDA
REQUEST FOR PROPOSAL No. 901286
for
Parking Management Services
For complete information regarding this project, see RFP posted at
http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp or
contact the County representative listed below. Thank you for your interest!
Contact Person: Patrick Ng, Procurement & Contracts Specialist
Phone Number: (510) 208-9608
E-mail Address: patrick.ng@acgov.org
RESPONSE DUE
by
2:00 p.m.
on
January 8, 2015
at
Alameda County, GSA–Procurement & Support Services
1401 Lakeside Drive, Suite 907
Oakland, CA 94612
Alameda County is committed to reducing environmental impacts across our entire supply chain.
If printing this document, please print only what you need, print double-sided, and use recycledcontent paper.
1401 Lakeside Drive, Suite 907  Oakland, CA 94612
Phone: 510-208-9600  Website: http://www.acgov.org/gsa/departments/purchasing/
Revised 2014-10-06
COUNTY OF ALAMEDA
REQUEST FOR PROPOSAL No. 901296
SPECIFICATIONS, TERMS & CONDITIONS
for
Parking Management Services
TABLE OF CONTENTS
Page
I.
II.
III.
IV.
STATEMENT OF WORK ........................................................................................................... 4
A.
INTENT ................................................................................................................................. 4
B.
SCOPE................................................................................................................................... 4
C.
BACKGROUND ..................................................................................................................... 5
D.
BIDDER QUALIFICATIONS .................................................................................................... 5
E.
SPECIFIC REQUIREMENTS .................................................................................................... 5
F.
DELIVERABLES / REPORTS ................................................................................................. 11
CALENDAR OF EVENTS ......................................................................................................... 14
G.
NETWORKING / BIDDERS CONFERENCES .......................................................................... 14
COUNTY PROCEDURES, TERMS, AND CONDITIONS ............................................................... 15
H.
EVALUATION CRITERIA / SELECTION COMMITTEE ............................................................ 15
I.
NOTICE OF RECOMMENDATION TO AWARD .................................................................... 19
J.
TERM / TERMINATION / RENEWAL ................................................................................... 20
K.
QUANTITIES ....................................................................................................................... 20
L.
PRICING .............................................................................................................................. 20
M.
AWARD .............................................................................................................................. 21
N.
METHOD OF ORDERING .................................................................................................... 22
O.
INVOICING ......................................................................................................................... 23
P.
LIQUIDATED DAMAGES ..................................................................................................... 23
Q.
PERFORMANCE BOND ....................................................................................................... 24
R.
ACCOUNT MANAGER / SUPPORT STAFF ........................................................................... 24
INSTRUCTIONS TO BIDDERS ................................................................................................. 24
S.
COUNTY CONTACTS ........................................................................................................... 24
T.
SUBMITTAL OF BIDS .......................................................................................................... 25
U.
RESPONSE FORMAT ........................................................................................................... 28
ATTACHMENTS
EXHIBIT A - BID RESPONSE PACKET
EXHIBIT B - INSURANCE REQUIREMENTS
EXHIBIT C - VENDOR BID LIST
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
I.
STATEMENT OF WORK
A.
INTENT
It is the intent of these specifications, terms and conditions to describe services required
for operating and managing one (1) or more of the parking facilities of Alameda County.
The County intends to award a three-year contract (with option to renew) to the bidder
selected as the most responsible bidder whose response conforms to the RFP and has
the capability in providing quality parking management services to the County’s
requirements.
B.
SCOPE
The County requires parking management services to be performed at three (3) County
owned parking facilities. The successful vendor shall manage and operate one (1) or
more of the parking facilities of the following size, at the following locations, including
the operation of pay booths:
1.
Alameda County (ALCO) Park, a nine (9) tier circular garage with approx. 700
spaces, 165 13th Street, Oakland, California,
2.
Oakland Parking Facility (OPF), a seven (7) tier garage with approx. 600 spaces,
585 7th Street, Oakland, California, and
3.
Amador Parking Facility (APF), a four (4) tier garage and lot with approx. 1200
spaces, 24360 Amador Street, Hayward, California.
These facilities are currently operated on a one (1) or two (2) pay booth basis. However,
the County reserves the right to change the number of pay booths at any of the
facilities, or to automate daily fee collection, at any time.
Other vendor provided services include, but are not limited, to the following:
 Sweeping and removal of debris;
 Cleaning of heavy or hazardous oil and grease spots (excluding trash
receptacles and stairwells); and,
 Cleaning of parking stalls, aisles, and pedestrian ways.
RFP No. 901286
Page 4
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
C.
BACKGROUND
The County was incorporated in 1853, covers 813 square miles, and extends from
Albany in the North to Fremont in the South and Livermore in the East. Fifteen (15)
parking facilities located in Oakland and Hayward are operated by the County and used
by the general public and by County employees. Three (3) of these facilities are fee
based and open to County employees and the public. County employees pay a monthly
fee for non-transferrable parking privileges, on an assigned and non-assigned basis,
using parking permits or electronically controlled access cards, depending on the facility.
D.
E.
BIDDER QUALIFICATIONS
1.
Bidder shall be regularly and continuously engaged in the business of providing
parking management services with the same scope and size as identified and
described in this RFP for a term of no less than three (3) years.
2.
Bidder shall possess all permits, licenses and professional credentials necessary
to perform services as specified under this RFP.
SPECIFIC REQUIREMENTS
1.
Parking Facility Descriptions
a.
Alco Park Garage
Alco Park is a nine (9) story parking structure located at 165 13th Street in
Oakland. It operates from 7:00 a.m. to 7:00 p.m., Monday through Friday,
excluding holidays. On special occasions, weekend operation is necessary.
Alco Park has a parking capacity of approximately 700 spaces, 500 spaces
are designated for monthly pass holders, and 200 are designated for daily
parking. The remaining spaces are designated as specialized parking (i.e.
courtesy, handicapped, judges, and grand juror parking spaces). For
monthly pass holders, Alco Park is controlled by a proximity card system.
Daily users are required to pull a parking ticket from a dispensing machine
to activate an entry gate. Upon departure they are required to pay the
parking contractor (Contractor). Contractor will insert each parking ticket
in a register which automatically calculates time and cost. Contractor will
accept payment and make proper changes, if necessary. At the end of
each shift, Contractor will be required to close out the parking lot register.
This facility has two (2) Pay on Foot machines. This parking facility is very
active during the day and will reach its daily parking capacity by early to
mid-morning. Monthly pass holders must be allowed access even when
the facility is at daily parking space capacity.
RFP No. 901286
Page 5
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
b.
Oakland Parking Facility
The Oakland Parking Facility (OPF) is a seven (7) story parking structure
located at 585 7th Street in Oakland. It operates Monday through Friday
from 7:00 a.m. to 7:00 p.m., excluding holidays. The 620 space capacity of
the OPF accommodates both monthly and daily parkers. This includes
approximately 280 spaces for reserved monthly parking customers. The
remaining spaces are reserved for daily users and specialty vehicles.
For monthly pass holders, OPF is controlled by a proximity card system.
Daily users are required to pull a parking ticket from a dispensing machine
to activate an entry gate. Upon departure they are required to pay the
parking attendant (Contractor). Contractor will insert each parking ticket
in a register which automatically calculates time and cost. This facility has
one (1) Pay on Foot machine. Contractor will accept payment and make
proper changes, if necessary. At the end of each shift, Contractor will be
required to close out the parking lot register.
c.
Amador Parking Facility
The Amador Parking Facility (APF) is a four (4) story parking structure
located at 24360 Amador Street in Hayward. It operates Monday through
Friday, 7:00 a.m. to 6:00 p.m., excluding holidays. APF has a capacity of
600 spaces inside the facility, with an additional 546 spaces located
outside in an open-air lot. APF has two (2) parking attendant booths at
opposite ends of the parking lot. APF accommodates both monthly pass
holders and daily parkers. For monthly pass holders, APF parking is
controlled by a proximity card system. Daily users are required to pull a
parking ticket from a dispensing machine to activate an entry gate. Upon
departure they are required to pay the parking attendant (Contractor).
Contractor will insert each parking ticket in a register which automatically
calculates time and cost. Contractor will accept payment and make proper
changes, if necessary. This facility has three (3) Pay on Foot machines. At
the end of each shift, Contractor will be required to close out the parking
lot register. Contractor will be responsible for locking down the garage at
7:00 p.m. each business day.
2.
Requirements for Operation/Administration of Parking Facilities
a.
Excluding County holidays, Contractor will provide adequate and
acceptable staffing at all times of operation. Normal staffing will be as
RFP No. 901286
Page 6
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
deemed appropriate for the services to be provided and agreed upon by
the County. County holidays are as follows:
(1)
New Year’s Day;
(2)
Martin Luther King Jr. Birthday;
(3)
Lincoln’s Birthday;
(4)
Presidents Day;
(5)
Memorial Day;
(6)
Independence Day;
(7)
Labor Day;
(8)
Veteran’s Day;
(9)
Thanksgiving and the following Friday (2 days); and,
(10)
Christmas Day.
b.
Contractor will assign a uniformed staff member to each facility to
perform required services during the designated hours of operation and to
open and close each facility at the times designated by the County.
c.
Contractor will provide staffing, as requested by the County, for special
events. These special events will require the Contractor to provide staffing
outside of our normal working hours. These dates and times will be
mutually agreed upon by the Contractor and the County prior to booking
the special event(s).
d.
Contractor will conduct a thorough background check on parking
attendants and supervisory personnel whose job duties include the
handling of County parking fees or other County monies and/or the
operation of any vehicles on County premises ensuring that no assigned
personnel has a felony conviction or any conviction involving theft, fraud,
or moral turpitude which may adversely reflect on the honesty and
integrity of the employee to be assigned to the County. The County has
the right to request the removal of any parking attendant, from any of our
facilities, for any reason.
e.
Contractor will process each customer parking fee. Parking discounts will
be applied to parking fees when applicable. The parking attendant will
RFP No. 901286
Page 7
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
process customer bills for customers unable to pay parking fees.
Customer bills will include customer’s name, complete address, vehicle
information, customer’s signature, and will be submitted to the County for
processing.
f.
No unauthorized personnel will be allowed in work areas at any time.
g.
In the event of the termination of a Contractor-assigned parking
attendant, Contractor will collect all issued materials including, but not
limited to, company and government identification cards, correspondence,
and keys before individual leaves their assigned workstation.
h.
Contractor will establish procedures to safeguard all monies collected by
Contractor’s employees on behalf of the County. Contractor agrees that
all monies collected on behalf of the County are and will remain the sole
property of the County. Included in the cash collections is both the cash
collections from the attendant booths and the collections of cash from the
Pay on Foot Machines. Daily cash receipts will be deposited from each
parking facility each day as directed by the Alameda County Parking
Coordinator and Contractor will immediately inform the County of any and
all daily cash shortages. All money collected from all facilities will be
deposited by Contractor into a County account within 24 hours of receipt.
i.
Contractor will note any hazardous conditions that might appear to
warrant action and report these conditions first by telephone followed by
a written report restating the perceived hazard, or other dangerous
conditions to Alameda County’s Parking Coordinator immediately upon
detection.
j.
Contractor will be responsible for the cleaning of each of the assigned
parking facilities three (3) times per week. This cleaning includes
sweeping, removal of debris, and garbage. Additionally, Contractor will be
responsible for power washing each facility on a quarterly basis. This
includes the cleanup of grease and oil spots throughout the facilities. The
areas required to be cleaned include:
(1)
Parking stalls;
(2)
Aisles;
(3)
Pedestrian ways;
RFP No. 901286
Page 8
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
(4)
Vehicular entrances and exits; and,
(5)
Parking attendant booths.
Note: Trash receptacles and stairwells are maintained by County
personnel and will not be Contractor’s responsibility unless the presence
of a hazard in these areas exists in which case Contractor will notify the
County.
k.
Contractor will notify both the on-site security agent and the County for
removal of abandoned vehicles.
l.
Contractor will report lighting fixture defects and bulb replacement
requirements to General Services Agency (GSA)-Parking, as necessary.
m.
Contractor will ensure that personnel are familiar with appropriate County
disaster preparedness procedures.
n.
The County will reserve the right to increase or decrease the number of
attendants. Cost difference will be mutually agreed upon.
o.
Contractor will not be responsible for security staffing of any parking
facility. However, Contractor will be responsible for immediately notifying
the County and the designated Security Officer (when appropriate) of any
security problems or incidents which Contractor notices or detects.
p.
The County will provide and install necessary fixtures and furniture in the
attendant’s booth, including but not limited to, a computerized cash
register, and security locks. Fixtures and equipment provided and installed
by the County will remain property of the County.
q.
All County furnished property will be maintained and monitored separate
from Contractor owned property. All County furnished property and
equipment shall remain on site at all times and will only be used for work
specified under this contract unless authorized by the County.
r.
Contractor will be responsible for monitoring the operation of County’s
parking equipment and will perform routine maintenance tasks such as,
but not limited to, replacing tickets in dispenser, switching the exit arm
from manual to automatic when appropriate, and contacting the County
Parking Coordinator for maintenance and repair services, as necessary.
Contractor will log all equipment service and repairs. Contractor will also
RFP No. 901286
Page 9
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
be responsible for training and supervision of its attendants in the use of
County equipment.
s.
Contractor will only use the traffic and revenue control devices and
systems supplied by the County.
t.
Contractor will attend meetings with County designees on a quarterly
basis or as otherwise requested by the County to review operations and
associated issues, including the revenue/expense reports for previous
months.
u.
Contractor will be responsible for providing the change funds for each
cashier and for the Pay of Foot Machines. The amount will be mutually
agreed on by the Contractor and the County.
v.
Contractor will replenish the change funds and remove the revenue from
the Pay on Foot Machines, at all facilities, at an interval determined by
Contractor and the County. This interval is not to exceed three (3)
business days. This service includes:
w.
(1)
Removing all currency from the Pay on Foot Machines.
(2)
Depositing all revenues received and reporting any overages or
shortages.
(3)
Refilling the change cassette(s) to the currency and coin levels
agreed upon by the Contractor and the County (2 sets of change
cassettes will be provided by the County for each Pay on Foot
Machine).
(4)
Performing a dispense test, at each Pay on Foot Machine, to insure
each Pay on Foot Machine(s) is operational.
(5)
Replenish all paper, ribbons, envelopes, and other supplies as
needed (These items will be supplied by the County).
(6)
Perform minor cleaning such as wiping down the Pay on Foot
Machine exterior and removing trash from surrounding area.
The County will maintain an access key to open the front door of each Pay
on Foot Machine(s) for the removal of jammed tickets, credit cards, etc.
The County will relinquish all keys to the Contractor for the change
cassettes for the Pay on Foot Machine(s).
RFP No. 901286
Page 10
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
3.
F.
x.
The County will provide Contractor with complete and accurate Pay on
Foot Machine Settlement instructions. Instructions shall be based on Pay
on Foot Machine Manufacturer, Model Type, and Network. If the County
adds a new make/model to their existing Pay on Foot Machine portfolio,
the County shall supply Contractor with all updated Pay on Foot Machine
settlement instructions and procedures.
y.
Any and all passwords unique to the County’s settlement procedure shall
be provided to the Contractor prior to the commencement of service. If
passwords are updated due to security reasons, the County will provide
Contractor with new passwords prior to the change to include an effective
date.
z.
Contractor will be provided with two (2) parking spaces at ALCO and OPF,
and three (3) parking spaces at AFP. These spaces shall be used for
parking attendant and/or supervisor use throughout the operating hours
of each facility.
Cash Collection Responsibilities
a.
Contractor will count and deposit cash collections from the attendant
booths and the Pay on Foot Machines, at each facility, on a daily basis.
b.
Contractor will purchase, or lease, and install a Brinks CompuSafe 4 (or
equivalent) for each parking facility. The safe must be able to count the
daily cash deposits, for each facility, and transfer the funds to the County’s
bank on a daily basis via wire transfer.
c.
Contractor will sub-contract with an armored car service to provide twice
weekly pick-up of cash deposited into the Brinks CompuSafe 4 (or
equivalent), at each facility.
d.
Contractor will maintain confidentiality and control of all keys, codes, and
combinations in its possession.
DELIVERABLES / REPORTS
1.
Contractor will provide complete bookkeeping for the parking operation
including the submission of daily cash records and monthly statements to the
County.
2.
Contractor will provide an incident report procedure manual to be used in the
case of damage to vehicles, lot damage and/or other incidents worthy of note.
RFP No. 901286
Page 11
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
3.
Maintenance of records:
Contractor will maintain true and accurate books and records in conformity with
generally accepted accounting principles, and generate regular reports reflecting
operational statistics including all parking facility receipts and all expenditures
made by Contractor in connection with the parking facility as described above.
All such books, records, and tickets will be maintained or be made available in the
County of Alameda, California. The County will have the right, through its
representatives, and at all reasonable times, to inspect and copy such books,
records, tickets, forms, and any or all other documents.
4.
Submission of Reports:
Contractor will submit to the County, within 14 days after the close of each
calendar month, a complete report of all monies collected and reimbursable
expenditures made during each previous month. Reports submitted will include,
at a minimum, the following:
5.
a.
