ORANGE COUNTY TRANSPORTATION AUTHORITY. Approval to Release Request for Proposals for Same-Day Taxi Service. Staff Report
|
|
|
- Alexander Bruce
- 10 years ago
- Views:
Transcription
1 ORANGE COUNTY TRANSPORTATION AUTHORITY Approval to Release Request for Proposals for Same-Day Taxi Service Staff Report
2 December 9, 2013 To: From: Subject: Members of the Board of Directors Darrell Johnson, Chief Executive Officer Approval to Release Request for Proposals for Same-Day Taxi Service Overview On June 14, 2010, the Board of Directors approved an agreement with Yellow Cab of Greater Orange County to provide Same-Day Taxi service to ACCESS eligible customers. The current agreement expires on June 30, Staff is seeking approval to release the request for proposals that has been developed. Recommendations A. Approve the proposed evaluation criteria and weightings for Request for Proposals to select a contractor to provide Same-Day Taxi service. B. Approve the release of Request for Proposals for Same-Day Taxi service for a two-year initial term with one, two-year option term. Discussion In October 2004, the Orange County Transportation Authority (OCTA) Board of Directors (Board) approved the Paratransit Growth Management Plan. As part of this plan, Same-Day Taxi service was implemented in July 2005 to mitigate impacts of certain growth management strategies, such as restricting the paratransit service area to within a three-quarter mile corridor of fixed-route service and eliminating same-day medical back-up trips provided by ACCESS. Under the Same-Day Taxi program, riders pay the regular ACCESS fare of $3.60, and OCTA provides a subsidy of up to $10.90 for trips between one to five miles. If the fare exceeds $14.50 upon arriving at the destination, the customer is required to pay the additional amount on the taxi meter. The Same-Day Taxi service is only available to individuals who qualify for Orange County Transportation Authority 550 South Main Street / P.O. Box / Orange / California / (714) 560-OCTA (6282)
3 Approval to Release Request for Proposals for Same-Day Taxi Service Page 2 ACCESS under the Americans with Disabilities Act (ADA) and is only available on a same-day basis. This program differs from ACCESS because it is not a complementary paratransit program as defined by the ADA. It provides ACCESS customers with an alternative that may better meet individual trip needs because the service is offered on a same-day basis throughout the entire county beyond the service area for OCTA s fixed-route service. As such, OCTA is able to define the parameters of the service, such as user subsidy based on miles travelled, and establish a set funding level for the program. This innovative demand-response program is a cost-effective way to improve customer choice and manage ACCESS demand. Recently received feedback from Same-Day Taxi customers indicate a high level of satisfaction with the program, and data indicate improved awareness of and willingness to try this services as an alternative to ACCESS. The current agreement with Yellow Cab expires on June 30, A request for proposals (RFP) has been developed to solicit a firm to provide this service. Under the scope of work, the selected firm will be required to provide an adequate number of drivers and vehicles to meet all Same-Day Taxi trip requests, for both ambulatory and for passengers who utilize a mobility device. The firm must also provide communication between the dispatch staff and drivers. The contract term for the proposed agreement will be an initial term of two years, beginning July 1, 2014, and continuing through June 30, In addition, the agreement will include one, two-year option term, which would be exercised at the discretion of the Board. As with the current agreement for Same-Day Taxi service, the proposed agreement will provide reimbursement to the contractor using a rate structure based on the number of miles travelled for each completed trip. The mileage rate structure will use the following parameters: Zero miles to 3 miles 3.01 miles to 4 miles 4.01 miles to 5 miles Currently, the Same-Day Taxi service is averaging approximately 5,000 trips per month. Demand for service has increased over the past two years, resulting in an increase in the average number of monthly trips projected for the initial term of the agreement as outlined in the scope of work.
4 Approval to Release Request for Proposals for Same-Day Taxi Service Page 3 Procurement Approach OCTA s Board-approved procedures require that the Board approve all RFPs over $1,000,000, as well as approve the evaluation criteria and weightings. Staff is submitting for Board approval the draft RFP and evaluation criteria and weights, which will be used to evaluate the proposals received in response to the RFP. The proposed evaluation criteria and weights are as follows: Qualifications of the Firm 25 percent Staffing and Project Organization 20 percent Work Plan 30 percent Cost and Price 25 percent Several factors were considered in developing the evaluation criteria weights. The greatest weight was given to the work plan to emphasize the importance of the approach to perform the Same-Day Taxi service. The work plan must thoroughly address every aspect of the requirements specified in the scope of work, demonstrate the knowledge and understanding of the requested services, and clearly describe the quality control measures to maintain service standards. The qualifications of the firm are also a critical requirement. Firms shall demonstrate the adequate capacity to support the management and operation as well as the potential expansion of the same-day taxi service. Firms shall also comply with the Orange County Taxi Administration Program driver and vehicle certification requirements, as well as all applicable laws and regulations. The cost and price criteria is important as the proposing firms must demonstrate their competitiveness in pricing to accomplish the requested services. Staffing and project organization is weighted at 20 percent to ensure firms propose qualified drivers and sufficient resources to efficiently manage the project. The contract for this procurement will be a two-year initial term with one, two-year option term. The total budget for the initial term of this project is anticipated to be approximately $1,850,000. This RFP will be released upon Board approval of these recommendations. Summary Approval is requested to release Request for Proposals to select a contractor for provision of the Same-Day Taxi service and the proposed evaluation criteria and weights.
5 Approval to Release Request for Proposals for Same-Day Taxi Service Page 4 Attachment A. Draft Request for Proposals (RFP) , Same-Day Taxi Service Prepared by: Approved by: Dana Wiemiller Manager, Community Transportation Services (714) Beth McCormick General Manager, Transit (714) Virginia Abadessa Director, Contracts Administration and Materials Management
6 ORANGE COUNTY TRANSPORTATION AUTHORITY Approval to Release Request for Proposals for Same-Day Taxi Service Attachment A
7 ATTACHMENT A DRAFT REQUEST FOR PROPOSALS (RFP) SAME-DAY TAXII SERVICE ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box Orange, CA (714) Key RFP Datess Issue Date: Pre-Proposal Conference Date: Question Submittal Date: Proposal Submittal Date: Interview Date: December 10, 2013 December 17, 2013 December 23, 2013 January 13, 2014 February 3, 2014
8 TABLE OF CONTENTS SECTION I: INSTRUCTIONS TO OFFERORS SECTION II: PROPOSAL CONTENT... 7 SECTION III: EVALUATION AND AWARD EXHIBIT A: SCOPE OF WORK EXHIBIT B: COST AND PRICE FORMS EXHIBIT C: PROPOSED AGREEMENT EXHIBIT D: PARTY AND PARTICIPANT DISCLOSURE FORMS 20 EXHIBIT E: STATUS OF PAST AND PRESENT CONTRACTS EXHIBIT F: SAFETY SPECIFICATIONS... 22
9 December 10, 2013 NOTICE OF REQUEST FOR PROPOSALS (RFP): : SAME-DAY TAXI SERVICE TO: ALL OFFERORS FROM: ORANGE COUNTY TRANSPORTATION AUTHORITY The Orange County Transportation Authority (Authority) invites proposals from qualified contractors to provide same-day taxi service. Proposals must be received in the Authority s office at p.m. on January 13, or before 2:00 Firms are required to be certified by Orange County Taxi Administration Program (OCTAP) and submitt a copy of their current and up-to-date OCTAP Certification with their proposal. Proposals delivered in person or by a means other than the U.S. Postal Servicee shall be submitted to the following: Orange County Transportation Authority Contracts Administration and Materials Management 600 South Main Street, 4th Floorr Orange, California Attention: Sue Ding, Sr. Contract Administrator Proposals delivered using the U.S. Postal Service shall be addressed as follows: Orange County Transportation Authority Contracts Administrat tion and Materials Management P..O. Box Orange, California Attention: Sue Ding, Sr. Contract Administrator Proposals and amendments to proposals received after the date and time specified above will be returned to the Offerors unopened. i
10 All firms interested in doing business with the Authority are required to register their business on-line at CAMM NET. The website can be found at From the site menu click on CAMM NET to register. To receive all further information regarding this RFP , firms and subconsultants must be registered on CAMM NET with at least one of the following commodity codes for this solicitation selected as part of the vendor s on-line registration profile: Category Professional Services Commodity Transportation Service Providers A pre-proposal conference will be held on December 17, 2013, at 9:00 a.m. at the Authority s Administrative office, located at 600 South Main Street, Orange, California 92863, in Conference Room 103/104. The Authority has established February 3, 2014, as the date to conduct interviews. All prospective Offerors will be asked to keep this date available. Offerors are encouraged to subcontract with small businesses to the maximum extent possible. All Offerors will be required to comply with all applicable equal opportunity laws and regulations. The award of this contract is subject to receipt of federal, state and/or local funds adequate to carry out the provisions of the proposed agreement including the identified Scope of Work. The budget for this project is $1,850,000 for the two-year initial term. ii
11 SECTION I: INSTRUCTIONS TO OFFERORS Page 1
12 SECTION I. INSTRUCTIONS TO OFFERORS A. PRE-PROPOSAL CONFERENCE A pre-proposal conference will be held on December 17, 2013, at 9:00 a.m. at the Authority s Administrative office, located at 600 South Main Street, Orange, California 92863, in Conference Room 103/104. All prospective Offerors are encouraged to attend the pre-proposal conference. B. EXAMINATION OF PROPOSAL DOCUMENTS By submitting a proposal, Offeror represents that it has thoroughly examined and become familiar with the work required under this RFP and that it is capable of performing quality work to achieve the Authority s objectives. C. ADDENDA Any Authority changes to the requirements will be made by written addendum to this RFP. Any written addenda issued pertaining to this RFP shall be incorporated into the terms and conditions of any resulting Agreement. The Authority will not be bound to any modifications to or deviations from the requirements set forth in this RFP as the result of oral instructions. Offerors shall acknowledge receipt of addenda in their proposals. Failure to acknowledge receipt of Addenda may cause the proposal to be deemed non-responsive to this RFP and be rejected. D. AUTHORITY CONTACT All questions and/or contacts with Authority staff regarding this RFP are to be directed to the following Contract Administrator: Sue Ding, Sr. Contract Administrator Contracts Administration and Materials Management Department 550 South Main Street P.O. Box Orange, CA Phone: , Fax: [email protected] E. CLARIFICATIONS 1. Examination of Documents Should an Offeror require clarifications of this RFP, the Offeror shall notify Page 2
13 the Authority in writing in accordance with Section E.2. below. Should it be found that the point in question is not clearly and fully set forth, the Authority will issue a written addendum clarifying the matter which will be sent to all firms registered on CAMM NET under the commodity codes specified in this RFP. 2. Submitting Requests a. All questions, including questions that could not be specifically answered at the pre-proposal conference must be put in writing and must be received by the Authority no later than 5:00 p.m., on December 23, b. Requests for clarifications, questions and comments must be clearly labeled, "Written Questions". The Authority is not responsible for failure to respond to a request that has not been labeled as such. c. Any of the following methods of delivering written questions are acceptable as long as the questions are received no later than the date and time specified above: (1) U.S. Mail: Orange County Transportation Authority, 550 South Main Street, P.O. Box 14184, Orange, California (2) Personal Delivery: Contracts Administration and Materials Management Department, 600 South Main Street, 4 th Floor, Orange, California (3) Facsimile: (714) (4) [email protected] 3. Authority Responses Responses from the Authority will be posted on CAMM NET, no later than December 30, Offerors may download responses from CAMM NET at or request responses be sent via U.S. Mail by ing or faxing the request to Sue Ding, Sr. Contract Administrator. To receive notification of Authority responses when they are posted on CAMM NET, firms and subconsultants must be registered on CAMM NET with at least one of the following commodity codes for this solicitation selected as part of the vendor s on-line registration profile: Page 3
