HomeMy WebLinkAbout25938COUNTY OF FRESNO
-CONTRACT CT
PURCHASING
-=.:::=.,,~---------------
DATE: 12/17/2009
THIS EXTRACT IS FOR REFERENCE AND INFORMA TlONAL PURPOSES ONLY. ALL BUSINESS AND MANAGEMENT DECISIONS MUST
• BE GOVERNED BY THE UNDERL YING CONTRACT. ANY QUESTIONS MUST INCLUDE THE CONTRACT NUMBER AND BE ADDRESSEDMID~f:. • TO THE COUNTY'S PURCHASING OFFICE AT 456-7110.
CONTRACT NUMBER: P-09-62o-K VENDOR NUMBER 0000005734
CONTRACT TITLE: Protective Clothing, Rubber Supplies, Repair NAME I ADDRESS California Industrial Rubber
Parts (Secondary Vendor) 2539 S. Cherry Avenue
CONTRACT PERIOD: 12/1012009 thru 11130/2012 •MAY INCLUDE MULTIPLE Fresno, CA 93706
YEARS
USING AGENCIES: Public Wor1<s; GS Facilities; GS Fleet Services REPRESENTATIVE: Jim Williams
TELEPHONE: (559) 268-7321
FAX: (559) 268-2619
TERMS: Net 45 Days E-MAIL: fresno@cir.net
DELIVERY TERMS:
DELIVERY TIME: ;)
K -Jea1nine L. GeNeBUYER:
CONTRACT VALUE: $10,000.()() Annual Estimate
LOCATION:
BOARD/GROUP/STATE CONTRACT NO:
REQUISITION NO'S:
5101000006,8911000501,1321001032,9109000061
[KlNew o Cancellation Reference: 578-4761 o Renewal o Short Term Tic Date: {Y]8/112012 o Adjustment o Evergreen Code: 578 o AddOn OKi" REPORTS: Annual
Org: 4510,8910,8935,7910
Suoersedes 210072E
COMMODITIES, SERVICES OR MAINTENANCE COVERED UNDER THIS ACTION:
For the purchase of protective clothing, rubber supplies, and repair parts as per the attached Agreement (Secondary Vendor).
SPECIAL CONDITIONS FOR USE:
$5.00 minimum order
• 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 December 1, 2010 and December 1, 2011.
DISTRIBUTION REQUESTED/BYIDATE ADDITIONAL DISTRIBUTION
CONTPACT FILE: ~ Baklomero Belber ~I I I Ge neral Services ~I I I
BUYER: ~ Jim Penner ~I I I AI~mMoae ~I I I
VENDOR 0
AUDITOR L
DEPARTMENT PlilicWorks ~
REQUISITIONER Jim Hodge ~
jeb P-09~o-K AccessReport Extract Page 1 of 1
09 9: 28 County of Fresno
COUNTY ADMINISTRATIVE OFFICE
GENERAL SERVICES
ARPI K. APKARIAN
DEPUTY DIRECTOR
PROCUREMENT AGREEMENT
Agreement Number P-09-620-K
I>ecember3,2009
Jim Williams
California Industrial Rubber
2539 S. Cherry Avenue
Fresno, CA 93706
The County of Fresno (County) hereby contracts with California Industrial Rubber (Contractor) as
Secondary Vendor, to purchase Miscellaneous Protective Clothing, Rubber Supplies and Repair
Parts in accordance with Attachment "A", Request for Quotation No. 578-4761 (Exhibit No. One),
and the Contractor's response to Request for Quotation No. 578-4761 (Exhibit No. Two), each
attached and by this reference made a part hereof.
TERM: This Agreement shall become effective December 10, 2009 and shall remain in effect
through November 30,2010.
REPORTS: Upon request, Contractor will provide annual reports for products purchased under this
agreement. The annual report period shall commence December 1, 2009 and end on November
30,2010.
Report information to include usage (type and quantity of product purchased) by County Department
(i.e. Public Works, General Services, etc.), dates of each purchase and price charged. Reports
must be delivered to County of Fresno Purchasing Division, 4525 E. Hamilton Avenue, Fresno,
California 93702, Attention: Jeannine L. Geare, not later than thirty (30) days following the end of the
previous annual period. The agreement number should be referenced on all reports.
RENEWAL: Agreement shall automatically renew for an additional one (1) year period except when
written notice is delivered by either party to the other expressing intent not to renew. Such notice
must be delivered a minimum of sixty (60) days prior to the next expiration date of this Agreement.
The maximum number of automatic one (1) year renewal periods under this Agreement is two (2).
MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The
County reserves the right to increase or decrease orders or quantities.
ORDERS: Orders wilt be placed on an as-needed basis by various County departments under this
contract.
ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this
Agreement as deemed necessary. Such additions shall be made in writing and signed by both
parties.
4525 East Hamilton Avenue / Fresno, California 93702-4599/ Phone (559) 456-7110 / Fax (559) 456-7831
Equal Employment Opportunity· Affirmative ActIon' Disabled Employer
PROCUREMENT AGREEMENT NUMBER: P-09-620-K Page 2
California Industrial Rubber
December 3, 2009
DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders
shall be delivered complete as specified. All orders placed before Agreement expiration shall be
honored under the terms and conditions of this Agreement.
DEFAULT: In case of default by Contractor, the County may procure the articles from another
source and may recover the loss occasioned thereby from any unpaid balance due the
Contractor or by any other legal means available to the County. The prices paid by County shall
be considered the prevailing market price at the time such purchase is made. Inspection of
deliveries or offers for delivery, which do not meet specifications, will be at the expense of
Contractor.
INVOICING: An itemized invoice in duplicate shall be mailed to requesting County department
in accordance with invoicing instructions included in each order referencing this Agreement. The
Agreement number must appear on all shipping documents and invoices. Invoice terms shall be
Net 45 Days.
TERMINATION: The County reserves the right to immediately terminate this Agreement upon
written notice to the Contractor. In the event of such termination, the Contractor shall be paid for
satisfactory services or supplies provided to the date of termination.
LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations
whether they be Federal, State or municipal, which may be applicable to Contractor's business,
equipment and personnel engaged in service covered by this Agreement.
AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with
the purchased goods are incorporated herein by reference. In addition: The Contractor shall
maintain in good and legible condition all books, documents, papers, data files and other records
related to its performance under this contract. Such records shall be complete and available to
Fresno County, the State of California, the federal government or their duly authorized
representatives for the purpose of audit, examination, or copying during the term of the contract
and for a period of at least three years following the County's final payment under the contract or
until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records
must be retained in the manner described above until all pending matters are closed.
LIABILITY: The Contractor agrees to:
Pay all claims for damage to property in any manner arising from Contractor's operations under
this Agreement.
Indemnify, save and hold harmless, and at County's request defend the County, its officers,
agents and employees from any and all claims for damage or other liability, including costs,
expenses, causes of action, claims or judgments resulting out of or in any way connected with
Contractor's performance or failure to perform by Contractor, its agents, officers or employees
under this Agreement.
INSURANCE:
Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third
parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following
insurance policies or a program of self-insurance, including but not limited to, an insurance
pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement:
G:\PL8LIC\CCMRACTS & EXTRACTS\K\P-a9-620-K CALIFffiNIA IIDJSTRIAl RLIlBER.lXX:
PROCUREMENT AGREEMENT NUMBER: P-09-620-K Page 3
California Industrial Rubber
December 3,2009
A. Commercial General Liability
Commercial General Liability Insurance with limits of not less than One Million Dollars
($1,000,000.00) per occurrence and an annual aggregate of Two Million Dollars
($2,000,000.00). This policy shall be issued on a per occurrence basis. County may require
specific coverage including completed operations, product liability, contractual liability,
Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed
necessary because of the nature of the 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 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 signs and 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, Purchasing, stating that such insurance
coverage have been obtained and are in full force; that the County of Fresno, its officers, agents
and employees will not be responsible for any premiums on the policies; that such Commercial
General Liability insurance names the County of Fresno, its officers, agents and employees,
individually and collectively, as additional insured, but only insofar as the operations under this
Agreement are concerned; that such coverage for additional insured shall apply as primary
insurance and any other insurance, or self-insurance, maintained by County, its officers, agents
and employees, shall be excess only and not contributing with insurance provided under
Contractor's policies herein; and that this insurance shall not be cancelled or changed without a
minimum of thirty (30) days advance, written notice given to County.
G:\PIJ3LIC\COORKTS & EXTRtiCTS\K\P-a9-620-K CALIF<JlNIA IIDJSTRIAL RLBBER.lXX:
PROCUREMENT AGREEMENT NUMBER: P-09-620-K Page 4
California Industrial Rubber
December 3, 2009
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.
INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed
by Contractor under this Agreement, it is mutually understood and agreed that Contractor,
including any and all of Contractor's officers, agents, and employees will at all times be acting
and performing as an independent contractor, and shall act in an independent capacity and not
as an officer, agent, servant, employee, joint venturer, partner, or associate of the County.
Furthermore, County shall have no right to control or supervise or direct the manner or method
by which Contractor shall perform its work and function. However, County shall retain the right
to administer this Agreement so as to verify that Contractor is performing its obligations in
accordance with the terms and conditions thereof. Contractor and County shall comply with all
applicable provisions of law and the rules and regulations, if any, of governmental authorities
having jurisdiction over matters the subject thereof.
Because of its status as an independent contractor, Contractor shall have absolutely no right to
employment rights and benefits available to County employees. Contractor shall be solely liable
and responsible for providing to, or on behalf of, its employees all legally-required employee
benefits. In addition, Contractor shall be solely responsible and save County harmless from all
matters relating to payment of Contractor's employees, including compliance with Social
Security, withholding, and all other regulations governing such matters. It is acknowledged that
during the term of this Agreement, Contractor may be providing services to others unrelated to
the County or to this Agreement.
NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor
their rights or duties under this Agreement without the written consent of the other party.
AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and
the County with respect to the subject matter hereof and supersedes all previous negotiations,
proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids
and understandings of any nature whatsoever unless expressly included in this Agreement. This
Agreement supersedes any and all terms set forth in Contractor's invoice. This Agreement may
be amended only by written addendum signed by both parties.
INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which
constitute this Agreement, the inconsistency shall be resolved by giving precedence in the
following order of priority: (1) the text of this Agreement (excluding Attachment "A", County's
Request for Quotation No. 578-4761 (Exhibit No. One) and the Contractor's Quote in response
thereto (Exhibit No. Two)); (2) Attachment "A"; (3) the County's Request for Quotation No. 578
4761 (Exhibit No. One); and (4) the Contractor's quotation made in response to County's
Request for Quotation No. 578-4761 (Exhibit No. Two).
GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the
laws of the State of California. Venue for any action shall only be in County of Fresno.
Please acknowledge your acceptance by returning all pages of the signed original of this
Agreement to my office, retaining a copy for your files.