Daily ticket logs for each facility;
b.
Daily parking collection report (for the month);
c.
Complaints received and remedial action reports;
d.
Other financial and statistical reports concerning management and
operation of parking facility, as required by the County;
e.
Copy of police reports for all incidents reported;
f.
Copy of all other incident reports including non-police incidents; and,
g.
In addition to the daily cash shortage report, Contractor will also submit
monthly reports describing all money shortages for any month in which
they occur.
Receivables:
a.
Contractor will pay to the County all receivables collected by Contractor
for the benefit of the County within 24 hours, after the close of each shift,
for each facility managed. Said payments will be made in the form of a
cash deposit to an established County account, without deduction, as
directed by the Alameda County Parking Coordinator.
RFP No. 901286
Page 12
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
b.
If the Contractor has more than three (3) instances of deposits that exceed
the 24 hour threshold, per month (This includes a single daily deposit that
is not made for four [4] consecutive days or any combination of deposits
that total four [4] or more days late, beyond the 24 hour threshold), a
deduction, for lost interest earnings, of $100 per each day(s) late and/or
per occurrence will be assessed for not meeting performance
requirements of this contract, for all receivables collected by Contractor
on behalf of the County that have not been remitted to the County in
conformity with this provision.
6.
Contractor will be required to post and maintain a performance bond for fifty
percent (50%) of the total contract amount with the County of Alameda, General
Services Agency.
7.
A deduction, for liquidated damages, of $150 per hour and/or per occurrence will
be assessed for not meeting performance requirements of this contract. This
amount will be deducted from any money due to the Contractor. Should the
amount of the liquidated damages exceed the amount due, the Contractor’s
sureties shall be liable for the excess.
8.
In the event that the Contractor’s performance and/or deliverables are deemed
unsatisfactory by a review committee, the County reserves the right to withhold
future payments until the performance and/or deliverables are deemed
satisfactory.
RFP No. 901286
Page 13
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
II.
CALENDAR OF EVENTS
EVENT
Request Issued
Written Questions Due
Networking/Bidders
Conference #1
(Online conference
option enabled for
remote participation)
DATE/LOCATION
Friday, November 21, 2014
by 5:00 p.m. on Thursday, December 10 2014
December 09, 2014 @ 10:00 a.m. at: General Services Agency
Room 201, 2nd Floor
1401 Lakeside Drive
Oakland, CA 94612
OR remotely @
http://gsaalamedacounty.a
dobeconnect.com/admin/s
how-event-catalog
Networking/Bidders
Conference #2
December 10, 2014 @ 1:30 p.m.
Addendum Issued
Response Due
Evaluation Period
Vendor Interviews
Board Letter
Recommending Award
Issued
Board Consideration
Award Date
Contract Start Date
December 23, 2014
January 08, 2015 by 2:00 p.m.
January 08 – January 21, 2015
January 22, 2015
February 24, 2015
at: Castro Valley Library
Conference Room
3600 Norbridge Ave
Castro Valley, CA 94546
March 10, 2015
April 01, 2015
Note: Award and start dates are approximate.
G.
NETWORKING / BIDDERS CONFERENCES
1.
The bidders conference held on December 09, 2014 will have an online
conference option enabled for remote participation. Bidders can opt to
participate via a computer with a stable internet connection (the recommended
Bandwidth is 512Kbps) at
http://gsaalamedacounty.adobeconnect.com/admin/show-event-catalog. In
order to get the best experience, the County recommends that bidders who
RFP No. 901286
Page 14
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
participate remotely use equipment with audio output such as speakers,
headsets, or a telephone. Bidders may also attend this conference in person.
2.
III.
Networking/bidders conferences will be held to:
a.
Provide an opportunity for Small Local and Emerging Businesses (SLEBs)
and large firms to network and develop subcontracting relationships in
order to participate in the contract that may result from this RFP.
b.
Provide an opportunity for bidders to ask specific questions about the
project and request RFP clarification.
c.
Provide bidders an opportunity to view a site, receive documents, etc.
necessary to respond to this RFP.
d.
Provide the County with an opportunity to receive feedback regarding the
project and RFP.
3.
All questions will be addressed, and the list of attendees will be included, in an
RFP Addendum following the networking/bidders conferences.
4.
Potential bidders are strongly encouraged to attend networking/bidders
conferences in order to further facilitate subcontracting relationships. Vendors
who attend a networking/bidders conference will be added to the Vendor Bid
List. Failure to participate in a networking/bidders conference will in no way
relieve the Contractor from furnishing services required in accordance with these
specifications, terms and conditions. Attendance at a networking/bidders
conference is highly recommended but is not mandatory.
COUNTY PROCEDURES, TERMS, AND CONDITIONS
H.
EVALUATION CRITERIA / SELECTION COMMITTEE
All proposals that pass the initial Evaluation Criteria which are determined on a pass/fail
basis (Completeness of Response and Debarment and Suspension) will be evaluated by a
County Selection Committee (CSC). The CSC may be composed of County staff and
other parties that may have expertise or experience in parking management services.
The CSC will score and recommend a Contractor in accordance with the evaluation
criteria set forth in this RFP. Other than the initial pass/fail Evaluation Criteria, the
evaluation of the proposals shall be within the sole judgment and discretion of the CSC.
All contact during the evaluation phase shall be through the GSA–Procurement &
Support Services department only. Bidders shall neither contact nor lobby evaluators
during the evaluation process. Attempts by Bidder to contact and/or influence
members of the CSC may result in disqualification of Bidder.
RFP No. 901286
Page 15
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
The CSC will evaluate each proposal meeting the qualification requirements set forth in
this RFP. Bidders should bear in mind that any proposal that is unrealistic in terms of
the technical or schedule commitments, or unrealistically high or low in cost, will be
deemed reflective of an inherent lack of technical competence or indicative of a failure
to comprehend the complexity and risk of the County’s requirements as set forth in this
RFP.
Bidders are advised that in the evaluation of cost it will be assumed that the unit price
quoted is correct in the case of a discrepancy between the unit price and an extension.
As a result of this RFP, the County intends to award a contract to the responsible
bidder(s) whose response conforms to the RFP and whose bid presents the greatest
value to the County, all evaluation criteria considered. The combined weight of the
evaluation criteria is greater in importance than cost in determining the greatest value
to the County. The goal is to award a contract to the bidder(s) that proposes the County
the best quality as determined by the combined weight of the evaluation criteria. The
County may award a contract of higher qualitative competence over the lowest priced
response.
The basic information that each section should contain is specified below, these
specifications should be considered as minimum requirements. Much of the material
needed to present a comprehensive proposal can be placed into one of the sections
listed. However, other criteria may be added to further support the evaluation process
whenever such additional criteria are deemed appropriate in considering the nature of
the services being solicited.
Each of the Evaluation Criteria below will be used in ranking and determining the quality
of bidders’ proposals. Proposals will be evaluated according to each Evaluation Criteria,
and scored on the zero to five-point scale outlined below. The scores for all Evaluation
Criteria will then be added, according to their assigned weight (below), to arrive at a
weighted score for each proposal. A proposal with a high weighted total will be deemed
of higher quality than a proposal with a lesser-weighted total. The final maximum score
for any project is 550 points, including the possible 50 points for local and small, local
and emerging, or local preference points (maximum 10% of final score).
The evaluation process may include a two-stage approach including an initial evaluation
of the written proposal and preliminary scoring to develop a short list of bidders that
will continue to the final stage of oral presentation and interview and reference checks.
The preliminary scoring will be based on the total points, excluding points allocated to
references, oral presentation and interview.
If the two-stage approach is used, the three (3) bidders receiving the highest preliminary
scores and with at least 200 points will be invited to an oral presentation and interview.
Only the bidders meeting the short list criteria will proceed to the next stage. All other
RFP No. 901286
Page 16
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
bidders will be deemed eliminated from the process. All bidders will be notified of the
short list participants; however, the preliminary scores at that time will not be
communicated to bidders.
The zero to five-point scale range is defined as follows:
0 Not Acceptable
1 Poor
2 Fair
3 Average
4
Above Average
/ Good
5
Excellent /
Exceptional
Non-responsive, fails to meet RFP specification. The approach
has no probability of success. If a mandatory requirement this
score will result in disqualification of proposal.
Below average, falls short of expectations, is substandard to
that which is the average or expected norm, has a low
probability of success in achieving objectives per RFP.
Has a reasonable probability of success, however, some
objectives may not be met.
Acceptable, achieves all objectives in a reasonable fashion per
RFP specification. This will be the baseline score for each item
with adjustments based on interpretation of proposal by
Evaluation Committee members.
Very good probability of success, better than that which is
average or expected as the norm. Achieves all objectives per
RFP requirements and expectations.
Exceeds expectations, very innovative, clearly superior to that
which is average or expected as the norm. Excellent probability
of success and in achieving all objectives and meeting RFP
specification.
The Evaluation Criteria and their respective weights are as follows:
Evaluation Criteria
A.
Weight
Completeness of Response:
Responses to this RFP must be complete. Responses that
do not include the proposal content requirements
identified within this RFP and subsequent Addenda and do
not address each of the items listed below will be
considered incomplete, be rated a Fail in the Evaluation
Criteria and will receive no further consideration.
Responses that are rated a Fail and are not considered may
be picked up at the delivery location within 14 calendar
days of contract award and/or the completion of the
competitive process.
Pass/Fail
RFP No. 901286
Page 17
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
Debarment and Suspension:
Bidders, its principal and named subcontractors are not
identified on the list of Federally debarred, suspended or
other excluded parties located at www.sam.gov.
B.
Pass/Fail
Cost:
The points for Cost will be computed by dividing the
amount of the lowest responsive bid received by each
bidder’s total proposed cost.
While not reflected in the Cost evaluation points, an
evaluation may also be made of:
1. Reasonableness (i.e., does the proposed pricing
accurately reflect the bidder’s effort to meet
requirements and objectives?); and
2. Realism (i.e., is the proposed cost appropriate to the
nature of the services to be provided?);
Consideration of price in terms of overall affordability may
be controlling in circumstances where two or more
proposals are otherwise adjudged to be equal, or when a
superior proposal is at a price that the County cannot
afford.
20 Points
Relevant Experience:
Proposals will be evaluated against the RFP specifications
and the questions below:
1. Do the individuals assigned to the project have
experience on similar projects?
2. Are résumés complete and do they demonstrate
backgrounds that would be desirable for individuals
engaged in the work the project requires?
3. How extensive is the applicable education and
experience of the personnel designated to work on the
project?
15 Points
D.
References (See Exhibit A – Bid Response Packet)
15Points
E.
Oral Presentation and Interview:
The oral presentation by each bidder shall not exceed sixty
(60) minutes in length. The oral interview will consist of
standard questions asked of each of the bidders and
specific questions regarding the specific proposal. The
proposals may then be re-evaluated and re-scored based
on the oral presentation and interview.
25 Points
C.
F.
Understanding of the Project:
RFP No. 901286
Page 18
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
Proposals will be evaluated against the RFP specifications
and the questions below:
1. Has proposer demonstrated a thorough understanding
of the purpose and scope of the project?
2. How well has the proposer identified pertinent issues
and potential problems related to the project?
3. Has the proposer demonstrated that it understands the
deliverables the County expects it to provide?
4. Has the proposer demonstrated that it understands the
County’s time schedule and can meet it?
15 Points
G.
Methodology:
Proposals will be evaluated against the RFP specifications
and the questions below:
1. Does the methodology depict a logical approach to
fulfilling the requirements of the RFP?
2. Does the methodology match and contribute to
achieving the objectives set out in the RFP?
3. Does the methodology interface with the County’s time
schedule?
10 Points
SMALL LOCAL EMERGING BUSINESS PREFERENCE
I.
Local Preference: Points equaling five percent (5%) of
bidder’s total score, for the above Evaluation Criteria, will
be added. This will be the bidder’s final score for purposes
of award evaluation.
Five Percent (5%)
Small and Local or Emerging and Local Preference: Points
equaling five percent (5%) of bidder’s total score, for the
above Evaluation Criteria, will be added. This will be the
bidder’s final score for purposes of award evaluation.
Five Percent (5%)
NOTICE OF RECOMMENDATION TO AWARD
1.
At the conclusion of the RFP response evaluation process (“Evaluation Process”),
all bidders will be notified in writing by e-mail or fax, and certified mail, of the
contract award recommendation, if any, by GSA – Procurement & Support
Services. The document providing this notification is the Notice of
Recommendation to Award.
The Notice of Recommendation to Award will provide the following information:
a.
The name of the bidder being recommended for contract award; and
RFP No. 901286
Page 19
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
b.
2.
3.
J.
K.
The names of all other parties that submitted proposals.
At the conclusion of the RFP response evaluation process, debriefings for
unsuccessful bidders will be scheduled and provided upon written request and
will be restricted to discussion of the unsuccessful offeror’s bid.
a.
Under no circumstances will any discussion be conducted with regard to
contract negotiations with the successful bidder.
b.
Debriefing may include review of successful bidder’s proposal with
redactions as appropriate.
The submitted proposals shall be made available upon request no later than five
(5) calendar days before approval of the award and contract is scheduled to be
heard by the Board of Supervisors.
TERM / TERMINATION / RENEWAL
1.
The term of the contract, which may be awarded pursuant to this RFP, will be
three (3) years.
2.
By mutual agreement, any contract which may be awarded pursuant to this RFP,
may be extended for an additional two-year term at agreed prices with all other
terms and conditions remaining the same.
QUANTITIES
Quantities listed herein are annual estimates based on past usage and are not to be
construed as a commitment. No minimum or maximum is guaranteed or implied.
L.
PRICING
1.
Prices quoted shall be firm for the first 12 months of any contract that may be
awarded pursuant to this RFP.
2.
All pricing as quoted will remain firm for the term of any contract that may be
awarded as a result of this RFP.
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.
Any price increases or decreases for subsequent contract terms may be
negotiated between Contractor and the County only after completion of the
initial term.
RFP No. 901286
Page 20
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
M.
5.
All prices quoted shall be in United States dollars and "whole cent," no cent
fractions shall be used. There are no exceptions.
6.
Price quotes shall include any and all payment incentives available to the County.
7.
Bidders are advised that in the evaluation of cost, if applicable, it will be assumed
that the unit price quoted is correct in the case of a discrepancy between the unit
price and an extension.
8.
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.
9.
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.
Proposals will be evaluated by a committee and will be ranked in accordance with
the RFP section entitled “Evaluation Criteria/Selection Committee.”
2.
The committee will recommend award to the bidder who, in its opinion, has
submitted the proposal that best serves the overall interests of the County and
attains the highest overall point score. Award may not necessarily be made to
the bidder with the lowest price.
3.
Small and Emerging Locally Owned Business: The County is vitally interested in
promoting the growth of small and emerging local businesses by means of
increasing the participation of these businesses in the County’s purchase of
goods and services.
As a result of the County’s commitment to advance the economic opportunities
of these businesses, Bidders must meet the County’s Small and Emerging Locally
Owned Business requirements in order to be considered for the contract award.
These requirements can be found online at:
http://acgov.org/auditor/sleb/overview.htm
RFP No. 901286
Page 21
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
For purposes of this bid, applicable industries include, but are not limited to, the
following NAICS Code(s): 561110.
A small business is defined by the United States Small Business Administration
(SBA) as having no more than the number of employees or average annual gross
receipts over the last three (3) years required per SBA standards based on the
small business's appropriate NAICS code.
An emerging business is defined by the County as having either annual gross
receipts of less than one-half (1/2) that of a small business OR having less than
one-half (1/2) the number of employees AND that has been in business less than
five (5) years.
4.
The County reserves the right to reject any or all responses that materially differ
from any terms contained in this RFP or from any Exhibits attached hereto, to
waive informalities and minor irregularities in responses received, and to provide
an opportunity for bidders to correct minor and immaterial errors contained in
their submissions. The decision as to what constitutes a minor irregularity shall
be made solely at the discretion of the County.
5.
The County reserves the right to award to a single or multiple Contractors.
6.
The County has the right to decline to award this contract or any part thereof for
any reason.
7.
Board approval to award a contract is required.
8.
A contract must be negotiated, finalized, and signed by the recommended
awardee prior to Board approval.
9.
Final Standard Agreement terms and conditions will be negotiated with the
selected bidder. Bidder may access a copy of the Standard Services Agreement
template can be found online at:
http://www.acgov.org/gsa/purchasing/standardServicesAgreement.pdf
The template contains minimal Agreement boilerplate language only.
10.
N.
The RFP specifications, terms, conditions and Exhibits, RFP 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 RFP.
METHOD OF ORDERING
1.
A written PO and signed Standard Agreement contract will be issued upon Board
approval.
RFP No. 901286
Page 22
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
O.
P.
2.
POs and Standard Agreements will be faxed, transmitted electronically or mailed
and shall be the only authorization for the Contractor to place an order.
3.
POs and payments for services will be issued only in the name of Contractor.
4.
Contractor shall adapt to changes to the method of ordering procedures as
required by the County during the term of the contract.
5.