14 Category Professional Services Commodity Transportation Service Providers Inquiries received after 5:00 p.m. on December 23, 2013, will not be responded to. F. SUBMISSION OF PROPOSALS 1. Date and Time Proposals must be received in the Authority s office at or before 2:00 p.m. on January 13, Proposals received after the above-specified date and time will be returned to Offerors unopened. 2. Address Proposals delivered in person or by a means other than the U.S. Postal Service shall be submitted to the following: Orange County Transportation Authority Contracts Administration and Materials Management (CAMM) 600 South Main Street, 4th Floor Orange, California Attention: Sue Ding, Sr. Contract Administrator Or proposals delivered using the U.S. Postal Services shall be addressed as follows: Orange County Transportation Authority Contracts Administration and Materials Management (CAMM) P.O. Box Orange, California Attention: Sue Ding, Sr. Contract Administrator Firms must obtain a visitor badge from the receptionist in the lobby of the 600 Building prior to delivering any information to CAMM. 3. Identification of Proposals Offeror shall submit an original and 5 copies of its proposal in a sealed package, addressed as shown above in F.2. The outer envelope must show the Offeror s name and address and clearly marked with RFP number. Page 4
15 4. Acceptance of Proposals a. The Authority reserves the right to accept or reject any and all proposals, or any item or part thereof, or to waive any informalities or irregularities in proposals. b. The Authority reserves the right to withdraw or cancel this RFP at any time without prior notice and the Authority makes no representations that any contract will be awarded to any Offeror responding to this RFP. c. The Authority reserves the right to postpone proposal openings for its own convenience. d. Proposals received and opened by Authority are public information and must be made available to any person upon request. e. Submitted proposals are not to be copyrighted. G. PRE-CONTRACTUAL EXPENSES The Authority shall not, in any event, be liable for any pre-contractual expenses incurred by Offeror in the preparation of its proposal. Offeror shall not include any such expenses as part of its proposal. Pre-contractual expenses are defined as expenses incurred by Offeror in: 1. Preparing its proposal in response to this RFP; 2. Submitting that proposal to the Authority; 3. Negotiating with the Authority any matter related to this proposal; or 4. Any other expenses incurred by Offeror prior to date of award, if any, of the Agreement. H. JOINT OFFERS Where two or more firms desire to submit a single proposal in response to this RFP, they should do so on a prime-subcontractor basis rather than as a joint venture. The Authority intends to contract with a single firm and not with multiple firms doing business as a joint venture. I. TAXES Offerors proposals are subject to State and Local sales taxes. However, the Authority is exempt from the payment of Federal Excise and Transportation Taxes. Page 5
16 J. PROTEST PROCEDURES The Authority has on file a set of written protest procedures applicable to this solicitation that may be obtained by contacting the Contract Administrator responsible for this procurement. Any protests filed by an Offeror in connection with this RFP must be submitted in accordance with the Authority s written procedures. K. CONTRACT TYPE It is anticipated that the Agreement resulting from this solicitation, if awarded, will be a time and expense contract specifying firm-fixed rates for a two-year initial term with one, two-year option term for the service specified in the Scope of Work, included in this RFP as Exhibit A. L. CONFLICT OF INTEREST All Offerors responding to this RFP must avoid organizational conflicts of interest which would restrict full and open competition in this procurement. An organizational conflict of interest means that due to other activities, relationships or contracts, an Offeror is unable, or potentially unable to render impartial assistance or advice to the Authority; an Offeror s objectivity in performing the work identified in the Scope of Work is or might be otherwise impaired; or an Offeror has an unfair competitive advantage. Conflict of Interest issues must be fully disclosed in the Offeror s proposal. M. CODE OF CONDUCT All Offerors agree to comply with the Authority s Code of Conduct as it relates to Third-Party contracts which is hereby referenced and by this reference is incorporated herein. All Offerors agree to include these requirements in all of its subcontracts. Page 6
17 SECTION II: PROPOSAL CONTENT Page 7
18 SECTION II. PROPOSAL CONTENT A. PROPOSAL FORMAT AND CONTENT 1. Format Proposals should be typed with a standard 12 point font, double-spaced and submitted on 8 1/2 x 11 size paper, using a single method of fastening. Charts and schedules may be included in 11 x17 format. Proposals should not include any unnecessarily elaborate or promotional materials. Proposals should not exceed fifty (50) pages in length, excluding any appendices, cover letters, resumes, or forms. 2. Letter of Transmittal The Letter of Transmittal shall be addressed to Sue Ding, Sr. Contract Administrator and must, at a minimum, contain the following: a. Identification of Offeror that will have contractual responsibility with the Authority. Identification shall include legal name of company, corporate address, telephone and fax number, and address. Include name, title, address, address, and telephone number of the contact person identified during period of proposal evaluation. b. Identification of all proposed subcontractors including legal name of company, contact person s name and address, phone number and fax number, and address; relationship between Offeror and subcontractors, if applicable. c. Acknowledgement of receipt of all RFP addenda, if any. d. A statement to the effect that the proposal shall remain valid for a period of not less than 120 days from the date of submittal. e. Signature of a person authorized to bind Offeror to the terms of the proposal. f. Signed statement attesting that all information submitted with the proposal is true and correct. Page 8
19 3. Technical Proposal a. Qualifications, Related Experience and References of Offeror This section of the proposal should establish the ability of Offeror to satisfactorily perform the required work by reasons of: experience in performing work of a similar nature; demonstrated competence in the services to be provided; strength and stability of the firm; staffing capability; work load; record of meeting schedules on similar projects; and supportive client references. Offeror to: (3) Provide a brief profile of the firm, including the types of services offered; the year founded; form of the organization (corporation, partnership, sole proprietorship); number, size and location of offices; and number of employees. Include a copy of firm s Orange County Taxi Administration Program (OCTAP) certification and include a statement that certification is current and up to date. (4) Provide a general description of the firm s financial condition and identify any conditions (e.g., bankruptcy, pending litigation, planned office closures, impending merger) that may impede Offeror s ability to complete the project. (5) Describe the firm s experience in performing work of a similar nature to that solicited in this RFP, and highlight the participation in such work by the key personnel proposed for assignment to this project. Describe experience in working with the various government agencies identified in this RFP. (6) Describe firm s policy on dealing with inappropriate conduct of drivers and/or subcontractors. Explain what actions are taken when a complaint is made. Include a copy of firm s policy. (7) Describe the firm s drug and alcohol policy. (8) Identify subcontractors by company name, address, contact person, telephone number and project function. Describe Offeror s experience working with each subcontractor. (9) Provide as a minimum three (3) references for the projects cited as related experience, and furnish the name, title, address and telephone number of the person(s) at the client organization who is most knowledgeable about the work performed. Offeror may also supply references from other work not cited in this section as related experience. Page 9
20 b. Proposed Staffing and Project Organization This section of the proposal should establish the method, which will be used by the Offeror to manage the project as well as identify key personnel assigned. Offeror to: (1) Provide education, experience, and applicable professional credentials of project staff. (2) Furnish brief resumes (not more than two [2] pages each) for the proposed Project Manager and other key personnel. (3) Identify key personnel proposed to perform the services and include major areas of subcontract work (for example, Project Manager, administrative oversight for data collection, invoicing and reporting). Include the person s name, current location, proposed position for this project, current assignment, and level of commitment to that assignment, availability for this assignment and how long each person has been with the firm. (4) Include a project organization chart, which clearly delineates communication/reporting relationships among the project staff. (5) Furnish a detailed plan describing the initial and ongoing recruitment and training of drivers. (6) Include a statement that key personnel will be available to the extent proposed for the duration of the project acknowledging that no person designated as "key" to the project shall be removed or replaced without the prior written concurrence of the Authority. c. Work Plan Offeror should provide a narrative, which addresses the Scope of Work, and shows Offeror s understanding of Authority's needs and requirements. Offeror to: (1) Describe the approach to completing the services specified in the Scope of Work. The work plan shall be of such detail to demonstrate the Offeror s ability to accomplish the project objectives and overall schedule. Identify how many vehicles are currently certified by OCTAP. Identify the number of Page 10
21 service and accessible vehicles that would be available or oncall for this project. Identify any areas in Orange County that firm cannot service. (2) Describe a communication system to ensure communication is maintained with taxi drivers at all times while service is being provided. (3) Outline sequentially the activities that would be undertaken in completing the services in a transition plan to include, but not limit to, a project schedule for transitioning the services three months prior to the project commencement date and specify who would perform them. (4) Identify methods that Offeror will use to ensure quality control as well as budget and schedule control for the project. (5) Identify any special issues or problems that are likely to be encountered in this project and how the Offeror would propose to address them. (6) Offeror is encouraged to propose enhancements or procedural or technical innovations to the Scope of Work that do not materially deviate from the objectives or required content of the project. d. Exceptions/Deviations State any exceptions to or deviations from the requirements of this RFP, segregating "technical" exceptions from "contractual" exceptions. Where Offeror wishes to propose alternative approaches to meeting the Authority's technical or contractual requirements, these should be thoroughly explained. If no contractual exceptions are noted, Offeror will be deemed to have accepted the contract requirements as set forth in Exhibit C. 4. Cost and Price Proposal As part of the cost and price proposal, the Offeror shall submit proposed rates to provide the services described in Exhibit A, Scope of Work. The Offeror shall complete the "Price Summary Sheet" form included with this RFP (Exhibit B), and furnish any narrative required to explain the rates quoted in the schedules. It is anticipated that the Authority will issue a time and expense-price contract. Page 11
22 5. Appendices Information considered by Offeror to be pertinent to this project and which has not been specifically solicited in any of the aforementioned sections may be placed in a separate appendix section. Offerors are cautioned, however, that this does not constitute an invitation to submit large amounts of extraneous materials. Appendices should be relevant and brief. B. FORMS 1. Party and Participant Disclosure Forms EXHIBIT D In conformance with the statutory requirements of the State of California Government Code Section 84308, part of the Political Reform Act and Title 2, California Code of Regulations through , regarding campaign contributions to members of appointed Boards of Directors, Offeror is required to complete and sign the Party and Participant Disclosure Forms provided in this RFP and submit as part of the proposal. Offeror is required to submit only one copy of the completed form(s) as part of its proposal and it should be included in only the original proposal. The prime consultant and subcontractors must complete the form entitled Party Disclosure Form. The form entitled Participant Disclosure Form must be completed by lobbyists or agents representing the prime consultant. Therefore, the prime consultant, subcontractors and agents will be required to report all campaign contributions from the proposal submittal date up and until the Board of Directors makes a selection, which is currently scheduled for March Status of Past and Present Contracts Form EXHIBIT E Offeror shall identify the status of past and present contracts where the firm has either provided services as a prime contractor or a subcontractor during the past five (5) years in which the contract has ended or will end in a termination, settlement, or litigation. A separate form must be completed for each contract you identify. The Status of Past and Present Contracts Form can be found in Exhibit E. Each form must be signed by the Offeror confirming that the information provided is true and accurate. Offeror is required to submit one copy of the completed form(s) as part of its proposals and it should be included in only the original proposal. Page 12
23 3. Safety Specifications EXHIBIT F Offerors shall comply with Safety Specifications Level I as included in this RFP as Exhibit F, during the term of the awarded Agreement. Page 13
24 SECTION III: EVALUATION AND AWARD Page 14
