901036 RFP Purchasing Card Program

**IMPORTANT NOTICE**
 The format of this RFP has been simplified.
 Only the following pages require signatures:
1.
2.
Exhibit A – Bid Response Packet, Bidder Information
and Acceptance page
a. Must be signed by Bidder
Exhibit A – Bid Response Packet, SLEB Partnering
Information Sheet
a. Must be signed by Bidder
b. Must be signed by SLEB Partner if subcontracting
to a SLEB
Please read EXHIBIT A – Bid Response Packet carefully,
INCOMPLETE BIDS WILL BE REJECTED. Alameda
County will not accept submissions or documentation
after the bid response due date.
COUNTY OF ALAMEDA
REQUEST FOR PROPOSAL No. 901036
For
Purchasing Card Program
For complete information regarding this project, see RFP posted at
http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp or
contact the County representative listed below. Thank you for your interest!
Contact Person: Umiika Wright, Procurement & Contracts Specialist
Phone Number: (510) 208-9616
E-mail Address: [email protected]
RESPONSE DUE
by
2:00 p.m.
on
July 1, 2014
at
Alameda County, GSA–Procurement & Support Services
1401 Lakeside Drive, Suite 907
Oakland, CA 94612
Alameda County is committed to reducing environmental impacts across our entire supply chain.
If printing this document, please print only what you need, print double-sided, and use recycledcontent paper.
1401 Lakeside Drive, Suite 907  Oakland, CA 94612
Phone: 510-208-9600  Website: http://www.acgov.org/gsa/departments/purchasing/
Revision 2013-5-13
COUNTY OF ALAMEDA
REQUEST FOR PROPOSAL No. 901036
SPECIFICATIONS, TERMS & CONDITIONS
for
Purchasing Card Program
TABLE OF CONTENTS
Page
I.
II.
III.
IV.
STATEMENT OF WORK ........................................................................................................... 4
A.
INTENT ................................................................................................................................. 4
B.
SCOPE................................................................................................................................... 4
C.
BIDDER QUALIFICATIONS .................................................................................................... 4
D.
SPECIFIC REQUIREMENTS .................................................................................................... 5
E.
DELIVERABLES / REPORTS ................................................................................................. 17
CALENDAR OF EVENTS ......................................................................................................... 19
F.
NETWORKING / BIDDERS CONFERENCES .......................................................................... 20
COUNTY PROCEDURES, TERMS, AND CONDITIONS ............................................................... 20
G.
EVALUATION CRITERIA / SELECTION COMMITTEE ............................................................ 20
H.
CONTRACT EVALUATION AND ASSESSMENT .................................................................... 25
I.
NOTICE OF RECOMMENDATION TO AWARD .................................................................... 26
J.
TERM / TERMINATION / RENEWAL ................................................................................... 26
K.
QUANTITIES ....................................................................................................................... 27
L.
PRICING .............................................................................................................................. 27
M.
AWARD .............................................................................................................................. 27
N.
METHOD OF ORDERING .................................................................................................... 29
O.
INVOICING ......................................................................................................................... 29
P.
ACCOUNT MANAGER / SUPPORT STAFF ........................................................................... 30
INSTRUCTIONS TO BIDDERS ................................................................................................. 30
Q.
COUNTY CONTACTS ........................................................................................................... 30
R.
SUBMITTAL OF BIDS .......................................................................................................... 31
S.
RESPONSE FORMAT ........................................................................................................... 33
ATTACHMENTS
EXHIBIT A - BID RESPONSE PACKET
EXHIBIT B - INSURANCE REQUIREMENTS – INTENTIONALLY OMITTED
EXHIBIT C - VENDOR BID LIST
Specifications, Terms & Conditions
for Purchasing Card Program
I.
STATEMENT OF WORK
A.
INTENT
It is the intent of these specifications, terms, and conditions to describe the Purchasing
Card (P-Card) program required by the County of Alameda. The program must provide
an efficient, cost-effective method of purchasing and paying for small purchases
(currently identified as purchases valued up to and including $3,000), simplify the
purchasing process, reduce paperwork, lower administrative costs, and increase the
County’s ability to monitor P-Card spending.
The County intends to award a five-year contract (with option to renew) to the bidder
selected as the most responsible bidder whose response conforms to the RFP and meets
the County’s requirements.
B.
SCOPE
The County of Alameda implemented a purchasing card program in 1997 to provide a
procurement tool for the purchase of goods and services, as required, by approximately
nine thousand (9,000) employees. The County’s current purchasing card program with
JP Morgan expires on September 1, 2014 and consists of over three-hundred (300)
cardholders in twenty-five (25) business units comprised of sixty-five (65) corporate
accounts. The County’s current program allows charges of up to $3,000 per single
transaction and averages over four million dollars ($4,000,000) in annual purchases and
the County earns an incentive payment in the form of a rebate check on program
activity. Changes to the single-transaction limit may be considered during the proposed
term of any contract that may be awarded as a result of this RFP.
C.
BIDDER QUALIFICATIONS
1.
BIDDER Minimum Qualifications
a.
Bidder shall have been regularly and continuously engaged in the business
of providing purchasing cards for at least ten (10) organizations that meet
or exceed the scope requirements below for at least five (5) years as
evidenced by references submitted. The scope is approximately as
follows:
(1)
9000 employees;
(2)
65 customer departmental accounts; and
(3)
A minimum of 300 cardholders.
RFP No. 901036
Page 4
Specifications, Terms & Conditions
for Purchasing Card Program
D.
b.
Bidder shall be an FDIC-insured, credit-card issuing commercial bank,
credit union, or savings institution. Bidder must have obtained a
Community Reinvestment Act (CRA) rating of satisfactory or above
(outstanding) as of the most recent evaluation and examination by its
federal financial supervisory agency. Information regarding the rating
system can be found at: http://www.ffiec.gov/craratings/Default.aspx
c.
Bidder shall be committed to community investment and be socially
responsible. Bidder must provide examples of community reinvestment
initiatives, goals, and end results for similar clients such as local hiring,
local sponsorship of community event, philanthropy, etc.
d.
Bidder shall submit innovative processes it is currently conducting in
Alameda County or plans to conduct to promote healthy communities.
e.
Bidder must provide a branch location listing advising all branches residing
in Alameda County and loan detail to include:
(1)
The total number of home loans,
(2)
Total small business loans; and
(3)
Total loans to non-profit organizations within Alameda County.
SPECIFIC REQUIREMENTS
The proposed P-Card program must contain the following features:
1.
Browser-Based Card and Report Management: The system must allow for quick
updates and business rule changes, as the County deems necessary, and shall
include the capability to interface with the County’s Financial Management
system (FMS). The below items are fundamental prerequisites for the system,
although additions/modifications may be requested during the course of the
contract:
a.
Provide username/password controlled access to the account by
authorized personnel over the internet in a secure manner,
b.
Allow designated County staff to view P-Card transactions and all related
data as soon as they are posted to the Contractor’s system (not to exceed
48 hours after transactions occur),
RFP No. 901036
Page 5
Specifications, Terms & Conditions
for Purchasing Card Program
2.
c.
Provide the ability to create an oversight hierarchy wherein stakeholders
are assigned varying roles and responsibilities as established by the
County’s needs and policies,
d.
Allow designated County staff to access, download and/or print
standardized reports as well as create customized reports to provide
requisite Agency-specific data for auditing and monitoring purposes,
e.
Provide integration capability between Contractor’s card-management
system and the County’s FMS,
f.
Provide cost-allocation/general ledger capabilities, enabling users to
allocate different budgets to individual transactions using budget codes for
review and approval, and
g.
Retain all card related data, such that it is accessible by the County, for a
minimum period of seven years, as mandated by the IRS.
Direct Cash Rebate
The program must include a rebate offering. Other program incentives may be
offered. The County expects the rebate to be calculated using the aggregate
County P-Card spending for its fiscal year and receipt of rebate checks no later
than August 15th following conclusion of each fiscal year. The County’s fiscal year
begins July 1st and ends June 30th. Other rebate payment receipt schedules (e.g.,
bi-annually, quarterly, and monthly) may be proposed.
3.
Technology Uptime Commitments and Disaster Recovery Plan
a.
The Contractor shall provide an overall commitment to ensure the cardmanagement system is available 24 hours a day, seven (7) days a week.
The Contractor shall enter into a Service Level Agreement (SLA) with the
County that prescribes safeguards to ensure service continuity to maintain
maximum uptime, planned down time for system maintenance, penalties
for failure to remediate system problems within prescribed time limits,
and response time parameters for system problem resolution.
b.
The Contractor shall provide a disaster recovery plan which addresses 24
hours a day, seven (7) days a week account accessibility in the event of
natural disasters and/or declared emergencies where the County is
responsible for stabilizing the welfare of the general public. Proposal shall
identify handling of the following:
RFP No. 901036
Page 6
Specifications, Terms & Conditions
for Purchasing Card Program
(1)
Disaster only P-Cards cards vs. virtual “ghost” account numbers,
(2)
Provisions for emergency spending limits on current cards,
(3)
Activation of nontraditional merchant categories, and
Revision to card security limits, e.g. number of transactions per day.
4.
Online Functionality for Agency P-Card Administrators
The Contractor shall provide a browser-based system that allows County P-Card
Administrators to perform the following administrative tasks, including, but not
limited to:
5.
a.
Card termination/cancellation/suspension – to be effective
instantaneously,
b.
Card spending limit changes – to be effective instantaneously,
c.
New user and card creation – the Contractor shall issue new cards within
five (5) business days of receipt of request,
d.
Change of address – to be effective within two business days,
e.
Change of program/user hierarchy – to be effective instantaneously, and
f.
MCC Code Restriction – ability to restrict or allow usage at the card level.
Controls/Restrictions
The Contractor shall address its card use/system controls and restrictions to
prevent the improper use of cards as may be designated by the County as a
whole. The Agency P-Card Administrator will determine how the cards will be
used, consistent with the terms of the contract, and within the County’s single
per-transaction dollar limit. Cash advances are strictly prohibited. The County
may specify:
a.
Single per-transaction dollar limits for each cardholder up to the current
Countywide single transaction limit,
b.