Change orders shall be agreed upon by Contractor and the County and issued as
needed in writing by the County.
INVOICING
1.
Contractor shall invoice the requesting department, unless otherwise advised,
upon satisfactory receipt of performance of services.
2.
The County will use best efforts to make payment within thirty (30) days
following receipt and review of invoice and upon complete satisfactory receipt of
performance of services.
3.
The County shall notify Contractor of any adjustments required to invoice.
4.
Invoices shall contain County PO number, invoice number, remit to address and
itemized services description and price as quoted and shall be accompanied by
acceptable proof of delivery.
5.
Contractor shall utilize standardized invoice upon request.
6.
Invoices shall only be issued by the Contractor who is awarded a contract.
7.
Payments will be issued to and invoices must be received from the same
Contractor whose name is specified on the POs.
8.
The County will pay Contractor monthly or as agreed upon, not to exceed the
total RFP quoted in the bid response.
LIQUIDATED DAMAGES
1.
A deduction for liquidated damages of $150 per day will be assessed for not
meeting (performance requirements) as prescribed in the section entitled
"Specific Requirements."
2.
It being impracticable or extremely difficult to fix the actual damage, the amount
set forth above is hereby agreed upon as liquidated damages and will be
deducted from any money due the Contractor under any contract which may be
RFP No. 901286
Page 23
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
awarded to Contractor arising from the RFP. Should the amount of the damages
exceed the amount due, the Contractor's sureties shall be liable for the excess.
3.
Q.
PERFORMANCE BOND
1.
R.
IV.
In the event the Contractor’s performance and/or deliverable projects have been
deemed unsatisfactory by a review committee, the County reserves the right to
withhold future payments until the performance and or deliverable projects are
deemed satisfactory.
The successful bidder will be required to post and maintain a performance bond
for fifty percent (50%) of the total contract amount with the County of Alameda,
General Services Agency.
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 RFP and any contract which may arise
pursuant to this RFP.
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 GSA-Parking Division to ensure that established
standards are adhered to.
4.
Contractor account manager shall keep the County Specialist informed of
requests from departments as required.
INSTRUCTIONS TO BIDDERS
S.
COUNTY CONTACTS
GSA–Procurement & Support Services 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– Procurement & Support Services 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
RFP No. 901286
Page 24
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
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 5:00 p.m. on December 10, 2014 to:
Patrick Ng, Procurement & Contracts Specialist
Alameda County, GSA– Procurement & Support Services
1401 Lakeside Drive, Suite 907
Oakland, CA 94612
E-Mail: patrick.ng@acgov.org
PHONE: (510) 208-9608
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.
T.
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 Procurement & Support Services
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:
Parking Management Services
RFP No. 901286
Alameda County, GSA– Procurement & Support Services
1401 Lakeside Drive, Suite 907 *
RFP No. 901286
Page 25
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
Oakland, CA 94612
Bidder's name, return address, and the RFP number and title must also appear
on the mailing package.
*PLEASE NOTE that on the bid due date, a bid reception desk will be open
between 1:00 p.m. – 2:00 p.m. and will be located in the 1st floor lobby at 1401
Lakeside Drive.
3.
Bidders are to submit one (1) original hardcopy bid (Exhibit A – Bid Response
Packet, including additional required documentation), with original ink
signatures, plus 2 copies of their proposal. Original proposal is to be clearly
marked “ORIGINAL” with copies to be marked “COPY”. All submittals should be
printed on plain white paper, and must be either loose leaf or in a 3-ring binder
(NOT bound). It is preferred that all proposals submitted shall be printed doublesided and on minimum 30% post-consumer recycled content paper. Inability to
comply with the 30% post-consumer recycled content recommendation will have
no impact on the evaluation and scoring of the proposal.
Bidders must also submit an electronic copy of their proposal. The electronic
copy must be in a single file (PDF with OCR preferred), and shall be an exact
scanned image of the original hard copy Exhibit A – Bid Response Packet,
including additional required documentation. The file must be on disk or USB
flash drive and enclosed with the sealed original hardcopy of the bid.
4.
BIDDERS SHALL NOT MODIFY BID FORM(S) OR QUALIFY THEIR BIDS. BIDDERS
SHALL NOT SUBMIT TO THE COUNTY A SCANNED, RE-TYPED, WORD-PROCESSED,
OR OTHERWISE RECREATED VERSION OF THE BID FORM(S) OR ANY OTHER
COUNTY-PROVIDED DOCUMENT.
5.
No email (electronic) or facsimile bids will be considered.
6.
All costs required for the preparation and submission of a bid shall be borne by
Bidder.
7.
Only one bid response will be accepted from any one person, partnership,
corporation, or other entity; however, several alternatives may be included in
one response. For purposes of this requirement, “partnership” shall mean, and is
limited to, a legal partnership formed under one or more of the provisions of the
California or other state’s Corporations Code or an equivalent statute.
8.
All other information regarding the bid responses will be held as confidential until
such time as the County Selection Committee has completed its evaluation, an
recommended award has been made by the County Selection Committee, and
RFP No. 901286
Page 26
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
the contract has been fully negotiated with the recommended awardee named in
the recommendation to award/non-award notification(s). The submitted
proposals shall be made available upon request no later than five (5) calendar
days before the recommendation to award and enter into contract is scheduled
to be heard by the Board of Supervisors. All parties submitting proposals, either
qualified or unqualified, will receive mailed recommendation to award/nonaward notification(s), which will include the name of the bidder to be
recommended for award of this project. In addition, award information will be
posted on the County’s “Contracting Opportunities” website, mentioned above.
9.
Each bid received, with the name of the bidder, shall be entered on a record, and
each record with the successful bid indicated thereon shall, after the award of
the order or contract, be open to public inspection.
10.
California Government Code Section 4552: In submitting a bid to a public
purchasing body, the bidder offers and agrees that if the bid is accepted, it will
assign to the purchasing body all rights, title, and interest in and to all causes of
action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under
the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of
Division 7 of the Business and Professions Code), arising from purchases of goods,
materials, or services by the bidder for sale to the purchasing body pursuant to
the bid. Such assignment shall be made and become effective at the time the
purchasing body tenders final payment to the bidder.
11.
Bidder expressly acknowledges that it is aware that if a false claim is knowingly
submitted (as the terms “claim” and “knowingly” are defined in the California
False Claims Act, Cal. Gov. Code, §12650 et seq.), County will be entitled to civil
remedies set forth in the California False Claim Act. It may also be considered
fraud and the Contractor may be subject to criminal prosecution.
12.
The undersigned Bidder certifies that it is, at the time of bidding, and shall be
throughout the period of the contract, licensed by the State of California to do
the type of work required under the terms of the Contract Documents. Bidder
further certifies that it is regularly engaged in the general class and type of work
called for in the Bid Documents.
13.
The undersigned Bidder certifies that it is not, at the time of bidding, on the
California Department of General Services (DGS) list of persons determined to be
engaged in investment activities in Iran or otherwise in violation of the Iran
Contracting Act of 2010 (Public Contract Code Section 2200-2208).
14.
It is understood that the County reserves the right to reject this bid and that the
bid shall remain open to acceptance and is irrevocable for a period of one
hundred eighty (180) days, unless otherwise specified in the Bid Documents.
RFP No. 901286
Page 27
Specifications, Terms & Conditions
for Parking Management Services
________________________________________________________________________________________________________________________________________
U.
RESPONSE FORMAT
1.
Bid responses are to be straightforward, clear, concise and specific to the
information requested.
2.
In order for bids to be considered complete, Bidder must provide responses to all
information requested. See Exhibit A – Bid Response Packet.
3.
Bid responses, in whole or in part, are NOT to be marked confidential or
proprietary. County may refuse to consider any bid response or part thereof so
marked. Bid responses submitted in response to this RFP may be subject to
public disclosure. County shall not be liable in any way for disclosure of any such
records. Please refer to the County’s website at:
http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm for
more information regarding Proprietary and Confidential Information policies.
RFP No. 901286
Page 28
EXHIBIT A
BID RESPONSE PACKET
RFP No. 901286 – Parking Management Services
To:
The County of Alameda
From:
(Official Name of Bidder)
 AS DESCRIBED IN THE SUBMITTAL OF BIDS SECTION OF THIS RFP, BIDDERS ARE TO SUBMIT
ONE (1) ORIGINAL HARDCOPY BID (EXHIBIT A – BID RESPONSE PACKET), INCLUDING
ADDITIONAL REQUIRED DOCUMENTATION), WITH ORIGINAL INK SIGNATURES, PLUS 2
COPIES AND ONE (1) ELECTRONIC COPY OF THE BID IN PDF (with OCR preferred)
 ALL PAGES OF THE BID RESPONSE PACKET (EXHIBIT A) MUST BE SUBMITTED IN TOTAL WITH
ALL REQUIRED DOCUMENTS ATTACHED THERETO; ALL INFORMATION REQUESTED MUST BE
SUPPLIED; ANY PAGES OF EXHIBIT A (OR ITEMS THEREIN) NOT APPLICABLE TO THE BIDDER
MUST STILL BE SUBMITTED AS PART OF A COMPLETE BID RESPONSE, WITH SUCH PAGES OR
ITEMS CLEARLY MARKED “N/A”
 BIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR
OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY OTHER
COUNTY-PROVIDED DOCUMENT
 ALL PRICES AND NOTATIONS MUST BE PRINTED IN INK OR TYPEWRITTEN; NO ERASURES ARE
PERMITTED; ERRORS MAY BE CROSSED OUT AND CORRECTIONS PRINTED IN INK OR
TYPEWRITTEN ADJACENT, AND MUST BE INITIALED IN INK BY PERSON SIGNING BID
 BIDDER MUST QUOTE PRICE(S) AS SPECIFIED IN RFP.
 BIDDERS THAT DO NOT COMPLY WITH THE REQUIREMENTS, AND/OR SUBMIT INCOMPLETE
BID PACKAGES, SHALL BE SUBJECT TO DISQUALIFICATION AND THEIR BIDS REJECTED IN
TOTAL
 IF BIDDERS ARE MAKING ANY CLARIFICATIONS AND/OR AMENDMENTS, OR TAKING
EXCEPTION TO POLICIES OR SPECIFICATIONS OF THIS RFP, INCLUDING THOSE TO THE
COUNTY SLEB POLICY, THESE MUST BE SUBMITTED IN THE EXCEPTIONS, CLARIFICATIONS,
AMENDMENTS SECTION OF THIS EXHIBIT A – BID RESPONSE PACKET IN ORDER FOR THE BID
RESPONSE TO BE CONSIDERED COMPLETE
Exhibit A – RFP No. 901286
Page 1
BIDDER INFORMATION AND ACCEPTANCE
1.
The undersigned declares that the Bid Documents, including, without limitation, the RFP, Addenda, and
Exhibits have been read.
2.
The undersigned is authorized, offers, and agrees to furnish the articles and/or services specified in
accordance with the Specifications, Terms & Conditions of the Bid Documents of RFP No. 901286 –
Parking Management Services.
3.
The undersigned has reviewed the Bid Documents and fully understands the requirements in this Bid
including, but not limited to, the requirements under the County Provisions, and that each Bidder who
is awarded a contract shall be, in fact, a prime Contractor, not a subcontractor, to County, and agrees
that its Bid, if accepted by County, will be the basis for the Bidder to enter into a contract with County
in accordance with the intent of the Bid Documents.
4.
The undersigned acknowledges receipt and acceptance of all addenda.
5.
The undersigned agrees to the following terms, conditions, certifications, and requirements found on
the County’s website:

Bid Protests / Appeals Process
[http://www.acgov.org/gsa/departments/purchasing/policy/bidappeal.htm]

Debarment / Suspension Policy
[http://www.acgov.org/gsa/departments/purchasing/policy/debar.htm]

Iran Contracting Act (ICA) of 2010
[http://www.acgov.org/gsa/departments/purchasing/policy/ica.htm]

General Environmental Requirements
[http://www.acgov.org/gsa/departments/purchasing/policy/environ.htm]

Small Local and Emerging Business Program
[http://acgov.org/auditor/sleb/overview.htm]

First Source
[http://acgov.org/auditor/sleb/sourceprogram.htm]

Online Contract Compliance System
[http://acgov.org/auditor/sleb/elation.htm]

General Requirements
[http://www.acgov.org/gsa/departments/purchasing/policy/genreqs.htm]

Proprietary and Confidential Information
[http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm]
Exhibit A – RFP No. 901286
Page 2
6.
The undersigned acknowledges that Bidder will be in good standing in the State of California, with all
the necessary licenses, permits, certifications, approvals, and authorizations necessary to perform all
obligations in connection with this RFP and associated Bid Documents.
7.
It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions
and, if applicable, the site condition. By the submission of a Bid, the Bidder certifies that if awarded a
contract they will make no claim against the County based upon ignorance of conditions or
misunderstanding of the specifications.
8.
Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its
officers, agents and employees, harmless from liability of an nature or kind, including cost and
expenses, for infringement or use of any patent, copyright or other proprietary right, secret process,
patented or unpatented invention, article or appliance furnished or used in connection with the
contract or purchase order.
9.
Insurance certificates are not required at the time of submission. However, by signing Exhibit A – Bid
Response Packet, the Contractor agrees to meet the minimum insurance requirements stated in the
RFP. This documentation must be provided to the County, prior to award, and shall include an
insurance certificate and additional insured certificate, naming the County of Alameda, which meets
the minimum insurance requirements, as stated in the RFP.
10.
The undersigned acknowledges ONE of the following (please check only one box):
Bidder is not local to Alameda County and is ineligible for any bid preference; OR
Bidder is a certified SLEB and is requesting 10% bid preference; (Bidder must check the first box
and provide its SLEB Certification Number in the SLEB PARTNERING INFORMATION SHEET); OR
Bidder is LOCAL to Alameda County and is requesting 5% bid preference, and has attached the
following documentation to this Exhibit:

Copy of a verifiable business license, issued by the County of Alameda or a City within the
County; and
 Proof of six (6) months business residency, identifying the name of the vendor and the local
address. Utility bills, deed of trusts or lease agreements, etc., are acceptable verification
documents to prove residency.
Exhibit A – RFP No. 901286
Page 3
Official Name of Bidder:
Street Address Line 1:
Street Address Line 2:
City:
State:
Zip Code:
Webpage:
Type of Entity / Organizational Structure (check one):
Corporation
Joint Venture
Limited Liability Partnership
Partnership
Limited Liability Corporation
Non-Profit / Church
Other:
Jurisdiction of Organization Structure:
Date of Organization Structure:
Federal Tax Identification Number:
Primary Contact Information:
Name / Title:
Telephone Number:
Fax Number:
E-mail Address:
SIGNATURE:
Name and Title of Signer:
Dated this
day of
20
Exhibit A – RFP No. 901286
Page 4
BID FORM
COST SHALL BE SUBMITTED ON EXHIBIT A AS IS. NO ALTERATIONS OR CHANGES OF ANY KIND ARE
PERMITTED. Bid responses that do not comply will be subject to rejection in total. The cost quoted
below shall include all taxes and all other charges, including travel expenses, and is the cost the
County will pay for the three-year term of any contract that is a result of this bid.
Quantities listed herein are annual estimates based on past usage and are not to be construed as a
commitment. No minimum or maximum is guaranteed or implied.
Bidder hereby certifies to County that all representations, certifications, and statements made by
Bidder, as set forth in this Bid Form and attachments are true and correct and are made under penalty
of perjury pursuant to the laws of California.
ALCO Park Garage - Hours of Operation: Monday through Friday 7:00 a.m. to 7:00 p.m.
Amador Parking Facility - Hours of Operation: Monday through Friday 7:00 a.m. to 6:00 p.m.
(2 booths) Includes facility lockdown at 7:00 p.m.
Oakland Parking Facility - Hours of Operation: Monday through Friday 7:00 a.m. to 7:00 p.m.
Cost Estimate in Months for Regular Operations of three parking facilities:
Table One
Year 1
A
Year 2
B
C
D
Year 3
E
F
G
H
J
Extended
Extended
Extended
Unit of Est. # of
Unit of Est. # of
Unit of Est. # of
Unit Cost
Cost
Unit Cost Cost
Unit Cost
Cost
Hours of
Measure Months
Measure Months
Measure Months
(C= A*B)
(F= D*E)
(J= G*H)
Operation
Monday through
ALCO Park
Friday 7:00 A.M.
Garage
to 7:00 P.M.
Month
12
$
$
Month
12
$
$
Month
12
$
$
Parking
Facilities
Amador
Parking
Facility
Oakland
Parking
Facility
Monday through
Friday 7:00 A.M.
to 6:00 P.M. (2
booths) Includes
facility lockdown
at 7:00 P.M.
Month
12
$
$
Month
12
$
$
Month
12
$
$
Monday through
Friday 7:00 A.M.
to 7:00 P.M.
