HomeMy WebLinkAbout25427COUNTY OF FRESNO
c m zu~
PURCHASING
DATE: 811 712009
THIS EXTRACT IS FOR REFERENCE AND INFORMATIONAL PURPOSES ONLY ALL BUSINESS AND MANAGEMENT DECISIONS MUST
BE GOVERNED BY THE UNDERLYING CONTRACT. ANY QUESTIONS MUST INCLUDE THE CONTRACT NUMBER AND BE ADDRESSED r"' - - -- f r TO THE COUNTY'S PURCHASING OFFICE AT 45671 10.
CONTRACT NUMBER: A-09-396 VENDOR NUMBER: 0000060684
CONTRACT TITLE: Legal Transcription Services NAME I ADDRESS: Sweetheart Typing
540 E. Garland
CONTRACT PERIOD: 911 12009 thru 81311201 2 ;tYYDE Fresno, CA 93704
USING AGENCIES: Probation-Adult, lntemal Affairs
TERMS: Net 45 Days
DELIVERY TERMS: Destination
DELIVERY TIME:
BUYER: H - Patricia J. Flaherty
~~I-lfl
CONTRACT VALUE: $65,000.00 Annual Maximum
LOCATION:
REPRESENTATIVE: Anneliese Roberts
TELEPHONE: (559) 304-5983
FAX: (559) 226-7694
E-MAIL:
BOARDIGROUPISTATE CONTRACT NO: 09-396
REQUISITION NO'S:
3439000323
NW [7 Cancellation Reference: 9204698
C] ~enewal [7 Short Term ~ii~ate: ~11112012
C] ~djurbnent Evergreen Code: 920
C] ~dd0n Kill REPORTS: None
Org: 34300300
Sumedm 260169H
COMMODITIES, SERVICES OR MAINTENANCE COVERED UNDER THIS ACTION:
Provide legal transcription services for Probation. See attached Board Agreement.
SPECIAL CONDITIONS FOR USE:
'AUTOMATIC RENEWAL: In the absence of notification from vendor to Purchasing, or instructions from County department to Purchasing, this Agreement
will automatically renew for one year on September 1,201 0 and September 1,201 1.
DISTRIBUTION REQUESTEDlBYlDATE ADDITIONAL DISTRIBUTION
CONTRACT FILE: M 920-4698 M
BUYER:
s97-07
VENDOR J AUDITOR.
DEPARTMENT:
REQUlSlTlONER
saw A49396 AccessReport Extrad Page 1 of 1
AGT 09-396
County Agreement with Sweetheart Typing. 2009
AGREEMENT
THIS AGREEMENT (hereinafter 'Agreement") is made and entered into thisllfh day
of August ,2009, by and between the COUNTY OF FRESNO, a Political
Subdivision of the State of California, 2220 Tulare Street, Fresno, CA 93721 (hereinafter
"COUNTY"). and SWEETHEART TYPING, whose address is 540 E. Garland, Fresno,
California 93704 (hereinafter "CONTRACTOR").
WITNESSETH
WHEREAS, COUNTY through its Probation Department requires legal transcription
services; and
WHEREAS, COUNTY issued Request for Quotation (RFQ) Number 920-4698 and
SONTRACTOR responded to such RFQ; and
WHEREAS, CONTRACTOR has facilities, equipment, and personnel skilled in the
~ovision of such services pursuant to the terms and conditions of this Agreement.
NOW, THEREFORE, in consideration of their mutual promises, covenants and
:onditions, hereinafter set forth, the sufficiency of which is acknowledged, the parties agree as
0llows:
1. OBLIGATIONS OF CONTRACTOR
A. CONTRACTOR shall be responsible for providing labor, materials,
$quipment, and legal transcription services as stated in this Agreement.
