Loading...
HomeMy WebLinkAbout24819G:\RFP\545-4267 ADD #1.DOC (7/04) COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFQ NUMBER: 545-4267 NEW LANDFILL HEAVY EQUIPMENT May 22, 2006 PPUURRCCHHAASSIINNGG UUSSEE ORG/REQUISITION: 9026/ 9266000123/124/125/126 jol G:\RFP\545-4267 ADD #1.DOC IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER’S NAME MARKED CLEARLY ON THE OUTSIDE TO: COUNTY OF FRESNO, Purchasing 4525 EAST HAMILTON AVENUE FRESNO, CA 93702-4599 CLOSING DATE OF BID WILL BE AT 2:00 P.M., ON JUNE 30, 2006. QUOTES WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M. Quotes will be opened and publicly read at that time. All quotation information will be available for review after contract award. Clarification of specifications are to be directed to: BRIAN D. TAMBLIN, phone (559) 456-7110, FAX (559) 456-7831. NOTE THE FOLLOWING ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 545-4267 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. ¾ Pages 82, 89, 96 “Date of submission of forms is” Changed from May 30, 2006 5:00 P.M. to June 6, 2006 5:00 P.M. ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFQ 545-4267 COMPANY NAME: (PRINT) SIGNATURE: NAME & TITLE: (PRINT) G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC RFQ (3/05) COUNTY OF FRESNO REQUEST FOR QUOTATION NUMBER: 545-4267 NEW LANDFILL HEAVY EQUIPMENT August 25, 2006 PPUURRCCHHAASSIINNGG UUSSEE ORG/REQUISITION: 9026/ 9266000123/124/125/126 jlg G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER’S NAME MARKED CLEARLY ON THE OUTSIDE TO: COUNTY OF FRESNO, Purchasing 4525 EAST HAMILTON AVENUE FRESNO, CA 93702-4599 CLOSING DATE OF BID WILL BE AT 2:00 P.M., ON JUNE 30, 2006. QUOTES WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M. Quotes will be opened and publicly read at that time. All quotation information will be available for review after contract award. Clarification of specifications are to be directed to: Brian D. Tamblin, phone (559) 456-7110, FAX (559) 456-7831. GENERAL CONDITIONS: See “County Of Fresno Purchasing Standard Instructions And Conditions For Request For Proposals (RFP’S) and Requests for Quotations (RFQ’S)” attached. Check County of Fresno Purchasing’s Open Solicitations website at www.co.fresno.ca.us/0440/Bidshome.asp for RFQ/RFP documents and changes. BIDDER TO COMPLETE UNDERSIGNED AGREES TO FURNISH THE COMMODITY OR SERVICE STIPULATED IN THE ATTACHED QUOTATION SCHEDULE AT THE PRICES AND TERMS STATED, SUBJECT TO THE “COUNTY OF FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUEST FOR PROPOSALS (RFP’S) AND REQUESTS FOR QUOTATIONS (RFQ’S)”ATTACHED. Except as noted on individual items, the following will apply to all items in the Quotation Schedule. 1. Complete delivery will be made within calendar days after receipt of Order. 2. A cash discount of % days will apply. COMPANY ADDRESS CITY STATE ZIP CODE ( ) ( ) TELEPHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS TAXPAYER FEDERAL I.D. NO.: SIGNED BY PRINT NAME TITLE Quotation No. 545-4267 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC 1A RFQ (3/05) CCOOUUNNTTYY OOFF FFRREESSNNOO PPUURRCCHHAASSIINNGG STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUESTS FOR PROPOSALS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S) Note: the reference to “bids” in the following paragraphs applies to RFP's and RFQ's GENERAL CONDITIONS By submitting a bid the bidder agrees to the following conditions. These conditions will apply to all subsequent purchases based on this bid. 1. BID PREPARATION: A) All prices and notations must be typed or written in ink. No erasures permitted. Errors may be crossed out, initialed and corrections printed in ink by person signing bid. B) Brand Names: Brand names and numbers when given are for reference. Equal items will be considered, provided the offer clearly describes the article and how it differs from that specified. In the absence of such information it shall be understood the offering is exactly as specified. C) State brand or make of each item. If bidding on other than specified, state make, model and brand being bid and attach supporting literature/specifications to the bid. D) Bid on each item separately. Prices should be stated in units specified herein. All applicable charges must be quoted; charges on invoice not quoted herein will be disallowed. E) Time of delivery is a part of the consideration and must be stated in definite terms and must be adhered to. F.O.B. Point shall be destination or freight charges must be stated. F) All bids must be dated and signed with the firm’s name and by an authorized officer or employee. G) Unless otherwise noted, prices shall be firm for 120 days after closing date of bid. 2. SUBMITTING BIDS: A) Each bid must be submitted on forms provided in a sealed envelope with bid number and closing date and time on the outside of the envelope/package. B) Interpretation: Should any discrepancies or omissions be found in the bid specifications or doubt as to their meaning, the bidder shall notify the Buyer in writing at once. The County shall not be held responsible for verbal interpretations. Questions regarding the bid must be received by Purchasing at least 5 working days before bid opening. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract. C) ISSUING AGENT/AUTHORIZED CONTACT: 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. All communication regarding this RFQ 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 RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ, its 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 Purchasing of the vendor’s quotation. The above stated restriction on vendor contact with County representatives shall 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 RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County’s established protest procedures. All such contact must be in 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. D) Bids received after the closing time will NOT be considered. E) Bidders are to bid what is specified or requested first. If unable to or willing to, bidder may bid alternative or option, indicating all advantages, disadvantages and their associated cost. 3. FAILURE TO BID: A) If not bidding, return bid sheet and state reason for no bid or your name may be removed from mailing list. 4. TAXES, CHARGES AND EXTRAS: A) County of Fresno is subject to California sales and/or use tax (7.975%). Please indicate as a separate line item if applicable. B) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. C) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. D) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. 5. W-9 – REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION: Upon award of bid, the vendor shall submit to County Purchasing, a completed W-9 - Request for Taxpayer Identification Number and Certification if not already a Quotation No. 545-4267 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC 1B RFQ (3/05) current vendor with The County of Fresno. This form is available from the IRS to complete on line at http://www.irs.gov/pub/irs-pdf/fw9.pdf. 6. AWARDS: A) Subject to the local preference provisions referenced in Paragraph 6 below and more thoroughly set forth in the General Requirements section of this RFQ, award(s) will be made to the most responsive responsible bidder. The evaluation will include such things as life-cycle cost, availability, delivery costs and whose product and/or service is deemed to be in the best interest of the County. The County shall be the sole judge in making such determination. B) Unless bidder gives notice of all-or-none award in bid, County may accept any item, group of items or on the basis of total bid. C) The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. D) After award, all bids shall be open to public inspection. The County assumes no responsibility for the confidentiality of information offered in a bid. 7. LOCAL VENDORS A) Local Vendor Preference (applicable to RFQ Process only) The following provisions are applicable only to the County’s acquisition of materials, equipment or supplies through the RFQ process when the funding source does not require an exemption to the Local Vendor Preference. THE PROVISIONS OF THIS PARAGRAPH ARE APPLICABLE, NOTWITHSTANDING ANY OTHER PROVISIONS OF THIS RFQ TO THE CONTRARY If the apparent low bidder is not a local vendor, any local vendor who submitted a bid which was within five percent (5%) of the lowest responsive bid as determined by the purchasing agent shall have the option of submitting a new bid within forty-eight hours (not including weekends and holidays) of County’s delivery of notification. Such new bids must be in an amount less than or equal to the lowest responsive bid as determined by the purchasing agent. If the purchasing agent receives any new bids from local vendors who have the option of submitting new bids within said forty-eight hour period, it shall award the contract to the local vendor submitting the lowest responsible bid. If no new bids are received, the contract shall be awarded to the original low bidder as announced by the purchasing agent. B) Local Vendor Defined “Local Vendor” shall mean any business which: 1. Has its headquarters, distribution point or locally-owned franchise located in or having a street address within the County for at least six (6) months immediately prior to the issuance of the request for competitive bids by the purchasing agent; and 2. Holds any required business license by a jurisdiction located in Fresno County; and 3. Employs at least one (1) full-time or two (2) part-time employees whose primary residence is located within Fresno County, or if the business has no employees, shall be at least fifty percent (50%) owned by one or more persons whose primary residence(s) is located within Fresno County. 8. TIE BIDS: All other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors, it may be awarded by the flip of a coin in the presence of witnesses or the entire bid may be rejected and re- bid. If the General Requirements of this RFQ state that they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over this paragraph. 9. PATENT INDEMNITY: The vendor shall hold the County, its officers, agents and employees, harmless from liability of any nature or kind, including costs and expenses, for infringement or use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article or appliance furnished or used in connection with this bid. 10. SAMPLES: Samples, when required, must be furnished and delivered free and, if not destroyed by tests, will upon written request (within 30 days of bid closing date) be returned at the bidder's expense. In the absence of such notification, County shall have the right to dispose of the samples in whatever manner it deems appropriate. 11. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT: A) In case of default by vendor, the County may procure the articles or service from another source and may recover the cost difference and related expenses occasioned thereby from any unpaid balance due the vendor or by proceeding against performance bond of the vendor, if any, or by suit against the vendor. The prices paid by the County shall be considered the prevailing market price at the time such purchase is made. B) Articles or services, which upon delivery inspection do not meet specifications, will be rejected and the vendor will be considered in default. Vendor shall reimburse County for expenses related to delivery of non- specified goods or services. C) Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder. 12. DISCOUNTS: Terms of less than 15 days for cash payment will be considered as net in evaluating this bid. A discount for payment within fifteen (15) days or more will be considered in determining the award of bid. Discount period will commence either the later of delivery or receipt of invoice by the County. Standard terms are Net Forty-five (45) days. 13. SPECIAL CONDITIONS IN BID SCHEDULE SUPERSEDE GENERAL CONDITIONS. The “General Conditions” provisions of this RFP/RFQ shall be superseded if in conflict with any other section of this bid, to the extent of any such conflict. 