HomeMy WebLinkAbout24272COUNTY OF FRESNO
PROCUREMENT AGREEMENT
Agreement Nmnber 250177E
April 12,2005
Tecni-Quip
960 Crossroads Blvd.
Seguin,TX 78155
The County of Fresno (County)hereby contracts with Tecni-Quip (Contractor)to
purchase Fiberglass Laundry Carts and Accessories in accordance with Attachment "A"
and Request for Quotation No.500-4057,attached and by this reference made a part
hereof.
TERM:This Agreement shall become effective April 12,2005 and shall remain in effect
through April 30,2006.
RENEWAL:Agreement shall automatically renew for an additional one (1)year period
except when written notice is delivered by either party to the other expressing intent not
to renew.Such notice must be delivered a minimum of sixty (60)days prior to the next
expiration date of this Agreement.The maximum number of automatic one (1)year
renewal periods under this Agreement is two (2).
MINIMUM ORDERS:Unless stated otherwise there shall be no minimum order
quantity.The County reserves the right to increase or decrease orders or quantities.
ORDERS:Orders will be placed on an as-needed basis by various County
departments under this contract.
ADDITIONAL ITEMS:The County reserves the right to negotiate additional items to
this Agreement as deemed necessary.Such additions shall be made in writing and
signed by both parties.
DELIVERY:The F.O.B.Point shall be the destination within the County of Fresno.All
orders shall be delivered complete as specified.All orders placed before Agreement
expiration shall be honored under the terms and conditions of this Agreement.
DEFAULT:In case of default by Contractor,the County may procure the articles from
another source and may recover the loss occasioned thereby from any unpaid balance
due the Contractor or by any other legal means available to the County.The prices
paid by County shall be considered the prevailing market price at the time such
purchase is made.Inspection of deliveries or offers for delivery,which do not meet
specifications,will be at the expense of Contractor.
INVOICING:An itemized invoice in duplicate shall be mailed to requesting County
department in accordance with invoicing instructions included in each order referencing
G:\CONTRACTS &EXTRACTS\E\250177E TECNI-QUIP.DOC
PROCUREMENT AGREEMENT NUMBER:250177E
Tecni-Quip
April 12,2005
Page 2
this Agreement.The Agreement number must appear on all shipping documents and
invoices.Invoice terms shall be Net 45 Days.
TERMINATION:The County reserves the right to immediately terminate this
Agreement upon written notice to the Contractor.In the event of such termination,the
Contractor shall be paid for satisfactory services or supplies provided to the date of
termination.
LAWS AND REGULATIONS:The Contractor shall comply with all laws,rules and
regulations whether they be Federal,State or municipal,which may be applicable to
Contractor's business,equipment and personnel engaged in service covered by this
Agreement.
AUDITS:Contractor shall,as required by law,ordinance,code or decree permit the
County to audit and inspect all such records and data pertaining to this Agreement and
at all reasonable times be open to inspection by authorized representatives of the
County.
LIABILITY:The Contractor agrees to:
Pay all claims for damage to property in any manner arising from Contractor's
operations under this Agreement.
Indemnify,save and hold harmless,and at County's request defend the County,its
officers,agents and employees from any and all claims for damage or other liability,
including costs,expenses,causes of action,claims or judgments resulting out of or in
any way connected with Contractor's performance or failure to perform by Contractor,
its agents,officers or employees under this Agreement..
INSURANCE:
Without limiting the County's right to obtain indemnification from Contractor or any third
parties,Contractor,at its sole expense,shall maintain in full force and effect the
following insurance policies throughout the term of this Agreement:
A.Commercial General Liability
Commercial General Liability Insurance with limits of not less than One Million
Dollars ($1,000,000.00)per occurrence and an annual aggregate of Two Million
Dollars ($2,000,000.00).This policy shall be issued on a per occurrence basis.
County may require specific coverage including completed operations,product
tiability,contractual liability,Explosion-Collapse-Underground,fire legal liability or
any other liability insurance deemed necessary because of the nature of the
contract.
G:\a:mRACTS &EXTRACTS\E\250177E TECNI--QJIP.DOC
PROCUREMENT AGREEMENT NUMBER:250177E
Tecni-Quip
April 12,2005
Page 3
B.Automobile Liability
Comprehensive Automobile Liability Insurance with limits for bodily injury of not less
than Two Hundred Fifty Thousand Dollars ($250,000.00)per person,Five Hundred
Thousand Dollars ($500,000.00)per accident and for property damages of not less
than Fifty Thousand Dollars ($50,000.00),or such coverage with a combined single
limit of Five Hundred Thousand Dollars ($500,000.00).Coverage should include
owned and non-owned vehicles used in connection with this Agreement.
C.Professional Liability
If Contractor employs licensed professional staff,(e.g.,Ph.D.,R.N.,L.C.S.W.,
M.F.C.C.)in providing services,Professional Liability Insurance with limits of not
less than One Million Dollars ($1,000,000.00)per occurrence;Three Million Dollars
($3,000,000.00)annual aggregate.
