47
1 1600 Franklin Street Oakland, CA 94612 Request for Proposals (RFP) 2019-1433 MAINTENANCE SERVICES for TRANSIT INFORMATION DISPLAY CASES PROPOSALS MUST BE RECEIVED by February 1, 2019 at 5:00 p.m. ALAMEDA-CONTRA COSTA TRANSIT DISTRICT (“DISTRICT”)

1600 Franklin Street Oakland, CA 94612 2019-1433 ... 2019-1433 -- Maintenance for... · AC Transit is requesting proposals for a 30 month contract (with an option to extend an additional

  • Upload
    dodien

  • View
    221

  • Download
    0

Embed Size (px)

Citation preview

1

1600 Franklin Street Oakland, CA 94612

Request for Proposals (RFP) 2019-1433

MAINTENANCE SERVICES

for TRANSIT INFORMATION DISPLAY CASES

PROPOSALS MUST BE RECEIVED

by

February 1, 2019 at 5:00 p.m.

ALAMEDA-CONTRA COSTA TRANSIT DISTRICT (“DISTRICT”)

2

Table of Contents

Section Name Beginning on Page

I. Summary of Project / Schedule of Events 2

II. Special Instructions to Proposers 4

III. Standard Instructions to Proposers 16

IV. Proposal Forms 28

V. Sample Contract 34

Exhibit A to Sample Contract: Scope of Services 35

Exhibit B to Sample Contract: Special Terms & Conditions

36

Exhibit B to Sample Contract: Standard Terms & Conditions

45

3

Section I – Introduction and Summary / Schedule of Events

1. Introduction

This Request for Proposal (RFP) outlines the relevant Scope of Services to be integrated into any

contract resulting from this effort.

2. Summary

A. The District is issuing a Request for Proposals (RFP) from qualified firms (hereafter

referred to as "Proposer") to provide Maintenance Services on Transit Information

Display Cases (TIDs) on a per-location basis, and additional responsibilities (as further

delineated in the Scope of Services, Pages 7 to 14 below.

B. The District invites sealed proposals in accordance with the provisions, specifications, and

instructions set forth in this RFP. Proposals must be hand delivered or mailed, and be

received no later than February 1, 2019 at 5:00 p.m. Pacific Daylight Time. Electronic

submissions and late proposals will not be considered.

C. All Proposers are cautioned to read the entire RFP, noting insurance and submittal

requirements, and to complete all required forms enclosed. Failure to provide all

requested information may cause the proposal to be rejected. The District reserves the

right to waive minor irregularities in proposals and to reject any and all offers and re-

solicit or cancel this RFP.

3. Schedule of Events

A. Proposals shall be governed by the following schedule:

Solicitation Event Date Time

Publication of RFP January 11, 2019

Pre-Proposal Conference January 17, 2019 11:00 a.m. PDT

Last Day to Submit Written Questions January 22, 2019 5:00 p.m. PDT

District to Issue Responses to Questions via Addendum to RFP

January 25, 2019 5:00 p.m. PDT

Proposals Due February 1, 2019 5:00 p.m. PDT

Recommendation for Award March, 2019

Board of Directors Approval April, 2019

B. Should a Proposer find ambiguities, discrepancies or omissions in this RFP, please notify

Michael Daly, at [email protected] prior to January 22, 2019. A written Addendum to

4

the RFP will be posted to the District’s website, outlining the questions posed thus far,

and the District’s corresponding responses.

C. Similarly, if a prospective Proposer shall takes exception to any of the terms and/or

conditions set forth in this RFP, please identify such exceptions by close of business

January 22, 2019 with alternative language, if possible.

5

Section II - Special Instructions to Proposers

1. Pre-Proposal Conference

A. A pre-proposal conference will be held on January 17, 2019. Although participation is not

mandatory, proposers are strongly encouraged to attend.

2. Small Business Enterprise (SBE) Considerations

A. If your firm qualifies as a certified small business enterprise (SBE), it should be clearly

evident in your proposal.

B. Although sub-contracting is not required to be responsive to this RFP, Proposers must

nevertheless complete the Subcontractor Report (Attachment C, Pages 30-31) and submit

with it the Proposal, indicating whether the proposing firm intends to use small, and/or

small-local businesses if awarded the contract, and, if so, the percentages of contract

work to be allocated to such small local firms.

3. Proposal Submission

A. All proposals shall be received no later than the date and time specified at the District

office at the following address:

AC Transit Purchasing Department

1600 Franklin Street, 6th Floor Oakland, CA 94612 Attn: Michael Daly, Contracts Specialist

B. All packages shall be sealed and clearly marked as:

RFP No: 2019-1433 Maintenance Services for Transit Information Display Terminals Due Date/Time: February 1, 2019, 5:00 P.M., Pacific Time

C. Any proposals or modifications received after the exact date and time specified for

receipt shall not be considered and will be returned to the Proposer unopened.

D. Proposals will not be publicly opened. All proposals and evaluations will be kept strictly

confidential throughout the evaluation, negotiation and selection process. Only the

designated members of the Evaluation Team will be provided access to the proposals and

evaluation results during this period.

6

E. The Proposer must submit one (1) original and two (2) copies of each Proposal,

along with two (2) sets of CDs/Flash Drives with versions in Microsoft Excel or pdf.

The original should be loose-bound and suitable for photocopy reproduction.

4. Technical Proposal Content

Proposals shall be prepared simply and economically, providing a straightforward and concise description of the Proposer’s capabilities and approach for meeting the requirements of this RFP. The Technical Proposal should be sectionalized with index tabs and cover pages identifying the contents of the sections. The Proposer shall submit one (1) original and two (2) copies of the Technical Proposal, along with two (2) sets of CDs/Flash Drives with a PDF version, containing the following information, at a minimum. The original shall be loose-bound and suitable for photocopy reproduction. Proposals should be organized as follows: Each section shall be clearly labeled with pages numbered and separated by tabs. Failure to provide ALL of the required submittals may render the proposal non-responsive.

A. Tab 1, Proposer Forms

(1) RFP Cover Page

(2) Statement of Qualifications

(3) Subcontractor Report

B. Tab 2, Staff Qualifications

(1) At a minimum, discuss the experience, qualifications and skills of any key personnel

to be assigned to the District’s account.

(2) Identify roles and responsibilities specific to the work to be performed for each

individual identified as key personnel. Also include percentage of time to be spent

for each functional role, per employee.

(3) Provide an organizational chart and an explanation should more than one function

be performed by a single individual.

(4) Submit abbreviated resumes featuring experience, qualifications and skills for each

individual to be assigned to the District’s project team. Resumes should include

dates, number of years of experience, and other relevant information.

(5) Please provide a detailed description of how your firm performs criminal background

checks on your own prospective employees in general, and any additional measures

7

taken with respect to sensitive positions that would be relevant to the scope of work

identified in this RFP.

C. Tab 3, Firm Qualifications / Scope of Services

(1) Introduction

AC Transit is requesting proposals for a 30 month contract (with an option to extend an

additional 30 months) from qualified firms for the maintenance of Transit Information

Display cases (TIDs) on a per-location basis. Information Display cases have been or will

be installed at transit hub locations throughout the Bay Area region.

Information display cases are either free-standing kiosks or wall-mounted display cases,

with frames typically made of aluminum or stainless steel. Each has between one (1) and

four (4) locked windows, made of glass or transparent plastic, behind which is placed a

paper or vinyl insert with transit information. Case sizes will vary, but generally have

windows of between 8 (eight) and twenty-five (25) square feet.

Each location will have between four (4) and twenty-five (25) cases within a radius of

1500 feet from the center of the transit hub. The number and types of TID Cases installed

depends on the hub. The number and types of TID Cases installed are also subject to

change based on need and updates in service, which will be determined by the project

manager.

The envisioned contract is part of a program of sign maintenance funded by the

Metropolitan Transportation Commission and the San Francisco Bay Area Rapid Transit

District. If this funding arrangement is cancelled, the contract resulting from this

solicitation may be terminated. In that event, the Termination Provisions set forth in

Section 4 of the Sample Contract will apply.

(2) Description of Work The scope of services under the envisioned contract is as follows: (a) Active and Inactive Status. The District shall, at its discretion, determine which

locations are active or inactive, with the understanding that at least twenty-six

locations will remain active during the term of the contract. The District shall pay a

pro-rated fee for locations that become active or inactive during a calendar month,

from the day of the notification to the contractor of the site’s status. The District shall

notify the contractor in writing of its intent to make a site active or inactive no less

than five (5) business days before the effective date.

