HomeMy WebLinkAbout25941COUNTY OF FRESNO
CON1BACT EXTRACT
PURCHASING
DATE: 12/21/2009
MlrAmf: THIS EXTRACT IS FOR REFERENCE AND INFORMA TlONAL PURPOSES ONL Y. ALL BUSINESS AND MANAGEMENT DECISIONS MUST
• BE GOVERNED BY THE UNDERLYING CONTRACT. ANY QUESTIONS MUST INCLUDE THE CONTRACT NUMBER AND BE ADDRESSED
• TO THE COUNTY'S PURCHASING OFFICE AT 456-7110.
CONTRACT NUMBER: P-Q9-626-G VENDOR NUMBER 0000003246
CONTRACT TITLE: Snow Removal Services NAME I ADDRESS Doug Koerper Construction
P.O. Box 484
• MAY INClUDE MULTIPLECONTRACT PERIOD: 12/15/2009 thru 3/15/2010 ShaverLake,GA 93664
YEARS
USING AGENCIES: PW & P-Special Districts REPRESENTATIVE: Doug Koerper
TELEPHONE: (559) 841-3747
FAX: (559) 841-2424
E-MAIL:TERMS: Net 45 Days
DELIVERY TERMS:
DELIVERY TIME: REQUISITION NO'S:
G -Craig J. Nickel
tJ:1AJBUYER: 9181000002
CONTRACT VALUE: $50,236.80 Maximum 111 New D Cancellation Relerence:LOCATION: GSA Nos. 35-AS, Bretz Rd. from Hwy 168 to Slick o Renewal o Short Term TlcDlte: 0Rock Rd., 35-0, 35-AT, 35-GD, 35-AK o Adjustment o Evergreen Code:
REPORTS: NoneoAddOn o Kill
Org: 9180, 9208, 9249, 9259, 9275
SUDersedes 270078
BOARD/GROUP/STATE CONTRACT NO:
COMMODITIES. SERVICES OR MAINTENANCE COVERED UNDER THIS ACTION:
GSA Nos. 35-AS, 35-0, 35-AT, 35-GD, 35-AK and Bretz Road from Hwy 168 to Slick Rock Road.
SPECIAL CONDITIONS FOR USE:
• Agreement does not automatically renew.
DISTRIBUllON REQUESTEDIBY/DATE ADDITIONAL DISTRIBUTION
CONTRACT FILE IilI
BUYER:
VENDOR
AUDITOR:
DEPARTMENT Plillc Works-5pecia1 Dlstricls
REQUISITIONER: Baron Zerahian
~
I
I
~I
~
jeb P-09-626-G AccessReport Extract Page 1 011
County of Fresno
COUNTY ADMINISTRATIVE OFFICE
GENERAL SERVICES
ARPI K. APKARIAN
DEPUTY DIRECTOR
PROCLTREMENT AGREEMENT
Agreement Number P-09-626-G
I)ecember9,2009 -..
::000 . .,:.-" ~
<: ...,
I ~ -...I ..0
Doug Koerper Construction OJ
U)P.O. Box 484
~ = T
.L:.Shaver Lake, CA 93664 ~
<.::::I
-n "
The County of Fresno (County) hereby contracts with Doug Koerper Construction (Contractor) to
perform Snow Removal Services at CSA No. 35-AS (Dogwood) and the wastewater treatment
facility access road, Bretz Road from Highway 168 to Slick Rock Lane, CSA No. 35-0 (Granite
Ridge), CSA No. 35-AT (Bretz Mountain Village), CSA No. 35-CD (Timber Ridge) and CSA No.
35-AK (Woody Lane) in accordance with the terms and conditions as stated under County's
Request for Quotation Number 968-4773 (Exhibit No. One), the Contractor's response thereto
(Exhibit No. Two) and Attachment "A". each document is attached and by reference incorporated
herein.
TERM: This Agreement shall become effective upon execution by both parties and shall remain
in effect for three (3) months.
CONTRACTOR'S SERVICES: Contractor shall perform the services as described in Attachment
"A" attached, at the rates set forth in Attachment "A".
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.
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.
4525 East Hamilton Avenue / Fresno, California 93702-4599 / Phone (559) 456-7110 / Fax (559) 456-7831
Equal Employment Opportunity· Affirmative Adlon • Disabled Employer
PROCUREMENT AGRE~I\IIENT NUMBER: P-09-626-G Page 2
Doug Koerper Construction
December 10, 2009
MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in
excess of fifty thousand two hundred thirty-six dollars and 80 cents ($50,236.80).
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:
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.
G\PUBLlC\CONTRACTS & EXTRACTS\G\P-09-626-G DOUG KOERPERDOC
PROCUREMENT AGREEMENT NUMBER: P-09-626-G Page 3
Doug Koerper Construction
December 9, 2009
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, 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.
G:\PUBLlC\CONTRACTS & EXTRACTS\G\P-09-626-G DOUG KOERPER.DOC
PROCUREMENT AGREEMENT NUMBER: P-09-626-G Page 4
Doug Koerper Construction
December 9,2009
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. 968-4773 and the Contractor's Quote in response thereto); (2)
Attachment "A"; (3) the County's Request for Quotation No. 968-4773 and (4) the Contractor's
quotation made in response to County's Request for Quotation No. 968-4773.
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:\PUBLlC\CONTRACTS & EXTRACTS\G\P-09-626-G DOUG KOERPERDOC
PROCUREMENT AGREEMENT NUMBER: P-09-626-G Page 5
Doug Koerper Construction
December 9, 2009
Please refer any inquiries in this matter to Craig Nickel, Buyer III, at (559) 456-7110 or FAX at (559)
456-7831.
FOR THE COUNTY OF FRESNO
~~~~-_............... --=
Purchasing Supervisor
4525 East Hamilton Avenue
Fresno, CA 93702-4599
Date: f ~\ /0 f 0 4 _
KAV:CJN 4 \ r-t
CONTRACTOR TO COMPLETE:
Company: ~ 0 LJ E1 ,.Go £.R P.E-R.
Type of Entity:
o Individual o Limited Liability Company
~sole Proprietorship o Limited Liability Partnership
o General Partnership
Date
o Corporation
Signed by:
Address
Address City State Zip
( ) ~4-( -?747
TELEPHONE NUMBER
( ) 8"4r
FAX NUMBER
-2-42-~ 7:O~t(~//~
E-MAIL ADDRESS
9'A462l. ~A1
- , ,
ACCOUNTING USE ONLY
ORG No.: 9180,9208,9249,9259,9275
Account No.: 7220
Requisition No.: 9181000002
(10108)
G:\PUBLlC\CONTRACTS &EXTRACTS\G\P-09-626-G DOUG KOERPER.DOC
PROCUREMENT AGREEMENT NUMBER: P-09-626-G Attachment Page 1 of 1
Doug Koerper Construction
December 10, 2009
A TTACHMENT '~ II
SERVICES
This agreement is to cover the months of November, December of 2009 and January of 2010.
The Public Works Department will be sending a contract to the Board of Supervisors for the
remainder of the snow season.
Snow Removal Service Area Quotation for an average year Monthly payment for Nov.,
Dec., Jan.
CSA No. 35 AS (Dogwood) $ 39,600.00 $ 6,336.00
Solitude Lane to Shaver Lake Wastewater
Treatment Facilities (part of CSA 35 AS
Service)
$ 3,800.00 $ 608.00
Bretz Road from Highway 168 to Slick Rock
Lane
$ 5,940.00 $ 950.40
CSA No. 35, Zone a (Granite Ridge) $ 33,000.00 $ 5,280.00
CSA No. 35, Zone AT, Bretz Mountain
Village)
$ 9,360.00 $ 1,497.60
CSA No. 35, Zone CD, (Timber Ridge) $ 9,960.00 $1,593.60
CSA No. 35, Zone AK (Woody Lane) $ 3,000.00 $ 480.00
G:\PUBLlC\CONTRACTS & EXTRACTS\G\P-09-626-G DOUG KOERPERDOC
PROCUREMENT AGREEMENT NUMBER: P-09-626-G
Doug Koerper Construction
December 9,2009
EXHIBIT NO. ONE
G:\PUBLlC\CONTRACTS & EXTRACTS\G\P-09-626-G DOUG KOERPER.DOC
COU Y OF RESNO
REQUEST FOR QUOTATION
NUMBER: 968-4773
SNOW REMOVAL SERVICES
November 10, 2009
PURCHASING USE
ORG/Requisition: 9180/9181000002 G:\PUBLlc\RFQ\968·4773 SNOW REMOVAL SERVICES. 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 NOVEMBER 13, 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: Craig Nickel, 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 RFOIRFP 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.
