Zero Emission Bus Implementation Plan

expired opportunity(Expired)
From: Kings County(County)

Basic Details

started - 01 Sep, 2022 (19 months ago)

Start Date

01 Sep, 2022 (19 months ago)
due - 30 Sep, 2022 (18 months ago)

Due Date

30 Sep, 2022 (18 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Kings County

Customer / Agency

Kings County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Kings County Association of Governments 339 W. D Street, Suite B Lemoore, CA 93245 Tel. (559) 852-2654 Fax (559) 924-5632 www.kingscog.org Member Agencies: Cities of Avenal, Corcoran, Hanford and Lemoore, County of Kings TO: Consultants DATE: September 1, 2022 SUBJECT: Request for Proposals – KCAG 2023 Zero Emission Bus (ZEB) Implementation Plan The Kings County Association of Governments (KCAG) is seeking a qualified consultant to perform all tasks related to the preparation of the 2023 Zero Emission Bus (ZEB) Implementation Plan. This contract will be funded with Federal Highway Administration Metropolitan Planning (FHWA PL) funds. As such, applicable Federal and State requirements to such contracts will apply. Firms interested in this project should send their proposals to the attention of: Kayley Clay, Regional Planner Kings County Association of Governments 339 W. D Street, Suite B Lemoore, CA 93245 The
deadline to submit proposals to KCAG is no later than Friday, September 30, 2022, by 5:00 p.m. A copy of this RFP has been posted on the KCAG website along with certain related topics at www.kingscog.org. If you should have any questions or require additional information regarding this project, please feel free to contact me at (559) 852-2584, or by email at Kayley.Clay@co.kings.ca.us. Sincerely, KINGS COUNTY ASSOCIATION OF GOVERNMENTS Terri King, Executive Director Kayley Clay, Regional Planner Encl. http://www.kingscog.org/ http://www.kingscog.org/ mailto:Kayley.Clay@co.kings.ca.us (This page left intentionally blank) 2023 KINGS COUNTY ASSOCIATION OF GOVERNMENTS ZERO EMISSION BUS (ZEB) IMPLEMENTATION PLAN As Requested By: KINGS COUNTY ASSOCIATION OF GOVERNMENTS 339 W. D Street, Suite B Lemoore, CA 93245 DUE: SEPTEMBER 30, 2022 REQUEST FOR PROPOSAL Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page i TABLE OF CONTENTS I. Introduction .................................................................................................1 II. Overview of Kings County ..........................................................................1 A. Kings Area Regional Transit ............................................................1 B. Corcoran Area Transit......................................................................2 III. Project Background ....................................................................................3 IV. Scope of Work ............................................................................................3 V. Available Resources ................................................................................. 11 VI. Required Deliverables .............................................................................. 12 VII. Consultant Selection Schedule and Project Timeline .............................. 12 VIII. Contact Person ......................................................................................... 13 IX. Proposal Submittal Requirements ........................................................... 13 X. Questions/Clarifications ........................................................................... 13 XI. Budget ..................................................................................................... 14 XII. Proposal Evaluation and Consultant Selection ........................................ 14 XIII. Proposal Content and Organization ......................................................... 15 XIV. Modifications or Withdrawal of Proposals ................................................ 18 XV. Rejection of Proposals ............................................................................. 18 XVI. Contract Award ........................................................................................ 18 XVII. Disadvantaged Business Enterprises ....................................................... 19 XVIII. Title VI Assurance ................................................................................... 21 XIX. Payment Schedule .................................................................................. 21 Appendix A – Kings County Cities and Communities ......................................... 22 Appendix B – DBE Program Bidders List Form .................................................. 23 Appendix C – Sample Cost Summary Table ...................................................... 25 Appendix D – Federal Debarment and Suspension Certification Form .............. 27 Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 1 I. INTRODUCTION Kings County Association of Governments (KCAG) invites proposals from professional consulting firms for the preparation of the Kings County Zero Emission Bus Implementation Plan. The successful Contractor will be responsible for all aspects of the Kings County Zero Emission Bus Implementation Plan for Kings County Area Public Transit Agency (KCAPTA) and the Corcoran Area Transit (CAT). This includes, but is not limited to: Field studies, data collection, surveys, outreach, technical/progress documents, draft document, and final documents. II. OVERVIEW OF KINGS COUNTY Kings County is located in the south-central San Joaquin Valley, encompassing approximately 1,400 square miles with predominantly rural, sparsely settled agriculture. Kings County, as one of the smallest counties in California, has a population of approximately 152,023 residents, projected to grow to 165,752 residents by the year 2030. KCAG is the state recognized Regional Transportation Planning Agency (RTPA) and the federally designated Metropolitan Planning Organization (MPO) for Kings County. KCAG operated under a Joint Powers Authority (JPA) between the four incorporated cities of Avenal, Corcoran, Hanford, and Lemoore, and the County of Kings. KCAG provides the opportunity and an impartial setting for the state, regional, and local governments to coordinate and solve current issues and plan for the future. KCAG works with local agencies, transit agencies, the Tribal Government, and the public to build consensus, prepare regional and strategic plans, obtain, and allocate resources, and provide information on a broad range of topics pertinent to Kings County’s quality of life. Kings Area Regional Transit The largest single provider of public transportation within Kings County is in the Kings County Area Public Transit Agency (KCAPTA), a joint powers agency comprised of the County and the cities of Hanford, Lemoore, and Avenal. KCAPTA oversees the operation of the Kings Area Regional Transit (KART) system and establishes the operating policies and defines the services to be provided by KART, including service hours and days, fares, and routes. KCAPTA operates and manages a bus transfer facility located adjacent to the Amtrak Station in Hanford. The current transit center has 10 bus bays. The day-to-day management and actual operations of the system are carried out under contract with a private firm, MV Transportation, Inc. All KART operating personnel (manager, dispatcher, mechanics, and drivers) are employees of MV Transportation. KCAPTA staff monitors and interfaces with MV Transportation daily. Four levels of service are offered by KART: fixed-route, paratransit service, micro-transit, and vanpools. There are daily fixed-route services in Hanford and Lemoore, limited service connecting Avenal, Corcoran, Hardwick, and Laton to Hanford and commuter service connecting Kings County to Visalia and Fresno. Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 2 KCAPTA currently has a fleet of 24 fixed route buses, 10 cutaway buses, and 2 support vehicles for maintenance and supervision. All fixed route buses are equipped with radios, automated fare equipment, security cameras, wheelchair lifts, and bike racks. Cutaway buses are equipped with radios, cameras, mobile data terminals, automated fare equipment, and wheelchair lifts. KART’s fixed route service currently consists of 15 routes and approximately 220 bus stops. Operating hours are 6:30 a.m. to 8:00 p.m., Monday through Friday, excluding holidays, and 9:00 a.m. to 4:30 p.m. on Saturdays. Seventeen (17) buses are operated during peak level service. This schedule results in an annual total of approximately 41,743 vehicle revenue hours, 718,693 vehicle revenue miles, and 276,949 trips based on FY 2020-2021 data. The paratransit and micro-transit fleets currently consists of 10 buses. Operating hours are aligned with the fixed route service hours, with transportation available up to 3⁄4-mile of service area. Annual usage totals approximately 5,923 vehicle revenue hours, 68,546 revenue miles, and 18,346 trips based on FY 2020-2021 data. KART provides limited general public demand-response service for Lemoore residents between designated bus stops in Lemoore. Lemoore also has a fixed route service (Route 20) which provides half-hour service throughout the day. As of July 2022, KART’s cutaway bus is utilized for the general public demand-response “flex” service with curb-to-curb stops in Hanford using an Uber-based mobile application “GoKART” to schedule rides. Eventually, micro-transit services will be expanded to Lemoore. In July 2022, KCAPTA plans to operate a micro-transit service in the City of Hanford using the Uber Platform to connect riders with KART services curb-to-curb in a seamless manner. Micro-transit will be expanded to Lemoore. In 2020, KCAPTA began operating a new vanpool program. The day-to-day management and actual operations of the system is carried out under contract with a private firm, Enterprise. Currently there are 33 vehicles in maximum service, and its service continues to grow. This service operates 7 days a week. In FY 2021, 26 vehicles were in operation with annual revenue miles of 557,963, revenue miles of 11,409, and annual ridership of 95,463. Total passenger miles trips traveled for the fiscal year were 3,693,540 trips. Corcoran Area Transit The City of Corcoran has provided its own Dial-A-Ride (DAR) transit service, Corcoran Area Transit (CAT), since 1975 for Corcoran residents and for those living in the rural fringe area surrounding Corcoran. Initially provided to senior citizens, the demand response service was expanded in 1989 to serve the public. CAT is operated by the Community Development Department of the City of Corcoran. The Community Development Director has oversite of the Transit Division, and Transit Coordinator acts as the transit manager and is responsible for the daily operations and Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 3 management of the system. The Corcoran City Council is responsible for addressing needs of the community which is acted upon by the transit administrator and staff. All CAT operating personnel (manager, dispatcher, mechanics, and drivers) are employees of the City. Most ridership in Corcoran consists of senior citizens, the disabled, students, and children who can ride at a reduced rate. CAT provides six demand response buses equipped with wheelchair lifts that operate from origin-to-destination service and not door-to-door or curb-to-curb. Dial-a-Ride service operating times are synced with the KART Corcoran- Hanford route in order to provide bus connections during weekdays, as well as with Amtrak’s schedule for passenger service. The Corcoran Depot is open Monday through Friday, 8:00 a.m. to 5:00 p.m. Hours of operation of Dial-a-Ride buses are 7:15 a.m. to 4:00 p.m. III. PROJECT BACKGROUND Kings County Association of Governments (KCAG) seeks to conduct a system-wide analysis comparing current transit fleets of buses to zero-emission buses (ZEBs) in response to the California Air Resources Board (CARB) Innovative Clean Transit (ICT) Regulations, which mandates the full conversion of bus fleets to zero-emission by 2040. The study will develop a recommended ZEB mode and provide Zero Emission Bus Implementation Plans for revenue fleet conversion by 2040 (with associated infrastructure and operating plan), as mandated by CARB. The Plan is required to be adopted by KCAPTA and CAT and submitted to CARB by June 30, 2023. The study findings will support this plan by identifying a comprehensive and sustainable plan for KCAPTA and CAT that complies with the regulation. The analysis will consider the operational and financial impacts of a full fleet conversion; and examine the difference in capital and operating cost of new battery-electric or hydrogen fuel cell bus technology versus the current fleet technologies, the capital cost of associated ZEB infrastructure, the capital cost of rehabilitation or purchase of interim non- ZEB vehicles and Infrastructure, and the overall operating cost impacts. Operating cost impacts should consider an exhaustive list of affected items including labor, employee and first responder training, fuel and maintenance costs, and the impacts on revenue streams and farebox recovery ratio. Of special significance is the need for a rigorous analysis of fleet scheduling/operations and the various range limitations of ZEBs. Additionally, the financial analysis will consider lifetime/lifecycle costs, payback periods, net present values (NPV), and time sensitivity. IV. SCOPE OF WORK KCAG is seeking proposals from qualified consultants to prepare the Kings County Zero Emission Bus Implementation Plan to satisfy the California Air Resources Board (CARB) Innovative Clean Transit (ICT) regulation. The Consultant will also conduct the public outreach components as required per applicable regulations. The Kings County Zero Emission Bus Implementation Plan is to also reflect the unique community characteristics Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 4 of the region. The Consultant is to refer to resources on ICT regulations available at California Air Resources Board’s (CARB) website: CARB ICT Information: https://ww2.arb.ca.gov/search/site?keys=Zero+Emission+Bus+Infrastructure This project is funded by the Federal Highway Administration Metropolitan Planning (FHWA PL) funds. The overall goal of the project is to provide KCAPTA and CAT with an approved Zero Emission Bus Implementation Plan as required by CARB by June 30, 2023. Goals of the analysis are four-fold: 1. Determine the most capital Cost-effective approach to a 100% bus fleet with zero emission propulsion; 2. Determine capital improvements required to achieve the 100% ZEB Fleet and operation; 3. Provide a financing and purchasing strategy that allows KCAPTA and CAT to sustainably meet ZEB deadlines; and 4. Develop a comprehensive understanding – positives and negatives – of how compliance with this regulation will impact KCAPTA and CAT in the future, and how federal legislation may impact the plan. The Kings County Zero Emission Bus (ZEB) Fleet Transition Plans will provide a detailed roadmap for converting Kings County Area Public Transit Agency (KCAPTA) and the City of Corcoran’s (CAT) existing fleet of vehicles to a fully zero emission fleet by 2040. Two separate plans, one for each transit provider (KCAPTA and CAT) is required. KCAPTA operates three services: Fixed Route: 10 local routes, 3 intercity routes, and 2 regional routes; Paratransit: in the urbanized areas of Hanford/Lemoore. This service operates within Hanford and Lemoore and between Hanford and Lemoore; and General Public Dial-A-Route: one operates in the City of Hanford only and one operates in the City of Lemoore only. CAT operates a Dial-A-Ride service. The service operates within the Corcoran city limits and fringe area as an origin to destination service. KCAG seeks to conduct individual system-wide analysis for KCAPTA and CAT. The system-wide analysis will compare current fleet of buses operating to zero-emission buses (ZEBs) in response to California