Number of credit card authorizations per day,
c.
Number of credit card transactions per billing cycle,
d.
Transaction dollar limits per billing cycle per Cardholder,
RFP No. 901036
Page 7
Specifications, Terms & Conditions
for Purchasing Card Program
6.
e.
Authorization tied to budget limits, and/or
f.
Restriction on the types of merchants with which the card may be used.
g.
Agency P-Card Administrators shall have the authority to contact the
Contractor directly to make specific account changes or queries on behalf
of Agency Cardholders (i.e. status of ordered cards, change of spending
levels, etc.)
h.
The Countywide P-Card Administrators shall have the authority to review
any and all County Transactions and shall possess the ability to review and
change individual Agency account settings and speak on behalf of all
County Accounts
i.
The Contractor will allow individual Agencies to prohibit Merchant
Category Codes (MCC’s) that will be in addition to any Countywide MCC
prohibitions as determined by the Countywide Program Administrator.
Prohibited Countywide MCCs are not to be changed by agencies but can
be modified at the discretion of the Countywide Program Administrator
and by changes to County Policy
Hierarchy Development within the card-management system
The Contractor shall work with the County to develop a multi-tiered hierarchy
within its card-management system enabling administrators to effectively
monitor and control card activity by creating, managing, and editing profiles of
various P-Card stakeholders.
7.
General Ledger/Accounting
The Contractor shall identify existing general ledger capabilities of its card
management system, such as the number of fields and the number of characters
that can fit into each field. Moreover, the contractor shall describe the system’s
ability to modify the number of fields should the County require such additional
fields.
RFP No. 901036
Page 8
Specifications, Terms & Conditions
for Purchasing Card Program
8.
Application Functionality Improvement Schedule
It is expected that during the Contractor’s contract with the County the
Contractor’s online card-management system will undergo functional
improvements. The County expects the Contractor to notify the Countywide PCard Administrator of such improvements, allowing the Administrator to evaluate
the impact of the changes and assist Agencies in accommodating the changes.
The notification of substantial changes to the online system must be made to the
County no later than 90 days prior to the change.
9.
Transition
a.
Transition Strategy
The County anticipates the Contractor will possess requisite experience
and capability with such transitions to ensure it is seamless, orderly, and
presents no disruptions of P-Card utilization, temporary or otherwise. The
transition strategy work plan shall include, but is not limited to:
(1)
A detailed, written plan outlining specific transition activates or
tasks and timeframes,
(2)
Account setup, card production, and card delivery to the
Countywide P-Card administrator for distribution in advance of the
cut over date,
(3)
Establishment of reporting and payment hierarchies in the cardmanagement and reporting system,
(4)
Training of County Staff,
(5)
Mapping and migration of all legacy P-Card data, and
(6)
Specific reconciliation/closing-out details for managing County
agencies last payment/past due account to the current vendor.
The County expects the Contractor will manage a one-time transition of all
Agencies and Cardholders currently using P-Cards to the Contractor’s
program. However, the County invites proposers to recommend other
transition strategies.
RFP No. 901036
Page 9
Specifications, Terms & Conditions
for Purchasing Card Program
b.
Vendor Transition and Support
The Contractor shall provide experienced personnel, dedicated solely to
assisting the County and the Countywide P-Card administrators in
conducting and managing a successful transition from the current
program’s P-Card provider to the new P-card Provider. The resources
assigned to the County by the Contractor shall have the ability to reach out
to the Contractor’s senior managers in order to resolve matters which
would otherwise impede the transition process within the agreed upon
project plan timeframes. Such tasks for vendor transition support shall
include, but are not limited to:
(1)
Training for County personnel on the Contractor’s cardmanagement system,
(2)
Work with County personnel to determine if the Contractor’s card
management system meets the County’s needs or if customization
will be required. The County’s card-management system needs to
include but is not limited to:
(3)
(a)
Customized names of field headers such as object code and
budget code,
(b)
Standardized/customizable reports,
(c)
Merchant Category Code (MCC)/object code matches,
(d)
Password/logon ID’s for cardholders and other users,
(e)
Workflow/program hierarchy within the card-management
system,
(f)
Email notifications and reminders of pending
activations/steps to be taken, and
(g)
Card profiles, settings and ability to manage them.
The County expects that the Contractor shall assign a dedicated
Program Transition Manager, who will provide the following
support during the initial phase of the transition:
(a)
Coordinate all Contractor resources,
(b)
Manage communications with the County, and
RFP No. 901036
Page 10
Specifications, Terms & Conditions
for Purchasing Card Program
(c)
(4)
c.
Ensure all deliverables are met and adhere to the terms of
the contract and work plan.
The transition from the current P-Card provider to the Contractor
will be a critical activity that may affect the program’s continuing
success and potential. The County expects the Contractor shall
provide a dedicated team leader to manage the entire aspect of the
transition, both logistically and technically. This person will work
closely with the organization to marshal all resources to ensure the
transition is smooth and any issues are resolved in a timely manner.
Exchange of Financial Forms and Information
The Contractor shall provide all necessary forms to be completed by the
County, including but not limited to, technology usage and license
agreements and other forms and agreements, as required.
d.
Card Design/Logo
(1)
The Contractor shall issue new, inactivated cards to the County PCard Administrator. The Contractor shall work with the County in
the designing/branding of the new cards. The Contractor shall
provide a project plan that includes:
(a)
Card design,
(b)
Collection of needed County Data,
(c)
Agency account(s) setup,
(d)
Card production,
(e)
Card delivery to the County P-Card Administrator, and
(f)
The card shall contain, at a minimum:
i.
Prominent indication that the card is an Alameda
County Government Procurement/Purchasing Card
and placement of the Alameda County emblem on the
plastic to avoid it being mistaken for a personal credit
card,
ii.
Phrase for OFFICIAL USE ONLY prominently displayed
on the card,
RFP No. 901036
Page 11
Specifications, Terms & Conditions
for Purchasing Card Program
iii.
Contractor contact information (i.e. customer service
or lost/stolen telephone number) for the cardholder
on the back of the card, and
iv.
The Cardholder’s name and his/her
Agency/Department name.
In the event that the customized card design/logo will delay the
issuance of the first batch of cards, then interim cards shall be
issued to existing Cardholders with all the information, as listed
above, except for the Cardholders’ Agency/department name.
e.
Credit Setup
The Contractor is expected to provide a line of credit to the County, as a
whole, sufficient for its purchasing needs; the overall County credit limit
will be apportioned to the individual Agencies sufficient for their needs,
pursuant to the designation by the Countywide P-Card Administrator.
Agency monthly credit limits currently range from $23,000 to more than
$500,000 depending on the volume of spending and are subject to change
based upon request and obtain the speedy approval for specific agency
credit limits changes.
f.
Card Distribution
All P-Cards issued by the Contractor shall be sent to the Countywide PCard Administrator, inactivated, at a designated location for distribution to
Agency staff, pursuant to countywide card distribution policy and
procedure. Issued cards shall not be sent via first class mail but shall be
sent via traceable/tractable shipping method (i.e. Fed Ex or UPS).
g.
Training for Administrators and Cardholders
The Contractor shall provide on-site, computer based and web-based
training for County designated Staff. The training classes should be
conducted, at a minimum, once a week, for approximately the first six
months of the contract. The County will provide space for classes. Classes
will have no fewer than ten (10) and no more than twenty-five 25
participants. Training shall include, but not be limited to:
RFP No. 901036
Page 12
Specifications, Terms & Conditions
for Purchasing Card Program
(1)
Card administration (i.e. hierarchy development within the cardmanagement system, etc.),
(2)
Card use issue (i.e. transaction dispute resolution, card misuse
procedures, lost/stolen card issues, etc.),
(3)
Accessing, modifying, scheduling, and printing Agency reports.
Training curricula should be designed in “train the trainer” format and
should be similar in content and format to web-based training, which is
also required. Proposers may suggest other training formats.
h.
Hierarchy Development Within The Card-Management System
The County expects the Contractor will work with the County and the
current card P-Card provider to transition to a hierarchy format within the
Contractor’s card-management system (i.e. Administrator, Approver, or
Cardholder).
i.
Billing Cycle/Payment Deadlines
During the transition, the Contractor shall work with the County to
establish billing cycle dates and payment deadlines that will apply to the
remainder of the contract term.
10.
Ongoing Program Requirements
a.
Dedicated Customer Service Representatives
The Contractor shall provide dedicated call center resources for the
County so that the Countywide P-Card Administrator, Agency P-card
Administrators, and other stakeholders are able to work with at least two
resources familiar with the County’s program. These resources shall be
available during the County’s normal business hours (8:00 a.m. – 5:00 p.m.
PST) excluding weekends and County designated holidays. Additionally,
the Contractor shall provide contact information to address after hour
emergency needs.
RFP No. 901036
Page 13
Specifications, Terms & Conditions
for Purchasing Card Program
b.
Additional or Replacement Card Distribution
The distribution of any additional or replacement cards will be handled in
the same manner as with the initial distribution of cards. All cards must be
sent inactivated to the countywide P-Card Administrator at a designated
location for distribution to Agency staff, pursuant to countywide card
distribution policy. Issued cards shall not be sent via first class mail but
shall be sent via traceable/track able shipping method (i.e. FedEx or UPS).
c.
Lost and/or Stolen Cards
The Contractor shall provide a 24 hour contact phone number to report
lost or stolen cards. The Contractor shall provide immediate cancellation
and emergency issuance of a replacement for the reported lost or stolen
card. The County expects replacement cards will be issued within 48 hours
of being reported lost or stolen in non-emergency situations and be sent
to the Countywide P-Card Administrator pursuant to the Countywide Card
distribution policy.
d.
Transaction Dispute Resolution
The Contractor shall offer a transaction dispute resolution process
pursuant to industry best practices. The proposing vendor shall describe
the mechanism that would be set up for the County Cardholders wishing
to dispute charges attributed to their purchasing cards. The transaction
review process must be completed by the Contractor within ninety (90)
days of the dispute. The dispute resolution process will include:
e.