The following forty six (46) locations are active at this time:

8

1. 12th St. Oakland City Center BART, 1245 Broadway, Oakland, CA 94612 2. Ashby BART, 3100 Adeline Street, Berkeley, CA 94703 3. Civic Center/UN Plaza BART, 1150 Market Street, San Francisco, CA 94102 4. Coliseum BART, 7200 San Leandro St., Oakland, CA 94621 5. Colma BART, 365 D St., Colma, CA 94014 6. Concord BART, 1451 Oakland Avenue, Concord, CA 94520 7. Daly City BART, 500 John Daly Blvd., Daly City, CA 94014 8. Dublin/Pleasanton BART, 5801 Owens Dr., Pleasanton, CA 94588 9. El Cerrito del Norte BART, 6400 Cutting Blvd., El Cerrito, CA 94804 10. El Cerrito Plaza BART, 6699 Fairmount Avenue, El Cerrito, CA 94530 11. Embarcadero BART, 298 Market Street, San Francisco, CA 94105 12. Fairfield Transit Center, 2110 Cadenasso Dr., Fairfield, CA 94533 13. Fremont BART, 2000 BART Way, Fremont, CA 94536 14. Fruitvale BART, 3401 East 12th Street, Oakland, CA 94601 15. Glen Park BART, 2901 Diamond Street, San Francisco, CA 94131 16. Great America Amtrak, 5099 Stars & Stripes Drive, Santa Clara, CA 95054 17. Lafayette BART, 3601 Deer Hill Road, Lafayette, CA 94549 18. MacArthur BART, 555 40th Street, Oakland, CA 94609 19. Millbrae BART, 200 North Rollins Road, Millbrae, CA 94030 20. Mineta San Jose International Airport, 1661 Airport Blvd., San Jose, CA 95110 21. Montgomery St. BART, 598 Market Street, San Francisco, CA 94105 22. Mountain View Caltrain, 600 W. Evelyn Ave., Mountain View, CA 94041 23. Napa Intermodal Center, 662 Soscol Ave., Napa, CA 94559 24. North Berkeley BART, 1750 Sacramento Street, Berkeley, CA 94702 25. North Concord/Martinez BART, 3700 Port Chicago Highway, Concord, CA 94520 26. Oakland International Airport, 1 Airport Drive, Oakland, CA 94621 27. Orinda BART, 11 Camino Pablo, Orinda, CA 94563 28. Palo Alto Caltrain, 95 University Ave., Palo Alto, CA 94301 29. Pittsburg/Bay Point BART, 1700 West Leland Road, Pittsburg, CA 94565 30. Pleasant Hill/Contra Costa Centre BART, 1365 Treat Blvd., Walnut Creek, CA 94597 31. Powell St. BART, 899 Market Street, San Francisco, CA 94102 32. Richmond BART, 1700 Nevin Avenue, Richmond, CA 94801 33. Rockridge BART, 5660 College Avenue, Oakland, CA 94618 34. San Bruno BART, 1151 Huntington Avenue, San Bruno, CA 94066 35. San Francisco Caltrain, 700 Fourth St., San Francisco, CA 94107 36. San Francisco International Airport, S McDonnell Rd & S Link Rd, San Francisco, CA

94128 37. San Francisco Ferry Building, 1 Ferry Building, San Francisco, CA 94111 38. San Jose/Diridon Caltrain, 65 Cahill St., San Jose, CA 95110 39. San Rafael Transit Center, 624 Third St., San Rafael, CA 94901 40. Santa Rosa Transit Center, 580 2nd Street, Santa Rosa, CA 95401 41. South San Francisco BART, 1333 Mission Road, South San Francisco, CA 94080 42. Transbay Temporary Terminal, 200 Main St., San Francisco, CA 94105

9

43. Union City BART, 10 Union Square, Union City, CA 94587 44. Vallejo Ferry Terminal, 400 Sacramento St., Vallejo, CA 94590 45. Walnut Creek BART, 200 Ygnacio Valley Road, Walnut Creek, CA 94596 46. West Dublin/Pleasanton BART, 6501 Golden Gate Drive, Dublin, CA 94568

The following 108 locations listed below may be added by the District under its option to

include additional locations, at its sole discretion:

1. 16th St. Mission BART, 2000 Mission Street, San Francisco, CA 94110 2. 19th St. Oakland BART, 1900 Broadway, Oakland, CA 94612 3. 22nd St. Caltrain, 1149 22nd St., San Francisco 94107 4. 24th St. Mission BART, 2800 Mission Street, San Francisco, CA 94110 5. Alameda Ferry Terminal, 2990 Main St., Alameda, CA 94501 6. Alum Rock BART, Highway 101 at Santa Clara St., San Jose, CA 95116 7. Antioch Amtrak, 100 I St., Antioch, CA 94509 8. Antioch eBART, Highway 4 near Hillcrest Ave., Antioch, CA 94531 9. Ardenwood Park & Ride, 34867 Ardenwood Blvd. , Fremont, CA 94555 10. Atherton Caltrain, 1 Dinkelspiel Station Lane, Atheton, CA 94027 11. AT&T Park Ferry Terminal, 24 Willie Mays Plaza, San Francisco, CA 94107 12. Balboa Park BART, 401 Geneva Avenue, San Francisco, CA 94112 13. Bay Fair BART, 15242 Hesperian Blvd., San Leandro, CA 94578 14. Bayshore Caltrain, 400 Tunnel Ave., San Francisco, CA 94134 15. Belmont Caltrain, 995 El Camino Real, Belmont, CA 94002 16. Berkeley Amtrak, 700 University Avenue, Berkeley, CA 94710 17. Berryessa BART, Berryessa Rd. between Lundy Ave. and Sierra Rd., San Jose, CA

95133 18. Blossom Hill Caltrain, 5560 Monterey Highway, San Jose, CA 95138 19. Broadway Caltrain, 1190 California Dr. Burlingame, CA 94010 20. Burlingame Caltrain, 290 California Drive, Burlingame, CA 94010 21. Calaveras BART, Calaveras Blvd. near Railroad Ave., Milpitas, CA 95035 22. California Avenue Caltrain, 101 California Ave., Palo Alto, CA 94306 23. Capitol Caltrain, 3400 Monterey Highway, San Jose, CA 95111 24. Castro Street Muni Metro Station, 2400 Market Street, San Francisco, CA 94114 25. Castro Valley BART, 3301 Norbridge Dr., Castro Valley, CA 94546 26. Chinatown Muni Central Subway Station, Stockton and Washington streets, San

Francisco, CA 94108 27. Church Street Muni Metro Station, 2100 Market Street, San Francisco, CA 94114 28. Cloverdale SMART Train Station, Asti Rd. & Citrus Dr., Cloverdale, CA 95425 29. College Park Caltrain, 780 Stockton Ave., San Jose, CA 95110 30. Contra Costa College Transit Center, 2600 Mission Bell Dr., San Pablo, CA 94806 31. Cotati SMART Train Station, E. Cotati Av. & Santero Way, Cotati, CA 94931 32. Downtown Berkeley BART, 2160 Shattuck Avenue, Berkeley, CA 94704 33. Downtown San Jose BART, Santa Clara St. near First St., San Jose, CA 95113

10

34. Eastmont Transit Center, 7101 Foothill Blvd., Oakland, CA 94605 35. Emeryville Amtrak, 5885 Horton St., Emeryville, CA 94608 36. Fairfield-Vacaville Amtrak, 4921 Vanden Rd., Fairfield, CA 94533 37. Forest Hill Muni Metro Station, 376 Laguna Honda Blvd., San Francisco, CA 94116 38. Fourth and Brannan Muni Central Subway Station, Fourth and Brannan streets, San

Francisco, CA 94107 39. Fremont Amtrak/ACE, 37260 Fremont Blvd., Fremont, CA 94536 40. Golden Gate Bridge Toll Plaza, San Francisco, CA 94129 41. Gilroy Caltrain Station, 7150 Monterey St., Gilroy, CA 95020 42. Great Mall/Main Transit Center, Great Mall Parkway near Main St., Milpitas, CA

95035 43. Harbor Bay Ferry Terminal, 215 Adelphian Way, Alameda, CA 94502 44. Hayward Amtrak, 22555 Meekland Ave., Hayward, CA 94541 45. Hayward BART, 699 'B' Street, Hayward, CA 94541 46. Hayward Park Caltrain, 401 Concar Dr., San Mateo, CA 94402 47. Healdsburg SMART Train Station, Fitch St. at Harmon St., Healdsburg, CA 95448 48. Hercules Intermodal Station, Bayfront Blvd. at Sanderling Drive, Hercules, CA 94547 49. Hercules Transit Center, 1400 Willow Ave., Hercules, CA 94564 50. Hilltop Mall, 2200 Hilltop Mall Road, Richmond, CA 94806 51. Hillsdale Caltrain Station, 3333 El Camino Real, San Mateo, CA 94403 52. Irvington BART, Washington Blvd. at Osgood Road, Fremont, CA 94539 53. Lake Merritt BART, 800 Madison Street, Oakland, CA 94607 54. Larkspur Ferry Terminal, 101 E. Sir Francis Drake Blvd., Larkspur, CA 94939 55. Larkspur Ferry SMART Train Station, Larkspur Landing Cir. & Sir Francis Drake Bl.,