G: \PI..8LIC\((}JTRKTS & EXTRACTS\K\P-09-620-K CAlIFffiNIA ItO.I5TRIAL RLIlBER.ca:
PROCUREMENT AGREEMENT NUMBER: P-09-620-K Page 5
California Industrial Rubber
December 3, 2009
Please refer any inquiries in this matter to Jeannine L. Geare, Buyer I, at (559) 456-7110 or FAX
at (559) 456-7831.
Purchasing Supervisor
4525 East Hamilton Avenue
Fresno, CA 93702-4599
Date: \. ~\ ~ \ () G\
KAV:JLG
CONTRACTOR TO COMPLETE:
C,QJLJ.N:IPK)F FRESNO
Ke et A. Vozz
Company:
Type of Entity:
o Individual o Limited Liability Company
o Sole Proprietorship o Limited Liability Partnership
?orporation o General Partnership
Signed by:
Print Name and Title Date
:?>w4h CJ,.~ I'NtAW-L
Address
Address City State Zip
6S1 .::&8 -73J-t lIes 710~~'.71 e+
TELEPHONE NUMBER E-MA DDRESS
ACCOUNTING USE ONLY
ORG No.: 4510,8910,8935,7910
Account No.: 7205, 7275, 7220, 7220
Requisition No.: 5101000006, 8911000501,
1321001032,9109000061
(10108)
FAX NUMBER
G: \PU3LIC\CrnTRACTS & EXTRIlCTS\K\P-09-620-K CALlFalNIA lf0D..5TRIAL RLIlBER.!XX:
PROCUREMENTAGREEMENTNUMBER:P~9~2~K
California Industrial Rubber
December 3,2009
ATTACHMENT '~"
SUPPliES
DESCRIPTION UNIT UNIT BRAND NAME
PRICE TRADE NO.
1. 1x 2W 1-11 112 MI PT Hydraulic Hose Coupling attached Mfg # EA $17.29 PARKER
101 HY-16-16, (HY16-16MP)
2. 3/8" Yellow Air Hose LF $.60 THERMOID
3. Belt, Black, 13"WxTL LF $10.39 FENNER DUNLOP
4. Black Belt, Rockmaster, 8" x 2 ply 2-220,1/8" x 1/16" 0-99' LF $4.70 FENNER DUNLOP
5. C.I. Sheet, 3/16", Full Width of 3', Mfg #2102 SOFT $11.35 GARLOCK
6. Coupling, FPT Universal, 1/4" body size IHD INTR, Mfg #150U EA $10.13 PARKER
7. Coupling, MPT Universal, 1/4" body size IHD INTR, Mfg #152U EA $10.13 PARKER
8. Die, Neoprene Rubber, 2-3/4" OD x 1-3/4" ID x 3/16" Mfg EA $.80 GARLOCK
#2112
9. Dixon Air King, Female End, 3/4" EA $4.51 DIXON
10. Dixon Air King, Male End, 3/4" EA $4.57 DIXON
11. Dixon Long Strainer, 3", EA $24.16 DIXON
Mfg #RSS-35
12. Dust Mask, Disposable, WI Flexible Metal Nose Piece, Mfg EA $.24 CORDOVA
#CDMI (2985)
13. Hex Nipple, 3/8"MIPT x 3/8"MIPT, Mfg #1251-6-6 (5404-06) EA $.95 TOMPKINS
14. Hose, Air Duct, Thermo-Plastic Rubber 8", Type RFH, Black LF $4.44 THERMOID
15. Hose, Air Duct, Thermo-Plastic Rubber 10", Type RFH, Black LF $5.68 THERMOID
16. Hose, Air Duct, Thermo-Plastic Rubber 12", Type RFH, Black LF $6.80 THERMOID
17. Hose, Air Duct, Thermo-Plastic Rubber 16, Type RFH, Black LF $10.96 THERMOID
18. Hose, Commercial Vacuum, Plastic, 2" LF $2.08 AMFLEX
PLASTICS
19. Hose, Discharge, PVC, Blue, 3" LF $.90 SUNFLOW
20. Hose, General Service, Red GST LF $.43 PARKER
21. Hose, S.J. HD-Mill, 1-1/2", 250psi, Uncoupled LF $1.31 SNAPTITE
22. Hose, Transporter Water Suction, 2" LF $7.42 THERMOID
23. Hose, Transporter Water Suction, 3" LF $11.11 THERMOID
24. Hose, Transporter Water Suction, 4" LF $15.08 THERMOID
25. Hose, Water Suction, Plastic, Green, 3" #110 LF $2.89 PACIFIC ECHO
G: \PI.IlUC\CO'lTRtlCTS & EXTRACTS\K\P-OO-62e-K CAlIFffiNIA IWJSTRIAl. RUlBER.£XX:
PROCUREMENT AGREEMENT NUMBER: P-09-620-K
California Industrial Rubber
December 3, 2009
DESCRIPTION UNIT UNIT BRAND NAME
PRICE TRADE NO.
26. Hose, Water Suction, Plastic, Green, 3", #110,20' long, 30C EA $160.93 PACIFIC ECHO
KC with Long Strainer
27. Hose, Water Suction, Plastic, Green, 4", #110 LF $4.63 PACIFIC ECHO
28. Boot, Chevron Plus Sole, Premier PVC, Brick Red, Size 9-12, EA $44.92 TINGLEY
Mfg #93145
29. Insulated Wader, 3 PLY, Black, Size 9-12, Mfg #191200 PR $101.19 LA CROSS
30. Jacket, Hood in Collar, PVC/Polyester, Florescent Lime-Yellow, EA $42.78 TINGLEY
.35mm, 2" reflective tape, Mfg #J53122
31. Yellow PVC/Polyester Jacket w/Hood Snaps, VH207 EA $7.25 TINGLEY
32. Overall, PVC/Polyester, Florescent Lime-Yellow, .35mm, 2XL, EA $14.64 TINGLEY
2" reflective tape, Mfg #053122
33. Yellow PVC Rayon Hat, IH417 EA $3.95 TINGLEY
34. Wader Suspenders, H-Back, Mfg #908250 EA $12.20 LA CROSS
35. KC Nipple, 1-1/2", Attached 1 band, Mfg #ST20 EA $15.31 DIXON
36. KC Nipple, 3", Attached 2 bands, Mfg #S135 EA $35.43 DIXON
37. Quick Coupler, Aluminum, 1-1/2", F Coupler, Mfg #120 EA $15.81 P-T COUPLING
38. Quick Coupler, Aluminum, 1-1/2", M Adapter, Mfg #15F EA $9.87 P-T COUPLING
39. Quick Coupler, Aluminum, 1-114", Dust Plug, Mfg #12W EA $8.21 P-T COUPLING
40. Quick Coupler, Aluminum, 1-1/4", F Coupler, Mfg #120 EA $15.81 P-T COUPLING
41. Quick Coupler, Aluminum, 1-1/4", Hose Shank Coupler EA $23.09 P-T COUPLING
Attached, 1 Band, Mfg #12C
42. Quick Coupler, Aluminum, 3", M Adapter, Mfg #30B EA $30.12 P-T COUPLING
43. Quick Coupler, Aluminum, 3", M Adapter, Mfg #30F EA $21.66 P-T COUPLING
44. Quick Coupler, Polypropylene, 1-1/2", Dust Cap, Mfg #15V EA $15.69 P-T COUPLING
45. Quick Coupler, Polypropylene, 3/4", Hose Shank Coupler Bulk, EA $11.97 P-T COUPLING
Mfg #3/4C
46. Sheet, Cut Sheet, Polyethylene, Natural FDA UHMW, 1/2" SQFT $8.00 ROCHLING
47. Tape, Duct, Silver 2" x 67 Yd EA $6.61 EZ-FLO
48. Tape, Electrical, PVC, 3W x 60', EA $.63 EZ-FLO
49. Tape, Thread Sealing, Teflon, 1/2" x 260" EA $.48 EZ-FLO
50. Tarp Fastener, 21", Complete with Hooks EA $1.22 P&E RUBBER
51. Tire Gauge, Straight on Single Chuck, Mfg #TGC122 (100) EA $38.22 COILHOSE
52. Tubing Cutter, Black, Mfg #PXC058 EA $7.85 COILHOSE
G: \PUlLIC\CCNTRtCTS & EXTRJlCTS\K\P-09-62e-K CAlIFCRNIA ItnI51RIAl RlJlBER.rxx:
PROCUREMENT AGREEMENT NUMBER: P-09-620-K
California Industrial Rubber
December 3,2009
DESCRIPTION UNIT UNIT BRAND NAME
PRICE TRADE NO.
53. Tubing, Type H Braid Reinforced, FDA Vinyl, 1-1/4", Cut PC LF $2.06 PACIFIC ECHO
54. Wall Clear PVC Tubing LF $.51 PACIFIC ECHO
55. Water Nozzle, Insulated, Mfg #572TFR EA $13.57 GILMORE
56. Fire Hose, 2 %" x 50' Double Jacket, #44-APA-D, National Fire EA $154.67 NATIONAL FIRE
HOSE
ADDITIONAL ITEMS: All additional items priced at applicable class discount.
G: \PL8LIC\CCMRtCTS & EXTR.LlCTS\K\P-e9-62e-K CALlFalNIA IWJSTRIAL RLl3BER.!XX:
PROCUREMENT AGREEMENT NUMBER: P-09-620-K
California Industrial Rubber
December 3, 2009
EXHIBIT NO. ONE
COUNTY'S
REQUEST FOR QUOTATION NO. 578-4671
G:\PUlUC\CCNTRACT5 & EXTRACTS\K\P-asl-620-K CAUFffiNIA II'O.5TRIAl RUlBER.lXX:
COUNTY OF FRESNO
ADDENDUM NUMBER: ONE (1)
RFQ NUMBER: 578-4761
PROTECTIVE CLOTHING, RUBBER SUPPLIES & REPAIR PARTS
October 13, 2009
PURCHASING USE II II G G'IPIIRI ICIRE01578,4761 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 OCTOBER 29, 2009.1
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: Jeannine L. Geare, phone (559) 456-7110, FAX (559) 456-7831.
NOTE THE FOLLOWING ADDITIONS, DELETIONS ANDIOR CHANGES TO THE REQUIREMENTS OF
REQUEST FOR QUOTATION NUMBER: 578-4761 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE
SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION.
~ Clarification of items on the Quotation Schedule:
o Item 1.: 1 x 2W 1-11 Y2 MIPT Hydraulic Hose Coupling attached Mfg # 101HY-16-16, (HY16-16MP)
is a hydraulic hose fitting and installation onto a County-owned hose.
o Item 3.: Belt, Black, 13"W x 7'L is a cut section of Black Rubber Belting Material, 13" width x 7 ft
length, 3-ply, 3/16 x 1/16 cross-section.
o Item 54.: Wall Clear PVC Tubing has the dimensions of %" 1.0. x 1" 0.0. x 1/8"
ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFQ 578-4761
COMPANY NAME:
(PRINT)
SIGNATURE:
NAME & TITLE:
(PRINT)
G:\PUBLlC\RFQ\578-4761 ADD 1.DOC (7/04)
CO NTY OF F ES 0
REQUEST FOR QUOTATION
NUMBER: 578-4761
PROTECTIVE CLOTHING, RUBBER SUPPLIES & REPAIR PARTS
October 1, 2009
PURCHASING USE
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 OCTOBER 29, 2009.