25 SECTION III. EVALUATION AND AWARD A. EVALUATION CRITERIA The Authority will evaluate the offers received based on the following criteria: 1. Qualifications of the Firm 25% Technical experience in performing work of a closely similar nature; experience working with public agencies; strength and stability of the firm; strength, stability, experience and technical competence of subcontractors; assessment by client references. 2. Staffing and Project Organization 20% Qualifications of project staff, particularly key personnel and especially the Project Manager; key personnel s level of involvement in performing related work cited in "Qualifications of the Firm" section; logic of project organization; adequacy of labor commitment; concurrence in the restrictions on changes in key personnel. 3. Work Plan 30% Depth of Offeror's understanding of Authority's requirements and overall quality of work plan; logic, clarity and specificity of work plan; appropriateness of resource allocation among the services; reasonableness of proposed schedule; utility of suggested technical or procedural innovations. 4. Cost and Price 25% Reasonableness of the rates; competitiveness with other offers received; adequacy of data in support of figures quoted. B. EVALUATION PROCEDURE During the evaluation period, the Authority may interview some or all of the proposing firms. The Authority has tentatively established February 3, 2014, as the date to conduct interviews. All prospective Offerors are asked to keep this date available. No other interview dates will be provided, therefore, if an Offeror is unable to attend the interview on this date, its proposal may be eliminated from further discussion. The interview may consist of a short presentation by the Page 15
26 Offeror after which the evaluation committee will ask questions related to the firm s proposal and qualifications. At the conclusion of the proposal evaluations, Offerors remaining within the competitive range may be asked to submit a Best and Final Offer (BAFO). In the BAFO request, the firms may be asked to provide additional information, confirm or clarify issues and submit a final cost/price offer. A deadline for submission will be stipulated. At the conclusion of the evaluation process, the evaluation committee will recommend to the Transit Committee, an Offeror with the highest final ranking or a short list of top ranked firms within the competitive range whose proposal(s) is most advantageous to the Authority. The Transit Committee will review the evaluation committee s recommendation and forward its decision to the full Board of Directors for final action. C. AWARD The Authority will evaluate the proposals received and will submit the proposal considered to be the most competitive to the Transit Committee for consideration and selection. The Authority may also negotiate contract terms with the selected Offeror prior to award, and expressly reserves the right to negotiate with several Offerors simultaneously and, thereafter, to award a contract to the Offeror offering the most favorable terms to the Authority. The Authority reserves the right to award its total requirements to one Offeror or to apportion those requirements among several Offerors as the Authority may deem to be in its best interest. In addition, negotiations may or may not be conducted with Offerors; therefore, the proposal submitted should contain Offeror's most favorable terms and conditions, since the selection and award may be made without discussion with any Offeror. D. NOTIFICATION OF AWARD AND DEBRIEFING Offerors who submit a proposal in response to this RFP shall be notified via CAMM NET of the contract award. Such notification shall be made within three (3) business days of the date the contract is awarded. Offerors who were not awarded the contract may obtain a debriefing concerning the strengths and weaknesses of their proposal. Unsuccessful Offerors, who wish to be debriefed, must request the debriefing in writing or electronic mail and the Authority must receive it within seven (7) business days of notification of the contract award. Page 16
27 EXHIBIT A SCOPE OF WORK Page 17
28 EXHIBIT A SCOPE OF WORK Same-Day Taxi Service I. Introduction On October 25, 2004, the Orange County Transportation Authority Board of Directors (Board) approved the Paratransit Growth Management Plan. As part of this plan the Orange County Transportation Authority (OCTA) is providing sameday taxi service to individuals with ADA eligibility. The same-day taxi program is provided as an alternative transportation choice to riders for trips within Orange County. The same-day taxi service shall not qualify as a complementary paratransit service as required by the ADA for several reasons: trips would only be requested and provided on the same day; trips would only be provided within Orange County; days and hours of service would be limited to certain hours of service, and the cost to the rider could be impacted by the actual mileage for each trip. Daily operating hours will be the same as the ACCESS Reservation Center and on all days that OCTA bus services are in operation. Currently, call center reservation hours are between 7 a.m. and 5 p.m. on weekdays and 8 a.m. to 5 p.m. on weekends. All holidays will adhere to the weekend schedule for reservation hours of service. All same-day taxi trips shall be requested through the ACCESS Reservation Center. The Contractor will allow riders the ability to request trips on a subscription basis. Subscriptions are trips which reoccur at the same pick-up location and time a minimum of one day per week. Subscription trips will be subject to the Contractor s approval. The Contractor shall provide all other requirements needed for successful management and operation of the same-day taxi service, including but not limited to: management and operation, hiring and training personnel, all required insurance, scheduling and dispatching, recordkeeping and reporting, FTA Drug and Alcohol reporting, road supervision, ambulatory and wheelchair accessible service vehicles, a communications system, and in compliance with the Orange County Taxi Administration Program (OCTAP) driver and vehicle certification requirements. Currently, there are approximately 5,000 same-day taxi trips completed each month. Trip history and mileage data for the period of July 1, 2013 through September 30, 2013 are provided as Attachment A. In addition, a forecast of projected demand for the initial term of the agreement is included as Attachment B. Page 1 of 8
29 EXHIBIT A II. General Roles and Responsibilities A. OCTA Oversight and Management Contractor s performance will be managed by OCTA s Community Transportation Services (CTS) Department. Day-to-day oversight of the program will be conducted by OCTA s CTS staff. OCTA shall: 1. Establish service level for the program. 2. Facilitate coordination between the Contractor and the ACCESS reservation center to provide same-day taxi service. 3. Perform overall marketing of the program. 4. Perform monthly drug and alcohol review of all contractor records to ensure compliance of all required standards 5. Receive and validate invoices, verify monthly reports, and process payments. 6. Respond to all customer comments related to the services including development of written and verbal responses to customer complaints and inquiries with input from Contractor. 7. Prepare and make presentations to OCTA senior management, Board committees, and the Board relative to project status, as needed. B. Contractor Management and Operation Contractor shall: 1. Provide day-to-day management and operation of the same-day taxi service as described in Exhibit A, Scope of Work, in compliance with all applicable local, county, state, and federal laws and regulations. 2. Provide operating services adequate to support the continued operation and potential expansion of the same-day taxi program. 3. Provide adequate number of drivers and vehicles to dispatch all ambulatory and wheelchair trips requested. Page 2 of 8
30 EXHIBIT A 4. Ensure that all taxi vehicles and taxi drivers used to provide trips for the same-day service comply with OCTAP rules and regulations as well as any other applicable local, state and federal regulations. 5. Provide a communications system so that communication can be maintained with taxi drivers at all times the same-day service is being provided. 6. Provide a Project Manager and a back-up for that manager. Phone numbers must be available to reach the manager at all times. 7. Prepare and submit all operating reports on-time in the requested formats. 8. Attend monthly contractor meetings with OCTA staff, or at other times, as needed. 9. Provide driver training in a manner which will emphasis customer service for persons with special needs. 10. Respond to all customer comments related to the same-day taxi service. III. Service Description A. Same-Day Taxi Service Service provided shall only be offered to OCTA ADA eligible riders. The rider will contact the ACCESS Reservation Center to request each trip on the day that the trip is desired. Return trips may not be scheduled at the time the initial trip is booked. At the time the trip request is made, the ACCESS Reservation Center will verify that the rider has current ADA eligibility. The ACCESS Reservation Center will provide the rider with the phone number for the Contractor. The rider will then contact the Contractor directly to confirm the total cost for the trip. Trip information will be sent by the ACCESS Reservation Center to the Contractor by or fax. This will ensure that only eligible individuals receive the trips requested. Once the same-day trip has been booked with the ACCESS Reservation Center, the contractor shall arrive to the scheduled pick-up location within sixty (60) minutes of the booking. A scheduled passenger whom is not at the designated pick-up location for vehicle boarding within 5 minutes of an on-time vehicle arrival shall be marked as a No-show. The driver shall notify dispatch of the exact time and location before allowing the driver to depart. Page 3 of 8
31 EXHIBIT A B. Subscription Subscriptions are trips which reoccur at the same pick-up location and time a minimum of one day per week. Subscription trips will be subject to the Contractor s approval. Subscription riders will notify the ACCESS Reservation Center on days when the subscription ride will not be required. The ACCESS Reservation Center will contact the Contractor when the rider requests a cancellation and was not going to take the trip for that day. C. Fares/User Subsidy OCTA reserves the right to set fares for all of its services. Unlike traditional transit trips, the same-day taxi service will employ a user-side subsidy structure to cover the cost of the trip. Under this program, the rider and OCTA will share the cost of the trip. The driver will effectively collect the amount of the fare determined by the length of the trip. Tipping is not promoted by OCTA and will be left to the discretion of the rider. The initial cost to the rider for trips up to five (5) miles will be the same as the one-way fare for ACCESS service, which is currently $3.60. Upon boarding, the rider will pay $3.60 to the taxi driver. OCTA will reimburse the Contractor a flat rate for the trip, utilizing the cost per mile matrix (Exhibit B). If the taxi meter exceeds five (5) miles, the rider will be responsible to provide the additional amount to the driver. OCTA provided subsidy for each trip will be reimbursed to the Contractor based on the verification of trips and mileage provided on the submitted invoice and worksheet. D. Operating Hours The same-day taxi program will be provided as a demand-response service. Riders will be advised to call the ACCESS Reservation Center for service on the day it is needed. Trip information will be forwarded immediately to the Contractor. Trip requests will be taken at the following times: Monday through Friday, from 7:00 a.m. until 5:00 p.m. Saturday, Sunday, Holidays, from 8:00 a.m. until 5:00 p.m. No trips will be scheduled for pick up before and after the times listed above. IV. Pricing and Payment OCTA shall reimburse the Contractor per completed trip, up to five (5) miles. The Contractor shall provide an OCTA-approved method for calculating trip mileage. (i.e. Mapquest, Google maps, etc.) All trips will be reimbursed based on the trip provided, regardless of the number of individuals carried on a particular trip (i.e. shared rides). Page 4 of 8
32 EXHIBIT A Reimbursement shall only be made after receipt of a complete operating summary and monthly invoice is submitted to OCTA. Invoices and reports will be submitted on a monthly basis, by the 10 th business day of the following month. OCTA will reimburse the Contractor on a net 30 days period, pending verification of the data submitted. V. Service Standards OCTA will monitor the quality of the same-day taxi service using a combination of methods. Customer feedback will be a primary source of information. OCTA has a standard customer comment process which will be used to receive and respond to customer comments, complaints, and compliments about the same-day taxi service. The Contractor will be required to participate in OCTA s customer comment process as follows: Customers will be encouraged to contact OCTA directly to submit comments about their experience on the same-day taxi service through OCTA s Customer Relations department. Once a comment is received, it is electronically filed and assigned to the appropriate OCTA staff for investigation and follow-up. Comments for the same-day service will be routed to the Contractor for investigation and follow-up. The comment will be transmitted via , fax, or both. Contractor must investigate and respond to each comment within seven (7) business days. All comment responses will be reviewed by OCTA staff. OCTA will determine if the comment is valid or invalid. Validity determinations will be communicated with the Contractor. Accidents/Incidents Contractor shall notify OCTA within 24 hours of any accidents and/or incidents that occur while providing same-day taxi service. Immediate notification shall occur by phone to the designated CTS staff, with a written report to follow within 24 hours. VI. Daily and Monthly Operating Reports Contractor shall prepare and submit a Monthly Operating Report by the tenth (10 th ) business day of the following month. Monthly Operating Report information shall include: Page 5 of 8