D.Worker's Compensation
A policy of Worker's Compensation insurance as may be required by the California
Labor Code.
Contractor shall obtain endorsements to the Commercial General Liability insurance
naming the County of Fresno,its officers,agents,and employees,individually and
collectively,as additional insured,but only insofar as the operations under this
Agreement are concerned.Such coverage for additional insured shall apply as primary
insurance and any other insurance,or self-insurance,maintained by County,its
officers,agents and employees shall be excess only and not contributing with
insurance provided under Contractor's policies herein.This insurance shall not be
cancelled or changed without a minimum of thirty (30)days advance written notice
given to County.
Within Thirty (30)days from the date Contractor executes this Agreement,Contractor
shall provide certificates of insurance and endorsement as stated above for all of the
foregoing policies,as required herein,to the County of Fresno,stating that such
insurance coverage have been obtained and are in full force;that the County of
Fresno,its officers,agents and employees will not be responsible for any premiums on
the policies;that such Commercial General Liability insurance names the County of
Fresno,its officers,agents and employees,individually and collectively,as additional
insured,but only insofar as the operations under this Agreement are concerned;that
such coverage for additional insured shall apply as primary insurance and any other
insurance,or self-insurance,maintained by County,its officers,agents and employees,
shall be excess only and not contributing with insurance provided under 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 County.
G:\<:r:NrnACTS &EXTRACrS\E\250177E TECNI--QJIP .DOC
PROCUREMENT AGREEMENT NUMBER:250177E
T ecni-Quip
April 12,2005
Page 4
In the event Contractor fails to keep in effect at all times insurance coverage as herein
provided,the County may,in addition to other remedies it may have,suspend or
terminate this Agreement upon the occurrence of such event.
All policies shall be with admitted insurers licensed to do business in the State of
California.Insurance purchased shall be purchased from companies possessing a
current A.M.Best,Inc.rating of B+FSC VII or better.
INDEPENDENT CONTRACTOR:In performance of the work,duties and obligations
assumed by Contractor under this Agreement,it is mutually understood and agreed
that Contractor,including any and all of Contractor's officers,agents,and employees
will at all times be acting and performing as an independent contractor,and shall act in
an independent capacity and not as an officer,agent,servant,employee,joint venturer,
partner,or associate of the County.Furthermore,County shall have no right to control
or supervise or direct the manner or method by which Contractor shall perform its work
and function.However,County shall retain the right to administer this Agreement so as
to verify that Contractor is performing its obligations in accordance with the terms and
conditions thereof.Contractor and County shall comply with all applicable provisions of
law and the rules and regulations,if any,of governmental authorities having jurisdiction
over matters the subject thereof.
Because of its status as an independent contractor,Contractor shall have absolutely no
right to employment rights and benefits available to County employees.Contractor
shall be solely liable and responsible for providing to,or on behalf of,its employees all
legally-required employee benefits.In addition,Contractor shall be solely responsible
and save County harmless from all matters relating to payment of Contractor's
employees,including compliance with Social Security,withholding,and all other
regulations governing such matters.It is acknowledged that during the term of this
Agreement,Contractor may be providing services to others unrelated to the County or
to this Agreement.
NON-ASSIGNMENT:Neither party shall assign,transfer or sub-contract this
Agreement nor their rights or duties under this Agreement without the written consent of
the other party.
AMENDMENTS:This Agreement constitutes the entire Agreement between the
Contractor and the County with respect to the subject matter hereof and supersedes all
previous negotiations,proposals,commitments,writings,advertisements,publications,
Request for Proposals,Bids and understandings of any nature whatsoever unless
expressly included in this Agreement.This Agreement supersedes any and all terms
set forth in Contractor's invoice.This Agreement may be amended only by written
addendum signed by both parties.
INCONSISTENCIES:In the event of any inconsistency in interpreting the documents
which constitute this Agreement,the inconsistency shall be resolved by giving
G:\o:roRACTS &EXTRACfS\E\250177E TE<M-QJIP.DOC
PROCUREMENT AGREEMENT NUMBER:250177E
Tecni-Quip
April 12,2005
Page 5
precedence in the following order of priority:(1)the text of this Agreement (excluding
Attachment "A",County's Request for Quotation No.500-4057 and the Contractor's
Quote in response thereto);(2)Attachment "A";(3)the County's Request for Quotation
No.500-4057 and (4)the Contractor's quotation made in response to County's Request
for Quotation No.500-4057.
GOVERNING LAWS:This Agreement shall be construed,interpretedand enforced under
the laws of the State of California.Venue for any action shall only be in County of Fresno.
Please acknowledge your acceptance by returning all pages of the signed original of
this Agreement to my office,retaining a copy for your files.
Please refer any inquiries in this matter to Cathi J.Peters,Buyer III,at (559)456-7110
or FAX at (559)456-7831.