(1)
How to file a transaction dispute
(2)
Required documentation
(3)
Handling of charges and payments pending resolution during the
dispute process
Escalation Process
The Contractor shall provide details of the escalation process that shall be
developed to resolve any potential conflicts between P-Card stakeholders
and the Contractor’s personnel. Such a procedure shall include a
mechanism to escalate the matter to the dedicated call center personnel’s
supervisor.
RFP No. 901036
Page 14
Specifications, Terms & Conditions
for Purchasing Card Program
f.
Ongoing Training
In addition to the initial program training, the Contractor shall provide
ongoing training and/or remedial support for all County P-Card appointed
staff. This support shall include face-to-face, teleconference, and recorded
presentations as well as electronic materials (i.e. FAQs, manuals, etc.).
g.
Mid-Cycle Account Changes
Contractor shall provide a procedure for managing/reconciling accounts
when changes occur during a billing cycle, such as a Cardholder changing
Agencies with a minimum of disruption to service.
11.
Card Usage
a.
Liability Waiver
Contractor shall assume all liability for any unauthorized use of cards, and
for account numbers, etc. that are fraudulently used, lost or stolen,
pursuant to industry wide best practices.
b.
Card Insurance
The Contractor shall obtain and maintain standard insurance for
purchasing cards pursuant to industry wide best practices.
12.
Contract Succession Transition
At the end of any Contractor’s contract term, the Contractor will furnish training
with a successor vendor to effect a cooperative, orderly, and seamless transition
to any successor. Upon the County’s written request, the Contractor shall furnish
a phase-in–phase-out plan up to 365 calendar days prior to the expiration of this
contract. The Contractor shall furnish a complete master file, in a format
(electronic and/or hard copy) agreeable to the County, of all accounts, to any
successor no less than 90 days prior to the end of the contract. The Contractor
shall also settle all account related transaction disputes. The Contractor’s
responsibility for settling all transaction disputes survives the expiration of this
contract.
RFP No. 901036
Page 15
Specifications, Terms & Conditions
for Purchasing Card Program
13.
Financial Management System (FMS) Integration Requirements
The full benefits of a program cannot be achieved until P-Card data is channeled
directly from the Contractor’s card-management system into its FMS, thereby
eliminating manual entry of data, human error, and additional paperwork.
Contractor will provide support, expertise, and a robust, secure process for
implementing this integration.
a.
Integration Support
Contractor shall provide support to assist the County with planning,
developing, and implementing its P-card/FMS integration. Support may
include, but is not limited to, requisite expert resources, data mapping and
migration assistance, and an ongoing process for securely transmitting Pcard data from the Contractor’s card-management system to FMS.
b.
Electronic Billing File
Contractor shall, at a minimum, provide billing files electronically for an
interface to the County’s FMS. Such files shall contain all requisite P-card
purchase information. All interfaces to and from the FMS system, which
would potentially cause any change to the data, must be approved by the
County Agency which owns that data. In the case of accounting interfaces,
the Alameda County Office of the Comptroller must approve all interfaces
with the accounting data.
The Contractor shall provide an electronic billing file of all transactions for
the card cycle formatted according to the needs of the County. The
Contractor shall work with the County to define the process for cost
allocation, workflow, approvals, and mapping to the General Ledger and
payment. The Contractor shall work with the County to create and test
such a file, and transmit the data on at least a daily basis in a secure and
reliable manner, in accordance with County requirements and standards.
The Contractor shall make all changes to the billing file format in the
future, if requested to do so by the County.
c.
Level I, II, III Data
The Contractor shall work with the County to determine the feasibility
and requirements for accessing Level I, II, and III data.
RFP No. 901036
Page 16
Specifications, Terms & Conditions
for Purchasing Card Program
d.
Training for County Designated Employees
The Contractor’s bank technology expert shall provide appropriate
technical training and material to County personnel. Such training shall be
developed at the cardholder, and administrative levels and include, but
not be limited to:
E.
(1)
Card administration procedures,
(2)
Benefits and features of the cards,
(3)
Generating online reports and duplicate statements,
(4)
Contractor’s technology for cost allocation process,
(5)
Format and contents billing,
(6)
File delivery process,
(7)
Quality assurance on file delivery process and contents,
(8)
Contractor’s 1099 management system and,
(9)
Customization required for Level I, II and III data configuration.
DELIVERABLES / REPORTS
1.
Management Reports
Contractor shall provide reporting capability via a secure, internet-based solution
that meets the County’s security needs for internet viewing of financial
information and transaction monitoring. The system shall provide designated
County staff and Cardholders the ability to view P-Card transaction information
using username/password-protected access. In addition to providing reporting
capability, the Contractor is expected to work directly with the Countywide PCard Administrator and Agency P-Card Administrators to develop customized
Agency reports that fulfill both current and future Agency requirements.
a.
Program Management Reports
Contractor shall provide via its online card-management system reports,
that include but are not limited to, the following:
RFP No. 901036
Page 17
Specifications, Terms & Conditions
for Purchasing Card Program
b.
(1)
User/Agency spend analysis
(2)
Merchant data analysis including ethnicity and gender for Small,
Local and Emerging (SLEB) merchants within Alameda County
(3)
Exception reports (i.e. declined transactions, disputed transactions,
etc.)
(4)
User transaction reports including Level I, II, and III detail
(5)
Financial settlement reports
(6)
Monthly billing
(7)
Agency expenditure data, as required by the Agency
(8)
A summary report statement to each Cardholder each month
(9)
A consolidated Agency statement each month to the Agency P-card
Administrator or his/her designee
(10)
Delivery of hard copy statements for each individual Cardholder
and a consolidated hard copy statement of all Agency transactions
for delivery to the Agency Administrator following conclusion of
each billing cycle
(11)
Online queries for individual cardholder statements shall be
printable
1099 Reporting and Enhanced Merchant Reporting Tools
The proposed program must include participation in the Internal Revenue
Service (IRS) Qualified Payment Card Agent (QPCA) program authorizing
the Contractor to solicit and validate merchant Taxpayer Identification
Numbers (TIN) on the County’s behalf. The Contractor Enhanced
Merchant Reporting tool shall be available via an online portal, updated
quarterly, and accessible to County designated staff.
The Enhanced Merchant Reporting online portal shall have hierarchy
security in place allowing individual cardholders, and County departments’
access to their specific transaction information while allowing
administrative staff access to all transaction information or for a specific
group. The report shall include the following data: merchant name,
merchant address, taxpayer ID number, total sales, SIC/MCC number.
RFP No. 901036
Page 18
Specifications, Terms & Conditions
for Purchasing Card Program
c.
Level I, II and III Reports
Contractors shall provide user transaction reports including level I, II and,
Level III detail.
II.
CALENDAR OF EVENTS
EVENT
Request Issued
Written Questions Due
*Networking/Bidders
Conference #1
(Online conference
option enabled for
remote participation)
DATE/LOCATION
May 14, 2014
by 5:00 p.m. on May 30, 2014
May 29, 2014 @ 10:00 a.m.
at: General Services Agency
Room 1107, 11th Floor
1401 Lakeside Dr.
Oakland, CA 94612
OR remotely @
http://gsaalamedacount
y.adobeconnect.com/ad
min/show-event-catalog
Networking/Bidders
Conference #2
May 30, 2014 @ 2:00 p.m.
Addendum Issued
Response Due
Evaluation Period
Vendor Interviews
Board Letter
Recommending Award
Issued
Board Consideration
Award Date
Contract Start Date
June 16, 2014
July 1, 2014 by 2:00 p.m.
July 1 – July 23, 2014
July 17 -18, 2014
September 19, 2014
at: Public Works Agency
Conference Room
4825 Gleason Drive
Dublin, CA 94568
October 7, 2014
October 14, 2014
Note: Award and start dates are approximate.
RFP No. 901036
Page 19
Specifications, Terms & Conditions
for Purchasing Card Program
F.
III.
NETWORKING / BIDDERS CONFERENCES
1.
The bidders conference held on May 29, 2014 will have an online conference option
enabled for remote participation. Bidders can opt to participate via a computer with
a stable internet connection (the recommended Bandwidth is 512Kbps) at
http://gsaalamedacounty.adobeconnect.com/admin/show-event-catalog. In
order to get the best experience, the County recommends that bidders who
participate remotely use equipment with audio output such as speakers, headsets,
or a telephone. Bidders may also attend this conference in person.
2.
Networking/bidders conferences will be held to:
a.
Provide an opportunity for Small Local Emerging Businesses (SLEBs) and large
firms to network and develop subcontracting relationships in order to
participate in the contract(s) that may result from this RFQ.
b.
Provide an opportunity for bidders to ask specific questions about the project
and request RFQ clarification.
c.
Provide the County with an opportunity to receive feedback regarding the
project and RFQ.
3.
All questions will be addressed, and the list of attendees will be included, in an RFQ
Addendum following the networking/bidders conference(s).
4.
Potential bidders are strongly encouraged to attend networking/bidders
conference(s) in order to further facilitate subcontracting relationships.
5.
Vendors who attend a networking/bidders conference will be added to the Vendor
Bid List. Failure to participate in a networking/bidders conference will in no way
relieve the Contractor from furnishing goods and/or services required in accordance
with these specifications, terms, and conditions. Attendance at a
networking/bidders conference is highly recommended but is not mandatory.
COUNTY PROCEDURES, TERMS, AND CONDITIONS
G.
EVALUATION CRITERIA / SELECTION COMMITTEE
All proposals will be evaluated by a County Selection Committee (CSC). The County
Selection Committee may be composed of County staff and other parties that may have
expertise or experience in purchasing card programs. The CSC will score and
recommend a Contractor in accordance with the evaluation criteria set forth in this RFP.
The evaluation of the proposals shall be within the sole judgment and discretion of the
CSC.
RFP No. 901036
Page 20
Specifications, Terms & Conditions
for Purchasing Card Program
All contact during the evaluation phase shall be through the GSA–Purchasing
Department only. Bidders shall neither contact nor lobby evaluators during the
evaluation process. Attempts by Bidder to contact and/or influence members of the
CSC may result in disqualification of Bidder.