33 EXHIBIT A Trip Level Detail Report Customers name and ACCESS I.D. number Trip origin and destination Pick up and drop off times Pick up and drop off odometer readings for each trip (VSM) and total mileage, number of passengers, including companions, personal care attendant, children, and service animals, if any Number of trips provided Information detailing all trips which were marked as a no-show (passenger address, scheduled pick up time, driver arrival time). All trips cancelled prior to driver arrival. VII. Vehicles All taxi vehicles used for the same-day service must comply with OCTAP rules and regulations, as well as all other applicable local, state and federal rules and regulations. All taxi vehicles must display the OCTAP permit stickers as appropriate, and all taxi drivers must display their certification as required inside the vehicle. To be qualified to provide the same-day taxi service, Contractor shall demonstrate that they can accommodate requests for accessible service to transport individuals using mobility devices. In addition, Contractor must ensure that all vehicles used for this service are properly maintained including air conditioning and heating systems, and that vehicle interiors are kept clean. While providing same-day taxi service, smoking will not be permitted inside the vehicle. Contractor will take into consideration the various health conditions of those riders participating in this program; OCTA encourages the use of non-smoking taxi vehicles for this service. In addition, all taxi drivers participating in this program are required to allow service animals to board the taxi vehicle with the rider. Cell phones or any electronic device may not be used while driving. VIII. Drivers and Driver Training Contractor providing the same-day taxi service shall describe the hiring (or leasing/subcontracting relationship), screening and training process which will ensure that their drivers will be able to appropriately provide service to persons with disabilities. Driver training will include module(s) emphasizing passenger empathy and sensitivity related to persons with disabilities. Contractor shall discuss how they will familiarize drivers with the skills necessary to provide appropriate assistance to riders under the same-day taxi service. OCTA may require that any driver be removed from transporting OCTA customers for excessive complaints, rudeness, accidents, incidents or Page 6 of 8
34 EXHIBIT A inappropriate behavior. OCTA has a zero tolerance policy for inappropriate behavior. IX. Definitions As used throughout the Scope of Work (SOW), exhibits and attachments, the following terms shall have the meanings set forth below: Americans with Disabilities Act of 1990 (ADA) Federal civil rights legislation, which mandates accessibility for persons with disabilities. Accessible taxi vehicle Accessible taxi vehicles will denote vehicles that comply with OCTAP rules and regulations and can provide service to persons using mobility aids either through use of a lift or ramp to board the vehicle and without requiring the rider transfer to a seat during transport. The Orange County Transportation Authority Authority shall signify the Orange County Transportation Authority (OCTA). Contractor Contractor shall signify a vendor who has been selected to provide transportation under contract to OCTA. Federal Transit Administration (FTA) A branch of the U.S. Department of Transportation (USDOT) established to improve transportation throughout the nation. The FTA provides funding and assistance to regional transportation agencies. Holidays OCTA-designated holidays include: New Year s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day. Orange County Taxi Administration Program (OCTAP) The Orange County Taxi Administration Program (OCTAP) was formed in January OCTAP regulates the taxicab industry within all 34 cities and within the unincorporated areas of the County of Orange. Taxi vehicles and taxi Page 7 of 8
35 EXHIBIT A drivers operating in Orange County must comply with OCTAP rules and regulations. Page 8 of 8
36 ATTACHMENT A FY 2014 Same Day Non ADA Taxi Program Data MONTHLY COMPLETED TRIP SUMMARY Jul Aug Sep FYE WEEKDAY Revenue vehicle miles 11, , , , Booked passenger trips 4,467 4,484 4,532 13,483 Completed trips 3,837 4,259 4,330 12,426 Vehicles operated at max. service Peak SATURDAY Revenue vehicle miles 1, , , , Booked passenger trips ,937 Completed trips ,037 Vehicles operated at max. service Peak SUNDAY Revenue vehicle miles 871 1,078 1,519 3,469 Booked passenger trips , Completed trips ,197 Vehicles operated at max. service Peak GRAND TOTAL Revenue vehicle miles 13, , , ,420 Booked passenger trips 5,422 5,650 5,700 16,772 Completed trips 4,616 5,353 5,418 15,387 MONTHLY COMPLETED TRIP DISTANCES WEEKDAY 0 3 Miles 2,210 2,532 2,487 7, Miles , Miles , Miles , Miles or More Miles SATURDAY 0 3 Miles , Miles Miles Miles Miles or More Miles SUNDAY 0 3 Miles Miles Miles Miles Miles or More Miles GRAND TOTAL 0 3 Miles 2,732 3,247 3,174 9, Miles , Miles , Miles , Miles or More Miles
37
38 EXHIBIT B COST AND PRICE FORMS Page 18
39 EXHIBIT B PRICE SUMMARY SHEET Same-Day Non-ADA Taxi Services Enter below the proposed rates for the services described in the Scope of Work, Exhibit A. Rates shall include direct costs, indirect costs, and profits. The Authority s intention is to award a time and expense contract. NOTE: Prices below shall not include the rider s fare (currently set at $3.60) Contract Term 0-3 Mile Rate (*) 3-4 Mile Rate (**) 4-5 Mile Rate (***) Initial Year 1: (7/1/14 6/30/15) $ $ $ Initial Year 2: (7/1/15 6/30/16) $ $ $ Option Year : (7/1/16 6/30/18) $ $ $ (*) per trip for trip up to and including three miles (**) per trip for trip greater than three miles, and up to and including four miles (***) per trip for trip greater than four miles, and up to and including five miles 1. I acknowledge receipt of RFP and Addenda No.(s) 2. This offer shall remain firm for days from the date of proposal (Minimum 120) 1
40 EXHIBIT B COMPANY NAME ADDRESS TELEPHONE SIGNATURE OF PERSON AUTHORIZED TO BIND OFFEROR ADDRESS SIGNATURE'S NAME AND TITLE DATE SIGNED 2
41 EXHIBIT C PROPOSED AGREEMENT Page 19
42 EXHIBIT C PROPOSED AGREEMENT NO. C BETWEEN ORANGE COUNTY TRANSPORTATION AUTHORITY AND THIS AGREEMENT is effective this day of, 2014, by and between the Orange County Transportation Authority, 550 South Main Street, P.O. Box 14184, Orange, California , a public corporation of the state of California (hereinafter referred to as "AUTHORITY"), and,, (hereinafter referred to as "CONTRACTOR"). WITNESSETH: WHEREAS, AUTHORITY requires assistance from CONTRACTOR to provide same-day taxi service; and WHEREAS, said work cannot be performed by the regular employees of AUTHORITY; and WHEREAS, CONTRACTOR has represented that it has the requisite personnel and experience, and is capable of performing such services; and WHEREAS, CONTRACTOR wishes to perform these services; NOW, THEREFORE, it is mutually understood and agreed by AUTHORITY and CONTRACTOR as follows: ARTICLE 1. COMPLETE AGREEMENT A. This Agreement, including all exhibits and documents incorporated herein and made applicable by reference, constitutes the complete and exclusive statement of the terms and conditions of this Agreement between AUTHORITY and CONTRACTOR and it supersedes all prior representations, understandings and communications. The invalidity in whole or in part of any term or condition of this Agreement shall not affect the validity of other terms or conditions. B. AUTHORITY's failure to insist in any one or more instances upon CONTRACTOR's performance of any terms or conditions of this Agreement shall not be construed as a waiver or Page 1 of 16
43 AGREEMENT NO. C relinquishment of AUTHORITY's right to such performance or to future performance of such terms or conditions and CONTRACTOR's obligation in respect thereto shall continue in full force and effect. Changes to any portion of this Agreement shall not be binding upon AUTHORITY except when specifically confirmed in writing by an authorized representative of AUTHORITY by way of a written amendment to this Agreement and issued in accordance with the provisions of this Agreement. ARTICLE 2. AUTHORITY DESIGNEE The Chief Executive Officer of AUTHORITY, or designee, shall have the authority to act for and exercise any of the rights of AUTHORITY as set forth in this Agreement. ARTICLE 3. SCOPE OF WORK A. CONTRACTOR shall perform the work necessary to complete in a manner satisfactory to AUTHORITY the services set forth in Exhibit A, entitled "Scope of Work," attached to and, by this reference, incorporated in and made a part of this Agreement. All services shall be provided at the times and places designated by AUTHORITY. B. CONTRACTOR shall provide the personnel listed below to perform the above-specified services, which persons are hereby designated as key personnel under this Agreement Names Functions C. No person named in paragraph B of this Article, or his/her successor approved by AUTHORITY, shall be removed or replaced by CONTRACTOR, nor shall his/her agreed-upon function or level of commitment hereunder be changed, without the prior written consent of AUTHORITY. Should the services of any key person become no longer available to CONTRACTOR, the resume and qualifications of the proposed replacement shall be submitted to AUTHORITY for approval as soon as possible, but in no event later than seven (7) calendar days prior to the departure of the incumbent key person, unless CONTRACTOR is not provided with such notice by the departing employee. Page 2 of 16
44 AGREEMENT NO. C AUTHORITY shall respond to CONTRACTOR within seven (7) calendar days following receipt of these qualifications concerning acceptance of the candidate for replacement. ARTICLE 4. TERM OF AGREEMENT A. This Agreement shall commence upon execution by both parties, on July 1, 2014 and shall continue in full force and effect through June 30, 2016, unless earlier terminated or extended as provided in this Agreement. B. AUTHORITY, at its sole discretion may elect to extend the term of this Agreement for an additional twenty-four (24) months, commencing July 1, 2016 and continuing through June 30, 2018 (Option Term), and thereupon require CONTRACTOR to continue to provide services, and otherwise perform, in accordance with Exhibit A, entitled "Scope of Work", at the rates set forth in Article 5, Payment. C. AUTHORITY's election to extend this Agreement beyond the Initial Term shall not diminish its rights to terminate the Agreement for AUTHORITY's convenience or CONTRACTOR's default as provided elsewhere in this Agreement. The "maximum term" of this Agreement shall be the period extending from July 1, 2014 through June 30, 2018, which period encompasses the Initial Term and Option Term. ARTICLE 5. PAYMENT A. For each approved trip provided by CONTRACTOR during the billing period based on the verification of a monthly invoice, AUTHORITY shall reimburse CONTRACTOR with a subsidy rate of Dollars ($0.00) per trip for trip up to and including three miles, Dollars ($0.0) per trip for trip greater than three miles, and up to and including four miles, and Dollars ($0.00) per trip for trip greater than four miles, and up to and including five miles. B. The passenger shall pay, upon boarding, Three Dollars and Sixty Cents ($3.60) to the taxi operator and any subsequent charges, as shown on the meter. All cash fares collected shall be retained by CONTRACTOR. / Page 3 of 16
45 AGREEMENT NO. C C. CONTRACTOR shall be reimbursed for only those trips which are scheduled and approved by the AUTHORITY. D. Invoices shall be submitted by CONTRACTOR on a monthly basis by the 10 th business day of the following month and shall be submitted in duplicate to AUTHORITY s Accounts Payable office. If any portion of the invoice is disputed by AUTHORITY, AUTHORITY agrees to reimburse CONTRACTOR for all undisputed costs. Disputed costs shall be resolved in thirty (30) days and be included in the subsequent payment to CONTRACTOR. AUTHORITY shall remit payment within thirty (30) calendar days of the receipt and approval of each correct invoice. Each invoice shall include the following information: 1. Agreement No. C ; 2. Itemize each trip for which payment is being requested; 3. The time period covered by the invoice; 4. Total monthly invoice (including project-to-date cumulative invoice amount); 5. Certification signed by the CONTRACTOR or his/her designated alternate that a) The invoice is a true, complete and correct statement of reimbursable costs and progress; b) The backup information included with the invoice is true, complete and correct in all material respects; c) All payments due and owing to subcontractors and suppliers have been made; d) Timely payments will be made to subcontractors and suppliers from the proceeds of the payments covered by the certification and; e) The invoice does not include any amount which CONTRACTOR intends to withhold or retain from a subcontractor or supplier unless so identified on the invoice. 6. Any other information as agreed or requested by AUTHORITY to substantiate the validity of an invoice. ARTICLE 6. MAXIMUM OBLIGATION Notwithstanding any provisions of this Agreement to the contrary, AUTHORITY and CONTRACTOR mutually agree that AUTHORITY's maximum cumulative payment obligation (including obligation for CONTRACTOR s profit) shall be Dollars ($.00), which shall include Page 4 of 16