Month
12
$
$
Month
12
$
$
Month
12
$
$
Year 1
Sub-Total
$
Year 2
Sub-Total
$
Total for Year One + Year Two + Year Three (Table One):
Year 3
Sub-Total
$
$
Exhibit A – RFP No. 901286
Page 5
Cost Estimate in Hours for Special Events for two parking facilities:
Table Two
Year 1
Year 2
Year 3
C
D
E
F
G
H
J
Extended
Extended
Extended
Unit of Est. # of
Unit of Est. # of
Unit of Est. # of
Unit Cost
Cost
Unit Cost Cost
Unit Cost
Cost
Measure Hours
Measure Hours
Measure Hours
(C= A*B)
(F= D*E)
(J= G*H)
A
Parking
Facilities
Hours of
Operation
Monday through
ALCO Park
Friday 7:00 A.M.
Garage
to 7:00 P.M.
Oakland Monday through
Parking Friday 7:00 A.M.
Facility to 7:00 P.M.
B
Hour
84
$
$
Hour
84
$
$
Hour
84
$
$
Hour
417
$
$
Hour
417
$
$
Hour
417
$
$
Year 1
Sub-Total
$
Year 2
Sub-Total
Year 3
Sub-Total
$
Total for Year One + Year Two + Year Three (Table Two):
The Grand Total
Cost Estimates for
Three-year Team
$
$
Table One + Table Two = The Grand Total of Cost Estimates:
$
Exhibit A – RFP No. 901286
Page 6
REQUIRED DOCUMENTATION AND SUBMITTALS
All of the specific documentation listed below is required to be submitted with the Exhibit A – Bid
Response Packet in order for a bid to be deemed complete. Bidders shall submit all documentation,
in the order listed below and clearly label each section with the appropriate title (i.e. Table of
Contents, Letter of Transmittal, Key Personnel, etc.).
1.
Table of Contents: Bid responses shall include a table of contents listing the individual
sections of the proposal/quotation and their corresponding page numbers. Tabs should
separate each of the individual sections.
2.
Letter of Transmittal: Bid responses shall include a description of Bidder’s capabilities
and approach in providing its services to the County, and provide a brief synopsis of the
highlights of the Proposal and overall benefits of the Proposal to the County. This
synopsis should not exceed three (3) pages in length and should be easily understood.
3.
Exhibit A – Bid Response Packet: Every bidder must fill out and submit the complete
Exhibit A – Bid Response Packet.
(a)
Bidder Information and Acceptance:
(1)
(b)
SLEB Partnering Information Sheet:
(1)
(c)
Every Bidder must select one choice under Item 10 of page 3 of Exhibit A
and must fill out, submit a signed page 4 of Exhibit A.
Every bidder must fill out and submit a signed SLEB Partnering Information
Sheet, (found on page 9 of Exhibit A) indicating their SLEB certification
status. If bidder is not certified, the name, identification information, and
goods/services to be provided by the named CERTIFIED SLEB partner(s)
with whom the bidder will subcontract to meet the County SLEB
participation requirement must be stated. Any CERTIFIED SLEB
subcontractor(s) named, the Exhibit must be signed by the CERTIFIED
SLEB(s) according to the instructions. All named SLEB subcontractor(s)
must be certified by the time of bid submittal.
References:
(1)
(2)
Bidders must use the templates on pages 10 – 11 of this Exhibit A – Bid
Response Packet to provide references.
Bidders are to provide a list of 3 current and 3 former clients. References
must be satisfactory as deemed solely by the County. References should
have similar scope, volume and requirements to those outlined in these
specifications, terms and conditions.
Exhibit A – RFP No. 901286
Page 7
(3)
(d)
Exceptions, Clarifications, Amendments:
(1)
(2)
4.
 Bidders must verify the contact information for all references provided
is current and valid.
 Bidders are strongly encouraged to notify all references that the
County may be contacting them to obtain a reference.
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.
This shall include clarifications, exceptions and amendments, if any, to the
RFP and associated Bid Documents, and shall be submitted with your bid
response using the template on page 12 of this Exhibit A – Bid Response
Packet.
THE COUNTY IS UNDER NO OBLIGATION TO ACCEPT ANY EXCEPTIONS,
AND SUCH EXCEPTIONS MAY BE A BASIS FOR BID DISQUALIFICATION.
Key Personnel: Bid responses shall include a complete list of all key personnel
associated with the RFP. This list must include all key personnel who will provide
services/training to County staff and all key personnel who will provide maintenance
and support services. For each person on the list, the following information shall be
included:
(a)
(b)
(c)
(d)
(e)
The person’s relationship with Bidder, including job title and years of employment
with Bidder;
The role that the person will play in connection with the RFP;
Address, telephone, fax numbers, and e-mail address;
Person’s educational background; and
Person’s relevant experience.
5.
Description of the Proposed Services: Bid response shall include a description of the
terms and conditions of services to be provided during the contract term including
response times. The description shall contain a basis of estimate for services including
its scheduled start and completion dates, the number of Bidder’s and County personnel
involved, and the number of hours scheduled for such personnel. The description must:
(1) specify how the services in the bid response will meet or exceed the requirements of
the County; (2) explain any special resources, procedures or approaches that make the
services of Bidder particularly advantageous to the County; and (3) identify any
limitations or restrictions of Bidder in providing the services that the County should be
aware of in evaluating its Response to this RFP.
6.
Performance Bond: Provide written evidence of Bidder’s ability to obtain a
performance bond, from a reputable bond company, in 50% of the amount of Bidder’s
Exhibit A – RFP No. 901286
Page 8
proposed price for the service. See page 24 of the RFP, Section Q (PERFORMANCE
BOND).
Exhibit A – RFP No. 901286
Page 9
SMALL LOCAL and EMERGING BUSINESS (SLEB)
PARTNERING INFORMATION SHEET
RFP No. 901286 – Parking Management Services
In order to meet the Small Local and Emerging Business (SLEB) requirements of this RFP, all bidders must complete this form as
required below.
Bidders not meeting the definition of a SLEB (http://acgov.org/auditor/sleb/overview.htm) are required to subcontract with a
SLEB for at least twenty percent (20%) of the total estimated bid amount in order to be considered for contract award. SLEB
subcontractors must be independently owned and operated from the prime Contractor with no employees of either entity
working for the other. This form must be submitted for each business that bidders will work with, as evidence of a firm
contractual commitment to meeting the SLEB participation goal. (Copy this form as needed.)
Bidders are encouraged to form a partnership with a SLEB that can participate directly with this contract. One of the benefits of
the partnership will be economic, but this partnership will also assist the SLEB to grow and build the capacity to eventually bid as
a prime on their own.
Once a contract has been awarded, bidders will not be able to substitute named subcontractors without prior written approval
from the Auditor-Controller, Office of Contract Compliance (OCC).
County departments and the OCC will use the web-based Elation Systems to monitor contract compliance with the SLEB program
(Elation Systems: http://www.elationsys.com/elationsys/index.htm).
BIDDER IS A CERTIFIED SLEB (sign at bottom of page)
SLEB BIDDER Business Name:
SLEB Certification #:
SLEB Certification Expiration Date:
NAICS Codes Included in Certification:
BIDDER IS NOT A CERTIFIED SLEB AND WILL SUBCONTRACT
GOODS/SERVICES:
% WITH THE SLEB NAMED BELOW FOR THE FOLLOWING
SLEB Subcontractor Business Name:
SLEB Certification #:
SLEB Certification Status:
SLEB Certification Expiration Date:
Small /
Emerging
NAICS Codes Included in Certification:
SLEB Subcontractor Principal Name:
SLEB Subcontractor Principal Signature:
Date:
Upon award, prime Contractor and all SLEB subcontractors that receive contracts as a result of this bid process agree to register
and use the secure web-based ELATION SYSTEMS. ELATION SYSTEMS will be used to submit SLEB subcontractor participation
including, but not limited to, subcontractor contract amounts, payments made, and confirmation of payments received.
Bidder Printed Name/Title:____________________________________________________________________________
Street Address: _____________________________________________City_____________State______ Zip Code______
Bidder Signature:
Date:
Exhibit A – RFP No. 901286
Page 10
CURRENT REFERENCES
RFP No. 901286 – Parking Management Services
Bidder Name:
Company Name:
Address:
Contact Person:
Telephone Number:
City, State, Zip:
Services Provided / Date(s) of Service:
E-mail Address:
Company Name:
Address:
City, State, Zip:
Services Provided / Date(s) of Service:
Contact Person:
Telephone Number:
E-mail Address:
Company Name:
Address:
City, State, Zip:
Services Provided / Date(s) of Service:
Contact Person:
Telephone Number:
E-mail Address:
Exhibit A – RFP No. 901286
Page 11
FORMER REFERENCES
RFP No. 901286 – Parking Management Services
Bidder Name:
Company Name:
Address:
City, State, Zip:
Services Provided / Date(s) of Service:
Contact Person:
Telephone Number:
E-mail Address:
Company Name:
Address:
City, State, Zip:
Services Provided / Date(s) of Service:
Contact Person:
Telephone Number:
E-mail Address:
Company Name:
Address:
City, State, Zip:
Services Provided / Date(s) of Service:
Contact Person:
Telephone Number:
E-mail Address:
Exhibit A – RFP No. 901286
Page 12
EXCEPTIONS, CLARIFICATIONS, AMENDMENTS
RFP No. 901286 – Parking Management Services
Bidder Name:
List below requests for clarifications, exceptions and amendments, if any, to the RFP and associated
Bid Documents, and submit with your bid response.
The County is under no obligation to accept any exceptions and such exceptions may be a basis for bid
disqualification.
Reference to:
Description
Page No. Section Item No.
p. 23
D
EXAMPLE
1.c.
Vendor takes exception to…
*Print additional pages as necessary
Exhibit A – RFP No. 901286
Page 13
EXHIBIT B
INSURANCE REQUIREMENTS
Insurance certificates are not required at the time of submission; however, by signing Exhibit A – Bid
Packet, the bidder agrees to meet the minimum insurance requirements stated in the RFP, prior to
award. This documentation must be provided to the County, prior to award, and shall include an
insurance certificate and additional insured certificate, naming the County of Alameda, which meets
the minimum insurance requirements, as stated in this Exhibit B – Insurance Requirements.
The following page contains the minimum insurance limits, required by the County of Alameda, to be
held by the Contractor performing on this RFP:
*** SEE NEXT PAGE FOR COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS ***
Exhibit B – RFP No. 901286
Page 1
EXHIBIT B
Exhibit B – RFP No. 901286
Page 2
EXHIBIT C
VENDOR BID LIST
RFP No. 901286 – Parking Management Services
Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No.
901286, and/or been issued a copy of this RFP. 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 and Emerging Business (SLEB) Program:
http://www.acgov.org/gsa/departments/purchasing/policy/slebpref.htm.
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
360 Total Concept
Consulting LLC
Shonda Scott
( 510 ) 836-0360
555 12th Street
OAKLAND
CA
94607-
Shonda@360tcpr.com
A Squared Ventures,
Inc.
Cleminatu Fields
( 510 ) 986-1100
333 Hegenberger Road, Ste
750
OAKLAND
CA
946219460
amckinney@a2ventures.com
A.S.K. for Success
Jane Malmgren
( 510 ) 828-0442
24470 Hidden Ct.
HAYWARD
CA
94541-
jm.ask4success@comcast.net
AAAA Generator
Services
Michael Chiasson
( 888 ) 664-2436
1174 Russell Way
HAYWARD
CA
94541-
michael@AAAAGen.com
Abinader Group Inc
Selma Abinader
( 510 ) 535-9492
4132 Culver Street
OAKLAND
CA
94619-
experts@abinadergroup.com
ABM Parking Services
Artis McCoy
(510) 832-5136
1330 Broadway Street, Suite
915,
Oakland
CA
94612
Artis.McCoy@abm.com
Abner J. Boles III PhD
Abner Boles
( 510 ) 882-8780
4310 Mountain Blvd
OAKLAND
CA
946193028
ajb@netwiz.net
Regina Jones
( 510 ) 777-0904
8105 Edgewater Dr., #225
OAKLAND
CA
94621-
rjones@accuratemgmt.com
Marlene Barrett
( 510 ) 530-3029
7770 Pardee Ln, Ste 200
OAKLAND
CA
94621-
marlene@acumen-abe.com
ADALAT Corporation
Venkata Ramana
Rao Madala
( 510 ) 673-4722
34278 Torrey Pine Lane
UNION CITY
CA
94587-
madalaraman@yahoo.com
Advanced
Communication
Designs Inc
Natasha Terk
( 510 ) 655-6477
230 Madison St.
OAKLAND
CA
94607-
natashaterk@writeitwell.com
Advanced Resources
Patrick Collins
( 510 ) 287-9900
1001 Broadway, Suite 288
OAKLAND
CA
946074019
aricsltd@aol.com
AE3 Partners
Rick Dumas
( 510 ) 538-9991
11 Embarcadero West, Suite
205
OAKLAND
CA
94607-
rickd@ae3partners.com
AEKO Consulting
Gboyega
Aladegbami
( 510 ) 763-2356
1939 Harrison St #420
OAKLAND
CA
946123535
gboyega@aeko.com
Agape Enterprises
Consulting
Don Stoneham
( 925 ) 803-5736
7223 Avon Court
DUBLIN
CA
945682101
stoneham@agape1.biz
AIM Computer
Training Inc
Michel Daboul
( 408 ) 844-8776
125 12th St., 4th Floor
OAKLAND
CA
94607-
michel@executrainwest.com
Accurate C&S
Services Inc DBA
Accurate Drug & DNA
Testing
Acumen Building
Enterprise,Inc
Email
Exhibit C – RFP No. 901286
Page 1
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
Alameda Mall
Associates
David Cianelli
( 510 ) 794-5522
2086 Newpark Mall
NEWARK
CA
945605249
dcianell@generalgrowth.com
Allen J Schuh
Allen J Schuh
( 925 ) 462-1762
2344 Corte De La Jara
PLEASANTON
CA
945665817
aschuh101@yahoo.com
ALMA Strategies
Arturo Taboada
( 510 ) 292-6615
943 Cerrito Street
ALBANY
CA
947061521
ataboada@almastrategies.com
Alta Engineering
Group, Inc
Glenele Oberrich
( 415 ) 355-6650
4643 Fair Avenue
OAKLAND
CA
94619-
goberrich@altaengineeringgroup.co
m
Alvan Quamina
Consulting
Alvan Quamina
( 510 ) 435-7688
1645 81st Avenue
OAKLAND
CA
94621-
agvquamina@aol.com
AMANO MCGANN
INC.
Michael Patience
( 510 ) 568-6484
900 Doolittle Dr. #8A
SAN LEANDRO
CA
94577-
mike.patience@amanomcgann.com
Matt McCarthy
( 510 ) 985-8333
2000 Powell Street, Suite
520
EMERYVILLE
CA
946081886
mmccarthy@amfs.com
VONIQUE
STRICKLEN
( 510 ) 774-9570
P.O. Box 2227
OAKLAND
CA
94612-
HSTRICKLEN@AManagementgroup.
co
Andree Driskell &
Associates
Andree Driskell
( 510 ) 687-1256
675 Hegenberger Rd., #209
OAKLAND
CA
94621-
A_Driskell@andreedriskellassociates
.com
Anthony Ogbeide
Associates,Inc
TONY OGBEIDE
( 510 ) 886-1242
574 Blossom Way
HAYWARD
CA
945411926
togbeide@ogbeidecm.com
Aparc Systems
Richard
Whitehead
604-276-4500
Ext 239
201-990 Homer St.
Vancouver
British
Columbi
a
V6B2W
7
maitken@aparcsystems.com
Application
Associates
Daniel
Fingerman
( 510 ) 527-2772
915 Mendocino Ave.
BERKELEY
CA
94707-
dan@appassoc.com
Applied Digital
Design Inc
John Akins
( 925 ) 447-8893
2417 6th St
LIVERMORE
CA
945504620
jakins@ieee.org
APSI Construction
Management
David Adelberg
( 510 ) 588-8505
505 14th Street, Ste 900,
Room 905
OAKLAND
CA
94612-
david.adelberg@apsicm.com
Archgate Consulting,
Inc.
Arvind Ahuja
( 510 ) 459-0964
937 Sherman Way
PLEASANTON
CA
94566-
andy@archgateconsulting.com
Arum Consulting
Group
Ike Arum
( 714 ) 728-0150
2600 Ivy Drive
OAKLAND
CA
94606-
arum.consulting@gmail.com
Aspire Consulting LLC
Kathie Barkow
( 510 ) 967-5161
32944 Regents Blvd.
UNION CITY
CA
94587-
kathiebarkow@earthlink.net
Association Mgmt
Solutions
Lisa Winkler
( 510 ) 608-5900
39355 California St # 307
FREMONT
CA
945381447
info@amsl.com
Aubrey Cramer
Consultation
Aubrey Cramer
( 510 ) 531-5240
2500 Carisbrook drive
OAKLAND
CA
946111608
aubreycramer@comcast.net
Banner Parking
Services
Ed Frost
530-642-5268
2951 Roc Road
Placerville
Ca
95667
banner.parking@gmail.com
Barbara Ramsey
Barbara Ramsey,
M.D.
