Loading...
HomeMy WebLinkAboutA-21-337 Attachments A-E.pdfAttachment A – Vendors Company Contact Address Phone & Email 1. C. B. Roadways, Inc. Sonia Cheema, President 1754 Technology Drive, Suite 200, San Jose, CA 408-600-7555 sonia@cbroadwaysinc.com 2. 3. 4. Dragon Material Transport, Inc. Brandon/Sum mer Bradford, Presidents 1638 W. Jensen Ave Fresno, CA 93706 559-490-6877 Brandon.bradford@dragonmaterial.com Summer.bradford@dragonmaterial.com Page 1 of 1 Terry Johnson Trucking, Inc Terry/Justin Johnson, Presidents 31186 W. Gale Avenue Coaligna CA 93210 559-935-0371 Candida@oldham@tjtinc.net Clay Miranda Trucking Mike Miranda, President PO Box 11983 Fresno CA 93776 559-275-6250 mike@cmtink.com Attachment B - Pricing Non - Prevailing Wage Qt of Trucks Hourly Rate Dispatch Locations Qt of Trucks Hourly Rate Dispatch Address Qt of Trucks Hourly Rate Dispatch Address Qt of Trucks Hourly Rate Dispatch Locations 1 A Day Double Bottom Dump 5 134.94$ 2733 W Princeton Ave, Fresno 25 130.00$ 31186 W Gale Ave, Coalinga 15 130.00$ 3220 W Belmont Fresno, CA 10 120.00$ 1638 W Jensen Ave, Fresno 2 A Day Demolition Trailer Rig 5 124.94$ 1638 W Jensen Ave, Fresno 5 135.00$ 8270 E Lacey Blvd, Hanford 7 135.00$ 42492 Rockledge Road, Shaver Lake 3 A Day Transfer Rigs 5 124.94$ 1754 Technology Drive, Suite 200, San Jose 12 130.00$ 5 130.00$ 4 A Day Super 10’s 10 124.94$ 11 130.00$ 20 130.00$ 5 120.00$ 5 A Day Lowbed Rigs (16 Tire)5 124.94$ 2 140.00$ 1 140.00$ 6 A Day 60’ Expando Lowbed 5 124.94$ 2 140.00$ 1 140.00$ 7 A Night Double Bottom Dump 134.94$ 140.00$ 140.00$ 128.00$ 8 A Night Demolition Trailer Rig 124.95$ 145.00$ 145.00$ 9 A Night Transfer Rigs 124.94$ 140.00$ 140.00$ 10 A Night Super 10’s 124.94$ 140.00$ 140.00$ 130.00$ 11 A Night Lowbed Rigs (16 Tire)124.94$ 150.00$ 150.00$ 12 A Night 60’ Expando Lowbed 124.94$ 150.00$ 150.00$ 13 B Day Double Bottom Dump 139.34$ 140.00$ 140.00$ 140.00$ 14 B Day Demolition Trailer Rig 139.34$ 145.00$ 145.00$ 15 B Day Transfer Rigs 139.34$ 140.00$ 140.00$ 16 B Day Super 10’s 139.34$ 140.00$ 140.00$ 140.00$ 17 B Day Lowbed Rigs (16 Tire)139.34$ 150.00$ 150.00$ 18 B Day 60’ Expando Lowbed 139.34$ 150.00$ 150.00$ 19 B Night Double Bottom Dump 139.34$ 150.00$ 150.00$ 150.00$ 20 B Night Demolition Trailer Rig 139.34$ 155.00$ 155.00$ 21 B Night Transfer Rigs 139.34$ 150.00$ 150.00$ 22 B Night Super 10’s 139.34$ 150.00$ 150.00$ 150.00$ 23 B Night Lowbed Rigs (16 Tire)139.34$ 160.00$ 160.00$ 24 B Night 60’ Expando Lowbed 139.34$ 160.00$ 160.00$ DragonEQUIPMENT TYPEZONE#C.B. Roadways, Inc.Terry Johnson Clay Miranda Page 1 of 1 Non-Prevailing Wage Prevailing Wage Quotation No. 21-053 Page 19 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX B.Definition of Zones: Any combination of the zones detailed below will be calculated and charged on a proportional basis of the affected rates and usage. Zone Description “A Day” To be performed 6:00 AM – 8:00 PM within the valley area of Fresno County below 1,000-foot elevation. “A Night” To be performed 8:00 PM – 6:00 AM within the valley area of Fresno County below the 1,000-foot elevation. “B Day” To be performed 6:00 AM – 8:00 PM in the foothill and mountain areas of Fresno County above the 1,000-foot elevation. “B Night” To be performed 8:00 PM – 6:00 AM in the foothill and mountain areas of Fresno County above the 1,000-foot elevation. C.Submit hourly rates for the zones listed below and equipment types specified. Please add any other equipment that may be available for use under this agreement, include cost. ZONE EQUIPMENT TYPE ANNUAL USAGE (estimated hours) HOURLY RATE TOTAL (Usage x Rate) 1 A Day Double Bottom Dump 1800 $ $ 2 A Day Demolition Trailer Rig 180 $ $ 3 A Day Transfer Rigs 1800 $ $ 4 A Day Super 10’s 1800 $ $ 5 A Day Lowbed Rigs (16 Tire) 90 $ $ 6 A Day 60’ Expando Lowbed 90 $ $ 7 A Night Double Bottom Dump 150 $ $ 8 A Night Demolition Trailer Rig 15 $ $ 9 A Night Transfer Rigs 150 $ $ 10 A Night Super 10’s 1800 $ $ 11 A Night Lowbed Rigs (16 Tire) 15 $ $ 12 A Night 60’ Expando Lowbed 90 $ $ 13 B Day Double Bottom Dump 900 $ $ 14 B Day Demolition Trailer Rig 90 $ $ 15 B Day Transfer Rigs 900 $ $ 134.94 134.94 129.94 134.94 134.94 134.94 134.94 139.94 134.94 129.94 144.94 144.94 139.94 139.94 139.94 242,892.00 24,289.20 233,892.00 242,892.00 12,144.60 12,144.60 20,241.00 2,099.10 20,241.00 233,982.00 2,174.10 13,044.60 125,946.00 12,594.60 125,946.00 C.B. Roadways Inc. Page 1 of 2 Quotation No. 21-053 Page 20 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX 16 B Day Super 10’s 1800 $ $ 17 B Day Lowbed Rigs (16 Tire) 90 $ $ 18 B Day 60’ Expando Lowbed 90 $ $ 19 B Night Double Bottom Dump 150 $ $ 20 B Night Demolition Trailer Rig 15 $ $ 21 B Night Transfer Rigs 150 $ $ 22 B Night Super 10’s 1800 $ $ 23 B Night Lowbed Rigs (16 Tire) 15 $ $ 24 B Night 60’ Expando Lowbed 90 $ $ TOTAL= $ $ D.Please add any other equipment that may be available for use under this agreement (see “A” above) and include Zone and hourly rate. ZONE EQUIPMENT TYPE HOURLY RATE 1 $ 2 $ 3 $ 4 $ 5 $ 6 $ 7 $ 139.94 144.94 144.94 144.94 144.94 144.94 144.94 154.94 154.94 251,892.00 13,044.60 13,044.60 21,741.00 2,174.10 21,741.00 260,892.00 2,324.10 13,944.60 1,923,016.80 A or B Water Trucks 195 C.B. Roadways Inc. Page 2 of 2 Quotation No. 21-053 Page 20 16 B Day Super 10's 1800 $ 140.00 $252,00.00 17 B Day Lowbed Rigs (16 Tire) 90 $150.00 $13,soo.cy/ 18 B Day 60' Expando Lowbed 90 $150.00 S13,500.00 19 B Night Double Bottom Dump 150 $150.00 $22,500.00 20 B Night Demolition Trailer Rig 15 ,, $155.00 $2,325.00 21 B Night Transfer Rigs 150 $150.00 $22,500.00 22 B Night Super 10's 1800 $150.00 $270,000.00 23 8 Night Lowbed Rigs (16 Tire) 15 $160.00 $2,400.00 24 8 Night 60' Expando Lowbed 90 $160.00 $14,400.00 TOTAL= $ $1,941,600.00 D.Please f!dd any other equipment that may be available for use under this agreement (see "A" above) and include Zone and hourly rate. ZONE EQUIPMENT TYPE *** PREVAILING WAGE*** 1 A Day Double Bottom, Supers, Transfers -On/Off Haul To/From Job Site 2 A Day Demo Trailer Rig -On/Off Haul To/From Job Site 3 A Night Double Bottom, Supers, Transfers -On/Off Haul To/From Job Site 4 A Night Demo Trailer Rig -On/Off Haul To/From Job Site 5 A Day Double Bottom, Supers, Transfers -Full Prevailing Wage. 6 A Day Double Bottom, Supers, Transfers -Full Prevailing Wage 7 A Night Double Bottom, Supers, Transfers -Full Prevailing Wage 8 A Night Demo Trailer Rig -Full Prevailing Wage 9 B Day Double Bottom, Supers, Transfers -On/Off Haul To/From Job Site 10 B Day Demo Trailer Rig -On/Off Haul To/From Job Site 11 B Night Double Bottom, Supers, Transfers -On/Off Haul To/From Job Site 12 B Night Demo Trailer Rig -On/Off Haul To/From Job Site 13 B Day Double Bottom, Supers, Transfers -Full Prevailing Wage 14 B Day Demo Trailer Rig -Full Prevailing Wage 15 B Night Double Bottom, Supers, Transfers -Full Prevailing Wage 16 B Night Demo Trailer Rig -Full Prevailing Wage -- HOURLY RATE $140.00 $145.00 $150.00 $155.00 $170.00 $175.00 $180.00 $185.00 $150.00 $155.00 $160.00 $165.00 $180.00 $185.00 $190.00 $195.00 Delete Prevailing WageTerry Johnson Trucking Inc. Page 1 of 1 V Clay Miranda Trucking Page 1 of 1 Quotation No . 21-053 Page 20 r6~Da y r 1·7 B Day t---+- 1 18 B Day s /'lo s 1 s-.2000 --------~ _:____:_J_ s /~o s tl ~ot> ----~ I -- $ -r,. 13 1 ::,~v -s- / SD 2.2., 500 Super 1o·s 1800 Lowbed Rigs (16 Tire) 90 l~t> t 19 B Night Double Bottom Dump 15_0 _____ _._S 60' Expando Lowbeci 90 s Ls /~~ _s l,32.5' 20 B Night Demoht1on Trailer Rig 15 2 1 B Night ----i-:-Transfer Rigs 150 S / 50 $ 2.21 .S-t<PO 1 22 B Night [ Super 10'5 --~00 S / Sv $.??~Ob., 23 . B Night • Lowbed Rigs (16 Tire ) -15 ----S $ --~ L ______ _&o __ -i.~t)" 24 B N1g-ht ~ 60' Expand o Lowbed I 90 S $ C -t s / (p O ±$ I 'I. L(~O -_ l TOTAL= ___ ~ 'f'(/ (. DO D . Please add any other equipment that may be avai lable for use under this agreement (see "A'" above) and include Zone and hourly rate. (' .. /4~ w,' // Sufp/,~) fo G "UB_ C 0 •0 fv 2:2C-21 121-053 ~RuCt<ING HAULING SERVICES 21-053 T~UCKING HAU NG SERVICES DOCX $ $ t $ 1 $ $ $ $ HOURLY RATE l'IO /?~ /5"0 /~O /50 /to 1,0 /90 Dragon Material Transport Inc Page 1 of 2 Quotation No. 21-053 Page 19 8. Definition of Zones: Any combination of the zones detailed below will be calculated and charged on a proportional basis of the affected rates and usage. Zone Description "A Day· To be performed 6:00 AM -8:00 PM within the valley area of Fresno County below 1,000-foot elevation. "A Night" To be performed 8:00 PM -6:00 AM within the valley area of Fresno County below the 1.000-foot elevation. "B Day· To be performed 6:00 AM -8:00 PM in the foothill and mountain areas of Fresno County above the 1.000-foot elevation. "B Night" To be performed 8:00 PM -6:00 AM in the foothill and mountain areas of Fresno County above the 1,000-foot elevation. ' I C. Submit hourly rates for the zones listed below and equipment types specified. Please add any other equipment that may be available for use under this agreement include cost ANNUAL USAGE HOURLY TOTAL (estimated hours) RATE (Usagex ZONE EQUIPMENT TYPE Rate) 1 A Day Double Bottom Dump 1800 $/~~ s ·.,z~~ct:l) 2 A Day Demolition Trailer Rig 180 s s I 3 A Day Transfer Rigs 1800 s s 4 A Day Super 10's 1800 $/3C>eP $ 2.:Jil"YY 5 A Day Lowbed Rigs (16 Tire) 90 s s , 6 A Day 60" Expando Lowbed 90 s s 7 A Night Double Bottom Dump 150 s IL/Dco s ,;2/. .. -•. ,v·v , 8 A Night Demolition Trailer Rig 15 $ s I 9 A Night Transfer Rigs 150 s IS 10 A Night Super 10's 1800 s 11/ne::> s :?Q.= 11 A Night Lowbed Rigs (16 Tire) 15 $ s / 12 A Night 60' Expando Lowbed 90 $ s 13 BDay Double Bottom Dump 900 $ /Lnt::' s /2.&,JYY) 14 BDay Demolition Trailer Rig 90 $ s , 15 BDay Transfer Rigs 900 $ $ G:IPUBUC\RFOIFY 2020-21\21--053 TRUCKING HAULING SERVICES\21--053 TRUCKING HAULING SERVICES.DOCX Dragon Material Trucking Inc Page 2 of 2 Quotation No. 21-053 Page20 16 BDay Super 10's 1800 $ /4/J"l° $2<:'? /f7Y': 17 BDay Lowbed Rigs ( 16 Tire) 90 $ $ / 18 B Day 60' Expando Lowbed 90 s s 19 B Night Double Bottom Dump 150 s $ 20 B Night Demolition Trailer Rig 15 $/c.5? ':° s JJ. 5CO 21 B Night Transfer Rigs 150 s s I 22 B Night Super 10's 1800 $ /56°:' $27015/I. 23 B Night Lowbed Rigs ( 16 Tire) 15 $ $ I 24 B Night 60' Expando Lowbed 90 $ $ TOTAL= $ $1'1/!~a> / , D. Please add any other equipment that may be available for use under this agreement (see "A" above) and include Zone and hourly rate ZONE EQUIPMENT TYPE HOURLY RATE 1 $ 2 $ 3 $ 4 $ 5 $ 6 s 7 $ G:\PUBUC\RFQ\FY 2020.21121-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAUUNG SERVICES.DOCX Attachment C – RFQ # 21-053 G:\Public\RFQ\FY 2020-21\21-053 Trucking Hauling Services\21-053 Trucking Hauling Services.docx COUNTY OF FRESNO REQUEST FOR QUOTATION NUMBER: 21-053 TRUCKING/HAULING SERVICES Issue Date: May 13, 2021 Closing Date: MAY 27, 2021 AT 2:00 PM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Debbie Scharnick at Phone (559) 600-7110. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ. Bid must be signed and dated by an authorized officer or employee. Except as noted on individual items, the following will apply to all items in the Quotation Schedule: • A cash discount of % days will apply. County does not accept terms less than 15 days. COMPANY CONTACT PERSON ADDRESS CITY STATE ZIP CODE ( ) TELEPHONE NUMBER E-MAIL ADDRESS AUTHORIZED SIGNATURE PRINT NAME TITLE Purchasing Use: DS:st ORG/Requisition: 4510 / 5102100254 Quotation No. 21-053 Page 2 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX TABLE OF CONTENTS PAGE KEY DATES .................................................................................................................... 3 OVERVIEW ..................................................................................................................... 3 SCOPE OF WORK .......................................................................................................... 3 BID INSTRUCTIONS ...................................................................................................... 5 GENERAL REQUIREMENTS & CONDITIONS ............................................................... 6 INSURANCE REQUIREMENTS ................................................................................... 14 PARTICIPATION ........................................................................................................... 16 REFERENCE LIST ........................................................................................................ 17 QUOTATION SCHEDULE ............................................................................................. 18 CHECK LIST ................................................................................................................. 22 Quotation No. 21-053 Page 3 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX KEY DATES RFQ Issue Date: May 13, 2021 Written Questions for RFQ Due: May 19, 2021 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: May 27, 2021 at 2:00 PM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno on behalf of Road Maintenance and Operations Division is soliciting bids to establish a Master Agreement under which up to four (4) successful bidders will provide trucking/hauling services. SCOPE OF WORK The County of Fresno on behalf of Road Maintenance and Operations Division is soliciting bids to establish a Master agreement under which up to four (4) successful bidders will provide Truck/hauling services to various locations throughout Fresno County. The County maintains over 3,500 miles of roadway. It is the intent of the County to award up to four (4) contractors, under one Master Agreement, to provide the services described herein. Award will be determined by proximity of vendor dispatch center locations to the work sites and quantity of trucking vehicles available for hauling be considered in award. Failure to provide ALL the following will cause the Bid to be deemed Non-Responsive: A. Trucking/hauling services will be provided on an as-needed basis when requested by the County. B. Contractors shall obtain and have in possession all required permits and licenses to perform the services described herein and shall adhere to all Federal, State, and local laws and/or ordinances. a. All permits and licenses shall be active and current during the term of this Agreement. C. County shall provide Contractors a minimum of twenty-four (24) hours advance notice, either verbally or in writing, requesting trucking services, unless otherwise agreed to by both parties for special circumstances. Contractors shall be able to deliver trucks to the County designated location within this timeline [twenty-four (24) hours.]