46 AGREEMENT NO. C all amounts payable to CONTRACTOR for its subcontracts, leases, materials and costs arising from, or due to termination of, this Agreement. ARTICLE 7. NOTICES All notices hereunder and communications regarding the interpretation of the terms of this Agreement, or changes thereto, shall be effected by delivery of said notices in person or by depositing said notices in the U.S. mail, registered or certified mail, returned receipt requested, postage prepaid and addressed as follows: To CONTRACTOR: To AUTHORITY: Orange County Transportation Authority 550 South Main Street P.O. Box Orange, CA ATTENTION: ATTENTION: Sue Ding (714) ARTICLE 8. INDEPENDENT CONTRACTOR CONTRACTOR's relationship to AUTHORITY in the performance of this Agreement is that of an independent contractor. CONTRACTOR's personnel performing services under this Agreement shall at all times be under CONTRACTOR's exclusive direction and control and shall be employees of CONTRACTOR and not employees of AUTHORITY. CONTRACTOR shall pay all wages, salaries and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, such as social security, income tax withholding, unemployment compensation, workers' compensation and similar matters. ARTICLE 9. INSURANCE A. CONTRACTOR shall procure and maintain insurance coverage during the entire term of this Agreement. Coverage shall be full coverage and not subject to self-insurance provisions. Page 5 of 16
47 AGREEMENT NO. C CONTRACTOR shall provide the following insurance coverage: 1. Commercial General Liability, to include Products/Completed Operations, Independent Contractors, Contractual Liability, and Personal Injury Liability, and Property Damage with a minimum limit of $1,000, per occurrence and $2,000, general aggregate. 2. Automobile Liability Insurance to include owned, hired and non-owned autos with a combined single limit of $1,000, each accident; 3. Workers Compensation with limits as required by the State of California including a waiver of subrogation in favor of AUTHORITY, its officers, directors, employees or agents; 4. Employers Liability with minimum limits of $1,000,000.00; and B. Proof of such coverage, in the form of an insurance company issued policy endorsement and a broker-issued insurance certificate, must be received by AUTHORITY prior to commencement of any work. Proof of insurance coverage must be received by AUTHORITY within ten (10) calendar days from the effective date of this Agreement with the AUTHORITY, its officers, directors, employees and agents designated as additional insured on the general and automobile liability. Such insurance shall be primary and non-contributive to any insurance or self-insurance maintained by the AUTHORITY. C. CONTRACTOR shall include on the face of the Certificate of Insurance the Agreement Number C ; and, the Senior Contract Administrator s Name, Sue ding. D. CONTRACTOR shall also include in each subcontract the stipulation that subcontractors shall maintain insurance coverage in the amounts required from CONTRACTOR as provided in this Agreement. E. CONTRACTOR shall be required to immediately notify AUTHORITY of any modifications or cancellation of any required insurance policies. ARTICLE 10. ORDER OF PRECEDENCE Conflicting provisions hereof, if any, shall prevail in the following descending order of precedence: (1) the provisions of this Agreement, including all exhibits; (2) the provisions of RFP 3- Page 6 of 16
48 AGREEMENT NO. C ; (3) CONTRACTOR s proposal dated ; (4) all other documents, if any, cited herein or incorporated by reference. ARTICLE 11. CHANGES By written notice or order, AUTHORITY may, from time to time, order work suspension and/or make changes in the general scope of this Agreement, including, but not limited to, the services furnished to AUTHORITY by CONTRACTOR as described in the Scope of Work. If any such work suspension or change causes an increase or decrease in the price of this Agreement, or in the time required for its performance, CONTRACTOR shall promptly notify AUTHORITY thereof and assert its claim for adjustment within ten (10) calendar days after the change or work suspension is ordered, and an equitable adjustment shall be negotiated. However, nothing in this clause shall excuse CONTRACTOR from proceeding immediately with the agreement as changed. ARTICLE 12. DISPUTES A. Except as otherwise provided in this Agreement, any dispute concerning a question of fact arising under this Agreement which is not disposed of by supplemental agreement shall be decided by AUTHORITY's Director, Contracts Administration and Materials Management (CAMM), who shall reduce the decision to writing and mail or otherwise furnish a copy thereof to CONTRACTOR. The decision of the Director, CAMM, shall be final and conclusive. B. The provisions of this Article shall not be pleaded in any suit involving a question of fact arising under this Agreement as limiting judicial review of any such decision to cases where fraud by such official or his representative or board is alleged, provided, however, that any such decision shall be final and conclusive unless the same is fraudulent or capricious or arbitrary or so grossly erroneous as necessarily to imply bad faith or is not supported by substantial evidence. In connection with any appeal proceeding under this Article, CONTRACTOR shall be afforded an opportunity to be heard and to offer evidence in support of its appeal. C. Pending final decision of a dispute hereunder, CONTRACTOR shall proceed diligently with the performance of this Agreement and in accordance with the decision of AUTHORITY's Director, Page 7 of 16
49 AGREEMENT NO. C CAMM. This Disputes clause does not preclude consideration of questions of law in connection with decisions provided for above. Nothing in this Agreement, however, shall be construed as making final the decision of any AUTHORITY official or representative on a question of law, which questions shall be settled in accordance with the laws of the state of California. 5 ARTICLE 13. TERMINATION A. AUTHORITY may terminate this Agreement for its convenience at any time, in whole or part, by giving CONTRACTOR written notice thereof. Upon said notice, AUTHORITY shall pay CONTRACTOR its allowable costs incurred to date of termination and those allowable costs determined by AUTHORITY to be reasonably necessary to effect such termination. Thereafter, CONTRACTOR shall have no further claims against AUTHORITY under this Agreement. B. AUTHORITY may terminate this Agreement for CONTRACTOR's default if a federal or state proceeding for the relief of debtors is undertaken by or against CONTRACTOR, or if CONTRACTOR makes an assignment for the benefit of creditors, or if CONTRACTOR breaches any term(s) or violates any provision(s) of this Agreement and does not cure such breach or violation within ten (10) calendar days after written notice thereof by AUTHORITY. CONTRACTOR shall be liable for any and all reasonable costs incurred by AUTHORITY as a result of such default including, but not limited to, reprocurement costs of the same or similar services defaulted by CONTRACTOR under this Agreement. 19 ARTICLE 14. INDEMNIFICATION CONTRACTOR shall indemnify, defend and hold harmless AUTHORITY, its officers, directors, employees and agents, from and against any and all claims (including attorneys' fees and reasonable expenses for litigation or settlement) for any loss or damages, bodily injuries, including death, damage to or loss of use of property caused by the negligent acts, omissions or willful misconduct by CONTRACTOR, its officers, directors, employees, agents, subcontractors or suppliers in connection with or arising out of the performance of this Agreement. / Page 8 of 16
50 AGREEMENT NO. C ARTICLE 15. ASSIGNMENTS AND SUBCONTRACTS A. Neither this Agreement nor any interest herein nor claim hereunder may be assigned by CONTRACTOR either voluntarily or by operation of law, nor may all or any part of this Agreement be subcontracted by CONTRACTOR, without the prior written consent of AUTHORITY. Consent by AUTHORITY shall not be deemed to relieve CONTRACTOR of its obligations to comply fully with all terms and conditions of this Agreement. B. AUTHORITY hereby consents to CONTRACTOR's subcontracting of portions of the Scope of Work to the parties identified below for the functions described in CONTRACTOR's proposal. CONTRACTOR shall include in the subcontract agreement the stipulation that CONTRACTOR, not AUTHORITY, is solely responsible for payment to the subcontractor for the amounts owing and that the subcontractor shall have no claim, and shall take no action, against AUTHORITY, its officers, directors, employees or sureties for nonpayment by CONTRACTOR Subcontractor Name/Address ARTICLE 16. AUDIT AND INSPECTION OF RECORDS Function CONTRACTOR shall provide AUTHORITY, or other agents of AUTHORITY, such access to CONTRACTOR's accounting books, records, payroll documents and facilities, as AUTHORITY deems necessary. CONTRACTOR shall maintain such books, records, data and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during CONTRACTOR's performance hereunder and for a period of four (4) years from the date of final payment by AUTHORITY. AUTHORITY s right to audit books and records directly related to this Agreement shall also extend to all first-tier subcontractors identified in Article 15 of this Agreement. CONTRACTOR shall permit any of the foregoing parties to reproduce documents by any means whatsoever or to copy excerpts and transcriptions as reasonably necessary. Page 9 of 16
51 AGREEMENT NO. C ARTICLE 17. CONFLICT OF INTEREST CONTRACTOR agrees to avoid organizational conflicts of interest. An organizational conflict of interest means that due to other activities, relationships or contracts, CONTRACTOR is unable, or potentially unable to render impartial assistance or advice to AUTHORITY; CONTRACTOR s objectivity in performing the work identified in the Scope of Work is or might be otherwise impaired; or CONTRACTOR has an unfair competitive advantage. CONTRACTOR is obligated to fully disclose to AUTHORITY in writing Conflict of Interest issues as soon as they are known to CONTRACTOR. CONTRACTOR is obligated to fully disclose to AUTHORITY in writing Conflict of Interest issues as soon as they are known to CONTRACTOR. All disclosures must be submitted in writing to AUTHORITY pursuant to the Notice provision herein. This disclosure requirement is for the entire term of this Agreement. 12 ARTICLE 18. CODE OF CONDUCT CONTRACTOR agrees to comply with AUTHORITY s Code of Conduct as it relates to Third- Party contracts which is hereby referenced and by this reference is incorporated herein. CONTRACTOR agrees to include these requirements in all of its subcontracts. 16 ARTICLE 19. OWNERSHIP OF REPORTS AND DOCUMENTS A. The originals of all letters, documents, reports and other products and data produced under this Agreement shall be delivered to, and become the property of AUTHORITY. Copies may be made for CONTRACTOR's records but shall not be furnished to others without written authorization from AUTHORITY. Such deliverables shall be deemed works made for hire and all rights in copyright therein shall be retained by AUTHORITY. B. All ideas, memoranda, specifications, plans, manufacturing, procedures, drawings, descriptions, and all other written information submitted to CONTRACTOR in connection with the performance of this Agreement shall not, without prior written approval of AUTHORITY, be used for any purposes other than the performance for this project, nor be disclosed to an entity not connected with the performance of the project. CONTRACTOR shall comply with AUTHORITY s policies regarding Page 10 of 16
52 AGREEMENT NO. C such material. Nothing furnished to CONTRACTOR, which is otherwise known to CONTRACTOR or becomes generally known to the related industry shall be deemed confidential. CONTRACTOR shall not use AUTHORITY s name, photographs of the project, or any other publicity pertaining to the project in any professional publication, magazine, trade paper, newspaper, seminar or other medium without the express written consent of AUTHORITY. C. No copies, sketches, computer graphics or graphs, including graphic art work, are to be released by CONTRACTOR to any other person or agency except after prior written approval by AUTHORITY, except as necessary for the performance of services under this Agreement. All press releases, including graphic display information to be published in newspapers, magazines, etc., are to be handled only by AUTHORITY unless otherwise agreed to by CONTRACTOR and AUTHORITY. 11 ARTICLE 20. PATENT AND COPYRIGHT INFRINGEMENT A. In lieu of any other warranty by AUTHORITY or CONTRACTOR against patent or copyright infringement, statutory or otherwise, it is agreed that CONTRACTOR shall defend at its expense any claim or suit against AUTHORITY on account of any allegation that any item furnished under this Agreement or the normal use or sale thereof arising out of the performance of this Agreement, infringes upon any presently existing U. S. letters patent or copyright and CONTRACTOR shall pay all costs and damages finally awarded in any such suit or claim, provided that CONTRACTOR is promptly notified in writing of the suit or claim and given authority, information and assistance at CONTRACTOR's expense for the defense of same. However, CONTRACTOR will not indemnify AUTHORITY if the suit or claim results from: (1) AUTHORITY's alteration of a deliverable, such that said deliverable in its altered form infringes upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by CONTRACTOR when such use in combination infringes upon an existing U.S. letters patent or copyright. B. CONTRACTOR shall have sole control of the defense of any such claim or suit and all negotiations for settlement thereof. CONTRACTOR shall not be obligated to indemnify AUTHORITY under any settlement made without CONTRACTOR's consent or in the event AUTHORITY fails to Page 11 of 16