( 510 ) 384-0713
1440 Bonita Avenue
BERKELEY
CA
94709-
bramsey53@gmail.com
Reed Schmidt
( 510 ) 653-3399
1889 Alcatraz Ave.
BERKELEY
CA
94704-
rschmidt@bartlewells.com
Yane Nodhav
( 510 ) 420-8686
5900 Hollis Street, Suite D
EMERYVILLE
CA
94608-
yane@baseline-env.com
American Medical
Forensic Spec
AMG-A Management
Group, Inc
Bartle Wells
Associates
Baseline
Environmental
Consulting
Email
Exhibit C – RFP No. 901286
Page 2
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
Bay Area Business
Roundtable
Jed Silver
( 510 ) 433-9291
760 Maritime Street
OAKLAND
CA
94607-
rttcadmin@rttc.us
Daniel Alt
( 510 ) 209-5448
6837 Payne Court
PLEASANTON
CA
94588-
dan@bayareafogging.com
Michele Bellows
( 510 ) 267-6114
1333 Broadway #300A
OAKLAND
CA
94612-
mbellows@envirotranssolutions.co
m
Robert Goetsch
( 510 ) 795-6488
1260 B Street, sTE 375
HAYWARD
CA
945415757
goetsch@beamentor.org
Becky Taylor
( 510 ) 638-7276
69 Thousand Oaks Drive
OAKLAND
CA
94605-
BLTaylorassoc@comcast.net
Neisha Becton
( 925 ) 520-0005
5674 Stoneridge Drive,
Suite 108
PLEASANTON
CA
94588-
nbecton@bhrcorp.org
Bellos Group
Thea Bellos
( 510 ) 540-5725
1250 Addison St # 211a
BERKELEY
CA
947021713
tbellos@bellosgroup.com
Berkeley Training
Associates
Stan Taubman
( 510 ) 845-7650
1635 Solano Avenue
BERKELEY
CA
94707-
btatraining@earthlink.net
Beth Newell,
Consulting
Elizabeth Newell
( 330 ) 573-9728
2742 PARKER AVE
OAKLAND
CA
94605-
eanewell@gmail.com
Beyond the Arc, Inc.
Jacqueline
Espinoza
( 510 ) 280-5536
2600 Tenth Street, Suite
616
BERKELEY
CA
94710-
gov@beyondthearc.net
Bibby, LLC
Douglas Bibby
( 510 ) 525-9499
1109 Neilson St
ALBANY
CA
94706-
bibby@jps.net
BizMechanix - Vervial
Group
Bette Daoust
( 925 ) 425-9513
7734 Creekside Drive
PLEASANTON
CA
94588-
BetteD@BizMechanix.com
BluePoint Planning
Mindy Craig
( 510 ) 338-0373
1950 Mountain Blvd, #3
OAKLAND
CA
94611-
mindy@bluepointplanning.com
Bay Area Fogging
Technologies
Bay Area Program
Mgt. Grp.LLC
Be A Mentor, Inc.
Becky L. Taylor
Associates
Becton Healthcare
Resources
Email
Branes, LLC
Lorre Zuppan
( 510 ) 749-6790
2986 Southwood Dr.
ALAMEDA
CA
94501-
zuppan@branes.com
BTW Consultants,
Inc.
Fay Twersky
( 510 ) 665-6100
2550 Ninth Street, Suite 113
BERKELEY
CA
94710-
ftwersky@informingchange.com
Builders Control Inc
John Bohannon
( 510 ) 534-5716
18 Embarcadero Cove
OAKLAND
CA
94606-
johnbohannon@builderscontrol.co
m
Business Place
Strategies, Inc.
Clark Sept
( 510 ) 530-3789
891 GLENDOME CIR
OAKLAND
CA
946021411
clark@businessplacestrategies.com
C & C Advisors, LLC
Cheryl Northfield
( 415 ) 577-6779
300 Frank Ogawa Plaza,
Suite 267
OAKLAND
CA
94612-
cheryl@candcadvisors.com
Cale America Inc
Kenneth J
Beattie
( 510 ) 432-0694
2404 Teagarden St
SAN LEANDRO
CA
94577-
ken.beattie@caleamerica.com
California Health
Collaborativ
Stephen Ramirez
( 559 ) 224-4524
519 17th Street
OAKLAND
CA
94612-
sramirez@healthcollaborative.org
California MEDLink
Janice Haris
( 510 ) 444-2691
436 14th St., Ste 910
OAKLAND
CA
94612-
jharis@camedlink.com
Cambridge
Systematics, Inc.
Wendy
Williamson
( 510 ) 873-8700
555 12th St., Suite 1600
OAKLAND
CA
94607-
wwilliamson@camsys.com
Came-Americas
Robert Gailing
36 Seabird Crt.
Newport
Beach
CA
92657
robert@smartcontactless.com
Came-Americas
Automation
Michael Pelaez
305-433-3307
Ext 206
11345 NW 122nd Ave
Medley
FL
33178
mpelaez@came-americas.com
Cargo Velocity Inc.
Daniel Johnson
Johnson
( 510 ) 913-6558
2140 Shattuck Ave, Suite
903
BERKELEY
CA
94704-
dan.johnson@cargovelocity.com
Case Global
Technologies
Dwight Hanson
949-683-3626
5 Goddard
Irvine
CA
926184600
dhanson@casesystemsinc.com
CASE Parking
John Couvrette
9499887500
5 Goddard
Irvine
CA
92618
jcouvrette@caseparking.com
San Francisco
CA
94104
hurrellwe@cdmsmith.com
PLEASANTON
CA
94588-
wong@ce2corp.com
CDM Smith
Bill Hurrell
415-653-3317
220 Montgomery Street,
Suite 1418
CE2 Corporation
Clyde Wong
( 925 ) 463-7301
6140 Stoneridge Mall Rd.,
Ste 500
Exhibit C – RFP No. 901286
Page 3
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
Center for Strategic
Facilitation
Jane Stallman
( 510 ) 532-6595
3129 Madera Ave
OAKLAND
CA
94619-
jlstallman@aol.com
Central Parking
System
Kendra Petty
( 510 ) 832-7227
1624 Franklin St., Suite 1110
OAKLAND
CA
94612-
kdunst@parking.com
Central Parking
System
Ernesto Rennella
310.576.4743
1444 4th Street
Santa Monica
Californi
a
90405
erennella@parking.com
CGR MANAGEMENT
CONSULTANTS
MARY
BRIGHTBILL
( 510 ) 654-2738
1624 Franklin St., Suite 911
OAKLAND
CA
94612-
paratran@aol.com
Chaves & Associates
Arlene Chaves
( 510 ) 268-6900
289 Park Street
SAN LEANDRO
CA
945771501
arlene@chaves-associates.com
Chemmeen Groups,
LLC.
Melanie
Baskaran
( 408 ) 888-9435
2165 Parkhurst Street
HAYWARD
CA
94541-
melanievanitha@gmail.com
Reuben Chow
( 510 ) 636-8500
7770 PARDEE LANE
OAKLAND
CA
94621-
info@choweng.com
Hugues Durand
( 415 ) 812-0441
300 Frank Ogawa Plaza, 2nd
floor
OAKLAND
CA
94612-
huguesl@veloxtechnology.com
Ciddio-Morris
Associates, Inc.
Jim Morris
( 510 ) 208-7100
1611 Telegraph Ave #808
OAKLAND
CA
946122143
jmorris@ciddiomorris.com
Circlepoint
Rae Quigley
( 510 ) 350-0224
1814 Franklin St #1000
OAKLAND
CA
94612-
r.quigley@circlepoint.com
Circles of Change
Roberta Hopkins
( 510 ) 207-6658
730 Sybil Ave
SAN LEANDRO
CA
94577-
Robert@circlesofchange.us.com
CJM Associates
Cheryl Johnson
( 510 ) 326-7261
2720 College Ave, #1
BERKELEY
CA
CJM Association
Services, Inc.
Charlene
Marquez
( 925 ) 426-1508
4450 Black Ave, Suite A.
PLEASANTON
CA
Claremont
Behavioral Services
Laurie Slez
( 800 ) 834-3773
1050 Marina Village
Parkway, Suite 203
ALAMEDA
CA
94501-
lslez@ClaremontEAP.com
Claros Group
Laura Peck
( 510 ) 524-3150
969 Kains Ave.
ALBANY
CA
94706-
lpeck@clarosconsulting.com
Coastline
Management
Shana London
( 510 ) 238-1114
641 17th Street
OAKLAND
CA
94612-
shanaclondon@aol.com
Coleman-Smith, LLC
Vanessa
Coleman
( 510 ) 295-5121
3115 Maxwell Avenue
OAKLAND
CA
94619-
vanessatcoleman@gmail.com
Comfort Homesake
Lisa Price
( 510 ) 839-6120
1440 Broadway
OAKLAND
CA
94612-
jprice04@yahoo.com
Communities-NConcert, LLC
Mick Gardner
( 510 ) 338-4518
424 Lake Park Ave, Suite
441
OAKLAND
CA
946109461
mick@communitiesnconcert.org
Compliance and
Closure Inc.
Nalini Frush
( 925 ) 426-5395
7020 Koll Center Parkway,
Suite 134
PLEASANTON
CA
945667361
nfrush@aol.com
Complus Data
Eleonore Adkins
914-747-1200
560 White Plains Road
Tarrytown
NY
10591
eleonorea@complusdata.com
Computers And You
Cheryl Dockery
( 510 ) 433-0194
5026 Melrose Avenue
OAKLAND
CA
94601-
cheryldockery@comcast.net
ConfigClouds
Israel Arockiaraj
( 408 ) 888-9435
2165 Parkhurst Street
HAYWARD
CA
94541-
melanievanitha@gmail.com
OAKLAND
CA
94612-
CCURLO@AOL.COM
CHOW ENGINEERING
INC.
CICA Holdings
Corporation
947051243
945660834
Email
cjmassociates.2011@gmail.com
Char1CJM@aol.com
Construction
Consulting
Renee Clark
( 510 ) 836-4949
1626 Martin Luther King Jr
Way
Contreras Consulting
Colleen
Contreras
( 510 ) 814-8177
16 Sunny Cove Circle
ALAMEDA
CA
94502-
colleencontreras@yahoo.com
Convenient Parking
Mr. Bekele
(415) 810-4830
635 Crescent Ave
San Francisco
CA
94110
fbekele@convenientparking.com
Corinthian
International Parking
Services
Doug Knapp
408-370-7768
19925 Stevens Creek Blvd
Cupertino
CA
95014
laura@corinthianparking.com
Exhibit C – RFP No. 901286
Page 4
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
Email
Cornerstone
Facilities Consult
Wayne Perry
( 415 ) 705-7800
3055 Alvarado Street
SAN LEANDRO
CA
94577-
wperry@cornerstoneconcilium.com
CPM Logistics, LLC
Abbigail Brown
( 415 ) 385-3282
5506 Thornhill Drive
OAKLAND
CA
94611-
abbigail@cpmlogistics.net
amcdermott@crai.com
CRA International,
Inc.
Paul Leuchte
( 617 ) 425-3022
5335 College Ave., #26
OAKLAND
CA
946188024
Craig Hart
Consulting, LLC
Sydni Craig-Hart
( 510 ) 301-0668
2340 Powell Street, Suite
223
EMERYVILLE
CA
946081738
sydni@craighartconsulting.com
CrestPoint Solutions
Inc
Fabomi Ojuola
( 925 ) 828-6005
5994 W. Las Positas Blvd,
#223
PLEASANTON
CA
94588-
fojuola@crestpt.com
Cristobal Consulting
Kristene
Cristobal
( 510 ) 407-0791
781 Spruce Street
BERKELEY
CA
94707-
cristobalconsulting@gmail.com
Crowell and
Associates
Gloria Crowell
( 510 ) 913-5694
16 Maggiora Drive
OAKLAND
CA
94605-
croglo@pacbell.net
Crown Health
Services
Clifton Johnson
( 510 ) 770-1481
43551 Mission Blvd, Ste 106
FREMONT
CA
94539-
cjohnson@crown-health.com
CSB Consulting
Cassandra
Benjamin
( 510 ) 893-4656
1204 Preservation Pkwy,
Suite 200
OAKLAND
CA
94612-
csbenjamin@sbcglobal.net
CY Partners
Xinyuan Yang
( 510 ) 292-6963
1615 Broadway, Suite 600
OAKLAND
CA
94612-
catherineyang9@gmail.com
Cytel Group Inc
James Baker
( 925 ) 354-6893
17200 Foothill Boulevard
CASTRO
VALLEY
CA
94546-
jim@cytelgroup.com
D. Nicholson &
Associates
Dan Nicholson
( 510 ) 703-8109
1611 Telegraph Ave., #315
OAKLAND
CA
94612-
Dan.Nicholson@OctagonRS.com
Dahlia Moodie &
Associates
Dahlia Moodie
( 510 ) 302-6653
70 Washington St, Ste 303
OAKLAND
CA
94607-
dahlia@ecoptions.biz
Dahlin & Associates
Peter Dahlin
( 510 ) 507-3056
1024 55th St.
OAKLAND
CA
94608-
dahlinpm@aol.com
BERKELEY
CA
94704-
brobinson@dajainternational.com
DAJA International
LLC
Brock Robinson
( 415 ) 956-4029
2107 Dwight Way, Suite
107C
Data Ticket, Inc.
Marjorie Fleming
949-752-6937
Ext 310
4600 Campus Drive Ste 200
Newport
Beach
CA
92660
MFleming@dataticket.com
David Dickson
Consulting
David G. Dickson
( 707 ) 479-8491
800 Hearst Ave
BERKELEY
CA
94710-
david.d@comcast.net
David Paul Rosen &
Associates
Stacey Nordwall
( 510 ) 451-2552
1330 Broadway, Ste 937
OAKLAND
CA
94612-
stacey@draconsultants.com
David R. Nakashima
David Nakashima
( 510 ) 530-0965
6616 Banning Drive
OAKLAND
CA
De Viz Enterprises
Dexter Vizinau
( 510 ) 419-0302
1615 Broadway
OAKLAND
CA
( 510 ) 796-1201
39420 Liberty Street, Suite
262
FREMONT
CA
94538-
info@decitech-inc.com
deenselect@msn.com
Decitech Consulting
Inc.
Deens Electronics,
Inc.
Jim Sparkman
946111502
946122115
davenakashima@gmail.com
DeVizEnt@aol.com
Afshaan Hashim
( 510 ) 656-4500
4450 Enterprise St # 116
FREMONT
CA
945386395
Delta Financial
Accounting & C
Grace Uwadiale
( 510 ) 569-9635
675 Hegenber Road Suite
213
OAKLAND
CA
94621-
graceuwadiale@deltafinancialconsul
t.com
Development
Services/granthelper
Marie Beichert
( 415 ) 686-6239
1201 Pine St., #155
OAKLAND
CA
94607-
marie@granthelper.com
Diane Akers
( 510 ) 514-8152
716 Curtis Street
ALBANY
CA
Carmen Sevrens
312.919.5874
#330 - 4260 Still Creek Drive
Burnaby
BC
Dave Daze
604-790-1327
4105 Grandview Highway
Burnaby
BC
Diane Akers
Consulting
Digital Payment
Technologies
Digital Payment
Technologies
947061802
V5C
6C6
V5C6B
4
dianeakers@aol.com
carmen.sevrens@digitalpaytech.co
m
dave.daze@digitalpaytech.com
Exhibit C – RFP No. 901286
Page 5
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
Digital Printing
Systems
Peter Young
818-334-1244
777 N. Georgia Avenue
Azusa
CA
91702
sales@digitalprintingsys.com
Digital Printing
Systems, Inc.
Susan Cole
626-334-1244
Ext 233
777 North Georgia Avenue
Azusa
Ca
91702
susan.cole@dpstickets.com
Disability
Management Insight
Linda Stutzman
( 510 ) 583-9190
20885 Redwood Road,
PMB301
CASTRO
VALLEY
CA
94546-
ljstutz@comcast.net
Julie Dixon
2137166933
322 Culver Blvd, Suite 151
Playa Del Rey
CA
90293
julie@dixonresourcesunlimited.com
Sandra Carrion
( 510 ) 731-6456
225 W.Winton Ave Ste 209
HAYWARD
CA
94544-
scarrion@dompatci.com
Douglas Parking
Justin
Montgomery
415 902-1737
1721 Webster Street,
Oakland
CA
94612
justin@douglasparking.com
Douglas Parking, LLC
Justin
Montgomery
( 510 ) 444-7412
Ext 24
1721 Webster Street
OAKLAND
CA
946123493
justin@douglasparking.com
DRT Grading &
Paving, Inc.