. D. Contractors will be required to haul materials and equipment from specific equipment rental companies to particular job sites at differing locations throughout Fresno County. E. Materials include, but are not limited to sand, base rock, asphalt, and asphalt grindings. F. Chargeable/billable time will begin for each specific truck at the scheduled load time and point designated by the County representative (at the plant or, if in the field, upon arrival at the scheduled time). G. Chargeable/billable time period will end after each specific truck arrives at the starting point designated by the County representative for each specific haul day and hauler has obtained a signed acceptance/confirmation by an authorized County of Fresno representative. a. Time units of up to and including three (3) minutes shall be rounded down. b. Time units of excess of three (3) minutes shall be rounded up. c. Hours to be billed and quoted in units of one-tenth (1/10) hour. H. Contractors shall have a method to respond to calls and provide trucking services twenty-four (24) hours a day, seven (7) days a week. Quotation No. 21-053 Page 4 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX I. Contractors shall submit detailed invoices that include the following: a. Detailed description of each job completed (road segments, description of work site, project number). b. Invoice number(s). c. Date and time of request(s.) d. Name of County employee that requested service. e. Contractor’s response time. f. Clear description of truck vehicles provided. g. Begin and end times as described above in “E-F”. h. Total billable hours. i. Email all invoices to PWPBusinessOffice@fresnocountyca.gov. J. Contractors shall be able to provide trucking/hauling services for up to three (3) consecutive weeks and up to ten (10) consecutive hours per day. Quotation No. 21-053 Page 5 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX BID INSTRUCTIONS • Bidders must electronically submit bid package in pdf format, no later than the quotation closing date and time as stated on the front of this document, to the Bid Page on Public Purchase. The County will not be responsible for and will not accept late bids due to slow internet connection or incomplete transmissions. • Bids received after the closing time will NOT be considered. • All quotations shall remain firm for 180 days. • 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 prior to the date and time stated within this document. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract. • ISSUING AGENT/AUTHORIZED CONTACT: This RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor’s sole point of contact with regard to the RFQ, its content, and all issues concerning it. All communication regarding this RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ, its content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in writing) with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor’s quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County’s established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. • APPEALS: Appeals must be submitted in writing within seven (7) working days after notification of proposed recommendations for award. A “Notice of Award” is not an indication of County’s acceptance of an offer made in response to this RFQ. Appeals shall be submitted to County of Fresno Purchasing, 333 W. Pontiac Way, Clovis, CA 93612 and in Word format to gcornuelle@FresnoCountyCA.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ 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 appealing bidder is not satisfied with the decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office within seven (7) working days after Purchasing’s notification; if the appealing bidder is not satisfied with CAO’s decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal will be going to the Board of Supervisors. Quotation No. 21-053 Page 6 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX GENERAL REQUIREMENTS & CONDITIONS LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do not apply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing by May 19, 2021 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Debbie Scharnick at (559) 600- 7110. NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. AWARD: Award will be made to the four (4) vendors offering the services, products, prices, delivery, equipment and system deemed to be to the best advantage of the County. Past performance (County contracts within the past seven years) and references may factor into awarding of a contract. The County shall be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and special district building codes, laws, ordinances, and regulations. SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.975% regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. TAXES, CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. ---- Quotation No. 21-053 Page 7 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully describes items that you are bidding. No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown, the bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder. GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. PACKAGING: Each item listed in the bid gives as part of its description the minimum packaging size that the County would order. The County feels it more reasonable to order the successful bidder's standard "carton" sizes; therefore, each bidder is asked to fill in the information for each item. Normally the circumstances resort to minimum package size orders. Be sure to fill in your "standard" carton size on the quotation schedule if different from stated. Quote separate prices on each individual item in County unit of measure (i.e., EA, DZ, PG, not your standard carton price). VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. BIDDERS’ LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are for the contract period, and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination. CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. Quotation No. 21-053 Page 8 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders. 3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders. 5. No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be electronically submitted to PWPBusinessOffice@fresnocountyca.gov. Each invoice shall include a detailed description of each job, date and time of service request, name of the County employee that requested the service, Contractor’s response time, a clear description of trucks provided, beginning and end times, and total billable hours. PAYMENT: County will make partial payments for all purchases made under the contract/purchase order and accumulated during the month. Terms of payment will be net forty-five (45) days. County will consider the Bidder’s Cash discount Offer, in lieu of the net forty-five (45) days payment terms. CONTRACT TERM: It is County’s intent to contract with the successful bidder for a term of three (3) years. RENEWAL: Agreement may be renewed for a potential of two (2) one (1) year periods, based on the mutual written consent of all parties. 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. ORDERING: Orders will be placed as required by County of Fresno Roads Maintenance and Operations. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor’s officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Quotation No. 21-053 Page 9 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX 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 the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor’s Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. 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 (including attorney’s fees and costs), 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 (including attorney’s fees and costs), 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. MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the items, which the bidder proposes to furnish, together with full descriptive literature on all items so enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of functioning and structural characteristics for those details which differ from the specifications listed herein. SAFETY DATA SHEETS: With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Safety Data Sheet for each product, which contains any substance on “The List of 800 Hazardous Substances”, published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act, California State Labor Code Sections 6360 through 6399.7.) RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications. 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. WATER, POWER & TOILET FACILITIES: Successful bidder may use County owned water, power and toilet facilities at job site (when existing) at no expense to the successful bidder. Successful bidder will be required, however, to provide piping, fittings and other items as necessary to bring water and power from existing service to job site. Quotation No. 21-053 Page 10 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the work with the County so that any interruption to the normal business operations be kept to a minimum. INSPECTION: All material and workmanship shall be subject to inspection, examination and test by the County at any and all times during which manufacture and/or construction are carried on. The County shall have the right to reject defective material and workmanship or require its correction. 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 successful bidder shall provide, in conformity with all local codes and ordinances and as may be required, such temporary walls, fences, guardrails, barricades, lights, danger signs, enclosures, etc., and shall maintain such safeguards until all work is completed. BONDS: PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. BONDING COMPANY: The company issuing bonds shall be a corporate surety admitted by the California Insurance Commissioner to do business in the State of California with an A.M Best rating of B++ VIII or better. COORDINATION AND COMPLETION: The successful bidder shall contact and meet with the County Coordinator at the job site prior to commencement and completion of any work. Successful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. LIQUIDATED DAMAGES: The Contractor will be assessed liquidated damages in the amount of two thousand dollars ($2,000.00), per truck, per hour for each hour of delay for material not delivered or picked up at the specified date and time under this agreement. This sum represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable losses that might result from such a breach. Successful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one (1) year. Such one (1) year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. 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 Quotation No. 21-053 Page 11 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with 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. OBLIGATIONS OF CONTRACTOR: Contractor 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. TIE BIDS: With all other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors, the tied vendors will be granted the opportunity to submit new bids or the entire bid may be rejected and re-bid. If the General Requirements of the RFQ state that they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over this paragraph. DATA SECURITY: Individuals and/or agencies that enter into a contractual relationship with the County for the purpose of providing services must employ adequate controls and data security measures, both internally and externally to ensure and protect the confidential information and/or data provided to contractor by the County, preventing the potential loss, misappropriation or inadvertent access, viewing, use or disclosure of County data including sensitive or personal client information; abuse of County resources; and/or disruption to County operations. Individuals and/or agencies may not connect to or use County networks/systems via personally owned mobile, wireless or handheld devices unless authorized by County for telecommuting purposes and provide a secure connection; up to date virus protection and mobile devices must have the remote wipe feature enabled. Computers or computer peripherals including mobile storage devices may not be used (County or Contractor device) or brought in for use into the County’s system(s) without prior authorization from County’s Chief Information Officer and/or designee(s). No storage of County’s private, confidential or sensitive data on any hard-disk drive, portable storage device or remote storage installation unless encrypted according to advance encryption standards (AES of 128 bit or higher). The County will immediately be notified of any violations, breaches or potential breaches of security related to County’s confidential information, data and/or data processing equipment which stores or processes County data, internally or externally. County shall provide oversight to Contractor’s response to all incidents arising from a possible breach of security related to County‘s confidential client information. Contractor will be responsible to issue any notification to affected individuals as required by law or as deemed necessary by County in its sole discretion. Contractor will be responsible for all costs incurred as a result of providing the required notification. AUDITS AND 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 (3) 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. Quotation No. 21-053 Page 12 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX BIDDER TO COMPLETE: GUARANTEED PICK UP AND/OR DELIVERY: Bidders will be considered in award of bid only if they can guarantee services within twenty-four (24) hours of request. Enter guarantee on this line (i.e. amount of time from receipt of order to delivery): State specific location, where service and/or maintenance can be obtained. Failure to furnish this information will be cause for rejection of bid. Successful bidders will be required to file any new price list that may become effective during the life of the contract with the County of Fresno Purchasing Manager within thirty (30) days of its becoming effective. State Purchase Order mailing address: MINIMUM ORDER: Bidder to state minimum order quantities and charges for less than minimum order quantity (if not stated it will be assumed there are none). SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: Quotation No. 21-053 Page 13 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX LICENSE AND PERMITS: Bidder to possess appropriate license and permits for the project in accordance with current regulations/statutes. The bidder shall possess a current Federal DOT, Motor Carrier Authority Numbers, and a United Carrier Registration or another license class and permits that cover the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license and/or permit is other than the above mentioned, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: Date of Issue: Failure to submit verification of license and permits may result in bidder’s response being considered non-responsive. Quotation No. 21-053 Page 14 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX INSURANCE REQUIREMENTS INSURANCE: Without limiting the County’s right to obtain indemnification from Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse- Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto 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. This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a period of three years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specified herein. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relating to Insurance: 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. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker’s compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor’s waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. 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 Roads, 2220 Tulare Street, 6th Floor, Fresno, CA 93721, 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. Quotation No. 21-053 Page 15 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX 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. Quotation No. 21-053 Page 16 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX 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. Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. No, we will not extend contract terms to any agency other than the County of Fresno. (Authorized Signature) Title • • Quotation No. 21-053 Page 17 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. Quotation No. 21-053 Page 18 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX QUOTATION SCHEDULE Price quotes shall include all miscellaneous and related charges. The County will only pay costs expressly included and itemized in the bid. Each hourly rate quoted shall include all labor, materials, equipment, travel time, transportation, fees, permits, insurances, licenses, overhead, taxes, etc. to perform trucking/hauling services as specified. Quantities listed herein are annual estimates based on past usage and are not guaranteed. A. Equipment Description & Quantity: Bidder is to list the quantity available of each equipment and tonnage capacity to support the County contract. Please add any other vehicles that may be available for use with this agreement Equipment Description Quantity Available Tonnage Capacity 1 Double Bottom Dumps 2 Demotion Trailer Rig 3 Transfer Rig 4 Super 10’s 5 Lowbed Rig (16 tire) 6 60’ Expando Lowbed 7 8 9 10 11 12 13 14 15 16 Quotation No. 21-053 Page 19 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX B. Definition of Zones: Any combination of the zones detailed below will be calculated and charged on a proportional basis of the affected rates and usage. Zone Description “A Day” To be performed 6:00 AM – 8:00 PM within the valley area of Fresno County below 1,000-foot elevation. “A Night” To be performed 8:00 PM – 6:00 AM within the valley area of Fresno County below the 1,000-foot elevation. “B Day” To be performed 6:00 AM – 8:00 PM in the foothill and mountain areas of Fresno County above the 1,000-foot elevation. “B Night” To be performed 8:00 PM – 6:00 AM in the foothill and mountain areas of Fresno County above the 1,000-foot elevation. C. Submit hourly rates for the zones listed below and equipment types specified. Please add any other equipment that may be available for use under this agreement, include cost. ZONE EQUIPMENT TYPE ANNUAL USAGE (estimated hours) HOURLY RATE TOTAL (Usage x Rate) 1 A Day Double Bottom Dump 1800 $ $ 2 A Day Demolition Trailer Rig 180 $ $ 3 A Day Transfer Rigs 1800 $ $ 4 A Day Super 10’s 1800 $ $ 5 A Day Lowbed Rigs (16 Tire) 90 $ $ 6 A Day 60’ Expando Lowbed 90 $ $ 7 A Night Double Bottom Dump 150 $ $ 8 A Night Demolition Trailer Rig 15 $ $ 9 A Night Transfer Rigs 150 $ $ 10 A Night Super 10’s 1800 $ $ 11 A Night Lowbed Rigs (16 Tire) 15 $ $ 12 A Night 60’ Expando Lowbed 90 $ $ 13 B Day Double Bottom Dump 900 $ $ 14 B Day Demolition Trailer Rig 90 $ $ 15 B Day Transfer Rigs 900 $ $ Quotation No. 21-053 Page 20 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX 16 B Day Super 10’s 1800 $ $ 17 B Day Lowbed Rigs (16 Tire) 90 $ $ 18 B Day 60’ Expando Lowbed 90 $ $ 19 B Night Double Bottom Dump 150 $ $ 20 B Night Demolition Trailer Rig 15 $ $ 21 B Night Transfer Rigs 150 $ $ 22 B Night Super 10’s 1800 $ $ 23 B Night Lowbed Rigs (16 Tire) 15 $ $ 24 B Night 60’ Expando Lowbed 90 $ $ TOTAL= $ $ D. Please add any other equipment that may be available for use under this agreement (see “A” above) and include Zone and hourly rate. ZONE EQUIPMENT TYPE HOURLY RATE 1 $ 2 $ 3 $ 4 $ 5 $ 6 $ 7 $ Quotation No. 21-053 Page 21 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX E. Trucking Yard Addresses State address of all trucking yards from which trucking/hauling will be dispatched: 1. 2. 3. 4. 5. 6. 7. 8. 9. Quotation No. 21-053 Page 22 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX CHECK LIST This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1. The Request for Quotation (RFQ) has been signed and completed. 2. Addenda, if any, have been signed and included in the bid package. 3. The completed Reference List as provided with this RFQ. 4. The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 5. Indicate all of bidder exceptions to the County’s requirements, conditions and specifications as stated within this RFQ. 6. The Participation page as provided within this RFQ has been signed and included 7. Bidder to Complete page as provided with this RFQ. 8. Verification of Contractor’s License and Permits. 9. Return checklist with RFQ response. 10. Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. Attachment D-1 C.B. Roadways, Inc. G:\Public\RFQ\FY 2020-21\21-053 Trucking Hauling Services\21-053 Trucking Hauling Services.docx COUNTY OF FRESNO REQUEST FOR QUOTATION NUMBER: 21-053 TRUCKING/HAULING SERVICES Issue Date: May 13, 2021 Closing Date: MAY 27, 2021 AT 2:00 PM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Debbie Scharnick at Phone (559) 600-7110. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ. Bid must be signed and dated by an authorized officer or employee. Except as noted on individual items, the following will apply to all items in the Quotation Schedule: •A cash discount of % days will apply. County does not accept terms less than 15 days. COMPANY CONTACT PERSON ADDRESS CITY STATE ZIP CODE ( ) TELEPHONE NUMBER E-MAIL ADDRESS AUTHORIZED SIGNATURE PRINT NAME TITLE Purchasing Use: DS:st ORG/Requisition: 4510 / 5102100254 C. B. Roadways, Inc. n/a Sonia Cheema, President Contact for Bid: Kristian Laughlin, Niagara Consulting, kristian@niagaraconsulting.net 332-216-3555) 1754 Technology Drive, Suite 200, San Jose, CA, San Jose CA 95110 408-600-7555 sonia@cbroadwaysinc.com Sonia Cheema President Page 1 of 25 Quotation No. 21-053 Page 2 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX TABLE OF CONTENTS PAGE KEY DATES .................................................................................................................... 3 OVERVIEW ..................................................................................................................... 3 SCOPE OF WORK .......................................................................................................... 3 BID INSTRUCTIONS ...................................................................................................... 5 GENERAL REQUIREMENTS & CONDITIONS ............................................................... 6 INSURANCE REQUIREMENTS ................................................................................... 14 PARTICIPATION ........................................................................................................... 16 REFERENCE LIST ........................................................................................................ 17 QUOTATION SCHEDULE ............................................................................................. 18 CHECK LIST ................................................................................................................. 22 Page 2 of 25 Quotation No. 21-053 Page 3 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX KEY DATES RFQ Issue Date: May 13, 2021 Written Questions for RFQ Due: May 19, 2021 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: May 27, 2021 at 2:00 PM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno on behalf of Road Maintenance and Operations Division is soliciting bids to establish a Master Agreement under which up to four (4) successful bidders will provide trucking/hauling services. SCOPE OF WORK The County of Fresno on behalf of Road Maintenance and Operations Division is soliciting bids to establish a Master agreement under which up to four (4) successful bidders will provide Truck/hauling services to various locations throughout Fresno County. The County maintains over 3,500 miles of roadway. It is the intent of the County to award up to four (4) contractors, under one Master Agreement, to provide the services described herein. Award will be determined by proximity of vendor dispatch center locations to the work sites and quantity of trucking vehicles available for hauling be considered in award. Failure to provide ALL the following will cause the Bid to be deemed Non-Responsive: A.Trucking/hauling services will be provided on an as-needed basis when requested by the County. B.Contractors shall obtain and have in possession all required permits and licenses to perform the services described herein and shall adhere to all Federal, State, and local laws and/or ordinances. a.All permits and licenses shall be active and current during the term of this Agreement. C.County shall provide Contractors a minimum of twenty-four (24) hours advance notice, either verbally or in writing, requesting trucking services, unless otherwise agreed to by both parties for special circumstances. Contractors shall be able to deliver trucks to the County designated location within this timeline [twenty-four (24) hours.]. D.Contractors will be required to haul materials and equipment from specific equipment rental companies to particular job sites at differing locations throughout Fresno County. E.Materials include, but are not limited to sand, base rock, asphalt, and asphalt grindings. F.Chargeable/billable time will begin for each specific truck at the scheduled load time and point designated by the County representative (at the plant or, if in the field, upon arrival at the scheduled time). G.Chargeable/billable time period will end after each specific truck arrives at the starting point designated by the County representative for each specific haul day and hauler has obtained a signed acceptance/confirmation by an authorized County of Fresno representative. a.Time units of up to and including three (3) minutes shall be rounded down. b.Time units of excess of three (3) minutes shall be rounded up. c.Hours to be billed and quoted in units of one-tenth (1/10) hour. H.Contractors shall have a method to respond to calls and provide trucking services twenty-four (24) hours a day, seven (7) days a week. Page 3 of 25 Quotation No. 21-053 Page 4 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX I.Contractors shall submit detailed invoices that include the following: a.Detailed description of each job completed (road segments, description of work site, project number). b.Invoice number(s). c.Date and time of request(s.) d.Name of County employee that requested service. e.Contractor’s response time. f.Clear description of truck vehicles provided. g.Begin and end times as described above in “E-F”. h.Total billable hours. i.Email all invoices to PWPBusinessOffice@fresnocountyca.gov. J.Contractors shall be able to provide trucking/hauling services for up to three (3) consecutive weeks and up to ten (10) consecutive hours per day. Page 4 of 25 Quotation No. 21-053 Page 5 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX BID INSTRUCTIONS •Bidders must electronically submit bid package in pdf format, no later than the quotation closing date and time as stated on the front of this document, to the Bid Page on Public Purchase. The County will not be responsible for and will not accept late bids due to slow internet connection or incomplete transmissions. •Bids received after the closing time will NOT be considered. •All quotations shall remain firm for 180 days. •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 prior to the date and time stated within this document. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract. •ISSUING AGENT/AUTHORIZED CONTACT: This RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor’s sole point of contact with regard to the RFQ, its content, and all issues concerning it. All communication regarding this RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ, its content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in writing) with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor’s quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County’s established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. •APPEALS: Appeals must be submitted in writing within seven (7) working days after notification of proposed recommendations for award. A “Notice of Award” is not an indication of County’s acceptance of an offer made in response to this RFQ. Appeals shall be submitted to County of Fresno Purchasing, 333 W. Pontiac Way, Clovis, CA 93612 and in Word format to gcornuelle@FresnoCountyCA.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ 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 appealing bidder is not satisfied with the decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office within seven (7) working days after Purchasing’s notification; if the appealing bidder is not satisfied with CAO’s decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal will be going to the Board of Supervisors. Page 5 of 25 Quotation No. 21-053 Page 6 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX GENERAL REQUIREMENTS & CONDITIONS LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do not apply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing by May 19, 2021 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Debbie Scharnick at (559) 600- 7110. NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. AWARD: Award will be made to the four (4) vendors offering the services, products, prices, delivery, equipment and system deemed to be to the best advantage of the County. Past performance (County contracts within the past seven years) and references may factor into awarding of a contract. The County shall be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and special district building codes, laws, ordinances, and regulations. SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.975% regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. TAXES, CHARGES AND EXTRAS: A)DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B)County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C)Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. Page 6 of 25 ---- Quotation No. 21-053 Page 7 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully describes items that you are bidding. No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown, the bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder. GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. PACKAGING: Each item listed in the bid gives as part of its description the minimum packaging size that the County would order. The County feels it more reasonable to order the successful bidder's standard "carton" sizes; therefore, each bidder is asked to fill in the information for each item. Normally the circumstances resort to minimum package size orders. Be sure to fill in your "standard" carton size on the quotation schedule if different from stated. Quote separate prices on each individual item in County unit of measure (i.e., EA, DZ, PG, not your standard carton price). VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. BIDDERS’ LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are for the contract period, and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination. CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. Page 7 of 25 Quotation No. 21-053 Page 8 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1.Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2.Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders. 3.Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4.Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders. 5.No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be electronically submitted to PWPBusinessOffice@fresnocountyca.gov. Each invoice shall include a detailed description of each job, date and time of service request, name of the County employee that requested the service, Contractor’s response time, a clear description of trucks provided, beginning and end times, and total billable hours. PAYMENT: County will make partial payments for all purchases made under the contract/purchase order and accumulated during the month. Terms of payment will be net forty-five (45) days. County will consider the Bidder’s Cash discount Offer, in lieu of the net forty-five (45) days payment terms. CONTRACT TERM: It is County’s intent to contract with the successful bidder for a term of three (3) years. RENEWAL: Agreement may be renewed for a potential of two (2) one (1) year periods, based on the mutual written consent of all parties. 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. ORDERING: Orders will be placed as required by County of Fresno Roads Maintenance and Operations. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor’s officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Page 8 of 25 Quotation No. 21-053 Page 9 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX 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 the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor’s Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. 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 (including attorney’s fees and costs), 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 (including attorney’s fees and costs), 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. MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the items, which the bidder proposes to furnish, together with full descriptive literature on all items so enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of functioning and structural characteristics for those details which differ from the specifications listed herein. SAFETY DATA SHEETS: With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Safety Data Sheet for each product, which contains any substance on “The List of 800 Hazardous Substances”, published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act, California State Labor Code Sections 6360 through 6399.7.) RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications. 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. WATER, POWER & TOILET FACILITIES: Successful bidder may use County owned water, power and toilet facilities at job site (when existing) at no expense to the successful bidder. Successful bidder will be required, however, to provide piping, fittings and other items as necessary to bring water and power from existing service to job site. Page 9 of 25 Quotation No. 21-053 Page 10 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the work with the County so that any interruption to the normal business operations be kept to a minimum. INSPECTION: All material and workmanship shall be subject to inspection, examination and test by the County at any and all times during which manufacture and/or construction are carried on. The County shall have the right to reject defective material and workmanship or require its correction. 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 successful bidder shall provide, in conformity with all local codes and ordinances and as may be required, such temporary walls, fences, guardrails, barricades, lights, danger signs, enclosures, etc., and shall maintain such safeguards until all work is completed. BONDS: PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. BONDING COMPANY: The company issuing bonds shall be a corporate surety admitted by the California Insurance Commissioner to do business in the State of California with an A.M Best rating of B++ VIII or better. COORDINATION AND COMPLETION: The successful bidder shall contact and meet with the County Coordinator at the job site prior to commencement and completion of any work. Successful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. LIQUIDATED DAMAGES: The Contractor will be assessed liquidated damages in the amount of two thousand dollars ($2,000.00), per truck, per hour for each hour of delay for material not delivered or picked up at the specified date and time under this agreement. This sum represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable losses that might result from such a breach. Successful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one (1) year. Such one (1) year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. 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 Page 10 of 25 Quotation No. 21-053 Page 11 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with 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. OBLIGATIONS OF CONTRACTOR: Contractor 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. TIE BIDS: With all other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors, the tied vendors will be granted the opportunity to submit new bids or the entire bid may be rejected and re-bid. If the General Requirements of the RFQ state that they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over this paragraph. DATA SECURITY: Individuals and/or agencies that enter into a contractual relationship with the County for the purpose of providing services must employ adequate controls and data security measures, both internally and externally to ensure and protect the confidential information and/or data provided to contractor by the County, preventing the potential loss, misappropriation or inadvertent access, viewing, use or disclosure of County data including sensitive or personal client information; abuse of County resources; and/or disruption to County operations. Individuals and/or agencies may not connect to or use County networks/systems via personally owned mobile, wireless or handheld devices unless authorized by County for telecommuting purposes and provide a secure connection; up to date virus protection and mobile devices must have the remote wipe feature enabled. Computers or computer peripherals including mobile storage devices may not be used (County or Contractor device) or brought in for use into the County’s system(s) without prior authorization from County’s Chief Information Officer and/or designee(s). No storage of County’s private, confidential or sensitive data on any hard-disk drive, portable storage device or remote storage installation unless encrypted according to advance encryption standards (AES of 128 bit or higher). The County will immediately be notified of any violations, breaches or potential breaches of security related to County’s confidential information, data and/or data processing equipment which stores or processes County data, internally or externally. County shall provide oversight to Contractor’s response to all incidents arising from a possible breach of security related to County‘s confidential client information. Contractor will be responsible to issue any notification to affected individuals as required by law or as deemed necessary by County in its sole discretion. Contractor will be responsible for all costs incurred as a result of providing the required notification. AUDITS AND 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 (3) 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. Page 11 of 25 Quotation No. 21-053 Page 12 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX BIDDER TO COMPLETE: GUARANTEED PICK UP AND/OR DELIVERY: Bidders will be considered in award of bid only if they can guarantee services within twenty-four (24) hours of request. Enter guarantee on this line (i.e. amount of time from receipt of order to delivery): State specific location, where service and/or maintenance can be obtained. Failure to furnish this information will be cause for rejection of bid. Successful bidders will be required to file any new price list that may become effective during the life of the contract with the County of Fresno Purchasing Manager within thirty (30) days of its becoming effective. State Purchase Order mailing address: MINIMUM ORDER: Bidder to state minimum order quantities and charges for less than minimum order quantity (if not stated it will be assumed there are none). SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: Trucks guaranteed within 24 hours of request CB ROADWAYS, 1754 Technology drive, Suite 200, San Jose, CA, 95110 8 Hours night work, 7 hours day work. Service: 1754 Technology drive, Suite 200, San Jose, CA, 95110 1740 N 4th St, San Jose, CA 95112Maintenance: Coast Counties Peterbilt Dragon Material Transport, Inc. Page 12 of 25 Quotation No. 21-053 Page 13 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX LICENSE AND PERMITS: Bidder to possess appropriate license and permits for the project in accordance with current regulations/statutes. The bidder shall possess a current Federal DOT, Motor Carrier Authority Numbers, and a United Carrier Registration or another license class and permits that cover the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license and/or permit is other than the above mentioned, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: Date of Issue: Failure to submit verification of license and permits may result in bidder’s response being considered non-responsive. DGS OSDS 1754532; Motor Carrier License 0410957; DIR 1000035239; CARB 40849 04/23/20 03/01/21 07/01/20 Page 13 of 25 Quotation No. 21-053 Page 14 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX INSURANCE REQUIREMENTS INSURANCE: Without limiting the County’s right to obtain indemnification from Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A.Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse- Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B.Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto 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. This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a period of three years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specified herein. D.Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relating to Insurance: 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. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker’s compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor’s waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. 