FOR THE COUNTY OF FRESNO
4/orr~.
in G.BIt>6m
Facility Services &Purchasing Manager
4525 East HamHtonAvenue
Fresno,CA~7~
Date:<II (~{-
MGB:CJP:jlg
G:\CONTRACTS &EXTRACTS\E\250177E TECNI-QUiP.DOC
G:\<XNTRACTS &EXTRACTS\E\250177E TECNI-QJIP.DOC
PROCUREMENT AGREEMENT NUMBER:250177E
Tecni-Quip
April 12,2005
ATTACHMENT ~"
SUPPLIES
Attachment Page 1 of 1
ITEM
Fiberglass laundry Cart,Eighteen (18)Bushel with non-
marking perimeter bumpers.Techni Quip Model TX-1018
Drain Hole Plug
Polyurethane Tread Wheels
Fire Retardant and Waterproof Vinyl Cover
G:\<r.NTRACTS &EXTRACfS\E\250177E TE<NI-QJIP.DOC
UNIT COST
EA $559.00
EA $1.00
EA $13.50
EA $49.00
Quotation No.500-4057
COUNTYOFFRESNOPURCHASING
STANDARDINSTRUCTIONSAND CONDITIONSFOR
REQUESTSFOR PROPOSALS(RFP'S)AND REQUESTSFOR QUOTATIONS(RFQ'S]
Note:the reference!o "bids'in 'he fo!!ow'ngcaragraohscDo!!eSto RFP'sand RFQ's
GENERAL CONDITIONS
By submittinga bid the bidce!'agreesto the followingconcw:cns Theseconditions will applyto all subsequentpurchasesbased on this bid,
managingthisRFQis identifiedon the coverpage,alongwithhis or
:e!ephonenumber,andheor sheshouldbe theprimarypointof contacl
discussionsor informationpertainingto the RFQ.Contactwithany 01
Countyrepresentative,,indudingejected officials,for the purpose
discussingthis RFQ,its content,or any other issue concemingit
prohibitedunlessauthorizedby Purchasing,Violationof this clause,by
vendorhavingunauthorizedcontact(verballyor in writing)withsuchot
Countyrepresentatives,mayconstitutegroundsfor rejectionby Purchas
of thevendor'squotation,
1.
2.
BID PREPAK.A,T;C::~J
A)All prices an::!r,Cjta,ionsmustbe ,yced'JrNr~t'e-,--,':;:;rasures
permit1edErrcrs:ray be cossed OL::nJcle'c c"j CG"'7"CnSprinted
in ink by per3Cl Slgn,,,gbid
8)Brand Nenes.5rend nanes and nurr:bU5 W1Er g,',er e'er ",':eference.
Equal items wil'be considered.provlr;e'Jtr,eoffer clear!"cesc'loes the
article and r.c:wII ,jiffers from :r.at spec:fiec I:;re iibs"~r;e of such
inforrnatior it shall be u:.derstoodt~e oi'-::r'"9S exac:'y 2Ssceclfied.
C)Statebrandor rr:akeof eachitem if biddingon s:he':~~i~s;:Jecified,
state make,nodel and b:and be"g tic anc a't~cc sJPporting
liieratu~espec:.i:ca"C.ns:c t~e tj
D)Bid on each item separately.PrlCSS ShQu'j :e sta'ec 'e c-"5 "Jecified
herein,/o.'!acol!cable cr.arl:;es rrcst b::cc;c:'e~0";"::'3 :-'";:Ice not
quoted here,n '.1',:,te dIS2'CI'.'8':;
E)Time 0:dei;ve~f ,5 a par1of the ccns:c:;'c'C"2"j Irs'e stated in
definite terrT's c~C ee,LSibe adhe'ed 10 ::C ~='c":s"?:li ~:.:,c-::stination
or freight c'lcrge5 '1'lJs!be s:a'ec:
F\I All bids mes!be d2ted a:lc signea "'/I'~'''e '''TS ~a'~e :ore by an
authorizedoHice'or employee
G)Unless atherv/Iser.oted,pflces sr.a!!t::eil'T f:;':2:]'Jays 2He'closing
date of bid
SUBMITIING BDS
A)Each bid must be sC1:Jr.lit1edon forms provl,je'J 11?seales r~velape with
bid number and c!asing cate arc:'Ce c;r t::8 ('J'Slce of the
envelope/package
B)InterpretationSrSC1:da;;y d'screpanClesor 0rr:ISSiS~Sbe :~fd 'n the bid
specifications0:dOt.;btas to their r.leanir1g,the bidder s,~,a';'lotlfy the
Buyer in wr.ting at once The Countysf-,al!~o,Je ne'e 'es::Jcnslblefor
verbalinte:pretar'ans CJesIionsr8\;aroi:1gtile ~).~CIUSt~e 'eceived by
Purchasing 2\leas!5 worKingdays bei:ye cld ')oen,:1g :'.,'a::idenda
issuedshaiibe !:1wr't;ng,dJlyissuecby:Jy.C:'1asinc::::n:::'~c~'Dorated
into the contract
C)ISSUINGAGE,\T',A.'JTr-'ORiZ::Demr ;,CT -'1s K"C ~r:;sc::enissued
.by theCountyc'1=resno'sPurchasingUnto'~e PJrc~as!ng:..-,'shallbe
thevendorssclepOintof contac~WllhregarJto t~eRFC)iiSccr:tent,and
all issuesconcerningIt.