COMPANY
ADDRESS
CITY STATE ZIP CODE
( ) ( )
TELEPHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS
SIGNED BY
PRINT NAME TITLE
PD-OlO (6/08)
Proposal No. 968-4773
COUNTY OF FRESNO PURCHASING
STANDARD INSTRUCTIONS AND CONDITIONS FOR
REQUESTS FOR PROPOSALS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S)
!'Jote: 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
permilted. 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) Siale brand or make of each item. If bidding on other than specified,
state make, model and brand being bid and altach 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 nol 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 finn'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. SUBMITIING BIDS:
A) Each bid must be submitted on fonns 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 wor1<ing 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 RFOIRFP has
been issued by Counfy of Fresno Purchasing. Purchasing shall be
the vendor's sole point of contact with regard to the RFQ/RFP, its
content, and all issues conceming it.
All communication regarding this RFOIRFP 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
contacl for discussions or information pertaining to the RFOIRFP.
Contact with any other County representative, including elected officials,
for the purpose of discussing this RFOIRFP, its content, or any other
issue conceming 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 10 ils 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 altemative or option, indicating all
advantages, disadvantages and their associated cost.
F) Public Contract Code Section 7028.15
Where the State of Califomia requires a Contractor's license, it is a
misdemeanor for any person to submit a bid unless specifically
exempled.
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 Califomia 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. 94-73-03401-K.
C) County is exempt from Federal Transportation Tax. Exemption
certificate is not required where shipping papers show consignee as
County of Fresno.
OJ Charges for transportation, containers, packing, etc. will not be paid
unless specified in bid.
G:\PUBLlC\RFQ\968-4773 SNOW REMOVAL SERVICES.DOC 1A PO-01O (4/09)
Proposal No. 968-4773
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
http://www.irs.gov/pub/irs-pdflfw9.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 RFOIRFP, award(s) will be made to the most
responsive responsible bidder. The evaluation will include such
things as life-cycle cost, availability, delivery costs and whose
product and/or service is deemed to be in the best interest of the
County. The County shall be the sole judge in making such
determination.
B) Unless bidder gives notice of all-or-none award in bid, County may
accept any item, group of items or on the basis of total bid.
C) The County reserves the right to reject any and all bids and to waive
informalities or irregularities in bids.
D) After award, all bids shall be open to public inspection. The County
assumes no responsibility for the confidentiality of information
offered in a bid.
7. LOCAL VENDORS
A) Local Vendor Preference (applicable to RFO 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 /lip 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 furnished and delivered free and, if not
destroyed by tests, will upon written request (within 30 days of bid closing
date) be returned at the bidder's expense. In the absence of such notification,
County shall have the right to dispose of the samples in whatever manner it
deems appropriate.
11. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT:
A) In case 01 default by vendor, the County may procure the articles or
service from another source and may recover the cost diHerence 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 10 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/RFO shall be superseded if in
conflict with any other section of this bid, to the extent of any such conflict.
G:\PU8L1C\RFQ\968-4773 SNOW REMOVAL SERVICES.DOC 18 PD-040 (6/08)
Proposal No. 968-4773
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 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 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 (HIPM). As a HIPM 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 HIPM
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 HIPM'S Privacy Rule, except as authorized for
G:\PUBLlC\RFQ\968-4n3 SNOW REMOVAL SERVICESDOC
management, administrative or legal responsibilities of the Business
Associate.
Vendor shall not use or further disclose PHI other than as permilled or required
by the County, or as required by law without wrillen 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 submilled in writing within seven (7) working days after
notification of proposed recommendations. Appeals should be submilled to
County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, Califomia
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 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 itsell 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 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
mailer (e.g., litigation or audit), whichever is later. Such records must be
retained in the manner described above until all pending mailers 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)
Proposal No. 968-4773
o fraud or a criminal offense in connection with obtaining,
attempting to obtain, or perfonning 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) tenninated for cause or default.
G:\PUBLlC\RFQ\96B-4773 SNOW REMOVAL SERVICES.DOC 10 PD-040 (610B)
Quotation No. 968-4773 Page 2
BIDDING INSTRUCTIONS
CONTRACT SERVICE AND SUPPLY
The County of Fresno is soliciting bids to provide all labor, materials, equipment, etc., for
Snow Removal Services at the following County Service Areas (CSA).
Snow Removal Service Area Miles
1. CSA NO.1 -Tamarack Estates Internal Roads 0.663
Access way to wastewater treatment plant 12' wide by 100' long (part of CSA No.1) 0.19
2. CSA No. 35 AS (Dogwood) 6.45
Solitude Lane to Shaver Lake WWTP (Part of CSA No. 35 AS service) 0.50
3. Bretz Road from Highway 168 to Slick Rock Lane 1.25
4. CSA No. 35, Zone 0 (Granite Ridge), Internal Roads, Phase I through Phase VII' 2.813
5. CSA No. 35, Zone AT, Bretz Mountain Village), Internal Roads 1.196
6. CSA No. 35, Zone CD, (Timber Ridge), Internal Roads 0.7087
7. CSA No. 35, Zone AG, (Wildflower Village) Internal Roads, Phases I through V 3.250
8. CSA No. 35, Zone V, (Musick Falls), Internal Roads 0.998
9. CSA No. 35, Zone AK (Woody Lane), Internal Roads 0.174
The contract term shall be one (1) year.
LOCAL VENDOR PREFERENCE: The Local Vendor Preference does not apply to this
Request for Quotation.
AWARD: Award will be made to the vendor(s) offering the equipment and system deemed to
be to the best advantage of the County. The County shall be the sole judge in making such
determination.
COPIES: Submit one (1) original and two (2) copies of your quotation no later than the RFQ
closing date and time as stated on the front of this document, to County of Fresno Purchasing.
ISSUING AGENT: This RFQ has been issued by County of Fresno Purchasing. The
Purchasing shall be the vendor's sole point of contact with regard to the RFQ, its content, and
all issues concerning it.
AUTHORIZED CONTACT: All communication regarding this RFQ shall be directed to an
authorized representative of 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
G:\PUBLlC\RFQ\968·4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 3
writing) with such other County representatives, may constitute grounds for rejection by
Purchasing of the vendor's quotation.
The above stated restriction on vendor contact with County representatives shall apply until
the County has awarded a purchase order or contract to a vendor or vendors, except as
follows. First, in the event that a vendor initiates a formal protest against the RFQ, such
vendor may contact the appropriate individual, or individuals who are managing that protest as
outlined in the County's established protest procedures. All such contact must be in
accordance with the sequence set forth under the protest procedures. Second, in the event a
public hearing is scheduled before the Board of Supervisors to hear testimony prior to its
approval of a purchase order or contract, any vendor may address the Board.
PAYMENT: County will make partial payments for services under this contract as described in
the paragraph entitled "Compensation" within the Scope of Work section of this RFQ.
RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to
waive informalities or irregularities in bids.
TERM: The contract period shall be one (1) year.
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.
INVOICING: All invoices are to be delivered in duplicate to Special Districts Administration,
Resources Division, Department of Public Works and Planning, 2220 Tulare Street, Sixth
Floor, Fresno, CA 93721. Reference shall be made to the purchase order/contract number
and equipment number if applicable on the invoice.
VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a
representative to assist County departments in determining their product requirements.
TERMINATION: This agreement may be terminated by the County at any time upon written
notice.
HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at
County's request, defend the County, its officers, agents and employees, from any and all
costs and expenses, damages, liabilities, claims and losses occurring or resulting to County in
connection with the performance, or failure to perform, by Contractor, its officers, agents or
employees under this Agreement and from any and all costs and expenses, damages,
liabilities, claims and losses occurring or resulting to any person, firm or corporation who may
be injured or damaged by the performance, or failure to perform, of Contractor, its officers,
agents or employees under this Agreement.
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.