Air Resource Board (CARB) Innovative Clean Transit (ICT) Regulation, which mandates the full conversion of bus fleets to zero-emissions by 2040. The study will develop two Zero Emission Bus Implementation Plan for each transit agency’s revenue fleet conversion by 2040 (with associated infrastructure and operating plan), as mandated by CARB. The proposed Implementation Plans should include high-level analysis of zero-emission bus technology and an analysis of the existing fleet and recommendations for the procurements, capital improvements, and infrastructure and maintenance planning https://ww2.arb.ca.gov/search/site?keys=Zero+Emission+Bus+Infrastructure Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 5 required to replace the existing fleet with ZEBs, as well as coordination with future on-site renewable energy generations and energy storage needs. The proposed Plan should have a system-wide benefit, as its findings and recommendations will impact local, intercity, regional, paratransit, and dial-a-ride services, laying the groundwork for providing ZEB services to all routes. It is KCAG’s intent that once these plans are completed, it will allow for a more efficient implementation and development of ZEB fleet for Kings County’s public transit providers. The scope of work shown below reflects the anticipated process and deliverables for the Zero Emission Bus Fleet Transition Plans. At minimum, the Final Implementation Plans will be formatted in the following required sections: Section A: Transit Agency Information Section B: Rollout Plan General Information Section C: Technology Portfolio Section D: Current Bus Fleet Composition Section E: Facilities and Infrastructure Modifications Section F: Providing Service in Disadvantaged Communities Section G: Workforce Training Section H: First Responder Training Section I: Potential Funding Sources Section J: Start-up and Scale-up Challenges KCAG anticipates the Scope of Work will not differ substantially and will not exceed the grant funds available. Project Objectives Overall project objectives to develop Zero Emission Bus Implementation Plans that will: 1. Reduce greenhouse gas emissions of Kings County public transit providers. 2. Reduce vehicle emission in Kings County. 3. Support regional transit fleet electrification and zero emission efforts to meet CARB requirements. 4. Determine the most capital cost-effective approach to a 100% bus fleet with zero emission propulsion. 5. Provide recommendations for future purchase of ZEBs. 6. Provide recommendations for purchase of electric vehicle charging stations to support the ZEB fleet. 7. Identify potential locations for electric vehicle charging station installations. Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 6 8. Develop a process for coordinating with the local electric utility provider(s) to connect proposed electric vehicle charging/fueling stations to new or existing infrastructure. 9. Estimate peak demand for all charging locations. Estimate available capacity of upstream electric grid using available data for regional growth in electric usage through 2040. Identify infrastructure upgrades needed at point of connection (POC) and upstream electric grid to serve peak demand. 10. Develop an analysis of the operating costs of various charging and fueling (e.g., electric vs. hydrogen, etc.) strategies. 11. Assess potential distributed, renewable generation options to meet electric demand needs of ZEB fleet. 12. Assess potential future energy storage impacts of ZEB battery inventory. 13. Provide analysis of changes in maintenance schedule, costs, and requirement for ZEB fleet and charging stations. 14. Develop analysis of workforce training required to operate and maintain new ZEB fleet, and first responder training for public safety. 15. Develop a schedule for construction of facilities, infrastructure modifications or upgrades and timelines for construction. TASK 1: Project Management and Administration This task includes management and administration activities that will be provided by the Consultant consistent with the technical scope of services and with the requirements of KCAG. Project Management includes, but is not limited to, management and leadership effort required to successfully guide the multi-disciplined team through the scope of the services. Management also includes meeting the requirements of the approved quality assurance and quality control (QA/QC) process to ensure that deliverables are produced to the appropriate standard of care in terms of correctness and appropriateness of the information contained in each deliverable item. Elements of Project Management include management and coordination with project stakeholders; administration; reporting, quality control (QC); safety; and cost/schedule monitoring and control. The Consultant team’s Project Manager (PM) will be the single point of contact with KCAG regarding task administration and will be responsible for the quality of the analysis and delivery of the project milestones within schedule and budget. The PM must also ensure a regular weekly check-in with KCAG project leadership and timely discussion of key issues and decision points to avoid delay in moving the project forward. Project Administration Consultant will perform administrative functions associated with the on-going management of the contract as it relates to the work herein. Activities may include, but not limited to, routing contract administration, setting up meetings, preparation of agenda Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 7 and meeting notes, scheduling, budget tracking and close-out, among other activities consistent with effective contract and project management. Project Controls Consultant will monitor the budget and schedule. Consultant shall monitor contract changes orders and prepare project status reports. The PM will strive to ensure transit agencies daily obligation to provide public transportation services is not interrupted or negatively affected by their work. PM shall be mindful of meeting dates, times, and attendee’s availability. Quality Assurance Define planned systematic actions that provide adequate confidence to Consultant management and KCAG that an activity or service consistently and accurately fulfills requirements for its intended purpose. TASK 2: Financial Analysis Consultant shall develop a detailed capital and operating financial analysis comparing the purchase of zero-emission buses to the purchase of existing buses from several perspectives, including a sensitivity analysis. From a capital perspective, the primary categories of cost are the initial purchase price, lifetime (through 20400 and operational cost, and replacement of the electric and/or hydrogen fuel cell fleet vehicle. The initial purchase price of the zero-emission vehicle shall be all-inclusive, including recharging infrastructure, manuals, vehicle logic units, security cameras, automatic passenger counters, fare collection equipment, CAD/AVL systems, and any training that is required. The lifetime cost shall include vehicle replacement parts, battery lifecycle, fuel cell lifecycle, and replacement needs. The operational cost includes the cost of fuel (electricity versus hydrogen versus CNG versus gasoline) and vehicle maintenance. Fuel Fuel cost of the existing fleet of buses shall be based on a projection of either the cost of Compressed Natural Gas (CNG) ($/gallon) or Gasoline, considering historical trends of CNG fuel over the past five (5) and ten (10) years and the best available projections at the time in order to determine an average to serve as a baseline for cost comparison and projection purposes of this analysis. Electricity Consultant shall perform an analysis of the existing cost of electricity and upcoming or projected rate structures, such as time-of-use (TOU) specifically designed for Transportation Electrification (TE). This analysis will consider pricing and costs associated with charging projected to be done during high-demand, on-peak