All commUnicationregardlrgt~isRFCsnai:bedrecieato r:;:'authorized
representative of the County's PurchaslOgUn!Tne scec::ic buyer
0)
Theabovestatedrestrictionon vendorcontactwithCountyrepresentatil
shallapplyuntiltheCountyhasawardeda purchaseorderor contractt
vendororvendors,exceptasfollows.First,in theeventthata vendoriniti2
a formalprotestagainsttheRFQ,suchvendormaycontacttheappropri;
individual,or individualswho are managingthat protestas outlinedin :
County'sestablishedprotestprocedures.All such contactmust be
accordancewith the sequenceset forth under the protestprocedur,
Second,in the eventa publichearingis scheduledbeforethe Board
Supervisorsto heartestimonypriorto its approvalof a purchaseorder
contract,anyvendormayaddresstheBoard.
Bidsreceivedafterthedosingtimewill NOTbeconsidered.
~I Biddersareto bidwhatis specifiedor requestedfirst.If unableto or willi
to,bidder may bid altemativeor option,indicatingall advantagE
disadvantagesandtheirassociatedcost.
3.FAILURETO BID:
A)If notbidding,retumbidsheetandstatereasonfor nobidor yournamem.
beremovedfrommailinglist.
d TAXES,CHARGESAND EXTRAS:
A)Countyof Fresnois subjectto Californiasalesand/oruse tax (7.875'1;
Pleaseindicateasa separatelineitemif applicable.
DONOTincludeFederalExciseTax.Countyis exemptunderRegistratic
No.94-73-03401-K.
3)
C)Countyis exemptfromFederalTransportationTax,Exemptioncertificate
notrequiredwhereshippingpapersshowconsigneeas Countyof Fresno
D)Chargesfortransportation,containers,packing,etc,will notbepaidunle~
specifiedin bid.
5 AWARDS:
A)Subjectto thelocalpreferenceprovisionsreferencedin Paragraph6 belo\
andmorethoroughlysetforthin theGeneralRequirementssectionof thi
Quotatipn No,500-4057
RFO.awaro(s)will be made:o the :neSt'espcnSlvef~s:::c:sltie bidder.
The evaiuat;o~wi:!induce seen :hi~';S as i;fe-c,;::e :c:s:availability,
delivery costs and w'lese prxuct and'er ser,:es:1ee~"ec:10be in the
bestinterestoi (~eCountyThecc.;nr,shall~eme soie:'jCC:8in making
such deter'1'oIf'atlon.
B)Unlessbiddefgivesrotlced 2:1.:"'10re 3wa:::.~j'c C>.":.I --:ayaccept
any item.grcue oj IteMsor on :re 8ass c'.~:"::
C)The C:J~ntyrese~.;s-st'ls-fig!'::0 'e;".::~f':i ;;::.:}3"c:~s 3".::0 waive
informa'ities or :rregular:les I:,oC:S
D)A.fier award.an oles snail :::e ~se"::;:'jC'C "s:es:."~".eCounty
assumes ~'Oreso01s:tility for :::e ::~:':~~"a t.,c:r;c""':::::offeredin
a bid.
6.LOCAL VEt'<DCRS
A)Lcca:VendiX F'e;ererce (apol:cable:o R~J =':xeso C~'..