QUOTATIONS WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M.
Quotations will be opened and publicly read at that time. All quotation information will be available for review after contract award.
Clarification of specifications is to be directed to: Jeannine L. Geare, phone (559) 456·7110, e-mail
CountyPurchasing@co.fresno.ca.us 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
http://www2.co.fresno.ca.us/0440/Bidshome2.asp for RFQlRFP 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 QUOTATIONS (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 % days will apply.
COMPANY
ADDRESS
CITY STATE ZIP CODE
( ) ( )
TELEPHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS
SIGNED BY
PRINT NAME TITLE
PD-Q10 (6/08)
Proposal No. 578-4761
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
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 180 days after
closing date of bid,
2. SUBMITTING BIDS:
A) Each bid must be submitted on forms provided in a sealed
envelope/package 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/RFP has
been issued by County of Fresno Purchasing. Purchasing shall be
the vendor's sole point of contact with regard to the RFQJRFP, its
content, and all issues concerning it.
All communication regarding this RFQJRFP 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 RFQJRFP.
Contact with any other County representative, including elected officials,
for the purpose of discussing this RFQJRFP, 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/RFP, 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
unwilling to, bidder may bid alternative or option, indicating all
advantages, disadvantages and their associated cost.
F) Public Contract Code Section 7028.15
Where the State of California requires a Contractor's license, it is a
misdemeanor for any person to submit a bid unless specifically
exempted,
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 (8.975%),
Please indicate as a separate line item if applicable.
B) DO NOT include Federal Excise Tax. County is exempt under
Registration No. 94-73-D3401-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.
G:IPUBLICIRFQI578-4761 PROTECTIVE CLOTHING·RUBBER SUPPLIES-REPAIR PARTS.DOC 1A PO-o10 (4/09)
Proposal No, 578-4761
5, W-9 -REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND
CERTIFICA TlON:
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 current vendor with The County of Fresno,
This form is available from the IRS to complete on line at
http://www,lrs.qov/pub/irs-pdf/fw9.Ddf.
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/RFP, 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 10 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 whalever manner it
deems appropriate.
11. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT:
A) In case of default by vendor, the Counly 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 sh all 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.
G:IPUBLICIRFQI578-4761 PROTECTIVE CLOTHING-RUBBER SUPPLIES-REPAIR PARTS.DOC 1B PD-<J40 (6/08)
Propo'sal No. 578-4761
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 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 intemal 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 intemal 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 seven (7) working days after
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, and inappropriate or unfair competitive
procurement grievance regarding the RFP process.
Purchasing wilt provide a wrillen response to the complainant within seven (7)
working days unless the complainant is notified more time is required.
If the protesting bidder is not satisfied with the decision of Purchasing, he/she
shall have the right to appeal to the Purchasing Agent/CAO within seven (7)
business days after Purchasing's notification; except if, notified to appeal
directly to the Board of Supervisors at the scheduled date and time.
If the protesting bidder is not satisfied with Purchasing Agent/CAO's decision,
the final appeal is with the Board of Supervisors.
20. OBLIGATIONS OF CONTRACTOR:
A) CONTRACTOR shall perform as required by the ensuing contract.
CONTRACTOR also warrants on behalf of itself and all subcontractors
engaged for the performance of the ensuing contract that only persons
authorized to work in the United States pursuant to the Immigration
Reform and Control Act of 1986 and other applicable laws shall be
employed in the performance of the work hereunder.
B) CONTRACTOR shall obey all Federal, State, local and special district
laws, ordinances and regulations.
21. AUDITS & RETENTION:
The Contractor shall maintain in good and legible condition all books,
documents, papers, data files and other records related to its performance
under this contract. Such records shall be complete and available to Fresno
County, the State of California, the federal government or their duly authorized
representatives for the purpose of audit, examination, or copying during the
term of the contract and for a period of at least three years following the
County's final payment under the contract or until conclusion of any pending
mailer (e.g., litigation or audit), whichever is later. Such records must be
retained in the manner described above until all pending matters are closed.
22. DISCLOSURE -CRIMINAL HISTORY & CIVIL ACTIONS:
Applies to Request for Proposal (RFP); does not apply to Request for Quotation
(RFQ) unless specifically stated elsewhere in the RFQ document.
In their proposal, the bidder is required to disclose if any of the following conditions
apply to them, their owners, officers, corporate managers and partners (hereinafter
collectively referred to as "Bidder"):
• Within the three-year period preceding the proposal, they have been
convicted of, or had a civil judgment rendered against them for:
G:IPUBLICIRFQI578-4761 PROTECTIVE CLOTHING-RUBBER SUPPLIES-REPAIR PARTSDOC 1C PD-040 (6/08)
Proposal No. 578-4761
o fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (federal,
state, or local) transaction or contract under a public
transaction;
o violation of a federal or state antitrust statute;
o embezzlement, theft, forgery, bribery, falsification, or
destruction of records; or
o false statements or receipt of stolen property
Within a three-year period preceding their proposal, they have had a public
transaction (federal, state, or local) terminated for cause or default.
G:IPUBLICIRFQI578-4761 PROTECTIVE CLOTHING-RUBBER SUPPLIES-REPAIR PARTSDOC 10 P0-040 (6/08)
QUOTATION NO. 578-4761 Page 2
BIDDING INSTRUCTIONS
CONTRACT SUPPLIES
The County of Fresno is requesting bids for miscellaneous protective clothing, rubber supplies
and repair parts as specified within this Request for Quotation.
Due to the nature of the County's requirements, vendor must have a local facility that provides
walk-in custom products as well as the regular products in the vendor's catalog.
LOCAL VENDOR PREFERENCE: The Local Vendor Preference does apply to this Request
for Quotation.
REPORTS: Contractor will provide quarterly reports for products purchased under any
agreement resulting from this Request for Quotation.
Report information to include usage (type, item number and quantity of product purchased) by
County Department (i.e. Public Works, General Services, etc.), dates of each purchase and
price charged. Reports must be delivered to County of Fresno Purchasing, 4525 E. Hamilton
Avenue, Fresno, California 93702, Attention: Jeannine L. Geare not later than thirty (30) days
following the end of the previous quarterly period. The agreement number should be referenced
on all reports.
AWARD: The County of Fresno reserves the right to make the award on the basis of the entire
group or on a per line item basis. The award will be made in a manner determined to be to the
best advantage of the County. The County will be the sole judge in making such determination.
COPIES: Submit one (1) original with one (1) electronic copy on Compact Disk (CD) and
three (3) copies of your quotation no later than the RFQ closing date and time as stated on
the front of this document, to County of Fresno Purchasing. CD must be in a reproducible
format. Do not include any trade secrets on the CD.
ISSUING AGENT: This RFQ has been issued by County of Fresno Purchasing. Purchasing shall
be the vendor's sole point of contact with regard to the RFQ, its content, and all issues
concerning it.
AUTHORIZED CONTACT: All communication regarding this RFQ shall be directed to an
authorized representative of the 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, 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.
G:IPUBLICIRFQIS78-4761 PROTECTIVE CLOTHING·RUBBER SUPPLlES·REPAIR PARTS. DOC
QUOTATION NO. 578-4761 Page 3
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.
RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive
informalities or irregularities in bids.
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 the products 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 meaning or
interpretation, correction thereof may be requested in writing from Purchasing, no later than
October 14,2009.
Questions shall be delivered to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno,
CA 93702, e-mailed to CountyPurchasing@coJresno.ca.us or faxed to (559) 456-7831. If faxing
the bidder must confirm receipt by phone within one-half (1/2) hour of transmission.
QUANTITIES: Quantities shown in the bid schedule are approximate and the County
guarantees no minimum amount. The County reserves the right to increase or decrease
quantities.
SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing
quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported
by literature, which fully describes items that you are bidding.
No exceptions to or deviations from this specification will be considered unless each exception
or deviation is specifically stated by the bidder in the designated places. If no exceptions or
deviations are shown the bidder will be required to furnish items exactly as specified herein. The
burden of proof of compliance with this specification is the responsibility of the bidder.
NON-EXCLUSIVE: The ensuing agreement may be non-exclusive.
CONTRACT TERM: It is County's intent to enter into an agreement with the successful
bidder(s) for a term of one (1) year.
CONTRACT RENEWAL: The ensuing agreement(s) shall automatically renew for an
additional one (1) year period except when written notice is delivered by either party to the
other expressing intent not to renew. The maximum number of automatic one (1) year renewal
periods under the agreement(s) is two (2).
TERMINATION: This agreement may be terminated by the County at any time upon written
notice.
ORDERING: Orders will be placed as required by the various County departments.
G:IPUBLICIRFQI578-4761 PROTECTIVE CLOTHING·RUBBER SUPPLIES-REPAIR PARTS.DOC
QUOTATION NO. 578-4761 Page 4
INVOICING: All invoices are to be mailed in duplicate to the requesting County department in
accordance with invoicing instruction included in each order. Reference shall be made to the
County of Fresno Agreement Number and purchase order number.
LITERATURE: Bidders shall submit literature, which fully describes items on which they are
bidding, not later than the closing date of this bid. Any and all literature submitted must be
stamped with bidders name and address.
MERCHANDISE RETURNABLE FOR FULL CREDIT: Bidder agrees to accept for full credit any
merchandise sold by him on contract or award resulting from this bid, if returned in good
condition by the County.
GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in
materials and workmanship and guarantee against breakage and other malfunctions when
performing work for which they are designed.
SAMPLES: On request, samples of the products on which you are bidding shall be made
available to the County. County will designate where samples are to be delivered.
Successful bidder's samples may be retained for checking against delivery, in which case
allowance will be made to vendor.
PACKAGING: Each item listed in the bid gives as part of its description the minimum packaging
size that the County would order. The County feels it more reasonable to order the successful
bidder's standard "carton" sizes; therefore, each bidder is asked to fill in the information for each
item. Normally the circumstances resort to minimum package size orders. Be sure to fill in your
"standard" carton size on the quotation schedule if different from stated.
Quote separate prices on each individual item in County unit of measure (i.e., EA, DZ, PG, not
your standard carton price).
VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a
representative to assist County departments in determining their product requirements.
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 or a program of self-insurance, including but not limited to, an insurance
pooling arrangement or Joint Powers Agreement (JPA) 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.
G:\PUBlIC\RFQ\578-4761 PROTECTIVE CLOTHING-RUBBER SUPPLIES-REPAIR PARTS.DOC
QUOTATION NO. 578-4761 Page 5
B. Automobile Liability
Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than
Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand
Dollars ($500,000.00) per accident and for property damages of not less than Fifty Thousand
Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred
Thousand Dollars ($500,000.00). Coverage should include owned and non-owned vehicles
used in connection with this Agreement.
C. Professional Liability
If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W.,
M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than
One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00)
annual aggregate.
