County of Alameda, General Services Agency – Purchasing

RFP No. 900977, Addendum No. 2

COUNTY OF ALAMEDA

ADDENDUM No. 1

to

RFQ No. 901114

for

Truck-Mounted Aerial Device

Specification Clarification/Modification and Recap of the Networking/Bidders Conferences

Held on July 2, 2013 and July 3, 2013

This County of Alameda, General Services Agency (GSA), RFQ Addendum has been electronically issued to potential bidders via e-mail. E-mail addresses used are those in the County’s Small Local Emerging Business (SLEB) Vendor Database or from other sources. If you have registered or are certified as a SLEB, please ensure that the complete and accurate e-mail address is noted and kept updated in the SLEB Vendor Database. This RFQ Addendum will also be posted on the GSA Contracting Opportunities website located at http://www.acgov.org/gsa/purchasing/bid_content/ContractOpportunities.jsp.

Alameda County is committed to reducing environmental impacts across our entire supply chain.

If printing this document, please print only what you need, print double-sided, and use recycled-content paper.

RFP No. 900977, Addendum No. 2

Page 2

County of Alameda, General Services Agency – Purchasing

RFQ No. 901114, Addendum No. 1

The following Sections have been modified to read as shown below. Changes made to the original RFQ document are in bold print and highlighted, and deletions made have a strike through.

Please note the following changes to the calendar of events for this RFQ:

EVENT / DATE/LOCATION
Addendum Issued / July 10, 2013 July 19, 2013
Response Due / July 25, 2013 by 2:00 p.m. August 1, 2013 by 2:00 p.m.
Evaluation Period / July 26 – 31, 2012 August 5-9, 2012
Vendor Interviews / August 1, 2013 August 13, 2013
Board Consideration Award Date / August 14, 2013 August 20, 2013
Contract Start Date / August 21, 2013 August 26, 2013

Responses to Written Questions

Q1)  Page 3 of Exhibit D (SPECIFIC REQUIREMENTS), Number 8 (DELIVERY) states:

Delivery Date: 180-240 days after receipt of order (ARO)

Will County accept deliveries after the 180 - 240 day cutoff?

A1)  No.

Responses to Oral Questions

Q2)  Is an USB flash drive an acceptable format for the electronic copy of the proposal?

A2)  Yes. Section III (INSTRUCTIONS TO BIDDERS), Subsection T (SUBMITTAL OF BIDS), Item 3, paragraph 2 states:

Bidders must also submit an electronic copy of their proposal. The electronic copy must be in a single file (PDF with OCR preferred), and shall be an exact scanned image of the original hard copy Exhibit A – Bid Response Packet, including additional required documentation. The file must be on disk or USB flash drive and enclosed with the sealed original hardcopy of the bid.

Q3)  Is the aerial device named on the specifications based on a specific brand or model?

A3)  Yes, the Versa-Lift VO32i. Equivalent brands will be accepted, provided that the aerial device configuration is very similar, the dimensions and capabilities of the equivalent aerial device meet or exceed our specifications, and the boom configuration is a “stacked” boom that provides for the minimum amount of overhang (from the lower boom) when the unit is swung out into traffic, with stability as good as or better than Versalift.

Q4)  Is the word “Copy” required on every page of the copies or just on the signature page?

A4)  No, Bidders may write “Copy” just on the cover page of their proposal.

Q5)  Exhibit D (SPECIFIC REQUIREMENTS), Part II (TECHNICAL REQUIREMENTS), Number 16.3 (Pedestal), page 3, states:

Weldment will be fabricated from 1.25” steel plate. Footprint of pedestal will not exceed 22”W X 25”L.

Is that footprint everything exposed above the bed floor?

A5)  The measurement noted applies to the pedestal weldment; i.e., the structure which extends from the bed floor to the underside of the turret or rotation gear. The pedestal size is restricted in order to maximize the free cargo carrying space in the bed area of the service body.

Q6)  Exhibit D (SPECIFIC REQUIREMENTS), Part II (TECHNICAL REQUIREMENTS), Number 18.2 (110 VAC Electrical System (Con’t)), page 19, states:

Outlets:

Install one (1) outlet at the front of each compartment, near the top (total = 2)

Should these outlets be installed on both the street side and curbside, on the exterior, and between the body of the cab?

A6)  Yes, the outlets should also be recessed into the body, facing forward.

Q7)  Is a bidder required to be a certified SLEB?