periods and charging done during off-peak periods. The analysis shall include a projection of cost stability over the next twenty (20) years for long-term consideration. Relevant local utilities should be consulted as part of this process. Consultant shall include in the analysis consideration of technologies and funding programs that can help offset the costs of the electrical use, for example, solar technology, Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 8 photovoltaic reformation of hydrogen, battery storage, peak shaving, and participation in the Low Carbon Fuel Standards (LCFS) program. Maintenance Maintenance cost analysis will be three-fold: (1) cost associated with maintenance of the internal combustion engine (ICE) and the associated powertrain, including oil and filter changes, changing tires and brake pads, and other wear and tear items plus the occasional large repairs; (2) determine required maintenance components of electric and hydrogen fuel cell buses and their associated costs; and (3) staffing level differences. Operations An operational cost analysis shall be performed that will compare the current operating costs of the existing service offering against the projected operating costs for the Battery Electric Buses of the same service offering. An exhaustive list of costs shall be considered including operating staff differences and impacts to route schedules from the use of zero- emission vehicles. KCAG understands that the range of battery electric buses may be a significant constraint on their operating relative to hydrogen fuel cell buses (and relative to transit agencies current CNG/gasoline powered vehicles). KCAG requires all consultants/consultant teams to demonstrate a methodology in their proposal for a rigorous analysis of the impact of the reduced range of battery electric buses on the scheduling of vehicles and operators. It is recommended that scheduling software be utilized on the existing transit agencies weekday and weekend service levels for such and analysis. Start-Up and Lifetime Cost Consultant shall determine the total cost for full conversion to a zero-emission fleet. This includes a detailed breakdown of start-up costs, including right-of-way acquisition (if applicable), new capital and initial purchase price of zero-emission buses (inclusive of battery or fuel cell systems). In addition to initial start-up cost, lifetime costs include maintenance, operations, and rehabilitation of EV capital infrastructure, such as charging equipment and maintenance facilities, anticipated battery degradation and replacement frequency, fuel cell replacement. The analysis should consider all fleet active between 2022 and 2040. Payback Period and Net Present Value (NPV) From an investor perspective, consultant shall evaluate the investment in zero emission technology and provide a comparison of up-front cash investment for zero-emission and/or CNG or Gasoline buses. This comparison shall consider the payback period and net present value of series of cash flows involved in purchasing zero-emission buses and provides a payback period estimate. Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 9 Sensitivity Analysis Using Identified current and historic price trends for electricity and zero-emission bus costs, Consultant shall provide a transition scenario that adopts varying approaches in cost assumptions associated with estimated projections. The scenario shall include three levels of cost projections/differentials: (1) Current cost; (2) conservative inflation; and (3) aggressive. TASK 3: Implementation Analysis With consideration of CARB incentive schedule, Consultant shall provide an analysis on implementation requirements for complete fleet conversion to zero-emission, including identification of infrastructure improvements needs, identification of right-of-way acquisition needs to accommodate infrastructure (if applicable), confirmation of feasibility of infrastructure improvements, and placement, and development of a phasing plan for infrastructure improvements, vehicle procurement and purchasing AEBs to meet ZEB regulation deadlines. As part of the implementation analysis, Consultant shall determine whether conversion requirements can be made through a multi-operator cooperative vehicle procurement effort as an alternative to an independent procurement by transit agencies. Consultant shall research current or upcoming procurement opportunities across the United States to determine if “joint-procurement” opportunities are available to the transit agencies. Phasing plans shall include costs associated with capital and operations. Operations and Maintenance Scenario (Transition Scenario) Consultant shall collect operating service parameters and schedules from KCAPTA and CAT. The data collected will serve as a baseline for operations and maintenance to determine which existing routes can accommodate zero-emission operations, as well as what operational modifications, if any, are needed to maintain existing operational parameters along existing routes that cannot support zero-emission vehicles. Operations parameters and schedules shall include hours of operation by day of week, headways during peak hours and off-peak hours, transit station drop-off and pick-up locations, approximate end-to-end running times, deadhead and other non-revenue hours and miles, and total length of each route in terms of miles. Consultant shall conduct an analysis of the various factors that impact the lifecycle of ZEBs, including, but limited to, vehicle weight, battery density, degradation, fuel cell system lifecycle and normal operation charging times, refuel times, operating environment, lifts and ramps, air conditioning and heating. Consultant shall develop a financial analysis of costs associated with operating and maintaining existing operating service parameters and schedules using zero-emission vehicles. Consultant shall provide a rough order of magnitude estimate of the operations and maintenance (O&M) cost for the service scenario, using typical hourly O&M unit cost factors for bus operations. This transition scenario will be based on a twenty-year time frame and will be all-inclusive, encompassing the cost of electricity or hydrogen for fuel cells, and maintenance. Additionally, include a comparable scenario using existing CNG or gasoline powered vehicles, operation parameters and schedules. Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 10 Deliverables: 1. Existing operating parameters and schedules summarized table or spreadsheet. 2. Zero-emission bus requirements to meet existing operating parameters and schedules, passenger load, and respective lifestyles. 3. Operational modifications, in general or route specific, that would need to be made to maintain the existing level of operations. 4. O&M cost calculations and comparisons between zero-emission and CNG or gasoline powered fleet vehicles. Capital Infrastructure Investments Needs, Cost, and Schedule Consultant will identify new ZEB capital infrastructure, as well as improvements to existing or planned infrastructure, where applicable, to be incorporated in each of the short-term and long-term operations and maintenance scenarios. Capital infrastructure and improvements shall coincide with and meet identified operations and maintenance scenarios required to fully convert operations to zero-emission and maintain existing level of service, as well as vehicle storage. Contractor shall investigate, explore, and report opportunities to partner and collaborate with private entities to design and build, maintain and operate zero-emission fueling facilities. Additionally, Consultant shall identify CARB applicable funding incentives and other competitive funding sources to mitigate the costs associated with capital investment needs. Consultant shall provide a multi-year schedule showing critical timelines to achieve required milestones. Deliverables: 1. Based on operating parameters and schedules identified, determine the capital infrastructure required to accommodate operations and maintenance, including right of way acquisition and land cost impacts (if applicable). 