B. CONTRACTOR shall perform all services and fulfill all responsibilities for
egal transcription services as defined in COUNTY'S RFQ Number 920-4698, dated April 16,
!009 (attached hereto as Exhibit "A" and incorporated herein by this reference), hereinafter
eferred to as COUNTY'S RFQ, and CONTRACTOR'S Response to RFQ, dated May 15,
!009 (attached hereto as Exhibit "B and incorporated herein by this reference), all of which
County Agreement with Sweetheart Typing, 2009
are incorporated herein by reference and made part of this Agreement. A copy of the
COUNTY'S RFQ and CONTRACTOR'S Response to RFQ shall be retained and made
available during the term of this Agreement by the COUNTY'S Probation Department Contract
Coordinator.
C. CONTRACTOR shall make corrections to any errors found in lnternal
Affairs transcription reports that are the fault of CONTRACTOR at no charge to COUNTY.
D. CONTRACTOR shall coordinate legal transcription services with the
COUNTY designated contact staff as determined by the COUNTY.
E. Access to the Probation Department's confidential Adult Probation Report
and lnternal Affairs tapes and Probation documents and any byproducts thereof, including but
not limited to printed andlor electronic copies of transcripts and reports (hereafter collectively,
the "Probation Documents"), is limited to CONTRACTOR, its owners, employees, and any
persons authorized by CONTRACTOR and COUNTY'S Chief Probation Officer or hislher
designee. The Probation Documents may only be accessed for the purpose of fulfilling
CONTRACTOR'S obligations under this Agreement. Each of the aforementioned persons
authorized to access the Probation Documents must sign an Acknowledgement of
Confidentiality form, a copy of which is attached and incorporated herein by reference as
Exhibit C, prior to any contact with the Probation Documents. The execution of the
Acknowledgment of Confidentiality form by each of the aforementioned persons authorized to
access the Probation Documents must be witnessed by an employee of the Probation
Department who shall sign the form as a witness. Thereafter, the form must immediately be
submitted to the Probation Department for filing and retention.
II. TERM
The term of this Agreement shall be for a period of one (1) year, commencing on
County Agreement with Sweetheart Typing. 2009
September 1, 2009 through and including August 31, 201 0. This Agreement shall
automatically be extended for two (2) additional consecutive twelve (12) month periods upon
the same terms and conditions herein set forth, unless written notice of non-renewal is given
by either of the parties no later than thirty (30) days prior to the first day of the next twelve (12)
month period.
Ill. TERMINATION
A. Non-Allocation of Funds - The terms of this Agreement and the services
to be provided thereunder are contingent upon the approval of funds by the appropriating
government agency. Should sufficient funds not be allocated, the services provided may be
modified, or this Agreement terminated, at any time by giving the CONTRACTOR thirty (30)
days advance written notice.
B. Breach of Contract
The COUNTY may immediately suspend or terminate this Agreement in
ivhole or in part, where in the determination of the COUNTY there is:
(1 An illegal or improper use of funds;
(2) A failure to comply with any terms of this Agreement;
(3) A substantially incorrect or incomplete report submitted to the
(4) Improperly performed service.
In no event shall any payment by the COUNTY constitute a waiver by the
30UNTY of any breach of this Agreement or any default which may then exist on the part of
he CONTRACTOR. Neither shall such payment impair or prejudice any remedy available to
he COUNTY with respect to the breach or default. The COUNTY shall have the right to
lemand of the CONTRACTOR the repayment to the COUNTY of any funds disbursed to the
County Agreement with Sweetheart Typing. 2009
CONTRACTOR under this Agreement, which in the judgment of the COUNTY were not
expended in accordance with the terms of this Agreement. The CONTRACTOR shall promptly
refund any such funds upon demand.
C. Without Cause
Under circumstances other than those set forth above, this Agreement
may be terminated by COUNTY upon the giving of thirty (30) days advance written notice of
an intention to terminate.
IV. COMPENSATION
COUNTY agrees to pay CONTRACTOR and CONTRACTOR agrees to receive
compensation at the rates stated in CONTRACTOR'S Response to RFQ Number 920-4698
(Exhibit B), attached hereto and incorporated herein by this reference. CONTRACTOR shall
submit monthly invoices in triplicate to the Fresno County Probation Department's Business
Office, 1 100 Van Ness Avenue, Fresno, CA 93721, ATTENTION: Greg Reinke.