Larkspur, CA 94939 56. Lawrence Caltrain, 137 San Zeno Way, Sunnyvale, CA 94086 57. Livermore ACE, 2418 Railroad Avenue, Livermore, CA 94550 58. Mare Island Ferry Terminal, 1050 Nimitz Ave., Vallejo, CA 94592 59. Martinez Amtrak, 601 Marina Vista Ave., Martinez, CA 94553 60. Menlo Park Caltrain, 1120 Merrill St., Menlo Park, CA 94025 61. Milpitas BART, Montague Expressway at Capitol Ave., Milpitas, CA 95035 62. Morgan Hill Caltrain, 17300 Depot St., Morgan Hill, CA 95037 63. Novato – Downtown SMART Train Station, Railroad Ave. & Logan St., Novato, CA

94945 64. Novato - San Marin/Atherton SMART Train Station, Redwood Bl. & Atherton Av.,

Novato, CA 94945 65. Novato - Hamilton SMART Train Station, Main Gate Rd., Novato, CA 94949 66. Oakland/Jack London Square Amtrak, 245 Second St., Oakland, CA 94607 67. Oakland/Jack London Square Ferry Terminal, 539 Water Street, Oakland, CA 94607 68. Petaluma Transit Mall, 1 Copeland St., Petaluma, CA 94952 69. Petaluma - Downtown SMART Train Station, Lakeville St. & E. Washington St.,

Petaluma, CA 94952

11

70. Petaluma - North SMART Train Station, Corona Rd. & N. McDowell Rd., Petaluma, CA 94954

71. Pier 41 Ferry Terminal, San Francisco, CA 94133 72. Pittsburg Center eBART, Pittsburg, CA 94565 73. Pleasanton ACE, 4950 Pleasanton Ave., Pleasanton, CA 94566 74. Redwood City Caltrain Station, 1 James Ave., Redwood City, CA 94063 75. Richmond Parkway Transit Center, 3366 Blume Drive, Richmond, CA 94806 76. Rohnert Park SMART Train Station, Rohnert Park Expressway, Rohnert Park, CA

94928 77. San Antonio Caltrain, 190 Showers Drive, Mountain View, CA 94040 78. San Bruno Caltrain, 481 Huntington Ave., San Bruno, CA 94066 79. San Carlos Caltrain, 599 El Camino Real, San Carlos, CA 94070 80. San Francisco State University Muni Station, 19th and Holloway avenues, San

Francisco, CA 94132 81. San Leandro BART, 1401 San Leandro Blvd., San Leandro, CA 94577 82. San Martin Caltrain, 13400 Monterey Highway, San Martin, CA 95046 83. San Mateo Caltrain Station, 385 First Ave., San Mateo, CA 94401 84. San Rafael - Downtown SMART Train Station, Tamalpais Av. & 3rd St., near San

Rafael Transit Center, San Rafael, CA 94901 85. San Rafael - Marin Civic Center Civic SMART Train Station, Center Dr., San Rafael, CA

94903 86. Santa Clara Caltrain Station, 1001 Railroad Avenue, Santa Clara, CA 95050 87. Santa Rosa SMART Train Station, Guerneville Road, Santa Rosa, CA 95401 88. Santa Rosa SMART Train Station, Railroad Square, Wilson St. & 5th St., Santa Rosa,

CA 95401 89. Sausalito Ferry Terminal, 1 El Portal, Sausalito, CA 94965 90. Sonoma County Airport SMART Train Station, Airport Blvd., Sonoma, CA 95403 91. South Hayward BART, 28601 Dixon Street, Hayward, CA 94544 92. South San Francisco Caltrain, 590 Dubuque Ave., South San Francisco, CA 94080 93. South San Francisco Ferry Terminal, 911 Marina Blvd., South San Francisco, CA 94080 94. Stanford Caltrain, 100 Embarcadero Rd., Palo Alto CA 94301 95. Stonestown Shopping Center, 3251 20th Ave., San Francisco, CA 94132 96. Suisun-Fairfield Amtrak, 177 Main St., Suisun City, CA 94585 97. Sunnyvale Caltrain Station, 121 W. Evelyn Ave. , Sunnyvale, CA 94086 98. Tamien Caltrain Station, 1355 Lick Ave., San Jose, CA 95110 99. Tiburon Ferry Terminal, 21 Main St., Tiburon, CA 100. Transbay Transit Center, 425 Misson St., San Francisco, CA 94105 101. Union Square/Market Street Muni Central Subway Station, Stockton Street at Union

Square, San Francisco, CA 94133 102. Vasco Road ACE, 575 South Vasco Road, Livermore, CA 94550 103. Warm Springs/South Fremont BART, 45193 Warm Springs Blvd., Fremont, CA 94539 104. West Oakland BART, 1451 7th Street, Oakland, CA 94607 105. West Portal Muni Metro Station, 856 Ulloa Street, San Francisco, CA 94127

12

106. Windsor SMART Train Station, Windsor Rd. & Windsor River Rd., Windsor, CA 95492 107. Van Ness Muni Metro Station, 1500 Market Street, San Francisco, CA 94102 108. Yerba Buena/Moscone Muni Central Subway Station, 4th and Folsom streets, San

Francisco, CA 94107 In addition, locations as yet to be identified may be added with a mutual written agreement between the District’s Procurement Department, Project Manager and the selected Proposer (hereinafter the “Contractor”.)

Upon contract signature, the District may conduct a kick-off meeting before work under the contract commences. The Contractor shall work in conjunction with the following AC Transit personnel:

Project Manager: Aaron Priven Service Information Administrator AC Transit 1600 Franklin Street Oakland, CA 94612 David Rossman-Robinson Public Information Systems Assistant AC Transit 1600 Franklin Street Oakland, CA 94612 (b) Maintenance

Maintenance to be covered by the contract includes the following:

• surveying the condition of the information cases and providing written descriptions

and photographs of their conditions to the AC Transit personnel listed above. • posting provided paper or vinyl content in the cases, including placement of

magnets, clips, or other objects to hold the content in place. • cleaning cases; removing stickers and graffiti; replacing permanent decals;

removing debris from bird spikes. • replacing broken glass or other transparent window material.

• repairing or replacing broken or significantly damaged locking mechanisms.

• installing or replacing information case components, such as clips, hinges, Grip-A-Strip display rails, case door handles, or other case parts.

13

The District will be responsible for either providing to or reimbursing (upon submission

of receipts) the contractor for replacement window material (glass or plastic), permanent

decals, information inserts, locks, or other Information Display Case components.

The Contractor is responsible for all labor and other materials (such as tools or cleaning supplies) associated with maintenance. The Contractor is responsible for transportation to the sites and all associated expenses.

(c) General Requirements / Conditions

Activation of site. The Contractor will install vinyl or paper sign inserts provided by the District and make an inventory of cases at any site made active within three (3) business days of notification of the site’s status. The Contractor will also perform other tasks of a “District-directed site visit,” below.

District-directed site visit. Unless otherwise specified below, the Contractor will

visit any hub location within three (3) business days (or another mutually-agreed upon timeframe) at the direction of AC Transit’s project manager. Each site visit directed by the District shall include:

• inspecting each Information Display Case at the location.

• when paper or vinyl inserts are provided by the District,

placing or replacing them in the information display cases.

• when permanent decal material is provided by the District, placing or replacing them on Information Display Cases.

• when information case components are provided by the

District, installing them in the display cases.

• The Contractor will pick up decal material or updated signs at AC Transit’s General Offices, 1600 Franklin St., Oakland, CA 94612 from the Project Manager or designee.

After each visit, within three (3) business days, the Contractor must provide a report to the Project Manager regarding the condition of each Information Display Case at the hub location visited. This report should be made via electronic mail (or other mutually agreed upon method) and accompanied by photographs of conditions at the site, including photographs before and after any work completed.

Although some locations will require more District-directed site visits and some will require fewer District-directed site visits, it is expected that on

14

average each location will need to be visited once a month for inspection and once every three months for updated sign placement. The total number of District-directed site visits each month for inspection or update of information shall not exceed two (2) times the number of active locations. This is a combined limit for all sites, not a limit on visits to any one particular site.

Cleaning and repair. The District will notify the Contractor when it

becomes aware of any vandalized or damaged case. The Contractor is responsible for repairing damaged or vandalized cases within two (2) business days of the notification, or 24 hours of the notification if the damaged or vandalized case is unsafe (for example, by exposing sharp or broken glass or other objects). Repairs for which the Contractor is responsible include:

• Cleaning or removing stickers, graffiti, or debris from Information

Display Cases. Contractor is responsible for furnishing and installing all materials for cleaning or removal of decals or stickers.

• Replacing damaged glass or plastic window material with like material.