The fol'owing Grev'Slonsare appilcat,'ec:niyto :ne CC:L~':S acquisition
of materia~s.e<]c:pmentor supplies [hro,;~nIre ~=J c-::e,s whenthe
funding scurce does net ~equ'rean exe"100r:,0 ire c )';31 Vendor
Preference
THE PROVISIONS OF -!--%D!-F';'::;=\.~;::'-:;=::~==~CABLE,
NOTWITHSTAr-.:D:NGANY CT'-j~R=::;S'tS'miS SF T'-"S ~FQ TO
T~E CONTRA.RY
If the ap:;2rei1['ow bicder :5 r:':3 :cca',~iCV,r 3'1'1'::'.:3 .".,dor who
submittec 3 ~rd W1X,1 \V2S '.'/'~r'1 five :,,':e~:::;",'c'Ice iowest
~esoonslve Did 2S deterTinec by :t-,eCC:~=''':2S'-:g 2~e~;3.'2';"a'le the
option of su!:;O"':!rg a .'8W bid wi(hi:1 t2";";Tt ,,:curs :r::.:,rc!uding
weekends and hC':dayoi:::f :::CJ":v s de ":p-:;c;ic::f,c,:::.::,"S~ch new
bids must be 1'1an 2r.1CL:r:less !han 0'eC'J;::i:e i'18 fowes:-es:;,":sive bid
as deterr.111e:cy :le purchas:rgagef11"ire e:I-Si2sr"":;:~"":eceives
anynewbidsfrom.ocalver:dors'.'11':0 have Ir.e uS'if)"of Sc::i.',ringnew
bids within said ~or1y-e:ghthO:Jroe'ioe ,t 3,,,,.(;',va'()t"'?:S"'cC:to the
localvef1ao,SL:Dn:Ungthe IO'NeS[reseC1S,:e cc::'"::'.,.':aids are
received.the c:::c'ac:t shall be awarc!ed'0 :he :"'g''1c '~".'.:'cder as
anr;ouncec by t"e p~rc:hasirgage;::
B)Local Vef1dcrDe'ine.j
'Lecal Vendo;'sha;!mea;-any buslness r,'en
1.Has its headquarters,distributionpaint Dr:cca'IY-':'N'1ecfranchise
located in or havi:1ga streetaddress withinthe Ccurry far at least
six (6)monthsimMediatelyprior 10;he Issuancec':he rec:t.:estfor
competitive bids by :he purchasingagent and
2.Holes any required business license by a ;l,riscic;'o-':Jcated in
Fresno County;and
3.EmplQysat le"s:one (1)full-ti:-r.eor two (2)par.,;w,e errr810yees
whose :Jr.mary residenceis locatedwit~ln FresnoCJuf'lv or if the
business has no employees,shal!Je at 'eao:fifty pe-ce:->,(50%)
owned 'Jy cne or more pe'sono whGsepr'ra,,!r'?,:cel'ce(s)is
located within ~resn:JCounry
7.TIE BIDS
All other factors being equaL the cont~actshali De.aw2,je'J :0 ;",'=resno
Countyvenderor.:f re'tr.eror bothare FresnoCsur'v veracs :C'"",aybe
awardedby the flip of a coin in the presenceof witnessesor the entire bid ma:
rejected and re-bid.If the GeneralRequirementsof this RFO state that they
aoplicable,theprovisionsoftheFresnoCountyLocalVendorPreferenceshall t
priority over this paragraph.
8 FA,TENTINDEMNITY:
ThevendorshallholdtheCounty,its officers.agentsandemployees,harml(
f,omliabilityof anynatureor kind,includingcostsand expenses,for infringem
or useof anycopyrightedor uncopyrightedcomposition.secretprocess.paten
orunpatentedinvention,articleorappliancefurnishedorusedin connectionv
chisbid.
-SAMPLES:
Samples,whenrequired,mustbefurnishedanddeliveredfreeand,if notdestroy
,:;ytests,willuponwrittenrequest(within30 daysof bidclosingdate)be returr
at thebidder'sexpense.In theabsenceof suchnotification,Countyshallhavet
.nght to dispose of the samplesin whatevermannerit deems appropriate.
~O.RIGHTSAND REMEDIESOF COUNTYFOR DEFAULT:
1>.)Incaseof defaultby vendor,theCountymayprocurethe articlesor servi
from anothersourceand may recoverthe cost differenceand relatl
expensesoccasionedtherebyfromanyunpaidbalanceduethevendoror :
proceedingagainstperformancebondof thevender,if any,or bysuitagair,
thevendor.ThepricespaidbytheCountyshallbe consideredtheprevailir
marketpriceatthetimesuchpurchaseis made.
8)Articles or services.which upon delivery inspectiondo not me
specifications.willbe rejectedandthe vendorwill be consideredin defau
VendorshallreimburseCountyfor expensesrelatedto deliveryof nOi
specifiedgoodsorservices.
Regardlessof F,O.B.point.vendoragreesto bearall risksof loss,injuryI
destructionto goodsand materialsorderedhereinwhich occur prior1
deliveryandsuchloss,injuryordestructionshallnotreleasevendorfromar
obligationhereunder.
r,
~i
'1 JISCOUNTS:
TerMSof less than 15 days for cash paymentwill be considered as net i
evaiuatingthisbid.A discountfor paymentwithinfifteen(15)daysor morewill b-
consideredin determiningtheawardof bid.Discountperiodwillcommenceeithe
thelaterof deliveryor receiptof invoiceby theCounty.Standardtermsare Ne
Forty-five(45)days.
12.SPECIALCONDITIONSIN BIDSCHEDULESUPERSEDEGENERAL
CONDITIONS.
The 'GeneralConditions'provisionsof this RFP/RFQshallbe supersededif ir
conflictwithanyothersectionof thisbid,10theextentof anysuchconflict.
13 SPEG:ALREQUIREMENT:
Wi:htheinvoiceorwithintwenty-five(25)daysof delivery,theseller must providE
to theCountya MaterialSafetyDataSheetfor each product.whichcontains an)
substanceon 'The Ust of 800 HazardousSubstances',publishedby the StatE
Directorof IndustrialRelations.(SeeHazardousSubstancesInformationanc
Tra;ningAct.CalifomiaStateLaborCodeSections6360through6399.7.)