In no event shall services performed under this Agreement be in excess of Sixty-
Five Thousand Dollars ($65,000) and NoI100s during each one year period (September 1 -
9ugust 31) of this Agreement. It is understood that all expenses incidental to
SONTRACTOR'S performance of services under this Agreement shall be borne by
ZONTRACTOR.
Payments by COUNTY shall be made in arrears within 45 days for services
~rovided during the preceding month, after receipt and verification of CONTRACTOR'S
nvoices. If CONTRACTOR should fail to comply with any provision of this Agreement,
ZOUNTY shall be relieved of its obligation for further compensation.
V. INDEPENDENT CONTRACTOR
In performance of the work, duties, and obligations assumed by CONTRACTOR
County Agreement with Sweetheart Typing, 2009
under this Agreement, it is mutually understood and agreed that CONTRACTOR, including
any and all of CONTRACTOR'S officers, agents, and employees will at all times be acting and
performing as an independent contractor, and shall act in an independent capacity and not as
an officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY.
Furthermore, COUNTY shall have no right to control or supervise or direct the manner or
method by which CONTRACTOR shall perform its work and function. However, COUNTY
shall retain the right to administer this Agreement so as to verify that CONTRACTOR is
~- ---------- ------- ------ - - - - - - - - -
performing its obligations in accordance with the terms and conditions thereof.
CONTRACTOR and COUNTY shall comply with all applicable provisions of law
and the rules and regulations, if any, of governmental authorities having jurisdiction over
matters the subject thereof.
Because of its status as an independent contractor, CONTRACTOR shall have
absolutely no right to employment rights and benefits available to COUNTY employees.
CONTRACTOR shall be solely liable and responsible for providing to, or on behalf of, its
employees all legally-required employee benefits. In addition, CONTRACTOR shall be solely
responsible and save COUNTY harmless from all matters relating to payment of
CONTRACTOR'S employees, including compliance with Social Security, withholding, and all
3therregulatims governing_ such ------ matters. It is acknowledged that during the term of this
--- ---- ------
qgreement, CONTRACTOR may be providing services to others unrelated to the COUNTY or
:o this Agreement.
VI. MODIFICATION
Any matters of this Agreement may be modified from time to time by the written
:onsent of all the parties without, in any way, affecting the remainder.
71
County Agreement with Sweetheart Typing. 2009
VII. NON-ASSIGNMENT
Neither party shall assign, transfer or sub-contract this Agreement or their rights
or duties under this Agreement without the prior written consent of the other party.
VIII. HOLD-HARMLESS
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
and 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.
IX. INSURANCE
Without limiting the COUNTY'S right to obtain indemnification from
CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full
force and effect the following insurance policies throughout the term of this Agreement:
A. Commercial General Liability
Commercial General Liability Insurance with limits of not less than One
Million Dollars and NoI100s ($1,000,000.00) per occurrence and an annual aggregate of Two
Million Dollars and No1100s ($2,000,000.00). This policy shall be issued on a per occurrence
basis. COUNTY may require specific coverages including completed operations, products
liability, contractual liability, fire legal liability or any other liability insurance deemed necessary
County Agreement with Sweetheart Typing. 2009
B. Automobile Liabilitv
Comprehensive Automobile Liability Insurance with limits for bodily injury
of not less than Two Hundred Fifty Thousand Dollars and Nol100s ($250,000.00) per person,
Five Hundred Thousand Dollars and No/100s ($500,000.00) per accident and for property
damages of not less than Fifty Thousand Dollars and No1100s ($50,000.00), or such coverage
with a combined single limit of Five Hundred Thousand Dollars and No11 00s ($500,000.00).
Coverage should include owned and non-owned vehicles used in connection with this
Agreement.
C. Worker's Compensation
A policy of worker's compensation insurance as may be required by the
California Labor Code.
CONTRACTOR shall obtain endorsements to the Commercial General
Liability insurance naming the County of Fresno, its officers, agents and employees,
individually and collectively, as additional insured, but only insofar as the operations under this
Agreement are concerned. Such coverage for additional insured shall apply as primary
insurance and any other insurance, or self-insurance, maintained by the COUNTY, its officers,
agents and employees, shall be excess only and not contributing with insurance provided
~nder the CONTRACTOR'S policies herein. This insurance shall not be cancelled or changed
~ithout a minimum of thirty (30) days advance, written notice given to COUNTY.