Russ Scheibley
( 925 ) 862-9900
11896 Main Street
PLEASANTON
CA
94586-
Russ@drtgrading-paving.com
Dryad, LLC
Torrey Young
( 510 ) 538-6000
35570 Palomares Rd.
CASTRO
VALLEY
CA
945529455
torrey@dryad.us
Du-All Safety
Terry McCarthy
( 510 ) 651-8289
45950 Hotchkiss Street
FREMONT
CA
94539-
terrym@du-all.com
Duncan Solutions
Brad Magee
4148473741
633 W. Wisconsin Ave Ste
1600
Milwaukee
WI
53203
bmagee@DuncanSolutions.com
Duncan Solutions
Gabe Valadez
310-695-3272
Ext 161
1 W. Manchester Blvd 602
Inglewood
CA
90301
gvaladez@duncansolutions.com
Duncan Solutions
Sonja Wieder
925-824-2850
DWH Consulting
Darryl Hewitt
( 510 ) 888-0360
20139 Crow Creek Road,
Suite 100
CASTRO
VALLEY
CA
94552-
darryl@dwhconsulting.com
E. Majdalani
Construction
Management Inc
Elia Majdalani
( 510 ) 986-1224
11 Embarcadero West, Suite
210
OAKLAND
CA
94607-
emajdalani@emconstmgt.com
E2 Consulting
Engineers
Hersh Saluja
( 510 ) 652-1164
1900 Powell Street, Suite
250
EMERYVILLE
CA
94608-
hersh.saluja@e2.com
Echo West
International, Inc.
Ali Imran
( 510 ) 652-3028
5801 Christie Ave., #275
EMERYVILLE
CA
94608-
a_imran777@yahoo.com
eCIFM Solutions, Inc.
Vimal Uberoi
( 925 ) 830-1925
1650 Holmes St, Building C
LIVERMORE
CA
945506004
vimal@ecifm.com
Eden Label Solutions
John Otott
949-825-7996
Ext 22
2552 McGaw
Irvine
CA
92614
j.otott@edenlabelsoutions.com
Electronic Data
Magnetics, Inc
David Snowden
6266951343
210 Old Thomasville Rd
High Point
North
Carolina
27260
davids@electronicdata.com
Emeryville
Occupational
Medical Center Inc
Steven Gest
( 510 ) 653-5200
6001 Shellmound Street,
Suite 115
EMERYVILLE
CA
94608-
md@emeryvilleoccmed.com
Enpro Solutions, Inc.
R. Maqbool
Qadir
( 925 ) 803-8045
6500 Dublin Boulevard, Ste
215
DUBLIN
CA
945683152
Qadir@enprosolutions.com
Environmental Risk
Communicati
John Rosengard
( 510 ) 548-5570
2121 Tunnel Road
OAKLAND
CA
946111069
john@erci.com
eSpark Solutions
Ersin KIVILCIM
7149283673
4839 Aliano Plz
Yorba Linda
CA
92886
ersin@esparksolutions.com
F.W. Associates, Inc.
Monsan Fong
( 510 ) 763-7475
330 Franklin Street, Suite
#400
OAKLAND
CA
94607-
mfong@fwa-inc.com
Dixon Resources
Unlimited
Dompatci
Management
Solutions
CA
Email
swieder@duncansolutions.com
Exhibit C – RFP No. 901286
Page 6
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
Faith E Fuller dba FAS
Services
Faith Elizabeth
Fuller
( 510 ) 684-4558
2305 Prince St
BERKELEY
CA
947051246
faithfuller@sbcglobal.net
Ethan Ralston
( 888 ) 683-4818
2603 Union St
OAKLAND
CA
946072423
eralston@feeneywireless.com
Booker Clark
( 510 ) 482-8900
2103 MacArthur Blvd.
OAKLAND
CA
94602-
booker@1stmaint.com
Fischer
Communications
Roberta Fischer
( 510 ) 868-3355
2140 Shattuck Ave., Suite
808
BERKELEY
CA
94704-
bobbi@fischercommunications.com
Francisco &
Associates, Inc.
Joseph Francisco
( 925 ) 785-1933
5776 Stoneridge Mall Rd,
#320
PLEASANTON
CA
94588-
joef@franciscoandassociates.com
Freeman Fleming
Holdings, Inc.
Owen Garrick
( 510 ) 251-0490
810 Clay Street, Suite #200
OAKLAND
CA
94607-
Owen.garrick@freemanfleming.com
Fruge Psychological
Associates
Dr. Alexis GreenFruge
( 510 ) 482-3622
1300 Clay St., Ste 600
OAKLAND
CA
94612-
info@fpasolutions.com
Future Power Corp.
DBA Energy
Conservation
Options
Dahlia Moodie
( 510 ) 647-8450
2531 9th Street
BERKELEY
CA
94710-
dahlia@ecoptions.biz
Gardner, Underwood
& Bacon LLC
Lisa Smith
( 510 ) 444-8343
1440 Broadway, Suite 800
OAKLAND
CA
94612-
lisa.smith@gubllc.com
GeeMX Technologies
Andrew Stevens
( 217 ) 000-1811
851 Woodlawn Road
ALAMEDA
CA
94501-
andrews.steve@gmx.com
Genesis Logistics, Inc.
Scott Mullins
( 510 ) 476-0790
4013 Whipple Rd
UNION CITY
CA
945871521
scott.mullins@exel.com
Get It Done
Jill Wasserman
( 510 ) 909-3948
4130 Penniman Ct
OAKLAND
CA
94619-
jill@letmegetitdone.com
SAN LEANDRO
CA
94577-
GEWACORP@AOL.COM
Feeney Wireless
California
First Building
Maintenance
Industries
Email
GEWA Corporation
Gladstone Wood
( 510 ) 553-9991
1933 Davis Street, Suite
304B
Gibson & Associates
Paul Gibson
( 510 ) 986-0990
1300 Clay St., Ste 600
OAKLAND
CA
94612-
paul@gibsonandassociates.com
GIS Consultants
Bruce Joffe
( 510 ) 238-9771
1212 Broadway, Suite 610
OAKLAND
CA
946122115
GIS.Consultants@joffes.com
Global Parking
Systems, LLC
Daniel Parker
6197462217
1443 E Washington Blvd.
Ste #248
Pasadena
Ca
91104
daniel@gpsparkingsystems.com
Global Parking USA
Michael Kavur
215-399-1475
200 W. Washington Sq.,
Suite 200 PSFS Building
Philadelphia
PA
19106
mkavur@globalparkingusa.com
Go Green
Transportation, Inc.
Rita Hoopes`
( 510 ) 464-7336
20630 John Drive
CASTRO
VALLEY
CA
94546-
begreengogreen@yahoo.com
Carmen WestJefferson
( 510 ) 569-4895
256 Lexington Ave
SAN LEANDRO
CA
94577-
carmen@goddessbootcampministry
.com
Steven Strawser
( 510 ) 446-7855
1300 Clay Street, Suite 600
OAKLAND
CA
94612-
steven@govstaff.org
Graham & Associates
Perry Graham
( 510 ) 597-1353
71 Sonia Street
OAKLAND
CA
94618-
perry@grahamslist.com
GRM Information
Mgmt Services
Jay Crider
( 800 ) 932-3006
41099 Boyce Road
FREMONT
CA
94538-
jcrider@grmdocument.com
Gyroscope, Inc.
Maeryta
Medrano
( 510 ) 986-0111
283 Fourth Street
OAKLAND
CA
94607-
maeryta@gyroscopeinc.com
Goddess Boot Camp
Ministry
Government Staffing
Associates
Exhibit C – RFP No. 901286
Page 7
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
Hatchuel Tabernik
and Associat
Russell Lobar
( 510 ) 559-3193
2560 9th St., Ste 211
BERKELEY
CA
94710-
rlobar@htaconsulting.com
Hattin Construction
Management, Inc.
Roosevelt Hattin
( 510 ) 832-5800
1611 Telegragh Ave, Suite
1002
OAKLAND
CA
94612-
rh@hattincm.com
Healing Our Village,
Inc.
Owen Garrick
MD, MBA
( 510 ) 251-0490
810 Clay Street, Suite 200
OAKLAND
CA
94607-
drgarrick@healingourvillage.com
Nancy Halloran
( 510 ) 847-3833
614 Grand Ave, #400
OAKLAND
CA
94610-
nshalloran@sonic.net
Heather Pegas
( 510 ) 531-6075
3800 Maybelle Avenue,
Suite 3
OAKLAND
CA
94619-
hpegas@sprynet.com
HFS Consultants
Pat Sinclair
( 510 ) 768-0066
505 Fourteenth St., 5th
floor
OAKLAND
CA
94612-
pats@hfsconsultants.com
Houston Services
Jodene Houston
( 510 ) 638-0963
907 Blenheim St.
OAKLAND
CA
946033707
HoustonSrvcs111@aol.com
HR Ideas, LLC
Deisy Bach
( 925 ) 556-4404
11844 Dublin Blvd., Ste. E
DUBLIN
CA
94568-
dbach@hrideas.com
HR Management
Corp. Inc.
Clarence Hunt
( 510 ) 267-0575
462 Elwood Avenue, Suite 9
OAKLAND
CA
94610-
cahuntjr@sbcglobal.net
Ijichi Perkins &
Associates
Karen Ijichi
Perkins
( 510 ) 531-9685
2823 Steinmetz Way
OAKLAND
CA
946023547
kiperkins@sbcglobal.net
Impac Health
Virginia Roe
( 510 ) 450-1144
6333 Telegraph Ave # 203
OAKLAND
CA
946091359
impachealth@cs.com
Impark
Jim Hornback
415-442-8629
Ext 28
401 Terry Francois Street
Suite 110
San Francisco
CA
94158
jhornback@impark.com
Indigo Systems LLC
Umesh Dudaney
( 510 ) 757-8040
4 Anchor Drive, #443
EMERYVILLE
CA
94608-
ududaney@yahoo.com
Infocus Consulting
Christine StonerMertz
( 510 ) 663-7200
1615 Broadway, Suite 1400
OAKLAND
CA
946122155
chris@gettinginfocus.com
INFONETICA, INC.
Mahesh
Dattatraya
Dakwale
( 925 ) 786-3865
2921 Moreno Ave
PLEASANTON
CA
94588-
rfp@infoneticainc.com
Innovations in Public
Health
Julie Williamson
( 510 ) 823-7201
4618 Belfast Ave.
OAKLAND
CA
94619-
jwwilliamson510@gmail.com
Grace Uwadiale
( 925 ) 485-5129
PLEASANTON
CA
94588-
grace@inspireconsult.com
Dana Constance
( 510 ) 473-0300
ALAMEDA
CA
94501-
dconstance@ipd-oak.com
IPA Planning
Solutions, Inc.
Ineda Adesanya
( 510 ) 839-4550
446 17th St., Ste 201
OAKLAND
CA
94612-
ipa@facmania.com
IPARQ
Todd Fisher
8059639400
P.O. Box 29502 #80109
Las Vegas
NV
89126
todd@iparq.com
IPT LLC, dba Paylock
Matthew
Silverman
908-595-6900
Ext 104
205 West Main Street Suite
402
Somerville
New
Jersey
6876
info@paylock.com
Ira Cohen
Ira Cohen
( 510 ) 835-1111
1970 Broadway
OAKLAND
CA
946122212
Iracohenrehab@sbcglobal.net
Iron Mountain
Incorporated
Steve Pascucci
( 415 ) 867-0337
6933 Preston Ave.
LIVERMORE
CA
94551-
Steve.Pascucci@ironmountain.com
ISDPlanning
Xinyuan Yang
( 510 ) 292-6963
1620 Milvia Street
BERKELEY
CA
947099470
catherineyang9@gmail.com
Isobel White
Consulting
Isobel White
( 510 ) 828-3554
1734 Francisco Street
BERKELEY
CA
94703-
isobelwhite1@gmail.com
J. Haynes Enterprises
Gwendolyn
McClain
( 510 ) 470-3515
3357 Shawn Way
HAYWARD
CA
94541-
gmcclain13@msn.com
Jackson Project
Lawrence
( 510 ) 770-9341
43511 Southerland Way
FREMONT
CA
94539-
larryj@jacksonprojectservices.com
Health Equity
Partnership
Heather Pegas
Consulting
Inspire Consulting
Group
International Parking
Design
6210 Stoneridge Mall Road,
Suite 120
1201 Marina Village
Parkway, Suite 100
Email
Exhibit C – RFP No. 901286
Page 8
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Services
Jackson
Address
City
State
Zip
Jaharas
Nedir Bey
( 510 ) 593-8368
2023 - 46th Avenue
OAKLAND
CA
94601-
nedirbey@yahoo.com
James Leadership
Group
Kenneth James
( 415 ) 609-3512
23 Mission Hills
OAKLAND
CA
946059460
kenneth@jamesleadershipgroup.co
m
Jay Crawford
Jay Crawford
( 510 ) 792-1919
7153 Arbeau Drive
NEWARK
CA
94560-
jaycrawford@sbcglobal.net
Jerry Lew &
Associates
Jerry Lew
( 415 ) 860-5290
OAKLAND
CA
94610-
jayella@aol.com
Jeskell, Inc.
Rakesh Shah
( 510 ) 795-7222
NEWARK
CA
94560-
rshah@jeskell.com
JPG Consultants
Julie Posadas
Guzman
( 510 ) 931-6275
470 27th Street #225
OAKLAND
CA
94612-
jcg@jpgconsultants.com
JS Communication
Consulting
Jessica Scully
( 510 ) 282-4883
1100 Longridge Road
OAKLAND
CA
94610-
jessica@jscommconsulting.com
JT2 Integrated
Resources
Nicole Watts
( 510 ) 996-8703
519 17th St. 3rd Floor
OAKLAND
CA
94612-
dflores@jt2.com
K. Iwata Associates,
Inc.
Kay Iwata
( 510 ) 471-7840
32466 Monterey Drive
UNION CITY
CA
945879458
kay@kiwata.com
K.J. Hurley and
Associates
Kathleen Hurley
( 510 ) 652-9852
6114 LaSalle, #307
OAKLAND
CA
94611-
kjhurley77@aol.com
Karen Ljichi Perkins
Karen Perkins
( 510 ) 531-9685
2823 Steinmetz Way
OAKLAND
CA
94602-
kiperkins@sbcglobal.net
Kat McDivitt &
Associates
Kat McDivitt
( 808 ) 226-3000
969 Begier Ave
SAN LEANDRO
CA
94577-
kat@katmcdivitt.com
Kate Harrison
Consulting
Kate Harrison
( 510 ) 524-2154
2043 Lincoln St.
BERKELEY
CA
94709-
kate@kateharrisonconsulting.com
Katharine Gale
Katharine Gale
( 510 ) 710-9176
936 Hearst Ave
BERKELEY
CA
94710-
kgaleconsulting@sbcglobal.net
KELCO COMPUTING
SOLUTIONS
Chris Roberts
( 800 ) 270-5861
9929 Caloden Lane
OAKLAND
CA
94605-
CRoberts@Kelcompute.com
Kenneth
Starkovich
( 925 ) 784-6186
1370 Windsor Way
LIVERMORE
CA
945506549
kenpertcpm@aol.com
Art May
( 510 ) 903-2051
5858 Horton Street Suite
170
EMERYVILLE
CA
94608-
twagaye@keystonedg.com
Kirkland A. Smith &
Associates
Kirkland Smith
( 510 ) 505-1735
37620 Filbert St.
NEWARK
CA
94560-
kirklandasmith@yahoo.com
Kneal Resource
System Inc
Kathy Neal
( 510 ) 430-1252
7141 Homewood Dr.
OAKLAND
CA
94611-
kathy@kneal.com
KW Engineering
Christina
Summary
( 510 ) 834-6420
287 17th St., Suite 300
OAKLAND
CA
94612-
summary@kw-engineering.com
L Luster & Associates
Laura Luster
( 510 ) 282-7769
212 9th Street, Suite 309
OAKLAND
CA
94607-
laura@llusterassociates.com
La Piana Associates
Inc DBA La Piana
Consulting
Kristen Godard
( 510 ) 601-9056
5900 Hollis Street, Suite N
EMERYVILLE
CA
94608-
godard@lapiana.org
Laurelton Research
Silver Elana
( 510 ) 759-6794
11200 Sun Valley Drive
OAKLAND
CA
94605-
elana@laureltonresearch.com
Laurie J. Earp
Laurie Earp
( 510 ) 839-3100
4200 Park Blvd., #128
OAKLAND
CA
94602-
laurie@earpevents.com
LAZ Parking
Jeanette Walker
(510) 314-9760
1 Airport Dr.
Oakland
CA
94621
JWalker@lazparking.com
Ken Starkovich
Mgmt. Consultan
Keystone
Development Group
LLC
55 Santa Clara Ave, Ste
230C
37600 Central Court, Suite
210
Email
Exhibit C – RFP No. 901286
Page 9
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
Leapfrog Consulting
Kayla Kirsch
( 510 ) 482-4049
4118 Lyman Road
OAKLAND
CA
94602-
kayla@leapfrogconsulting.org
Life Support Services
Andrea
Shabashov
( 510 ) 790-2778
4588 Peralta Blvd, Suite 17
FREMONT
CA
945365757
cprneal@aol.com
Linda Yim Consulting
Services
Linda Yim
( 510 ) 334-4662
40 The Crescent
BERKELEY
CA
94708-
lyim_consulting@yahoo.com
Livermore-amador
Transit
Barbara Duffy
( 925 ) 455-7555
1362 Rutan Ct # 100
LIVERMORE
CA
945507318
tedwards@lavta.org
LMT CONSULTING,
INC.