The CSC will evaluate each proposal meeting the qualification requirements set forth in
this RFP. Bidders should bear in mind that any proposal that is unrealistic in terms of
the technical or schedule commitments, or unrealistically high or low in cost, will be
deemed reflective of an inherent lack of technical competence or indicative of a failure
to comprehend the complexity and risk of the County’s requirements as set forth in this
RFP.
Bidders are advised that in the evaluation of cost it will be assumed that the unit price
quoted is correct in the case of a discrepancy between the unit price and an extension.
As a result of this RFP, the County intends to award a contract to the responsible
bidder(s) whose response conforms to the RFP and whose bid presents the greatest
value to the County, all evaluation criteria considered. The combined weight of the
evaluation criteria is greater in importance than cost in determining the greatest value
to the County. The goal is to award a contract to the bidder(s) that proposes the County
the best quality as determined by the combined weight of the evaluation criteria. The
County may award a contract of higher qualitative competence over the lowest priced
response.
The basic information that each section should contain is specified below, these
specifications should be considered as minimum requirements. Much of the material
needed to present a comprehensive proposal can be placed into one of the sections
listed. However, other criteria may be added to further support the evaluation process
whenever such additional criteria are deemed appropriate in considering the nature of
the goods and/or services being solicited.
Each of the Evaluation Criteria below will be used in ranking and determining the quality
of bidders’ proposals. Proposals will be evaluated according to each Evaluation Criteria,
and scored on the zero to five-point scale outlined below. The scores for all Evaluation
Criteria will then be added, according to their assigned weight (below), to arrive at a
weighted score for each proposal. A proposal with a high weighted total will be deemed
of higher quality than a proposal with a lesser-weighted total. The final maximum score
for any project is five hundred fifty (550) points, including the possible fifty (50) points
for local and small, local and emerging, or local preference points (maximum 10% of
final score).
RFP No. 901036
Page 21
Specifications, Terms & Conditions
for Purchasing Card Program
The evaluation process may include a two-stage approach including an initial evaluation
of the written proposal and preliminary scoring to develop a short list of bidders that
will continue to the final stage of oral presentation and interview and reference checks.
The preliminary scoring will be based on the total points, excluding points allocated to
references, oral presentation, and interview.
If the two-stage approach is used, the three bidders receiving the highest preliminary
scores and with at least 200 points will be invited to an oral presentation and interview.
Only the bidders meeting the short list criteria will proceed to the next stage. All other
bidders will be deemed eliminated from the process. All bidders will be notified of the
short list participants; however, the preliminary scores at that time will not be
communicated to bidders.
The zero to five-point scale range is defined as follows:
0 Not Acceptable
1 Poor
2 Fair
3 Average
4
Above Average
/ Good
5
Excellent /
Exceptional
Non-responsive, fails to meet RFP specification. The approach
has no probability of success. If a mandatory requirement this
score will result in disqualification of proposal.
Below average, falls short of expectations, is substandard to
that which is the average or expected norm, has a low
probability of success in achieving objectives per RFP.
Has a reasonable probability of success, however, some
objectives may not be met.
Acceptable, achieves all objectives in a reasonable fashion per
RFP specification. This will be the baseline score for each item
with adjustments based on interpretation of proposal by
Evaluation Committee members.
Very good probability of success, better than that which is
average or expected as the norm. Achieves all objectives per
RFP requirements and expectations.
Exceeds expectations, very innovative, clearly superior to that
which is average or expected as the norm. Excellent probability
of success and in achieving all objectives and meeting RFP
specification.
RFP No. 901036
Page 22
Specifications, Terms & Conditions
for Purchasing Card Program
The Evaluation Criteria and their respective weights are as follows:
Evaluation Criteria
A.
B.
Weight
Completeness of Response:
Responses to this RFP must be complete. Responses that
do not include the proposal content requirements
identified within this RFP and subsequent Addenda and do
not address each of the items listed below will be
considered incomplete, be rated a Fail in the Evaluation
Criteria and will receive no further consideration.
Responses that are rated a Fail and are not considered may
be picked up at the delivery location within 14 calendar
days of contract award and/or the completion of the
competitive process.
Pass/Fail
Financial Stability (See Exhibit A – Bid Response Packet)
Pass/Fail
Debarment and Suspension:
Bidders, its principal and named subcontractors are not
identified on the list of Federally debarred, suspended, or
other excluded parties located at www.sam.gov .
Pass/Fail
Technical Criteria:
In each area described below, an evaluation will be made of
the probability of success of and risks associated with, the
proposal response:
1. System Design - A comparison will be made of the
proposed purchasing card systems.
2. Software Design and Development - The evaluation will
compare the proposed software capabilities with the
requirements of this RFP in terms of the software’s
compatibility with existing purchasing card management
and data processing systems
3. Life-Cycle Support - An assessment will be made of the
scope and extent of resources required to operate and
maintain the proposed purchasing card system.
4. Ancillary Services - A comparison will be made of the
proposed services with the requirements of this RFP.
Credit will be given for convenience, responsiveness,
and technical expertise.
15 Points
RFP No. 901036
Page 23
Specifications, Terms & Conditions
for Purchasing Card Program
C.
Cost:
The points for Cost will be computed by dividing the
amount of the lowest responsive bid received by each
bidder’s total proposed cost.
While not reflected in the Cost evaluation points, an
evaluation may also be made of:
1. Reasonableness (i.e., does the proposed pricing
accurately reflect the bidder’s effort to meet
requirements and objectives?);
2. Realism (i.e., is the proposed cost appropriate to the
nature of the products and services to be provided?);
and
3. Affordability (i.e., the ability of the County to finance
system and/or services.
D.
E.
Consideration of price in terms of overall affordability may
be controlling in circumstances where two or more
proposals are otherwise adjudged equal, or when a
superior proposal is at a price that the County cannot
afford.
2202 1515 Points
Implementation Plan:
An evaluation will be made of the likelihood that Bidder’s
implementation plan will meet the County’s requirements.
5 Points
Relevant Experience:
Proposals will be evaluated against the RFP specifications
and the questions below:
1. Does the organization have experience on similar
projects? (4pts)
2. Does the organization have a Community
Reinvestment Act (CRA) rating of satisfactory or
above? (4pts)
3. How extensive is the applicable education and
experience of the personnel designated to work on
the project? (2pts)
4. Philosophy on Community Investments Does the organization show demonstrated
experience with programs that implement and
promote a corporate philosophy of community
investments and healthy communities. (12pts)
5. Does the organization show data for loan approvals
in Alameda County? (3pts)
25 Points
RFP No. 901036
Page 24
Specifications, Terms & Conditions
for Purchasing Card Program
F.
References (See Exhibit A – Bid Response Packet)
15 Points
G.
Overall Proposal
15 Points
H.
Oral Presentation and Interview:
The oral presentation by each bidder shall not exceed sixty
(60) minutes in length. The oral interview will consist of
standard questions asked of each of the bidders and
specific questions regarding the specific proposal. The
proposals may then be re-evaluated and re-scored based
on the oral presentation and interview.
10 Points
SMALL LOCAL EMERGING BUSINESS PREFERENCE
H.
Local Preference: Points equaling five percent (5%) of
bidder’s total score, for the above Evaluation Criteria, will
be added. This will be the bidder’s final score for purposes
of award evaluation.
Five Percent (5%)
Small and Local or Emerging and Local Preference: Points
equaling five percent (5%) of bidder’s total score, for the
above Evaluation Criteria, will be added. This will be the
bidder’s final score for purposes of award evaluation.
Five Percent (5%)
CONTRACT EVALUATION AND ASSESSMENT
During the initial sixty (60) day period of any contract, which may be awarded to
Contractor, the CSC and/or other persons designated by the County will meet with the
Contractor to evaluate system and services performance and to identify any issues or
potential problems.
The County reserves the right to determine, at its sole discretion, whether:
1.
Contractor has complied with all terms of this RFP; and
2.
Any problems or potential problems with the proposed system and services were
evidenced which make it unlikely (even with possible modifications) that such
system and services have met the County requirements.
RFP No. 901036
Page 25
Specifications, Terms & Conditions
for Purchasing Card Program
If, as a result of such determination, the County concludes that it is not satisfied with
Contractor, Contractor’s performance under any awarded contract and/or Contractor’s
services as contracted for therein, the Contractor will be notified of contract
termination effective forty-five (45) days following notice. Contractor shall be
responsible for the removal of equipment/system and shall return County facilities to
their pre-installation or original state at no charge to the County. The County will have
the right to invite the next highest ranked bidder to enter into a contract. The County
also reserves the right to re-bid this project if it is determined to be in its best interest to
do so.
I.
NOTICE OF RECOMMENDATION TO AWARD
1.
At the conclusion of the RFP response evaluation process (“Evaluation Process”),
all bidders will be notified in writing by e-mail or fax, and certified mail, of the
contract award recommendation, if any, by GSA – Procurement & Support
Services. The document providing this notification is the Notice of Intent to
Award.
The Notice of Recommendation to Award will provide the following information:
2.
3.
J.
a.
The name of the bidder being recommended for contract award; and
b.
The names of all other parties that submitted proposals.
At the conclusion of the RFP process, debriefings for unsuccessful bidders will be
scheduled and provided upon written request and will be restricted to discussion
of the unsuccessful offeror’s bid.
a.
Under no circumstances will any discussion be conducted with regard to
contract negotiations with the successful bidder.
b.
Debriefing may include review of successful bidder’s proposal with
redactions as appropriate.
The submitted proposals shall be made available upon request no later than five
(5) calendar days before approval of the award and contract is scheduled to be
heard by the Board of Supervisors.
TERM / TERMINATION / RENEWAL
1.
The term of the contract, which may be awarded pursuant to this RFP, will be
three (3) years.
RFP No. 901036
Page 26
Specifications, Terms & Conditions
for Purchasing Card Program
2.
K.
By mutual agreement, any contract which may be awarded pursuant to this RFP,
may be extended for an additional two-year term at agreed prices with all other
terms and conditions remaining the same.
QUANTITIES
Quantities listed herein are annual estimates based on past usage and are not to be
construed as a commitment. No minimum or maximum is guaranteed or implied.
L.
M.
PRICING
1.