• Replacing damaged lock mechanisms with like equipment,

pinned to match existing keys. • Making other minor repairs such as replacing missing or

damaged Information Display Case components.

• Removing or covering cases that are unsafe.

The limit on District-directed site visits listed above shall not apply to visits for the purposes of cleaning and repair.

The Contractor shall be responsible for all work performed, including any done by subcontractors. Work should conform to all manufacturers recommended installation procedures and all applicable legal requirements.

5. Price Proposal Content The Price Proposal shall be submitted in a separate sealed envelope. Proposer shall follow the sample form and provide a monthly fee for the minimum twenty-six (26) sites, and an additional monthly fee for each site above that number. Note that twice this number is the limit of District-Directed Site Visits each month.

A. The Proposer must submit one (1) original and two (2) copies of each Cost Proposal,

along with two (2) sets of CDs/Flash Drives with versions in Microsoft Excel or pdf.

The original shall be loose-bound and suitable for photocopy reproduction.

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 16 of 47 January 11, 2019

Section III - Standard Instructions to Proposers

1. Revisions/Addenda to RFP/Solicitation If it becomes necessary to revise any part of this Request for Proposal (RFP), or if additional information is necessary to enable the Proposers to make an adequate interpretation of the provisions of this RFP for proposal, an Addendum to the RFP will be provided to Proposers. Proposers must acknowledge receipt of all Solicitation Addenda in proposals submitted to the District via the RFP Cover Page form located in the Attachments section.

2. Explanation to Proposers

Any explanation desired by a Proposer regarding the meaning or interpretation of this solicitation must be requested in writing and received prior to date specified in the “Schedule of Events” in the Special Instructions to Proposers Section. All information provided to any Proposer concerning this solicitation will be furnished to all Proposers by Adddendum.

3. Verbal Agreements

No prior, current, or post-award verbal conversations or agreement(s) with any officer, agent, or employee of the District shall affect or modify any terms or obligations of this RFP or any Contract that may result from this procurement. Oral explanations or instructions will not be binding.

4. Signature Requirements

A. Proposals must be signed by a duly authorized officer(s) eligible to sign contract documents for the Proposer (the "Authorized Signer").

B. Consortiums, joint ventures, or teams submitting proposals, although permitted and

encouraged, will not be considered responsive unless it is established that all contractual responsibility rests solely with one distinct legal entity. The submittal should indicate the responsible entity.

5. Evaluation Process

Evaluations will be made in accordance with the evaluation criteria and procedures specified herein.

A. Responsiveness

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 17 of 47 January 11, 2019

Exceptions, conditions, reservations or understandings that are explicitly, fully and separately stated will be carefully evaluated for their acceptability. If the stated exceptions are unduly extensive or otherwise unacceptable, the District reserves the right to disqualify the associated proposal as unresponsive.

B. Responsibility

The District’s Procurement staff will also make a determination of a proposing firm’s professional ‘Responsibility.” If a proposing firm cannot demonstrate adequate professional credentials for the purposes of the envisioned contract, the associated proposal will be disqualified from further consideration. A contract may only be awarded to a firm determined to meet the Responsibility requirements discussed above.

C. Competitive Range

Technical proposals will be evaluated on the basis of each reviewer’s numerical assessment of relative strength or weakness against the non-price based criteria stated in the chart below. These scores will be aggregated and adjusted according to the relative weight each evaluation factor carries.

D. Evaluation Criteria:

The evaluation criteria outlined below will be used to evaluate each technical proposal:

WEIGHT ASSIGMENT FOR PROPOSAL EVALUATION CRITERIA

Evaluation Criteria Relative Weight

1. Clarity, conciseness, and responsiveness of Proposal and evidence of suitable Responsibility to perform identified services

Pass/Fail

2. Technical Skills of Firm; Candidate’s Qualifications and Experience in Maintaining TID Cases; Demonstrated Understanding of the Scope of Services Relevant to this Contracting Opportunity.

50%

3. Past Performance; Proposal must include references to contract engagements with other customers, with a similar scope and geographical range of duties as those called for in this RFP.

15%

4. Pricing Considerations 35%

TOTAL 100%

E. Evaluation Scoring of Non Price Factors

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 18 of 47 January 11, 2019

This evaluation process will be used to determine those Proposers in the competitive range. The determination will be based on an overall score, arrived at separately by the members of the District’s Evaluation Team and tabulated by the District’s Procurement staff for each Proposer.

(1) The Proposals will be evaluated based on each Reviewer’s determination of each

criteria and sub-criteria compared to the degree of compliance with Contract

requirements. Scores will be assigned according to the following five point scale:

5 = Exceptional Fully compliant with RFP requirements, with desirable strengths, no significant risks, or weaknesses or omissions. 4 = Compliant Fully compliant with RFP requirements - Meets in all aspects and may in some cases exceed the critical requirements. 3 = Good Generally compliant with RFP requirements; some minor errors, or risks, or weaknesses or omissions. Minor weaknesses can be readily corrected. 2 = Minimal Minimally compliant with RFP requirements; errors, or risks, or weaknesses or omissions; possible to correct and make acceptable. 1 = Deficient Non-compliant with RFP requirements; errors, or risks, or weaknesses or omissions; difficult to correct and make acceptable. 0 = Unacceptable Totally deficient and not in compliance with RFP requirements; demonstrates a lack of understanding of RFP requirements; extremely difficult and time consuming to correct.

(2) Evaluators may utilize non-whole numbers, i.e. decimals, in providing their raw scores. Any extreme proposal deficiencies which may render a Proposal unacceptable will be documented. The District’s Evaluation Team members will make specific note of questions, issues, concerns and areas requiring clarification by Proposer and to be discussed in any meetings with Proposers the District finds to be within the competitive range.

(3) Evaluation Criteria: Price Factor

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 19 of 47 January 11, 2019

35% of all points available will be allocated to the firm proposing the most favorable pricing terms to the District. Other proposing firms will be allocated points based on a pro-rata basis, such that a proposal twice as costly as the most favorable proposal would receive half the available points (i.e. 17.5%).

(4) Discussions with Proposers in the Competitive Range

Once a competitive range is determined, the District may elect to enter into discussions with proposers deemed to be within that range. Any such discussions will be focused on clearing up any questions or concerns that arise in connection with a given proposal, and will not factor into the Evaluation Panel’s scoring process. No information will be provided to any such proposer about any other proposers in the competitive range, nor be told of their rankings among the others.

(5) Presentations and/or Interviews

Proposers in the competitive range may be required to give an oral presentation and/or interview regarding their proposal. If presentations and/or interviews are arranged, they will be conducted with all proposers determined to be within the competitive range.

(7) Best and Final Offers

After any such discussions, interviews and/or presentations have been concluded (or in the event the District elects to forego such interactions) The District may wish to solicit Best and Final Offers (“BAFO”) from proposers within the competitive range. In such case, each remaining candidate will be afforded an equal opportunity to modify its original proposal. The District will send a written notice to each, comprised of the following:

(a) Notice that discussions/negotiations are concluded; (b) Notice of the opportunity to submit a BAFO; (c) A common due date and time for the submission of a written BAFO; (d) Notice that the submission due date must be met in order to modify the

original proposal. If a Proposer does not submit a timely BAFO, its preceding offer will be deemed to be its “Best and Final” offer for further evaluation purposes.

(e) Notice that any modifications to features of firm’s original proposal must be

clearly identified as such in the written BAFO.

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 20 of 47 January 11, 2019

The District’s Evaluation Team will evaluate the BAFO using the same criteria used to evaluate the original Proposals, for items that have been re-addressed in the BAFO. These final scores will again be compiled and final rankings established.

6. Recommendation to Award

The District’s Evaluation Team will recommend that the contract be awarded to the proposing firm that submitted the highest scoring proposal, based on the evaluation factors identified on Page 17 above. This recommendation will take the form of a Staff Report to the District’s Board of Directors, in which the results of the evaluations will be documented.

The District’s Board of Directors reserves the option of accepting the recommendation or suggesting award to another firm if it determines that such a selection is in the best interests of the District.

7. Vendor Registration

Online Vendor Registration is required prior to contract award. Proposers should access www.actransit.org, select: Doing Business with AC Transit, Vendor Login and Registration, and Vendor Registration, to register as an Online Purchasing User. To complete the process, include a W-9, Request for Taxpayer Identification Number and Certification (containing original signature) in proposals. If online access is not available, contact the Contracts Specialist for instructions.

8. News Releases

Written approval by the District shall be required prior to any public disclosure regarding this RFP or any subsequent selection or contract award.

9. Reserved Rights

A. In the event that funding is eliminated or decreased, the District reserves the right to

terminate any Contract or modify it accordingly. The envisioned contract is part of a

program of sign maintenance funded by the Metropolitan Transportation Commission and

the San Francisco Bay Area Rapid Transit District. If this funding arrangement is cancelled,

the contract resulting from this solicitation may be terminated. The District makes no

representations that any Contract will be awarded to any Proposer responding to this RFP.