53 AGREEMENT NO. C cooperate fully in the defense of any suit or claim, provided, however, that said defense shall be at CONTRACTOR's expense. If the use or sale of said item is enjoined as a result of such suit or claim, CONTRACTOR, at no expense to AUTHORITY, shall obtain for AUTHORITY the right to use and sell said item, or shall substitute an equivalent item acceptable to AUTHORITY and extend this patent and copyright indemnity thereto. 6 ARTICLE 21. FINISHED AND PRELIMINARY DATA A. All of CONTRACTOR s finished technical data, including but not limited to illustrations, photographs, tapes, software, software design documents, including without limitation source code, binary code, all media, technical documentation and user documentation, photoprints and other graphic information required to be furnished under this Agreement, shall be AUTHORITY s property upon payment and shall be furnished with unlimited rights and, as such, shall be free from proprietary restriction except as elsewhere authorized in this Agreement. CONTRACTOR further agrees that it shall have no interest or claim to such finished, AUTHORITY-owned, technical data; furthermore, said data is subject to the provisions of the Freedom of Information Act, 5 USC 552. B. It is expressly understood that any title to preliminary technical data is not passed to AUTHORITY but is retained by CONTRACTOR. Preliminary data includes roughs, visualizations, software design documents, layouts and comprehensives prepared by CONTRACTOR solely for the purpose of demonstrating an idea or message for AUTHORITY s acceptance before approval is given for preparation of finished artwork. Preliminary data title and right thereto shall be made available to AUTHORITY if CONTRACTOR causes AUTHORITY to exercise Article 12, and a price shall be negotiated for all preliminary data. ARTICLE 22. FEDERAL, STATE AND LOCAL LAWS CONTRACTOR warrants that in the performance of this Agreement, it shall comply with all applicable federal, state and local laws, statutes and ordinances and all lawful orders, rules and regulations promulgated thereunder. / Page 12 of 16
54 AGREEMENT NO. C ARTICLE 23. EQUAL EMPLOYMENT OPPORTUNITY In connection with its performance under this Agreement, CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age or national origin. CONTRACTOR shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. ARTICLE 24. PROHIBITED INTERESTS A. CONTRACTOR covenants that, for the term of this Agreement, no director, member, officer or employee of AUTHORITY during his/her tenure in office or for one (1) year thereafter, shall have any interest, direct or indirect, in this Agreement or the proceeds thereof. B. No member of or delegate to, the Congress of the United States shall have any interest, direct or indirect, in this Agreement or to the benefits thereof. ARTICLE 25. ALCOHOL AND DRUG POLICY A. CONTRACTOR agrees to establish and implement an alcohol and drug program that complies with 49 Code of Federal Regulations Part 655, produce any documentation necessary to establish its compliance with Part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the State Oversight Agency of California, or AUTHORITY, to inspect the facilities and records associated with the implementation of the alcohol and drug testing program as required under 49 CFR Part 655 and review the testing process. B. CONTRACTOR agrees further to certify annually its compliance with Part 655 and to submit the Management Information System reports to, and when requested by, AUTHORITY s Project Manager and AUTHORITY s Alcohol and Drug Program Manager. To certify compliance CONTRACTOR shall use the Substance Abuse Certifications and the Annual List of Certifications Page 13 of 16
55 AGREEMENT NO. C and Assurances for Federal Transit Administration (FTA) Grants and Cooperative Agreements, which is published annually in the Federal Register. C. On an annual basis, and no later than February 15 of each year, CONTRACTOR shall submit to Project Manager annual drug and alcohol testing data using the appropriate FTA prescribed forms. The report shall cover testing conducted during the previous calendar year. It shall be addressed as follows: OCTA Human Resources Attn: Project Manager s Name 550 S. Main Street P. O. Box Orange, CA D. Using the EZ format prescribed by the FTA for the annual report, CONTRACTOR shall send a quarterly drug and alcohol testing report to the Project Manager, with a copy to the Alcohol and Drug Program Manager in Human Resources. The quarterly report must be submitted no later than the 15 th of the month following the close of each quarter (April, July, October, January). E. CONTRACTOR agrees further to submit upon request a copy of the Policy Statement developed to implement its alcohol and drug testing program. F. Failure to comply with this Article may result in nonpayment or termination of this Agreement. ARTICLE 26. PRIVACY OF RECORDS A. CONTRACTOR agrees to comply with, and assures the compliance of its employees with the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. 552a. Among other things, CONTRACTOR agrees to obtain the express consent of AUTHORITY before CONTRACTOR or its employees operate a system of records on behalf of AUTHORITY. CONTRACTOR understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that Page 14 of 16
56 AGREEMENT NO. C failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. B. CONTRACTOR also agrees to include these requirements in each subcontract to administer any system of records on behalf of AUTHORITY financed in whole or in part with Federal assistance provided by Federal Transit Administration. ARTICLE 27. ORANGE COUNTY TAXI ADMINISTRATION PROGRAM APPROVED For the term of this Agreement, CONTRACTOR, subcontractors, drivers and vehicles shall remain in good standing with the AUTHORITY s Orange County Taxi Administration Program (OCTAP), adhering to all required rules and regulations as set forth by the AUTHORITY. ARTICLE 28. FORCE MAJEURE Either party shall be excused from performing its obligations under this Agreement during the time and to the extent that it is prevented from performing by an unforeseeable cause beyond its control, including but not limited to: any incidence of fire, flood; acts of God; commandeering of material, products, plants or facilities by the federal, state or local government; national fuel shortage; or a material act or omission by the other party; when satisfactory evidence of such cause is presented to the other party, and provided further that such nonperformance is unforeseeable, beyond the control and is not due to the fault or negligence of the party not performing. ARTICLE 29. HEALTH AND SAFETY REQUIREMENTS CONTRACTOR shall comply with all the requirements set forth in Exhibit F, Level I Safety Specifications. / / / / / / Page 15 of 16
57 AGREEMENT NO. C This Agreement shall be made effective upon execution by both parties. IN WITNESS WHEREOF, the parties hereto have caused this Agreement No. C to be executed on the date first above written CONTRACTOR By ORANGE COUNTY TRANSPORTATION AUTHORITY By Darrell Johnson Chief Executive Officer APPROVED AS TO FORM: By Kennard R. Smart, Jr. General Counsel APPROVED: By Beth McCormick General Manager, Transit Page 16 of 16
58 EXHIBIT D PARTY AND PARTICIPANT DISCLOSURE FORMS Page 20
59 EXHIBIT D PARTICIPANT DISCLOSURE FORM Information Sheet ORANGE COUNTY TRANSPORTATION AUTHORITY AND AFFILIATED AGENCIES The attached Participant Disclosure Form must be completed by participants in a proceeding involving a license, permit, or other entitlement for use. (Please see next page for definitions of these terms.) IMPORTANT NOTICE Basic Provisions of Government Code Section A. If you are a participant in a proceeding involving a license, permit, or other entitlement for use, you are prohibited from making a campaign contribution of more than $250 to any board member or his or her alternate. This prohibition begins on the date you begin to actively support or oppose an application for license, permit, or other entitlement for use pending before the Orange County Transportation Authority or any of its affiliated agencies, and continues until three months after a final decision is rendered on the application or proceeding by the Board of Directors. No board member or alternate may solicit or accept a campaign contribution of more than $250 from you and/or your agency during this period if the board member or alternate knows or has reason to know that you are a participant. B. The attached disclosure form must be filed if you or your agent has contributed more than $250 to any board member or alternate for the Orange County Transportation Authority or any of its affiliated agencies during the 12-month period preceding the beginning of your active support or opposition. (The disclosure form will assist the board members in complying with the law.) C. If you or your agent have made a contribution of more than $250 to any board member or alternate during the 12 months preceding the decision in the proceeding, that board member or alternate must disqualify himself or herself from the decision. However, disqualification is not required if the member or alternate returns the campaign contribution within 30 days from the time the director knows, or should have known, about both the contribution and the fact that you are a participant in the proceeding. The Participant Disclosure Form should be completed and filed with the proposal submitted by a party, or should be completed and filed the first time that you lobby in person, testify in person before, or otherwise directly act to influence the Page 1 of 10 Updated 1/15/2013
60 EXHIBIT D vote of the board members of the Orange County Transportation Authority or any of its affiliated agencies. Page 2 of 10 Updated 1/15/2013
61 EXHIBIT D 1. An individual or entity is a "participant" in a proceeding involving an application for a license, permit or other entitlement for use if: AND The individual or entity is not an actual party to the proceeding, but does have a significant financial interest in the Orange County Transportation Authority's or one of its affiliated agencies' decision in the proceeding. The individual or entity, directly or through an agent, does any of the following: Communicates directly, either in person or in writing, with a board member or alternate of the Orange County Transportation Authority or any of its affiliated agencies for the purpose of influencing the member's vote on the proposal; Communicates with an employee of the Orange County Transportation Authority or any of its affiliated agencies for the purpose of influencing a member's vote on the proposal; or Testifies or makes an oral statement before the Board of Directors of the Orange County Transportation Authority or any of its affiliated agencies. 2. A proceeding involving "a license, permit, or other entitlement for use" includes all business, professional, trade and land use licenses and permits, and all other entitlements for use, including all entitlements for land use; all contracts (other than competitively bid, labor, or personal employment contracts) and all franchises. 3. Your "agent" is someone who represents you in connection with a proceeding involving a license, permit, or other entitlement for use. If an agent acting as an employee or member of a law, architectural, engineering, or consulting firm, or a similar business entity or corporation, both the business entity or corporation and the individual are agents. Page 3 of 10 Updated 1/15/2013
62 EXHIBIT D 4. To determine whether a campaign contribution of more than $250 has been made by a participant or his or her agent, contributions made by the participant within the preceding 12 months shall be aggregated with those made by the agent within the preceding 12 months or the period of the agency, whichever is shorter. Campaign contributions made to different members or alternates are not aggregated. 5. A list of the members and alternates of the Board of Directors is attached. This notice summarizes the major requirements of Government Code Section and 2 Cal. Adm. Code Sections Page 4 of 10 Updated 1/15/2013
63 EXHIBIT D ORANGE COUNTY TRANSPORTATION AUTHORITY AND AFFILIATED AGENCIES Board of Directors Greg Winterbottom, Chairman Shawn Nelson, Vice Chairman Patricia Bates, Director Lori Donchak, Director Gail Eastman, Director Matthew Harper, Director Michael Hennessey, Director Steve Jones, Director Jeffrey Lalloway, Director Gary Miller, Director John Moorlach, Director Al Murray, Director Janet Nguyen, Director Miguel Pulido, Director Tim Shaw, Director Todd Spitzer, Director Frank Ury, Director Page 5 of 10 Updated 1/15/2013
64 EXHIBIT D ORANGE COUNTY TRANSPORTATION AUTHORITY AND ITS AFFILIATED AGENCIES To be completed only if campaign contributions have been made in the preceding 12 months. Prime s Firm Name: Party's Name: Party's Address: Street City State Zip Phone Application or Proceeding Title and Number: Board Member(s) or Alternate(s) to whom you and/or your agent made campaign contributions and dates of contribution(s) in the preceding 12 months: Name of Member: Name of Contributor (if other than Party): Date(s): Amount(s): Name of Member: Name of Contributor (if other than Party): Date(s): Amount(s): Name of Member: Name of Contributor (if other than Party): Date(s): Amount(s): Date: Signature of Party and/or Agent Page 6 of 10 Updated 1/15/2013
65 EXHIBIT D PARTY DISCLOSURE FORM Information Sheet ORANGE COUNTY TRANSPORTATION AUTHORITY AND AFFILIATED AGENCIES The attached Party Disclosure Form must be completed by applicants for, or persons who are the subject of, any proceeding involving a license, permit, or other entitlement for use pending before the Board of Directors of the Orange County Transportation Authority or any of its affiliated agencies. (Please see next page for definitions of these terms.) IMPORTANT NOTICE Basic Provisions of Government Code Section A. If you are an applicant for, or the subject of, any proceeding involving a license, permit, or other entitlement for use, you are prohibited from making a campaign contribution of more than $250 to any board member or his or her alternate. This prohibition begins on the date your application is filed or the proceeding is otherwise initiated, and the prohibition ends three months after a final decision is rendered by the Board of Directors. In addition, no board member or alternate may solicit or accept a campaign contribution of more than $250 from you during this period. B. These prohibitions also apply to your agents, and, if you are a closely held corporation, to your majority shareholder as well. These prohibitions also apply to your subcontractor(s), joint venturer(s), and partner(s) in this proceeding. Also included are parent companies and subsidiary companies directed and controlled by you, and political action committees directed and controlled by you. C. You must file the attached disclosure form and disclose whether you or your agent(s) have in the aggregate contributed more than $250 to any board member or his or her alternate during the 12-month period preceding the filing of the application or the initiation of the proceeding. D. If you or your agent have in the aggregate contributed more than $250 to any individual board member or his/or her alternate during the 12 months preceding the decision on the application or proceeding, that board member or alternate must disqualify himself or herself from the Page 7 of 10 Updated 1/15/2013