D. Worker's Compensation
A policy of Worker's Compensation insurance as may be required by the California Labor
Code.
Contractor shall obtain endorsements to the Commercial General Liability insurance naming the
County of Fresno, its officers, agents, and employees, individually and collectively, as additional
insured, but only insofar as the operations under this Agreement are concerned. Such coverage
for additional insured shall apply as primary insurance and any other insurance, or
self-insurance, maintained by County, its officers, agents and employees shall be excess only
and not contributing with insurance provided under contractor's policies herein. This insurance
shall not be cancelled or changed without a minimum of thirty (30) days advance written notice
given to County.
Within Thirty (30) days from the date contractor executes this Agreement, contractor shall
provide certificates of insurance and endorsement as stated above for all of the foregoing
policies, as required herein, to the County of Fresno, Purchasing, 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.
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
G:IPUBLICIRFQIS78-4761 PROTECTIVE CLOTHING-RUBBER SUPPLlES·REPAIR PARTS.DOC
QUOTATION NO. 578-4761 Page 6
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.
ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance
with The Civil Rights Act of 1964, The Americans With Disabilities Act of 1990, their subsequent
amendments, and any and all other laws protecting the rights of individuals and agencies. The
County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to
ensure that policy continues under this RFQ. The contractor must also guarantee that services,
or workmanship, provided will be performed in compliance with all applicable local, state, or
federal laws and regulations pertinent to the types of services, or project, of the nature required
under this RFQ. In addition, the contractor may be required to provide evidence substantiating
that their employees have the necessary skills and training to perform the required services or
work.
PRICE ADJUSTMENTS: The Contractor may request price adjustments over the contract
term subject to the following conditions:
• Pricing will be firm for the first one year of the agreement.
• The Contractor will be limited to one price change request for each successive year that
the agreement is in effect. Such request must be made in writing.
• The effective date for a requested price change must be a minimum of one year after the
effective date of the pricing that is in effect at the time the request is made.
• A request for a price change must be made a minimum of sixty calendar days prior to the
requested effective date.
• County will have the right to accept or reject any request for a price change. Such
acceptance or rejection will be made in writing.
County will consider the Contractor's request for a price change only to reflect a change to the
Contractor's cost as evidenced by a change in the manufacturer's price schedule. The price
change must be calculated using the same pricing methodology offered by the Contractor in
his response to this RFQ when applied to the new price schedule. The new price schedule
must be the direct replacement of the schedule (same name and number) as is offered in your
response to this RFQ.
PRICE DECREASES: The vendor shall immediately notify the County of Fresno of all
manufacturer's price decreases and the County of Fresno shall receive full benefit of all such
decreases, effective on the date of the manufacturer's general public announcement.
Price F.O.B.: Quotations are to be F.G.B. Destination.
G:IPUBLICIRFQI5784761 PROTECTIVE CLOTHING-RUBBER SUPPLIES-REPAIR PARTS.DOC
----------------
QUOTATION NO. 578-4761 Page 7
Vendor:
BIDDER TO COMPLETE:
GUARANTEED DELIVERY: Bidder will be considered in award of bid only if they can guarantee
delivery. Enter guaranteed delivery on this line (i.e. number of days from receipt of order to
delivery):
By:
(Authorized Signature)
The County may require additional items from those in bid schedule.
Prices on additional items will be based on successful bidder's firm discount prices from
manufacturer's current published price list. Successful bidder will be required to file any new
price list that may become effective during the life of the contract with the County of Fresno
Purchasing Manager within thirty (30) days of its becoming effective.
ENCLOSE THREE (3) COPIES OF CURRENT CATALOG(S) WITH BID (If Available).
State Purchase Order mailing address:
MINIMUM ORDER: Bidder to state minimum order quantities and charges for less than
minimum order quantity (if not stated it will be assumed there are none).
G:\PUBUCIRFQ\578-4761 PROTECTIVE CLOTHING·RUBBER SUPPLIES·REPAIR PARTS.DOC
---------------
------------
---
---------
---------
---------
-------------------
---------
---------
---
---
---------
---
QUOTATION NO. 578-4761 Page 8
Vendor:
VENDOR MUST COMPLETE AND RETURN WITH REOUEST FOR QUOTATION
REFERENCE LIST
Provide a list of at least five (5) customers for whom you have recently provided similar
products (preferably California State or local government agencies). Be sure to include all
requested information.
Contact:
Zip:
Date:
____________ Contact:
Zip:
Date:
____________ Contact:
Zip:
Date:
____________ Contact:Reference Name:
Address:
City: State: Zip:
Phone No.: Date:
____________ Contact:Reference Name:
Address:
City: State: Zip:
Phone No.: (__ ) Date:
Failure to provide a list of at least five (5) customers may be cause for rejection
of this RFQ.
G:IPUBLICIRFQI578-4761 PROTECTIVE CLOTHING·RUBBER SUPPLIES-REPAIR PARTS.DOC
----------------
QUOTATION NO. 578-4761 Page 9
Vendor:
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).
(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
G:IPUBLICIRFQI578-4761 PROTECTIVE CLOTHING-RUBBER SUPPLIES-REPAIR PARTSDOC
----------------
QUOTATION NO. 578-4761 Page 10
Vendor:
NOTIFICATION OF RE-BID
If a local vendor's bid qualifies under Fresno County's Local Vendor Preference, the local vendor
will be notified of his/her opportunity to re-bid. If so notified, the Vendor must submit his/her re
bid within forty-eight (48) hours of notification (excluding weekends and holidays). Notification
will be issued bye-mail or Fax, whichever is preferred by the vendor. Notification to Vendor shall
be considered complete upon County's transmission of e-mail or Fax.
The local vendor shall state his/her preferred method of notification below along with the
appropriate e-mail address or Fax number. Notification by County will be limited to one of those
two (2) methods. It will be the local vendor's responsibility to check his/her e-mail or Fax
messages for notification. The vendor's delay in receiving his/her notification will not alter the
forty-eight (48) hour period allowed for re-bid submission.
LOCAL VENDOR TO COMPLETE:
Indicate *ONE method for notification of Local Vendor re-bid by providing the appropriate e-mail
address or Fax number. Submit this document as a part of your quotation.
E-Mail Address or Fax Number (Identify contact person if using a Fax Number)
G:IPUBLICIRFQ\578-4761 PROTECTIVE CLOTHING-RUBBER SUPPLIES-REPAIR PARTS.DOC
----------------
QUOTATION NO. 578-4761 Page 11
Vendor:
BIDDER TO COMPLETE THE FOLLOWING:
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.
D Yes, we will extend contract terms and conditions to all qualified agencies within the
Central Valley Purchasing Group. o No, we will not extend contract terms to any agency other than the County of Fresno.
(Authorized Signature)
Title
G:IPUBLICIRFQI578-4761 PROTECTIVE CLOTHING-RUBBER SUPPLIES-REPAIR PARTS.DOC
QUOTATION NO. 578-4761 Page 12
ADDITIONAL BIDDING INSTRUCTIONS
Bidder may bid on one, some or all of the items.
The County of Fresno is responsible for sales tax in the amount of 8.975% regardless of the
vendor's place of doing business.
Indicate brand, manufacturer part number etc. in the space provided in the right column of
each item.
The County of Fresno reserves the right to make the award on the basis of the entire group or
on a per line item basis. The County reserves the right to make multiple awards.
F.O.B. point shall be Destination or freight charges must be stated in quotation.
Terms shall be Net 45 days or state discount on Page 1 of this RFQ.
G:IPUBLICIRFQI578-4761 PROTECTIVE CLOTHING·RUBBER SUPPLIES-REPAIR PARTS.DOC
---------------
QUOTATION NO. 578-4761 Page 13
Vendor:
QUOTATION SCHEDULE
Bidders may bid on one, some or all of the items.
AWARD: the County of Fresno reserves the right to make award on the basis of the entire
group or on a per line item basis. The award will be made in a manner determined to be to
the best advantage of the County. The County will be the sole judge in making such
determination.
F.O.B. point shall be Destination or freight charges must be stated in quotation.
DESCRIPTION QTY UNIT UNIT EXTENDED BRAND NAME
PRICE PRICE TRADE NO.
Miscellaneous protective clothing, rubber
supplies and repair parts as specified or equal
within this Request for Quotation.
1. 1x 2W 1-11 112 MIPT Hydraulic Hose 3 EA $ $
Coupling attached Mfg # 101HY-16
16, (HY16-16MP)
2. 3/8" Yellow Air Hose 100 LF $$
3. Belt, Black, 13"WxTL 7 LF $ $
4. Black Belt, Rockmaster, 8" x 2 ply 2-10 LF $$
220, 1/8" x 1/16" 0-99'
5. C.I. Sheet, 3/16", Full Width of 3', Mfg 20 SQFT $ $
#2102
6. Coupling, FPT Universal, 1/4" body 4 EA $$
size IHD INTR, Mfg #150U
7. Coupling, MPT Universal, 1/4" body 4 EA $$
size IHD INTR, Mfg #152U
8. Die, Neoprene Rubber, 2-3/4" 00 x 1-8 EA $ $
3/4"10 x3/16" Mfg#2112
9. Dixon Air King, Female End, 3/4" 4 EA $$
10.Dixon Air King, Male End, 3/4" 6 EA $$
11. Dixon Long Strainer, 3", 4 EA $ $
Mfg #RSS-35
12. Dust Mask, Disposable, WI Flexible 50 EA $$
Metal Nose Piece, Mfg #CDMI (2985)
G:IPUBLICIRFQI5784761 PROTECTIVE CLOTHING-RUBBER SUPPlIES·REPAIR PARTSDOC
QUOTATION NO. 578-4761 Page 14
Vendor:
QUOTATION SCHEDULE
DESCRIPTION QTY UNIT UNIT
PRICE
EXTENDED
PRICE
BRAND NAME
TRADE NO.