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 Roads, 2220 Tulare Street, 6th Floor, Fresno, CA 93721, 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. Page 14 of 25 Quotation No. 21-053 Page 15 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX 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. Page 15 of 25 Quotation No. 21-053 Page 16 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX 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. Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. No, we will not extend contract terms to any agency other than the County of Fresno. (Authorized Signature) Title X Sonia Cheema, President Page 16 of 25 • •l Quotation No. 21-053 Page 17 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. C. B. Roadways, Inc. Santa Clara Valley Water District Richard Gilmore 5750 Almaden Exp, San Jose CA 95118 2017 - OngoingTrucking/Hauling Services with annual purchase orders over $1 Million408-630-3052 RGilmore@valleywater.org Gagliasso Trucking Donald Gagliasso Trucking/Hauling Services various Truck types 415 Aldo Ave. Santa Clara, CA 95054 408-988-4021 Team North Construction Svs. Donn North 150 Executive Park Blvd #3150 415-467-0300 donn.north@gmail.com Trucking/Hauling Services, Hauling Aggregates, Etc. San Francisco CA 94134 2017 - Ongoing 2017 - Ongoing Rich Voss Trucking Steve Martini 12100 Stevens Canyon Rd. Cupertino CA 95014 gagliasso.trucking@sbcglobal.net 408-253-2512 Trucking/Hauling dirt, sand asphalt, rock, gravel and other materials 2018 - Ongoing Granite Rock Brandon CA 831 818-6501 April 2021 - Present 11711 Berryessa Rd, San Jose, CA 95133 Trucking / Hauling aggregates with various truck types Page 17 of 25 Quotation No. 21-053 Page 18 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX QUOTATION SCHEDULE Price quotes shall include all miscellaneous and related charges. The County will only pay costs expressly included and itemized in the bid. Each hourly rate quoted shall include all labor, materials, equipment, travel time, transportation, fees, permits, insurances, licenses, overhead, taxes, etc. to perform trucking/hauling services as specified. Quantities listed herein are annual estimates based on past usage and are not guaranteed. A.Equipment Description & Quantity: Bidder is to list the quantity available of each equipment and tonnage capacity to support the County contract. Please add any other vehicles that may be available for use with this agreement Equipment Description Quantity Available Tonnage Capacity 1 Double Bottom Dumps 2 Demotion Trailer Rig 3 Transfer Rig 4 Super 10’s 5 Lowbed Rig (16 tire) 6 60’ Expando Lowbed 7 8 9 10 11 12 13 14 15 16 5+ 5+ 5+ 10+ 5+ 5+ 26 24 24 18 24 24 Page 18 of 25 Quotation No. 21-053 Page 19 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX B.Definition of Zones: Any combination of the zones detailed below will be calculated and charged on a proportional basis of the affected rates and usage. Zone Description “A Day” To be performed 6:00 AM – 8:00 PM within the valley area of Fresno County below 1,000-foot elevation. “A Night” To be performed 8:00 PM – 6:00 AM within the valley area of Fresno County below the 1,000-foot elevation. “B Day” To be performed 6:00 AM – 8:00 PM in the foothill and mountain areas of Fresno County above the 1,000-foot elevation. “B Night” To be performed 8:00 PM – 6:00 AM in the foothill and mountain areas of Fresno County above the 1,000-foot elevation. C.Submit hourly rates for the zones listed below and equipment types specified. Please add any other equipment that may be available for use under this agreement, include cost. ZONE EQUIPMENT TYPE ANNUAL USAGE (estimated hours) HOURLY RATE TOTAL (Usage x Rate) 1 A Day Double Bottom Dump 1800 $ $ 2 A Day Demolition Trailer Rig 180 $ $ 3 A Day Transfer Rigs 1800 $ $ 4 A Day Super 10’s 1800 $ $ 5 A Day Lowbed Rigs (16 Tire) 90 $ $ 6 A Day 60’ Expando Lowbed 90 $ $ 7 A Night Double Bottom Dump 150 $ $ 8 A Night Demolition Trailer Rig 15 $ $ 9 A Night Transfer Rigs 150 $ $ 10 A Night Super 10’s 1800 $ $ 11 A Night Lowbed Rigs (16 Tire) 15 $ $ 12 A Night 60’ Expando Lowbed 90 $ $ 13 B Day Double Bottom Dump 900 $ $ 14 B Day Demolition Trailer Rig 90 $ $ 15 B Day Transfer Rigs 900 $ $ 134.94 124.94 124.94 124.94 124.94 124.94 134.94 124.94 124.94 124.94 124.94 124.94 139.94 139.94 139.94 242,892.00 22,489.20 224,892.00 224,892.00 11,244.60 11,244.60 20,241.00 1,874.10 18,741.00 224,892.00 1,874.10 11,244.60 125,946.00 12,594.60 125,946.00 Page 19 of 25 Quotation No. 21-053 Page 20 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX 16 B Day Super 10’s 1800 $ $ 17 B Day Lowbed Rigs (16 Tire) 90 $ $ 18 B Day 60’ Expando Lowbed 90 $ $ 19 B Night Double Bottom Dump 150 $ $ 20 B Night Demolition Trailer Rig 15 $ $ 21 B Night Transfer Rigs 150 $ $ 22 B Night Super 10’s 1800 $ $ 23 B Night Lowbed Rigs (16 Tire) 15 $ $ 24 B Night 60’ Expando Lowbed 90 $ $ TOTAL= $ $ D.Please add any other equipment that may be available for use under this agreement (see “A” above) and include Zone and hourly rate. ZONE EQUIPMENT TYPE HOURLY RATE 1 $ 2 $ 3 $ 4 $ 5 $ 6 $ 7 $ 139.94 139.94 139.94 139.94 139.94 139.94 139.94 139.94 139.94 251,892.00 12,594.60 12,594.60 20,991.00 2,099.10 20,991.00 251,892.00 2,099.10 12,594.60 1,868,755.80 A or B Water Trucks 195 Page 20 of 25 Quotation No. 21-053 Page 21 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX E.Trucking Yard Addresses State address of all trucking yards from which trucking/hauling will be dispatched: 1. 2. 3. 4. 5. 6. 7. 8. 9. 1754 Technology drive, Suite 200, San Jose, CA, 2733 W Princeton Ave, Fresno, CA 93705, United States 1638 W Jensen Ave, Fresno, CA 93706 Page 21 of 25 Quotation No. 21-053 Page 19 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX B.Definition of Zones: Any combination of the zones detailed below will be calculated and charged on a proportional basis of the affected rates and usage. Zone Description “A Day” To be performed 6:00 AM – 8:00 PM within the valley area of Fresno County below 1,000-foot elevation. “A Night” To be performed 8:00 PM – 6:00 AM within the valley area of Fresno County below the 1,000-foot elevation. “B Day” To be performed 6:00 AM – 8:00 PM in the foothill and mountain areas of Fresno County above the 1,000-foot elevation. “B Night” To be performed 8:00 PM – 6:00 AM in the foothill and mountain areas of Fresno County above the 1,000-foot elevation. C.Submit hourly rates for the zones listed below and equipment types specified. Please add any other equipment that may be available for use under this agreement, include cost. ZONE EQUIPMENT TYPE ANNUAL USAGE (estimated hours) HOURLY RATE TOTAL (Usage x Rate) 1 A Day Double Bottom Dump 1800 $ $ 2 A Day Demolition Trailer Rig 180 $ $ 3 A Day Transfer Rigs 1800 $ $ 4 A Day Super 10’s 1800 $ $ 5 A Day Lowbed Rigs (16 Tire) 90 $ $ 6 A Day 60’ Expando Lowbed 90 $ $ 7 A Night Double Bottom Dump 150 $ $ 8 A Night Demolition Trailer Rig 15 $ $ 9 A Night Transfer Rigs 150 $ $ 10 A Night Super 10’s 1800 $ $ 11 A Night Lowbed Rigs (16 Tire) 15 $ $ 12 A Night 60’ Expando Lowbed 90 $ $ 13 B Day Double Bottom Dump 900 $ $ 14 B Day Demolition Trailer Rig 90 $ $ 15 B Day Transfer Rigs 900 $ $ 134.94 134.94 129.94 134.94 134.94 134.94 134.94 139.94 134.94 129.94 144.94 144.94 139.94 139.94 139.94 242,892.00 24,289.20 233,892.00 242,892.00 12,144.60 12,144.60 20,241.00 2,099.10 20,241.00 233,982.00 2,174.10 13,044.60 125,946.00 12,594.60 125,946.00 C.B. Roadways Inc. Page 1 of 2 Quotation No. 21-053 Page 20 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX 16 B Day Super 10’s 1800 $ $ 17 B Day Lowbed Rigs (16 Tire) 90 $ $ 18 B Day 60’ Expando Lowbed 90 $ $ 19 B Night Double Bottom Dump 150 $ $ 20 B Night Demolition Trailer Rig 15 $ $ 21 B Night Transfer Rigs 150 $ $ 22 B Night Super 10’s 1800 $ $ 23 B Night Lowbed Rigs (16 Tire) 15 $ $ 24 B Night 60’ Expando Lowbed 90 $ $ TOTAL= $ $ D.Please add any other equipment that may be available for use under this agreement (see “A” above) and include Zone and hourly rate. ZONE EQUIPMENT TYPE HOURLY RATE 1 $ 2 $ 3 $ 4 $ 5 $ 6 $ 7 $ 139.94 144.94 144.94 144.94 144.94 144.94 144.94 154.94 154.94 251,892.00 13,044.60 13,044.60 21,741.00 2,174.10 21,741.00 260,892.00 2,324.10 13,944.60 1,923,016.80 A or B Water Trucks 195 C.B. Roadways Inc. Page 2 of 2 Quotation No. 21-053 Page 22 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX CHECK LIST This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1.The Request for Quotation (RFQ) has been signed and completed. 2.Addenda, if any, have been signed and included in the bid package. 3.The completed Reference List as provided with this RFQ. 4.The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 5.Indicate all of bidder exceptions to the County’s requirements, conditions and specifications as stated within this RFQ. 6.The Participation page as provided within this RFQ has been signed and included 7.Bidder to Complete page as provided with this RFQ. 8.Verification of Contractor’s License and Permits. 9.Return checklist with RFQ response. 10.Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. x x x x x x x x x x Page 22 of 25 Certification Type Status From To SB(Micro)Approved 04/23/2020 04/30/2022 Printed on: 4/23/2020 12:41:23 PM To verify most current certification status go to: https://www.caleprocure.ca.gov Office of Small Business & DVBE Services Certification ID:1754532 Legal Business Name: C.B. ROADWAYS INC Doing Business As (DBA) Name 1: CB ROADWAYS INC Doing Business As (DBA) Name 2: Address: PO BOX 730501 SAN JOSE CA 95173 Email Address: cbroadwaysinc@gmail.com Business Web Page: http://www.cbroadwaysinc.com Business Phone Number: 408/600-7555 Business Fax Number: 408/709-2527 Business Types: Service Stay informed! KEEP YOUR CERTIFICATION PROFILE UPDATED! -LOG IN at CaleProcure.CA.GOV Questions? Email: OSDSHELP@DGS.CA.GOV Call OSDS Main Number: 916-375-4940 707 3rd Street, 1-400, West Sacramento, CA 95605 Page 23 of 25 iJGS CALIFORNIA DEPARTMENT OF GENERAL SERVICES Page 24 of 25 CALIFORNIA STATE TRANSPORTATION AGENCY DEPARTMENT OF MOTOR VEHICLES Registration Operations Division MS H875 P .0. BOX 932370 Sacramento, CA. 94232-3700 (916) 657-8153 02/24/2021 C B ROADWAYS INC 2680 N TRACI BL VD STE 4 TRACY, CA 95376 .11., OP'AIIIJU10,.U01011~ A Public Service Agency DEPARTMENT OF MOTOR VEHICLES Registration Qperations Division NON-EXPIRING MOTOR CARRIER PERMIT Combined Carrier Valid From: 03 /01 /2021 I Valid I N E .. Through: on-xprrmg P.O. BO~ 932~70 Sacramento, CA. 94232-3700 CA#: 0410957 C B ROADWAYS INC 2680 N TRACI BL VD STE 4 TRACY, CA 95376 Pmt Date: NI A Office#: Account #: 603559 Tech ID: 154 ## Seauence #: #NNN Amt Paid: No Fee The carrier n~~~~--}!!IJ~i~ permit is subject to the Unifi~-~. ~a!~~!J!~g!~lr~~~.~ ~~t (UC~) of 2005, and 1s g~ante_d,a noii-exp1rmg perllllt of the_ f,~llowing elassi~{ati~n/ ·< (·/ . /~1{,;1~1~ti!if i\;I~li1 ------~~i(i '.~},\~~--~~-:~~~ ::-__ \' - \.> ,~ ,_;.,.~·:r·:._~~':.(-••· -.;,,._~--,;.~--...,< '. !; · f • '\.: ~ ~ ~-, -~~-"• --~-w • i / ·--~~ .. •,_ . -~~.0 :,.,·--S',.0,;•"-"!;(,~-t --.1 ..... ,-.,;,--,_.,..,,,•-·--- Not Vali~ f<>t~Intras~Jlte' ... Q~ly Operations . ':::~:;:,::~~,.f]Jif~:,~~\>:::,'.:~ ,, !!!IMPORTANT REMINDERS!!! 1. This non-expiring Motor Carrier Permit (MCP) will remain valid as long as you continue to conduct interstate operations. The Unified Carrier Registration Act (UCRA) of 2005 exempts combined carriers (carriers who operate both intra and interstate) from MCP requirements. 2. Federal Motor Carrier Safety Administration insurance requirements must be maintained. 3. If you commence intrastate only operations, you must renew your MCP. California Relay Telephone Service for the Deaf or Hard of Hearing from TDD Phones: 1-800-735-2929; from Voice Phones: 1-800-735-2922 MC 2200 M (REV. 01/2011) A Public Service Agency Page 25 of 25 11512021 htlpa://asl.arb.ca.gov#hucnl_raporting/cart14.php ~:) CALIFORNIA ,1 ~ AIR RESOURCES BOARD Certificate of Reported Compliance Truck and Bus Regulation Issued to: C.B. Roadways, Inc. CA-0410957 5 Vehicles Reported Th i s certi ficate confi r ms that the fleet owner has attested under p enalty of perjury that the statements and infor mation they provicl ed to the California Air Resou r ces Board (<::AR B) are true, accurate, and complete regarding al l relevant vehicles In the fl eet requ ired to sh ow complia nce. CARS hereby finds that the fleet l isted above has r eported compli ance with tit le 13, Ca liforni a Code of Regulations, section 2025 (Truck and Bus Regu lation). If CAR B subsequently Qnds t hat the statements and information that have been provided ar e not true, at cu rate, and ce mplete, this certificate shall be effectively r evoked and the fleet su bject to noncompliance pena l t ies. This certificate.l s vali d until December 31, 2021 Sydney Vergis Olvlsfon Ch ier, Mobllc Source Conb·ol OMslon ca li fo rnia Air Resources aoa ,·d Printed on 2021-01-05 TR UCRS Fleet I dentificati on 40849 To verlfy the a uthen ticity or ltlls ~rtlflcate, visit www orb ca 02x/msomo/onrdJP'iPl/tbJook1JO oho https://ssl.atb.ca.gavllrucrs_raportlng/cart14.php 1/1 Attachment D-2 Terry Johnson Trucking, Inc. Page 1 of 25 ' ' _f -Mtk-lU ~1~1 .:/~~_t,-~ COUNTY OF FRESNO ~/ q/£! REQUEST FOR QUOTATION NUMBER: 21-053 TRUCKING/HAULING SERVICES Issue Date: May 13, 2021 Closing Date: MAY 27, 2021 AT 2:00 PM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Debbie Scharnick at Phone (559) 600-711 0 . BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ . Bid must be signed and dated by an authorized officer or employee. Except as noted on individual items, the following will apply to all items in the Quotation Schedule : • A cash discount of __ -e--_____ % ,-Jf.T:.30 days will apply. Cou nty does not accept terms less than 15 days. COMPANY 1 -re:~ oJIL :rus,uJ To1-0JsoJ CONTACT P RSON . ~USC, t,D. ,Au. Ave. ADDRESS to14l-,,Ja14 CITY ZIP CODE q-q~s-O01 TELEPHONE NUMBER ~~-i;~~~ ;r =-== :Ju ~r, ,J 1o1-1rJsc,.. I PRINT NAME TITLE Purchasing Use: DS:st ORG/Requisition: 4510 / 51021 00 254 G:\Public\RFQ\FY 2020-21121-053 Trucking Hauling Services\21-053 Trucking Hauling Services.docx Page 2 of 25 Quotation No. 21-053 Page 2 TABLE OF CONTENTS PAGE KEY DATES .................................................................................................................... 