All pricing as quoted will remain firm for the term of any contract that may be
awarded as a result of this RFP.
2.
Unless otherwise stated, Bidder agrees that, in the event of a price decline, the
benefit of such lower price shall be extended to the County.
3.
All prices are to be F.O.B. destination. Any freight/delivery charges are to be
included.
4.
Any price increases or decreases for subsequent contract terms may be
negotiated between Contractor and County only after completion of the initial
term.
5.
All prices quoted shall be in United States dollars and "whole cent”, no cent
fractions shall be used. There are no exceptions.
6.
Bidder shall include a quote of time and materials and schedule of fees for
additional work outside the scope of work requested in the bid form.
7.
Price quotes shall include any and all payment incentives available to the County.
AWARD
1.
Proposals will be evaluated by a committee and will be ranked in accordance with
the RFP section entitled “Evaluation Criteria/Selection Committee”.
2.
The committee will recommend award to the bidder who, in its opinion, has
submitted the proposal that best serves the overall interests of the County and
attains the highest overall point score. Award may not necessarily be made to
the bidder with the lowest price.
RFP No. 901036
Page 27
Specifications, Terms & Conditions
for Purchasing Card Program
3.
Small and Emerging Locally Owned Business: The County is vitally interested in
promoting the growth of small and emerging local businesses by means of
increasing the participation of these businesses in the County’s purchase of
goods and services.
As a result of the County’s commitment to advance the economic opportunities
of these businesses, Bidders must meet the County’s Small and Emerging Locally
Owned Business requirements in order to be considered for the contract award.
These requirements can be found online at:
http://acgov.org/auditor/sleb/overview.htm
For purposes of this bid, applicable industries include, but are not limited to, the
following NAICS Code(s): 522210, 522110, and 522120.
A small business is defined by the United States Small Business Administration
(SBA) as having no more than the number of employees or average annual gross
receipts over the last three (3) years required per SBA standards based on the
small business's appropriate NAICS code.
An emerging business is defined by the County as having either annual gross
receipts of less than one-half (1/2) that of a small business OR having less than
one-half (1/2) the number of employees AND that has been in business less than
five (5) years.
4.
The County reserves the right to reject any or all responses that materially differ
from any terms contained in this RFP or from any Exhibits attached hereto, to
waive informalities and minor irregularities in responses received, and to provide
an opportunity for bidders to correct minor and immaterial errors contained in
their submissions. The decision as to what constitutes a minor irregularity shall
be made solely at the discretion of the County.
5.
The County reserves the right to award to a single or multiple Contractors.
6.
The County has the right to decline to award this contract or any part thereof for
any reason.
7.
Board approval to award a contract is required.
8.
A contract must be negotiated, finalized, and signed by the recommended
awardee prior to Board approval.
RFP No. 901036
Page 28
Specifications, Terms & Conditions
for Purchasing Card Program
9.
Final Standard Agreement terms and conditions will be negotiated with the
selected bidder. Bidder may access a copy of the Standard Services Agreement
template can be found online at:
http://www.acgov.org/gsa/purchasing/standardServicesAgreement.pdf
The template contains minimal Agreement boilerplate language only.
10.
N.
O.
The RFP specifications, terms, conditions and Exhibits, RFP Addenda and Bidder’s
proposal, may be incorporated into and made a part of any contract that may be
awarded as a result of this RFP.
METHOD OF ORDERING
1.
A written PO and signed Standard Agreement contract will be issued upon Board
approval.
2.
POs and Standard Agreements will be faxed, transmitted electronically or mailed
and shall be the only authorization for the Contractor to place an order.
3.
POs and payments for products and/or services will be issued only in the name of
Contractor.
4.
Contractor shall adapt to changes to the method of ordering procedures as
required by the County during the term of the contract.
5.
Change orders shall be agreed upon by Contractor and County and issued as
needed in writing by County.
INVOICING
1.
Contractor shall invoice the requesting department, unless otherwise advised,
upon satisfactory receipt of product and/or performance of services.
2.
Payment will be made within thirty (30) days following receipt of invoice and
upon complete satisfactory receipt of product and performance of services.
3.
County shall notify Contractor of any adjustments required to invoice.
4.
Invoices shall contain County PO number, invoice number, remit to address and
itemized products and/or services description and price as quoted and shall be
accompanied by acceptable proof of delivery.
5.
Invoices shall only be issued by the Contractor who is awarded a contract.
RFP No. 901036
Page 29
Specifications, Terms & Conditions
for Purchasing Card Program
6.
P.
IV.
Payments will be issued to and invoices must be received from the same
Contractor whose name is specified on the POs.
ACCOUNT MANAGER / SUPPORT STAFF
1.
Contractor shall provide a dedicated competent account manager who shall be
responsible for the County account/contract. The account manager shall receive
all orders from the County and shall be the primary contact for all issues
regarding Bidder’s response to this RFP and any contract which may arise
pursuant to this RFP.
2.
Contractor shall also provide adequate, competent support staff that shall be
able to service the County during normal working hours, Monday through Friday.
Such representative(s) shall be knowledgeable about the contract, products
offered and able to identify and resolve quickly any issues including but not
limited to order and invoicing problems.
3.
Contractor account manager shall be familiar with County requirements and
standards and work with the Alameda County Auditor-Controller Agency and
GSA-Purchasing to ensure that established standards are adhered to.
INSTRUCTIONS TO BIDDERS
Q.
COUNTY CONTACTS
GSA–Procurement & Support Services is managing the competitive process for this
project on behalf of the County. All contact during the competitive process is to be
through the GSA–Procurement & Support Services Department only.
The evaluation phase of the competitive process shall begin upon receipt of sealed bids
until a contract has been awarded. Bidders shall not contact or lobby evaluators during
the evaluation process. Attempts by Bidder to contact evaluators may result in
disqualification of bidder.
All questions regarding these specifications, terms, and conditions are to be submitted
in writing, preferably via e-mail by 5:00 p.m. on May 30, 2014 to:
Umiika Wright, Procurement & Contracts Specialist
Alameda County, GSA–Procurement & Support Services
1401 Lakeside Drive, Suite 907
Oakland, CA 94612
E-Mail: [email protected]
PHONE: (510) 208-9607
RFP No. 901036
Page 30
Specifications, Terms & Conditions
for Purchasing Card Program
The GSA Contracting Opportunities website will be the official notification posting place
of all Requests for Interest, Proposals, Quotes, and Addenda. Go to
http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp
to view current contracting opportunities.
R.
SUBMITTAL OF BIDS
1.
All bids must be SEALED and must be received at the Office of the Purchasing
Agent of Alameda County BY 2:00 p.m. on the due date specified in the Calendar
of Events.
NOTE: LATE AND/OR UNSEALED BIDS CANNOT BE ACCEPTED. IF HAND
DELIVERING BIDS PLEASE ALLOW TIME FOR METERED STREET PARKING OR
PARKING IN AREA PUBLIC PARKING LOTS AND ENTRY INTO SECURE BUILDING.
Bids will be received only at the address shown below, and by the time indicated
in the Calendar of Events. Any bid received after said time and/or date or at a
place other than the stated address cannot be considered and will be returned to
the bidder unopened.
All bids, whether delivered by an employee of Bidder, U.S. Postal Service, courier
or package delivery service, must be received and time stamped at the stated
address prior to the time designated. The Procurement & Support Services
Department's timestamp shall be considered the official timepiece for the
purpose of establishing the actual receipt of bids.
2.
Bids are to be addressed and delivered as follows:
Purchasing Card Program
RFP No. 901036
Alameda County, GSA–Procurement & Support Services
1401 Lakeside Drive, Suite 907 *
Oakland, CA 94612
Bidder's name, return address, and the RFP number and title must also appear
on the mailing package.
*PLEASE NOTE that on the bid due date, a bid reception desk will be open
between 1:00 p.m. – 2:00 p.m. and will be located in the 1st floor lobby at 1401
Lakeside Drive.
RFP No. 901036
Page 31
Specifications, Terms & Conditions
for Purchasing Card Program
3.
Bidders are to submit one (1) original hardcopy bid (Exhibit A – Bid Response
Packet, including additional required documentation), with original ink
signatures, plus five (5) copies of their proposal. Original proposal is to be clearly
marked “ORIGINAL” with copies to be marked “COPY”. All submittals should be
printed on plain white paper, and must be either loose leaf or in a 3-ring binder
(NOT bound). It is preferred that all proposals submitted shall be printed doublesided and on minimum 30% post-consumer recycled content paper. Inability to
comply with the 30% post-consumer recycled content recommendation will have
no impact on the evaluation and scoring of the proposal.
Bidders must also submit an electronic copy of their proposal. The electronic
copy must be in a single file (PDF with OCR preferred), and shall be an exact
scanned image of the original hard copy Exhibit A – Bid Response Packet,
including additional required documentation. The file must be on disk or USB
flash drive and enclosed with the sealed original hardcopy of the bid.
4.
BIDDERS SHALL NOT MODIFY BID FORM(S) OR QUALIFY THEIR BIDS. BIDDERS
SHALL NOT SUBMIT TO THE COUNTY A SCANNED, RE-TYPED, WORD-PROCESSED,
OR OTHERWISE RECREATED VERSION OF THE BID FORM(S) OR ANY OTHER
COUNTY-PROVIDED DOCUMENT.
5.
No email (electronic) or facsimile bids will be considered.
6.
All costs required for the preparation and submission of a bid shall be borne by
Bidder.
7.
Only one bid response will be accepted from any one person, partnership,
corporation, or other entity; however, several alternatives may be included in
one response. For purposes of this requirement, “partnership” shall mean, and is
limited to, a legal partnership formed under one or more of the provisions of the
California or other state’s Corporations Code or an equivalent statute.
8.
All other information regarding the bid responses will be held as confidential until
such time as the County Selection Committee has completed its evaluation, a
recommended award has been made by the County Selection Committee, and
the contract has been fully negotiated with the recommended awardee named in
the recommendation to award/non-award notification(s). The submitted
proposals shall be made available upon request no later than five (5) business
days before the recommendation to award and enter into contract is scheduled
to be heard by the Board of Supervisors. All parties submitting proposals, either
qualified or unqualified, will receive mailed recommendation to award/nonaward notification(s), which will include the name of the bidder to be
RFP No. 901036
Page 32
Specifications, Terms & Conditions
for Purchasing Card Program
recommended for award of this project. In addition, award information will be
posted on the County’s “Contracting Opportunities” website, mentioned above.