G:\PUBLlC\RFQ\968·4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 4
INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed
by Bidder under this agreement, it is mutually understood and agreed that Bidder, including
any and all of Bidder'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 Bidder shall perform its work and function. However, County shall retain the right to
administer this agreement so as to verify that Bidder is performing its obligations in
accordance with the terms and conditions thereof. Bidder 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, Bidder waives any and all employment
rights and benefits available to County employees. Bidder shall be solely liable and
responsible for providing to, or on behalf of, its employees all legally required employee
benefits. In addition, Bidder 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, Bidder may be providing services to others unrelated to
the County or to this agreement.
PRICES: Bidder agrees that prices quoted are maximum for the contract period, and in the
event of a price decline such lower prices shall be extended to the County of Fresno.
EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall
have examined the site of work before bidding and shall be responsible for having acquired
full knowledge of the job and of all problems affecting it. No variations or allowance from the
contract sum will be made because of lack of such examination.
DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc.,
by the contractor in the performance of his work shall be replaced or repaired and restored to
original condition by the contractor.
CLEAN-UP: The Contractor shall at all times, keep the premises clean from accumulation of
waste materials or rubbish caused by his employees or work and shall remove all resulting
work debris from the job site.
SUPERVISION: The Contractor shall give efficient supervision to the work, using therein the
skill and diligence for which he is remunerated in the contract price. He shall carefully inspect
the site and study and compare all drawings, specifications and other instructions, as
ignorance of any phase of any of the features or conditions affecting the contract will not
excuse him from carrying out its provisions to its full intent.
STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike
manner.
SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes
and ordinances as may be required.
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
G:\PUBLlC\RFQ\968-4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 5
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.
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, Public Works and Planning
Special District Administration, 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:IPUBLICIRFQI968-4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 6
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.
Name of Insurance Carrier:
Public Liability: Expires:
Workman's Compensation: ________________ Expires:
Proof of maintenance of adequate insurance will be required before award is made to vendor.
GUARANTEE: The bidder shall state his written guarantee here:
REFERENCES: Provide a list of three (3) client references who are presently using services
being quoted. (Name, phone number and contact person.)
G:\PUBLlC\RFQ\96B-4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 7
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 and other tax supported 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 and other tax supported agencies.
D No, we will not extend contract terms to any agency other than the County of Fresno.
(Authorized Signature)
Title
G:\PUBLlC\RFQ\968-4773 SNOW REMOVAL SERVICES.DOC
-------------------
------------
---
---------
---------
---
---------
---------
---------
---
---------
Quotation No. 968-4773 Page 8
Firm:
REFERENCE LIST
Provide a list of at least five (5) customers for whom you have recently provided similar
services (preferably California State or local government agencies). Be sure to include all
requested information.
Contact:
Zip:
Date:
____________ Contact:Reference Name:
Address:
City: State: Zip:
----------,-----------------------
Phone No.: ( Date:
Service Provided:
____________ Contact:
Zip:
Date:
____________ Contact:
Zip:
Date:
____________ Contact:
Zip:
Date:
Failure to provide a list of at least five (5) customers may be cause for rejection
of this RFQ.
G:\PUBlIC\RFQ\968·4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 9
SCOPE OF WORK
SNOW REMOVAL SERVICE AREAS: The County of Fresno Purchasing on behalf of the
Department of Public Works and Planning, Resources Division is requesting quotations from
qualified snow removal contractors for snow removal services. Below is a list of the snow
removal service areas for which individual quotes will be received.
Snow Removal Service Area Miles
1. CSA NO.1 -Tamarack Estates Internal Roads 0.663
Access way to wastewater treatment plant 12' wide by 100' long (part of GSA No.1) 0.19
2. CSA No. 35 AS (Dogwood) 6.45
Solitude Lane to Shaver Lake WWTP (Part of GSA No. 35 AS service) 0.50
3. Bretz Road from Highway 168 to Slick Rock Lane 1.25
4. CSA No. 35, Zone 0 (Granite Ridge), Internal Roads, Phase I through Phase VIII 2.813
5. CSA No. 35, Zone AT, Bretz Mountain Village), Internal Roads 1.196
6. CSA No. 35, Zone CD, (Timber Ridge), Internal Roads 0.7087
7. CSA No. 35, Zone AG, (Wildflower Village) Internal Roads, Phases I through V 3.250
8. CSA No. 35, Zone V, (Musick Falls), Internal Roads 0.998
9. CSA No. 35, Zone AK (Woody Lane), Internal Roads 0.174
Exhibit A-1 is an area wide map showing the snow removal areas within the Shaver Lake
Community. Exhibits A-2 through A-7 show areas and roadways needing snow removal
services. Exhibit B provides a list of road names and lengths.
Bids may be submitted for one or more areas. Bidders are encouraged to bid on service
areas in which they can provide the best response time and efficiencies. However, the County
may not obtain service contracts for all of the areas listed above.
SNOW SEASON: The snow season is defined as when the first snowfall occurs, or
November 1, which ever occurs first until the last snowfall, or May 31, whichever occurs last.
SCOPE OF WORK I DUTIES AND RESPONSIBILITIES: Snow removal shall be done in a
manner to preserve and protect the roads, to the extent necessary, to insure safe and efficient
transportation. The work shall be performed in a professional, workmanlike manner, and shall
use those methods and equipment consistent with the best practices of the trade. The
Contractor's responsibilities and duties are detailed below.
A. Prior to the first snow fall:
1 Provide County staff with current certificates of insurance for all categories of required
coverage.
2 Conduct an inspection of the subject roadways accompanied by County Staff and
Citizen's Advisory Council member to accomplish the following:
G:IPUBLICIRFQI968-4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 10
a Document in writing and in electronic digital photographs the location and extent of
any previous damage to roadway pavement, curbs, gutters driveway approaches,
drainage and sewer collection facilities. The documentation shall be transmitted to
the County Representative in a timely manner and will be retained as a benchmark
for evaluating future damage.
b Determine where snow poles are needed to be placed. Particular attention should
be given to areas susceptible to damage during snow removal operations such as
curves in the roadway or cul-de-sacs. The Contractor can obtain snow poles from
the County Special Districts staff. They should be placed close to roadside curbing
and close enough to each other to guide the snow removal equipment operator
away from causing damage to curbs and other obstacles.
3 Contact the Permit Engineer in the Road Maintenance and Operations Division of the
County Department of Public Works and Planning and obtain an encroachment permit
for snow removal for all eligible roadways. Payment of encroachment permit fees is
the responsibility of the Contractor. If encroachment permits are not obtained in a
timely manner, this may cause the County to delay payments to the Contractor for
snow removal services or termination of the Agreement.
B. During the snow fall period:
1 Have necessary equipment in working and well maintained condition; have materials
such as sand on hand, and labor mobilized and available twenty-four (24) hours a day,
seven (7) days a week to perform snow removal and related services for the subject
roadways.
2 Perform snow removal operations on subject roadways so that snow does not
accumulate to more than three (3) inches in anyone place.
a The roadway shall be cleared of snow so that two (2) traffic lanes are open at all
times or to within two feet of curbs or edge of roadway pavement.
b Make every reasonable effort to avoid piling or pushing snow up on driveway
approaches or access ways.
c Remove snow that accumulates and packs during a storm as soon as weather
conditions permit, eliminating potholes and rutting.
d Maintain and keep clear of snow all over-board drains provided on the subject
roadways.
e Remove snow from fire hydrants in order to keep them all accessible and
maintainable.
f Apply sand to road areas that are slippery or subject to icing or at the request of
County staff.
3 Take responsibility for any damages to public and private property resulting from snow
removal and ancillary services. If the contractor damages County owned property or
property that the County is responsible for maintaining, the County shall have the
discretion of determining if the contractor should repair the damages or should provide
for the cost of repair.
G:\PUBLlC\RFQ\968-4773 SNOW REMOVAL SERVICES.oOC
Quotation No. 968-4773 Page 11
4 Remove at no further increased compensation the accumulation or build-up of snow or
ice as a result of neglect. The County shall not be responsible for any damage or
injury to equipment or persons resulting from the removal of said accumulation or ice.
5 Respond in writing to the County in regards to complaints made by the CSA's
residents.