3 OVERVIEW ..................................................................................................................... 3 SCOPE OF WORK .......................................................................................................... 3 BID INSTRUCTIONS ...................................................................................................... 5 GENERAL REQUIREMENTS & CONDITIONS ............................................................... 6 INSURANCE REQUIREMENTS ................................................................................... 14 PARTICIPATION ........................................................................................................... 16 REFERENCE LIST ........................................................................................................ 17 QUOTATION SCHEDULE ............................................................................................. 18 CHECK LIST ................................................................................................................. 22 G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 3 of 25 Quotation No. 21-053 Page3 KEY DATES RFQ Issue Date: May 13, 2021 Written Questions for RFQ Due: May 19, 2021 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: May 27, 2021 at 2:00 PM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno on behalf of Road Maintenance and Operations Division is soliciting bids to establish a Master Agreement under which up to four (4) successful bidders will provide trucking/hauling services. SCOPE OF WORK The County of Fresno on behalf of Road Maintenance and Operations Division is soliciting bids to establish a Master agreement under which up to four (4) successful bidders will provide Truck/hauling services to various locations throughout Fresno County . The County maintains over 3 ,500 miles of roadway . It is the intent of the County to award up to four (4) contractors, under one Master Agreement, to provide the services described herein. Award will be determined by proximity of vendor dispatch center locations to the work sites and quantity of trucking vehicles available for hauling be considered in award. Failure to provide ALL the following will cause the Bid to be deemed Non-Responsive: A. Trucking/hauling services will be provided on an as-needed basis when requested by the County. B. Contractors shall obtain and have in possession all required permits and licenses to perform the services described herein and shall adhere to all Federal, State, and local laws and/or ordinances. a . All permits and licenses shall be active and current during the term of this Agreement. C. County shall provide Contractors a minimum of twenty-four (24) hours advance notice, either verball y or in writing , requesting trucking services, unless otherwise agreed to by both parties for special circumstances. Contractors shall be able to deliver trucks to the County designated location within this timeline [twenty-four (24) hours.]. D . Contractors will be required to haul materials and equipment from specific equipment rental companies to particular job sites at differing locations throughout Fresno County . E. Materials include, but a re not limited to sand, base rock , asphalt, and asphalt grindings. F. Chargeable/billable time will begin for each specific truck at the scheduled load time and point designated by the County representative (at the plant or, if in the field , upon arrival at the scheduled time). G . Chargeable/billable time period will end after each specific truck arrives at the starting point designated by the County representative for each specific haul day and hauler has obtained a signed acceptance/confirmation by an authorized County of Fresno representative. a . Time units of up to and including three (3) minutes shall be rounded down. b. Time units of excess of three (3) minutes shall be rounded up . c. Hours to be billed and quoted in units of one-tenth (1/10) hour. H . Contractors shall have a method to respond to ca lls and provide trucking services twenty-four (24) hours a day , seven (7) days a week. G:\PUBLI CIRFQ\FY 2020-21\21-053 TRUCKING HAULING SERVI CES\21-053 TRU CKING HAULING SERVICES.DOCX Page 4 of 25 Quotation No. 21-053 Page4 I. Contractors shall submit detailed invoices that include the following : a. Detailed description of each job completed (road segments, description of work site , project number). b. Invoice number(s). c . Date and time of request(s.) d. Name of County employee that requested service . e. Contractor's response time. f. Clear description of truck vehicles provided . g. Begin and end t imes as described above in "E-F". h . Total billable hours. i. Email a ll invoices to PWPBusinessOffice@fresnocountyca.gov. J . Contractors shall be able to provide trucking/hauling services for up to three (3) consecutive weeks and up to ten (10) consecutive hours per day. G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 5 of 25 Quotation No. 21-053 Page 5 BID INSTRUCTIONS • Bidders must electronically submit bid package in pdf format, no later than the quotation closing date and time as stated on the front of this document, to the Bid Page on Public Purchase. The County will not be responsible for and will not accept late bids due to slow internet connection or incomplete transmissions. • Bids received after the closing time will NOT be considered. • All quotations shall remain firm for 180 days. • 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 rega rding the bid must be received by Purchasing prior to the date and time stated within this document. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract. • ISSUING AGENT/AUTHORIZED CONTACT: This RFQ has been issued by County of Fresno, Purchasing . Purchasing shall be the vendor's sole point of contact with regard to the RFQ, its content, and all issues concerning it. All communication regarding this RFQ shall be directed to an authorized representative of County Purchasing . The specific buyer managing this RFQ is identified on the cover page , along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFQ . Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ , its content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause , by the vendor having unauthorized contact (verbally or in writing) with such other County representatives , may constitute grounds for rejection by Purchasing of the vendor's quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFQ , such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County's established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. • APPEALS: Appeals must be submitted in writing within seven (7) working days after notification of proposed recommendations for award. A "Notice of Award" is not an indication of County 's acceptance of an offer made in response to this RFQ . Appeals shall be submitted to County of Fresno Purchasing, 333 W. Pontiac Way, Clovis, CA 93612 and in Word format to gcornuelle@FresnoCountyCA.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, confl ict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ 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 appealing bidder is not satisfied with the decision of Purchasing , bidder shall have the rig ht to appeal to the County Administrative Office within seven (7) working days after Purchasing 's notification ; if the appealing bidder is not satisfied with CAO 's decision , the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal will be going to the Board of Supervisors. G:\PUBLIC\RFQ\FY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 6 of 25 Quotation No. 21-053 Page6 GENERAL REQUIREMENTS & CONDITIONS LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BI D PREFERENCE: The Local Vendor Preference and Disabled Vete ran Business Enterprise Preference do not apply to t his Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person , partnership, corporation , organization , agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements , specifications and conditions expressed in the RFQ and fu ll y inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing by May 19, 2021 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Debbie Scharnick at (559) 600- 7110 . NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. AWARD: Award will be made to the four (4) vendors offering the services, products, prices, delivery , equipment and system deemed to be to the best advantage of the County. Past performance (Co unty contracts within the past seven years) and references may factor into awarding of a contract. The County shall be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon ex ecution of an agreement by both parties o r issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BI DS: The County reserves the right to reject an y and all bids and to waive informalities or irregularities in bids . Fa ilure to respond to all questions or not to supply the requested information could result in rejection of your quotation . CODES AND REGULATIONS: A ll work and material to conform to all applicable Federal, State, local and special district building codes, laws, ordinances, and regulations . SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.975% regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include a ll federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein . TAXES, CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401 -K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consig nee as County of Fresno. C) Charges for transportation , containers, packing , etc. will not be paid unless specified in bid. G:\PUBLIC\RFQ\FY 2020-21\2 1-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVIC ES.DOCX Page 7 of 25 Quotation No. 21-053 Page7 SPECIFICATIONS AND EQUALS : Brand names, where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully describes items that you are bidding . No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown, the bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder. GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. PACKAGING: Each item listed in the bid gives as part of its description the m inimum packaging size that the County would order. The County feels it more reasonable to order the successful bidder's standard "carton" sizes; therefore , each bidder is asked to fill in the information for each item. Normally the circumstances resort to minimum package size orders. Be sure to fill in your "standard" carton size on the quotation schedule if different from stated . Quote separate prices on each individual item in County unit of measure (i.e., EA, DZ, PG , not your standard carton price). VENDOR ASSISTANCE: Successful bidder shall furnish , at no cost to the County, a representative to assist County departments in determining their product requirements. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ . PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation , whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract , without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are for the contract period , and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O .B. destination . CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history i nformation , contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County , the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ . G:\PUBLI C\RFQ\FY 2020-21121 -053 TRUCKING HAULI NG SERVICES\21-053 TRUCKING HAULING SERVI CE S.DOCX Page 8 of 25 Quotation No. 21-053 Page8 CONFLICT OF INTEREST: The County shall not contract with , and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which j ustify the approval of such contract: 1 . Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection ( 1) serve as officers, principals, partners or major shareholders. 3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1 ), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders. 5. No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ , or any competing RFQ , and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be electronically submitted to PWPBusinessOffice@fresnocountyca.gov. Each invoice shall include a detailed description of each job, date and time of service request, name of the County employee that requested the service, Contractor's response time, a clear description of trucks provided, beginning and end times, and total billable hours. PAYMENT: County will make partial payments for all purchases made under the contract/purchase order and accumulated during the month. Terms of payment will be net forty-five (45) days. County will consider the Bidder's Cash discount Offer, i n lieu of the net forty-five (45) days payment terms. CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years. RENEWAL: Agreement may be renewed for a potential of two (2) one (1) year periods, based on the mutual written consent of all parties. 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. ORDERING: Orders will be placed as required by County of Fresno Roads Maintenance and Operations. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function . However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. G:IPUBLIC\RFQ\FY 2020-21121-053 TRUCKING HAULING SERVICES\2 1-053 TRUCKING HAULING SERVICES.DOCX Page 9 of 25 Quotation No. 21-053 Page 9 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 employ ee benefits. In addition , Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding , and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation , members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosu re Form and submitting it to the County pri o r to commencing with the self-dealing transaction or immediately thereafter. 