B. The District reserves the right to waive any immaterial irregularities in any and all

proposals.

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 21 of 47 January 11, 2019

C. The District reserves the right to reject all proposals and re-solicit or cancel this

procurement if deemed by the District to be in its best interest, without indicating any

reasons for such rejection(s).

D. The District reserves the right to enter into a Contract with any Proposer based upon the

initial proposal or on the basis of a best and final offer without conducting interviews.

E. The District reserves the right to award in whole or in part, by line item or group, or to

make multiple awards or no award, whatever is in the best interests of the District.

10. Cost of Proposal and Pre-Contractual Expenses This RFP does not commit the District to pay for costs incurred in the preparation of a proposal or for any other pre-contractual expenses incurred by any Proposer. Proposer shall not include any such expenses as part of the Proposal offer in response to the RFP. Pre-contractual expenses are defined as expenses incurred by Proposer in: A. Proposals in response to this RFP.

B. Costs associated with interviews and meetings (including travel expenses) incurred in

responding to this RFP.

C. Other expenses incurred by a Proposer prior to the date of award and formal Notice to

Proceed for any contract.

11. Pricing and Financial Information A. Each Proposer shall submit a Price Proposal in accordance with the Special Instructions to

Proposers. The price must be valid for a minimum of one hundred eighty (180) days from

date of submittal.

12. Waiver

By submission of its proposal, the Proposer represents and warrants that it has sufficiently informed itself in all matters affecting the performance of the work or the furnishing of the labor, services, supplies, materials, or equipment called for in the solicitation; that it has checked its proposal for errors and omissions; that the prices stated in its proposal are correct and as intended by it; and are a complete and correct statement of its prices for providing all the labor, services, supplies, materials, equipment and other resources required.

13. Public Records/Confidentiality

A. The proposals received in response to this RFP become the exclusive property of the

District.

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 22 of 47 January 11, 2019

B. When a Contract award is approved by the District, all proposals submitted in response to

this RFP shall become a matter of public record and shall be regarded as public records.

Those elements of each proposal which are marked as “CONFIDENTIAL”, or

“PROPRIETARY” and are determined by the District to be confidential shall be exempt

from being deemed as a public record.

C. If required by law or by an order of a court, the District may be required to disclose such

records or portions thereof, including without limitation those so marked.

D. Proposals that indiscriminately identify all or most of the proposal as exempt from

disclosure without justification may be technically unacceptable as privileged information

and be subject to public disclosure.

E. In the event a proprietary information designation is challenged by a third party, the

proposer agrees to provide legal counsel or other necessary assistance to indemnify the

District, defend the designation and agrees to hold the District harmless for any costs or

damages arising from such challenge.

14. Completeness of Proposal

Only those proposals which provide for all of the required services will be considered responsive.

15. Knowledge of Proposal/Price Conditions

Before submitting a Proposal, the Proposer shall carefully read all sections of this RFP and shall fully inform itself as to all existing conditions and limitations.

16. Black Out Provision

No Proposer, including anyone directly or indirectly on behalf of such Proposer, shall attempt to influence any part of the process. From the time the RFP is issued until District’s Board of Directors makes the Contract Award (the “Black-Out Period”), Proposers are restricted from attempting to influence in any manner the decision making process through, including, but not limited to, the use of paid media; contacting or lobbying the District’s Board of Directors or General Manager (GM) or any District employee; contacting reporters; contacting RFP evaluators; submitting letters, e-mail messages or other similar forms of communications to the editor of newspapers and other media for publication or ghostwriting or otherwise requesting others to submit such letters, e-mail messages or other similar forms of communication; answering questions regarding the RFP or their Proposals during the “Black-Out Period” or in any other way which could be construed to influence any part of the decision making process about this RFP. Violation of this provision may result in a proposal being disqualified.

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 23 of 47 January 11, 2019

17. Debarred Proposers

At the time of proposal submittal, the Proposer, including any of its officers or holders of a controlling interest, is obligated to inform the District whether or not it is or has been on any debarred Proposers’ list maintained by the U.S. Government and the State of California.

18. Protest Procedures

A link to the District’s bid protest procedures is listed below: You may also view District Board

Policy 468 by logging into www.actransit.org, then click on the “About Us” tab, then selecting “Board of Directors”, then “Board Policies”, and then selecting Board Policy 468; Procurement Protest Procedures.

http://www.actransit.org/wp-content/uploads/board_policies/BP%20468%20-

%20Procurement%20Protest-1.pdf

The remainder of this page is intentionally left blank

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 24 of 47 January 11, 2019

Section IV - Proposal Forms To be Completed and Returned by Proposers

Checklist

Attachment A RFP Cover Page

Attachment B Proposer Statement of Qualifications and Business References

Attachment C Subcontractor Report ---------------------------------------------------------------------------------------------------------------------------------------

Attachment D Fee Proposal (to be submitted in separate sealed envelope)

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 25 of 47 January 11, 2019

Attachment A

RFP Cover Page

Name of Business: _______________________________________________________________________

Type of Business: Sole Proprietor Partnership Joint Venture Corporation (Incorporated under

the State of ___)

Primary Business Address:________________________________________________________________

Contact Name: _____________________________________________ Title: ________________________

Email: ____________________________________________________ Phone #: _____________________

Receipt of _____________________ (insert/list #) Addenda

The Proposer warrants and represents that it has received all Addenda issued by the District in

connection with this solicitation.

Proposal Validity

Proposal shall remain valid for a period of not less than 180 days from the date of submittal.

Insurance

The Proposer agrees to comply with the insurance requirements provided in Sample Contract, Exhibit

B: Special Terms and Conditions.

Non-Collusion

The Proposer has made this proposal independently, without consultation, communication, or

agreement for the purpose of restricting competition as to any matter relating to Request for

Proposals with any other firm or with any other competitor.

Non-Conflict:

The Proposer covenants that it presently has no interest, direct or indirect, which would conflict in

any manner or degree with the performance of the services called for under this agreement. The

Proposer further covenants that in the performance of this agreement, no person having any such

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 26 of 47 January 11, 2019

interest shall be employed by the Proposer, and that the Proposer receives no commissions or other

payments from parties other than the District as a result of work performed.

Equal Employment Opportunity:

The Proposer agrees to comply with the Civil Rights Act, and agrees to have a complaint procedure

where violations of the Act can be reported and appropriately adjudicated. The Proposer agrees to

comply with applicable Federal laws, implementing regulations, and other implementing

requirements the FTA may issue. In addition the Proposer agrees to provide workforce data reports

as may be periodically requested by the District.

Drug Free Workplace:

The Proposer certifies, pursuant to the definitions regarding a Drug Free Workplace provided in the

Federal Acquisition Regulation System (“FAR”), Procedures for Transportation Workplace Drug &

Alcohol Testing Programs, 49 CFR 40, and Prevention of Alcohol Misuse & Prohibited Drug Use in

Transit Operation, 49 CFR 655, as amended, to the best of its knowledge and belief that it and its

principles maintain a workplace(s) safe and free from “controlled substances” as described in the

Controlled Substances Act (21 U.S.C. 812) and as further described in regulations 21 CFR 1308.11 -

1308.15.

Debarment, Suspension and Other Ineligibility and Voluntary Exclusion Lower Tier Covered

Transactions

The Proposer certifies, by submission of this Proposal and certification, that neither it nor its

principals is presently debarred, suspended, proposed for debarment, declared ineligible, or

voluntarily excluded from participation in this transaction by any State of California or U.S. Federal

department or District.

The undersigned agrees to comply with the above referenced provisions and certifies that all information

included in your proposal is, to the best of your knowledge, true, accurate and complete. Furthermore, upon

execution of a Contract, to furnish the District with services and/or goods, in accordance with the terms

outlined in this solicitation (including all addenda) and in the manner and at the prices proposed.

Typed name: ______________________________________ Title: ________________________________

Signature: ________________________________________ Date: ________________

Typed name: ______________________________________ Title: ________________________________

Signature: ________________________________________ Date: ________________

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 27 of 47 January 11, 2019

Attachment B PROPOSER’S STATEMENT OF QUALIFICATIONS & BUSINESS REFERENCES

A. Proposer Name: ___________________________________________________________

B. How many years has your firm been in business?

_______________________________________________

C. Give information below about all your current and ongoing major accounts. (Attach

additional sheets if necessary.)

Client Location Type of Work Value of Work

Percent Completed of Overall

Project

Scheduled Completion

Date

(Continued on following page) D. List all key projects your organization has completed similar in nature to the scope of

services outlined in this solicitation during at least the last three (3) years in the following tabulation.

Client Location

(District/state)

Type of Work Value of Work Year Started

Year Completed

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 28 of 47 January 11, 2019

Client Location

(District/state)

Type of Work Value of Work Year Started

Year Completed

(Attach additional sheets if necessary.)