6 The County will try to document reports of insufficient services by requesting
complainants provide digital photo images with time stamps. If the County receives a
complaint or is notified of insufficient service for the first time after a snow storm, the
Contractor shall investigate and provide a written response to the circumstances.
a If the County receives a complaint or is notified a second time for the same or
similar insufficient service for a succeeding snow storm and is not satisfied with the
written explanation provided by the Contractor, the County may request a meeting
with the Contractor to discuss any improvements in operation the Contractor can
provide.
b If the County receives a complaint or is notified a third time for the same or a
similar insufficient service for a succeeding snow storm and the County
Representative is not satisfied with the Contractor's written response, the County
may assess liquidated damages of up to ten (10) percent of the monthly's
compensation. Continued complaints of the same nature may cause termination of
the Agreement.
7 Add and/or replace snow poles if taken out during the season.
C. After the last snow of the season or May 1, whichever comes later:
1 Provide street sweepings on all subject roadways impacted by snow removal services;
preferably prior to the Memorial Day weekend unless prohibited by unseasonable
snows. The purpose of street sweeping will be to remove excess sand and debris and
whatever has been deposited due to snow removal.
2 Repair all surfaces, curbs, bent snow poles and signs and other facilities that were
damaged by snow removal. County may withhold final payment until repairs are made.
GENERAL PROVISIONS:
No allowance will be made for travel time to and from the service area.
The County Purchasing Manager reserves the right to choose the bid price method that best
suits the financial needs of the County Service Area and evaluate the equipment, manpower
availability and experience, distance from equipment storage yard to service area, and snow
removal commitments and work load.
COMPENSATION: (All areas except CSA No.1 -Tamarack Estates) Compensation shall
be based on the selected bidder's "lump sum" price quotation for the entire snow season to
fulfill all the responsibilities and conduct all duties specified in "Scope of Work /
Responsibilities and Duties" for an Average Season. The Average Season has been
established by taking the precipitation amounts at the Shaver Lake Regional Facility for the
months of November, December, January, February, March and April for the last ten years
and deriving the average of 38.3 inches (Exhibit C). Eighty percent (80%) of the quoted
amount will be paid in equal monthly installments for the first five months of the snow season.
G:\PUBLlC\RFQ\968-4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 12
At the end of the snow season, the amount of precipitation received for the months of
November through the end of April will be tabulated. If that amount is greater than the eighty
percent (80%) of the ten year average (30.6"), an adjusted payment will be made based on the
inches above 30.6 at the unit price. Below is an example of how compensation will be
determined for all service areas.
Quotation
for an avg.
year
80 % of
Quote
Monthly
installment for
five mos.
10 yr. Avg.
Snow Season
Precipitation
Unit Cost
per inch
Actual
Precipitation
During Snow
Season
Adjustment
Payment
11.4 inches x
unit rate
$40,000 $32,000 $6,400 38.3 $1,044.39 42 $11,906.05
Quotation
for an avg.
year
80 % of
Quote
Monthly
installment for
five mos.
10 yr. Avg.
Snow Season
Precipitation
Unit Cost
per inch
Actual
Precipitation
During Snow
Season
Adjustment
Payment
1.4 inches x
unit rate
$40,000 $32,000 $6,400 38.3 $1,044.39 32 $1,462.15
Quotation
for an avg.
year
80 % of
Quote
Monthly
installment for
five mos.
10 yr. Avg.
Snow Season
Precipitation
Unit Cost
per inch
Actual
Precipitation
During Snow
Season
Adjustment
Payment
$40,000 $32,000 $6,400 38.3 $1,044.39 29 $0
If measuring equipment at Shaver Lake Regional Facility is damaged or unable to produce
reliable data, precipitation amounts published by California Department of Water Resources
will be used to calculate reimbursement amounts.
COMPENSATION: CSA No.1 -Tamarack Estates: Compensation at CSA NO.1
Tamarack Estates shall be a flat rate for the entire snow season paid in six (6) equal monthly
installments from November through April.
EQUIPMENT: The attached "Equipment Inventory" sheet must be completed and submitted
with bids. Contractors shall provide on the Equipment Inventory the type of equipment, make,
model, year and description. The contractor must possess the equipment listed at the time of
bid opening and it must be in operating condition. Equipment capabilities will be a factor in
evaluating bids. The contractor shall identify the response time to reach the subdivision from
the location equipment is stored. All equipment must be well maintained and kept in good
running condition. The County may verify and inspect equipment prior to award of contracts.
G:IPUBLICIRFQI966·4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 13
MANPOWER AVAILABILITY AND SNOW REMOVAL EXPERIENCE: The Bidders must also
complete and submit the Man Power Availability and Experience Questionnaire indicating the
manpower available to operate the equipment. The drivers of the equipment shall have the
proper and valid licenses to operate the equipment. The experience level of bidders will be a
consideration of selection.
LIST OF OTHER SNOW REMOVAL CONTRACTS OR SERVICES TO OTHER PARTIES:
Bidders shall provide information on other snow removal contracts or services to other parties.
This will be used to gauge the existing or planned work commitments and work load of the
bidder.
PREPARATION PRIOR TO BID SUBMITTALS: Bidders are encouraged to field check the
snow removal areas and may submit questions to Craig Nickel, Buyer III, 4525 E. Hamilton
Ave., Fresno, CA 93702, phone (559) 456-7110, fax (559) 456-7831, email:
cnickel@co.fresno.ca.us.
BID SHEET: The bidder shall state a quotation for the entire snow season to fulfill all the
responsibilities and conduct all duties specified in "Scope of Work / Responsibilities and
Duties" for an Average Season based on the ten year average (38.3") provided in Exhibit C.
Eighty percent (80%) of the quoted amount will be paid in equal monthly installments for the
first five months of the snow season. At the end of the snow season, the amount of
precipitation received for the months of November through the end of April will be tabulated. If
that amount is greater than the eighty percent (80%) of the ten year average (30.6"), an
adjusted payment will be made based on the inches above 30.6 at the unit price.
The County is also requesting an hourly rate quotation for snow removal services in each
district. This will be utilized for unanticipated or extra services pre-authorized by the County.
EXAMINATION OF WORK SITE: Each bidder shall have examined the site of work before
bidding and shall be responsible for having acquired full knowledge of the job and of all
problems affecting it. No variations or allowance from the contract sum shall be made
because of lack of such examination.
G:IPUBLICIRFQI968-4773 SNOW REMOVAL SERVICES.DOC
------------------
Quotation No. 968-4773 Page 14
Company Name:
QUOTATION SCHEDULE
The bidder shall state a quotation for the entire snow season to fulfill all the responsibilities
and conduct all duties specified in "Scope of Work / Responsibilities and Duties" for an
Average Season based on the ten year average (38.3") provided in Exhibit C. Eighty percent
(80%) of the quoted amount will be paid in equal monthly installments for the first five months
of the snow season. At the end of the snow season, the amount of precipitation received for
the months of November through the end of April will be tabulated. If that amount is greater
than the eighty percent (80%) of the ten year average (30.6"), an adjusted payment will be
made based on the inches above 30.6 at the unit price. PLEASE NOTE: Quotation for CSA
NO.1 -Tamarack Estates is exempted from this compensation formula. The bidder shall
state a flat fee quotation for the entire snow season to fulfill all of the responsibilities in "Scope
of Work / Responsibilities and Duties" for service to CSA NO.1.
The County is also requesting an hourly rate quotation for snow removal services in each
district. This will be utilized for unanticipated or extra services pre-authorized by the County.
Snow Removal Service Area Quotation for an
average year
Hourly rate for
snow removal
GSA No. 35 AS (Dogwood) $ $
Solitude Lane to Shaver Lake Wastewater Treatment Facilities (part
of GSA 35 AS Service)
$ $
Bretz Road from Highway 168 to Slick Rock Lane $ $
GSA No. 35, Zone 0 (Granite Ridge) $ $
GSA No. 35, Zone AT, Bretz Mountain Village) $ $
GSA No. 35, Zone GO, (Timber Ridge) $ $
GSA No. 35, Zone AG, (Wildflower Village) $ $
GSA No. 35, Zone V, (Musick Falls) $ $
GSA No. 35, Zone AK (Woody Lane) $ $
Snow Removal Service Area Flat fee quotation for
entire snow season
Hourly rate for
snow removal
GSA NO.1 Tamarack Estates $ $
GSA No.1 Access Way to Wastewater Treatment Plant 12' wide by
100' long (part of GSA 1 Service)
$ $
G:\PUBLlC\RFQ\96B-4773 SNOW REMOVAL SERVICES.DOC
-----------------
Quotation No. 968-4773 Page 15
Company Name:
BIDDER TO COMPLETE
EQUIPMENT INVENTORY
Type of Equipment Make / Model/Year Description
MANPOWER AVAILABILITY AND EXPERIENCE
Employee's Classification Special Licenses Experience
or Primary Function
G:IPUBLICIRFQI968-4773 SNOW REMOVAL SERVICES.DOC
-----------------
Quotation No. 968-4773 Page 16
Company Name:
DISTANCE FROM EQUIPMENT STORAGE YARD TO SERVICE AREA
Bidders shall provide the distance (down to tenths of a mile) from where equipment is stored
to the service area.