14. SPECIAL REQUIREMENT: With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Material Safety Data Sheet for each product, which contains any substance on “The List of 800 Hazardous Substances”, published by the State Quotation No. 545-4267 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC 1C RFQ (3/05) Director of Industrial Relations. (See Hazardous Substances Information and Training Act. California State Labor Code Sections 6360 through 6399.7.) 15. RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications. 16. YEAR COMPLIANCE WARRANTY Vendor warrants that any product furnished pursuant to this Agreement/order shall support a four-digit year format and be able to accurately process date and time data from, into and between the twentieth and twenty-first centuries, as well as leap year calculations. "Product" shall include, without limitation, any piece or component of equipment, hardware, firmware, middleware, custom or commercial software, or internal components or subroutines therein. This warranty shall survive termination or expiration of this Agreement. In the event of any decrease in product functionality or accuracy related to time and/or date data related codes and/or internal subroutines that impede the product from operating correctly using dates beyond December 31, 1999, vendor shall restore or repair the product to the same level of functionality as warranted herein, so as to minimize interruption to County's ongoing business process, time being of the essence. In the event that such warranty compliance requires the acquisition of additional programs, the expense for any such associated or additional acquisitions, which may be required, including, without limitation, data conversion tools, shall be borne exclusively by vendor. Nothing in this warranty shall be construed to limit any rights or remedies the County may otherwise have under this Agreement with respect to defects other than year performance. 17. PARTICIPATION: Bidder may agree to extend the terms of the resulting contract to other political subdivision, municipalities and tax-supported agencies. Such participating Governmental bodies shall make purchases in their own name, make payment directly to bidder, and be liable directly to the bidder, holding the County of Fresno harmless. 18. CONFIDENTIALITY: All services performed by vendor shall be in strict conformance with all applicable Federal, State of California and/or local laws and regulations relating to confidentiality, including but not limited to, California Civil Code, California Welfare and Institutions Code, Health and Safety Code, California Code of Regulations, Code of Federal Regulations. Vendor shall submit to County’s monitoring of said compliance. Vendor may be a business associate of County, as that term is defined in the “Privacy Rule” enacted by the Health Insurance Portability and Accountability Act of 1996 (HIPAA). As a HIPAA Business Associate, vendor may use or disclose protected health information (“PHI”) to perform functions, activities or services for or on behalf of County as specified by the County, provided that such use or disclosure shall not violate HIPAA and its implementing regulations. The uses and disclosures if PHI may not be more expansive than those applicable to County, as the “Covered Entity” under HIPAA’S Privacy Rule, except as authorized for management, administrative or legal responsibilities of the Business Associate. Vendor shall not use or further disclose PHI other than as permitted or required by the County, or as required by law without written notice to the County. Vendor shall ensure that any agent, including any subcontractor, to which vendor provides PHI received from, or created or received by the vendor on behalf of County, shall comply with the same restrictions and conditions with respect to such information. 19. APPEALS Appeals must be submitted in writing within five (5) working days after the review committee notification of proposed recommendations. Appeals should be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, California 93702-4599. Appeals should address only areas regarding RFP contradictions, procurement errors, quotation rating discrepancies, legality of procurement context, conflict of interest in rating process, and inappropriate or unfair competitive procurement grievance regarding the RFP process. The Purchasing Manager will provide a written response to the complaint within five (5) working days unless the complainant is notified more time is required. If the protesting bidder is not satisfied with the decision of the Purchasing Manager, he/she shall have the right to appeal to the Purchasing Agent within five (5) business days after notification of the Purchasing Manager’s decision. If the protesting bidder is not satisfied with Purchasing Agent decision, the final appeal is with the Board of Supervisors. Quotation No. 545-4267 Page 2 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC TABLE OF CONTENTS PAGE OVERVIEW...................................................................................................................................................3 KEY DATES AND TIMELINE.........................................................................................................................4 BIDDING INSTRUCTIONS............................................................................................................................5 PARTICIPATION.........................................................................................................................................13 LOCAL VENDOR PREFERENCE...............................................................................................................14 REFERENCE LIST......................................................................................................................................16 W-9 REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION.........................17 EQUIPMENT GENERAL REQUIREMENTS...............................................................................................22 EQUIPMENT SPECIFICATIONS / REQUIREMENTS ................................................................................26 EQUIPMENT SPECIFICATIONS FOR TRACK-TYPE DOZER..................................................................28 LIFE CYCLE COST – MAINTENANCE DOZER..........................................................................................31 COMPACTOR LIFE CYCLE MAINTENANCE COST SUMMARY...............................................................34 LIFE CYCLE COST – MAINTENANCE SCRAPER .....................................................................................35 SCRAPER LIFE CYCLE MAINTENANCE COST SUMMARY.....................................................................41 LIFE CYCLE COST – MAINTENANCE WATER TANKER..........................................................................42 WATER TANKER LIFE CYCLE MAINTENANCE COST SUMMARY..........................................................48 GUARANTEED REPURCHASE INSTRUCTIONS AND SAMPLE OF AGREEMENT...............................49 QUOTATION SCHEDULE...........................................................................................................................56 QUOTATION SCHEDULE “A”.....................................................................................................................58 QUOTATION SCHEDULE “B”.....................................................................................................................65 SUBMITTALS..............................................................................................................................................67 Quotation No. 545-4267 Page 3 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC OVERVIEW The County of Fresno is soliciting bids for one (1) Sanitary Landfill Compactor; one (1) Scraper; one (1) Water Wagon; and two (2) Computer Aided Earthmoving Systems (CAES). The County requires that the Computer Aided Earthmoving Systems (CAES) be installed in both the Sanitary Landfill Compactor and Scraper, previous to delivery by the successful bidder(s). The installation of the Computer Aided Earthmoving System (CAES) on the equipment will provide increased productivity by using real-time planning and surveying information. The specifications, terms conditions, requirements etc. applicable to the equipment purchases are set forth under this Request for Quotation No. 545-4267. Bidder(s) shall have the option to bid on one (1), some, all, or “all or none”. The County reserves the right to make the award on the basis of the entire group, a combination of line items, or on a per line item basis. (See Quotation Schedules “A” and “B”.) The two (2) Computer Aided Earthmoving System (CAES) referenced in the Specification sections for the compactor and scraper, and within the Quotation Schedule, shall be Caterpillar, as this is the system currently in use by the equipment at the landfill and is not compatible with other systems. The individual units communicate with the satellite through equipment housed in the office building. Requirements of this RFQ include the vendor’s guaranteed offer to repurchase (buy back) the subject equipment at any time over a fifteen thousand (15,000) hour operating period. Each bidder is required to list a guaranteed repurchase amount for each operating hour milestone listed in Exhibit No. One. Additionally, the vendor is required to submit the life cycle maintenance cost for a five (5) year or seven thousand five hundred (7,500) hour period whichever comes first. Failure to provide all required information constitutes sufficient grounds for rejection of bid. The guaranteed repurchase amount and the cost of maintenance will be considered when determining the award of contract, as follows: For award purposes the bidder’s quotation for the equipment’s initial purchase price will be increased by the seven thousand five hundred (7,500) hour cost of maintenance listed in his/her bid, and decreased by the bidder’s guaranteed repurchase amount. For purposes of the award, the deduction of the guaranteed repurchase amount will be based upon each bidder’s quotation for the same operating hour milestone. The guaranteed repurchase milestone to be used for purposes of award will be announced at the time of the bid opening, immediately after all bids have been submitted, and before any bids have been opened. It is intended that award will be made to the lowest, responsive, responsible vendor in accord with the above paragraph. EXISTING EQUIPMENT Compactor has over 14,000 operating hours clocked on its engine. Due to the high number of hours, this compactor has become unreliable and requires frequent and costly maintenance which results in a significant amount of down time. Quotation No. 545-4267 Page 4 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC Scraper has exceeded its economic life and requires frequent and costly maintenance which results in a significant amount of down time. Water Wagon is eleven (11) years old and has become unreliable and requires frequent and costly maintenance which results in a significant amount of down time. The new one is required to comply with regulations relating to dust control, potential landfill fires and leachate, created by the landfill. The American Avenue Disposal Site is open Monday – Friday from 6:00 a.m. to 5:00 p.m.; Saturday from 7:00 a.m. to 4:00 p.m.; and Sunday from 8:00 a.m. to 4:00 p.m. The Disposal Site is only closed on New Year’s Day, Thanksgiving Day, and Christmas Day. The Disposal Site receives approximately 1,500 tons of refuse per day. The sanitary landfill compactor is expected to operate an average of 10 hours per day, seven days a week; the scraper is expected to operate an average of 3 ½ hours per day, seven days a week; the water wagon is expected to operate an average of 7 hours per day, seven days a week. All equipment at the Disposal Site is operated in extreme weather conditions indicative of the San Joaquin Valley (fog, hot, cold, windy, rainy). The presence of excessive dust is typical of the site conditions. KEY DATES AND TIMELINE Pre-Bid Vendor Conference: Thursday, May 18, 2006 at 3:00 P.M. County of Fresno Purchasing 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702 June 6, 2006 by 5:00 P.M. County of Fresno Purchasing Submit: LUBRICANT & OEM FILTER Schedule, FLUID SAMPLING, FUEL, & ENGINE OIL & FILTER 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702 June 19, 2006 at 5:00 P.M. Fax No. (559) 456-7831 Cut-off Date for all questions and clarifications of the requirements of this RFQ County of Fresno Purchasing 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702 e-Mail: CountyPurchasing@co.fresno.ca.us Closing Date of RFQ: June 30, 2006 at 2:00 P.M. County of Fresno Purchasing 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702 Quotation No. 545-4267 Page 5 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC BIDDING INSTRUCTIONS VEHICLES OR HEAVY EQUIPMENT The County of Fresno is soliciting bids for its requirement of new landfill equipment for the American Avenue Disposal Site. Equipment shall consist of the following:. one (1) Scraper; one (1) Sanitary Landfill Compactor, one (1) Water Tanker; and two (2) Computer Aided Earthmoving Systems (CAES) fully installed in the scraper and compactor. All as specified within this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). ISSUING AGENT: This RFQ has been issued by County of Fresno Purchasing. The 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 RFQ shall be directed to an authorized representative of the County’s 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 RFQ. 