E. Give information below about the relevant experience of the principal individuals of your present organization including those individuals to be in responsible charge of this project. Attach additional sheets if necessary.

Individual's Name

Title

Years of Professional Experience

Type of Work

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 29 of 47 January 11, 2019

F. References: List Professional references for who your organization has performed work similar in nature to the scope of services outlined in this solicitation.

Business Name Contact Person Phone Email

(Attach additional sheets if necessary)

G. Has your firm ever defaulted on a contract? No Yes If yes, please explain below.

Attach additional sheets if necessary.

___________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________

H. Is any pending litigation or adverse findings against your organization?

No Yes If yes, please explain below. Attach additional sheets if necessary.

___________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 30 of 47 January 11, 2019

Attachment C: Subcontractor Report

To the extent that a Proposer wishes to sub-contract any portion of the services called for in this RFP, the Proposer is required to furnish the following information in accordance with the provisions of Public Contract Code Sections 4100 to 4113, inclusive. This list and information shall include all subcontractors that will perform work, provide labor or render services to the Proposer in connection with the project in an amount in excess of one-half of one percent (0.5%) of the total contract value. If there is no intention on the part of a Proposer to subcontract any of the services, please return the following form marked “non-applicable”.

Prime/Subcontractor/Supplier Name/Address/Contact Information

Type of Work or Materials

Dollar Amount of Work/ Materials

Check if Applicable

DBE/SBE Certifying Agency (i.e. State of CA) DBE SBE

Name:

Address:

Contact Person:

Phone:

Email:

License No (if applicable):

Name:

Address:

Contact Person:

Phone:

Email:

License No (if applicable):

Name:

Address:

Contact Person:

Phone:

Email:

License No (if applicable):

Name:

Address:

Contact Person:

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 31 of 47 January 11, 2019

Phone:

Email:

License No (if applicable):

(DO NOT LIST ALTERNATIVE SUBCONTRACTORS FOR THE SAME WORK.

ATTACH ADDITIONAL SHEETS AS NECESSARY)

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 32 of 47 January 11, 2019

Attachment D

Fee Proposal Form

The District requires the services of a contractor to perform maintenance on

Information Display Cases at a minimum of 26 locations throughout the Bay

Area. Each site shall be assigned a separate account number for billing

purposes.

Active Information Display Case location: $ /Monthly

OPTION PRICED

Priced Option for maintenance of up to fifty (50) locations

$ /Monthly

QUOTATIONS SHALL NOT INCLUDE TAXES

COMPANY NAME:___________________________________________

NAME OF REPRESENTATIVE:_________________________________

TELEPHONE NUMBER;_______________________________________

FAX NUMBER: _______________________________________________

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 33 of 47 January 11, 2019

Sample Contract

THIS CONTRACT is made and entered into this 1 s t day of July, 2019, by and between ALAMEDA‐CONTRA COSTA TRANSIT DISTRICT (hereinafter “District”), a special transit district established pursuant to California Public Utilities Code, Section 24501 et seq., and __________________., a ______ corporation (hereinafter “Contractor”).

THE PARTIES AGREE AS FOLLOWS:

1. SCOPE OF SERVICES Contractor shall provide maintenance services on transit information display cases in full accordance with its proposal in response to District’s Request for Proposals No. 2019-1433 prepared and issued by the District entitled Transit Information Display (“TID”) Cases; Maintenance Services, as further set forth in Exhibit A – Scope of Services.

2. COMPONENT PARTS This Contract shall consist of the following documents:

• Exhibit A – Scope of Services

• Exhibit B – Special Terms and Conditions

• Exhibit C – Standard Terms and Conditions

• Exhibit D – Proposer’s Proposal Dated June 15, 2019

IN WITNESS WHEREOF, the parties have executed this Contract on the dates set forth below.

ALAMEDA‐CONTRA COSTA {CONTRACTOR}: TRANSIT DISTRICT:

________________________________ ________________________________ Michael Hursh Date Signature Date General Manager

______________________________ Printed Name Approved as to Form and Content:

________________________________ ________________________________

Denise C. Standridge Date Title

General Counsel

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 34 of 47 January 11, 2019

Exhibit A

Scope of Services

1. Service Description

(Please See Scope of Services Section of RFP; Pages 7-14)

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 35 of 47 January 11, 2019

Exhibit B

Special Terms and Conditions

1. Term of Contract

The term of this contract shall be thirty (30) months, starting on July 1, 2019 and ending on December 31, 2021. At District’s sole discretion, it may elect to exercise one (1) option to extend by thirty (30) months.

2. Method of Compensation

Payments shall be made based on per site monthly rates as proposed and accepted by the District.

3. Contract Order of Precedence

Upon award, the following shall comprise the entire agreement between the parties. In the event of a conflict in the provisions of the Contract, as accepted by the District and as they may be amended, the following shall prevail in the order set forth below:

A. These Special Terms and Conditions

B. District’s Standard Terms and Conditions (see Exhibit C hereto)

C. Scope of Services (Exhibit A)

D. Any additional termsContractor’s Proposal, dated {June 15, 2019}.

4. Termination Provisions:

A. Termination for Cause

In the event the Contractor breaches the terms or violates the conditions of this Agreement, and does not within ten (10) days of written notice from the District cure such breach or violation, the District may immediately terminate this agreement, and shall pay the Contractor only its allowable costs to the date of termination.

B. Termination for Convenience The District may terminate this Agreement, in whole or in part, at any time for the District's convenience and without cause at any time by giving the Contractor written notice of termination. The Contractor will be paid for those services performed pursuant to this Agreement to the satisfaction of the District up to the date of notice of termination. The Contractor shall promptly submit its termination claim. If the

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 36 of 47 January 11, 2019

Contractor has any property in its possession belonging to the District, the Contractor will account for the same and dispose of it in the manner the District directs.

5. Notices

A. Any notice, consent or other communication (“Notice”) required or permitted

under this Contract shall be in writing and either delivered in person, mailed or

electronically delivered as follows:

THE DISTRICT CONTRACTOR Director of Procurement Contact AC Transit Proposer Name 1600 Franklin Street Proposer Address Oakland, CA 94612 Phone (510) 891-5493 Proposer Phone #: Email: Proposer Email:

B. A Notice shall be deemed received at the time it is personally served, on the day it

is sent by facsimile transmission, on the second day after its deposit with any

commercial air courier or express services or, if mailed, ten (10) days after the

Notice is deposited in the United States mail as above provided. Any time period

stated in a Notice shall be computed from the time the Notice is deemed received.

Either party may change its mailing address or the person to receive Notice by

notifying the other party as provided in this section. This requirement for duplicate

notice is not intended to change the effective date of the Notice sent by facsimile

transmission.

6. Small Business Enterprises A. While the District has not established specific percentage goals for the envisioned

contract, the District nevertheless seeks to utilize Small Business Enterprises (SBE),

Small-Local Business Enterprise (SLBE) and Micro Business Enterprises (MBE) to the

extent permissible by law, when such businesses are available and the price of their

goods, material or services sought is reasonable and competitive in the

marketplace.

7. Insurance Requirements

A. The Contractor is primarily responsible for the risk management of its work under

this Contract, including but not limited to obtaining and maintaining the required

insurance and establishing and maintaining a reasonable risk control and safety

program. The District reserves the right to amend the requirements herein at any

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 37 of 47 January 11, 2019

time during the term of this contract, subject to at least sixty (60) days written

notice and an appropriate adjustment of the compensation terms of the Contractor

to offset any attributable increase in the Contractor’s costs. Any and all of the

Contractor’s sub-contractors must meet the requirements of this Section and

Contractor shall include the terms of this Section in each contract with sub-

contractors.

B. Prior to beginning the work under this Contract and without limiting any liabilities

or other obligations of Contractor, Contractor shall obtain and maintain, and/or

cause to be obtained and maintained, the required forms and minimum amounts of

insurance coverages as outlined below. Contractor’s responsibility and liability for

the services provided by its subcontractors is not limited in any fashion by the types

and limits of subcontractors’ insurance. Coverages shall be in full force and

effective during the terms of this Contract.

C. Insurance is to be placed with California admitted insurers having a current A.M.

Best & Co. rating of no less than “A-VII”.