S.
9.
Each bid received, with the name of the bidder, shall be entered on a record, and
each record with the successful bid indicated thereon shall, after the award of
the order or contract, be open to public inspection.
10.
California Government Code Section 4552: In submitting a bid to a public
purchasing body, the bidder offers and agrees that if the bid is accepted, it will
assign to the purchasing body all rights, title, and interest in and to all causes of
action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under
the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of
Division 7 of the Business and Professions Code), arising from purchases of goods,
materials, or services by the bidder for sale to the purchasing body pursuant to
the bid. Such assignment shall be made and become effective at the time the
purchasing body tenders final payment to the bidder.
11.
Bidder expressly acknowledges that it is aware that if a false claim is knowingly
submitted (as the terms “claim” and “knowingly” are defined in the California
False Claims Act, Cal. Gov. Code, §12650 et seq.), County will be entitled to civil
remedies set forth in the California False Claim Act. It may also be considered
fraud and the Contractor may be subject to criminal prosecution.
12.
The undersigned Bidder certifies that it is, at the time of bidding, and shall be
throughout the period of the contract, licensed by the State of California to do
the type of work required under the terms of the Contract Documents. Bidder
further certifies that it is regularly engaged in the general class and type of work
called for in the Bid Documents.
13.
The undersigned Bidder certifies that it is not, at the time of bidding, on the
California Department of General Services (DGS) list of persons determined to be
engaged in investment activities in Iran or otherwise in violation of the Iran
Contracting Act of 2010 (Public Contract Code Section 2200-2208).
14.
It is understood that County reserves the right to reject this bid and that the bid
shall remain open to acceptance and is irrevocable for a period of one hundred
eighty (180) days, unless otherwise specified in the Bid Documents.
RESPONSE FORMAT
1.
Bid responses are to be straightforward, clear, concise, and specific to the
information requested.
RFP No. 901036
Page 33
Specifications, Terms & Conditions
for Purchasing Card Program
2.
In order for bids to be considered complete, Bidder must provide responses to all
information requested. See Exhibit A – Bid Response Packet.
3.
Bid responses, in whole or in part, are NOT to be marked confidential or
proprietary. County may refuse to consider any bid response or part thereof so
marked. Bid responses submitted in response to this RFP may be subject to
public disclosure. County shall not be liable in any way for disclosure of any such
records. Please refer to the County’s website at:
http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm for
more information regarding Proprietary and Confidential Information policies.
RFP No. 901036
Page 34
EXHIBIT A
BID RESPONSE PACKET
RFP No. 901036 – Purchasing Card Program
To:
The County of Alameda
From:
(Official Name of Bidder)
 AS DESCRIBED IN THE SUBMITTAL OF BIDS SECTION OF THIS RFP, BIDDERS ARE TO SUBMIT
ONE (1) ORIGINAL HARDCOPY BID (EXHIBIT A – BID RESPONSE PACKET), INCLUDING
ADDITIONAL REQUIRED DOCUMENTATION), WITH ORIGINAL INK SIGNATURES, PLUS FIVE (5)
COPIES AND ONE (1) ELECTRONIC COPY OF THE BID IN PDF (with OCR preferred)
 ALL PAGES OF THE BID RESPONSE PACKET (EXHIBIT A) MUST BE SUBMITTED IN TOTAL WITH
ALL REQUIRED DOCUMENTS ATTACHED THERETO; ALL INFORMATION REQUESTED MUST BE
SUPPLIED; ANY PAGES OF EXHIBIT A (OR ITEMS THEREIN) NOT APPLICABLE TO THE BIDDER
MUST STILL BE SUBMITTED AS PART OF A COMPLETE BID RESPONSE, WITH SUCH PAGES OR
ITEMS CLEARLY MARKED “N/A”
 BIDDERS SHALL NOT SUBMIT TO THE COUNTY A SCANNED, RE-TYPED, WORD-PROCESSED, OR
OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY OTHER
COUNTY-PROVIDED DOCUMENT
 ALL PRICES AND NOTATIONS MUST BE PRINTED IN INK OR TYPEWRITTEN; NO ERASURES ARE
PERMITTED; ERRORS MAY BE CROSSED OUT AND CORRECTIONS PRINTED IN INK OR
TYPEWRITTEN ADJACENT, AND MUST BE INITIALED IN INK BY PERSON SIGNING BID
 BIDDER MUST QUOTE PRICE(S) AS SPECIFIED IN RFP
 BIDDERS THAT DO NOT COMPLY WITH THE REQUIREMENTS, AND/OR SUBMIT INCOMPLETE
BID PACKAGES, SHALL BE SUBJECT TO DISQUALIFICATION AND THEIR BIDS REJECTED IN
TOTAL
 IF BIDDERS ARE MAKING ANY CLARIFICATIONS AND/OR AMENDMENTS, OR TAKING
EXCEPTION TO POLICIES OR SPECIFICATIONS OF THIS RFP, INCLUDING THOSE TO THE
COUNTY SLEB POLICY, THESE MUST BE SUBMITTED IN THE EXCEPTIONS, CLARIFICATIONS,
AMENDMENTS SECTION OF THIS EXHIBIT A – BID RESPONSE PACKET IN ORDER FOR THE BID
RESPONSE TO BE CONSIDERED COMPLETE
Exhibit A – RFP No. 901036
Page 1
BIDDER INFORMATION AND ACCEPTANCE
1.
The undersigned declares that the Bid Documents, including, without limitation, the RFI, RFP, Addenda,
and Exhibits have been read.
2.
The undersigned is authorized, offers, and agrees to furnish the articles and/or services specified in
accordance with the Specifications, Terms & Conditions of the Bid Documents of RFP No. 901036 –
Purchasing Card Program.
3.
The undersigned has reviewed the Bid Documents and fully understands the requirements in this Bid
including, but not limited to, the requirements under the County Provisions, and that each Bidder who
is awarded a contract shall be, in fact, a prime Contractor, not a subcontractor, to County, and agrees
that its Bid, if accepted by County, will be the basis for the Bidder to enter into a contract with County
in accordance with the intent of the Bid Documents.
4.
The undersigned acknowledges receipt and acceptance of all addenda.
5.
The undersigned agrees to the following terms, conditions, certifications, and requirements found on
the County’s website:

Bid Protests / Appeals Process
[http://www.acgov.org/gsa/departments/purchasing/policy/bidappeal.htm]

Debarment / Suspension Policy
[http://www.acgov.org/gsa/departments/purchasing/policy/debar.htm]

Iran Contracting Act (ICA) of 2010
[http://www.acgov.org/gsa/departments/purchasing/policy/ica.htm]

General Environmental Requirements
[http://www.acgov.org/gsa/departments/purchasing/policy/environ.htm]

Small Local Emerging Business Program
[http://acgov.org/auditor/sleb/overview.htm]

First Source
[http://acgov.org/auditor/sleb/sourceprogram.htm]

Online Contract Compliance System
[http://acgov.org/auditor/sleb/elation.htm]

General Requirements
[http://www.acgov.org/gsa/departments/purchasing/policy/genreqs.htm]

Proprietary and Confidential Information
[http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm]
Exhibit A – RFP No. 901036
Page 2
6.
The undersigned acknowledges that Bidder will be in good standing in the State of California, with all
the necessary licenses, permits, certifications, approvals, and authorizations necessary to perform all
obligations in connection with this RFP and associated Bid Documents.
7.
It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions
and, if applicable, the site condition. By the submission of a Bid, the Bidder certifies that if awarded a
contract they will make no claim against the County based upon ignorance of conditions or
misunderstanding of the specifications.
8.
Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its
officers, agents and employees, harmless from liability of an nature or kind, including cost and
expenses, for infringement or use of any patent, copyright or other proprietary right, secret process,
patented or unpatented invention, article or appliance furnished or used in connection with the
contract or purchase order.
9.
Insurance has been intentionally omitted.
10.
The undersigned acknowledges ONE of the following (please check only one box):
Bidder is not local to Alameda County and is ineligible for any bid preference; OR
Bidder is a certified SLEB and is requesting 10% bid preference; (Bidder must check the first box
and provide its SLEB Certification Number in the SLEB PARTNERING INFORMATION SHEET); OR
Bidder is LOCAL to Alameda County and is requesting 5% bid preference, and has attached the
following documentation to this Exhibit:

Copy of a verifiable business license, issued by the County of Alameda or a City within the
County; and
 Proof of six (6) months business residency, identifying the name of the vendor and the local
address. Utility bills, deed of trusts or lease agreements, etc., are acceptable verification
documents to prove residency.
Exhibit A – RFP No. 901036
Page 3
Official Name of Bidder:
Street Address Line 1:
Street Address Line 2:
City:
State:
Zip Code:
Webpage:
Type of Entity / Organizational Structure (check one):
Corporation
Joint Venture
Limited Liability Partnership
Partnership
Limited Liability Corporation
Non-Profit / Church
Other:
Jurisdiction of Organization Structure:
Date of Organization Structure:
Federal Tax Identification Number:
Primary Contact Information:
Name / Title:
Telephone Number:
Fax Number:
E-mail Address:
SIGNATURE:
Name and Title of Signer:
Dated this
day of
20
Exhibit A – RFP No. 901036
Page 4
BID FORM(S)
COST SHALL BE SUBMITTED ON EXHIBIT A AS IS. NO ALTERATIONS OR CHANGES OF ANY KIND ARE PERMITTED. Bid responses that do not
comply will be subject to rejection in total. The cost quoted below shall include all taxes and all other charges, including travel expenses, and
is the cost the County will pay for the three-year term of any contract that is a result of this bid.
Quantities listed herein are annual estimates based on past usage and are not to be construed as a commitment. No minimum or maximum is
guaranteed or implied.