13. Hex Nipple, 3/8"MIPT x 3/8"MIPT, Mfg
#1251-6-6 (5404-06)
6 EA $ $
14.Hose, Air Duct, Thermo-Plastic
Rubber 8", Type RFH, Black
25 LF $ $
15. Hose, Air Duct, Thermo-Plastic
Rubber 10", Type RFH, Black
25 LF $ $
16. Hose, Air Duct, Thermo-Plastic
Rubber 12", Type RFH, Black
25 LF $ $
17.Hose, Air Duct, Thermo-Plastic
Rubber 16, Type RFH, Black
25 LF $ $
18. Hose, Commercial Vacuum, Plastic, 2" 50 LF $ $
19. Hose, Discharge, PVC, Blue, 3" 200 LF $ $
20. Hose, General Service, Red GST 500 LF $ $
21.Hose, S.J. HD-Mill, 1-1/2", 250psi,
Uncoupled
50 LF $ $
22. Hose, Transporter Water Suction, 2" 20 LF $ $
23. Hose, Transporter Water Suction, 3" 20 LF $ $
24. Hose, Transporter Water Suction, 4" 20 LF $ $
25. Hose, Water Suction, Plastic, Green,
3" #110
50 LF $ $
26. Hose, Water Suction, Plastic, Green,
3", #110,20' long, 30C KC with Long
Strainer
2 EA $ $
27. Hose, Water Suction, Plastic, Green,
4", #110
10 LF $ $
28. Boot, Chevron Plus Sole, Premier
PVC, Brick Red, Size 9-12, Mfg
#93145
10 EA $ $
29. Insulated Wader, 3 PLY, Black, Size
9-12, Mfg #191200
5 PR $ $
30. Jacket, Hood in Collar, PVC/Polyester,
Florescent Lime-Yellow, .35mm, 2"
reflective tape, Mfg #J53122
5 EA $ $
G:IPUBLICIRFQI578-4761 PROTECTIVE CLOTHING-RUBBER SUPPLIES-REPAIR PARTS.DOC
QUOTATION NO. 578-4761 Page 15
Vendor:
QUOTATION SCHEDULE
DESCRIPTION
31. Yellow PVC/Polyester Jacket w/Hood
Snaps, VH207
32. Overall, PVC/Polyester, Florescent
Lime-Yellow, .35mm, 2XL, 2"
reflective tape, Mfg #053122
33.Yellow PVC Rayon Hat, IH417
34. Wader Suspenders, H-Back, Mfg
#908250
35.KC Nipple, 1-1/2", Attached 1 band,
Mfg #ST20
36. KC Nipple, 3", Attached 2 bands, Mfg
#ST35
37.Quick Coupler, Aluminum, 1-1/2", F
Coupler, Mfg #120
38.Quick Coupler, Aluminum, 1-1/2", M
Adapter, Mfg #15F
39. Quick Coupler, Aluminum, 1-1/4", Dust
Plug, Mfg #12W
40. Quick Coupler, Aluminum, 1-1 W, F
Coupler, Mfg #120
41.Quick Coupler, Aluminum, 1-1/4",
Hose Shank Coupler Attached, 1
Band, Mfg #12C
42.Quick Coupler, Aluminum, 3", M
Adapter, Mfg #30B
43. Quick Coupler, Aluminum, 3", M
Adapter, Mfg #30F
44. Quick Coupler, Polypropylene, 1-1/2",
Dust Cap, Mfg #15V
45. Quick Coupler, Polypropylene, 3/4",
Hose Shank Coupler Bulk, Mfg #3/4C
46. Sheet, Cut Sheet, Polyethylene,
Natural FDA UHMW, 1/2"
QTY
5
5
10
2
5
5
2
2
2
2
2
2
2
2
2
16.04
UNIT
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
SQFT
UNIT EXTENDED BRAND NAME
PRICE PRICE TRADE NO.
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
G:IPUBLICIRFQI578-4761 PROTECTIVE CLOTHING-RUBBER SUPPLIES-REPAIR PARTS.DOC
QUOTATION NO. 578-4761 Page 16
Vendor:
QUOTATION SCHEDULE
DESCRIPTION
47. Tape, Duct, Silver 2" x 67 Yd
48. Tape, Electrical, PVC, 3/4" x 60'.
49. Tape. Thread Sealing, Teflon, 1/2" x
260"
50. Tarp Fastener, 21 ". Complete with
Hooks
51. Tire Gauge, Straight on Single Chuck,
Mfg #TGC122 (100)
52. Tubing Cutter, Black, Mfg #PXC058
53. Tubing, Type H Braid Reinforced, FDA
Vinyl, 1-1/4", Cut PC
54. Wall Clear PVC Tubing
55. Water Nozzle, Insulated, Mfg
#572TFR
56. Fire Hose. 2 %" x 50' Double Jacket,
#44-APA-D, National Fire
Sub Total
Tax (8.975%)
TOTAL
QTY UNIT
12 EA
60 EA
15 EA
50 EA
8 EA
3 EA
30 LF
100 LF
5 EA
15 EA
UNIT
PRICE
$
$
$
$
$
$
$
$
$
$
EXTENDED
PRICE
$
$
$
$
$
$
$
$
$
$
$
$
$
BRAND NAME
TRADE NO.
G:IPUBLICIRFQI578-4761 PROTECTIVE CLOTHING·RUBBER SUPPLlES·REPAIR PARTS.DOC
---------------
QUOTATION NO. 578-4761 Page 17
Vendor:
QUOTATION SCHEDULE
ADDITIONAL PRODUCTS
State your pricing methodology. Complete either Pricing Methodology I Q! Pricing
Methodology /I below.
PRICING METHODOLOGY I
A percent discount from
(catalog, entire store line, product line, etc.) Will be allowed on all additional purchases.
List below the manufacturers and the discounts off the list price for the products your company
can supply. Provide the date and a hard copy of the current catalog being bid:
MANUFACTURER/COMPANY DATE OF ELECTRONIC VERSION %OF
NAME LIST/CATALOG OF LIST/CATALOG LINK DISCOUNT
G:IPUBLICIRFQIS78-4761 PROTECTIVE CLOTHING-RUBBER SUPPlIES·REPAIR PARTS.DOC
---------------
QUOTATION NO. 578-4761 Page 18
Vendor:
QUOTATION SCHEDULE
PRICING METHODOLOGY II
A markup percent from vendor's cost'" will be allowed on all additional purchases from the
following Manufacturers:
MANUFACTURER/COMPANY NAME ELECTRONIC VERSION OF
LIST/CATALOG LINK
%OFMARKUP
'" Vendor shall provide their supplier's invoice upon request for verification purposes.
G:IPUBLICIRFQI578-4761 PROTECTIVE CLOTHING-RUBBER SUPPLIES-REPAIR PARTS.DOC
Quotation No. 578-4761 Page 19
CHECK LIST
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. One (1) original and three (3) copies (total of 4 documents) of the RFQ have been
provided.
3. One (1) electronic copy of the RFQ has been provided.
4. Addenda, if any, have been completed, signed and included in the bid package.
5. The completed Bidder to Complete page as provided with this RFQ.
6. The completed Reference List as provided with this RFQ.
7. The completed Local Vendor Preference section as provided with this RFQ.
8. The completed Participation page as provided with this RFQ.
9. The Quotation Schedule as provided with this RFQ, has been completed, priced
reviewed for accuracy and any corrections initialed in ink.
10. Indicate all of bidder exceptions to the County's requirements, conditions and
specifications as stated within this RFQ.
11. Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc.
transmitting your bid, attach the "Request for Quotation Label" and include the
following information:
County of Fresno RFQ No. 578-4761
Closing Date: October 29,2009
Closing Time: 2:00 P.M.
Commodity or Service: Protective Clothing, Rubber Supplies &
Repair Parts
This Checklist does not need to be returned with your bid.
G:IPUBLICIRFQI578-4761 PROTECTIVE CLOTHING-RUBBER SUPPLIES-REPAIR PARTS.DOC
PROCUREMENTAGREEMENTNUMBER:P~9~20-K
California Industrial Rubber
December 3,2009
EXHIBIT NO. TWO
CALIFORNIA INDUSTRIAL RUBBER'S
RESPONSE TO
COUNTY'S
REQUEST FOR QUOTATION NO. 578-4671
G:\PLBUC\CCNTRJlCTS & EXfRIlCTS\K\P-OO-620-K CAUFCRNIA ThOJSTRIAl RlIlBER.£XX:
c::,
COUNTY OF FRESNO (f)
REQUEST FOR QUOTATION
NUMBER: 578-4761
PROTECTIVE CLOTHING, RUBBER SUPPLIES & REPAIR PARTS
October 20, 2009
ORG/Requisition: 4510, 8910, 8935, 7910/5101000006, PURCHASING USE C:\DOCUMENTS AND SETIINGSIADMINISTRA TORIMY
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 OCTOBER 29,2009.
QUOTATIONS WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M.
Quotations will be opened and publicly read at that time. All quotation information will be available for review after contract award.
Clarification of specifications is to be directed to: Jeannine L. Geare, phone (559) 456-7110, e-mail
CountyPurchasing@coJresno.ca.us 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
http://www2.co.fresno.ca.us/0440/Bidshome2.asp for RFQ/RFP documents and changes.
BIDDER TO COMPLETE
UNDERSIGNED AGREES TO FURNISH THE COMMODITY OR SERVICE STIPULATED IN THE ATIACHED QUOTATION SCHEDULE AT THE
PRICES AND TERMS STATED, SUBJECT TO THE "COUNTY OF FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS FOR
REQUEST FOR QUOTATIONS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S)"ATIACHED.
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 % days will apply.
CALIFORNIA INDUSTRIAL RUBBER
COMPANY
2539 SOUTH CHERRY AVENUE
ADDRESS
FRESNO CA 93706
s
CITY STATE ZIP CODE
fresno@cir.net
E-MAIL ADDRESS
Jim Williams Store Manager
PRINT NAME TITLE
PO~10 (6108)
Proposal No. 578-4761
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
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 180 days after
closing date of bid.
2. SUBMITTING BIDS:
A) Each bid must be submitted on forms provided in a sealed
envelope/package 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/RFP has
been issued by County of Fresno Purchasing. Purchasing shall be
the vendor's sole point of contact with regard to the RFQ/RFP, its
content, and all issues concerning it.
All communication regarding this RFQ/RFP 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/RFP
Contact with any other County representative, including elected officials,
for the purpose of discussing this RFQ/RFP, 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 staled 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/RFP, 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
unwilling to, bidder may bid alternative or option, indicating all
advantages, disadvantages and their associated cost.
F) Public Contract Code Section 7028.15
Where the State of California requires a Contractor's license, it is a
misdemeanor for any person to submit a bid unless specifically
exempted.
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 (8.975%).
Please indicate as a separate line item if applicable.
B) DO NOT include Federal Excise Tax. County is exempt under
Registration No. 94-73-Q3401-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.
C:IDOCUMENTS AND SETTINGSIADMINISTRA TORIMY DOCUMENTSlLAPTOPlSALES INFOIQUOTESI578-1A PD~10 (4/09)
4761 PROTECTIVE CLOTHING·RUBBER SUPPLIES-REPAIR PARTS FILLED IN.DOC
Proposal No. 578-4761
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 current vendor with The County of Fresno.
This form is available from the IRS to complete on line at
hltp://www.irs.qov/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 RFQJRFP, award(s) will be made to the most
responsive responsible bidder. The evaluation will include such
things as life-qcle 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.
G) 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-€ight 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-€ight 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 fumished or
used in connection with this bid.
10. SAMPLES:
Samples, when required, must be fumished 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.
C:IDOCUMENTS AND SETIINGSIADMINISTRATORIMY DOCUMENTSlLAPTOPlSALES 1B PD..Q40 (6/08)
INFOIQUOTES15784761 PROTECTIVE CLOTHING-RUBBER SUPPLIES-REPAIR PARTS FILLED IN.DOC
Proposal No. 578-4761
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 Director of Industrial Relations. (See
Hazardous Substances Information and Training Act. Califomia 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 fumished pursuant to this
AgreemenUorder shall support a four-<ligit 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 intemal subroutines that
impede the product from operating correctly using dates beyond
December 31, 1999, vendor shall restore orrepair 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 bome 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 Govemmental 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 Califomia and/or local laws and regulations
relating to confidentiality, including but not limited to, Califomia Civil Code,
Califomia Welfare and Institutions Code, Health and Safety Code,
Califomia 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
C:IDOCUMENTS AND SETIINGSIADMINISTRATORIMY DOCUMENTSlLAPTOPlSALES
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 seven (7) working days after
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, and inappropriate or unfair competitive
procurement grievance regarding the RFP process.