D. All Insurance Coverages

Upon execution of the Contract, all required insurance coverages must be evidenced to the District through receipt of acceptable certificate(s) of insurance, executed by a duly authorized representative of each insurer, showing full compliance with the insurance requirements set forth in this Section.

i. Failure of the District to demand such certificate(s) or other evidence of full

compliance with these insurance requirements or failure of the District to identify a deficiency from the evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance.

ii. Certificate(s) of insurance is to be mailed to the following address or such

other addresses as designated by the District:

iii. Michael Daly Contracts Specialist AC Transit 1600 Franklin Street, 6th Floor Oakland, CA 94612 Email: [email protected]

iv. If the Contractor maintains broader coverage and/or higher limits than the minimums shown above, the District requires and shall be entitled to the

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 38 of 47 January 11, 2019

broader coverage and/or higher limits maintained by Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the District.

v. Failure to maintain the required insurance may result in the termination of this Contract at the District’s option.

vi. If the Contractor fails to maintain the insurance as set forth in this Section, the District shall have the right, but not the obligation, to purchase said insurance at Contractor’s expense.

vii. Contractor shall provide certified copies of all insurance policies required in this Section within ten (10) days of the District’s written request of said copies.

viii. The Contractor’s insurance company(ies) and third party administrators are subject to approval by the District as well as any use of partial or full self-insurance programs. This includes the use and amounts of deductibles and/or self-insured retentions.

ix. Each insurance policy shall not be subject to lapse, cancellation or material change in coverage unless at least sixty (60) days prior to written notice is provided to the District.

x. Each insurance policy shall be written on a primary coverage basis, including any self-insured retentions, unless expressly approved by the District, in writing.

xi. Each insurance policy, with the exception of the workers’ compensation policies, shall include by specific endorsement the following as additional insureds:

a. “The District, its Directors, agents, officers, and employees.”

xii. In addition, any person or entity shall be added as an additional insured upon the request of the District to the Contractor.

xiii. Any failure by the Contractor to comply with the reporting requirements of the

required insurance coverage shall not affect the coverage provided to the District, its Directors, agents, officers, and employees.

xiv. If Contractor’s liability policies do not contain a separation of insureds

provision, or a substantially similar clause, they shall be endorsed to provide cross-liability coverage.

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 39 of 47 January 11, 2019

xv. To the extent permitted by insurance, Contractor waives all rights of subrogation or similar rights against the District and its members and each of their respective agents, officers, employees and directors.

xvi. By requiring the insurance in this Section, the District does not represent that coverage and limits will be adequate to protect Contractor, and such coverage and limits shall not be deemed as a limitation on Contractor liability under the indemnities granted by the District in this Contract.

xvii. Claims-Made Insurance If any insurance specified below shall be provided on a claim-made basis, then in addition to coverage requirements above, such policy shall provide that:

a. Policy retroactive date coincides with or precedes the Contractor's start

of work (including subsequent policies purchased as renewals or replacements).

b. Contractor shall make every effort to maintain similar insurance for at least five (5) years following project completion, including the requirement of adding all named insureds.

c. If insurance is terminated for any reason, Contractor agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement or Permit.

d. Policy allows for reporting of circumstances or incidents that might give rise to future claims.

E. Commercial General Liability Insurance

i. Contractor shall maintain general liability and, if necessary, excess/umbrella insurance with a limit of liability not less than One Million Dollars ($1,000,000.00) per occurrence and Two Million Dollars ($2,000,000.00) annual aggregate. The aggregate limit shall apply separately to this Contract. The insurance shall, at a minimum, cover liability arising from premises, operations, independent contractors, products and completed operations, personal injury, advertising injury and liability assumed under insured contract, including the tort liability of another assumed in a business contract. There shall be no endorsement or modification limiting the scope of coverage for liability arising from pollution or employment-related practices.

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 40 of 47 January 11, 2019

ii. Coverage for claims or incidents occurring, but not known, during the policy period will extend for a period of at least three (3) years past acceptance, cancellation or termination of the Work.

F. Automobile Liability Insurance

i. Contractor shall maintain automobile liability and, if necessary, excess/umbrella insurance with a limit of liability of not less than One Million Dollars ($1,000,000.00) combined single limit per occurrence applicable to all owned, non-owned and hired vehicles. Contractor shall also maintain uninsured and underinsured motorist coverage with limits of liability of not less than $2,000,000 each accident. Such insurance shall cover liability arising out of any vehicle, including owned, hired, leased, borrowed and non-owned vehicles. If necessary, the policy shall be endorsed to provide contractual liability coverage.

ii. With respect the District’s vehicles loaned or leased to Contractor for the completion of the Work, the District shall be named as loss payee. In the event of a loss, Contractor will be responsible for the cost of repairing or replacing the vehicle with vehicles of like kind and quality.

G. Workers Compensation Insurance

Contractor shall maintain workers compensation and employers liability insurance for the limit of the applicable statutory benefit for worker’s compensation and One Million Dollars ($1,000,000.00) per accident or disease applicable to Employer’s Liability coverage for all employees engaged in services or operations under this Agreeement. Coverage shall be specifically endorsed to include the insurer’s Waiver of Subrogation in favor of Contractor. accident for bodily injury by accident and $2,000,000 each employee for bodily injury by disease.

8. Electronic Contract Monitoring

For contract monitoring and tracking purposes, the District utilizes a system known as

“B2GNow”. This is an interactive system which requires all tiers of contractors to login and submit payment data for prompt payment compliance and subcontractor utilization purposes. NOTE: If no subcontractors are being proposed, the foregoing requirement may be waived.

9. Rights in Data

The term “subject data” as used herein means recorded information, whether or not copyrighted, that is delivered under this Contract. The term includes graphic or pictorial delineation in media, text in specifications or related performance or design-

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 41 of 47 January 11, 2019

type documents and machine forms. Except for its own internal use, Contractor may not publish or reproduce such data in whole or in part, nor may Contractor authorize others to do so, without the written consent of the District, until such time as the District may have either released or approved release of such data. In the event that the scope of services in this Contract is not completed, all data generated under this Contract shall become subject data and shall be delivered as the District may direct.

10. Release of Information Before releasing any reports, promotional materials or information prepared in connection with this RFP and subsequent Contract, the Contractor shall provide a copy or copies for first review by the District. Contractor shall not use the District’s logo without specific written permission from the District Designated Representative.

11. Indemnification A. Contractor, its successors, assigns and guarantors, shall pay, defend, indemnify and

hold harmless the District, and the agents, representatives, officers, directors and

employees of the District (Indemnified Group) from and against all allegations,

demands, proceedings, suits, actions, claims, damages, losses, expenses, including

but not limited to, reasonable attorney fees, court costs, and the cost of appellate

proceedings, and all claim adjusting and handling expense, related to, arising from

or out of any actions, acts, errors, mistakes or omissions caused in whole or part by

Contractor relating to work or services in the performance of this contract,

including but not limited to, work or services by any subcontractor or anyone

directly or indirectly employed by or contracting with a Contractor or a

subcontractor or anyone for whose acts any of them may be liable and any injury or

damages claimed by any of Contractor’s and subcontractor’s employees or

subcontractors.

B. If any claim, action or proceeding is brought against the Indemnified Group, by

reason of any event that is the subject of this contract and or described herein,

Contractor, at its sole cost and expense, shall pay, resist or defend such claim or

action on behalf of the Indemnified Group by attorney of Contractor, or if covered

by insurance, Contractor’s insurer, all of which must be approved by the District

which approval shall not be unreasonably withheld or delayed. The District shall

cooperate with all reasonable efforts in the handling and defense of such claim.

Included in the foregoing, the District may engage its own attorney to defend or

assist in its defense, and the Contractor shall pay the reasonable costs and

expenses thereof. Any settlement of claims must fully release and discharge the

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 42 of 47 January 11, 2019

Indemnified Group from any further liability for those claims. The release and

discharge shall be in writing and shall be subject to approval by the District, which

approval shall not be unreasonably withheld or delayed. If Contractor, its agents or

employees, neglects or refuses to defend the Indemnified Group as provided by this

contract, any recovery or judgment against the Indemnified Group for a claim

covered under this contract shall conclusively establish Contractor’s liability to the

Indemnified Group in connection with such recovery or judgment, and if the District

desires to settle such dispute, the District shall be entitled to settle such dispute in

good faith and Contractor shall be liable for the amount of such settlement, and all

expenses connected to the defense, including reasonable attorney fees, and other

investigative and claims adjusting expenses.

C. Insurance provisions set forth in this contract are separate and independent from

the indemnity provisions of this paragraph and shall not be construed in any way to

limit the scope and magnitude of the indemnity provisions. The indemnity

provisions of this paragraph shall not be construed in any way to limit the scope

and magnitude and applicability of the insurance provisions.

12. Notice of Labor Disputes

A. If the Contractor has knowledge that any actual or potential labor dispute is

delaying or threatens to delay the timely performance of this Contract, the

Contractor immediately should give notice, including all relevant information, to

the District’s Project Manager and the District’s Contracts Specialist.

B. The Contractor agrees to insert the substance of this clause, including this

paragraph in any subcontract under which a labor dispute may delay the timely

performance of this Contract; except that each subcontract should provide that in

the event its timely performance is delayed or threatened by delay by any actual or

potential labor dispute, the subcontractor should immediately notify the next

higher tier subcontractor or the Contractor, as the case may be, of all relevant

information concerning the dispute.