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 Purchasing of the vendor’s quotation. The above stated restriction on vendor contact with County representatives shall 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 RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County’s established protest procedures. All such contact must be in 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. VENDOR CONFERENCE: On Thursday, May 18, 2006 at 3:00 p.m., a vendor's conference will be held in which the scope of the project and quotation requirements will be explained. The meeting will be held at the office of County of Fresno Purchasing, 4525 E. Hamilton (between Cedar and Maple), Fresno, California. Minutes will be prepared and distributed to all bidders only if necessary to clarify substantive items raised during the bidders' conference. Bidders are to contact Brian D. Tamblin at County of Fresno Purchasing, (559) 456- 7110, if they are planning to attend the conference. INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of equipment and services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true Quotation No. 545-4267 Page 6 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC meaning or interpretation, correction thereof may be requested in writing from Purchasing a minimum of ten (10) County business days prior to the bid closing date. Questions shall be delivered to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, CA 93702 or faxed to (559) 456-7831. If faxing the bidder must confirm receipt by phone ((559) 456-7110) within one-half (1/2) hour of transmission. NOTE: Time constraints will prevent County from responding to questions submitted after the cutoff date. CUTOFF DATE: Shall be at 5:00 P.M. on June 19, 2006. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. NUMBER OF COPIES: Submit one (1) original and three (3) copies of your quotation no later than the quotation closing date and time as stated on the front of this document to County of Fresno Purchasing. Each copy is to be identical to the original, including all supporting documentation (i.e. literature, brochures, reports, schedules, specifications, drawings etc.). The cover page of each quotation is to be appropriately marked “Original” or “Copy”. AWARD: Award will be made to the Vendor(s) offering equipment, price, service, delivery and support deemed to be to the best advantage of the County of Fresno. Included in the Award Criteria may be all or part of the following factors: 1. Energy (Life Cycle Cost [LCC]) 2. Mechanical Evaluation 3. Communication Evaluation (compatible with radio equipment) 4. Test Driver's Subjective Evaluation 5. Re-Sale RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. FIRM QUOTATION: All quotations shall remain firm for at least one hundred eighty (180) days. NON-FUNDING CLAUSE: Funds provided for equipment supplied under the terms of this bid are contingent on the approval of the appropriating government agency. Should sufficient funds not be allocated, the equipment or the amount of equipment to be supplied may be modified or terminated at any time. TAXES: The quoted amount must include all applicable taxes. If taxes are not specifically identified in the quotation it will be assumed that they are included in the total quoted. SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.975% regardless of vendor's place of doing business. Quotation No. 545-4267 Page 7 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. QUOTATION REJECTION: Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. AMERINET: The County of Fresno is a member of the Amerinet Group Purchasing Organization. BIDDERS’ LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all equipment and services offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County. CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. EXCEPTIONS: Identify with explanation, any terms, conditions, specifications or stipulations of the RFQ with which you CAN NOT or WILL NOT comply. Exceptions to items contained in the SPECIFICATIONS/REQUIREMENTS Section of this RFQ shall be stated in the bidder’s response to that section. All other exceptions shall be stated under a separate section of the bidder’s response to this RFQ. Such section shall be entitled “EXCEPTIONS”. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. CONFLICT OF INTEREST: The County shall not Contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders. Quotation No. 545-4267 Page 8 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC 3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the Contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders. No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be delivered in duplicate to the ordering department. Each invoice shall reference the Purchase Order/Contract number. The Contractor shall obtain the “Invoice to” address when receiving the order. PAYMENT: The bidder agrees to provide equipment and other requirements as stated in this Request for Quotation. The County of Fresno agrees to pay bidder at the terms and conditions stated in the Request for Quotation. Payment will be withheld until complete delivery is made by the Vendor and such delivery is accepted by County as being complete and satisfactory. Partial payment may or may not be acceptable to the County of Fresno. Should partial payment be made by the County of Fresno, a percentage of the agreement amount shall be held until all terms and conditions of the Request for Quotations are satisfied. PAYMENT TERMS: Payment terms are Net 45 days except when bidder offers an acceptable cash discount. The payment period shall be computed from the date that County makes final acceptance of the equipment or from date of receipt of invoice, whichever is latest. Invoices must be submitted as stated in the Purchase Order/Contract. QUANTITIES: Quantities shown in the Quotation Schedule are thought to accurately represent County’s current requirements. However, County reserves the right to increase or decrease such quantities. County guarantees no minimum amount. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing 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 Quotation No. 545-4267 Page 9 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC 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 the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. 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. 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 Liability 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. 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 Quotation No. 545-4267 Page 10 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC 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. 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 A FSC VII or better. DISPUTE RESOLUTION: The ensuing Purchase Order/Contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U. S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. TERMINATION: The County reserves the right to terminate any resulting Purchase Order/Contract upon written notice. DEFAULT: In case of default by the selected bidder, the County may procure the equipment and or services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. ASSIGNMENTS: The ensuing Purchase Order/Contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. 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 Quotation No. 545-4267 Page 11 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC 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. F.O.B. DESTINATION: All bids are to be quoted F.O.B. the County of Fresno at the following address: American Avenue Disposal Site 18950 W. American Avenue Kerman, CA 93630 DELIVERY: Prompt delivery is essential. Failure to furnish delivery as promised will constitute a breach of agreement and the County of Fresno may procure items in accordance with the General Conditions of this RFQ. SPECIFICATIONS & EQUALS: Brand names, where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully describes items that you are bidding. BRAND NAMES: Whenever in the specifications, any material or process is indicated or specified by patent of proprietary name and/or by name of manufacturer, such specifications shall be deemed to be used for the purpose of facilitating descriptions of the material and/or process. The bidder may offer his/her alternate equivalents if identified and accompanied by specifications. The County shall have the sole authority in determining if an alternate is acceptable. ALTERNATES MAY BE ACCEPTED: The County reserves the right to permit deviations from the specifications if an article offered is substantially in accord with the specifications and is deemed by the County to be satisfactory for its intended use as an article fully meeting specifications. The County will be the sole judge in the determination of acceptable deviations. Unless exceptions are noted by bidder, the article offered will be assumed to be in accord with specifications. TRAINING: The successful bidder will arrange training. Training shall include vehicle orientation, operator and mechanic training. This training shall be conducted at numerous sites. All cost of instruction to be borne by the bidder. OPERATOR TRAINING: If required, successful bidder will arrange training for an operator selected from the staff of the County of Fresno. This training to cover basic theory, proper operations and maintenance of the unit being installed. All cost of class instruction to be borne by the bidder. MECHANIC TRAINING: The successful bidder(s) may be required to make available maintenance mechanic training classes. The County of Fresno will assume responsibility for travel and lodging expenses. MAINTENANCE: The successful bidder shall provide all tools or minor equipment specifically required to maintain equipment supplied. Bidder shall list any special oils, additives, or other lubricants needed for maintenance of equipment supplied. Quotation No. 545-4267 Page 12 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC LITERATURE: Bidders quotation shall include literature which fully describes unit(s) on which they are bidding. Any and all literature submitted must be stamped with bidder's name and address. EQUPMENT MANUALS: The successful bidder shall provide the following at or before the time of delivery of equipment: Two (2) Sets of the following manuals for each unit. A. Operators Manual B. Complete service and Repair manual, including engine per Group. C. Complete parts manual, including engine per group The two (2) sets shall consist of one (1) hard copy set and one (1) electronic set. If electronic copies are not available, on (1) set of hard copies shall be sufficient. Manuals to be supplied at time of delivery. Delivery will not be considered complete and formal acceptance of equipment will not be issued until all manuals are received by the appropriate County representative. Microfiche documents including engine are acceptable as parts manual. REPAIRS WHILE UNDER WARRANTY: All shipping charges, mileage, charges for servicemen, parts, and labor required shall be included under warranty. SAFETY/EQUIPMENT STANDARDS: Equipment must be furnished with all protection devices in accordance with the requirements of CALIFORNIA-OSHA. TRIAL PERIOD: The vendor agrees to furnish any item of equipment he is offering in this Request for Quotation, at no cost to the County of Fresno, for a trial period to demonstrate its compatibility with County needs. Trial period not to exceed thirty (30) days. Quotation No. 545-4267 Page 13 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC PARTICIPATION The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties. Whenever possible, these agencies co-op (piggyback) on contracts put in place by one of the other agencies. Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group. No, we will not extend contract terms to any agency other than the County of Fresno. (Authorized Signature) Title Quotation No. 545-4267 Page 14 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC 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 RFQ 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 RFQ, 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 if a vendor meets the definition of “local 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). I , (individual submitting bid) (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 Title Date Quotation No. 545-4267 Page 15 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC 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 by e-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) Quotation No. 545-4267 Page 16 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC VVEENNDDOORR MMUUSSTT CCOOMMPPLLEETTEE AANNDD RREETTUURRNN WWIITTHH RREEQQUUEESSTT FFOORR QQUUOOTTAATTIIOONN.. Firm: REFERENCE LIST Submit a list of at least three (3) customer references. Such references shall be customers for whom the bidder has recently provided services that are similar to those requested herein. Reference Name: City: Contact: Phone No.: Date and Service Provided: Reference Name: City: Contact: Phone No.: Date and Service Provided: Reference Name: City: Contact: Phone No.: Date and Service Provided: Reference Name: City: Contact: Phone No.: Date and Service Provided: Reference Name: City: Contact: Phone No.: Date and Service Provided: FAILURE TO PROVIDE A LIST OF AT LEAST THREE (3) CUSTOMERS MAY BE CAUSE FOR REJECTION OF THIS RFQ. Quotation No. 545-4267 Page 17 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC W-9 REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION Quotation No. 545-4267 Page 18 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC Quotation No. 545-4267 Page 19 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC Quotation No. 545-4267 Page 20 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC Quotation No. 545-4267 Page 21 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC Quotation No. 545-4267 Page 22 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC EQUIPMENT GENERAL REQUIREMENTS Quotation No. 545-4267 Page 23 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC EQUIPMENT GENERAL REQUIREMENTS The equipment supplied shall be new (unused), current model year production and equal in style, quality and appointments to those offered to the general public. The equipment shall be supplied with all accessories as considered standard equipment for make and model specified. The following referenced documents of record in effect on the date of the Request for Quotation, form a part of the specifications to the extent they are applicable: Department of Transportation, Federal Highway Administration, Motor Carrier Safety Regulations. U.S. Environmental Protection Agency - Current Federal Energy Administration. Gas Mileage Guide California. California Vehicle Code Federal Motor Vehicle Safety Regulations and Standards California Division of Industrial Safety OSHA Standards Title 19 State Fire Marshall Code Book Failure on the part of the bidder to comply with all requirements and conditions of the Request for Quotation and this specification may be cause for rejection of bid. 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 vehicles exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder. Federal Excise Tax Exemption - County of Fresno IRS Registration No. 94-73-03401K. MANUFACTURING, MATERIAL AND DESIGN PRACTICES: It is intended that the manufacturer, in the selection of components will use material and design practices that are the best available in the industry for the type of operating conditions to which the vehicle/unit(s) will be subjected. Suspension, wheels, tires, and other parts shall be selected to give maximum performance, service life and safety. All parts, equipment and accessories shall conform in strength, quality of material, and workmanship to recognized industry standards. HEAVY DUTY DEFINED: The term “heavy duty”, as used in these specifications, shall mean that the item to which the term is applied shall exceed the quality or capacity supplied with standard production vehicle/unit(s); and it shall be able to withstand unusual strain, exposure, temperature, wear and use. SPECIFICATION VARIANCES: If any of the equipment bid varies from the specifications, such variation(s) must be listed in writing and attached as part of the quotation under a section entitled “EXCEPTIONS” or in the bidder’s response to the “SPECIFICATIONS/ REQUIREMENTS” section of this RFQ. The County of Fresno reserves the right to waive Quotation No. 545-4267 Page 24 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC minor variations if, in the opinion of the County, the basic unit meets the general intent of these specifications. MANUFACTURER’S SPECIFICATIONS: a. Complete specifications, published literature and photos or illustrations of unit(s) proposed, shall be furnished with the bid. b. Only new models in current production which are catalogued by the manufacturer, and for which printed literature and specifications are available, will be accepted. MANUFACTURER’S STANDARD EQUIPMENT: a. All equipment and components listed as standard by the manufacturer for model quoted, shall be furnished, whether or not such items are detailed herein, e.g.: special wrenches, tool kits, jacks, adequate to safely lift the vehicle when loaded to rated capacity, etc. Optional equipment as necessary to meet the following requirements of these specifications shall also be supplied. b. Specifications on the following pages are written with the intent to meet all applicable documents, but the final certification to comply shall rest with the vendor and not the County of Fresno. Should requirements as specified not comply, the manufacturer is required to re-figure and revise the specifications to meet all laws, rules and regulations where it applies to items such as the ratings of axles, tires, wheels, brakes, batteries, cooling capacity, etc., and the County of Fresno is to be notified thereof. c. Purchaser will not accept any part, component or system which is not an established standard product of the bidding manufacturer. By this is meant that any item or assembly which, relative to the supplying manufacturer’s standard line of products, could be described as “first of it’s kind”, “experimental”, “only of it’s kind to be built”, “especially modified to comply with specifications”, “prototype”, etc., shall not be acceptable. All parts and components of the system offered and delivered must conform to the manufacturer’s standard production or be off-shelf available hardware production item. APPLICABLE DOCUMENTS AND CERTIFICATIONS: ‰ Federal Motor Vehicle Safety Standard, Department of Transportation ‰ State of California Motor Vehicle Code ‰ State of California General Industrial Safety Orders ‰ State of California Health and Safety Code, Motor Vehicle Pollution Control ‰ California Occupational Safety and Health Act (O.S.H.A.) ‰ Society of Automotive Engineering Standards ‰ American Society of Mechanical Engineers (A.S.M.E.) ‰ E.P.A. OPERATIONAL NOISE STANDARD: The noise level shall be in conformance with standards established by local, state and federal agencies. Each unit delivered may be tested by County personnel for noise level and must meet noise requirements before the unit is accepted. DEMONSTRATIONS: The County reserves the option for “on the job demonstration and evaluation” by County personnel. Demonstration shall be available within fourteen (14) days of County’s request. Only units meeting the intent and scope if these specifications shall be Quotation No. 545-4267 Page 25 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC demonstrated. Time and amount of hours required for the evaluation shall be as determined by the County and approved by Bidder. Failure to provide demonstration of demonstration equipment for an adequate period is cause for rejection of bidder's offer. LICENSE: The original dealer’s Report of Sale shall be furnished to the County at the time of delivery of the vehicle(s) before payment can be made. GUARANTEE: a. The manufacturer and/or dealer delivering the vehicle/unit(s) against these specifications shall guarantee that they meet the minimum requirements set forth herein. If it is found the equipment delivered does not meet the minimum requirements of these specifications, the manufacturer and/or dealer will be required to correct the same at his expense. Failure of the manufacturer and/or dealer to bring the equipment into full compliance with all requirements set forth in this specification within thirty (30) days of delivery shall constitute cause for rejection of the equipment. In case the equipment is rejected, it shall be removed promptly from the County’s premises at the manufacturer’s and/or dealer’s expense. b. In case of default by the supplier, the County of Fresno reserves the right to procure the articles or services from other sources and to hold the supplier responsible for any excess cost occasioned to the County of Fresno thereby. Quotation No. 545-4267 Page 26 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC EQUIPMENT SPECIFICATIONS / REQUIREMENTS Quotation No. 545-4267 Page 27 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC SPECIFICATIONS/REQUIREMENTS The following pages state the specifications and requirements for the equipment covered under this Request for Quotation. Bidders are instructed to respond as instructed below. a. Compliance is to be noted by marking “COMPLY” on the line provided to the right of the specification. Non-compliance is to be indicated by marking “DOES NOT COMPLY” on the line. All non-compliant items must be accompanied by a detailed statement explaining why they fail to meet the stated specification or requirement. NOTE: Merely attaching pre-printed product literature, specifications, etc., does not satisfy the above requirement. As such, it will not exempt the bidder from responding as instructed. b. When the specification includes a size or dimensions, the bidder shall also indicate the size or dimensions of that item for the equipment they are quoting. c. When a specific brand and model is listed, the bidder shall indicate if he/she is offering the same as stated or an equivalent unit. The vendor must identify the brand(s) and model(s) that is/are being offered as equivalents. Include complete specifications for all equivalents offered. Such specifications should be submitted as attachments to the bidder’s quotation. Quotation No. 545-4267 Page 28 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC EQUIPMENT SPECIFICATIONS FOR TRACK-TYPE DOZER Quotation No. 545-4267 Page 29 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC 1.1. The County may, at its own option, inspect the Compactor at the vendor's place of business prior to delivery. Notice for inspection shall be given to the County at least 24 hours prior to delivery. 1.2. Upon delivery of the Compactor by the apparent successful bidder, the County shall have seven (7) days for final evaluation and verification of compliance with these Specifications. 