GRACE
UWADIALE
( 925 ) 325-8979
303 Hegenberger Rd, Suite
308
OAKLAND
CA
94621-
graceu@lmtconsult.com
LMY Associates
Latricia Cosby
( 510 ) 582-5818
2298 D Street
HAYWARD
CA
94541-
latricia.cosby@octagonrs.com
Lorenza Hall
Consulting
Lorenza Hall
( 510 ) 652-1628
914 Stanford Avenue
OAKLAND
CA
94608-
lorenza.hall@sbcglobal.net
Louis Libert
Louis Libert
( 510 ) 452-4004
199 Montecito Ave. Apt.
306
OAKLAND
CA
94610-
loumlibert@earthlink.net
Lovitt & Associates
DaBora Lovitt
( 510 ) 264-0949
24505 Diamond Ridge Drive
HAYWARD
CA
94544-
dlovitt09@aol.com
LTD Global LLC
Lili Tarachand
( 925 ) 598-0056
7901 Stoneridge Dr Ste 507
PLEASANTON
CA
94588-
lili.tarachand@ltdglobal.com
Luster National, Inc.
Robert Luster
( 510 ) 587-0004
1001 Broadway, Suite 214
OAKLAND
CA
94607-
lluster@luster.com
MacDonald-Bedford
LLC
Diana Chen
( 510 ) 521-4020
2900 Main Street, Suite 200
ALAMEDA
CA
945017522
dchen@macdonaldbedford.com
Mack5 Craic Inc DBA
Mack5
Eve Nelson
( 510 ) 595-3020
1900 Powell St., Suite 470
EMERYVILLE
CA
94608-
enelson@mack5.com
Mady Shumofsky
Mady Shumofsky
( 510 ) 531-8200
3519 Libby Court
OAKLAND
CA
94619-
madyshum@earthlink.net
Make Green Go
La Wanda Knox
( 510 ) 629-9249
240 3rd Street Suite 2A
OAKLAND
CA
94607-
info@makegreengo.com
Michael Pezel
( 925 ) 847-9191
5820 Stoneridge Mall Rd #
100
PLEASANTON
CA
945883275
mspezel@mapconsulting.com
Chiquita Tuttle
( 510 ) 867-7177
6732 Simson Street
OAKLAND
CA
946054605
Bananactt@comcast.net
Management Action
Programs
Marketing,
Management &
Health
Email
Martin Paley
Martin Paley
( 510 ) 704-4467
516 Cragmont Ave
BERKELEY
CA
94708-
m.paley@sbcglobal.net
Mary Anne Morgan
Consulting
Mary Anne
Morgan
( 510 ) 520-9584
1601 Blake Street
BERKELEY
CA
94703-
mamorgan44@yahoo.com
MatchPoint Solutions
Mike Turk
( 925 ) 218-7500
6690 Amador Plaza Road,
Ste. 225
DUBLIN
CA
94568-
mturk@matchps.com
Material and
Contract Services LLC
Dan Plute
( 925 ) 460-0397
5820 Stoneridge Mall Rd.,
Suite 217
PLEASANTON
CA
94588-
dplute@macservices.us
Maxut, Inc.
Martin Ajayi-Obe
( 510 ) 834-4773
77 8th Street, #100
OAKLAND
CA
94607-
martinao@maxut.com
Melanie Marie
Tervalon, MD
Melanie Tervalon
( 510 ) 534-3117
2620 Cole St.
OAKLAND
CA
94601-
mtervalon@att.net
MESA Coaching
Kim Fowler
( 510 ) 534-5160
2942 Rawson Street
OAKLAND
CA
946193378
kimfowl@gmail.com
Michelle LeBeau
Consulting
Michelle LeBeau
( 510 ) 644-2798
2612b 8th Street
BERKELEY
CA
947102575
michelle@lebeauconsulting.com
Miriam Abrams
Miriam Abrams
( 510 ) 526-6326
562 Woodmont Avenue
BERKELEY
CA
94708-
miriam@miriamabrams.com
Mobley & Associates
Consulting
Moore Iacofano
Goltsman, Inc
Antoinette
Mobley
( 415 ) 375-1791
306 Park St.
SAN LEANDRO
CA
945771504
mobleyandassociates@yahoo.com
Mindy Craig
( 510 ) 845-7549
800 Hearst Avenue
BERKELEY
CA
94710-
mindyc@migcom.com
Nagels North
America
Dave Partington
866-499-5550
101 Federal Street, Suite
1900
Boston
MA
2110
dave@nagels-na.com
Nancy Frank
Nancy Frank
( 510 ) 655-2581
230 Park View Ave
PIEDMONT
CA
94610-
nancy@nancyfrank.net
Exhibit C – RFP No. 901286
Page 10
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
Email
Nika N Quirk
Leadership Coach
Nika Quirk
( 510 ) 381-5350
3922 Maybelle Avenue
OAKLAND
CA
946192214
nikaquirk@mac.com
Novavia Solutions
LLC
J. D. Margulici
( 510 ) 978-1150
5863 Birch Court, Suite C
OAKLAND
CA
94618-
info@novavia.us
Novos Consulting LLC
Frieda Edgette
( 510 ) 842-5540
4461 View Place
OAKLAND
CA
94611-
edgette@novosconsulting.com
Oakland Consulting
Group, Inc.
Oakland Digital Arts
and Literacy Center
Inc
Oakland Maritime
Support Services Inc
Angela Weh
( 510 ) 251-1401
1611 Telegraph Ave. #112
SAN LEANDRO
CA
94612-
ayeh@ocg-inc.com
Linda Poeng
( 510 ) 435-2945
1224 Harrison Street
OAKLAND
CA
946123913
linda@odalc.org
Bill Aboudi
( 510 ) 868-1005
2240 Wake Avenue
OAKLAND
CA
94607-
bill@oaklandmss.com
Occidental
Consulting
Patricia Huertas,
M.D.
( 510 ) 817-4127
P O Box 16205
OAKLAND
CA
94610-
plhuertas@gmail.com
Oceanview
Consulting
Steven Schultz
( 510 ) 528-1525
827 Curtis Street
ALBANY
CA
947061803
oceanviewconsult@sbcglobal.net
Omega Solutions in
Healthcare
Bob Patterson
( 805 ) 498-9088
1050 Marina Village
Parkway #203
ALAMEDA
CA
94501-
bobp@omegaergonomics.com
OMKAR SOLUTIONS
INC
PRASHANT
JHANWAR
( 925 ) 922-3086
4067 W. LAS POSITAS BLVD.
PLEASANTON
CA
94588-
prashant@omksolutions.com
On-Target
Susan Koenig
( 510 ) 337-1396
642 Centre Court
ALAMEDA
CA
94502-
srkoenig@aol.com
Opal Quality Systems
Management
Organizational
Diplomacy
Deirdre
Mercedes
( 510 ) 895-5532
1734 Martin Luther King Jr.
Way
OAKLAND
CA
94612-
mercedes@opalqsm.com
Roberta Streimer
( 510 ) 482-8559
3495 Robinson Drive
OAKLAND
CA
94602-
orgdiplomacy@earthlink.net
OSTA Associates
Kathleen Osta
( 510 ) 484-4021
3858 Balfour Avenue
OAKLAND
CA
94610-
kathleen@osta-associates.com
Outsource Consulting
Services Inc
Sandra Floyd
( 510 ) 986-0686
222 14th Street, Suite 100
OAKLAND
CA
94612-
sandra@osource.com
Christopher
Flynn
( 510 ) 813-1609
1301 CLAY ST STE 1700S
OAKLAND
CA
946125228
chris@pccsonline.org
Sam Tadesse
( 510 ) 663-0200
1305 Franklin Street, Suite
308
OAKLAND
CA
94612-
stadesse@pacificparkonline.com
Park Assist
Kelly Myers
3108809568
575 8th Ave Suite 1914
New York
New
York
10018
kelly.myers@parkassist.com
Parkeon
Sean Renn
856-234-8000
Ext 335
40 Twosome Drive Suite 7
Moorestown
NJ
8057
srenn@parkeon.com
Parkeon
Sheila Laut
40 Twosome Drive Suite 7
Moorestown
NJ
8057
slaut@parkeon.com
Parking Company of
America/CA
Caren Mallat
5130 E La Palma Avenue
Anaheim
CA
92807
caren@pcacalif.com
Parking Concepts
Steve Pansini
25 Division Street Suite 107
San Francisco
CA
94103
spansin@pci-sf.com
Parking Concepts Inc.
Ken Shin
( 510 ) 433-0540
1212 Broadway, Ste. 602
OAKLAND
CA
94612-
kshin@pci-sf.com
Parking Concepts,
Inc.
Robert Hindle
213-746-5764
1801 S. Georgia Street
Los Angeles
CA
90015
bhindle@pcila.com
ParTek Solutions, Inc.
Jack MacIlvain
800-572-7376
8850 Driftwood Drive
Indianapolis
IN
46240
sarah@parteksolutions.com
Parking Veterans
John Sparks
(714) 856- 2135
18282 Gramercy Drive
North Tustin
CA
92705
jsparks@parkingveterans.com
Parking Veterans
Ken Graham
(949) 355-1396
18282 Gramercy Drive
North Tustin
CA
92705
kgraham@parkingveterans.com
Pacific Coast
Community Services
Pacific Park
Management
856-234-8000
Ext 235
714-695-9142
Ext 1
415-553-6883
Cell: 925-7850680
Exhibit C – RFP No. 901286
Page 11
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
PARTNERS IN
CHANGE
KIMBERLY
WELTY
( 510 ) 597-1020
4231 TERRACE ST.
OAKLAND
CA
94612-
KIM@PARTNERSINCHANGE.NET
PASSA Limited LLC
Delois Faye
Jenkins-Bellow
( 877 ) 957-2772
5034 Abbotford Court
NEWARK
CA
94560-
passapro2@gmail.com
PassportParking, Inc.
Passport Parking
704-837-8066
1415 South Church St Suite
F
Charlotte
North
Carolina
28203
sales@passportparking.com
Pathways
Consultants
Amanda Gerrie
( 510 ) 325-6959
2442 Wilbur Street
OAKLAND
CA
94602-
amanda@pathwaysconsultants.com
Patricia Shane
Patricia Shane
( 510 ) 339-3033
7287 Saroni Dr.
OAKLAND
CA
94611-
shanepa@gmail.com
Peer Review
Solutions Inc
Coyness Ennix
( 510 ) 459-3547
101 Sea View Ave
PIEDMONT
CA
94610-
cennixmd@peerreviewsolutions.co
m
Perkowski & Co. LLC
Mary Anne
Perkowski
( 510 ) 301-1790
670 Vernon St. #105
OAKLAND
CA
Personal Diversity
Appreciatio
John Spafford
( 510 ) 865-2540
110 Stanbridge Ln
ALAMEDA
CA
Pestmaster Services
Inc
Catherine Sube
( 800 ) 525-8866
37310 Cedar Blvd, Suite D
NEWARK
CA
94560-
csube@pestmaster.com
Phoenix Group
Information Systems
Robert Murphy
714- 460-7200
Ext 201
2677 N. Main St. Suite 400
Santa Ana
CA
92705
bob@phxgroup.com
Phone Works
Sally Duby
( 510 ) 749-9073
883 Island Dr # 200a
ALAMEDA
CA
945026761
sduby@phoneworks.com
CA
94552-
beth@pinetreeridge.net
946101404
945027420
Email
map_ski@yahoo.com
JTSpafford@aol.com
Pinetree Ridge
Beth Tripp
( 510 ) 838-8888
10701 Cull Canyon Road
CASTRO
VALLEY
PK Consultants Inc
Barbara Price
( 510 ) 263-9399
2027-A Clement Avenue
ALAMEDA
CA
94501-
barbara@pkconsultants.com
Poder Solutions, LLC
Michael Rubio
( 510 ) 682-6711
1370 3rd Street #102
ALAMEDA
CA
94501-
mike@podersolutions.com
Policy Innovation
Works
George White
( 510 ) 839-7132
1442 Broadway, Suite 800
OAKLAND
CA
94612-
gwhite@4piw.com
POM Incorporated
Bobra Wilbanks
800-331-7275
Ext 238
Russellville
AR
72811
bwilbanks@pom.com
POM, Inc.
Quentin
Lawrence, III
800-331-7275
P.O. Box 430 200 South
Elmira Ave
P.O. Box 430 200 So. Elmira
Ave.
Russellville
AR
72811
quentinlawrence@hotmail.com
Positive Steps
Consulting
Wil Carson
( 510 ) 207-1036
20115 Redwood Road #9
CASTRO
VALLEY
CA
94546-
wil@wilcason.com
Precise Aim
Consulting
Tara Bedeau,
Esq.
( 510 ) 836-7724
3124 Birdsall Avenue
OAKLAND
CA
94619-
resource@preciseaimconsulting.co
m
Process By Design
Andrew Shaper
( 925 ) 461-9201
386 Division Street
PLEASANTON
CA
94566-
aeshaper@aol.com
Ronald Seitz
( 510 ) 383-9191
1933 Davis St., Suite 214
SAN LEANDRO
CA
94577-
ron@pmnorcal.com
Dan Plute
( 925 ) 460-0697
5820 Stoneridge Mall Rd.
PLEASANTON
CA
94588-
dplute@macservices.us
Progressive Research
& Train
Brenda J.
Crawford
( 510 ) 444-6288
360 22nd St., Suite 688
OAKLAND
CA
94612-
bcrawford@prtaonline.org
Propark America
Tim Maloney
415-981-9435
Ext 222
156 Ellis Street
SF
CA
94102
Protelica
Incorporated
Harry Chen
( 510 ) 881-1805
22748 Marolyn Court
HAYWARD
CA
94541-
info@protelica.com
Public Consulting
Group, Inc.
William
Mosakowski
( 510 ) 444-0400
180 Grand Avenue, Suite
995
OAKLAND
CA
94612-
wmosakowski@pcgus.com
Procomm Marketing
Inc
Procurement
Services Associate
tim.maloney@propark.com
Exhibit C – RFP No. 901286
Page 12
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
Public Profit LLC
Corey Newhouse
( 510 ) 835-1669
1212 Broadway, Suite 1200
OAKLAND
CA
94612-
corey@publicprofit.net
Purple Lynx Inc
Karen Auguste
( 510 ) 251-8800
300 Frank Ogawa Plaza,
#175
OAKLAND
CA
94612-
karen@purplelynx.com
Quality Support Inc
Wayne
Gatewood
( 510 ) 337-9884
1301 Marina Village Pkwy
ALAMEDA
CA
945011082
wgatewood@qualitysupport.com
Josefina Ramos
( 510 ) 435-2022
4349 Rilea Way #C
OAKLAND
CA
94619-
josier@ramosconsultingservices.co
m
Walter Ratcliff
( 510 ) 658-0583
6016 Romany Rd
OAKLAND
CA
946182010
wwratcliff@earthlink.net
Rebecca AcedMolina
Rebecca AcedMolina
( 510 ) 995-8273
853 Oak Street
ALAMEDA
CA
94501-
acedmolina@gmail.com
Record Preservation
& Managemt
Alexandra
McIntyre
( 510 ) 436-7888
414 Lesser St.
OAKLAND
CA
946014902
alex@rpmco.biz
Regents of the
University of C
Larry Lobre
( 530 ) 757-8643
1111 Franklin Street
OAKLAND
CA
946075200
llobre@unexmail.ucdavis.edu
Patricia Bennett
( 510 ) 488-4345
230 4th Street
OAKLAND
CA
94607-
pbennett@resourcedevelopment.ne
t
Ana Recinos
( 510 ) 336-1203
3339 Herrier Street
OAKLAND
CA
94602-
arrecinos@comcast.net
Rory Walker
( 510 ) 860-6217
27015 Underwood Ave
HAYWARD
CA
94544-
rjw@rjwalker.net
Robert V. Knoll
( 510 ) 614-2036
704 Juana Ave.
SAN LEANDRO
CA
94577-
bknoll@knollenterprises.net
Noha Aboelata
( 510 ) 451-0777
9925 International Blvd
OAKLAND
CA
946039460
Drnoha@rootsclinic.org
RRCS Inc.
Susan Acquisto
( 925 ) 469-0470
5700 Stoneridge Mall Rd
#350
PLEASANTON
CA
94588-
sacquisto@rrcsinc.com
RSPEED, Inc.
Todd Beakey
( 925 ) 803-4690
7020 Koll Center Parkway,
Suite 142
PLEASANTON
CA
945663017
tbeakey@rspeedinc.com
Rubain & Associates
Marlene Rubain
( 510 ) 601-7167
570 58th Street, Suite J
OAKLAND
CA
94609-
ruz2@aol.com
SAFETY IN MOTION
Elizabeth
Fordyce
( 510 ) 708-0607
4454 Anderson Ave.
OAKLAND
CA
94619-
elizabethfordyce@sbcglobal.net
San Francisco Estuary
Inst.