Purchasing will provide awritten response to the complainant within seven (7)
working days unless the complainant is notified more time is required.
If the protesting bidder is not satisfied with the decision of Purchasing, he/she
shall have the right to appeal to the Purchasing AgenUCAO within seven (7)
business days after Purchasing's notification; except if, notified to appeal
directly to the Board of Supervisors at the scheduled date and time.
If the protesting bidder is not satisfied with Purchasing AgenUCAO's decision,
the final appeal is with the Board of Supervisors.
20. OBLIGATIONS OF CONTRACTOR:
A) CONTRACTOR shall perform as required by the ensuing contract.
CONTRACTOR also warrants on behalf of itself and all subcontractors
engaged for the performance of the ensuing contract that only persons
authorized to work in the United States pursuant to the Immigration
Reform and Control Act of 1986 and other applicable laws shall be
employed in the performance of the work hereunder.
B) CONTRACTOR shall obey all Federal, State, local and special district
laws, ordinances and regulations.
21. AUDITS & RETENTION:
The Contractor shall maintain in good and legible condition all books,
documents, papers, data files and other records related to its performance
under this contract. Such records shall be complete and available to Fresno
County, the State of Califomia, the federal govemment or their dUly authorized
representatives for the purpose of audit, examination, or copying during the
term of the contract and for a period of at least three years following the
County's final payment under the contract or until conclusion of any pending
matter (e.g., litigation or audit), whichever is later. Such records must be
retained in the manner described above until all pending matters are closed.
22. DISCLOSURE -CRIMINAL HISTORY & CIVIL ACTIONS:
Applies to Request for Proposal (RFP); does not apply to Request for Quotation
(RFQ) unless specifically stated elsewhere in the RFQ document.
In their proposal, the bidder is required to disclose if any of the following conditions
apply to them, their owners, officers, corporate managers and partners (hereinafter
collectively referred to as 'Bidder'):
• Within the three-year period preceding the proposal, they have been
convicted of, or had a civil judgment rendered against them for:
1C PD-040 (6/08)
INFOIQUOTESI578..4761 PROTECTIVE CLOTHING-RUBBER SUPPLIES-REPAIR PARTS FILLED IN.DOC
Proposal No. 578-4761
o fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (federal,
state, or local) transaction or contract under a public
transaction;
o violation of a federal or state antitrust statute;
o embezzlement, theft, forgery, bribery, falsification, or
destruction of records; or
o false statements or receipt of stolen property
Within a three-year period preceding their proposal, they have had a public
transaction (federal, state, or local) terminated for cause or default.
C:IDOCUMENTS AND SETIINGSIADMINISTRATORIMY DOCUMENTSILAPTOP\SAlES 10 PlJ-{)40 (6108)
INFO\QUOTESI578-4761 PROTECTIVE CLOTHING-RUBBER SUPPLIES-REPAIR PARTS FILLED IN.DOC
QUOTATION NO. 578-4761 Page 2
BIDDING INSTRUCTIONS
CONTRACT SUPPLIES
The County of Fresno is requesting bids for miscellaneous protective clothing, rubber supplies
and repair parts as specified within this Request for Quotation.
Due to the nature of the County's requirements, vendor must have a local facility that provides
walk-in custom products as well as the regular products in the vendor's catalog.
LOCAL VENDOR PREFERENCE: The Local Vendor Preference does apply to this Request
for Quotation.
REPORTS: Contractor will provide quarterly reports for products purchased under any
agreement resulting from this Request for Quotation.
Report information to include usage (type, item number and quantity of product purchased) by
County Department (i.e. Public Works, General Services, etc.), dates of each purchase and
price charged. Reports must be delivered to County of Fresno Purchasing, 4525 E. Hamilton
Avenue, Fresno, California 93702, Attention: Jeannine L. Geare not later than thirty (30) days
following the end of the previous quarterly period. The agreement number should be referenced
on all reports.
AWARD: The County of Fresno reserves the right to make the award on the basis of the entire
group or on a per line item basis. The award will be made in a manner determined to be to the
best advantage of the County. The County will be the sole judge in making such determination.
COPIES: Submit one (1) original with one (1) electronic copy on Compact Disk (CD) and
three (3) copies of your quotation no later than the RFQ closing date and time as stated on
the front of this document, to County of Fresno Purchasing. CD must be in a reproducible
format. Do not include any trade secrets on the CD.
ISSUING AGENT: This RFQ has been issued by County of Fresno Purchasing. Purchasing shall
be the vendors 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 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.
C:IDOCUMENTS AND SETTINGSIADMINISTRATORIMY DOCUMENTSIlAPTOP\SALES INFOIQUOTES15784761 PROTECTIVE CLOTHING-RUBBER
SUPPUEs-REPAIR PARTS FILLED IN.DOC
QUOTATION NO. 578-4761 Page 3
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.
RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive
informalities or irregularities in bids.
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 the products 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 meaning or
interpretation. correction thereof may be requested in writing from Purchasing, no later than
October 14,2009.
Questions shall be delivered to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno,
CA 93702. e-mailed to CountvPurchasing@co.fresno.ca.us or faxed to (559) 456-7831. If faxing
the bidder must confirm receipt by phone within one-half (1/2) hour of transmission.
QUANTITIES: Quantities shown in the bid schedule are approximate and the County
guarantees no minimum amount. The County reserves the right to increase or decrease
quantities.
SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing
quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported
by literature, which fully describes items that you are bidding.
No exceptions to or deviations from this specification will be considered unless each exception
or deviation is specifically stated by the bidder in the designated places. If no exceptions or
deviations are shown the bidder will be required to furnish items exactly as specified herein. The
burden of proof of compliance with this specification is the responsibility of the bidder.
NON-EXCLUSIVE: The ensuing agreement may be non-exclusive.
CONTRACT TERM: It is County's intent to enter into an agreement with the successful
bidder(s) for a term of one (1) year.
CONTRACT RENEWAL: The ensuing agreement(s) shall automatically renew for an
additional one (1) year period except when written notice is delivered by either party to the
other expressing intent not to renew. The maximum number of automatic one (1) year renewal
periods under the agreement(s) is two (2).
TERMINATION: This agreement may be terminated by the County at any time upon written
notice.
ORDERING: Orders will be placed as required by the various County departments.
C:IDOCUMENTS AND SETIINGSIADMINISTRATORIMY DOCUMENTSlLAPTOPlSALES INFOIQUOTESI578-4761 PROTECTIVE CLOTHING-RUBBER
SUPPLIES-REPAIR PARTS FILLED IN.DOC
QUOTATION NO. 578-4761 Page 4
INVOICING: All invoices are to be mailed in duplicate to the requesting County department in
accordance with invoicing instruction included in each order. Reference shall be made to the
County of Fresno Agreement Number and purchase order number.
LITERATURE: Bidders shall submit literature, which fully describes items on which they are
bidding, not later than the closing date of this bid. Any and all literature submitted must be
stamped with bidders name and address.
MERCHANDISE RETURNABLE FOR FULL CREDIT: Bidder agrees to accept for full credit any
merchandise sold by him on contract or award resulting from this bid, if returned in good
condition by the County.
GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in
materials and workmanship and guarantee against breakage and other malfunctions when
performing work for which they are designed.
SAMPLES: On request, samples of the products on which you are bidding shall be made
available to the County. County will designate where samples are to be delivered.
Successful bidder's samples may be retained for checking against delivery, in which case
allowance will be made to vendor.
PACKAGING: Each item listed in the bid gives as part of its description the minimum packaging
size that the County would order. The County feels it more reasonable to order the successful
bidder's standard "carton" sizes; therefore, each bidder is asked to fill in the information for each
item. Normally the circumstances resort to minimum package size orders. Be sure to fill in your
"standard" carton size on the quotation schedule if different from stated.
Quote separate prices on each individual item in County unit of measure (i.e., EA, DZ, PG, not
your standard carton price).
VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a
representative to assist County departments in determining their product requirements.
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 or a program of self-insurance, including but not limited to, an insurance
pooling arrangement or Joint Powers Agreement (JPA) 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.
C:IDOCUMENTS AND SETTINGSIADMINISTRATORIMY DOCUMENTSILAPTOP\SALES INFOIQUOTES\578-4761 PROTECTIVE CLOTHING-RUBBER
SUPPLlE~EPAIR PARTS FILLED IN DOC
QUOTATION NO. 578-4761 Page 5
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. Workers Compensation
A policy of Workers Compensation insurance as may be required by the California Labor
Code.
Contractor shall obtain endorsements to the Commercial General Liability insurance naming the
County of Fresno, its officers, agents, and employees, individually and collectively, as additional
insured, but only insofar as the operations under this Agreement are concerned. Such coverage
for additional insured shall apply as primary insurance and any other insurance, or
self-insurance, maintained by County, its officers, agents and employees shall be excess only
and not contributing with insurance provided under contractor's policies herein. This insurance
shall not be cancelled or changed without a minimum of thirty (30) days advance written notice
given to County.
Within Thirty (30) days from the date contractor executes this Agreement, contractor shall
provide certificates of insurance and endorsement as stated above for all of the foregoing
policies, as required herein, to the County of Fresno, Purchasing, 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
contractors 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.
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
C:IDOCUMENTS AND SETTINGSIADMINISTRATORIMY DOCUMENTSlLAPTOPlSALES INFOIQUOTESI578-4761 PROTECTIVE CLOTHING-RUBBER
SUPPLIES-REPAIR PARTS FILLED IN.DOC
QUOTATION NO. 578-4761 Page 6
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.
ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance
with The Civil Rights Act of 1964, The Americans With Disabilities Act of 1990, their subsequent
amendments, and any and all other laws protecting the rights of individuals and agencies. The
County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to
ensure that policy continues under this RFQ. The contractor must also guarantee that services,
or workmanship, provided will be performed in compliance with all applicable local, state, or
federal laws and regulations pertinent to the types of services, or project, of the nature required
under this RFQ. In addition, the contractor may be required to provide evidence substantiating
that their employees have the necessary skills and training to perform the required services or
work.
PRICE ADJUSTMENTS: The Contractor may request price adjustments over the contract
term subject to the following conditions:
• Pricing will be firm for the first one year of the agreement.
• The Contractor will be limited to one price change request for each successive year that
the agreement is in effect. Such request must be made in writing.
• The effective date for a requested price change must be a minimum of one year after the
effective date of the pricing that is in effect at the time the request is made.
• A request for a price change must be made a minimum of sixty calendar days prior to the
requested effective date.
• County will have the right to accept or reject any request for a price change. Such
acceptance or rejection will be made in writing.