13. Removal of Contractor’s Personnel

A. The Contractor acknowledges that any person assigned to work under this Contract

must perform their duties so as to not unduly impair contract performance. By

assigning a person to work under this Contract, the Contractor and any Service

Delivery Provider agree to be responsible for the behavior of that person during

contract performance.

Transit Information Display (“TID”) Cases; Maintenance Services RFP 2019-1433

AC Transit Page 43 of 47 January 11, 2019

B. The Contractor acknowledges that the District has the right to require the removal

of any Contractor and any Service Delivery Provider employee that the District

determines at its sole discretion to be negatively affecting performance of work

under the contract. Examples of such behavior include: (1) conduct which poses a

threat to the safety of anyone working under the contract; (2) conduct which is

disruptive to contract performance; (3) careless work; 4) conduct which is not

appropriate when transporting participants under this Contract; 5) Conduct in

violation of District policy or local, state or federal laws.

C. Upon receipt of written notice from the District that a person's behavior is

unacceptable or unduly impairing contract performance, the Contractor agrees to

remove that person from doing any further work on the Contract, and to cause that

person to be removed from providing service under this Contract. The Contractor

agrees that it is not entitled to any additional costs it may incur as a result of the

removal of the person from the District.

14. Communications with Contractor’s Staff

In order to ensure efficient communication of operational needs, the District staff shall be permitted to communicate directly with Contractor’s staff regarding day to day issues for the purpose of inquiry as to factual performance issues. The District will not give Contractor’s staff directions concerning performance under this Contract. Issues which affect the Contract will be communicated through the General Manager.

15. Anti-Kickback and Gratuities

The Contractor is prohibited from receiving any kickbacks, gratuities, payments, merchandise, equipment, supplies, services or favors in exchange for directing additional billable services to any sub-contractor.

16. Reporting

Contractor shall provide periodic project status reports to the District’s Project Manager or his/her designee, as requested.

(Remainder of page Intentionally Left Blank)

Maintenance Services on Transit Information Display Cases RFP 2019-1433

Exhibit C: Standard Terms and Conditions

AC Transit Page 44 of 47 January 11, 2019

1. RENDITION OF SERVICES

The Contractor hereby agrees to undertake, carry out and complete all work established herein in a professional and efficient manner satisfactory to District standards. The professional service or the performance of work or services required by the District cannot satisfactorily be performed by the regular employees of the District.

2. CONTRACTOR'S STATUS Neither the Contractor nor any party contracting with the Contractor shall be deemed to be an agent or employee of the District. The Contractor is and shall be an independent contractor, and the legal relationship of any person performing services for the Contractor shall be one solely between said parties. Contractor shall not subcontract any services to be performed by it under this Agreement without the prior written approval of the District, except for service firms engaged in drawing, production, typing and printing. Contractor shall be solely responsible for reimbursing any subcontractors and the District shall have no obligation to them.

3. OWNERSHIP OF WORK All reports, designs, drawings, plans, specifications, schedules, and other materials prepared, or in the process of being prepared, for the services to be performed by Contractor shall be and are the property of the District and the District shall be entitled to access thereto, and copies thereof, during the progress of the work. In the event that the work, which is the subject of this Agreement, is not completed, for any reason whatsoever, all materials generated under this Agreement shall be delivered as the District may direct.

4. RECORDS The Contractor shall permit the authorized representatives of the District to inspect and audit all data and records relating to performance under this Agreement. Contractor shall maintain all such records for a period of three (3) years after the District makes final payment under this Agreement.

5. TERMINATION FOR DEFAULT In the event the Contractor breaches the terms or violates the conditions of this Agreement, and does not

within ten (10) days of written notice from the District cure such breach or violation, the District may immediately terminate this agreement, and shall pay the Contractor only its allowable costs to the date of termination.

6. TERMINATION FOR CONVENIENCE The District may terminate this Agreement, in whole or in part, at any time for the District's convenience and without cause at any time by giving the Contractor written notice of termination. The Contractor will be paid for those services performed pursuant to this Agreement to the satisfaction of the District up to the date of notice of termination. The Contractor shall promptly submit its termination claim. If the Contractor has any property in its possession belonging to the District, the Contractor will account for the same and dispose of it in the manner the District directs.

7. NON-DISCRIMINATION In connection with the execution of any Contract hereunder, the Contractor shall not discriminate against any applicant or employee on the grounds of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, gender, gender identity, gender expression, sexual orientation, sex or age as defined in Section 12926 Government Code.

8. INDEMNIFICATION The Contractor shall defend, indemnify, keep and save harmless the District, its Board of Directors, officers, officials, employees, agents and volunteers from and against any and all liability, loss, damage, expense, costs (including, without limitation, costs and fees of litigation) of every nature arising out of or in connection with Contractor's performance of work hereunder or its failure to comply with any of its obligations contained in the Agreement, except such loss or damage which was caused by the sole negligence or willful misconduct of the District.

9. CHANGES If any changes to the scope of services are sought by either party that would require a modification of the amount of compensation, the changes must be reviewed and approved in advance of any action to implement the

Maintenance Services on Transit Information Display Cases RFP 2019-1433

Exhibit C: Standard Terms and Conditions

AC Transit Page 45 of 47 January 11, 2019

change by the Project Manager and the Purchasing Department. The District may at any time by written order make changes within the Scope of Services described in this Agreement. If such changes cause an increase in the budgeted cost of or the time required for performance of the agreed upon work, the Contractor shall notify the District in writing of the amount of time and compensation adjustments that are required. In the event the Contractor encounters any unanticipated conditions or contingencies that may affect the scope of services and would result in an adjustment to the amount of compensation specified herein, Contractor shall so advise the District immediately upon notice of such condition or contingency. The written notice shall explain the circumstances giving rise to the unforeseen condition or contingency and shall set forth the proposed adjustment in compensation resulting therefrom. Any notices shall be given to the District under the NOTICES clause of the Special Terms & Conditions. Any and all agreed upon pertinent changes shall be expressed as a written modification to this Agreement prior to implementation of such changes.

10. DISPUTE RESOLUTION In case any disagreement, difference or controversy shall arise between the parties, with respect to any matter in relation to or arising out of or under this Agreement or the respective rights and liabilities of the parties, and the parties to the controversy cannot mutually agree thereon, then such disagreement, difference, or controversy shall be determined by binding arbitration, according to the rules of the American Arbitration Association.

Any party desiring arbitration shall serve on the other party or parties and the San Francisco Office of the American Arbitration Association, in accordance with the aforesaid Rules, its Notice of Intent to Arbitrate (“Notice”). The parties shall select a single, neutral arbitrator who is generally familiar with the factual and legal issues that relate to this contract and the dispute to be resolved by arbitration. In the event that the parties are unable to agree on a neutral arbitrator, then one shall be selected in accordance with the rules. The arbitration proceedings

provided hereunder are hereby declared to be self-executing and it shall not be necessary to petition a court to compel arbitration.

Any award made by the Arbitrator(s) shall be final, binding and conclusive upon all parties and those claiming under them. The costs and expenses of any Arbitration shall be borne and paid as the Arbitrator(s) shall, by their award, direct.

The submission to Arbitration is hereby made a condition precedent to the institution of any action at law or in equity with respect to the controversy involved; and such action at law or in equity shall be restricted solely to the subject matter of the challenge of such award on the grounds and only in the manner permitted by law.

11. NO ASSIGNMENT This Agreement is personal to each of the parties hereto, and neither party may assign or delegate any of its rights or obligations hereunder without first obtaining the written consent of the other.

12. PROHIBITED INTERESTS No Director, officer, or employee of the District during his/her tenure or for one year thereafter, shall have any interest direct or indirect, in this Agreement or the proceeds thereof. Contractor covenants that it presently has no interest, direct or indirect, which would conflict in any manner or degree with the performance of the services called for under this Agreement. Contractor further covenants that in the performance of this Agreement no person having any such interest shall be employed by Contractor. The District may require Contractor to file an annual Statement of Economic Interest form pursuant to the Political Reform Act of 1974 (Government Code Section 81000 et seq.)

13. WAIVER Failure of any party to exercise any right or option arising out of a breach of this Agreement shall not be deemed a waiver of any right or option with respect to any subsequent or different breach, or the continuance of any existing breach.

14. GOVERNING LAW

Maintenance Services on Transit Information Display Cases RFP 2019-1433

Exhibit C: Standard Terms and Conditions

AC Transit Page 46 of 47 January 11, 2019

This Agreement, its interpretation and all work performed thereunder, shall be governed by the laws of the State of California.

15. VENUE

In the event of a dispute or breach of contract, venue shall be in Alameda County, California.

16. INSURANCE

Depending on the nature of the services being solicited, the District may have certain minimum insurance requirements.

Maintenance Services on Transit Information Display Cases RFP 2019-1433

AC Transit Page 47 of 47 January 11, 2019

(Page Intentionally Left Blank)