Bidder hereby certifies to County that all representations, certifications, and statements made by Bidder, as set forth in this Bid Form and
attachments are true and correct and are made under penalty of perjury pursuant to the laws of California.
Year 1
Extended
Cost
(C)
(A x B = C)
Year 2
Year 3
Unit Cost
(D)
Extended
Cost
(E)
(A x D = E)
Unit Cost
(F)
Extended
Cost
(G)
(A x F = G)
Fee Category
Unit of Measure
Estimated
Annual Volume
(A)
P-Cards
Per Card
200 Cards
$
$
$
$
$
$
$
Customized Reports
Per Report
12
$
$
$
$
$
$
$
On-Site Training
Per Session
10
$
$
$
$
$
$
$
Web-Based Training
Per Course
5
$
$
$
$
$
$
$
Software Licenses
Per Agency
65 Agencies
$
$
$
$
$
$
$
Electronic Statement
Transmission
Per Transmissions
60
$
$
$
$
$
$
$
Unit Cost
(B)
Total Annual Cost $
$
$
Total 3 Year Cost
(C+E+G)
$
Exhibit A – RFP No. 901036
Page 5
BID FORM(S)
Estimated
Sales for
Each Year
Rebate to be paid based
on estimated sales per
year
Yearly Initial Payment
$5,000,000
Year 1
% for
Year 1
Extension (A)
Year 2
% for
Year 2
Extension (B)
Year 3
% for
Year 3
3 Year Total (=A+B+C)
Extension (C)
% $
% $
% $
$
$
$
$
$
Total Rebate for 3 Years $
Minus Total Fees for 3 Years $
Grand Total of Rebate Minus Fees for 3 Years $
Exhibit A – RFP No. 901036
Page 6
For Informational Purposes Only
Pricing is for informational purposes only and will not be calculated into the bid total for purposes of
evaluation. Prices should be firm and will be used in the contracts whenever the need arises.
A.
Payment Cycle: No. Days:
B.
Grace Period for Payment: No. Days:
C.
Late Payment Fees: %
(per day) after
days
D.
Late Payment Fees: $
(per day) after
days
Annual P-Card Spending
Volume Brackets Standard
Transactions
Payment in 30
Days
Payment in 60
Days
Payment in
90 Days
$1 – $500,000
$500,001 - $1,000,000
$1,000,001 - $2,000,000
$2,000,001 - $3,000,000
$3,000,001 - $4,000,000
$4,000,001 - $5,000,000
$5,000,001 - $6,000,000
$6,000,001 - $7,000,000
$7,000,001 - $8,000,000
$8,000,001 - $9,000,000
$9,000,001 - $10,000,000
>$10,000,001
Exhibit A – RFP No. 901036
Page 7
REQUIRED DOCUMENTATION AND SUBMITTALS
All of the specific documentation listed below is required to be submitted with the Exhibit A – Bid
Response Packet in order for a bid to be deemed complete. Bidders shall submit all documentation,
in the order listed below and clearly label each section with the appropriate title (i.e. Table of
Contents, Letter of Transmittal, Key Personnel, etc.).
1.
Table of Contents: Bid responses shall include a table of contents listing the individual
sections of the proposal/quotation and their corresponding page numbers. Tabs should
separate each of the individual sections.
2.
Letter of Transmittal: Bid responses shall include a description of Bidder’s capabilities
and approach in providing its services to the County, and provide a brief synopsis of the
highlights of the Proposal and overall benefits of the Proposal to the County. This
synopsis should not exceed three (3) pages in length and should be easily understood.
3.
Exhibit A – Bid Response Packet: Every bidder must fill out and submit the complete
Exhibit A – Bid Response Packet.
(a)
Bidder Information and Acceptance:
(1)
(b)
SLEB Partnering Information Sheet:
(1)
(c)
Every Bidder must select one choice under Item 10 of page 3 of Exhibit A
and must fill out, submit a signed page 4 of Exhibit A.
Every bidder must fill out and submit a signed SLEB Partnering Information
Sheet, (found on page 11 of Exhibit A) indicating their SLEB certification
status. If bidder is not certified, the name, identification information, and
goods/services to be provided by the named CERTIFIED SLEB partner(s)
with whom the bidder will subcontract to meet the County SLEB
participation requirement must be stated. Any CERTIFIED SLEB
subcontractor(s) named, the Exhibit must be signed by the CERTIFIED
SLEB(s) according to the instructions. All named SLEB subcontractor(s)
must be certified by the time of bid submittal.
References:
(1)
(2)
Bidders must use the templates on pages 121-12 of this Exhibit A – Bid
Response Packet to provide references.
Bidders are to provide a list of five (5) current and five (5) former clients.
References must be satisfactory as deemed solely by County. References
should have similar scope, volume, and requirements to those outlined in
these specifications, terms, and conditions.
Exhibit A – RFP No. 901036
Page 8
 Bidders must verify the contact information for all references provided is
current and valid.
 Bidders are strongly encouraged to notify all references that the County may
be contacting them to obtain a reference.
(3)
The County may contact some or all of the references provided in order to
determine Bidder’s performance record on work similar to that described
in this request. The County reserves the right to contact references other
than those provided in the Response and to use the information gained
from them in the evaluation process.
(d)
Exceptions, Clarifications, Amendments:
(1)
(2)
4.
Key Personnel: Bid responses shall include a complete list of all key personnel
associated with the RFP. This list must include all key personnel who will provide
services/training to County staff and all key personnel who will provide maintenance
and support services. For each person on the list, the following information shall be
included:
(a)
(b)
(c)
(d)
(e)
5.
This shall include clarifications, exceptions, and amendments, if any, to the
RFP and associated Bid Documents, and shall be submitted with your bid
response using the template on page 14 of this Exhibit A – Bid Response
Packet.
THE COUNTY IS UNDER NO OBLIGATION TO ACCEPT ANY EXCEPTIONS,
AND SUCH EXCEPTIONS MAY BE A BASIS FOR BID DISQUALIFICATION.
The person’s relationship with Bidder, including job title and years of employment
with Bidder;
The role that the person will play in connection with the RFP;
Address, telephone, fax numbers, and e-mail address;
Person’s educational background; and
Person’s relevant experience, certifications, and/or merits.
Description of the Proposed Reporting System: Bid response shall include a description
of the proposed system, as it will be finally configured during the term of the contract.
The description shall specify how the proposed system will meet or exceed the
requirements of the County and shall explain any advantages that this proposed system
would have over other possible systems. The description shall include any
disadvantages or limitations that the County should be aware of in evaluating the
proposal. Finally, the description shall describe all product warranties provided by
Bidder.
Exhibit A – RFP No. 901036
Page 9
6.
Description of the Proposed Services: Bid response shall include a description of the
terms and conditions of services to be provided during the contract term including
response times. The description must: (1) specify how the services in the bid response
will meet or exceed the requirements of the County; (2) explain any special resources,
procedures or approaches that make the services of Bidder particularly advantageous to
the County; and (3) identify any limitations or restrictions of Bidder in providing the
services that the County should be aware of in evaluating its Response to this RFP.
7.
Transition Plan: An evaluation will be made of the likelihood that Bidder’s
implementation plan will meet the County’s requirements.
8.
Financial Statements
(a)
9.
Most recent Dun & Bradstreet Supplier Qualifier Report. For information on how
to obtain a Supplier Qualifier Report, contact Dun & Bradstreet at 1-800-4242495 or http://www.dnb.com/government/contractor-management-portal.html;
Sample Reports: The bid response shall include copies of samples reports that the
County has requested which shall include but not limited to:
(a)
(b)
(c)
(d)
Level I, II, and III reports;
Program Management Reports;
Vendor reports; and
1099 reports.
10.
Sample Card: The bid response shall include an example of the card as referenced on
page 10 of the RFP section D (Specific Requirements) item 10.d.(1).
11.
Disaster Recovery Plan: The bid response shall include provide a disaster recovery plan
that mitigates the risk of any data being lost due to unforeseen events. Plan to include
details for handling P-Card transactions in the event of a natural disaster.
12.
Hierarchy Plan: The bid response shall include provide a hierarchy plan for use with the
card-management system enabling administrators to effectively monitor and control
card activity.
13.
Other Incentive Programs: The bid response may include a description of any other
proposed program incentives.
14.
Community Investment Programs: The bid response shall include a description of
current and/or proposed successful programs and loan approvals in Alameda County
Exhibit A – RFP No. 901036
Page 10
SMALL LOCAL EMERGING BUSINESS (SLEB)
PARTNERING INFORMATION SHEET
RFP No. 901036 –Purchasing Card Program
In order to meet the Small Local Emerging Business (SLEB) requirements of this RFP, all bidders must complete this form as
required below.
Bidders not meeting the definition of a SLEB (http://acgov.org/auditor/sleb/overview.htm) are required to subcontract with a
SLEB for at least twenty percent (20%) of the total estimated bid amount in order to be considered for contract award. SLEB
subcontractors must be independently owned and operated from the prime Contractor with no employees of either entity
working for the other. This form must be submitted for each business that bidders will work with, as evidence of a firm
contractual commitment to meeting the SLEB participation goal. (Copy this form as needed.)
Bidders are encouraged to form a partnership with a SLEB that can participate directly with this contract. One of the benefits of
the partnership will be economic, but this partnership will also assist the SLEB to grow and build the capacity to eventually bid as
a prime on their own.
Once a contract has been awarded, bidders will not be able to substitute named subcontractors without prior written approval
from the Auditor-Controller, Office of Contract Compliance (OCC).
County departments and the OCC will use the web-based Elation Systems to monitor contract compliance with the SLEB program
(Elation Systems: http://www.elationsys.com/elationsys/index.htm).