1.3. The successful Bidder shall deliver the Compactor within 120 calendar days from receipt of the County Purchase Order. In the event the successful Bidder fails to deliver the new Compactor by the indicated date, liquidated damages shall be paid to the County in the amount of $1,000 per day starting with the 121st day and ending with delivery and acceptance of the Compactor to the County. The Bidder shall have the option in lieu of paying liquidated damages, of providing at the working site and at no cost to the County, a replacement machine of similar type and size and similarly equipped and in satisfactory working condition, for use by the County until the Compactor is delivered. Quotation No. 545-4267 Page 30 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC Quotation No. 545-4267 Page 31 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC LIFE CYCLE COST – MAINTENANCE DOZER 1) ed maintenance services for the equipment offered. Quotation No. 545-4267 Page 32 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC LLUUBBRRIICCAANNTTSS && OOEEMM FFIILLTTEERRSS Company Name The bidder is to provide OEM product information for the equipment being offered. The items listed below and attached are considered by County staff to be products used in recurring maintenance. The vendor shall provide OEM product information for the listed items. He/she shall also include all other chargeable products used in recurring maintenance that are not listed. Use an attachment if more space is required. County will respond with product descriptions and pricing to be used when completing the “DETAIL TO: COMPACTOR LIFE CYCLE MAINTENANCE SERVICE COST SUMMARY” section of each vendors quotation. Submit to: County of Fresno-Purchasing Attn: Brian D. Tamblin 4525 E. Hamilton Ave. Fresno, CA 94702 Submit by not later than 5:00 P.M. on June 6, 2006. These forms can be delivered in person, faxed to (559) 456-7831 or e-mailed to Btamblin@co.fresno.ca.us or CountyPurchasing@co.fresno.ca.us. FLUID or OIL TYPE TYPE and/or WEIGHT VOLUME Engine Oil Transmission Oil Hydraulic System Fluid Circle Gearbox Oil Radiator Antifreeze Parking Brake Fluid FILTER TYPE OEM BRAND OEM PART No. Engine Oil Filter Hydraulic Filter, Primary Hydraulic Filter, Secondary Transmission Filter Fuel Filter, Primary Fuel Filter, Secondary Air Filter, Primary Air Filter, Secondary Air Conditioning Cab Filter Quotation No. 545-4267 Page 33 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC FLUID SAMPLING, FUEL, & ENGINE OIL & FILTER Company Name Compactor Fluid Type Interval Period Fluid Type and Sampling Interval: Fuel Usage (Estimate) For Twelve (12) Hours of Normal Operation: Engine Oil and Filter Change – Estimated Cost per Service: Quotation No. 545-4267 Page 34 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC COMPACTOR LIFE CYCLE MAINTENANCE COST SUMMARY Company Name: INTERVAL HOURS *COST OF MAINTENANCE SERVICE INTERVAL HOURS *COST OF MAINTENANCE SERVICE 250 $ 5750 $ 500 $ 6000 $ 750 $ 6250 $ 1000 $ 6500 $ 1250 $ 6750 $ 1500 $ 7000 $ 1750 $ 7250 $ 2000 $ 7500 $ 2250 $ 2500 $ TOTAL $ 2750 $ 3000 $ 3250 $ 3500 $ 3750 $ 4000 $ 4250 $ 4500 $ 4750 $ 5000 $ 5250 $ 5500 $ Quotation No. 545-4267 Page 35 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC LIFE CYCLE COST – MAINTENANCE SCRAPER Quotation No. 545-4267 Page 36 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC LIFE CYCLE COST-MAINTENANCE SCRAPER The cost of maintenance will be considered when determining award. The vendor is instructed to state maintenance costs for the equipment offered. The determination of the total cost of maintenance shall be computed under the following set of assumptions, conditions and requirements. 1) Five Year / 7,500 hour time period (whichever occurs first). 2) One hundred (100) hours per month (estimated usage). 3) Maintenance items shall include all service items recommended in the Manufacturer’s Service manual for the equipment offered (except as noted below). Exclude: a) Inspection items b) Test items c) Check items d) Daily grease points 4) Maintenance intervals shall be as recommended in the Manufacturer’s Service Manual. Such maintenance intervals shall be those specified by the manufacturer relative to the products identified by the bidder on the “LUBRICANTS & OEM FILTERS” and “FLUID SAMPLING, FUEL, & ENGINE OIL & FILTER” forms. (Note: The County of Fresno’s cost analysis will consider the cost of replacing the engine oil and filter and all air filters a minimum of every 250 hours, even if longer time intervals for replacing these items are identified in the Manufacturer’s Service Manual.) 5) Labor to be charged at the County of Fresno-American Avenue Disposal Site Contract Prices. 6) Filters to be charged at County of Fresno-American Avenue Disposal Site Contract Prices. 7) Lubricants to be charged at County of Fresno-American Avenue Disposal Site Contract Prices. 8) Labor hours charged per task shall be as stated in the Manufacturer’s Flat Rate Manual. The Total life cycle maintenance cost for the five (5) year / 7,500 hour period shall be indicated on the Quotation Schedule included with the vendor’s response to this RFQ. Additionally, the vendor shall complete and submit with his/her quotation the “SCRAPER LIFE CYCLE MAINTENANCE COST SUMMARY” schedule provided with this RFQ. The vendor shall also submit as a part of his/her quotation a section entitled “DETAIL TO: SCRAPER LIFE CYCLE MAINTENANCE COST SUMMARY” Quotation No. 545-4267 Page 37 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC SSCCRRAAPPEERR LLIIFFEE CCYYCCLLEE MMAAIINNTTEENNAANNCCEE CCOOSSTT SSUUMMMMAARRYY The “SCRAPER LIFE CYCLE MAINTENANCE COST SUMMARY” will indicate the total cost of manufacturer recommended maintenance services at the conclusion of each 250 hour interval throughout the requested five (5) year / 7,500 hour warranty period. One thousand two hundred (1,200) hours of equipment operation per year will be assumed. The vendor will include all services at the recommended month or hours, as per the Manufacturer’s Service Manual with the exception of those excluded items stated above. A single total cost will be stated for each 250 hour interval. Submit on the attached “SCRAPER LIFE CYCLE MAINTENANCE COST SUMMARY” schedule. DDEETTAAIILL TTOO:: SSCCRRAAPPEERR LLIIFFEE CCYYCCLLEE MMAAIINNTTEENNAANNCCEE CCOOSSTT SSUUMMMMAARRYY The Vendor shall submit as a part of his/her quotation a section entitled “DETAIL TO: SCRAPER LIFE CYCLE MAINTENANCE COST SUMMARY”. This section shall individually list all maintenance service items which comprise the total maintenance cost for each two-hundred and fifty (250) hour interval stated on the “SCRAPER LIFE CYCLE MAINTENANCE COST SUMMARY” schedule. The vendor shall explain in detail, each service listed in each interval and the number of times performed. He/she shall state the cost of each service and indicate how that cost was determined (e.g. hours of labor x hourly rate plus cost of lubricants, filters etc. when applicable). This section shall be formatted so that it presents each service interval (250 hours) separately. The total cost for each interval shall match the total cost stated on the “SCRAPER LIFE CYCLE MAINTENANCE COST SUMMARY” schedule for 250 hour interval. The computation of maintenance costs shall include sales tax at the rate of 7.975%. Sales tax shall be shown as a separate item. Quotation No. 545-4267 Page 38 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC UUNNIITT PPRRIICCEE--LLAABBOORR,, LLUUBBRRIICCAANNTTSS,, FFIILLTTEERRSS The vendor shall use County provided unit prices for labor, lubricants and filters when computing maintenance costs. The following hourly labor rate shall be used: $68.00 The vendor will submit his/her LUBRICANT and OEM FILTER descriptions and “FLUID SAMPLING, FUEL, & ENGINE OIL & FILTER” descriptions to County Purchasing prior to the closing date of this RFQ. The attached forms titled “LUBRICANTS & OEM FILTERS” and “FLUID SAMPLING, FUEL, & ENGINE OIL & FILTER” are provided for this purpose. County will cross reference the part numbers and respond to the vendor with the lubricant and filter pricing that is to be used in computing the lifecycle cost. The completed form must be submitted to County Purchasing in accordance with the instructions stated on the form. These forms can be delivered in person, faxed to (559) 456-7831 or e-mailed to Btamblin@co.fresno.ca.us or CountyPurchasing@co.fresno.ca.us. Date of submission of forms is May 30, 2006 5:00 P.M. SUBMITALS: The vendor shall submit the following as an attachment to his/her quotation. 1) The section(s) of the Manufacturer’s Service Manual which details the recommended Maintenance Service Schedule for the equipment offered. Such maintenance intervals shall be those specified by the manufacturer relative to the products identified by the bidder on the “LUBRICANTS & OEM FILTERS” and “FLUID SAMPLING, FUEL, & ENGINE OIL & FILTER” forms. 2) The section(s) of the Manufacturer’s Flat Rate Manual which states the estimated hours to perform the listed maintenance services for the equipment offered. Quotation No. 545-4267 Page 39 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC LLUUBBRRIICCAANNTTSS && OOEEMM FFIILLTTEERRSS Company Name The bidder is to provide OEM product information for the equipment being offered. The items listed below and attached are considered by County staff to be products used in recurring maintenance. The vendor shall provide OEM product information for the listed items. He/she shall also include all other chargeable products used in recurring maintenance that are not listed. Use an attachment if more space is required. County will respond with product descriptions and pricing to be used when completing the “DETAIL TO: SCRAPER LIFE CYCLE MAINTENANCE SERVICE COST SUMMARY” section of each vendors quotation. Submit to: County of Fresno-Purchasing Attn: Brian D. Tamblin 4525 E. Hamilton Ave. Fresno, CA 94702 Submit by not later than 5:00 P.M. on June 6, 2006. These forms can be delivered in person, faxed to (559) 456-7831 or e-mailed to Btamblin@co.fresno.ca.us or CountyPurchasing@co.fresno.ca.us. FLUID or OIL TYPE TYPE and/or WEIGHT VOLUME Engine Oil Transmission Oil Hydraulic System Fluid Circle Gearbox Oil Radiator Antifreeze Parking Brake Fluid FILTER TYPE OEM BRAND OEM PART No. Engine Oil Filter Hydraulic Filter, Primary Hydraulic Filter, Secondary Transmission Filter Fuel Filter, Primary Fuel Filter, Secondary Air Filter, Primary Air Filter, Secondary Air Conditioning Cab Filter Quotation No. 545-4267 Page 40 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC FFLLUUIIDD SSAAMMPPLLIINNGG,, FFUUEELL,, && EENNGGIINNEE OOIILL && FFIILLTTEERR Company Name SCRAPER Fluid Type Interval Period Fluid Type and Sampling Interval: Fuel Usage (Estimate) For Twelve (12) Hours of Normal Operation: Engine Oil and Filter Change – Estimated Cost per Service: Quotation No. 545-4267 Page 41 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC SCRAPER LIFE CYCLE MAINTENANCE COST SUMMARY Company Name INTERVAL HOURS *COST OF MAINTENANCE SERVICE INTERVAL HOURS *COST OF MAINTENANCE SERVICE 250 $ 5750 $ 500 $ 6000 $ 750 $ 6250 $ 1000 $ 6500 $ 1250 $ 6750 $ 1500 $ 7000 $ 1750 $ 7250 $ 2000 $ 7500 $ 2250 $ 2500 $ TOTAL $ 2750 $ 3000 $ 3250 $ 3500 $ 3750 $ 4000 $ 4250 $ 4500 $ 4750 $ 5000 $ 5250 $ 5500 $ Quotation No. 545-4267 Page 42 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC LIFE CYCLE COST – MAINTENANCE WATER TANKER Quotation No. 545-4267 Page 43 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC LIFE CYCLE COST-MAINTENANCE WATER TANKER The cost of maintenance will be considered when determining award. The vendor is instructed to state maintenance costs for the equipment offered. The determination of the total cost of maintenance shall be computed under the following set of assumptions, conditions and requirements. 1) Five Year / 7,500 hour time period (whichever occurs first). 2) Two hundred eleven (211) hours per month (estimated usage). 