14 R:::CYCLEDPRODUCTSIMATERIALS:
Vendorsareencouragedto provideandquote(withdocumentation)recycfedor
recyclableproducts/materialswhichmeel stated specifications.
.,.....-......
Quotation No.500-4057
15.YEARCOMPlIA~CEWARRANTY
Vendorwan-antsthat any productfumishec ~ursuar,:t::~hlsAgreement/order
shall support a four-{jig:tyear format and be aole to accura'e:y :rxess date
and time data from,into and betweenthe twenlietr ar.dtwe'1ly-;::s~centuries,
as well as leaDyear calculations '?rcd;;c:'snail !r.c:ude.W,[hOl;!limitation,
any piece or corrponent of equl~me!1!.i'arcware.tir~wa:2 :-r1:ddleware,
customor commercialsof1\.vare.::>rinter"al cor;pcne"'5 or sut;'S'.;"nestherein.
Thiswarrantyshallsurvivete:minaticr:or sx:;:r3;lc~Qfth:s .~.g-ser.ler.t.
In the even!of any decreasein DrOO!Jctfunctionalitycr accurao -e:atetjto time
andlor date cata rela:ed codes anc!or ,.,rerr,,:s.;t;-:ff1es :~3::"Ioede the
product from aperating c:)f:e(;tly usir.g dates bevor.a C)ece"':Jer 31.1999,
vendorshallrestoreor re;Jairthe :roductto 're sam,;;;'evel (JIf:.:nctio'1alityas
warrantedherein.so as ~omin'mizei;:te-rup:':"te Scc:r':ys(;"';:::::-;'1business
process,time being sf tr.e essence In :"e e'en!:~2!s.~::'warranty
compliance requires 'r.e acqL';si!;on(JfadolLJnaio'ograms thf.exoense for
any such associatedor additiona;ac<;c::si:!':'r.Sw~:ch ["'2:'::>e required,
including,withoui limi:at'on,da:a ccnverson tools snail be C>':f"'2exclusively
by vendor.Nothirgin thiswarranty5:,allbe CJrS"~2d to ':'~!;2'1Yrightsor
remediesthe COL'f1:Yrray ot~erW'se.~aveunde't~s 4greerr,-,~:N:!h respect
to defects other tna:1year perfor--:a~ce.
16.PARTIC!PA,iON:
Bidder may agree:0 ex:end the te~Tn5cf the res,.!!;"!~':J,t:3C:',:J,o,e,Jfi)litical
subdivision.m~niC:f)ai'!les and tax-suo ported a';Jer.G:'~s
Such partic:patirg Governmentalbodies sha!'::;a~e p"'cr.,,ses :n their own
name,make ~aymen~j;rect:y to bidder ar.Gt:-s:ac'e di-eel ::'re bidder,
holding the County of Fresno harm'8SS
QUOTATION NO.500-4057 Page.2
BIDDING INSTRUCTIONS
The County of Fresno is reauest!'lg bids for Fiberglass Laundry Carts (55)as specified within
this Request for Quotation
Deliverv Address:Juvenile Justice Campus
,Attn:Kelly Graef.Kitchell Capital Expenditure Managers
3333 East American Ave.
Fresno.CA 93725
Note Anticipated Delivery Date is November 1,2005.There will not be any locations
available from the County for the temporary storage of the Laundry Carts.The successful
vendor will be required to store and/or coordinate the delivery for the anticipated delivery date.
All costs for storage and/or delivery must be included in the unit cost of each cart.
LOCAL VENDOR PREFERENCE:The Local Vendor Preference applies to this Request for
Quotation.
AWARD:Award will be made to the vendor offering the equipment deemed to be to the best
advantage of the County.The County will be the sole judge in making such determination.
COPIES:Submit one (1)original and two (2)copies of your quotation no later than the
RFQ closing date and time as stated on the front of this document,to the County of Fresno
Purchasing Each copy to be identical to the original,including all supporting documentation
(brochures.literature etc)The cover page pf each quotation is to be appropriately marked
"Original"'or "Copy'".
ISSUING AGENT:This RFQ has been issued by County of Fresno Purchasing.Purchasing
shall be the vendor's sole pOint of contact with regard to the RFQ,its content,and all issues
concerning it
AUTHORIZED CONTACT:All communication regarding this RFO shall be directed to an
authorized representative of County Purchasing.The specific buyer managing this RFQ is
identified on the cover page.along with his or her telephone number,and he or she should be
the primary point of contact for discussions or information pertaining to the RFO.Contact with
any other County representative.including elected officials,for the purpose of discussing this
RFQ,it content.or any other issue concerning it,is prohibited unless authorized by
Purchasing.Violation of this clause,by the vendor having unauthorized contact (verbally or in
writing)with such other County representatives.may constitute grounds for rejection by
Pur.chasing of the vendor's quotation.