District Location of Equipment Distance
1. CSA No.1, Tamarack Estates
2 CSA No. 35 AS, Dogwood Tracts
3. Bretz Road from Highway 168
4. CSA No. 35, Zone 0, Granite RidQe
5. CSA No. 35, Zone AT, Bretz Mt. VillaQe
6. CSA No. 35, Zone CD, Timber RidQe
7. CSA No. 35, Zone AG, Wildflower VillaQe
8. CSA No. 35, Zone V, Musick Falls
9. CSA No. 35 AK, Woody Lane
LIST OF OTHER SNOW REMOVAL CONTRACTS OR SERVICES TO OTHER PARTIES
Service Area Current Obligation or Time Period of Obligation Total Miles / Distance of
PlanninQ to Bid Services Provided
G:\PUBLlC\RFQ\968·4773 SNOW REMOVAL SERVICES,DOC
Quotation No. 968-4773 Page 17
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 fol/owing:
1. The Request for Quotation (RFQ) has been signed and completed.
2. One (1) original and two (2) copies of the RFQ have been provided.
3. Addenda, if any, have been completed, signed and included in the bid package.
4. The completed Reference List as provided with this RFQ.
5. The Quotation Schedule as provided with this RFQ, has been completed, priced
reviewed for accuracy and any corrections initialed in ink.
6. Indicate all of bidder exceptions to the County's requirements, conditions and
specifications as stated within this RFQ.
7. Bidder to Complete page as provided with this RFQ.
8. 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. 968-4773
Closing Date: November 13, 2009
Closing Time: 2:00 P.M.
Commodity or Service: Snow Removal Services
This Checklist does not need to be returned with your bid.
G:\PUBLlC\RFQ\968·4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 18
EXHIBITS
Exhibit A-1 Shaver Lake Area Map
968-4773 EXHIBIT A-1.pdf
Exhibit A-2 County Service Area 1 -Tamarack Estates
968-4773 EXHIBIT A-2.pdf
Exhibit A-3 County Service Area 35 AS -Dogwood Tracts
968-4773 EXHIBIT A-3.pdf
Exhibit A-4 Bretz Road & County Service Areas 35 A, 35 CD, 35AT, & 35CI
968-4773 EXHIBIT A-4.pdf
Exhibit A-5 County Service Area 35 AG -Wildflower Village
968-4773 EXHIBIT A-5.pdf
Exhibit A-6 County Service Area 35 V -Musick Falls
968-4773 EXHIBIT A-6.pdf
Exhibit A-7 County Service Area 35 AK -Woody Lane
968-4773 EXHIBIT A-7.pdf
Exhibit B -Service Area Road Names and Lengths
968-4773 EXHIBIT B.pdf
Exhibit C -Average Snow Season Precipitation Level
968-4773 EXHIBIT C.pdf
G:\PUBLlC\RFQ\968·4n3 SNOW REMOVAL SERVICES.DOC
PROCUREMENT AGREEMENT NUMBER: P-09-626·G
Doug Koerper Construction
December 9,2009
EXHIBIT NO. TWO
G:\PUBLlC\CONTRACTS & EXTRACTS\G\P-09-626-G DOUG KOERPER.DOC
----
COUNTY OF FRESNO
REQUEST FOR QUOTATION
NUMBER: 968·4773
SNOW REMOVAL SERVICES
November 10, 2009
PURCHASING USE
ORG/Requisition: 9180/9181000002 G:\PUBLlC\RFQ\968-4773 SNOW REMOVAL SERVIC ES. 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 NOVEMBER 13, 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: Craig Nickel, 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.coJresno.ca.uslO440/Bidshome2.asp for RFQfRFP 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. /
-V~t/6 /QEtf!.JGK. (7QA/srl? de raP
COMPANY
ADDRESS
CITY
SIGNED BY
PRINT NAME
722C-J6
ZIP CODE
#~~£~~ ~A'/~-V. ~
E-MAIL ADDRESS 7
TITLE
PD-01O (6/08)
Proposal No. 968-4773
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 10 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.
0) 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 BIOS:
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 RFQlRFP has
been issued by County of Fresno Purchasing. Purchasing shall be
the vendor's sole point of contact with regard to the RFQlRFP, its
content, and all issues conceming it.
All communication regarding this RFQlRFP 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 infomnation 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 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 fomnal 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 altemative 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, retum 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.
HTIP:J1WWW2.CO.FRESNO.CA.USl0440/DWNPGITMSI968-4773 SNOW REMOVAL SERVICES.DOC 1A PD-Q10 (4/09)
Proposal No. 968-4773
5 W-9 -REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND 2. Holds any required business license by a jurisdiction located in
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 fomn is available from the IRS to complete on line at
http://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 RFQ/RFP, award(s) will be made 10 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-<lr-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 10 reject any and all bids and to waive
infomnalities 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 amoun I 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-<lwned
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
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
localed within Fresno County.
8. TIE BIDS:
All other factors being equal. the contract shall be awarded 10 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 retumed at Ihe 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
HTIP:IIWWW2.CO.FRESNO.CA.USI0440IDWNPGITMS/9684773 SNOW REMOVAL SERVICES.DOC 16 PD~40 (6/08)
Proposal No. 968-4773
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 Slate
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 internal subroutines that
impede the product from operating correctly using dates beyond
December 31, 1999, vendor shall restore or repair the product to the same
level of functionality as warranted herein, so as to minimize interruption to
County's ongoing business process, time being of the essence. In the
event that such warranty compliance requires Ihe 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 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
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. APPE,';LS
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 a written 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
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 'Bidde():
• Within the three-year period preceding the proposal, they have been
convicted of, or had a civil judgment rendered against them for:
HTIP:lJWlNW2.CO.FRESNO.CAUS/0440/DWNPGITMSl968-4773 SNOW REMOVAL SERVICES.DOC 1C PO-Q4Q (6/08)
Proposal No. 968-4773
o fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (federal,
slate, 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.
HTIP:/1WWW2.CO.FRESNO.CA.US/0440IDWNPGITMS/9684773 SNOW REMOVAL SERVICES.DOC 10 PD-Q40 (6/08)
Quotation No. 968-4773 Page 2
BIDDING INSTRUCTIONS
CONTRACT SERVICE AND SUPPLY
The County of Fresno is soliciting bids to provide all labor, materials, equipment, etc., for
Snow Removal Services at the following County Service Areas (CSA).
Snow Removal Service Area Miles
1. CSA No.1 -Tamarack Estates Internal Roads 0.663
Access way to wastewater treatment plant 12' wide by 100' long (part of CSA No.1) 0.19
2. CSA No. 35 AS (Dogwood) 6.45
Solitude Lane to Shaver Lake WWTP (part of CSA 1\10. 35 AS service) 0.50
3. Bretz Road from Highway 168 to Slick Rock Lane 1.25
4. CSA No. 35, Zone 0 (Granite Ridge), Internal Roads, Phase I through Phase VIII 2.813
5. CSA No. 35, Zone AT, Bretz Mountain Village), Internal Roads 1.196
6. CSA No. 35, Zone CD, (Timber Ridge), Internal Roads 0.7087
7. CSA No. 35, Zone AG, (Wildflower Village) Internal Roads, Phases I through V 3.250
8. CSA No. 35, Zone V, (Musick Falls), Internal Roads 0.998
9. CSA No. 35, Zone AK (Woody Lane), Internal Roads 0.174
The contract term shall be one (1) year.
LOCAL VENDOR PREFERENCE: The Local Vendor Preference does not apply to this
Request for Quotation.