3) Maintenance items shall include all service items recommended in the Manufacturer’s Service manual for the equipment offered (except as noted below). Exclude: a) Inspection items b) Test items c) Check items d) Daily grease points 4) Maintenance intervals shall be as recommended in the Manufacturer’s Service Manual. Such maintenance intervals shall be those specified by the manufacturer relative to the products identified by the bidder on the “LUBRICANTS & OEM FILTERS” and “FLUID SAMPLING, FUEL, & ENGINE OIL & FILTER” forms. (Note: The County of Fresno’s cost analysis will consider the cost of replacing the engine oil and filter and all air filters a minimum of every 250 hours, even if longer time intervals for replacing these items are identified in the Manufacturer’s Service Manual.) 5) Labor to be charged at the County of Fresno-American Avenue Disposal Site Contract Prices. 6) Filters to be charged at County of Fresno-American Avenue Disposal Site Contract Prices. 7) Lubricants to be charged at County of Fresno-American Avenue Disposal Site Contract Prices. 8) Labor hours charged per task shall be as stated in the Manufacturer’s Flat Rate Manual. The Total life cycle maintenance cost for the five (5) year / 7,500 hour period shall be indicated on the Quotation Schedule included with the vendor’s response to this RFQ. Additionally, the vendor shall complete and submit with his/her quotation the “WATER TANKER LIFE CYCLE MAINTENANCE COST SUMMARY” schedule provided with this RFQ. The vendor shall also submit as a part of his/her quotation a section entitled “DETAIL TO: WATER TANKER LIFE CYCLE MAINTENANCE COST SUMMARY” Quotation No. 545-4267 Page 44 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC WWAATTEERR TTAANNKKEERR LLIIFFEE CCYYCCLLEE MMAAIINNTTEENNAANNCCEE CCOOSSTT SSUUMMMMAARRYY The “WATER TANKER LIFE CYCLE MAINTENANCE COST SUMMARY” will indicate the total cost of manufacturer recommended maintenance services at the conclusion of each 250 hour interval throughout the requested five (5) year / 7,500 hour warranty. Two thousand five hundred and thirty-two (2,532) hours of equipment operation per year will be assumed. The vendor will include all services at the recommended month or hours, as per the Manufacturer’s Service Manual with the exception of those excluded items stated above. A single total cost will be stated for each 250 hour interval. Submit on the attached “WATER TANKER LIFE CYCLE MAINTENANCE COST SUMMARY” schedule. DDEETTAAIILL TTOO:: WWAATTEERR TTAANNKKEERR LLIIFFEE CCYYCCLLEE MMAAIINNTTEENNAANNCCEE CCOOSSTT SSUUMMMMAARRYY The Vendor shall submit as a part of his/her quotation a section entitled “DETAIL TO: WATER TANKER LIFE CYCLE MAINTENANCE COST SUMMARY”. This section shall individually list all maintenance service items which comprise the total maintenance cost for each two-hundred and fifty (250) hour interval stated on the “WATER TANKER LIFE CYCLE MAINTENANCE COST SUMMARY” schedule. The vendor shall explain in detail, each service listed in each interval and the number of times performed. He/she shall state the cost of each service and indicate how that cost was determined (e.g. hours of labor x hourly rate plus cost of lubricants, filters etc. when applicable). This section shall be formatted so that it presents each service interval (250 hours) separately. The total cost for each interval shall match the total cost stated on the “WATER TANKER LIFE CYCLE MAINTENANCE COST SUMMARY” schedule for 250 hour interval. The computation of maintenance costs shall include sales tax at the rate of 7.975%. Sales tax shall be shown as a separate item. Quotation No. 545-4267 Page 45 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC UUNNIITT PPRRIICCEE--LLAABBOORR,, LLUUBBRRIICCAANNTTSS,, FFIILLTTEERRSS The vendor shall use County provided unit prices for labor, lubricants and filters when computing maintenance costs. The following hourly labor rate shall be used: $68.00 The vendor will submit his/her LUBRICANT and OEM FILTER descriptions and “FLUID SAMPLING, FUEL, & ENGINE OIL & FILTER” descriptions to County Purchasing prior to the closing date of this RFQ. The attached forms titled “LUBRICANTS & OEM FILTERS” and “FLUID SAMPLING, FUEL, & ENGINE OIL & FILTER” are provided for this purpose. County will cross reference the part numbers and respond to the vendor with the lubricant and filter pricing that is to be used in computing the lifecycle cost. The completed form must be submitted to County Purchasing in accordance with the instructions stated on the form. These forms can be delivered in person, faxed to (559) 456-7831 or e-mailed to Btamblin@co.fresno.ca.us or CountyPurchasing@co.fresno.ca.us. Date of submission of forms is May 30, 2006 5:00 P.M. SUBMITALS: The vendor shall submit the following as an attachment to his/her quotation. 1) The section(s) of the Manufacturer’s Service Manual which details the recommended Maintenance Service Schedule for the equipment offered. Such maintenance intervals shall be those specified by the manufacturer relative to the products identified by the bidder on the “Lubricants & OEM FILTERS” and “FLUID SAMPLING, FUEL, & ENGINE OIL & FILTER” forms. 2) The section(s) of the Manufacturer’s Flat Rate Manual which states the estimated hours to perform the listed maintenance services for the equipment offered Quotation No. 545-4267 Page 46 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC LLUUBBRRIICCAANNTTSS && OOEEMM FFIILLTTEERRSS Company Name The bidder is to provide OEM product information for the equipment being offered. The items listed below and attached are considered by County staff to be products used in recurring maintenance. The vendor shall provide OEM product information for the listed items. He/she shall also include all other chargeable products used in recurring maintenance that are not listed. Use an attachment if more space is required. County will respond with product descriptions and pricing to be used when completing the “DETAIL TO: WATER TANKER LIFE CYCLE MAINTENANCE SERVICE COST SUMMARY” section of each vendors quotation. Submit to: County of Fresno-Purchasing Attn: Brian D. Tamblin 4525 E. Hamilton Ave. Fresno, CA 94702 Submit by not later than 5:00 P.M. on June 6, 2006. These forms can be delivered in person, faxed to (559) 456-7831 or e-mailed to Btamblin@co.fresno.ca.us or CountyPurchasing@co.fresno.ca.us. FLUID or OIL TYPE TYPE and/or WEIGHT VOLUME Engine Oil Transmission Oil Hydraulic System Fluid Circle Gearbox Oil Radiator Antifreeze Parking Brake Fluid FILTER TYPE OEM BRAND OEM PART No. Engine Oil Filter Hydraulic Filter, Primary Hydraulic Filter, Secondary Transmission Filter Fuel Filter, Primary Fuel Filter, Secondary Air Filter, Primary Air Filter, Secondary Air Conditioning Cab Filter Quotation No. 545-4267 Page 47 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC FFLLUUIIDD SSAAMMPPLLIINNGG,, FFUUEELL,, && EENNGGIINNEE OOIILL && FFIILLTTEERR Company Name WATER TANKER Fluid Type Interval Period Fluid Type and Sampling Interval: Fuel Usage (Estimate) For Twelve (12) Hours of Normal Operation: Engine Oil and Filter Change – Estimated Cost per Service: Quotation No. 545-4267 Page 48 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC WATER TANKER LIFE CYCLE MAINTENANCE COST SUMMARY Company Name INTERVAL HOURS *COST OF MAINTENANCE SERVICE INTERVAL HOURS *COST OF MAINTENANCE SERVICE 250 $ 5750 $ 500 $ 6000 $ 750 $ 6250 $ 1000 $ 6500 $ 1250 $ 6750 $ 1500 $ 7000 $ 1750 $ 7250 $ 2000 $ 7500 $ 2250 $ 2500 $ TOTAL $ 2750 $ 3000 $ 3250 $ 3500 $ 3750 $ 4000 $ 4250 $ 4500 $ 4750 $ 5000 $ 5250 $ 5500 $ Quotation No. 545-4267 Page 49 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC GUARANTEED REPURCHASE INSTRUCTIONS AND SAMPLE OF AGREEMENT Quotation No. 545-4267 Page 50 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC GUARANTEED REPURCHASE As a condition of this RFQ the bidder shall offer to repurchase the subject equipment from the County at various milestone hours and years over a period of fifteen (15) years. Each bidder shall quote his/her repurchase (buy back) prices, for each specified milestone, on the appropriate page of the Quotation Schedule that is included as a part of this RFQ. The successful Vendor shall provide a faithful performance bond in County’s favor. Such bond shall guarantee full payment in the event that the Vendor fails to repurchase the subject equipment at the agreed upon price. As a condition of award, the successful bidder shall be required to execute the Guaranteed Repurchase Agreement, the form and content of which shall be substantially similar to the draft agreement presented on the following pages of this RFQ. All terms, conditions, requirements of that Guaranteed Repurchase Agreement, upon execution thereof by parties, shall be deemed incorporated into this RFQ and bidder’s response thereto. Also as a condition of award, the successful Vendor shall furnish a faithful performance bond to guarantee the Vendor’s performance of its obligation to repurchase any or all items of Equipment at the price specified, as applicable to that milestone. Such performance bond shall be maintained, throughout the entire period specified in the Guaranteed Repurchase Agreement, in an amount not less than the cumulative total of the guaranteed repurchase amount for all Equipment, as specified for each milestone. The amount of the performance bond may be reduced by an appropriate amount, at the Vendor’s request and upon the County’s written approval, following consummation of the Vendor’s repurchase of any item(s) of Equipment, pursuant to the County’s option as set forth in the Guaranteed Repurchase Agreement. Such performance bond shall be issued by a surety company designated as an admitted surety insurer in good standing with and authorized to transact business in this state by the California Department of Insurance, and acceptable to the County of Fresno. Bidders are cautioned that representations made by surety companies will be verified with the California Department of Insurance. Additionally, the County of Fresno, in its discretion, when determining the sufficiency of a proposed surety company, may require the surety company to provide additional information supported by documentation. The County generally requires such information and documentation whenever the proposed surety company has either a Best’s Key Rating Guide of less than B+ or a financial size designation of less than VIII. Provided, however, that the County expressly reserves its right to require all information and documentation to which the County is legally entitled from any proposed surety company. County will consider other than a performance bond as a means of guaranteeing the Vendor’s performance of its obligations under the Guaranteed Repurchase Agreement. Such alternate form of guarantee must be submitted as a part of the Vendor’s quotation. Should a different form of guarantee be offered, its acceptance shall be subject to approval by various County departments (e.g. County Counsel, Auditor Controller, Department of Public Works etc.). The Vendor will be required to provide the aforementioned Performance Bond if the alternate form of guaranteeing the repurchase is rejected by the County. 1. The terms and provisions of the performance bond to secure the guaranteed repurchase of the Equipment shall be subject to the prior approval of the County, and the Guaranteed Repurchase Agreement and performance bond shall be fully executed prior to and as a condition of award of the contract. 