The above stated restrictionon ve~dor contact with Countyrepresentativesshall apply until
the County has awarded a purchase order or contract to a vendor or vendors,except as
follows.First,in the event that a vendor initiates a formal protest against the RFO,such
vendor may contact the approoriate individual,or individuals who are managing that protest as
outlined in the County's established protest procedures.All such contact must be in
G:\RFQ\500.405TFIBE~Gi.ASS LAIJN~RY CAQ-:-Si55)JCC:
---.----------
QUOTATION NO.500-4057 Page 3
accordance with the sequence set forth under the protest procedures.Second,in the event a
public hearing is scheduled before the Board of Supervisors to hear testimony prior to its
approval of a purchase order or contract,any vendor may address the Board.
RIGHT TO REJECT BIDS The County reserves the right to reject any and all bids and to
waive informalities or irregularities in bids.
QUANTITIES'The County reserves the right to increase or decrease quantities.
SPECIFICATIONS AND EQUALS.Brand names,where used,are a means of establishing
quality and style.Bidders are invited to quote their equals.Altemate offers are to be
supported by literature.which fully describes items that you are bidding.
No exceptions to or deviations from this specification will be considered unless each
exception or deviation is specifically stated by the bidder in the designated places.If no
exceptions or deviations are shown the bidder will be required to furnish items exactly as
specified herein.The burden of proof of compliance with this specification is the responsibility
of the bidder.
LITERATURE:Bidders shall submit literature,which fully describes items on which they are
bidding,not later than the closing date of this bid.Any and all literature submitted must be
stamped with bidders name and address.
MERCHANDISE RETURNABLE FOR FULL CREDIT:Bidder agrees to accept for full credit
any merchandise sold by him on contract or award resulting from this bid,if returned in good
condition by the County
GUARANTEE AGAINST DEFECTS All items are to carry a full guarantee against defects in
materials and workmanship and guarantee against breakage and other malfunctions when
performing work for which they are designed.
INVOICING:All Invoices are to be mailed in duplicate to the County of Fresno,Public Works-
Design,2220 Tulare SL.Sixth Floor,Fresno,CA 93721.Invoice terms shall be net forty-five
(45)days.Invoice shall reference the Purchase Order.
INSURANCE:
Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any
third parties,CONTRACTOR,at its sole expense,shall maintain in full force and effect the
following insurance policies throughout the term of the Agreement
A.Commercial General Liabilitv
Commercial General Liability Insurance with limits of not less than One Million Dollars
(-$1,000,000)per occurrence and an annual aggregate of Two Million Dollars ($2,000,000).
This policy shall be issued on a per occurrence basis.COUNTY may require specific
coverages including completed operations,products liability,contractual liability,
Explosion-Collapse-Underground.fire legal liability or any other liability insurance deemed
necessary because of the nature of this contract.
G:\RFQ\50C-4057Fi8!:RGLASS LAU~JDRY(':,;;T<;'""'"'0('"
QUOTATION NO.500-4057 Page 4
B.Automobile Liability
Comprehensive Automobile liability Insurance with limits for bodily injury of not less than
Two Hundred Fifty Thousand Dollars ($250.000.00)per person,Five Hundred Thousand
Dollars (S500.000.00)per accident and for property damages of not less than Fifty .
Thousand Dollars (S50.00000)or such coverage with a combined single limit of Five
Hundred Thousand Dollars (S500.000.00).Coverage should include owned and non-
owned vehicles used in connection with this Agreement.
C.Worker's Compensation
A policy of Worker's Compensation insurance as may be required by the California Labor
Code.
CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance
naming the County of Fresno its officers,agents.and employees,individuallyand collectively,
as additional insured.but only insofar as the operations under this Agreement are concerned.
Such coverage for additlona!insured shall apply as primary insurance and any other
insurance,or self-insurance.maintained by COUNTY,its officers,agents and employees shall
be excess only and not contributing with insurance provided under CONTRACTOR's policies
herein.This insurance shall not be cancelled or changed without a minimum of thirty (30)
days advance written notice given to COUNTY.
Within Thirty (30)days from the date CONTRACTOR executes this Agreement,
CONTRACTOR shall provide certificates of insurance and endorsementas stated above for
all of the foregoing policies as reqUired herein,to the County of Fresno,stating that such
insurance coverage have been obtained and are in full force;that the County of Fresno,its
officers.agents and employees will not be responsible for any premiums on the policies;that
such CommercialGeneral Liability Insurance names the County of Fresno,its officers,agents
and employees,individually and collectively,as additional insured,but only insofar as the
operations under this Agreement are concerned;that such coverage for additional insured
shall apply as primary insurance and any other insurance,or self-insurance,maintained by
COUNTY.its officers.agents and employees,shall be excess only and not contributing with
insurance provided under 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
COUNTY.
In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein
provided,the COUNTY may,in addition to other remedies it may have,suspend or terminate
this Agreement upon the occurrence of such event.
All policies shall be with admitted insurers licensed to do business in the State of California.