A7)  If the bidder is not a SLEB the bidder must subcontract 20% of the contract value with a SLEB. Page 6 of Exhibit A – Bid Response Packet, Required Documentation and Submittals, number 3 (Exhibit A – Bid Response Packet), item (b) (SLEB Partnering Information Sheet) states:

(1)  Every bidder must fill out and submit a signed SLEB Partnering Information Sheet, (found on page 9 of Exhibit A) indicating their SLEB certification status. If bidder is not certified, the name, identification information, and goods/services to be provided by the named CERTIFIED SLEB partner(s) with whom the bidder will subcontract to meet the County SLEB participation requirement must be stated. Any CERTIFIED SLEB subcontractor(s) named, the Exhibit must be signed by the CERTIFIED SLEB(s) according to the instructions. All named SLEB subcontractor(s) must be certified by the time of bid submittal.


The following participants attended the Bidders’ Conferences:

Company Name / Address / Representative / Contact Information
Altec Industries, Inc.
1450 North 1st St.
Dixon, CA 95620 / Michael Freeman / Phone: 707-693-2514
E-Mail:
Prime Contractor: Yes
Subcontractor: No
Certified SLEB: No
E-Mail:
Prime Contractor:
Subcontractor:
Certified SLEB:

RFQ No. 901114, Addendum No. 1

Page 1

EXHIBIT C

VENDOR LIST

RFQ No. 901114 – Truck-Mounted Aerial Device

Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No. 901114, and/or been issued a copy of this RFQ. This Vendor Bid List is being provided for informational purposes to assist bidders in making contact with other businesses as needed to develop local small and emerging business subcontracting relationships to meet the requirements of the Small Local Emerging Business (SLEB) Program: http://www.acgov.org/gsa/departments/purchasing/policy/slebpref.htm.

This RFQ Addendum is being issued to all vendors on the Vendor Bid List; the following revised vendor list includes contact information for each vendor attendee at the Networking/Bidders Conferences.

RFQ 901114 - Truck-Mounted Aerial Devices
Business Name / Contact Name / Contact Phone / Address / City / State / Email
Albany Ford / Dan Durigan / (510) 528-1244 / 718 San Pablo Ave / Albany CA / CA
Albany Ford Inc / Laurie Bush / ( 510 ) 528-1244 / 718 San Pablo Ave / ALBANY / CA /
Altec Industries, Inc. / Don Hildebrandt / (530) 219-3373 / 1450 N First Street / Dixon / CA /
Altec Industries, Inc. / Michael Freeman / (707) 693-2514 / 1450 N First Street / Dixon / CA /
East Bay Ford Truck Sales Inc. / Ken Lalanne / ( 510 ) 272-4400 / 333 Filbert Street / OAKLAND / CA /
Fremont Ford / David Elkins / (510) 360-7125 / 39700 Balentine Drive / Newark / CA /
Fremont Toyota / Anna Vierra / ( 510 ) 252-5100 / 5181 Cushing Parkway / FREMONT / CA /
Golden Gate Truck Center / Les Schwindt / ( 510 ) 632-3535 / 8200 Baldwin St / Oakland / CA /
Golden Gate Truck Center / Les Schwindt / ( 510 ) 632-3535 / 8200 Baldwin St / OAKLAND / CA /
Golden Gate Truck Center / Les Schwindt / ( 510 ) 632-3535 / 8200 Baldwin St / OAKLAND / CA /
Knapheide / (217) 223-1848 / 1848 Westphalia Strasse / Qunicy / IL /
Livermore Auto Group Inc / Steve Tehero / (925) 456-1233 / 2266 Kitty Hawk Road / Livermore / CA /
Livermore Auto Group Inc / Steve Tehero / ( 925 ) 294-7700 / 2266 Kitty Hawk Road / LIVERMORE / CA /
Monarch Leasing Inc / Jan Scharnikow / ( 510 ) 471-5530 / 29899 Union City Blvd / UNION CITY / CA /
TEREX Utilities / David Silva / 209-242-7184 / 200 Nyala Farm Road / Westport / CT /
Utility Crane and Equipment / Jerry Magee / (916) 202-5107 / 575 W. Valley Blvd / Rialto / CA /
Western Truck Fabrication Inc / Mark Meyers / ( 510 ) 785-9994 / 1923 W. Winton / HAYWARD / CA /

Exhibit C – RFQ No. 901114

Page 1