Within thirty (30) days from the date CONTRACTOR executes this
9greement, CONTRACTOR shall provide certificates of insurance and endorsement as stated
above for all of the foregoing policies, as required herein, to the Probation Department,
Wention: Greg Reinke, Probation Business Manager, stating that such insurance coverages
lave been obtained and are in full force; that the County of Fresno, its officers, agents and
County Agreement with Sweetheart Typing. 2009
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,
immediately 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.
X. AUDITS AND INSPECTIONS
The CONTRACTOR shall at any time during business hours, and as often as
the COUNTY may deem necessary, make available to the COUNTY for examination all of its
records and data with respect to the matters covered by this Agreement. The CONTRACTOR
shall, upon request by the COUNTY, permit the COUNTY to audit and inspect all such
records and data necessary to ensure CONTRACTOR'S compliance with the terms of this
4greement.
If this Agreement exceeds Ten Thousand and No11 00 Dollars ($1 0,000.00),
:ONTRACTOR shall be subject to the examination and audit of the Auditor General for a
~eriod of three (3) years after final payment under this contract (Govt. Code section 8546.7).
XI.
County Agreement with Sweetheart Typing. 2009
NOTICES
The persons and their addresses having authority to give and receive notices
under this Agreement include the following:
COUNTY: Chief Probation Officer
Fresno County Probation Department
1 100 Van Ness Avenue
Fresno, California, 93721
CONTRACTOR: Anneliese G. Roberts, Owner
Sweetheart Typing
540 E. Garland
Fresno, CA 93704
Any and all notices between the COUNTY and the CONTRACTOR provided for
Dr permitted under this Agreement or by law shall be in writing and shall be deemed duly
served when personally delivered to one of the parties, or in lieu of such personal service,
hen deposited in the United States Mail, postage prepaid, addressed to such party.
XII. GOVERNING LAW
Venue for any action arising out of or relating to this Agreement shall only be in
=resno County, California. The rights and obligations of the parties and all interpretation and
3erformance of this Agreement shall be governed in all respects by the laws of the State of
2alifornia.
XIII. ENTIRE AGREEMENT
This Agreement constitutes the entire agreement between the CONTRACTOR
and COUNTY with respect to the subject matter hereof and supersedes all previous
Zgreement negotiations, proposals, commitments, writings, advertisements, publications, and
lnderstandings of any nature whatsoever unless expressly included in this Agreement. In the
went of any inconsistency in interpreting the documents which constitute this Agreement, the
nconsistency shall be resolved by giving precedence in the following order of priority: (I) the
County Agreement with Sweetheart Typing, 2009
text of this Agreement (excluding Exhibits A, B, and C); (2) Exhibit A; (3) Exhibit B and (4)
Exhibit C.
Ill
Ill
Ill
Ill
Ill
Ill
111
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
ATTEST:
BERNICE E. SEIDEL,Clerk
Board of Supervisors A
County Agreement with Sweetheart Typing. 2009
COUNTY OF FRESNO
Susan B. Anderson
Chairman, Board of Supervisors
Date: AUG 1 1 2009
REVIEWED & RECOMMENDED
APPROVED AS TO LEGAL FORM:
Kevin B. Briggs, Interim County Counsel
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the
day and year first hereinabove written.
Owner
Date: 0
FOR ACCOUNTING USE ONLY:
Fund: 0001
Organization: 3430
Account: 7295
APPROVED AS TO ACCOUNTING FORM:
Vicki Crow, CPA
Auditor-Controllerrrreasurer-Tax Collector
BY -
Deputy
EXHIBIT A
COUNTY OF FRESNO
REQUEST FOR QUOTATION
NUMBER: 920-4698
LEGAL TRANSCRIPTION SERVICES
April 16, 2009
PURCHASING WE G:\ADMINU(RAU\2009 TRANSCRIPTION SERVICE\920-4698 LEGAL
ORG/Requisitii: 343003001 3439000323 paw TRAN
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 WlLL BE AT 200 P.M., ON MAY 15,2009.