Insurance purchased shall be purchased from companies possessing a current A.M.Best,Inc.
rating of B+FSC VIII or better
HOLD HARMLESS CLAUSE:Contractor agrees to indemnify,save,hold harmless and at
County's request.defend the County,its officers,agents and employees,from any and all
costs and expenses.damages.liabilities,claims and losses occurring or resulting to County in
connection with the performance.or failure to perform,by Contractor,its officers,agents or
employees under this Agreement and from any and all costs and expenses,damages,
liabilities,claims and losses occurring or resulting to any person,firm or corporation who may
be injured or damaged by the performance,or failure to perform,of Contractor,its officers,
agents or employees under this Agreement.
G:\RFQ\5()()~09 FIBERGLASS LAUNDRY cAlns (55\Joe
.-.
QUOTATION NO.500-4057 Page'5
ASSURANCES:Any contract awarded under this RFQ must be carried out in full compliance
with The Civil Rights Act of 1964.The Americans With Disabilities Act of 1990,their -
subsequent amendments.and any and all other laws protecting the rights of individuals and
agencies.The County of Fresno has a zero tolerance for discrimination,implied or
expressed.and wants to ensure that policy continues under this RFQ.The contractor must
also guarantee that services.or workmanship,provided will be performed in compliance with
all applicable local.state.or federal laws and regulations pertinent to the types of services,or
project.of the nature required under this RFQ.In addition,the contractor may be required to
provide evidence substantiating that their employees have the necessary skills and training to
perform the required services or work.
GUARANTEED DELIVERY Bidder will be considered in award of bid only if they can
guarantee delivery.Enter guaranteed delivery on this line (DeliveJYrequired for approximately
November 1,2005):h'~1;IV
p v\\I \~
'-;.i f -(\.\l~Wi C£t:v",-dCO)-
By:
Note:As previously stated.there wi!!not be any locations available from the County for the
temporary storage of the laundry carts.The successful bidder will be required to store and/or
coordinate the delivery for anticipated delivery date.Acknowledge in the space provided
below:
U.?~
G:\RFQ\500-4C57F!BERGLASSLAUNDRYCARTS(55\:JU
QUOTATION NO.500-4057 Page 6
LOCAL VENDOR PREFERENCE
The County of Fresno Local Vendor Preference is applicable to this Request for Quotation.
Refer to the General Conditions section for details.
Qualified Vendors that desire consideration as a Fresno County Local Vendor under this RFQ
must complete the "Statement of Local Vendor Certification"contained herein and submit it as
a part of their quotation.Late submittals of the "Statement of Local Vendor Certification"will
not be considered.Submission of this statement will qualify the vendor for treatment as a
local vendor for purposes of this RFO only.The statement made under this RFQ shall not
qualify the vendor as a local vendor under any other RFQ.
LOCAL VENDOR CERTIFICATION:
Any vendor claiming to be a local vendor,as defined under the General Conditions section of
this RFO,shall so certify in writing to the purchasing agent.The purchasing agent shall not be
required to verify the accuracy or any such certifications,and shall have sole discretion to
determine jf a vendor meets the definition of "'ocal vendor."
Any person or business falsely claiming to be a local vendor under this section shall be
ineligible to transact any business with the County for a period of not less than three (3)
months and not more twenty-four (24)months as determined in the sole discretion of the
purchasing agent The purchasing agent shall also have the right to terminate all or any part of
any contract entered into with such person or business.
STATEMENT OF LOCAL VENDOR CERTIFICATION
COUNTY OF FRESNO
Qualified local vendors desiring consideration under the Fresno County Local Vendor
Preference must complete the following and submit with their quotation (print or type).
(individual submitting b:d)(title)
Of/for Certify that
(Company Name)(Company Name)
Is a Fresno County local Vendor as defined under the General Conditions section of this RFQ
and therefore qualifies for the Local Vendor Preference.
Signature DateTitle
G:\RFCI5CO-4057FIBERGLASSLAUNCRv CARTS (551DCC
QUOTATION NO.500-4057 Page 7
NOTIFICATION OF RE-BID
If a local vendor's bid Qualifies under Fresno County's Local Vendor Preference,the local
vendor will be notified of his/her opportunity to re-bid.if so notified,the Vendor must submit
his/her re-bid within forty-eight (48)hours of notification (excluding weekends and holidays).
Notification will be issued bye-mail or Fax,whichever is preferred by the vendor.Notification
to Vendor shall be considered complete upon County's transmission of e-mail or Fax.
The local vendor shall state his/her preferred method of notification below along with the
appropriate e-mail address or Fax number.Notification by County will be limited to one of
those two (2)methods.It will be the local vendor's responsibility to check his/her e-mail or
Fax messages for notification.The vendor's delay in receiving his/her notification will not alter
the forty-eight (48)hour period allowed for re-bid submission.
LOCAL VENDOR TO COMPLETE:
Indicate *ONE method for notification of Local Vendor re-bid by providing the appropriate e-
mail address or Fax number Submit this document as a part of your quotation.
E-Mail Address or Fax Number (Identify contact person if using a Fax Number)
G:\RFOI500-AD57FIBERGLASS LAUNDRYCARTS(55)DOC