2. Bidders are hereby notified that it is acceptable to County for the performance bond to have a minimum term of three (3) years, with a renewal clause. If the successful bidder chooses this Quotation No. 545-4267 Page 51 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC alternative, the requirement to maintain the bond, throughout the entire fifteen (15) year term of the County’s repurchase option, must be met by successive renewals of the performance bond. If the successful bidder chooses this alternative, appropriate revisions will be included in the form "Guaranteed Repurchase Agreement" ("GRA"), which is set forth in the RFQ (commencing at page 103 thereof). Those revisions will include the following requirements: A. That the successful vendor shall renew the performance bond for successive terms on or before a specified renewal date, during the year preceding expiration of the performance bond, as set forth in the GRA. (Successive terms of either three years or five years is acceptable to County.) B. Failure of the successful vendor to renew the bond, and provide evidence to County of such renewal, by the specified renewal date, shall constitute a material breach of the GRA, and shall entitle County to performance by the surety under the bond (i.e., repurchase of any item(s) of Equipment at County's election for the full repurchase price calculated in accordance with the GRA), or at County's option regarding any item(s) of Equipment the County desires to retain, to liquidated damages in an amount equal to sixty percent (60%) of the guaranteed repurchase price for such item of Equipment as calculated in accordance with the GRA. (Appropriate provisions consistent with these requirements also shall be included in the performance bond.) Quotation No. 545-4267 Page 52 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC SAMPLE OF GUARANTEED REPURCHASE AGREEMENT This Guaranteed Repurchase Agreement is made on ___________, 2006, by and between the County of Fresno (“County”) and (Name of successful bidder) (“Contractor”) concerning that certain new (equipment description) purchased by County from Contractor. It is agreed by and between County and Contractor that County shall have the right, but not the obligation, to require Contractor to repurchase any or all items of Equipment upon the following terms and conditions: 1. Contractor guarantees that Contractor shall repurchase from County, in cash funds (or the equivalent thereof if upon prior written approval of the County), each item of Equipment at the applicable prices indicated on Exhibit 1 to this Agreement, attached hereto and made a part hereof, depending upon the occurrence of the specified passage of time or usage of the Equipment, whichever occurs first, as provided in Exhibit 1 to this Agreement. 2. Subject to Paragraph 1, above, if County desires to have Contractor repurchase one or more item(s) of Equipment pursuant to this Agreement, then County shall provide Contractor written notice of intent to exercise its right to require Contractor to repurchase such item of Equipment pursuant to this Agreement. 3. Subject to Paragraph 5, below, the guaranteed Repurchase Price, as provided in Exhibit 1 to this Agreement, may be reduced by Contractor by the necessary and reasonable cost or expense that Contractor would have to incur in order to repair the item of Equipment so that the item of Equipment is in compliance with the following conditions: a. Minimum of thirty-five percent (35%) remaining tire life, with no missing chunks. b. Sheet metal tin to be free from cracks and welds. c. Glass to be in place and free from cracks. d. Operator platform to be in operating condition with all monitoring devices and gauges in working condition including seat and steering components. e. All power train components to be in operating condition. f. All steering systems and their wear points are to be in operating condition based on hours of use. g. All optional equipment supplied on original invoice to be with unit upon return of unit to Contractor. h. All repairs made to the unit to be performed in accordance with manufacturer specifications. i. Unit to be maintained on Annual Inspection Program, including scheduled oil samples and maintenance record of service performed. Inspection by Contractor personnel will be allowed, upon reasonable request and advance written notice by Contractor. Provided, however, that inspections by Contractor’s personnel shall be no more frequent than every three (3) months. Such annual inspections shall be solely at contractor’s option and expense. All repairs needed to meet the requirements listed in subparagraphs 3.a through 3.i, inclusive, will be performed by County or by Contractor at County’s expense. However, County and Contractor may adjust the Repurchase Price to allow for non-corrected deficiencies. It is expressly acknowledged and agreed that any such non-corrected Quotation No. 545-4267 Page 53 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC deficiencies may only result in an adjustment of the Repurchase Price, and shall not affect or diminish the obligation of Contractor to repurchase any and all such unit(s), if required by County in accordance with County’s right hereunder to exercise its repurchase option with respect thereto. 4. The functionality and usefulness of the Equipment shall be determined by representatives of both the County and Contractor. If there is a disagreement, then both the County and Contractor will select a neutral party, by mutual agreement, to arbitrate the dispute, subject to the following: a. If an arbitrator is not mutually agreed upon within thirty (30) days following County’s mailing of notice of its intent to arbitrate, then the County may initiate arbitration proceedings with the American Arbitration Association (“AAA”), and in such event AAA procedures will govern the selection of the arbitrator. b. At least ten (10) working days prior to the date set for arbitration, each party will submit to the arbitrator, with notice to the other party, its proposed repurchase price for each unit as to which a dispute exists. The arbitrator’s jurisdiction will be limited expressly to choosing between one or the other of the proposed repurchase price amounts submitted by the County and Contractor, respectively, for each unit as to which a dispute exists. (Such jurisdiction may encompass the arbitrator’s determination as to whether repairs and/or replacements by County under Paragraph 5 brought the item(s) of equipment into compliance with subparagraphs a through j, inclusive, of Paragraph 3 above.) 5. Upon receipt of Notice given by County under Paragraph 2, above, Contractor shall promptly thereafter inspect the item of equipment for compliance with the conditions set forth under subparagraphs a. through j. of Paragraph 3, above. Should Contractor conclude that deficiencies exist he/she shall immediate notify County in writing of such conclusions. Should County not agree that a deficiency exists, then such disagreement shall be resolved in accordance with paragraph 4 above. In the event that both parties agree to deficiencies, then County shall have the option of (1) repairing or replacing such deficiencies at its own cost or (2) allow the Contractor to repurchase the equipment “as is” with a negotiated reduction to the repurchase price. 6. Should County make any repairs or replacements to any item(s) of Equipment pursuant to the provisions of Paragraph 5 above, they shall be made in such a manner so as to bring the item(s) of Equipment in compliance with Paragraph 3, above. If County makes such repairs or replacements, then the guaranteed Repurchase Price, as specified in Exhibit 1 to this Agreement, shall not be altered. 7. Contractor will have the right to inspect all maintenance records on the Equipment during the County’s normal business hours. County will submit oil sample test results to the Contractor upon his/her request. The County will “pull” the samples. Contractor will furnish the sample bottles and perform the tests. Contractor will pay for the actual test, and will share the test results with the County. 8. The conditions specified in this Agreement shall not relieve or diminish any other warranties or guarantees, either express or implied, or obligation to repair given by Contractor to County concerning the Equipment. 9. As required as a condition of award in County’s Request for Quotation Number 545-4267, Contractor shall furnish a faithful performance bond, acceptable to County, to guarantee Contractor’s performance of its obligations hereunder, including the obligation to repurchase any or all items of Equipment at the price specified, in accordance with the applicable milestone as specified in Exhibit 1 hereto. Quotation No. 545-4267 Page 54 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC a. Such performance bond shall be issued by a surety company designated as an admitted surety insurer in good standing with and authorized to transact business in this state by the California Department of Insurance, and acceptable to the County of Fresno. b. Such bond shall be maintained continuously in full force and effect, in an amount not less than the cumulative total of the highest guaranteed repurchase amount for each item of Equipment, until repurchase of each item of Equipment has been consummated in accordance with County’s option, or such option has expired without its exercise by County within the fifteen (15) year term thereof. c. The amount of the performance bond may be reduced by an appropriate amount, at the Vendor’s request and upon the County’s written approval, following consummation of the Vendor’s repurchase of any item(s) of Equipment, pursuant to the County’s option. d. If County accepts an alternative form of security to guarantee performance of Vendor’s obligations hereunder, all provisions and requirements of this Agreement referencing the “performance bond” shall be applicable in all respects and with equal force regarding such alternative form of security. 10. Contractor shall not be entitled to assign any right or delegate any duty under this Agreement without the prior written consent of the County. This Agreement may be modified only by a written amendment executed by an authorized representative of both the County and the Contractor. 11. This Agreement shall commence, as to each item of Equipment, on the date that Contractor delivers and County accepts, in writing, such item of Equipment. This Agreement shall continue in full force and effect for each item of Equipment for the entire repurchase period specified in Exhibit 1 to this Agreement. The obligation to repurchase an item of Equipment shall survive the expiration of this Agreement as to each and every item of Equipment for which Notice of the County’s intent to exercise its option was given, as provided in Paragraph 2 above, within the fifteen (15) year term of such option. Contractor and County hereby agree to the terms and conditions of this Agreement by the respective signatures of their duly authorized representatives: County of Fresno Contractor BY: BY: PURCHASING MANAGER TITLE: DATE DATE Quotation No. 545-4267 Page 55 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC EXHIBIT NO. ONE OPERATING HOURS **GUARANTEED REPURCHASE PRICE 0 to 500 hours $ (as offered) 501 to 1,000 hours = $ (as offered) 1,001 to 1,500 hours = $ (as offered) 1,501 to 2,000 hours = $ (as offered) 2,001 to 2,500 hours = $ (as offered) 2,501 to 3,000 hours = $ (as offered) 3,001 to 3,500 hours = $ (as offered) 3,501 to 4,000 hours = $ (as offered) 4,001 to 4,500 hours = $ (as offered) 4,501 to 5,000 hours = $ (as offered) 5,001 to 5,500 hours = $ (as offered) 5,501 to 6,000 hours = $ (as offered) 6,001 to 6,500 hours = $ (as offered) 6,501 to 7,000 hours = $ (as offered) 7,001 to 7,500 hours = $ (as offered) 7,501 to 8,000 hours = $ (as offered) 8,001 to 8,500 hours = $ (as offered) 8,501 to 9,000 hours = $ (as offered) 9,001 to 9,500 hours = $ (as offered) 9,501 to 10,000 hours = $ (as offered) 10,001 to 10,500 hours = $ (as offered) 10,501 to 11,000 hours = $ (as offered) 11,001 to 11,500 hours = $ (as offered) * Applicable Sales Tax to be added and paid by buyer; except if purchased for resale and buyer possesses a valid California resale license. 