BIDDER IS A CERTIFIED SLEB (sign at bottom of page)
SLEB BIDDER Business Name:
SLEB Certification #:
SLEB Certification Expiration Date:
NAICS Codes Included in Certification:
BIDDER IS NOT A CERTIFIED SLEB AND WILL SUBCONTRACT
GOODS/SERVICES:
% WITH THE SLEB NAMED BELOW FOR THE FOLLOWING
SLEB BIDDER Business Name:
SLEB Certification #:
SLEB Certification Status:
SLEB Certification Expiration Date:
Small /
Emerging
NAICS Codes Included in Certification:
SLEB Subcontractor Principal Name:
SLEB Subcontractor Principal Signature:
Date:
Upon award, prime Contractor and all SLEB subcontractors that receive contracts as a result of this bid process agree to register
and use the secure web-based ELATION SYSTEMS. ELATION SYSTEMS will be used to submit SLEB subcontractor participation
including, but not limited to, subcontractor contract amounts, payments made, and confirmation of payments received.
Bidder Printed Name/Title:____________________________________________________________________________
Street Address: _____________________________________________City_____________State______ Zip Code______
Bidder Signature:
Date:
Exhibit A – RFP No. 901036
Page 11
CURRENT REFERENCES
RFP No. 901036 –Purchasing Card Program
Bidder Name:
Company Name:
Address:
City, State, Zip:
Services Provided / Date(s) of Service:
Contact Person:
Telephone Number:
E-mail Address:
Company Name:
Address:
City, State, Zip:
Services Provided / Date(s) of Service:
Contact Person:
Telephone Number:
E-mail Address:
Company Name:
Address:
Contact Person:
Telephone Number:
City, State, Zip:
Services Provided / Date(s) of Service:
E-mail Address:
Company Name:
Address:
City, State, Zip:
Services Provided / Date(s) of Service:
Contact Person:
Telephone Number:
E-mail Address:
Company Name:
Address:
City, State, Zip:
Services Provided / Date(s) of Service:
Contact Person:
Telephone Number:
E-mail Address:
Exhibit A – RFP No. 901036
Page 12
FORMER REFERENCES
RFP No. 901036 –Purchasing Card Program
Bidder Name:
Company Name:
Address:
Contact Person:
Telephone Number:
City, State, Zip:
Services Provided / Date(s) of Service:
E-mail Address:
Company Name:
Address:
City, State, Zip:
Contact Person:
Telephone Number:
E-mail Address:
Services Provided / Date(s) of Service:
Company Name:
Address:
Contact Person:
Telephone Number:
City, State, Zip:
E-mail Address:
Services Provided / Date(s) of Service:
Company Name:
Address:
City, State, Zip:
Services Provided / Date(s) of Service:
Contact Person:
Telephone Number:
E-mail Address:
Company Name:
Address:
City, State, Zip:
Services Provided / Date(s) of Service:
Contact Person:
Telephone Number:
E-mail Address:
Exhibit A – RFP No. 901036
Page 13
EXCEPTIONS, CLARIFICATIONS, AMENDMENTS
RFP No. 901036–Purchasing Card Program
Bidder Name:
List below requests for clarifications, exceptions, and amendments, if any, to the RFP and associated
Bid Documents, and submit with your bid response.
The County is under no obligation to accept any exceptions and such exceptions may be a basis for bid
disqualification.
Reference to:
Description
Page No. Section Item No.
p. 23
D
1.c.
Vendor takes exception to…
*Print additional pages as necessary
Exhibit A – RFP No. 901036
Page 14
EXHIBIT B
INSURANCE REQUIREMENTS
*** INSURANCE REQUIREMENT HAS BEEN INTENTIONALLY OMITTED ***
Exhibit B – RFP No. 901036
Page 1
EXHIBIT C
VENDOR BID LIST
RFP No. 901036–Purchasing Card Program
Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No.
901036, and/or been issued a copy of this RFP. This Vendor Bid List is being provided for
informational purposes to assist bidders in making contact with other businesses as needed to
develop local small and emerging business subcontracting relationships to meet the requirements of
the Small Local Emerging Business (SLEB) Program:
http://www.acgov.org/gsa/departments/purchasing/policy/slebpref.htm.
RFI No. 901036 - Purchasing Card Program
Business
Contact
Phone
Address
City
ST
Email
Bank of Alameda
Elizabeth Crilly
510-748-8000
2130 Otis Drive
Alameda
CA
[email protected]
Bank of America Merrill Lynch
Jonathan Millard
415-913-2834
315 Montgomery St.
San Francisco
CA
[email protected]
Bank of Montreal
Peter Ziegler
312-750-3888
115 S. Lasalle, 12th Floor
Chicago
IL
[email protected]
Bank of the West
Ken Bliss
916-561-6656
1651 Response Road, # 101
Sacramento
CA
[email protected]
Citibank, N.A.
Brian Wong
510-351-8221
1300 E 14th Street
San Leandro
CA
[email protected]
Citibank, N.A.
John Kim
703-204-8307
8110 Gatehouse Rd, Ste. 300E
Falls Church
VA
[email protected]
Citibank, N.A.
Thad Garrison
415-627-6101
One Sansome St., 23rd Floor
San Francisco
CA
[email protected]
Community Bank of the Bay
Chaula Pandya
510-433-5415
1750 Broadway
Oakland
CA
[email protected]
Computer Techs, Inc.
Beverley D. Sanders
570-686-2306
P.O. Box 926
Alameda
CA
[email protected]
CoreStates Bank of Delaware, N.A.
Corporate Card
Division
302-477-7000
3 Beaver Valley Road
Wilmington
DE
Send via US Mail
Deltek
Alexandra Howden
571-306-5985
2291 Wood Oak Drive
Herndin
VA
[email protected]
First Bankcard
Karl Pfeifer
916-543-9341
3031 Stanford Ranch Rd.
Rocklin
CA
[email protected]
Fremont Bank
Karl Pfeifer
916-295-0474
39150 Fremont Boulevard
Fremont
CA
[email protected]
JP Morgan
Natasha Bottari
650-389-6266
560 Mission St., 4th Floor
San Francisco
CA
[email protected]
LaSalle Bank, NA
Maura Purtell
312-992-0991
540 W. Madison
Chicago
IL
[email protected]
MasterCard International
Eva Robinson
914-249-6396
2000 Purchase Street
Purchase
NY
[email protected]
MasterCard International
Jean Cawley Taplett
914-249-6311
2000 Purchase Street
Purchase
NY
[email protected]
Mellon Global Cash Management
Thomas H. Heisey
412-234-1697
500 Ross St.
Pittsburgh
PA
[email protected]
Metropolitan Bank
Stella Kong
510-834-1933
250 East 18th Street
Oakland
CA
[email protected]
One Pacific Coast Bank
Andrea Walker
510-463-6565
1438 Webster Street # 100
Oakland
CA
[email protected]
U.S. Bank National Association ND
Carol Kroshus
510-690-0301
4325 17th Avenue SW
Fargo
ND
[email protected]
Union Bank of California
Jonathan Carlysle
415-273-2585
San Francisco
CA
[email protected]
US Bank Corporate Payment Systems
Leslie Massey
805.481.1585
2389 Brant Street
Arroyo Grande
CA
[email protected]
US Bank
Jerilyn Nelson
925-838-3204
1140 Shady Creek Place
Danville
CA
[email protected]
Valley Community Bank
Janelle Wrzesinski
925-600-3064
465 Main St.
Pleasanton
CA
[email protected]
Wachovia Corporation
Stephen Hudd
203-401-5756
301 South College St., # 4000
Charlotte
NC
[email protected]
Wachovia Corporation
Mike Hanna
813-276-6475
301 South College St., # 4000
Charlotte
NC
[email protected]
Exhibit C – RFP No. 901036
Page 1
Wachovia Corporation
Mara Holley
404-332-5267
301 South College St., # 4000
Charlotte
NC
[email protected]
Wachovia Corporation
Elysa Scharf
908-598-3035
301 South College St., # 4000
Charlotte
NC
[email protected]
Wachovia Corporation
Linda Cava
914-286-5026
301 South College St., # 4000
Charlotte
NC
[email protected]
Wachovia Corporation
Ron Hankins
336-378-4200
301 South College St., # 4000
Charlotte
NC
[email protected]
Wachovia Corporation
Donn Scott
267-321-7739
301 South College St., # 4000
Charlotte
NC
[email protected]
Wachovia Corporation
Carolyn Clouser
804-697-7126
301 South College St., # 4000
Charlotte
NC
[email protected]
Wells Fargo Bank
Shelley Rintala
415-396-8426
550 California St., 10th Fl
San Francisco
CA
[email protected]
WellsOne Commercial Card
Elizabeth Klune
760 737 6649
Escondido
CA
[email protected]
Fuzhou Jump Smart Cards Co. Ltd.
Jacky Chen
86 591
38125231
192,FuGuang Road, F.I.Z.,
Fuzhou City
CN
[email protected]
MasterCard Worldwide
Gregory Hamilton
303-617-9171
5659 S. Mobile St.
Centennial
CO
[email protected]
Engage IST Inc.
Louis Collins
916-683-2675
770 L St., Ste. 950
Sacramento
CA
[email protected]
Bay Commerical Bank
Karla S. Garcia
925-476-1801
500 Ygnacio Valley Rd. #130
Walnut Creek
CA
[email protected]
California Bank & Trust
Henry Reynoso
510-419-1820
400 20th St
Oakland
CA
[email protected]
City National Bank
Roneal Ram
510-287-3142
2101 Webster Street
Oakland
CA
[email protected]
Bay cities Credit union
Georgette Munoz
510-690-6100
22777 Main St
Hayward
CA
[email protected]
Provident Credit Union
Carol Ho
1800-632-4600
8301 Edgewater Dr
Oakland
Ca
[email protected]
Financial benefits credit union
510-433-9200
1528 Webster Street
Alameda
CA
[email protected]
Cooperative Center Credit union
510-845-6428
2001 Ashby Ave
Berkeley
CA
[email protected]
Chabot Federal Credit union
Mary Born
1-866-8281320
7080 Donlon Way,ste.100
Dublin
CA
[email protected]
San Francisco Federal Credit Union
Tony Delumen
415-775-5377
2121 N. California St. #395
Walnut Creek
CA
[email protected]
Patelco
Pedro Cisneros
925-598-3831
5050 Hopyard Rd.
Pleasanton
CA
[email protected]
800-649-0193
5901 Gibraltar Drive
Pleasanton
CA
Send via US Mail
1st United Credit Union
Exhibit C – RFP No. 901036
Page 2