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 (including attorney's fees and costs), 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 t his Agreement and f rom any and all costs and ex penses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation w ho may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employ ees under this Agreement. MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the items, which the bidder proposes to furnish , together w ith full descriptive literature on all items so enumerated . If item proposed differs from these specifications, bidder shall present specific ex planation of functioning and structu ral characteristics for those det ails which differ from the specifications listed herein . SAFETY DATA SHEETS: With the invoice or within twenty-five (25) days of delivery , the seller must provide to the County a Safety Data Sheet for each product, w h ich contains an y substance on "The List of 800 Hazardous Substances", published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act, California State Labor Code Sections 6360 through 6399 .7 .) RECYCLED PRODUCTS/MA TE RIALS: Vendors are encouraged to provide and quote (with doc umentation) recycled or recycla ble products/materials which meet stated specifications. EXAMINATION OF SITE: Where work is to be performed on County site , each bidder shall hav e 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 exi sting construction , equipment, planting, etc., by the contractor in the performance of his work shall be replaced or repaired and restored to o rig inal 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. WATER, POWER & TOILET FACILITIES: Successful bidder may use County ow ned water, power and toilet facilities at job site (when existing) at no expense to the successful bidder. Successful bidder w ill be required , however, to provide piping, fittings and other items as necessary to bring water and pow er from existing service to j ob site. G:\PUBLI C\RFQ\FY 2020-21121-053 TRUCKING HAULING SERVICES\21-0 53 TRUCKING HAULING SERVICES.DOCX Page 10 of 25 Quotation No. 21-053 Page 10 COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the work with the County so that any interruption to the normal business operations be kept to a minimum. INSPECTION: All material and workmanship shall be subject to inspection , examination and test by the County at any and all times during which manufacture and/or construction are carried on . The County shall have the right to reject defective material and workmanship or require its correction. 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 successful bidder shall provide, in conformity w ith all local codes and ordi nances and as may be required, such temporary walls, fences , guardrails, barricades, lights, danger signs, enclosures, etc., and shall maintain such safeguards until all work is completed. BONDS: PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. BONDING COMPANY: The company issuing bonds shall be a corporate surety admitted by the California Insurance Commissioner to do business in the State of California with an A.M Best rating of B++ VIII or better. COORDINATION AND COMPLETION: The successful bidder shall contact and meet with the County Coordinator at the job site prior to commencement and completion of any work. Successful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. LIQUIDATED DAMAGES· e Contractor will be assessed liqui damages in the amount --r. V thousand dollars , .00), per truck, per hour for eac r of delay for material not d · red or picked y A \ (},., up at the SQ · ed date and time under this agre nt. This sum represents a reas le endeavor by the~ partie reto to estimate a fair compensa · or the foreseeable losses th · t result from such a b ch. Successful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated . GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one (1) year. Such one (1) year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of Ca lifornia . Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the lo ss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. 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 G:IPUBLIC\RFQ\FY 2020-21121-053 TRUCKING HAULI NG SERVIC ES\21-0 53 TRUCKI NG HAULING SERVIC ES.DOCX Page 11 of 25 Quotation No. 21-053 Page 11 ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination , implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under th is 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. OBLIGATIONS OF CONTRACTOR: Contractor 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. TIE BIDS: With all other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors , the tied vendors will be granted the opportunity to submit new bids or the entire bid may be rejected and re-bid. If the General Requirements of the RFQ state that they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over this paragraph. DATA SECURITY: Individuals and/or agencies that enter into a contractual relationship with the County for the purpose of providing services must employ adequate controls and data security measures , both internally and externally to ensure and protect the confidential information and/or data provided to contractor by the County, preventing the potential loss, misappropriation or inadvertent access, viewing , use or disclosure of County data including sensitive or personal client information ; abuse of County resources; and/or disruption to County operations. Individuals and/or agencies may not connect to or use County networks/systems via personally owned mobile, wireless or handheld devices unless authorized by County for telecommuting purposes and provide a secure connection; up to date virus protection and mobile devices must have the remote wipe feature enabled. Computers or computer peripherals including mobile storage devices may not be used (County or Contractor device) or brought in for use into the County's system(s) without prior authorization from County's Chief Information Officer and/or designee(s). No storage of County's private, confidential or sensitive data on any hard-disk drive, portable storage device or remote storage installation unless encrypted according to advance encryption standards (AES of 128 bit or higher). The County will immediately be notified of any violations , breaches or potential breaches of security related to County's confidential information, data and/or data processing equipment which stores or processes County data, internally or externally. County shall provide oversight to Contractor's response to all incidents arising from a possible breach of security related to County's confidential client information . Contractor will be responsible to issue any notification to affected individuals as required by law or as deemed necessary by County in its sole discretion. Contractor will be responsible for all costs incurred as a result of providing the required notification. AUDITS AND 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 thei r 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 (3) 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 . G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKI NG HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 12 of 25 Quotation No. 21-053 Page 12 BIDDER TO COMPLETE: GUARANTEED PICK UP AND/OR DELIVERY: Bidders will be considered in award of bid only if they can guarantee services within twenty-four (24) hours of request. Enter guarantee on this line (i.e. amount of time from receipt of order to delivery): tLI 1--lou.t s. State specific location, where service and/or maintenance can be obtained. Failure to furnish this information will be cause for rejection of bid. -re~ Iou,JJaA./ -r~uc,JC1"1h, J;Alc. Successful bidders will be required to file any new price list that may become effective during the life of the contract with the County of Fresno Purchasing Manager within thirty (30) days of its becoming effective . State Purchase Order mailing address: 1El2-t2-+f ::To1-u..Jsa,J t&µc,.1,:1"16, ..I;NC,, . .3 fl Bl.I w. ttrA,c. 14.vG . MINIMUM ORDER: Bidder to state minimum order quantities and charges for less than minimum order quantity (if not stated it will be assumed there are none). µo,Jf- SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid , and state general type of work such subcontractor would be performing . The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: rJ.ol'.\ f.e ~~ ''µ,~~··(/yt j:1dp /~ Y:-:CV\.. t-k ~ ol-lnuK.. ~~ 111. ~I; -r ::rT ~ ~/,/4, ~ -c:-/2b ~~ o/. Jn~~ jtM -tlta-1- ~- -s,~ lo O.vi,,/o,~ ~ CM,M~ D Jr-~ li/'1/z-1 G:IPUBLICIRFQ\FY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCK ING HAULI NG SERVIC ES.DOCX Page 13 of 25 Quotation No. 21-053 LICENSE AND PERMITS: Bidder to possess appropriate license and permits for the project in accordance with current regulations/statutes. Page 13 The bidder shall possess a current Federal DOT, Motor Carrier Authority Numbers, and a United Carrier Registration or another license class and permits that cover the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license and/or permit is other than the above mentioned, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: Date of Issue: Failure to submit verification of license and permits may result in bidder's response being considered non-responsive. v\ ~ ""Do'\ :tt t'l.56:>oC¾ ~ W\C., -:lF 4C\'5Z-l\ G:\PUBLIC\RFQIFY 2020 -21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 14 of 25 Quotation No. 21-053 Page 14 INSURANCE REQUIREMENTS INSURANCE: Without limiting the County's right to obtain indemnification from Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance , including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability: Commercial Genera l Liability Insurance with limits of not less than Two Mill ion Dollars ($2 ,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis . County may require specific coverage including completed operations , product liability, contractual liability, Explosion-Coltapse- Underground, fire legal l iability or any other liability insurance deemed necessary because of the nature of the contract. B . Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1 ,000 ,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection w ith 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. This coverage shall be issued on a per claim basis. Contractor agrees that it shalt maintain , at its sole ex pense, in full force and effect for a period of three years following the termination of this Agreement, one or more policies of professional liability insurance with limits of c overage as specified herein. D. Worker's Compensation: A policy of Worker's Compensation in surance as may be required by the California Labor Code. Additional Requirements Relating to Insurance: 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, bu t 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. Contractor hereby waives its right to recover from County, its officers, agents, and employees an y amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is sole ly responsib le to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation , but Contractor's waiver of subrogation under this paragraph is effect ive whether or not Contractor obtains such an endo rsement. 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 Roads, 2220 Tulare Street, 6th Floor, Fresno, CA 93721 , 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 t he 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 prov ided under Contractor's policies herein; and that this insu rance shall not be cancelled or changed without a minimum of thirty (30) days advance , written notice given to County. G:IPUBLICIRFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 15 of 25 Quotation No. 21-053 Page 15 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. A ll 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:\PUBLIC\RFQIFY 2020-21121 -053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 16 of 25 Quotation No. 21-053 Page 16 BIDDER TO COMPLETE THE FOLLOWING: PARTICIPATION The County of Fresno is a member of the Central Vall ey Purchasing Group. This group consists of Fresno , Kern , Kings, and Tulare Counties and all governmental, tax supported agencies w ithin 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 c hoosing 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 orig i nal contract, all the while holding the County of Fresno harmless. If aw arded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies w ithin this group as you are proposing to e xtend to Fresno County . Jvi:P ves , we will extend contract terms and conditions to all qualified agencies within the Central Valley p Purchasing Group and other tax supported agencies. • No, we will not extend contract terms to any agency other than the County of Fresno . ....__~----===·5=>;;.~;.~....-rc=---_,,_c=-__ ?..e::5 ___ -::._--___________ _ (Aut horized Signature) -------- G:\PUBLIC\RFQIFY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 17 of 25 Quotation No. 21-053 Page 17 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR OUOTATION, Firm: Te~~ :J"QHNscuJ -r&ULK,uJGi., :&Jc. REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. Reference Name: lov.,,.n"'-J or ~us,Jo Contact: -:J.01-t!=L..e~m~e..&-Rt.-J~--- Address : Z'.2 2,0 -0.,,LJ4:ieG s:r: u ~ Pt-'->O/tL City: f"8.t.s ~ o State: l!A Zip : _9.....,3~1~1-_f __ _ Phone No.: ('5'5C\ ) Z...C,tL-L\03'5 Date: _LO~~l'::l~-~hP=-b~l~----- Service Provided: :T@CJc:'...i ,J &. -HA:u,4-1440'2£4.A:TTJ Reference Name: t>->E-5-. COA~T 5AN D 4 ~l Contact: CJ.,f ,e.J ~ he.Al'-l l<.S Address: '.X~0~~~~5~D~t«~7~------------------ City: b>.E.NA-+>~ State: CA Zip: Gf Ol.2.2. Phone No.: ( S~'\ ) {pV5 -9 y 2. L, Date : J""At-1-YYlA<:l 20 :L. I Service Provided: TJ2..UC,Jt:.JAlt, -I-IA-tu ... Aa.a.g,:<;.q:TCS:, J4YJ.IALT, (.,Ol.,.IJ mix Reference Name: _,/;£'"""--=m--'--'-'e~K.__ ______ Contact: Address: 1000 $. lct ~ '41!:G. City: 1-£.+nooJLF-, State: CA: Zip: 9,3W s Phone No.: (~} 935-g759 Date: eoNTINUOW /J,..1)2,d J -neuc.K-1tJ.Ci -HAu.L--A&ic....utiATe:.s Service Provided : Reference Name: Address: City: Y\ SA-Lt )4 -~~~_S_A~r:::_-e~7:t.t..._.... ____ Contact: &r~ ('.'A-S,.eo 'Po ~X (.,.3S ft, State: CA Zip: 9 3JJIO Phone No.: ( ~ ) 7!>~ -0.3 CJ3 Date: UX'-~' Service Provided: 1WU1 ,J Ga -tt()..M.s:por J. Reference Name: Address: ~AA~1n,. t!ou ~I-Contact: 'b,~~¼ :P,A;u.oc.u il1 I le a.