2. Tables summarizing initial capital infrastructure costs and on-going rehabilitation using the short-term and long-term scenarios. 3. Identify planned infrastructure projects that can and should be modified to incorporate ZEB technology. 4. General estimated timeframe for construction of capital infrastructure and related improvements that align with ZEB regulation deadlines for zero-emission bus fleet vehicle acquisition and operations. 5. Prepare a proposed project phasing plan for projects identified. Energy Storage and Solar Consultant shall conduct an analysis on available energy storage and solar technology and infrastructure to supplement electricity usage, as relating to the ZEB modes i.e. Battery Electric Bus (BEB) charging or hydrogen production. Such analysis shall include technology that can be charged during off-peak period when energy costs are lower and utilized during high-demand, on-peak periods to help serve ZEB loads by lessening the demand and costs associated with electricity drawn from the grid. Evaluate KCAPTA and CAT’s properties including form implementation of overnight BEB charging infrastructure. Identify potential locations to develop ZEB fueling sites. Identify potential locations where in route charges for BEB may be feasible and the cost impact. Additionally, analysis shall Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 11 include estimated costs of initial purchase price of such technology, installation, and maintenance, as well as estimated cost savings on electricity if deployed. Deliverables: 1. Identification of energy storage and solar technology that is compatible with zero- emission infrastructure and operations. 2. Financial analysis of purchase price, installation, maintenance, and cost savings on electricity associated with deployment of such technology. 3. Overview of how this technology would be integrated into the zero-emission infrastructure and operations. TASK 4: Zero-Emission Bus Rollout Plan Consultant shall provide KCAG with a report that summarizes the findings of the study. At minimum, the final Implementation Plans will be formatted in the following required sections, and meet the minimum required elements for the ZEB Implementation Plan as identified by California Air Resources Board’s Innovative Clean Transit Regulation: Section A: Transit Agency Information Section B: Rollout Plan General Information Section C: Technology Portfolio Section D: Current Bus Fleet Composition and Future Bus Purchases Section E: Facilities and Infrastructure Modifications Section F: Providing Service in Disadvantaged Communities Section G: Workforce Training Section H: First Responder Training Section I: Potential Funding Sources Section J: Start-up and Scale-up Challenges Draft Report Consultant will prepare a draft technical report to document the assumptions, methodologies, modeling results, analysis, designs, cost estimates, findings, and conclusions of Tasks 1 through 4. Critical to this report is showing a clear rational for selecting a recommended ZEB mode, a summary of associated operating and capital costs for transitioning to the ZEB mode, and a timeline of key activities to be completed to meet the CARB ZEB regulation by 2040. Deliverables: 1. Administrative Draft Report (3 printed copies plus an electronic Word and pdf file) 2. Draft Report (3 printed copies plus an electronic Word and pdf file) 3. Final Report (3 printed copies plus an electronic Word and pdf file) 4. ICT ZEB Rollout Plan Submittal V. AVAILABLE RESOURCES The following background, resource, and reference information materials are available for use by consultants for the preparation of the Electric Bus Infrastructure Plan. KCAG staff Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 12 will work with the selected consultant to integrate key existing resources as part of this effort. KCAG Resources: • Electric Vehicle Readiness Plan: https://www.kingscog.org/evrp • Regional Climate Action Plan: https://www.kingscog.org/vertical/sites/%7BC427AE30-9936-4733-B9D4- 140709AD3BBF%7D/uploads/RegionalCAP-GHGAppendices.pdf Publications, Briefs, and Guidance: • ICT Fact Sheet: https://ww2.arb.ca.gov/resources/fact-sheets/innovative-clean-transit-ict-regulation- fact-sheet • About ICT: https://ww2.arb.ca.gov/our-work/programs/innovative-clean-transit/about • Program Update: https://ww2.arb.ca.gov/our-work/programs/innovative-clean-transit/program-update • CARB All-Electric Public Bus Fleet by 2040: https://ww2.arb.ca.gov/news/california-transitioning-all-electric-public-bus-fleet-2040 • ICT Guidance Package: https://ww2.arb.ca.gov/our-work/programs/innovative-clean-transit/ict-guidance- package VI. REQUIRED DELIVERABLES The Consultant must provide hard copies and an electronic copy of the administrative draft and subsequent public draft documents to KCAG for review and comment prior to finalization. As many as 10 hard copies of the administrative and public drafts may be required. The Consultant should be prepared to make oral presentations of the reports to the KCAG Transportation Policy Committee and the KCAG Technical Advisory Committee. After the public review and comment upon the draft, the Consultant must respond to comments and prepare a final document and deliver bound copies, one unbound copy, and one electronic copy of the final documents to the Executive Director of KCAG. Similar to the draft phase, as many as 10 hard copies of the final document may be required. The Consultant must provide all meeting/workshop materials in hard copies as well as electronic copy to KCAG. File copies of all correspondences, technical memoranda and https://www.kingscog.org/evrp https://www.kingscog.org/vertical/sites/%7BC427AE30-9936-4733-B9D4-140709AD3BBF%7D/uploads/RegionalCAP-GHGAppendices.pdf https://www.kingscog.org/vertical/sites/%7BC427AE30-9936-4733-B9D4-140709AD3BBF%7D/uploads/RegionalCAP-GHGAppendices.pdf https://ww2.arb.ca.gov/resources/fact-sheets/innovative-clean-transit-ict-regulation-fact-sheet https://ww2.arb.ca.gov/resources/fact-sheets/innovative-clean-transit-ict-regulation-fact-sheet https://ww2.arb.ca.gov/our-work/programs/innovative-clean-transit/about https://ww2.arb.ca.gov/our-work/programs/innovative-clean-transit/program-update https://ww2.arb.ca.gov/news/california-transitioning-all-electric-public-bus-fleet-2040 https://ww2.arb.ca.gov/our-work/programs/innovative-clean-transit/ict-guidance-package https://ww2.arb.ca.gov/our-work/programs/innovative-clean-transit/ict-guidance-package Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 13 reports should be delivered to KCAG in Microsoft Office formats. All data, maps, and all other materials prepared or collected under this contract will become property of KCAG. VII. CONSULTANT SELECTION SCHEDULE AND PROJECT TIMELINE Request for Proposals Distributed................................................September 1, 2022 Deadline for Proposer Questions..................................................September 8, 2022 Responses to Questions Posted Online.........................................September 9, 2022 Proposals Due to KCAG...........................................................September 30, 2022 Consultant Interviews (If needed)...............................................October 10-14, 2022 KCAG to Select Consultant...........................................................October 26, 2022 Contract Approval and Notice to Proceed.........................................October 31, 2022 Consultant/KCAG Kick-Off Meeting.............................................November 1-4, 2022 Prepare Administrative Draft ZEB Implementation Plan .........................March 31, 2023 Release Draft ZEB Implementation Plan for Public Review.........................April 7, 2023 Present Draft to Corcoran City Council..................................................April 25, 2023 Present Draft to KCAPTA