AWARD: Award will be made to the vendor(s) offering the equipment and system deemed to
be to the best advantage of the County. The County shall be the sole judge in making such
determination.
COPIES: Submit one (1) original and two (2) copies of your quotation no later than the RFQ
closing date and time as stated on the front of this document, to County of Fresno Purchasing.
ISSUING AGENT: This RFQ has been issued by County of Fresno Purchasing. The
Purchasing shall be the vendor's sole point of contact with regard to the RFQ, its content, and
all issues concerning it.
AUTHORIZED CONTACT: All communication regarding this RFQ shall be directed to an
authorized representative of 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
HTIP:/1WWW2.CO.FRESNO.CA.US/0440IDWNPGITMS/968-4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 3
writing) with such other County representatives, may constitute grounds for rejection by
Purchasing of the vendor's quotation.
The above stated restriction on vendor contact with County representatives shall apply until
the County has awarded a purchase order or contract to a vendor or vendors, except as
follows. First, in the event that a vendor initiates a formal protest against the RFQ, such
vendor may contact the appropriate individual, or individuals who are managing that protest as
outlined in the County's established protest procedures. All such contact must be in
accordance with the sequence set forth under the protest procedures. Second, in the event a
public hearing is scheduled before the Board of Supervisors to hear testimony prior to its
approval of a purchase order or contract, any vendor may address the Board.
PAYMENT: County will make partial payments for services under this contract as described in
the paragraph entitled "Compensation" within the Scope of Work section of this RFQ.
RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to
waive informalities or irregularities in bids.
TERM: The contract period shall be one (1) year.
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.
INVOICING: All invoices are to be delivered in duplicate to Special Districts Administration,
Resources Division, Department of Public Works and Planning, 2220 Tulare Street, Sixth
Floor, Fresno, CA 93721. Reference shall be made to the purchase order/contract number
and equipment number if applicable on the invoice.
VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a
representative to assist County departments in determining their product requirements.
TERMINATION: This agreement may be terminated by the County at any time upon written
notice.
HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at
County's request, defend the County, its officers, agents and employees, from any and all
costs and expenses, damages, liabilities, claims and losses occurring or resulting to County in
connection with the performance, or failure to perform, by Contractor, its officers, agents or
employees under this Agreement and from any and all costs and expenses, damages,
liabilities, claims and losses occurring or resulting to any person, firm or corporation who may
be injured or damaged by the performance, or failure to perform, of Contractor, its officers,
agents or employees under this Agreement.
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.
HTIP:/JWWW2,CO,FRESNO.CA,US/0440/DWNPGITMS/968··1n3 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 4
INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed
by Bidder under this agreement, it is mutually understood and agreed that Bidder, including
any and all of Bidder'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 Bidder shall perform its work and function. However, County shall retain the right to
administer this agreement so as to verify that Bidder is performing its obligations in
accordance with the terms and conditions thereof. Bidder 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, Bidder waives any and all employment
rights and benefits available to County employees. Bidder shall be solely liable and
responsible for providing to; or on behalf of, its employees all legally required employee
benefits. In addition, Bidder 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, Bidder may be providing services to others unrelated to
the County or to this agreement.
PRICES: Bidder agrees that prices quoted are maximum for the contract period, and in the
event of a price decline such lower prices shall be extended to the County of Fresno.
EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall
have examined the site of work before bidding and shall be responsible for having acquired
full knowledge of the job and of all problems affecting it. No variations or allowance from the
contract sum will be made because of lack of such examination.
DAMAGE TO EXISTING WORK: Damage to existing construction, equipment. planting, etc.,
by the contractor in the performance of his work shall be replaced or repaired and restored to
original condition by the contractor.
. CLEAN-UP: The Contractor shall at all times, keep the premises clean from accumulation of
waste materials or rubbish caused by his employees or work and shall remove all resulting
work debris from the job site.
SUPERVISION: The Contractor shall give efficient supervision to the work, using therein the
skill and diligence for which he is remunerated in the contract price. He shall carefully inspect
the site and study and compare all drawings, specifications and other instructions, as
ignorance of any phase of any of the features or conditions affecting the contract will not
excuse him from carrying out its provisions to its full intent.
STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike
manner.
SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes
and ordinances as may be required.
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
HTTP://WWW2.CO.FRESNO.CA.US/0440IOWNPGITMS/968-4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 5
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.
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, Public Works and Planning
Special District Administration, 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.
HTIP:/M'WW2.co .FRESNO.CA.US/0440/DWNPGITMS/9684 773 SNOW REMOVAL SERVICES.DOC
--
Quotation No. 968-4762 Page 6
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.
Name of Insurance Carrier: £o4/~51r:::;;PH/4:V!,
Public Liability: 11IAr/1§'~>~AL-7J' o4Il!t900Z/Jt"4!cxpires:
~ Workman's Compensation: J~/?Z!/t!?J /317 '1% Expires:
Proof of maintenance of adequate insurance will be required before award is made to vendor.
GUARANTEE: The bidder shall state his written guarantee here:
REFERENCES: Provide a list of three (3) client references who are presently using services
being quoted. (Name, phone number and contact person.) --FI2&S#tfJ (locJ#?'Y ~g Y6A-TiS ~-t?898
HTIP:/iWWW2.CO.FRESNO.CAUSl0440/DWNPGITMSI968-4762 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 7
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 and other tax supported 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 and other tax supported agencies.
~' we will n e end contract terms to any agency other than the County of Fresno
( uthorized Signature)
~
Title
HTIP:/1WWW2.CO.FRESNO.CA.USl0440IDWNPGITMSI968-4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4762 Page 8
Firm: 7)0 U G7 tiaPft/2 CoAl '3f7<?r/wtJ /1//
REFERENCE LIST
Provide a list of at least five (5) customers for whom you have recently provided similar
services (preferably California State or local governmenl agencies). Be sure to include all
Reference Name:
Address:
requested information.
City: F£..&5A/'z:; State: C44 Zip: ~?7ok--
Phone No.: ( ) 456-/1/(;) Date: 1907 7iJ ;O~~,vr
Service Provided: ~ 4) I2G--a:rd c../,,¢£--f/d7'2-/J C/ 5" rz?~
<''''R;f~7;~;;N;~;~-W~&:,~p',o/:&$2?~~X~~t~Y,,"'C7?Z~~/$'''0fA7'ff'7.LaY
Address: 5'7/5'"5' ~$~
City: Bt4/tt/EJ/? -<-1~ State: CA-Zip: 93U-~
Phone No.: ( ) 817-84"3/ Date: /';(8'7 70 ,P£$13~~~
Se rvice Provided: $do c,J 'R.E:/:?/.J c:/;1e::.--
Failure to provide a Jist of at least five (5j customers may be cause for rejection
. of this RFQ.
HTTP://WWW2.CO.FRESNO.CA.US/0440/DWNPGITMS/968-4762 SNOW REMOVAL SERVICE'S nor
Quotation No. 968-4773 Page 9
SCOPE OF WORK
SNOW REMOVAL SERVICE AREAS: The County of Fresno Purchasing on behalf of the
Department of Public Works and Planning, Resources Division is requesting quotations from
qualified snow removal contractors for snow removal services. Below is a list of the snow
removal service areas for which individual quotes will be received.
Snow Removal Service Area Miles
1. CSA NO.1 -Tamarack Estates Internal Roads 0.663
Access way to wastewater treatment plant 12' wide by 100' long (part of CSA No.1) 0.19
2. CSA No. 35 AS (Dogwood) 6.45
Solitude Lane to Shaver Lake WWTP (Part of CSA No. 35 AS service) 0.50
3. Bretz Road from Highway 168 to Slick Rock Lane 1.25
4. CSA No. 35, Zone 0 (Granite Ridge), Internal Roads, Phase I through Phase VIII 2.813
5. CSA No. 35, Zone AT, Bretz Mountain Village), Internal Roads 1.196
6. CSA No. 35, Zone CD, (Timber Ridge), Internal Roads 0.7087
7. CSA No. 35, Zone AG, (Wildflower Village) Internal Roads, Phases I through V 3.250
8. CSA Nc. 35, Zone V, (Musick Falls), Internal Roads 0.998
9. CSA No. 35, Zone AK (Woody Lane), Internal Roads 0.174
Exhibit A-1 is an area wide map showing the snow removal areas within the Shaver Lake
Community. Exhibits A-2 through A-7 show areas and roadways needing snow removal
services. Exhibit B provides a list of road names and lengths.