11,501 to 12,000 hours = $ (as offered) 12,001 to 12,500 hours = $ (as offered) 12,501 to 13,000 hours = $ (as offered) 13,001 to 13,500 hours = $ (as offered) 13,501 to 14,000 hours = $ (as offered) 14,001 to 14,500 hours = $ (as offered) 14,501 to 15,000 hours = $ (as offered) Quotation No. 545-4267 Page 56 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC QUOTATION SCHEDULE Quotation No. 545-4267 Page 57 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC QUOTATION SCHEDULE INSTRUCTIONS All equipment shall be provided in accordance with the terms, conditions, specifications and requirements as stated within this RFQ. The County of Fresno reserves the option to award as follows: A. Award each piece of equipment to a different vendor. B. Award any two items to one vendor with award of the third item to a separate vendor. C. Award all three items to a single vendor. D. As such, the vendor may quote pricing based on a single unit and/or bid on any combination of equipment covered under this RFQ. The potential award combinations are as follows: EQUIPMENT INCLUDED QUOTATION SCHEDULE Compactor Only Use Quotation Schedule “A” Scraper Only Use Quotation Schedule “A” Water Tanker Only Use Quotation Schedule “A” Scraper and Compactor Only Use Quotation Schedule “B” Scraper and Water Tanker Only Use Quotation Schedule “B” Compactor and Water Tanker Only Use Quotation Schedule “B” Scraper, Compactor and Water Tanker Use Quotation Schedule “B” Equipment quoted on Quotation Schedule “A” will be subject to individual award at the pricing offered. It is possible that award can be made to three different vendors. Vendors may submit pricing for an “all or nothing” award of any combination of equipment covered under this RFQ. Vendors wishing to submit lower cost pricing based on the award of multiple pieces of equipment are instructed to use Quotation Schedule “B”. The vendor may quote more than one equipment combination by using Quotation Schedule “B”. Please make copies of the form provided if multiple copies are required. NOTE: The vendor may submit BOTH Quotation Schedule “A” and Quotation Schedule “B” in response to this RFQ. Quotation No. 545-4267 Page 58 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC QUOTATION SCHEDULE “A” Quotation No. 545-4267 Page 59 Company Name: QUOTATION SCHEDULE “A” G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC 1. The Sanitary Landfill Compactor shall be delivered with the Caterpillar Computer Aided Earthmoving System (CAES) installed and fully operational. However, the costs associated with the Compactor and Computer Aided Earthmoving System (CAES) shall be listed and priced separately as well as together to form an overall total as shown below. Successful bidder shall invoice for the compactor and (CAES) Global Positioning System separately. Indicate acknowledgement and comply/not comply with this invoicing requirement: UNIT PRICE 1.a. One (1) New Sanitary Landfill Compactor, as specified within this Request for Quotation (include all charges). $ Make: Model: Model Year: Sales Tax (7.975%) $ TOTAL - COMPACTOR $ 1.b. One (1) Computer Aided Earthmoving System (CAES) Global Positioning System, as specified under Section 10.15 of Specifications & Requirements (include all charges: equipment and installation). $ Sales Tax (7.975%) $ TOTAL - CAES $ OVERALL TOTAL – COMPACTOR & CAES $ 1.c. Performance Bond for Warranty as required under Section 14.9 of Specifications $ 1.d. Repurchase Agreement Performance Bond $ 1.e. Total Cost of Purchase (Before adjustments for Guaranteed Repurchase, and Life-Cycle Cost of Maintenance) $ 1.f. ADD: Life Cycle Maintenance Cost Total from Compactor Life Cycle Maintenance Cost Summary $ 1.g. Total ( Excluding Guaranteed Repurchase Amount) $ 1.h. Repurchase Agreement – Award Award will include the vendor’s offer to repurchase the equipment. The method of award relevant to the repurchase amount is explained in the Overview Section of this RFQ. Quotation No. 545-4267 Page 60 Company Name: QUOTATION SCHEDULE “A” G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC COMPACTOR RE-PURCHASE GUARANTEE AS FOLLOWS: OPERATING HOURS **GUARANTEED REPURCHASE PRICE 0 to 500 hours $ 501 to 1,000 hours = $ 1,001 to 1,500 hours = $ 1,501 to 2,000 hours = $ 2,001 to 2,500 hours = $ 2,501 to 3,000 hours = $ 3,001 to 3,500 hours = $ 3,501 to 4,000 hours = $ 4,001 to 4,500 hours = $ 4,501 to 5,000 hours = $ 5,001 to 5,500 hours = $ 5,501 to 6,000 hours = $ 6,001 to 6,500 hours = $ 6,501 to 7,000 hours = $ 7,001 to 7,500 hours = $ 7,501 to 8,000 hours = $ 8,001 to 8,500 hours = $ 8,501 to 9,000 hours = $ 9,001 to 9,500 hours = $ 9,501 to 10,000 hours = $ * Applicable Sales Tax to be added and paid by buyer; except if purchased for resale and buyer possesses a valid California resale license. OPERATING HOURS **GUARANTEED REPURCHASE PRICE 10,001 to 10,500 hours = $ 10,501 to 11,000 hours = $ 11,001 to 11,500 hours = $ 11,501 to 12,000 hours = $ 12,001 to 12,500 hours = $ 12,501 to 13,000 hours = $ 13,001 to 13,500 hours = $ 13,501 to 14,000 hours = $ 14,001 to 14,500 hours = $ 14,501 to 15,000 hours = $ Quotation No. 545-4267 Page 61 Company Name: QUOTATION SCHEDULE “A” G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC 2. The Scraper shall be delivered with the Caterpillar Computer Aided Earthmoving System (CAES) installed and fully operational. However, the costs associated with the Scraper and Computer Aided Earthmoving System (CAES) shall be listed and priced separately as well as together to form an overall total as shown below. Successful bidder shall invoice for the Scraper and (CAES) Global Positioning System separately. Indicate acknowledgement and comply/not comply with this invoicing requirement: UNIT PRICE 2.a. One (1) New Scraper, as specified within this Request for Quotation (include all charges). $ Make: Model: Model Year: Sales Tax (7.975%) $ TOTAL - SCRAPER $ 2.b. One (1) Computer Aided Earthmoving System (CAES) Global Positioning System, as specified under Section 10.15 of Specifications & Requirements (include all charges: equipment and installation). $ Sales Tax (7.975%) $ TOTAL - CAES $ OVERALL TOTAL – SCRAPER & CAES $ 2.c. Performance Bond for Warranty as required under Section 14.9 of Specifications $ 2.d. Repurchase Agreement Performance Bond $ 2.e. Total Cost of Purchase (Before adjustments for Guaranteed Repurchase, and Life-Cycle Cost of Maintenance) $ 2.f. ADD: Life Cycle Maintenance Cost Total from Scraper Life Cycle Maintenance Cost Summary $ 2.g. Total ( Excluding Guaranteed Repurchase Amount) $ 2.h. Repurchase Agreement – Award Award will include the vendor’s offer to repurchase the equipment. The method of award relevant to the repurchase amount is explained in the Overview Section of this RFQ. Quotation No. 545-4267 Page 62 Company Name: QUOTATION SCHEDULE “A” G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC SCRAPER RE-PURCHASE GUARANTEE AS FOLLOWS: OPERATING HOURS **GUARANTEED REPURCHASE PRICE 0 to 500 hours $ 501 to 1,000 hours = $ 1,001 to 1,500 hours = $ 1,501 to 2,000 hours = $ 2,001 to 2,500 hours = $ 2,501 to 3,000 hours = $ 3,001 to 3,500 hours = $ 3,501 to 4,000 hours = $ 4,001 to 4,500 hours = $ 4,501 to 5,000 hours = $ 5,001 to 5,500 hours = $ 5,501 to 6,000 hours = $ 6,001 to 6,500 hours = $ 6,501 to 7,000 hours = $ 7,001 to 7,500 hours = $ 7,501 to 8,000 hours = $ 8,001 to 8,500 hours = $ 8,501 to 9,000 hours = $ 9,001 to 9,500 hours = $ 9,501 to 10,000 hours = $ * Applicable Sales Tax to be added and paid by buyer; except if purchased for resale and buyer possesses a valid California resale license. OPERATING HOURS **GUARANTEED REPURCHASE PRICE 10,001 to 10,500 hours = $ 10,501 to 11,000 hours = $ 11,001 to 11,500 hours = $ 11,501 to 12,000 hours = $ 12,001 to 12,500 hours = $ 12,501 to 13,000 hours = $ 13,001 to 13,500 hours = $ 13,501 to 14,000 hours = $ 14,001 to 14,500 hours = $ 14,501 to 15,000 hours = $ Quotation No. 545-4267 Page 63 Company Name: QUOTATION SCHEDULE “A” G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC UNIT PRICE 3. One (1) Water Tanker as specified within this Request for Quotation (include all charges). $ Make: Model: Model Year: Sales Tax (7.975%) $ OVERALL TOTAL – WATER TANKER $ 3.a. Performance Bond for Warranty as required under Section 14.9 of Specifications $ 3.b. Repurchase Agreement Performance Bond $ 3.c. Total Cost of Purchase (Before adjustments for Guaranteed Repurchase, and Life-Cycle Cost of Maintenance) $ 3.d. ADD: Life Cycle Maintenance Cost Total from Water Tanker Life Cycle Maintenance Cost Summary $ 3.e. Total ( Excluding Guaranteed Repurchase Amount) $ 3.f. Repurchase Agreement – Award Award will include the vendor’s offer to repurchase the equipment. The method of award relevant to the repurchase amount is explained in the Overview Section of this RFQ. NOTE: Annual cost associated with lubricating fluids, sampling, maintenance, and fuel will be a consideration when reviewing all bid proposals. Quotation No. 545-4267 Page 64 Company Name: QUOTATION SCHEDULE “A” G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC WATER TANKER RE-PURCHASE GUARANTEE AS FOLLOWS: OPERATING HOURS **GUARANTEED REPURCHASE PRICE 0 to 500 hours $ 501 to 1,000 hours = $ 1,001 to 1,500 hours = $ 1,501 to 2,000 hours = $ 2,001 to 2,500 hours = $ 2,501 to 3,000 hours = $ 3,001 to 3,500 hours = $ 3,501 to 4,000 hours = $ 4,001 to 4,500 hours = $ 4,501 to 5,000 hours = $ 5,001 to 5,500 hours = $ 5,501 to 6,000 hours = $ 6,001 to 6,500 hours = $ 6,501 to 7,000 hours = $ 7,001 to 7,500 hours = $ 7,501 to 8,000 hours = $ 8,001 to 8,500 hours = $ 8,501 to 9,000 hours = $ 9,001 to 9,500 hours = $ * Applicable Sales Tax to be added and paid by buyer; except if purchased for resale and buyer possesses a valid California resale license. OPERATING HOURS **GUARANTEED REPURCHASE PRICE 9,501 to 10,000 hours = $ 10,001 to 10,500 hours = $ 10,501 to 11,000 hours = $ 11,001 to 11,500 hours = $ 11,501 to 12,000 hours = $ 12,001 to 12,500 hours = $ 12,501 to 13,000 hours = $ 13,001 to 13,500 hours = $ 13,501 to 14,000 hours = $ 14,001 to 14,500 hours = $ 14,501 to 15,000 hours = $ Quotation No. 545-4267 Page 65 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC QUOTATION SCHEDULE “B” Quotation No. 545-4267 Page 66 Company Name: QUOTATION SCHEDULE “B” G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC Sanitary Landfill Compactor (Complete with CAES) CAES (Installed) Scraper (Complete with CAES) Water Tanker Price $ $ $ $ Sales Tax $ $ $ $ Warranty Performance Bond $ $ $ Repurchase Agreement Bond $ $ $ Overall Total Cost of Purchase $ $ $ $ Life Cycle Maintenance Cost $ $ $ Total (Excluding Guaranteed Repurchase Amount) $ $ $ Repurchase Agreement – Award: Award will include the vendor’s offer to repurchase the equipment. The method of award relevant to the repurchase amount is explained in the OVERVIEW section of this RFQ. Quotation No. 545-4267 Page 67 G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC SUBMITTALS ((**CCHHEECCKK LLIISSTT)) This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1 The Request for Quotation (RFQ) has been signed and completed. 2 The Federal Employers Identification Number or Social Security Number has been entered in the space provided. 3 Include copies of insurance certificates, bonds, etc. 4 One (1) original and 3 copies of the RFQ has been provided (including all brochures, literature etc.). 5 Addendums, if any, have been completed, signed and included in the bid package. 6 Local Vendor Preference and Notification Of Rebid pages are completed. 7 The Quotation Schedule “A” and Quotation Schedule “B” as provided with this RFQ have been completed, prices reviewed for accuracy and any corrections initialed in ink. 8 The “Specifications/Requirements” sections as provided with this RFQ have been completed. 9 All Life Cycle Cost – Maintenance Sections have been completed 10 Life Cycle Maintenance Cost Summary Sections have been completed and included. 11 Guaranteed Repurchase summaries have been completed and included. 12 The completed Reference List as provided with this RFQ. 13 The completed Participation page as provided within this RFQ 14 W-9 Request for Taxpayer ID has been completed. 15 Indicate all of bidder exceptions to the County’s requirements, conditions and specifications as stated within this RFQ. Submit per instructions stated under the “SPECIFICATIONS/REQUIREMENTS” sections of this RFQ and the “EXCEPTIONS” paragraph included under the “BIDDING INSTRUCTIONS” section. 16 Lastly, on the Lower Left Hand Corner of the sealed envelope, box, etc. transmitting your bid, attached the “Request for Quotation Label” and include the following information: County of Fresno RFQ No. 545-4267 Closing Date: June 30, 2006 Closing Time: 2:00 P.M. Commodity or Service: New Landfill Heavy Equipment *a. Submit this page as a part of your Quotation. b. Submit all items listed on this page. c. State “Yes” on the line to the left of each item to confirm that the requested information has been included, state No if it is not provided and explain why. d. The County does not guarantee that all items to be submitted with vendor’s bid are listed above. The absence of items from the list does not exempt the bidder from providing them. The bidder must read the RFQ thoroughly to determine all items that are to be submitted with his/her quotation.