Board..........................................................April 26, 2023 Final Approval by Corcoran City Council...............................................May 23, 2023 Final Approval by KCAPTA Board........................................................May 24, 2023 VIII. CONTACT PERSON Prospective proposers shall direct any questions concerning this project to the following person: Kayley Clay, Regional Planner Kings County Association of Governments 339 West D Street, Suite B Lemoore, CA 93245 PH: (559) 852-2584 FAX: (559) 924-5632 kayley.clay@co.kings.ca.us IX. PROPOSAL SUBMITTAL REQUIREMENTS Proposers must submit one (1) unbound and six (6) hard copies of their proposal, including one (1) electronic copy. Proposals should be addressed to the above KCAG contact person if delivered by mail or courier and must be received by KCAG no later than 5:00 p.m., on September 30, 2022. KCAG has no authority to accept proposals after the time and date. Postmarks, email submittals, and faxes will not be accepted in lieu of this requirement. X. QUESTIONS/CLARIFICATIONS Questions and/or clarifications to this Zero Emission Bus Implementation Plan must be submitted in writing by email to kayley.clay@co.kings.ca.us, prior to the deadline specified Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 14 in Section VII. Proposer questions should clearly identify the relevant section of the RFP and page number(s) related to the question(s) being asked. Questions received after the date and time specified will be answered at the option of the RTPA. Please mark all questions/clarifications as “Written Questions to “KCAG ZEB Implementation Plan”. KCAG’s responses to the questions received by the date and time will be posed on KCAG’s website at www.kingscog.org/rfp. XI. BUDGET A total of $300,000 from the Federal Highway Administration Metropolitan Planning (FHWA PL) fund has been budgeted for the entire project. XII. PROPOSED EVALUATION AND CONSULTANT SELECTION Proposals submitted by each consultant that meet the proposal requirements will be evaluated separately by a proposal review panel made up of KCAG staff and various representatives of its partner and member agencies as deemed necessary to determine the necessity for oral interviews in the first phase of the proposal evaluations. The evaluation will be based on information provided in response to the RFP and information provided by former clients for whom work of a similar scope has been done. Evaluation considerations include the following: 1. Responsiveness of the proposal in clearly stating the understanding of the work to be performed. 2. Cost, although a significant factor, may not be the dominant factor. Cost is particularly important when all the other evaluation criteria are relatively equal. 3. Approach to be followed and the tasks to be performed, including detailed steps and resources required and proposed project schedule. 4. Experience in regional transportation planning and air quality requirements, and the issues and functional areas to be analyzed. 5. Relative allocation of resources, in terms of quality and quantity, to key tasks, including the time and skills of personnel assigned to the task and the consultant’s approach to managing resources and project output. 6. Past performance of the proposer on work previously performed for similar governmental agencies. KCAG reserves the right to select a consultant based solely on the written proposals and not convene oral interviews. If oral interviews are needed, the top three (3) consulting firms will be invited to make a formal presentation to a selection committee in the second phase of the proposal evaluations. Interviews will take place on one day to be determined as necessary. At the oral interviews, proposers will be requested to make a formal presentation. A maximum of thirty (30) minutes will be made available to the consultant to present the firm’s qualifications and approach to the project. http://www.kingscog.org/rfp Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 15 Proposals submitted by each proposer shall be evaluation separately based on how well each proposal meets the criteria listed below: CRITERIA POINTS Proposal Content Comprehension of RFP Project.................................................................5 Thoroughness of Proposal......................................................................15 Meeting Objectives of RFP.....................................................................10 Consultant Qualifications Prior Relevant Experience......................................................................25 Qualifications and Commitment of Staff.....................................................25 References...........................................................................................5 DBE Participation Level...........................................................................5 Cost Reasonableness of Cost........................................................................10 Total................................................................................................100 XIII. PROPOSAL CONTENT AND ORGANIZATION Proposals should meet the state requirements and propose the best methods to accomplish the work within the stated budget. The organization of proposals should follow the general outline below: 1. Transmittal Letter and Signature The transmittal letter should include the name, title, address, phone number and original signature of an individual with authority to negotiate on behalf of and to contractually bind the proposer and who may be contacted during the period of proposal evaluation. The letter should include a brief overview of the consulting firm(s), including location, size, and expertise. The letter shall also contain a statement to the effect that the proposal is a firm offer for a 90-day period. Only one transmittal letter need be prepared to accompany all copies of the proposal. 2. Title Page Indicate RFP subject, name of proposer’s firm, local address, telephone number, name of contact person, and date of proposal. 3. Table of Contents A listing of the major sections in the proposal and the associated page numbers. Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 16 4. Understanding the Project The proposal should include a brief narrative introducing the proposer’s understanding of the project requirements. The contents of this section are to be determined by the particular respondent but should demonstrate understanding of the unique characteristics of this project and the requirements of the project in the scope of work contained in the RFP. 5. Project Methodology The proposer shall describe the overall approach to the project, specific techniques that will be used, and the specific administrative and operational management expertise that will be employed. 6. Schedule of Tasks The proposal shall contain a detailed schedule identifying major tasks to be undertaken to conduct the work and time frame for each task. 7. Project Management Prospective consultants shall designate by name the project manager to be employed. The selected consultant shall not cause substitution of the project manager without prior approval by the Executive Director of KCAG. 8. Project Personnel The prospective consultant shall describe the qualifications of all professional personnel which will be assigned to the project, including a summary of similar work or studies performed, a resume for each professional, a statement indicating how many hours of each professional will be assigned to the contract and what tasks each professional will perform. The contractor shall not cause members of the project team to be substituted without prior approval of KCAG. 9. Subcontractors If any subcontractors are to be used, prospective consultants shall submit a description of each person or firm and the work to be done by each subconsultant. The cost of the subcontract work is to be itemized in the cost proposal. 