Irene Poche
( 510 ) 746-7334
7770 Pardee Lane, 2nd floor
OAKLAND
CA
94621-
Irene@sfei.org
Sand Dollar Group,
LLC
Paul Wright
( 510 ) 229-9381
10610 Sheldon Street
OAKLAND
CA
94605-
paul@sanddollargroup.com
Schacht & Associates
Jennie Schacht
( 510 ) 654-0545
5598 Taft Ave
OAKLAND
CA
946181519
js@schachtandassociates.com
Secom International
Oliver Haas
310-641-1290
9610 Bellanca Ave.
Los Angeles,
Ca
90045
sales@secomintl.com
glinsmeier@securetransportation.co
m
Ramos Consulting
Services
Ratcliff Consultants
Inc.
Resource
Development
Associate Inc
Return to Work
Services
RJ Walker Computer
Consulting
Robert Knoll
Enterprises, Inc.
Roots Community
Health Center
Email
Secure
Transportation
Gerard Linsmeier
( 310 ) 433-4006
22237 Main St. #4
HAYWARD
CA
945419454
Sensys Networks
Floyd Williams
510-898-2261
1608 Fourth Street Suite
200
Berkeley
CA
94710
fw3@sensysnetworks.com
Sentry Control
Systems, Inc.
Whitney Taylor
818-381-5328
6611 Odessa Avenue
Van Nuys
CA
91406
whitney@sentrycontrol.com
Serco Inc.
Shameka
Venable
703-939-6706
1818 Library St. Suite 1000
Reston
VA
22192
Shameka.venable@serco-na.com
Exhibit C – RFP No. 901286
Page 13
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
Email
Serenity Infotech
Srini Vangimalla
( 925 ) 931-9070
1811 Santa Rita Road, Suite
200
PLEASANTON
CA
94568-
srini@serenityinfotech.com
Seven Generations
Consulting
B. L. Cole
( 510 ) 530-2448
3746 39th Ave
OAKLAND
CA
94619-
cole@seven-generations.org
Shared Vision
Consultants Inc
Stacie Buchanan
( 510 ) 219-2647
8054 Via Zapata
DUBLIN
CA
94568-
stacie@sharedvisionconsultants.co
m
Shelia Young
Shelia YoungLoughran
( 510 ) 507-3041
14751 Pansy Street
SAN LEANDRO
CA
94578-
mayoryoung@yahoo.com
Silicon Tech Solutions
Inc
Sonia Sebastian
( 510 ) 509-9241
46921 Warm Springs Blvd,
Suite 201A
FREMONT
CA
94539-
sonia@silicontechsolutions.com
Silver Community
Development
Solutions LLC
Jed Silver
( 510 ) 387-9249
184 Santa Rosa Ave #B
OAKLAND
CA
94610-
jsilver@silvercds.com
Smart Ways to Work
Odette Pollar
( 510 ) 763-8482
1700 Broadway, 6th Floor
OAKLAND
CA
94612-
odette@smartwaystowork.com
SOURCECORP
Business Process
Doug Giovanni
( 510 ) 343-2100
7955 Edgewater
OAKLAND
CA
94621-
douggiovanni@srcp.com
SP Plus
Linda Nguyen
213-488-3192
1160 Mission Street
San Francisco
CA
94103
bkepp@spplus.com
Sports Management
Group
Lauren Jensen
( 510 ) 849-3090
918 Parker St., Ste A13
BERKELEY
CA
94710-
nancy@sportsmgmt.com
Stacey Daraio
Stacey Daraio
( 510 ) 655-5272
671 63rd Street
OAKLAND
CA
94609-
stacedaraio@gmail.com
jlstallman@aol.com
Stallman
Communications
Jane Stallman
( 510 ) 532-6595
3129 Madera Avenue
OAKLAND
CA
946193833
Stanley R Hoffman
Assoc
Marcine Osborn
( 510 ) 522-1129
20 Hampton Ct
ALAMEDA
CA
945026435
marcine@stanleyrhoffman.com
Starzz Management
Systems
Joe Thompkins
510-632-5533
8393 Capwell Drive Suite
220
Oakland
CA
94621
jtops@starzzmanagement.com
Stegeman and
Kastner, Inc.
Donald
Eichelberger
( 925 ) 463-3700
4733 Chabot Drive, Suite
105
PLEASANTON
CA
94588-
deichelberger@s-and-k.com
Stockton Associates
Gloria Stockton
( 510 ) 528-4440
1551 Solano Ave Suite A
BERKELEY
CA
947072119
info@stocktonassociates.com
Strategic
Implementation Inc
dba S2i Consulting
Stefani Komaru
( 510 ) 748-0571
1500 Central Avenue
ALAMEDA
CA
94501-
stefani@s2i-consulting.com
Streams of Living
Water
Cheryl Elliott
( 510 ) 632-9586
4080 Fairway Avenue
OAKLAND
CA
94605-
drcdelliott@comcast.net
Stuart M. Baker, Inc
Stuart Baker
( 510 ) 649-1061
2980 College Ave #7
BERKELEY
CA
947052236
stuartmbaker@gmail.com
Summit CM Inc DBA
Summit Associates
Ken Rice
( 510 ) 614-1044
411 Pendleton Way, Suite A
OAKLAND
CA
94621-
ken.rice@summitcm.com
Susan Forster
Susan Forster
( 510 ) 653-5119
63 Sheridan Road
OAKLAND
CA
94618-
susan@workplacewisdom.net
Craig Fiels
( 510 ) 922-8797
4605 Park Blvd
OAKLAND
CA
94602-
Craig@SustainableEconomicSolutio
ns.com
Tom Jory
831-600-8472
2365 Oak Ridge Way
Vista
CA
92081
tom.jory@swarco.com
Swardenski
Consulting
Annamaria
Swardenski
( 510 ) 505-9556
4344 Norris Road
FREMONT
CA
94536-
arswardenski@gmail.com
Sweetwine
Consultant Service
Patricia
Sweetwine
( 510 ) 326-3476
710 E. 22nd St., Suite 101
OAKLAND
CA
94606-
patriciasweetwine@comcast.net
Sustainable
Economic Solutions
SWARCO TRAFFIC
AMERICAS, INC.
Exhibit C – RFP No. 901286
Page 14
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
Swinerton
Management &
Consulting
Myrna Wagner
( 415 ) 984-1253
One Kaiser Plaza, Suite 701
OAKLAND
CA
94612-
mwagner@swinerton.com
Synertopia
Michael Horne
( 925 ) 485-5425
3068 Boardwalk Street
PLEASANTON
CA
94588-
mike@synertopia.com
T2 Systems
Ken Fussner
317-941-1345
8900 Keystone Crossing Ste.
700
Indianapolis
IN
46240
ken@fussner.us
T2 Systems, Inc
Mary Houghton
714-904-9344
Indianapolis
IN
46240
mary.houghton@t2systems.com
T2 Systems, Inc.
Laura Lierz
800-434-1502
Ext 7410
Indianapolis
IN
46240
llierz@t2systems.com
T2 Systems, Inc.
Lauren Haley
317-524-7482
Indianapolis
IN
46240
lhaley@t2systems.com
Team Construction
Development
Team Resource
Coaching
TechScribecom LLC
DBA TechScribe
Communications
Timothy
Talaugon
( 866 ) 832-6002
OAKLAND
CA
94605-
ttalaugon@team-construction.com
Kathryn Kemp
( 510 ) 599-1101
200 Caldecott Lane #307
OAKLAND
CA
94618-
kathryn@kathrynkemp.com
Pam May
( 510 ) 891-1981
4096 Piedmont Ave, Ste 302
OAKLAND
CA
94611-
pam@sustainablecopywriter.com
Teng & Smith Inc
Shiree Teng
( 510 ) 532-1799
2483 Cordova Street
OAKLAND
CA
94602-
shireeteng@earthlink.net
Terry R Margerum
Terry Margerum
( 510 ) 326-5132
990 Euclid Ave
BERKELEY
CA
94708-
terry.margerum@gmail.com
Terry Roberts
Consulting, Inc.
Terry Roberts
( 415 ) 999-5700
845 Grizzly Peak Blvd
BERKELEY
CA
94708-
eterryr@msn.com
The Askia Group
Prestell Askia
( 510 ) 471-5597
30263 Cedarbrook Rd.
HAYWARD
CA
94544-
prestellaskia@sbcglobal.net
The Banks Group
Priscilla Banks
( 510 ) 461-1268
26696 Chiplay Avenue
HAYWARD
CA
94545-
pjbanks@thebanksgroup.net
The Gimper Group
Cris BryantMcDonald
( 510 ) 530-7285
4235 Knoll Avenue
OAKLAND
CA
94619-
gimpergroup@prodigy.net
Deborah
Anderson
( 510 ) 352-1068
273 Sybil Avenue
SAN LEANDRO
CA
94577-
theproorganizer@att.com
cpidave@attglobal.net
elycezahn@aol.com
The Organization
Specialist
The Resources
Company
8900 Keystone Crossing Ste.
700
8900 Keystone Crossing,
Suite 700
8900 Keystone Crossing Ste.
700
1 Eastmont Town Center
#186
Email
Davis Schwartz
( 510 ) 835-4414
405 14th Street, Suite 500
OAKLAND
CA
946122712
Elyce Zahn
( 925 ) 479-9778
11846 Dublin Blvd.
DUBLIN
CA
94568-
Mariana Tocheva
( 510 ) 899-4560
1300 Clay Street, Suite 450
OAKLAND
CA
Gaby Brink
( 510 ) 644-2332
2332 5th Street, Suite C
BERKELEY
CA
Tonma LLC
Bendu Griffin
( 510 ) 395-6143
5609 Foothill Blvd
OAKLAND
CA
94605-
bgriffin@tonma.us
Transaction Trackers,
Inc.
Felicia Patton
( 510 ) 744-1705
5920 Thornton Ave., Suite D
NEWARK
CA
94560-
fpatton@transactiontrackers.com
Joseph Debro
( 510 ) 639-7634
3130 Hood St
OAKLAND
CA
946055316
transbayd@aol.com
Tammy Metzler
( 510 ) 889-8415
1295 Cotter Way
HAYWARD
CA
94541-
tmetzler@transitionsmcw.com
Transportation
Analytics
Diana Dorinson
( 510 ) 717-4137
4096 Piedmont Avenue,
#802
OAKLAND
CA
94611-
dd@transportationanalytics.net
The Zahn Group, Inc.
Toeroek Associates,
Inc.
Tomorrow Partners
LLC
Transbay Engineering
& Builder
Transitions,
Managing Change in
the Workplace Inc
946121537
947109471
mtocheva@toeroek.com
gbrink@tomorrowpartners.com
Tsuboi Design
Gail Tsuboi
( 925 ) 376-9151
6433 Colby St.
OAKLAND
CA
94618-
gtsuboi@comcast.net
Turbo Data Systems,
Inc.
Roberta Rosen
714-573-5757
18302 Irvine Blvd. Suite 200
Tustin
CA
92780
roberta@turbodata.com
Ultra Business
Services
Angela BishopRoss
( 510 ) 428-9366
3803 Broadway Street, Ste #
2&3
OAKLAND
CA
946115635
bishopross@sbcglobal.net
Exhibit C – RFP No. 901286
Page 15
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
Unicom Government
Inc
Stan Barnes
( 510 ) 451-1218
2475 W. 12th Street, Suite A
OAKLAND
CA
94607-
stan.barnes@unicomgov.com
Urban Holistic
Solutions
Aaliyah Nitoto
( 510 ) 978-0863
227 Orange Street
OAKLAND
CA
94610-
urbanholisticsolutions@gmail.com
Urban Strategies
Council
Junious Williams
( 510 ) 893-2404
1720 Broadway Floor 2
OAKLAND
CA
94612-
juniousw@urbanstrategies.org
V.S. Supply Company
Vincent
Stephenson
( 510 ) 834-9560
910 81st Ave. Unit 11
OAKLAND
CA
94621-
BestService@vssupply.com
Valerie Lewis
Janitorial
Valerie Lewis
( 510 ) 382-9300
7994 Owens Dr.
OAKLAND
CA
94621-
valerie@valerieljanitorial.com
Velasco Associates
Inc
Manuel Velasco
( 510 ) 530-0948
3036 Burdeck Drive
OAKLAND
CA
94602-
manuel@velascoassociates.org
Esther Van Beers
( 510 ) 866-3646
1107 Wellington Street
OAKLAND
CA
94602-
evanbeers@verdant.us.com
Victor
Visweswaran
( 510 ) 471-8270
33017 Regents Blvd.
UNION CITY
CA
945875415
victor@vsamc.com
Virtual PA Solutions
Kim Guglielmino
( 510 ) 260-5951
7813 Cranford Lane
DUBLIN
CA
94568-
kimmyg380@yahoo.com
VSCE Inc
Jesus Vargas
( 510 ) 835-5001
827 Broadway Suite 340
OAKLAND
CA
94607-
jvargas@vsceinc.com
Waltham-Wiley, Inc.
Howland
Douglas
( 510 ) 484-8411
964 Leo Way
OAKLAND
CA
946111916
doug.howland@walthamwiley.com
Wanda L Colvin
Wanda Colvin
( 925 ) 417-0143
57 California Ave #O
PLEASANTON
CA
94566-
wlcolvin@inreach.com
WARDS UNLIMITED
THERISSA WARD
( 510 ) 896-8210
324 MAYTEN WAY
FREMONT
CA
94539-
WARDSUNLIMITED@AOL.COM
Christine UtsumiPuryear
( 510 ) 769-4400
2203 Harbor Parkway
ALAMEDA
CA
94502-
snellingcp@aol.com
Elizabeth
Whitted Dawson
( 510 ) 759-9247
2224 Linden Street
OAKLAND
CA
94607-
wdassoc@sbcglobal.net
We Heart Finance
Stephanie
Daniels
( 510 ) 593-4453
725 Washington Street, Ste
206
OAKLAND
CA
946072730
sdaniels@weheartfinance.com
Weldon, Williams &
Lick, Inc
Greg Lowe
800-242-4995
Ext 418
711 North A Street
Fort Smith
Arkansas
72901
sales@wwlinc.com
Wendy C Horikoshi
Wendy C
Horikoshi
( 510 ) 769-9714
6 Ulster Pl
ALAMEDA
CA
94502-
Wendy@transformativeleadership.n
et
Wentworth
Consulting Group LLC
Bonnie
Wentworth
( 510 ) 482-6278
4616 Dolores Ave
OAKLAND
CA
94602-
bonnie@wentworthconsulting.com
WestPark Parking
Services USA LLC
John Laires
604-669-7275
Ext 224
268 Bush Street Suite 3208
San Francisco
CA
941043503
johnl@westparkinc.ca
Whitted Dawson
Associates
Liz Whitted
Dawson
( 510 ) 437-9764
646 Kennedy Street, Suite
101
OAKLAND
CA
94606-
wdassoc@sbcglobal.net
William D White Co
Inc
Lynda Tran
( 510 ) 658-8167
3505 Magnolia St
OAKLAND
CA
946084127
lyndatran@wmdwhiteco.com
William D. White
Company, Inc
Don White
5106588167
3505 Magnolia Street
Oakland
CA
94608
wmdwhiteco@aol.com
Williams, Adley & Co
LLP - CA
Robert Griffin
( 510 ) 893-8114
1330 Broadway # 1825
OAKLAND
CA
946122503
rgriffin@wacllp.com
Verdant Project
Management
Services LLC
Victor Systems and
Management
WCUP Inc DBA
Snelling Staffing
Services
WD Global Bridge
LLC
Email
Exhibit C – RFP No. 901286
Page 16
RFP No.901286 Parking Management Services
Business Name
Contact Name
Contact Phone
Address
City
State
Zip
Email
OAKLAND
CA
94612-
whadaya@wmhcorporation.com
WMH Corporation
William Hadaya
( 510 ) 698-6300
155 Grand Avenue, Suite
115
Working Together
Cookie Murphy /
Pettee
( 510 ) 530-0453
1278 Excelsior Avenue
OAKLAND
CA
94610-
cookiemp@earthlink.net
Worthy Building
Maintenance
Craig Worthy
( 510 ) 836-3360
1111 Jackson Street
OAKLAND
CA
94607-
worthy521@yahoo.com
Xerox
Ellen Bell
443-259-7196
7160 Riverwood Drive
Columbia
MD
21046
Ellen.Bell@xerox.com
Xerox Corporation
Robert Ruybal
916-715-4106
750 Lathrop Street
Napa
CA
94558
robert.ruybal@xerox.com
Xerox State & Local
Solutions, Inc
Kirk Strassman
310-883-5125
606 South Olive Street 23rd
Floor
Los Angeles
CA
90014
kirk.strassman@xerox.com
XLR8 Services
Mike Perez
( 510 ) 781-0350
2298 Tripaldi Way
HAYWARD
CA
94545-
Mike@XLR8services.com
Y-Change, Inc
Alan Leeds
( 510 ) 573-2205
1736 Zenato Place
PLEASANTON
CA
94566-
aleeds@y-change.com
ZealTech Inc.
Sunil
Palamuttam
( 510 ) 797-7006
39111 Paseo Padre
Parkway, Suite 301
FREMONT
CA
94538-
sp@zealtechus.com
Exhibit C – RFP No. 901286
Page 17
Download