County will consider the Contractor's request for a price change only to reflect a change to the
Contractor's cost as evidenced by a change in the manufacturer's price schedule. The price
change must be calculated using the same pricing methodology offered by the Contractor in
his response to this RFQ when applied to the new price schedule. The new price schedule
must be the direct replacement of the schedule (same name and number) as is offered in your
response to this RFQ.
PRICE DECREASES: The vendor shall immediately notify the County of Fresno of all
manufacturer's price decreases and the County of Fresno shall receive full benefit of all such
decreases, effective on the date of the manufacturer's general public announcement.
Price F.O.B.: Quotations are to be F.O.B. Destination.
C:IDOCUMENTS AND SETTINGS\AOMINISTRATOR\MY OOCUMENTS\lJ\PTOPlSALES INFO\QUOTESI578-4761 PROTECTIVE CLOTHING-RUBBER
SUPPLIES-REPAIR PARTS FILLED IN.DOC
QUOTATION NO. 578-4761 Page 7
Vendor: California Industrial Rubber
BIDDER TO COMPLETE:
GUARANTEED DELIVERY: Bidder will be considered in award of bid only if they can guarantee
delivery. Enter guaranteed delivery on this line (Le. number of days from receipt of order to
delivery):
All the parts on this quote are stock items
(Authorized Signature)
The County may require additional items from those in bid schedule.
Prices on additional items will be based on successful bidder's firm discount prices from
manufacturer's current published price list. Successful bidder will be required to file any new
price list that may become effective during the life of the contract with the County of Fresno
Purchasing Manager within thirty (30) days of its becoming effective.
ENCLOSE THREE (3) COPIES OF CURRENT CATALOG(S) WITH BID (If Available).
State Purchase Order mailing address:
NA
MINIMUM ORDER: Bidder to state minimum order quantities and charges for less than
minimum order quantity (if not stated it will be assumed there are none).
$5.00
C:IDOCUMENTS AND SETIINGSIADMINISTRATOR\MY DOCUMENTSILAPTOPlSALES INFO\QUOn:S\578-4761 PROn:CTlVE CLOTHING-RUBBER
SUPPLIES-REPAIR PARTS FILLED IN.DOC
---
---
QUOTATION NO. 578-4761 Page 8
Vendor: California Industrial Rubber
VENDOR MUST COMPLETE AND RETURN WITH REOUEST FOR QUOTATION
REFERENCE LIST
Provide a list of at least five (5) customers for whom you have recently provided similar
products (preferably California State or local government agencies). Be sure to include all
requested information.
Reference Name: City of Fresno -Fleet Management Contact:
Address: 2223 "G" Street
City: Fresno State: CA Zip: 93706
Phone No.: (~ ) 621-1496 10/15/09
·J..r.',·'''"J,''''/.i.Y'd','''''<....,...../'·i.l-II ..../';41~ ,~-it' ".~k::r,~?;.I'A' "·141'/.I,""'J'''''~· ""&.·",64'~~r /7:.1'" ,~I~"'d.,..7·."..~-·q:A' ....,......,.K ·•....,...rN§....,N~.
Reference Name: Citv of Fresno -Sewer Maintenanc E Contact:
Address: 2101 "G" Street Building "CO
City: Fresno State: CA Zip: 93706--=.....:_'----
Phone No.: ( ~) 621-1496 Date: _1:...;:.0~/1..::..:.5/...:...09=---_
../I/I/.I/....../""'#/JT-'.IT/,p;._.,,/~/.II'7I/....,./~.... "'I·;'.'X'/'/""'J#";"'''4I;'¥/4I'1~~:p,/.JPI//.JII'-'l/...•.,/N.A/~;.,;,-.ct'dlA':,..,/..!'/..'N#'1'1'·.,/.,,·I..I~,,/,.,/""'AI'/H/...,/.#/...."#<.v."~"fd~'/.#'//M'/~~.k7Y.ttT.'.Jii!Z<.,.""1
Reference Name: Citv of Fresno -Sewer Maintenancf. Contact:
Address: 5607 W. Jensen Ave
--=-.:~~~=.:....:....:..:...=.-_-------------------City: Fresno State: CA Zip: 93706
Phone No.: 559 621-5100 10/15/09
Reference Name: Citv of Fresno Sewer Maintenanct: Contact:
Address: 1910 East University
City: Fresno
Phone No.: (559 621-5300
State: CA Zip:--
10/15/09
93706
Reference Name: Fresno Metropolitan Flood Control Contact:
Address: 5469 East Olive Avenue
City: Fresno State: CA ~--Zip: 93727
Phone No.: ( 559 456-3292 10/15/09
Failure to provide a list of at least five (5) customers may be cause for rejection
of this RFQ.
C:\OOCUMENTS AND SETIINGSIADMINISTRATORIMY DOCUMENTSILAPTOPlSALES INFOIQUOTES\578-4761 PROTECTIVE CLOTHING-RUBBER
SUPPLIES-REPAIR PARTS FILLED IN.DOC
QUOTATION NO. 578-4761 Page 9
Vendor: California Industrial Rubber
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 Jim Williams
(individual submitting bid)
Store Manager
(title)
Of/for California Industrial Rubber
(Company Name)
Certify that California Industrial Rubber
(Company Name)
Is a Fresno County local Vendor as defined under the General Conditions section of this RFQ
ualifi s for the Local Vendor Preference. an erefore
~ Store Manager 10/15/09
Title Date
C:IDOCUMENTS AND SETIINGSIADMINISTRATORIMY DOCUMENTSILAPTOP\SALES INFOlQUOTES\578-4761 PROTECTIVE CLOTHING-RUBBER
SUPPLIES-REPAIR PARTS FILLED IN DOC
QUOTATION NO. 578-4761 Page 10
Vendor: California Industrial Rubber
NOTIFICATION OF RE-BID
If a local vendor's bid qualifies under Fresno County's Local Vendor Preference, the local vendor
will be notified of his/her opportunity to re-bid. If so notified, the Vendor must submit his/her re
bid within forty-eight (48) hours of notification (excluding weekends and holidays). Notification
will be issued bye-mail or Fax, whichever is preferred by the vendor. Notification to Vendor shall
be considered complete upon County's transmission of e-mail or Fax.
The local vendor shall state his/her preferred method of notification below along with the
appropriate e-mail address or Fax number. Notification by County will be limited to one of those
two (2) methods. It will be the local vendor's responsibility to check his/her e-mail or Fax
messages for notification. The vendor's delay in receiving his/her notification will not alter the
forty-eight (48) hour period allowed for re-bid submission.
LOCAL VENDOR TO COMPLETE:
Indicate ·ONE method for notification of Local Vendor re-bid by providing the appropriate e-mail
address or Fax number. Submit this document as a part of your quotation.
Fax Number 559-268-2619
E-Mail Address or Fax Number (Identify contact person if using a Fax Number)
C:IDOCUMENTS AND SmINGSIADMINISTRATOR\MY DOCUMENTSILAPTOP\SALES INFO\QUOTES1578-4761 PROTECTIVE CLOTHING-RUBBER
SUPPLIEs-REPAIR PARTS FILLED IN.DOC
QUOTATION NO. 578-4761 Page 11
Vendor: California Industrial Rubber
BIDDER TO COMPLETE THE FOLLOWING:
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.
o Yes, we will extend contract terms and conditions to all qualified agencies within the
Central Valley Purchasing Group. o No, we will not extend contract terms to any agency other than the County of Fresno.
~WJL-~
Store Manager
Title
C:IDOCUMENTS AND SETTINGSIADMINISTRATORIMY DOCUMENTSILAPTOPlSALES INFOIQUOTESI578-4761 PROTECTIVE CLOTHING-RUBBER
SUPPLIEs-REPAIR PARTS FILLED IN.DOC
QUOTATION NO. 578-4761 Page 12
ADDITIONAL BIDDING INSTRUCTIONS
Bidder may bid on one, some or all of the items.
The County of Fresno is responsible for sales tax in the amount of 8.975% regardless of the
vendor's place of doing business.
Indicate brand, manufacturer part number etc. in the space provided in the right column of
each item.
The County of Fresno reserves the right to make the award on the basis of the entire group or
on a per line item basis. The County reserves the right to make multiple awards.
F.G.B. point shall be Destination or freight charges must be stated in quotation.
Terms shall be Net 45 days or state discount on Page 1 of this RFQ.
C:IDOCUMENTS AND SETTINGSIADMINISTRATORIMY DOCUMENTS\LAPTOPISALES INFOIQUOTESI578-4761 PROTECTIVE CLOTHING·RUBBER
SUPPUES-REPAIR PARTS FILLED IN.DOC
QUOTATION NO. 578-4761 Page 13
Vendor: California Industrial Rubber
QUOTATION SCHEDULE
Bidders may bid on one, some or all of the items.
AWARD: the County of Fresno reserves the right to make award on the basis of the entire
group or on a per line item basis. The award will be made in a manner determined to be to
the best advantage of the County. The County will be the sole judge in making such
determination.
F.G.B. point shall be Destination or freight charges must be stated in quotation.
DESCRIPTION QTY UNIT UNIT EXTENDED BRAND NAME
PRICE PRICE TRADE NO.
Miscellaneous protective clothing, rubber
supplies and repair parts as specified or equal
within this Request for Quotation.
1. 1 x2W1-111/2MIPTHydraulicHose 3 EA $17.29 $51.87 Parker
Coupling attached Mfg # 101HY-16
16, (HY16-16MP)
2. 3/8" Yellow Air Hose 100 LF $0.60 $60.00 Therrnoid
3. Belt, Black, 13"WXTL 7 LF $10.39 $72.73 Fenner Dunlop
4. Black Belt, Rockmaster, 8" x 2 ply 2-10 LF $4.70 $47.00 Fenner Dunlop
220,1/8" x 1/16" 0"99'
5. C.I. Sheet, 3/16", Full Width of 3', Mfg 20 SQFT $11.35 $227.00 Garlock
#2102
6. Coupling, FPT Universal, 1/4" body 4 EA $10.13 $40.52 Parker
size IHD INTR, Mfg #150U
7. Coupling, MPT Universal, 1/4" body 4 EA $10.13 $40.52 Parker
size IHD INTR, Mfg #152U
8. Die, Neoprene Rubber, 2-3/4" OD x 1-8 EA $0.80 $6.40 Garlock
3/4"ID x 3/16" Mfg #2112
9. Dixon Air King, Female End, 3/4" 4 EA $4.51 $18.04 Dixon
10. Dixon Air King, Male End, 3/4" 6 EA $4.57 $27.42 Dixon
11. Dixon Long Strainer, 3", 4 EA $24.16 $96.64 Dixon
Mfg #RSS-35
12. Dust Mask, Disposable, WI Flexible 50 EA $.24 $12.00 Cordova
Metal Nose Piece, Mfg #CDMI (2985)
C:IOOCUMENTS AND SETTINGSIADMINISTRATORIMY DOCUMENTSIlAPTOP\SALES INFO\QUOTES\5764761 PROTECTIVE CLOTHING-RUBBER
SUPPLIES-REPAIR PARTS FILLED IN.DOC
QUOTATION NO. 578-4761 Page 14
Vendor: California Industrial Rubber
QUOTATION SCHEDULE
DESCRIPTION QTY UNIT UNIT EXTENDED BRAND NAME
PRICE PRICE TRADE NO.