10. Disadvantaged Business Enterprise If the prospective contractor is Disadvantaged Business Enterprise (DBE) certified, proof that the company has been certified shall be included in the proposal. Certification will be from an agency authorized to make such determinations (i.e., Small Business Administration, State of California, etc.). Caltrans has established a FFY Overall DBE program goal of 17.6 percent. Therefore, a separate contract goal Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 17 may be assigned on future procurements. A form titles “DBE Program Bidder’s List” is provided in Appendix B of this RFP. The proposal must list the percentage of work (by cost expended) to be completed by DBE certified firms, prime, or subcontractors. An explanation of the attempt to obtain DBE firms must be provided. Failure to provide the requested information may disqualify a proposal. Proposers must complete a DBE Program Bidder’s List regardless of DBE status or participation. Any firm that is identified as a DBE for this project will be required to provide a copy of a printout from the DBE Database found on Caltrans’ website (http://www.dot.ca.gov/hq/bep/find_certified.html). See Section XVII for more information regarding DBE requirements. 11. Consultant Qualifications and References The prospective consultants shall provide names, addresses, and telephone numbers for at least three clients for whom the prospective consultant has performed work of similar complexity to that proposed in the RFP. A summary statement for each assignment shall be provided. 12. Project Costs The prospective consultant shall prepare a detailed cost proposal for the work to be performed. The cost proposal shall itemize all items that will be charged to KCAG. Costs shall be segregated to show actual salary costs including hours, rates, classifications, administrative and overhead rates, and direct and indirect expenses. The cost proposal shall also include the Cost Summary table included as a sample in this RFP in Appendix C. In no even will the cost of this contract exceed $300,000. If subcontractors are to be used, the prospective consultant must indicate any markup that the prospective consultant plans to take on subcontractors. The same breakdown of subcontract costs shall be provided as is required for contractor costs above. Under various circumstances the budget could be subjected to Pre-audit and/or the final cost subject to Post-audit by KCAG or Caltrans Division of Audits and Investigations. The allowability of individual items of cost will be determined by 48 CFR, Federal Acquisition Regulations systems, Chapter 1, Part 31 et. Seq. The Contractor will also be required to comply with Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. The Contractor and Subcontractors shall comply with all applicable laws and maintain books, documents, papers, and accounting records for a period of three years from the date of the final payment. http://www.dot.ca.gov/hq/bep/find_certified.html Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 18 13. Insurance Without limiting KCAG’s right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and affect the following insurance policies throughout the term contract: a. Comprehensive general liability insurance with coverage of not less that $1,000,000 combined single limit per occurrence for bodily injury, personal injury, and property damage. Comprehensive general liability insurance policies shall name KCAG, their officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under the terms of the contract are concerned. Such coverage for additional insured shall apply as primary insurance or self-insurance and any other insurance, maintained by KCAG, their officers, agents, and employees, shall be given excess only and not contributing with insurance provided under the CONTRACTOR’s policies herein. b. Comprehensive automobile liability insurance with limits for bodily injury of not less than $25,000 per accident and for property damages of not less than $50,000, or such coverage with a combined single limit of $250,000. c. Worker’s compensation insurance as required by law. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to KCAG. CONTRACTOR shall provide certification of said insurance to KCAG within twenty-one (21) days of the date of the execution of the contract. Such certification shall show, to KCAG’s satisfaction, that such insurance coverages have been obtained and are in full force; that KCAG, their officers, agents, and employees will not be responsible for and premiums on the policies; that as and if required such insurance names KCAG, their officers, agents, and employees individually and collectively as additional insured (comprehensive and general liability only), but only insofar as the operations under the contract are concerned, that such coverage for additional insured shall apply as primary insurance and any other insurance, self-insurance, maintained by KCAG, their officer, agents, and employees, shall be excess only and not contributing with insurance provided under the CONTRACTOR’s policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to KCAG. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided, KCAG may, in addition to other remedies it may have, suspend or terminate the contract upon the occurrence of such event. XIV. MODIFICATIONS OR WITHDRAWAL OF PROPOSALS Any proposal received prior the date and time specified above may be withdrawn or modified by written request of the consultant. All verbal modifications of these conditions or provisions are void as ineffective for proposal evaluation purposes. Only written Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 19 changes issued by consultants to the Executive Director of KCAG are authorized and binding. XV. REJECTION OF PROPOSALS Failure to meet the requirements of the RFP will be cause for rejection of the proposal. KCAG may reject any proposal if it is conditional, incomplete, contains irregularities, or has inordinately high costs. KCAG reserves the right to reject any and all proposals without cause. KCAG may waive an immaterial deviation in a proposal. Waiver of an immaterial deviation shall in no way modify the RFP’s documents or excise the proposer from full compliance with the contract requirements, if the proposer is awarded the contract. XVI. CONTRACT AWARD The selected consultant will execute a contract with KCAG. The official selection of the consultant will be made by the KCAG Transportation Policy Committee at its October 26, 2022 meeting. The execution of the contract and notice to proceed shall take place on or about October 28, 2022. XVII. DISADVANTAGED BUSINESS ENTERPRISES KCAG has established a Disadvantaged Business Enterprise (DBE) program in accordance with regulations of the U.S. Department of Transportation (DOT), 49 Code of Federal Regulations (CFR) Part 26. KCAG has received federal financial assistance from the DOT and as a condition of receiving this assistance, KCAG will sign an assurance that it will comply with 49 CFR Part 26. It is the policy of KCAG to ensure that DBEs, as defined in Part 26, have an equal opportunity to receive and participate in DOT-assisted contracts. It is also our policy to: • To ensure non-discrimination in the award and administration of DOT-assisted contracts; • To create a level playing field on which DBEs can compete fairly for DOT-assisted contracts; • To ensure that the DBE Program is narrowly tailored in accordance with applicable law; • To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards and are registered with the State of California as DBEs are permitted to participate as DBEs; • To help remove barriers to the participation of DBEs in DOT-assisted contracts; and • To assist the development of firms that can compete successfully in the market place outside of the DBE Program. Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 20 If the prospective contractor is DBE certified, proof that the company has been certified shall be included in the proposal. Certification will be from an agency authorized to make such determinations (i.e., Small Business Administration, State of California, etc.). Certified DBE’s must be verifiable and currently listed in the California Unified Certification Program (CUCP) on the following website: http://dot.ca.gov/hq/bep/find_certified.html Contract Assurance KCAG ensures that the following clause is placed in ever DOT-assisted contract and subcontract: A prime contractor or subcontractor shall pay a subcontractor not later than 10 days of receipt of each progress payment in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. The 10 days is applicable unless, a longer period is agreed to in writing. Any violation of Section 7108.5 shall subject the violating contractor or subcontractor to the penalties, sanction and other remedies of that section. Federal regulation (49 CFR 26.29) requires that any delay or postponement of payment over 30 days of receipt of each payment may take place only for good cause and with the agency’s prior written approval. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment, or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. This provision applies to both DBE and non-DBE prime contractors and subcontractors. The consultant or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the consultant to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as recipient deems appropriate. Prompt Payment KCAG ensures that the following clauses or equivalent will be included in each DOT- assisted prime contract: Satisfactory Performance A prime contractor or subcontractor shall pay a subcontractor not later than 10 days of receipt of each progress payment in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. The 10 days is applicable unless, a longer period is agreed to in writing. Any violation of Section 7108.5 shall subject the violating contractor or subcontractor to the penalties, sanction and other remedies of that section. Federal regulation (49 CFR 26.29) requires that any delay or postponement of payment over 30 days of receipt of each payment may take place only for good cause and with the agency’s prior written http://dot.ca.gov/hq/bep/find_certified.html Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 21 approval. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise, available to the prime contractor or subcontractor in the event of a dispute involving late payment, or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. This provision applies to both DBE and non-DBE prime contractors and subcontractors. Release of Retainage The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency of the contract work and pay retainage to the prime contractor based on these acceptances. The prime contractor or subcontractor shall return all monies withheld in retention from a subcontractor within 30 days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency. Federal regulation (49 CFR 26.29) requires that any delay or postponement of payment over 30 days may take place only for good cause and with the agency’s prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise, available to the prime contractor or subcontractor in the event of a dispute involving late payment, or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. This provision applies to both DBE and non-DBE prime contractors and subcontractors. XVIII. TITLE VI ASSURANCE The Kings County Association of Governments, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C 2000d-4 and Title 49, Code of Federal Regulations, Transportation, Subtitle A, Office of the Secretary, Part 21 Nondiscrimination in Federally Assisted Programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority businesses enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or nation origin in consideration of an award. XIX. PAYMENT SCHEDULE The consultant will be paid based on work actually performed during the preceding month. The consultant should forward a copy of all invoices for payment for work performed and associated expenses, including salaries and overhead, travel, printing costs, postage, telephone, etc., by the 10th day of each month. KCAG will withhold ten percent (10%) of the payments due until the successful completion of the project and the delivery and acceptance of all final products by the KCAG Transportation Policy Committee. Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 22 APPENDIX A Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 23 APPENDIX B Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 24 DBE PROGRAM BIDDERS LIST 1. Agency: Kings County Association of Governments 2. Project: Contractor Name, Address, and Contact Information Brief Description of Work, Service, or Materials Supplied Annual Gross Receipts DBE Status (Y/N) DBE Certification Number** Project Budget $500,000 $1 million $2 million $5 million Age of Firm: Years >$5 million $500,000 $1 million $2 million $5 million Age of Firm: Years >$5 million $500,000 $1 million $2 million $5 million Age of Firm: Years >$5 million $500,000 $1 million $2 million $5 million Age of Firm: Years >$5 million $500,000 $1 million $2 million $5 million Age of Firm: Years >$5 million $500,000 $1 million $2 million $5 million Age of Firm: Years >$5 million IMPORTANT: Identify all firms for this project (including sub-contractors), regardless of DBE status. Written confirmation of each listed DBE is required. Bidders claiming DBE status must attach a copy of a current Certification issued. Pursuant to 49 CFR Part 26 TOTAL BUDGET DBE PERCENTAGE % Preparer’s Signature Date Preparer’s Name Phone NOTE: An explanation of the attempt to obtain DBE firms must be provided within the proposal. Preparer’s Title DISTRIBUTION: Original – Included with consultant’s proposal to agency. **Certified DBE’s must be verifiable and currently listed in the California Unified Certification Program (CUCP) on the following website: http://dot.ca.gov/hq/bep/find_certified.htm For each DBE firm, please attach printouts from the DBE Database found on the website mentioned above. http://dot.ca.gov/hq/bep/find_certified.htm Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 25 APPENDIX C Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 26 SAMPLE COST SUMMARY TABLE *Discretionary Consultant’s Task **Task Cost utilizing FHWA PL funds (Refer to Section XI. Budget for amounts) Note: Consultants are encouraged to utilize subtasks within each of the main tasks in their approach to the project. TASK COST (FHWA PL)** Project Management and Administration (Task 1) Financial Analysis (Task 2) Implementation Analysis (Task 3) Zero-Emission Bus Rollout Plan (Task 4) Initial Contract Term Total Optional Task* Optional Task* Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 27 APPENDIX D Request for Proposal – KCAG 2023 ZEB Implementation Plan Kings County Association of Governments Page 28 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29, DEBARMENT AND SUSPENSION CERTIFICATION The Consultant, under penalty of perjury, certifies that, except as noted below, it or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; • Has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; • Does not have a proposed debarment pending; and • Has not been indicted, convicted, or had a civil judgement rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. KCAG reserves the right to terminate this Agreement if knowledge of debarment, suspension or other ineligibility has been withheld by the Consultant. Date Consultant Signature Title

339 W. D Street, Suite B Lemoore, CA 93245Location

Address: 339 W. D Street, Suite B Lemoore, CA 93245

Country : United StatesState : California

You may also like

Request for Proposals - Zero Emissions Vehicle Transition Plan

Due: 17 May, 2024 (in 29 days)Agency: Public Utilities

Forty Zero Emission Electric Bus Solution

Due: 28 Sep, 2024 (in 5 months)Agency: Memphis Area Transit Authority

ALL MALE MEGA BUS RETREAT SERVICE

Due: 31 Mar, 2027 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.