66 EXHIBIT D decision. However, disqualification is not required if the board member or alternate returns the campaign contribution within 30 days from the time the director knows, or should have known, about both the contribution and the fact that you are a party in the proceeding. The Party Disclosure Form should be completed and filed with your proposal, or with the first written document you file or submit after the proceeding commences. 1. A proceeding involving "a license, permit, or other entitlement for use" includes all business, professional, trade and land use licenses and permits, and all other entitlements for use, including all entitlements for land use, all contracts (other than competitively bid, labor or personal employment contracts), and all franchises. 2. Your "agent" is someone who represents you in connection with a proceeding involving a license, permit or other entitlement for use. If an individual acting as an agent is also acting in his or her capacity as an employee or member of a law, architectural, engineering, consulting firm, or similar business entity, both the business entity and the individual are agents. 3. To determine whether a campaign contribution of more than $250 has been made by you, campaign contributions made by you within the preceding 12 months must be aggregated with those made by your agent within the preceding 12 months or the period of the agency, whichever is shorter. Contributions made by your majority shareholder (if a closely held corporation), your subcontractor(s), your joint venturer(s), and your partner(s) in this proceeding must also be included as part of the aggregation. Campaign contributions made to different directors or their alternates are not aggregated. 4. A list of the members and alternates of the Board of Directors is attached. This notice summarizes the major requirements of Government Code Section of the Political Reform Act and 2 Cal. Adm. Code Sections Page 8 of 10 Updated 1/15/2013
67 ORANGE COUNTY TRANSPORTATION AUTHORITY AND ITS AFFILIATED AGENCIES RFP EXHIBIT D To be completed only if campaign contributions have been made in the preceding 12 months. Prime Firm s Name: Party's Name: Party's Address: Street City State Zip Phone Application or Proceeding Title and Number: Board Member(s) or Alternate(s) to whom you and/or your agent made campaign contributions and dates of contribution(s) in the preceding 12 months: Name of Member: Name of Contributor (if other than Party): Date(s): Amount(s): Name of Member: Name of Contributor (if other than Party): Date(s): Amount(s): Name of Member: Name of Contributor (if other than Party): Date(s): Amount(s): Date: Signature of Party and/or Agent Page 9 of 10 Updated 1/15/2013
68 ORANGE COUNTY TRANSPORTATION AUTHORITY AND AFFILIATED AGENCIES Board of Directors Greg Winterbottom, Chairman Shawn Nelson, Vice Chairman Patricia Bates, Director Bill Campbell, Director Lori Donchak, Director Gail Eastman, Director Matthew Harper, Director Michael Hennessey, Director Steve Jones, Director Jeff Lalloway, Director Gary Miller, Director John Moorlach, Director Al Murray, Director Janet Nguyen, Director Miguel Pulido, Director Tim Shaw, Director Todd Spitzer, Director Frank Ury, Director Page 10 of 10
69 EXHIBIT E STATUS OF PAST AND PRESENT CONTRACTS Page 21
70 EXHIBIT E STATUS OF PAST AND PRESENT CONTRACTS FORM On the form provided below, Offeror shall list the status of past and present contracts where the firm has either provided services as a prime contractor or a subcontractor during the past five (5) years in which the contract has ended or will end in a termination, settlement or in legal action. A separate form must be completed for each contract. Offeror shall provide an accurate contact name and telephone number for each contract and indicate the term of the contract and the original contract value. If the contract was terminated, list the reason for termination. Offeror must also identify and state the status of any litigation, claims or settlement agreements related to any of the identified contracts. Each form must be signed by an officer of the Offeror confirming that the information provided is true and accurate. Project city/agency/other: Contact Name: Project Award Date: Phone: Original Contract Value: Term of Contract: 1) Status of contract: 2) Identify claims/litigation or settlements associated with the contract: 3) Reason for termination By signing this Form entitled Status of Past and Present Contracts, I am affirming that all of the information provided is true and accurate. Name Date Title
71 EXHIBIT F SAFETY SPECIFICATIONS Page 22
72 EXHIBIT F EXHIBIT F LEVEL 1 SAFETY SPECIFICATIONS PART I GENERAL 1.1 GENERAL HEALTH, SAFETY & ENVIRONMENTAL REQUIREMENTS A. The Consultants, its sub-tier Consultants, suppliers, and employees have the obligation to comply with all Authority health, safety and environmental compliance department (HSEC) policies, as well as all federal, state, and local regulations pertaining to scope of work, contracts or agreements with the Authority. Additionally, manufacturer requirements are considered incorporated by reference as applicable to this scope of work. B. Observance of repeated unsafe acts or conditions, serious violation of safety standards, non-conformance of Authority health, safety and environmental compliance department (HSEC) requirements, or disregard for the intent of these safety specifications to protect people and property, by Consultants or its sub-tier contractors may be cause for termination of scope, contracts, or agreements with the Authority, at the sole discretion of the Authority. C. The health, safety, and environmental requirements, and references contained within this scope of work shall not be considered all-inclusive as to the hazards that might be encountered. Safe work practices shall be planned and performed, and safe conditions shall be maintained during the course of this work scope. D. The Authority Project Manager shall be responsible to ensure a safety orientation is conducted for all Consultant personnel, sub-tier Consultants, suppliers, vendors, and new employees assigned to the project prior to commencement of the project. E. The Consultant shall ensure that all Consultant vehicles, including those of its sub-tier Consultants, suppliers, vendors and employees are parked in designated parking areas, and comply with traffic routes, and posted traffic signs in areas other than the employee parking lots. F. California Code of Regulations (CCR) Title 8 Standards are minimum requirements, each Consultant is encouraged to exceed minimum requirements. When the Consultant safety requirements exceed statutory standards, the more stringent requirements shall be achieved for the safeguard of public and workers. 1.2 HAZARD COMMUNICATION A. Consultant shall comply with CCR Title 8, Section 5194, Hazard Communication Standard. Prior to use on Authority property and/or project work areas Consultant shall provide the Authority Project Manager copies of MSDS for all chemical products used if any. Revised 6/28/10 PAGE 1 OF 2
73 EXHIBIT F B. All chemicals including paint, solvents, detergents and similar substances shall comply with South Coast Air Quality Management District (SCAQMD) rules 103, 1113, and ACCIDENT INVESTIGATION A. The Authority shall be promptly notified of any damage to the Authority s property, or incidents involving third party property damage, or reportable and/or recordable injuries (as defined by the U. S. Occupational Safety and Health Administration) to Authority employees and agents; Contractor, vendor employees or visitors and members of the general public that occurs or arises from the performance of Authority contract work. A comprehensive investigation and written report shall be submitted to Authority s Project Manager within 24 hours of the incident. B. A serious injury or incident may require a formal incident review at the discretion of the Authority s Project Manager. The incident review shall be conducted within 7 calendar days of the incident. The serious incident presentation shall include action taken for the welfare of the injured, a status report of the injured, causation factors leading to the incident, a root cause analysis, and a detailed recovery plan that identifies corrective actions to prevent a similar incident, and actions to enhance safety awareness. 1.4 PERSONAL PROTECTIVE EQUIPMENT A. The Consultant, its sub-tier Consultants, suppliers, and employees are required to comply with the Authority s personal protective equipment (PPE) policy while performing work at any Authority facility, i.e. eye protection policy, hearing protection policy, head protection, safety vests, work shoe policy. B. The Consultant, its sub-tier Consultants, suppliers, and employees are required to provide their own PPE, including eye, head, foot, and hand protection, safety vests, or other PPE required to perform their work safely on Authority projects. The Authority requires eye protection on construction projects and work areas that meet ANSI Z-87.1 Standards. END OF SECTION Revised 6/28/10 PAGE 2 OF 2
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RFP ISSUE DATE: September 26 th, 2001 TITLE: RFP NUMBER: San José State University Website Redesign F-WR00001181-AL PURCHASING OFFICE CONTACT: DEPARTMENT OFFICIAL: Alex Lebedeff, Mary
OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP
OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]
REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.
Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 [email protected] REQUEST FOR PROPOSAL NO. RFP09503
OSWEGO COUNTY PURCHASING DEPARTMENT
Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: [email protected]
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice
NOTICE OF REQUEST FOR PROPOSALS
NOTICE OF REQUEST FOR PROPOSALS Issue Date: September 18, 2014 Proposal Due Date: October 2, 2014 Project: Contact Name: Lake County ORV Recreation Tourism Promotion Marketing Project Dan Sloan Lake County
GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011
GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker
QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.
COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors
REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT
ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive
Request for Proposal Permitting Software
Request for Proposal Permitting Software Date Issued: October 7, 2015 Proposals Due no later than: 2:00pm EST on November 10, 2015 Page 1 of 10 Revised 10/5/2015 TABLE OF CONTENTS Section I Introduction
STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES
STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES RFP Coordinator: Jeff Mao, Learning Technology Policy Director Department of Education 23 State House Station
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and
Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.
Request for Price Quotes For the provision of technical writing for the delivery of a policy and procedural manual for the Dutchess County Workforce Investment Board Issue Date September 24, 2015 Deadline
REQUEST for PROPOSALS. Scheduling and Dispatch Software. City of Ionia Dial-A-Ride (IDART) 251 E. Adams Street Ionia, Michigan 48846.
REQUEST for PROPOSALS Scheduling and Dispatch Software City of Ionia Dial-A-Ride (IDART) 251 E. Adams Street Ionia, Michigan 48846 Proposals Due: November 18, 2013 12:00 p.m. Table of Contents PART I Instructions
REQUEST FOR PROPOSALS (NO. #RFP-05-003H)
ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Public Transportation Programs Section REQUEST FOR PROPOSALS (NO. #RFP-05-003H) For The Design and Installation Of A Paratransit Software Scheduling,
AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES
COUNTY OF SONOMA AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES FOR THE CHARLES M. SCHULZ SONOMA COUNTY AIRPORT Request for Proposals (RFP) The County of Sonoma, Charles M. Schulz Sonoma County
Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted
Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,
Robla School District
Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,
LAFAYETTE PARISH SCHOOL BOARD REQUEST FOR PROPOSAL. for
LAFAYETTE PARISH SCHOOL BOARD REQUEST FOR PROPOSAL for Medicaid Billing for: Physical Therapy Occupational Therapy Speech Therapy Special Education Related Services SOLICITATION NO. 26-13 Proposal Due
Request for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
Judicial Council of California
Judicial Council of California Finance Division 455 Golden Gate Avenue San Francisco, CA 94102-3660 Telephone 415 865 7960 Fax 415 865 4325 TDD 415 865 4272 RONALD M. GEORGE Chief Justice of California
ORANGE COUNTY HEAD START, INC. 2501 S. PULLMAN ST., SANTA ANA, CA 92705 REQUEST FOR PROPOSALS OCHS FOOD SERVICE COMMODITIES
ORANGE COUNTY HEAD START, INC. 2501 S. PULLMAN ST., SANTA ANA, CA 92705 REQUEST FOR PROPOSALS OCHS FOOD SERVICE COMMODITIES Request for Proposal Issued - Friday, March 21, 2014 Written Questions Due -
REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project
REQUEST FOR PROPOSALS For The Kelowna and Vernon Hospitals Project VOLUME 2 of 4 Instructions to Proponents Closing Time: Delivery Address: 3:00 pm (local time) Thursday, March 6,2008 Kelowna and Vernon
NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA
NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA ACTIVITY (All times are EST) Dated September 20, 2013
Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.
REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues
Request for Proposal (RFP) K3311 Disaster Recovery as a Service (DRaaS)
1. SCHEDULE EVENT Request for Proposal (RFP) K3311 Disaster Recovery as a Service (DRaaS) DATES & TIME Issue Solicitation April 27, 2015 Question & Answer Period April 27 May 4, 2015 Complaint Period Begins
State Health Benefit Plan Procurement Policy
State Health Benefit Plan Procurement Policy 1. Introduction 1.1 Purpose The mission of the Department of Community Health (DCH) Office of Procurement Services (OPS) is to obtain quality goods and services
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals
Request for Proposals: Software and Implementation Services for Computer-Assisted Mass Appraisal (CAMA) System
: Software and Implementation Services for Computer-Assisted Mass Appraisal (CAMA) System Issue Date: March 6, 2015 Due Date and Time: April 2, 2015 / 12:00 PM Eastern Time Receipt Location: Sussex County
REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT
REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT Proposals will be received until Friday, May 22, 2015 4:00 p.m. CST General Information Questions: All inquiries for information regarding this solicitation
REQUEST FOR PROPOSALS FOR Call Center Consulting Services for the Tennessee Treasury Department RFP # 30901-24814
STATE OF TENNESSEE TREASURY DEPARTMENT REQUEST FOR PROPOSALS FOR Call Center Consulting Services for the Tennessee Treasury Department RFP # 30901-24814 RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE
Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15
S PRINGFIELD UTILITY BOARD Electric Service Center Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15 Proposals Due: March 12, 2015 @ 2:00 pm Technical Questions RFP
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL INSURANCE AGENT SERVICES FOR PROPERTY AND CASUALTY INSURANCE MARCH 2013 WEST TEXAS OPPORTUNITIES, INC. 603 NORTH 4 TH STREET PO BOX 1308 LAMESA, TEXAS 79331 Table of Contents I. INVITATION...
Request for Proposals
Will County Treasurer Request for Proposals Merchant Services, ACH, and Online Bill Payment Brian S. McDaniel 3/5/2014 Introduction General Rules The Will County Treasurer will consider proposals from
TABLE OF CONTENTS. Prefacej... 1
TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...
CITY OF POWAY REQUEST FOR PROPOSAL FOR FINANCIAL ADVISORY SERVICES
CITY OF POWAY REQUEST FOR PROPOSAL FOR FINANCIAL ADVISORY SERVICES The City of Poway/Successor Agency to the Poway Redevelopment Agency (the City ) is seeking proposals in response to this Request for
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501
CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL
COLLEGE OF WESTERN IDAHO. Request for Proposal WEBSITE REDESIGN SERVICES. Due: November 8, 2010 At 5:00 p.m. Deliver to:
COLLEGE OF WESTERN IDAHO Request for Proposal WEBSITE REDESIGN SERVICES Due: November 8, 2010 At 5:00 p.m. Deliver to: College of Western Idaho Attn: Jennifer Couch RFP-Website Redesign Services 6056 Birch
Center Unified School District
8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to:
REQUEST FOR PROPOSALS (RFP) 15762A FOR DENVER WATER S Snow Removal and Ice Abatement Issue Date: November 3, 2014 Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: Denver Water Main Administration
PART V PROPOSAL REQUIREMENTS
PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 40 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section
REQUEST FOR PROPOSAL P02.2015 PROFESSIONAL TELEPHONE ANSWERING SERVICES
Procurement Department 450 Cowie Hill Rd., PO Box 8388, RPO CSC Halifax, NS, B3K 5M1 Telephone: (902) 490-4998 REQUEST FOR PROPOSAL P02.2015 PROFESSIONAL TELEPHONE ANSWERING SERVICES Sealed proposals submitted
REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES
REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES Appointment to the New Jersey Building Authority Capital Budget Modeling and Advisory Services State Fiscal Years 2016, 2017 and 2018 Issued by the
REQUEST FOR PROPOSAL
Trophy Club Municipal Utility District No.1 100 Municipal Dr. Trophy Club, Texas 76262 682-831-4600 REQUEST FOR PROPOSAL for AFTER HOURS ANSWERING SERVICES MARCH 11, 2013 1 NOTICE TO BIDDERS Competitive
REQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS 1.0 GENERAL INFORMATION 1.1 Introduction. a. The Pennsylvania Convention Center Authority ( PCCA or the Authority ) is the entity responsible for the construction and operation of
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.
INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM
200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM
Solicitation Information February 26, 2016
Solicitation Information February 26, 2016 RFP#7550347 TITLE: SEARCH FOR AFFORDABLE CARE ACT TAX REPORTING SOLUTION Submission Deadline: Monday, March 21, 2016 @ 11:30 AM (Eastern Time) Questions concerning
REQUEST FOR PROPOSAL (RFP)
REQUEST FOR PROPOSAL (RFP) Bid Event Number: EVT0001204 Date Mailed: February 9, 2012 Closing Date: March 15, 2012, 2:00 PM Procurement Officer: Constance S Schuessler Telephone: 785-296-1171 E-Mail Address:
Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software
Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software Prepared by Business Administration BELGRADE PUBLIC SCHOOLS INVITATION TO SUBMIT
REQUEST FOR PROPOSAL. Ambulance Billing Services
REQUEST FOR PROPOSAL Ambulance Billing Services City of Calais (the City ) is requesting proposals from qualified Vendors ( Vendor ) to provide ambulance billing collection, financial reporting, and analytical
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where
STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM
8-21-14 RFP STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM DATE: October 1, 2015 RFP # 40100-04815 IS AMENDED AS FOLLOWS: 1. This
Request for Proposals IT INFRASTRUCTURE MODERNIZATION
Request for Proposals IT INFRASTRUCTURE MODERNIZATION Deadline to Submit Questions for Response: March 25, 2015 by 4:00 pm Deadline for Proposal Submissions: March 27, 2015 by 4:00 pm REQUEST FOR PROPOSALS
REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING
4887 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING Expressions of Interest will be received at the Information Counter, Main Floor, Richmond City Hall, addressed to the
REQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS The Town of Ayer s Department of Planning & Development seeks proposals from qualified consultants to provide the following services in the Town of Ayer: INFRASTRUCTURE PROJECT CONSULTANT
Independent Contractor Agreement
Independent Contractor Agreement This Independent Contractor Agreement ("Agreement") is made and entered by and between Vehicle Inspection Pro s, LLC. ( VIP or Company"), a Missouri Limited Liability Company
STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010
STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part
REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor
Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request
REQUEST FOR PROPOSAL. Consulting Services for Strategic Planning, Change Management, Performance Management, and Leadership Development
REQUEST FOR PROPOSAL Consulting Services for Strategic Planning, Change Management, Performance Management, and Leadership Development Notice to Prospective Proposers You are invited to review and respond
REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES Various Projects RFQ/RFP No. 15-16-02
Banning Unified School District 161 West Williams Street, Banning, CA 92220 (951) 922-2706 phone (951) 922-0227 fax January 12, 2016 REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT
KANSAS CITY AREA TRANSPORTATION AUTHORITY ADDENDUM #1 TO RFP #13-7028-30
KANSAS CITY AREA TRANSPORTATION AUTHORITY ADDENDUM #1 TO RFP #13-7028-30 FOR A CONSULTANT TO PROVIDE TRIP SCHEDULING AND QUALITY ASSURANCES FOR KCATA S PARATRANSIT OPERATIONS NOVEMBER 5, 2013 The information
Accredited Continuing Medical Education and Continuing Education for Clinicians
Accredited Continuing Medical Education and Continuing Education for Clinicians REQUEST FOR PROPOSAL RFP # PCO-ACME&CEC2014 August 5, 2014 KEY DATES Request for Proposal Released August 5, 2014 Deadline
Consultants Services, Lump-Sum Remuneration
1 S T A N D A R D F O R M O F C O N T R A C T FOR Consultants Services, Lump-Sum Remuneration CONTRACT FOR CONSULTANTS SERVICES Lump-Sum Remuneration Between [name of the Procuring Entity] and 2 [name
Request for Qualifications (RFQ) Insurance Broker/Consultation Services City of Shenandoah Employee Benefits Plan
Request for Qualifications (RFQ) Insurance Broker/Consultation Services City of Shenandoah Employee Benefits Plan I. GENERAL INFORMATION/PUBLISHING The City of Shenandoah, Texas (CITY) is accepting Qualification
REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI
4643 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI 4643 EOI - FUNCTIONAL CONSULTANT TO LEAD THE IMPLEMENTATION OF THE PURCHASE REQUISITION MODULE IN THE PEOPLESOFT 9.0 FINANCIALS AND SUPPLY CHAIN PRODUCT.
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement
REQUEST FOR PROPOSAL FOR SYSTEM INTEGRATION SERVICES
FEDERAL GOVERNMENT OF NIGERIA REQUEST FOR PROPOSAL FOR SYSTEM INTEGRATION SERVICES THE NATIONAL IDENTITY MANAGEMENT COMMISSION 11 SOKODE CRESCENT, OFF DALABA STREET ZONE 5, WUSE ABUJA, NIGERIA +234-9-6726457
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] ADDENDUM NO. 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation
Tuolumne County Transit Agency. Request for Proposals
Tuolumne County Transit Agency Request for Proposals Tuolumne County Transit- Advertising Sales Program Management Proposal Submission Deadline: November 20, 2015 3pm Tuolumne County Transit Agency 2 South
Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas
Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation
DGS-30-300 (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS
(VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS Issue Date: July 10, 2015 RFP: LFCC-F-18161AE Title: Virginia Community College System Lord Fairfax Community College, Fauquier Campus Construct Academic
AC Proposal Texarkana Regional Airport Airport Operations Director 201 Airport Drive Texarkana, AR 71854
I. INTRODUCTION This solicitation is being offered by Texarkana Airport Authority. The Airport is a public entity owned by the Cities of Texarkana, AR and Texarkana, TX. Funding for this project is being
Washington County School District Request for Proposal School Bus Fleet Tracking System RFP #TD 1011
Request for Proposal I. GENERAL A. Intent of Request for Proposal (RFP) The purpose of this Request for Proposal is to solicit sealed, competitive proposals from vendors qualified and experienced to provide
a. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and
Request for Proposals for Enhanced Call Center Services for the San Diego Association of Governments 511 Traveler Information System
Request for Proposals for Enhanced Call Center Services for the San Diego Association of Governments 511 Traveler Information System Issued by ICx Transportation Group, Inc. on behalf of Telvent Farradyne
HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP14-04. For Website Content Development HACC
HACC Central Pennsylvania s Community College Harrisburg, PA Request for Proposal RFP14-04 For Website Content Development HACC Issued: Feb. 24, 2014 Deadline for Questions: Response to Questions: PROPOSAL
CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716. Date: May 17, 2015
CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 Date: May 17, 2015 Request for Proposal # F150019592 Cost Allocation Services Questions concerning requirements of
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,
Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement
THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by
COUNTY OF TANEY, MISSOURI
COUNTY OF TANEY, MISSOURI REQUEST FOR BID For WORKERS COMPENSATION INSURANCE Taney County, Missouri RFB# 201202-168 Workers Compensation Insurance Release Date: February 25, 2012 Submittal Deadline: March
Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to:
REQUEST FOR PROPOSALS (RFP) 15378A FOR DENVER WATER S Information Technology Third Party Patch Management Software Issue Date: March 4, 2014 Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain
Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015
Request for Proposal Internet Access Satilla Regional Libraries Erate Funding Year July 1, 2014 through June 30, 2015 January 2013 Page 1 REQUEST FOR PROPOSAL Internet Access Satilla Regional Library The
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS
Request for Proposal RFP #201501. Printing & Mailing Services
Request for Proposal Printing & Mailing Services Date of Issue: 03/24/2015 For period beginning: 05/01/2015 Due Date/Time for Receipt of Proposals: 04/06/2015 @ 2:00 p.m. (EDT) RFP Number: 201501 Date