QUOTATIONS WlLL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M.
Quotations will be opened and publidy read at that time. All quotation information will be available for review after contract award.
Clarification of specifications is to be directed to: Patricia J. Flaherty, 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
: htt~~/www2.co.fresno.ca.us104401Bidshome2.a~~ for RFWFP documents and chanaes.
BIDDER TO COMPLETE
UNDERSIGNED AGREES TO FURNISH THE COMMODITY OR SERVICE STIPULATED IN THE AllACHED QUOTATION SCHEDULE AT THE
PRICES AND TERMS STATED, SUBJECT TO THE 'COUNTY OF FRESNO PURCHASING STANDARD INSTRUCTIO
REQUEST FOR QUOTATIONS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S)"AllACHED.
Except as noted on individual items, Ule following will apply to all items in the Quotation Schedule.
I. Complete delivery will be made within calendar days after receipt of Order.
2. A cash discount O/o days will apply.
COMPANY
Y
ADDRESS m
nh
CITY STATE ZIP-C - -
TELEPHONE NUMBER FACSIMILE NUMBER
Ah
SIGNED BY
PRINT NAME TITLE
Quotation No. 920-4698
COUNTY OF FRESNO PURCHASING
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
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 lyped or written in ink. Noerasures
permitted. Em 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. Eaual items will be considered. ~rovided the offer dearlv
desaibes the article and how it differs r;dm that spedfied. In thi
absence of such information it shall be understood the offering is
exactly as spedfied.
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/spedfications to the bid.
D) Bid on each item separately. Prices should be stated in units
specified herein. All applicable charges must bequoted; charges on
invoice not quoted herein will be disallowed.
E) Time of delivery is a par1 of the consideration and must be stated in .
definite terms and &st 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 fum's nameand by an
authorized officer or employee.
G) Unless otherwise noted, prices shall be firm for 120 days after
closing date of bid.
2. SUBMll?7NG 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
envebpelpackage.
6) 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. Quesths regarding the bid
must be received by Purchasing at least 5 working days bebe bid
opening. All addenda issued shall be in writing, duly issued by
purchasing and incorporated inlo the contract
C) ISSUING AGENTIAUTHORIZED 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 onihe cover page, al& with hi 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 constitutegrounds
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 contrad to a vendor or vendors, except as follows. First, in the
event that a vendor initiates a formal protesi 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 ils approval of a purchase order or contracl, 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 al advantages,
disadvantages and their associated cost.
F) Public Conkact Code Section 7028.15
Where the State of Caliiomia requires a Contradots license, it is a
misdemeanor for any person to submit a bid unless specifically
exempted.
3. FAILURE TO BID:
A) If not biding, 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 lax 8.975%).
Please indicate as a separate line item if applicable.
B) W NOT indude 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 specitied in bid.
G:\ADMINU<RAU\2oS TRANSCRIPTION SERVICE\9204698 LEGAL TRANSCRIPTION SERVICES.DOC 1A
A Quotation No. 920-4698
5. W-9 - REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND
CERTIFICATION:
Upon award of bid, the vendor shall subt-nii to County Purchasing, a
completed W-9 - Reauest for Taxoaver Identification Number and
Certifmtion if not already a current vendor with The County of Fresno.
This form is available from the IRS to complete on line at
htt~://www.irs.~ov/oub/i1~-odf/fw9.odf.
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
responsibk bidder. The evaluation will include such things as life-
cycle cost, availability, delivery costs and whose produd andlor
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 allor-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 knnr bidder is not a local vendor, any local vendorwho
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 fortyeight 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 fortyeight 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-med
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 biideh 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
specfications, 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 RFPlRFQ shall be superseded if in
conflict with any other section of this bid, to the extent of any such conflict.
14. SPEClAL 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
G:\ADMINWU\2009 TRANSCRIPTION SERVICE\920-4698 LEGAL TRANSCRIPTION