13. Hex Nipple, 3/8"MIPT x 3/8"MIPT, Mfg 6 EA $0.95 $5.70 Tompkins
#1251-6-6 (5404-06)
14. Hose, Air Duct, Thermo-Plastic 25 LF $4.44 $111.00 Thermoid
Rubber 8", Type RFH, Black
15. Hose, Air Duct, Thermo-Plastic 25 LF $5.68 $142.00 Thermoid
Rubber 10", Type RFH, Black
16. Hose, Air Duct, Thermo-Plastic 25 LF $6.80 $170.00 Thermoid
Rubber 12", Type RFH, Black
17. Hose, Air Duct, Thermo-Plastic 25 LF $10.96 $274.00 Thermoid
Rubber 16, Type RFH, Black
18. Hose, Commercial Vacuum, Plastic, 2" 50 LF $2.08 $104.00 Amflex Plastics
19. Hose, Discharge, PVC, Blue, 3" 200 LF $0.90 $180.00 Sunflow
20. Hose, General Service, Red GST 500 LF $0.43 $215.00 Parker
21. Hose, S.J. HD-Mill, 1-1/2", 250psi, 50 LF $1.31 $65.50 Snaptite
Uncoupled
22. Hose, Transporter Water Suction, 2" 20 LF $7.42 $148.40 Thermoid
23. Hose, Transporter Water Suction, 3" 20 LF $11.11 $222.20 Thermoid
24. Hose, Transporter Water Suction, 4" 20 LF $15.08 $301.60 Thermoid
25. Hose, Water Suction, Plastic, Green, 50 LF $2.89 $144.50 Pacific Echo
3" #110
26. Hose, Water Suction, Plastic, Green, 2 EA $160.93 $321.86 Pacific Echo
3", #110,20' long, 30C KC with Long
Strainer
27. Hose, Water Suction, Plastic, Green, 10 LF $4.63 $46.30 Pacific Echo
4",#110
28. Boot, Chevron Plus Sole, Premier 10 EA $44.92 $449.20 Tingley
PVC, Brick Red, Size 9-12, Mfg
#93145
29. Insulated Wader, 3 PLY, Black, Size 5 PR $101.19 $505.95 La Cross
9-12, Mfg #191200
30.Jacket, Hood in Collar, PVC/Polyester, 5 EA $42.78 $213.90 Tingley
Florescent Lime-Yellow, .35mm, 2"
reflective tape, Mfg #J53122
C:IDOCUMENTS AND SffilNGSIADMINISTRATORIMY DOCUMENTSILAPTOPISALES INFOIQUOTES\578-4761 PROTECTIVE CLOTHING-RUBBER
SUPPLIES-REPAIR PARTS FILLED IN.DOC
QUOTATION NO. 578-4761 Page 15
Vendor: California Industrial Rubber
QUOTATION SCHEDULE
DESCRIPTION QTY UNIT UNIT
PRICE
EXTENDED
PRICE
BRAND NAME
TRADE NO.
31. Yellow PVC/Polyester Jacket w/Hood
Snaps, VH207
5 EA $7.25 $36.25 Tingley
32. Overall, PVC/Polyester, Florescent
Lime-Yellow, .35mm, 2XL, 2"
reflective tape, Mfg #053122
5 EA $14.64 $73.20 Tingley
33.Yellow PVC Rayon Hat, IH417 10 EA $3.95 $39.50 Tingley
34. Wader Suspenders, H-Back, Mfg
#908250
2 EA $12.20 $24.40 La Cross
35. KC Nipple, 1-1/2", Attached 1 band,
Mfg #ST20
5 EA $15.31 $76.55 Dixon
36. KC Nipple, 3", Attached 2 bands, Mfg
#ST35
5 EA $35.43 $177.15 Dixon
37. Quick Coupler, Aluminum, 1-112", F
Coupler, Mfg #120
2 EA $15.81 $31.62 PT Coupling
38.Quick Coupler, Aluminum, 1-1/2", M
Adapter, Mfg #15F
2 EA $9.87 $19.74 PT Coupling
39.Quick Coupler, Aluminum, 1-114", Dust
Plug, Mfg #12W
2 EA $8.21 $16.42 PT Coupling
40.Quick Coupler, Aluminum, 1-1/4", F
Coupler, Mfg #120
2 EA $15.81 $31.62 PT Coupling
41, Quick Coupler, Aluminum, 1-1/4",
Hose Shank Coupler Attached, 1
Band, Mfg #12C
2 EA $23.09 $46.18 PT Coupling
42. Quick Coupler, Aluminum, 3", M
Adapter, Mfg #30B
2 EA $30.12 $60.24 PT Coupling
43. Quick Coupler, Aluminum, 3", M
Adapter, Mfg #30F
2 EA $21.66 $43.32 PT Coupling
44. Quick Coupler, Polypropylene, 1-1/2",
Dust Cap, Mfg #15V
2 EA $15.69 $31.38 PT Coupling
45. Quick Coupler, Polypropylene, 3/4",
Hose Shank Coupler Bulk, Mfg #3/4C
2 EA $11.97 $23.94 PT Coupling
46. Sheet, Cut Sheet, Polyethylene,
Natural FDA UHMW, 1/2"
16.04 SQFT $8.00 $128.32 Roehling
C:IDOCUMENTS AND SETTINGSIADMINISTRATORIMY DOCUMENTSILAPTOPlSALES INFOIQUOTESI578-4761 PROTECTIVE CLOTHING-RUBBER
SUPPLIES-REPAIR PARTS FILLED IN.DOC
QUOTATION NO. 578-4761 Page 16
Vendor: Califomia Industrial Rubber
QUOTATION SCHEDULE
DESCRIPTION QTY UNIT UNIT EXTENDED BRAND NAME
PRICE PRICE TRADE NO.
47. Tape, Duct, Silver 2" x 67 Yd 12 EA $6.61 $79.32 EZ-Flo
48. Tape, Electrical, PVC, 3/4" x 60', 60 EA $0.63 $37.80 EZ-Flo
49. Tape, Thread Sealing, Teflon, 1/2" x 15 EA $0.48 $7.20 EZ-Flo
260"
50. Tarp Fastener, 21", Complete with 50 EA $1.22 $61.00 P&E Rubber
Hooks
51. Tire Gauge I Straight on Single Chuck, 8 EA $38.22 $305.76 Coilhose
Mfg #TGC122 (100)
52. Tubing Cutter, Black, Mfg #PXC058 3 EA $7.85 $23.55 Coilhose
53. Tubing, Type H Braid Reinforced, FDA 30 LF $2.06 $61.80 Pacific Echo
Vinyl, 1-1/4", Cut PC
54. Wall Clear PVC Tubing 100 LF $0.51 $51.00 Pacific Echo
55. Water Nozzle, Insulated, Mfg 5 EA $13.57 $67.85 Gilmore
#572TFR
56. Fire Hose, 2 Y2" x 50' Double Jacket, 15 EA $154.67 $2320.05 National Fire
#44-APA-D, National Fire Hose
Sub Total $8196.41
Tax (8.975%) $735.63
TOTAL $8932.04
C:IDOCUMENTS AND SETTINGSIADMINISTRATORIMY DOCUMENTSILAPTOPISALES INFOIQUOTES\578-4761 PROTECTIVE CLOTHING-RUBBER
SUPPLIES-REPAIR PARTS FILLED IN.DOC
QUOTATION NO. 578-4761 Page 17
Vendor: California Industrial Rubber
QUOTATION SCHEDULE
ADDITIONAL PRODUCTS
State your pricing methodology. Complete either Pricing Methodology I or Pricing
Methodology II below.
PRICING METHODOLOGY I
A percent discount from
Will be allowed on all additional purchases. (catalog, entire store line, product line, etc.)
List below the manufacturers and the discounts off the list price for the products your company
can supply. Provide the date and a hard copy of the current catalog being bid:
MANUFACTURER/COMPANY DATE OF ELECTRONIC VERSION 0/0 OF
NAME LISTICATALOG OF LISTICATALOG LINK DISCOUNT
C:\DOCUMENTS AND SETIINGS\ADMINISTRATOR\MY DOCUMENTS\L.APTOP\SALES INFO\QUOTES\578-4761 PROTECTIVE CLOTHING-RUBBER
SUPPLIES-REPAIR PARTS FILLED IN.DOC
QUOTATION NO. 578-4761 Page 18
Vendor: California Industrial Rubber
QUOTATION SCHEDULE
PRICING METHODOLOGY II
A markup percent from vendor's cost* will be allowed on all additional purchases from the
following Manufacturers:
MANUFACTURER/COMPANY NAME ELECTRONIC VERSION OF
LIST/CATALOG LINK
%oFMARKUP
* Vendor shall provide their supplier's invoice upon request for verification purposes.
C:IDOCUMENTS AND SETTINGS\ADMINISTRATOR\MY DOCUMENTSILAPTOP\SALES INFOIQUOTES\5784761 PROTECTIVE CLOTHING-RUBBER
SUPPLIES-REPAIR PARTS FILLED IN.DOC
RECEIVED
OCT 152009COUNTY OF FRESNO
CALIF. IND. RUBBER CO.
FRESNO
ADDENDUM NUMBER: ONE (1)
RFQ NUMBER: 578·4761
PROTECTIVE CLOTHING, RUBBER SUPPLIES & REPAIR PARTS
October 13, 2009
PURCHASING USE II II G G"\PI181 IQRE0\578,4761 ADD 1 oar:
COUNTY OF FRESNO, Purchasing
4525 EAST HAMILTON AVENUE
FRESNO, CA 93702-4599
ICLOSING DATE OF BID WILL BE AT 2:00 P.M., ON OCTOBER 29, 2009~
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: Jeannine L. Geare, phone (559) 456-7110, FAX (559) 456-7831.
NOTE THE FOLLOWING ADDITIONS, DELETIONS ANDIOR CHANGES TO THE REQUIREMENTS OF
REQUEST FOR QUOTATION NUMBER: 578-4761 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE
SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION.
~ Clarification of items on the Quotation Schedule:
o Item 1.: 1 x 2W 1-11 J.1 MIPT Hydraulic Hose Coupling attached Mfg # 101HY-16-16, (HY16-16MP)
is a hydraulic hose fitting and installation onto a County-owned hose.
o Item 3.: Belt, Black, 13W x 7'L is a cut section of Black Rubber Belting Material, 13" width x 7 ft
length, 3-ply, 3/16 x 1/16 cross-section.
o Item 54.: Wall Clear PVC Tubing has the dimensions of %" 1.0. x 1" 0.0. x 1/8"
SIGNATURE:
NAME & TITLE:
G:\PUBLlC\RFQ\57B-4761 ADD 1.DOC
(PRINT)
(7/04)