Bids may be submitted for one or more areas. Bidders are encouraged to bid on service
areas in which they can provide the best response time and efficiencies. However, the County
may not obtain service contracts for all of the areas listed above.
SNOW SEASON: The snow season is defined as when the first snowfall occurs, or
November 1, which ever occurs first until the last snowfall, or May 31, whichever occurs last.
SCOPE OF WORK I DUTIES AND RESPONSIBILITIES: Snow removal shall be done in a
manner to preserve and protect the roads, to the extent necessary, to insure safe and efficient
transportation. The work shall be performed in a professional, workmanlike manner, and shall
use those methods and equipment consistent with the best practices of the trade. The
Contractor's responsibilities and duties are detailed below.
A. Prior to the first snow fall:
1 Provide County staff with current certificates of insurance for all categories of required
coverage.
2 Conduct an inspection of the subject roadways accompanied by County Staff and
Citizen's Advisory Council member to accomplish the following:
HTTP://WWW2.CO.FRESNO.CA.US/0440/DWNPGITMSl9684773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 10
a Document in writing and in electronic digital photographs the location and extent of
any previous damage to roadway pavement, curbs, gutters driveway approaches,
drainage and sewer collection facilities. The documentation shall be transmitted to
the County Representative in a timely manner and will be retained as a benchmark
for evaluating future damage.
b Determine where snow poles are needed to be placed. Particular attention should
be given to areas susceptible to damage during snow removal operations such as
curves in the roadway or cul-de-sacs. The Contractor can obtain snow poles from
the County Special Districts staff. They should be placed close to roadside curbing
and close enough to each other to guide the snow removal equipment operator
away from causing damage to curbs and other obstacles.
3 Contact the Permit Engineer in the Road Maintenance and Operations Division of the
County Department of Public Works and Planning and obtain an encroachment permit
for snow removal for all eligible roadways. Payment of encroachment permit fees is
the responsibility of the Contractor. If encroachment permits are not obtained in a
timely manner, this may cause the County to delay payments to the Contractor for
snow removal services or termination of the Agreement.
B. During the snow fall period:
Have necessary equipment in working and well maintained condition; have materials
such as sand on hand, and labor mobilized and available twenty-four (24) hours a day,
seven (7) days a week to perform snow removal and related services for the subject
roadways.
2 Perform snow removal operations on subject roadways so that snow does not
accumulate to more than three (3) inches in anyone place.
a The roadway shall be cleared of snow so that two (2) traffic lanes are open at all
times or to within two feet of curbs or edge of roadway pavement.
b Make every reasonable effort to avoid piling or pushing snow up on driveway
approaches or access ways.
c Remove snow that accumulates and packs during a storm as soon as weather
conditions permit, eliminating potholes and rutting.
d Maintain and keep clear of snow allover-board drains provided on the subject
roadways.
e Remove snow from fire hydrants in order to keep them all accessible and
maintainable.
f Apply sand to road areas that are slippery or subject to icing or at the request of
County staff.
3 Take responsibility for any damages to public and private property resulting from snow
removal and ancillary services. If the contractor damages County owned property or
property that the County is responsible for maintaining, the County shall have the
discretion of determining if the contractor should repair the damages or should provide
for the cost of repair.
HTIP:/1WWW2.CO.FRESNO.CA.USI0440IDWNPGITMSI968-4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 11
4 Remove at no further increased compensation the accumulation or build-up of snow or
ice as a result of neglect. The County shall not be responsible for any damage or
injury to equipment or persons resulting from the removal of said accumulation or ice.
5 Respond in writing to the County in regards to complaints made by the CSA's
residents.
6 The County will try to document reports of insufficient services by requesting
complainants provide digital photo images with time stamps. If the County receives a
complaint or is notified of insufficient service for the first time after a snow storm, the
Contractor shall investigate and provide a written response to the circumstances.
a If the County receives a complaint or is notified a second time for the same or
similar insufficient service for a succeeding snow storm and is not satisfied with the
written explanation provided by the Contractor, the County may request a meeting
with the Contractor to discuss any improvements in operation the Contractor can
provide.
b If the County receives a complaint or is notified a third time for the same or a
similar insufficient service for a succeeding snow storm and the County
Representative is not satisfied with the Contractor's written response, the County
may assess liquidated damages of up to ten (10) percent of the monthly's
compensation. Continued complaints of the same nature may cause termination of
the Agreement.
7 Add and/or replace snow poles if taken out during the season.
C. After the last snow of the season or May 1, whichever comes later:
1 Provide street sweepings on all subject roadways impacted by snow removal services;
preferably prior to the Memorial Day weekend unless prohibited by unseasonable
snows. The purpose of street sweeping will be to remove excess sand and debris and
whatever has been deposited due to snow removal.
2 Repair all surfaces, curbs, bent snow poles and signs and other facilities that were
damaged by snow removal. County may withhold final payment until repairs are made.
GENERAL PROVISIONS:
No allowance will be made for travel time to and from the service area.
The County Purchasing Manager reserves the right to choose the bid price method that best
suits the financial needs of the County Service Area and evaluate the equipment, manpower
availability and experience, distance from equipment storage yard to service area, and snow
removal commitments and work load.
COMPENSATION: (All areas except CSA No.1 -Tamarack Estates) Compensation shall
be based on the selected bidder's "lump sum" price quotation for the entire snow season to
fulfill all the responsibilities and conduct all duties specified in "Scope of Work /
Responsibilities and Duties" for an Average Season. The Average Season has been
established by taking the precipitation amounts at the Shaver Lake Regional Facility for the
months of November, December, January, February, March and April for the last ten years
and deriving the average of 38.3 inches (Exhibit C). Eighty percent (80%) of the quoted
amount will be paid in equal monthly installments for the first five months of the snow season.
HTTP://WWW2.CO.FRESNO.CA.USl0440/DWNPGITMS/968-4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 12
At the end of the snow season, the amount of precipitation received for the months of
November through the end of April will be tabulated. If that amount is greater than the eighty
percent (80%) of the ten year average (30.6"), an adjusted payment will be made based on the
inches above 30.6 at the unit price. Below is an example of how compensation will be
determined for all service areas.
Quotation
for an avg.
year
80 % of
Quote
Monthly
installment for
five mos.
10 yr. Avg.
Snow Season
Precipitation
Unit Cost
per inch
Actual
Precipitation
During Snow
Season
Adjustment
Payment
11.4 inches x
unit rate
$40,000 $32,000 $6,400 38.3 $1,044.39 42 $11,906.05
Quotation
for an avg.
year
80 % of
Quote
Monthly
installment for
five mos.
10 yr. Avg.
Snow Season
Precipitation
Unit Cost
per inch
Actual
Precipitation
During Snow
Season
Adjustment
Payment
1.4 inches x
unit rate
$40,000 $32,000 $6,400 38.3 $1,044.39 32 $1,462.15
Quotation
for an avg.
year
80 % of
Quote
Monthly
installment for
five mos.
10 yr. Avg.
Snow Season
Precipitation
Unit Cost
per inch
Actual
Precipitation
During Snow
Season
Adjustment
Payment
$40,000 $32,000 $6,400 38.3 $1,044.39 29 $0
If measuring equipment at Shaver Lake Regional Facility is damaged or unable to produce
reliable data, precipitation amounts published by California Department of Water Resources
will be used to calculate reimbursement amounts.
COMPENSATION: CSA No.1 -Tamarack Estates: Compensation at CSA NO.1
Tamarack Estates shall be a flat rate for the entire snow season paid in six (6) equal monthly
installments from November through April.
EQUIPMENT: The attached "Equipment Inventory" sheet must be completed and submitted
with bids. Contractors shall provide on the Equipment Inventory the type of equipment, make,
model, year and description. The contractor must possess the equipment listed at the time of
bid opening and it must be in operating condition. Equipment capabilities will be a factor in
evaluating bids. The contractor shall identify the response time to reach the subdivision from
the location equipment is stored. All equipment must be well maintained and kept in good
running condition. The County may verify and inspect equipment prior to award of contracts.
HTIP:lMWW2.CO.FRESNO.CA.US/0440/DWNPGITMSI968-4773 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 13
MANPOWER AVAILABILITY AND SNOW REMOVAL EXPERIENCE: The Bidders must also
complete and submit the Man Power Availability and Experience Questionnaire indicating the
manpower available to operate the equipment. The drivers of the equipment shall have the
proper and valid licenses to operate the equipment. The experience level of bidders will be a
consideration of selection.
LIST OF OTHER SNOW REMOVAL CONTRACTS OR SERVICES TO OTHER PARTIES:
Bidders shall provide information on other snow removal contracts or services to other parties.
This will be used to gauge the existing or planned work commitments and work load of the
bidder.
PREPARATION PRIOR TO BID SUBMITTALS: Bidders are encouraged to field check the
snow removal areas and may submit questions to Craig Nickel, Buyer III, 4525 E. Hamilton
Ave., Fresno, CA 93702, phone (559) 456-7110, fax (559) 456-7831, email:
cnickel@co.fresno.ca.us.
BID SHEET: The bidder shall state a quotation for the entire snow season to fulfill all the
responsibilities and conduct all duties specified in "Scope of Work / Responsibilities and
Duties" for an Average Season based on the ten year average (38.3") provided in Exhibit C.
Eighty percent (80%) of the quoted amount will be paid in equal monthly installments for the
first five months of the snow season. At the end of the snow season, the amount of
precipitation received for the months of November through the end of April will be tabulated. If
that amqunt is greater than the eighty percent (80%) of the ten year average (30.6"), an
adjusted payment will be made based on the inches above 30.6 at the unit price.
The County is also requesting an hourly rate quotation for snow removal services in each
district. This will be utilized for unanticipated or extra services pre-authorized by the County.
EXAMINATION OF WORK SITE: Each bidder shall have examined the site of work before
bidding and shall be responsible for having acquired full knowledge of the job and of all
problems affecting it. No variations or allowance from the contract sum shall be made
because of lack of such examination.
HTIP:/1WWW2.CO.FRESNO.CA.USI0440/DWNPGITMS/968-4n3 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4773 Page 14
Company Name:DOUfi "E...RPE.J2 Co iJS,R.cX.A-:JC).N
QUOTATION SCHEDULE
The bidder shall state a quotation for the entire snow season to fulfill all the responsibilities
and conduct all duties specified in "Scope of Work / Responsibilities and Duties" for an
Average Season based on the ten year average (38.3") provided in Exhibit C. Eighty percent
(80%) of the quoted amount will be paid in equal monthly installments for the first five months
of the snow season. At the end of the snow season, the amount of precipitation received for
the months of November through the end of April will be tabulated. If that amount is greater
than the eighty percent (80%) of the ten year average (30.6"), an adjusted payment will be
made based on the inches above 30.6 at the unit price. PLEASE NOTE: Quotation for CSA
NO.1 -Tamarack Estates is exempted from this compensation formula. The bidder shall
state a flat fee quotation for the entire snow season to fulfill all of the responsibilities in "Scope
of Work / Responsibilities and Duties" for service to CSA NO.1.
The County is also requesting an hourly rate quotation for snow removal services in each
district. This will be utilized for unanticipated or extra services pre-authorized by the County.
Snow Removal Service Area Quotation for an
average year
Hourly rate for
snow removal
CSA No. 35 AS (Dogwood) $ 3~660
$
31~OO
$ 50/10
$ ~51<900
$ 9.. 36(1)
$ 9 J 9bo
$ 52,000
$ 18)~o
$ 3
1
C!J6)E)
$ \75
$
\,5
$ \75
$ LtS
$ l75
$ t75
$ 175
$ /75
$ 175
Solitude Lane to Shaver Lake Wastewater Treatment Facilities (part
of CSA 35 AS Service)
Bretz Road from Highway 168 to Slick Rock Lane
CSA No. 35, Zone 0 (Granite Ridge)
CSA No. 35, Zone AT, Bretz Mountain Village)
CSA No. 35, Zone CD, (Timber Ridge)
CSA No. 35, Zone AG, (Wildflower Village)
CSA No. 35, Zone V, (Musick Falls)
CSA No. 35, Zone AK (Woody Lane)
Snow Removal Service Area Flat fee quotation for
entire snow season
Hourly rate for
snow removal
CSA NO.1 Tamarack Estates $ $ -
CSA NO.1 Access Way to Wastewater Treatment Plant 12' wide by
100' long (part of CSA 1 Service)
$ $
HTIP:JtWWW2.CO.FRESNO.CA.US/044O/DWNPGITMS/968-4773 SNOW REMOVAL SERVICES.DOC
----------
----------
Quotation No. 968-4762 Page 15
Company Name: ~DU~ ~£.RfE..R Cbi:J.sr1!rX:770d
BIDDER TO COMPLETE
EQUIPMENT INVENTORY
/'
JOHN DEERE 6728 6WD ARTICULATED GRADER
AUSTIN WF~TI=DIIJ DA~I=R ~O() 4WD GRADER
(2) EA BLANCHET LOADER MOUNT ROTARY SNOW BLOWER
SNO-GO DIESEL POWERED ROTARY SNOW BLOWER
JOHN DEERE 644G 4YD 4X4 LOADER WITH QUICK COUPLER
JOHN DEER E 624E 3YD" " ,," "
JOHN DEERE 544H 3 YO" " "" "
JOHN DEERE 544E 2 % " " " " "
JOHN DEERE 7100 4X4 LOADER/HOE 1 3/4 YD
JOHN DEERE 310SG "" 1 %YD
(2) JD 310SE "" "
JOHN DEERE 210LE 4X4LOADER 1 YO
(2) INTL. PAYSTAR 5000 4X4 PLOW TRUCK WITH SANDERS (DIESEL)
Ford F-350 4X4 with Plow
INTL.A.o"IQ4l<-4 P-LOW-T-RIJ-GKWffH -5A-NEtER----------
7 &10 CUSIC YARD SNOW.BASKETS FOR LOADERS
REVERSABLE LOADER MOUNT PLOWS FOR LOADERS WiTH COUPLERS
MOTOROLA LOW-BAND RADIOS IN ALL EQUIPMENT
INDOOR HEATED SHOP FACILITIES, SPARE PARTS, CHAINS & FULL TIME
MECHANIC
COVERED SAND .STORAGE
MANPOWER
SlX' FULL TiME EMPLOYEES AND ~ PART TIME EMPLOYEES ALL WITH
SNOW REMOVAL EXPERIENCE IN THE SHAVER LAKE AREA
HTTP://WWW2.CO.FRESNO.CA.USI0440IDWNPGITMSB6S-4762 SNOW REMOVAL SERVICES.DOC
Quotation No. 968-4762 Page 16
DISTANCE FROM EQUIPMENT STORAGE YARD TO SERVICE AREA
Bidders shall provide the distance (down to tenths of a mile) from where equipment is stored
to the service area.
DistanceDistrict Location of Equipment
-1. CSA No.1, Tamarack Estates -
~?2 CSA No. 35 AS, Dogwood Tracts SHAVel< ~€-YARvs
I( rr t( rl3. Bretz Road from Hiqhway 168
If f( ~3r4. CSA No. 35, Zone 0, Granite Ridge
rf If 'I .. 85. CSA No. 35, Zone AT, Bretz Mt. VillaQe
(r ({ .~6. CSA No. 35, Zone CD, Timber Ridqe "
f{ ItIt I.r;;7. CSA No. 35, Zone AG. Wildflower Village
;r II-/! ~38. CSA No. 35, Zone V, Musick Falls
It/If( ,b9. CSA No. 35 AK, Woody Lane
LIST OF OTHER SNOW REMOVAL CONTRACTS OR SERVICES TO OTHER PARTIES
Service Area Current Obligation or
Planninq to Bid
Time Period of Obligation Total Miles I Distance of
Services Provided
1<fl)~~ 77J f> ~Mbf/f Jy~R /,-7D
/.t TT1-£;€.,r'X6 E II
'I
t; .. 3~
~jJu.I2(V6e ? /. &,. C>
/J1AJ~~5wn ~rr if 'II .~o
HTIP:/iWWW2.CO.FRESNO.CA.USI0440/DWNPGITMSI9684762 SNOW REMOVAL SERVICES.DOC