~~ l l'i!. eo~r City: Eie..ut-J 0 Phone No.: ( 5 '5 Gt } Service Provided: State: CA Zip: , q '!, 10(,, 3 \ o -.3 ~ o1-Date: eOJ.JD ,Juou s / li))_( :r~w ,.J" , lda.uL A?t&..U4i4'.TC::S ,n M ;eoJLr L<PU1< µ 14:U.k k,,, It, O kl> M 1 ", Dl. M o I U I lll.t: Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. G:\PUBLICIRFQIFY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 18 of 25 Quotation No. 21-053 Pa ge 18 QUOTATI ON SCHEDULE Price quotes shall include all miscellaneou s and related charges. The County w ill only pay costs e x p ressly included and itemized in the bid. Each hourly rate quoted shall include all labor, materials, equipment, travel time, transportation , fees, permits, insurances, licenses, ov erhead, taxes, e tc. to perform tru ckin g /hauli ng services as specified. Quantities listed herein are annual e stimates based on past usage and are not guaranteed. A. Equipment Description & Quantity: Bidder is to list the quantity available of each equipme nt and tonnage capacity to support the County contract. Please add any other ve hicles th at may be a v a ilable for use w ith this ag reement Equipment Descripti on Quantity Available Tonnage Capacity 1 Double Bottom Dumps ~~6 1}1.5 2 Demotion T railer Rig 6 u.o 3 T ransfer R ig 12... 2.Jl.D 4 Super 10's l l ,t,I.S 5 Low bed Rig (16 t ire ) ~ -~~ 6 60' Ex pando Low bed 2---t/v--r~ 7 8 9 10 11 12 13 14 15 16 G:\PUBLICIRFQIFY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 19 of 25 Quotation No. 21-053 Page 19 B. Definition of Zones: Any combination of the zones detailed below will be calculated and charged on a proportional basis of the affected rates and usage. Zone Description "A Day" To be performed 6 :00 AM -8 :00 PM within the valley area of Fresno County below 1,000-foot elevation . "A Night" To be performed 8 :00 PM -6:00 AM within the valley area of Fresno County below the 1 ,000-foot elevation. "B Day" To be performed 6 :00 AM -8 :00 PM in the foothill and mountain areas of Fresno County above the 1,000-foot elevation. "B Night" To be performed 8 :00 PM -6:00 AM in the foot hill and mountain areas of Fresno County above the 1,000-foot elevation . C. Submit hourly rates for the zones listed below and equipment types specified. P lease add any o ther equipment that may be available for use under this agreement, include cost. ANNUAL USAGE HOURLY TOTAL (estimated hours) RATE (Usage x ZONE EQUIPMENT TYPE Rate) 1 A Day Double Bottom Dump 1800 $130.00 $234,000.00 2 A Day Demolition Trailer Rig 180 $135.00 $24,300.00 3 A Day Transfer Rigs 1800 $130.00 $234,00 0.00 4 A Day Super 10's 1800 $130.00 $234,000.00 5 A Day Lowbed R igs (16 Tire) 90 $140.00 $12,600.00 6 A Day 60' Ex pando Lowbed 90 $1 40.00 $12,600.00 7 A Night Double Bottom Dump 150 $1 40.00 $21 ,00 0 .00 8 A Night Demolition Trailer Rig 15 $145.00 $2,175.00 9 A Night Transfer Rigs 150 $140.00 $21 ,000.00 10 A Night Super 10's 1800 $140.00 $252,00.00 11 A Night Lowbed Rigs (16 Tire) 15 $150.00 $2,2 50.00 12 A Night 60' Expando Lowbed 90 $150.00 $1 3,500.00 13 B Day Double Bottom Dump 900 $ 140.00 $1 2 6 ,00 0 .00 14 B Day Demolition Trailer Rig 90 $1 45.00 $13,050.00 15 B Day Transfer Rigs 900 $140.00 $126,000.00 G:\PUBLIC\RFQ\FY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 20 of 25 Quotation No. 21-0 53 Page 20 16 B Day Super 10's 1800 $ 140 .00 $252,00 .00 17 B Day Lowbed Rigs (16 Ti re) 90 $1 50.00 $13,500.00 18 B Day 60 ' Ex pando Lowbed 90 $1 50.00 $1 3,500.00 19 B Night Double Bottom Dump 150 $1 50.00 $22 ,500 .00 20 B Night Demolition Trailer Rig 15 $155.00 $2 ,32 5.00 21 B Night Transfer Rigs 150 $150.00 $22,500.0 0 22 B Night Super 10's 1800 $150.00 $27 0,000 .00 23 B Night Lowbed Rigs (16 Tire) 15 $160.00 $2 ,400.00 24 B Night 6 0' Ex pa ndo Low bed 90 $160.00 $1 4,400.00 TOTA L= $ $1,94 1,600.00 D. Please add an y other equipment that may be avai lable f or use under t hi s agreement (see "A" above) and include Zone a nd hourly rate. ZONE EQUIPMENT TYPE HOUR LY RATE 1 $ 2 $ 3 $ 4 $ 5 $ 6 $ 7 $ G:IPUBLIC\RFQIFY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCK ING HAULING SERVICES.DOCX Page 21 of 25 Quotation No. 21-053 Page 21 E. Trucking Yard Addresses State address of all trucking yards from which trucking/hauling will be dispatched: 1. ~\Ix/,, 111. i-A., ,, JdAa:-~ -eo~l-,, ,.Jc;, A 2. <iJL 7 o F,. /,._JfJ..rc-, A BLvD. -J-.,lA:NFt)ioJ"'t> 3 . I 4. 5. 6 . 7 . 8. 9. G:\PUBLIC\RFQIFY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Quotation No. 21-053 Page 20 16 B Day Super 10's 1800 $ 140.00 $252,00.00 17 B Day Lowbed Rigs (16 Tire) 90 $150.00 $13,soo.cy/ 18 B Day 60' Expando Lowbed 90 $150.00 S13,500.00 19 B Night Double Bottom Dump 150 $150.00 $22,500.00 20 B Night Demolition Trailer Rig 15 ,, $155.00 $2,325.00 21 B Night Transfer Rigs 150 $150.00 $22,500.00 22 B Night Super 10's 1800 $150.00 $270,000.00 23 8 Night Lowbed Rigs (16 Tire) 15 $160.00 $2,400.00 24 8 Night 60' Expando Lowbed 90 $160.00 $14,400.00 TOTAL= $ $1,941,600.00 D.Please f!dd any other equipment that may be available for use under this agreement (see "A" above) and include Zone and hourly rate. ZONE EQUIPMENT TYPE *** PREVAILING WAGE*** 1 A Day Double Bottom, Supers, Transfers -On/Off Haul To/From Job Site 2 A Day Demo Trailer Rig -On/Off Haul To/From Job Site 3 A Night Double Bottom, Supers, Transfers -On/Off Haul To/From Job Site 4 A Night Demo Trailer Rig -On/Off Haul To/From Job Site 5 A Day Double Bottom, Supers, Transfers -Full Prevailing Wage. 6 A Day Double Bottom, Supers, Transfers -Full Prevailing Wage 7 A Night Double Bottom, Supers, Transfers -Full Prevailing Wage 8 A Night Demo Trailer Rig -Full Prevailing Wage 9 B Day Double Bottom, Supers, Transfers -On/Off Haul To/From Job Site 10 B Day Demo Trailer Rig -On/Off Haul To/From Job Site 11 B Night Double Bottom, Supers, Transfers -On/Off Haul To/From Job Site 12 B Night Demo Trailer Rig -On/Off Haul To/From Job Site 13 B Day Double Bottom, Supers, Transfers -Full Prevailing Wage 14 B Day Demo Trailer Rig -Full Prevailing Wage 15 B Night Double Bottom, Supers, Transfers -Full Prevailing Wage 16 B Night Demo Trailer Rig -Full Prevailing Wage -- HOURLY RATE $140.00 $145.00 $150.00 $155.00 $170.00 $175.00 $180.00 $185.00 $150.00 $155.00 $160.00 $165.00 $180.00 $185.00 $190.00 $195.00 Delete Prevailing WageTerry Johnson Trucking Inc. Page 1 of 1 V Page 22 of 25 Quotation No. 21-053 Page 22 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 b idder must read and comply with the bid in its entirety . Check off each of the following : 1. ~ The Request for Quotation (RFQ) has been signed and completed . 2 . 3. 7 4 . / 5. / 6 . ./ 7 . ✓ -- 8 . / Addenda, if any, have been signed and included in the bid package. The completed Reference List as provided w ith this RFQ. The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. Indicate all of bidder e x ceptions to the County's requirements, conditions and specificat ions as stated within this RFQ . The Participation page as provided within this RFQ has been signed and included Bidder to Complete page as provided with this RFQ. Verification of Contractor's License and Permits. 9 . ~ Return checklist w ith RFQ response. 10. / Completed RFQ in pdf format, electronically submitted to the B id Page on Public Purchase. G:IPUBLICIRFQ\FY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVIC ES.DOCX Page 23 of 25 . c OF CALIFORNIA BUSINESS. TRANSPORTATION AND HOUSING AGENCY JEPARTMENT OF MOTOR VEHICLES MOTOR CARRIER SERVICES BRANCH MS G875 P.O. BOX 932370 Sacramento, CA. 94232-3700 (916) 657-8153 05/11/2011 TERRY JOHNSON TRUCKING INC 31186 WGALEAVE COALINGA, CA 93210 NON-EXPIRING MOTOR CARRIER PERMIT Combined Carrier DEPARTMENT OF MOTOR VEHICLES Motor Carrier Services Branch P.O. BOX 932370 Sacramento, CA. 94232-3700 TERRY JOHNSON TRUCKING INC 31186 W GALE A VE COALINGA, CA 93210 Pmt Date: N/A Office #: 154 Account#: 368924 Tech 10: Sequence #: #NNN Amt Paid: No Fee Valid From: CA#: 06/01/2011 0232478 Valid Throu h: Non-Expiring The carrier named on this permit is subject to the Unified Carrier Registration Act (UCRA) of 2005, and is granted a non-expiring permit of the following classification: Corporation Not Valid for Intrastate Only Operations !!!IMPORTANT REMINDERS!!! I. This non-expiring Motor Carrier Permit (MCP ) will remain valid as long as you continue to conduct interstate operations. The Unified Carrier Registration Act (UCRA) of2005 exempts combined carriers (carriers who operate both intra and interstate) from MCP requirements. 2. Federal Motor Carrier Safety Administration insurance requirements must be maintained. 3. If you commence intrastate only operations, you must renew your MCP. California Relay Telephone Service for the deaf or hearing impaired from TDD Phones: 1-800-735-2929; from Voice Phones: 1-800-735-2922 DMV 2200 MCP (NEW 1012007) A Public Service Agency __ , Page 24 of 25 0 U.S. Department of TrsnsPortatk>n Federal Motor Garrier Safety Administration 400 Virginia Avenue, ~. Suite 600 Washington, DC 20024 DECISION MC-495211-P TERRY JOHNSON TRUCKING, INC. COALINGA, CA REINSTATEMENT OF AUTHORITY SERVICE DATE August 02, 2006 On July 13, 2005. TERRY JOHNSON TRUCKING, INC., was notified that i1s pe""it was revoked by the Federal Motor Carrier Safety Administration. TERRY JOHNSON TRUCKING, INC., has now filed a written request for reinstatement of the authority and has submitted evidence of compliance w ith 49 U.S.C § 13906 and 49 CFR 387. It Is ordered: The permit evidenced In Docket No. MC-495211-P ls reactivated. The effective date of the reinsta1ement of this authority is shown below. Decided: August 02, 2006 By the Federal Motor Carrier Safety Administration Darrell L. Ruban, Acting Chief Commercial Enforcement Division REI Xl::1.:1 .L3!'~3Sl:17 dH Wd~t=s £Toa £0 ~oo Page 25 of 25 2021 UCR Registration is VALID! Year: Confirmation# 000-022'1-2748 Generated: 12/16/2020 19:53 EST Registered on: 12/16/2020 19:53 EST 2021 UCR Fee: $59.00 Paid: Convenience Fee: $1.62 Total: $60.62 . Bracket: 0 to 2 vehicles [1 vehicle(s)] USDOT #: 1250094 Classifications: Motor Carrier Legal Name: TERRY JOHNSON TRUCKING INC Base State: California 31186 W GALE AVENUE Principal: COALINGA, CA 93210 us Payor: TERRY JOHNSON TRUCKING *** Expires: 12/31/2021 *** Attachment D-3 Clay MirandaTrucking Page 1 of 22 COUNTY OF FRESNO REQUEST FOR QUOTATION NUMBER: 21-053 TRUCKING/HAULING SERVICES Issue Date: May 13, 2021 Closing Date: MAY 27, 2021 AT 2:00 PM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase . For assistance, contact Debbie Scharnick at Phone (559) 600-7110 . BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ. Bid must be signed and dated by an authorized officer or employee. Except as noted on ind ividual items, the following will apply to all items in the Quotation Schedule: • A cash discount of /.S % IS-----=----days will apply. County does not accept terms less than 15 days. COMPANY JV(; Ice M, ·, CA. h °'"" CONTACT PERSON ADDRESS e. 0 . Box 11 q '8 g: 1=-f' e .~no CITY er! 9372[p STATE ZIP CODE TELEPHONE NUMBER ~#~ w,,'/ce ~c""",l-;l'lk. c",.,., E-MAIL ADDRESS AUTHORIZED S IGNATURE M,'k·~ JV!/11A.nd'1 PRINT NAME VP -C. Ml _:r,. c , TITLE Purchasing Use: DS :st ORG/Requisition: 4510 / 5102100254 G:\Public\RFQIFY 2020-21\21-053 Trucking Hauling Services\21-053 Trucking Hauling Services.docx Page 2 of 22 Qu otation No. 21-053 Page 2 T A BLE O F CONTENTS PAGE KEY DATES .................................................................................................................... 3 OVE RVI EW ..................................................................................................................... 3 SCOPE OF WORK .......................................................................................................... 3 BID INST RUCTIONS ...................................................................................................... 5 GENERAL REQUIRE MENTS & CON D IT IONS ............................................................... 6 INSURANCE REQUIREM ENTS ................................................................................... 14 PARTICIPAT ION ........................................................................................................... 16 REFERENCE LIST ........................................................................................................ 17 Q UOTATION SC HEDU LE ............................................................................................. 18 CHECK LIST ................................................................................................................. 22 . ~ . . ' G:\PUBLIC\RFQ\FY 2020·21\21 ·053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 3 of 22 Quotation No. 21-053 Page 3 KEY DATES RFQ Issue Date: May 13, 2021 Written Questions for RFQ Due: May 19, 2021 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: May 27, 2021 at 2:00 PM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno on behalf of Road Maintenance and Operations Division is soliciting bids to establish a Master Agreement under which up to four (4) successful bidders will provide trucking/hauling services. SCOPE OF WORK The County of Fresno on behalf of Road Maintenance and Operations Division is soliciting bids to establish a Master agreement under which up to four (4) successful bidders will provide Truck/hauling services to various locations throughout Fresno County. The County maintains over 3,500 miles of roadway. It is the intent of the County to award up to four ( 4) contractors, under one Master Agreement, to provide the services described herein. Award will be determined by proximity of vendor dispatch center locations to the work sites and quantity of trucking v ehicles available for hauling be considered in award. Failure to provide ALL the following will cause the Bid to be deemed Non-Responsive: A. Trucking /hauling services will be provided on an as-needed basis when requested by the County. B. Contractors shall obtain and have in possession all required permits and licenses to perform the services described herein and shall adhere to a ll Federal, State , and local laws and/or ordinances. a. All permits and licenses shall be active and current during the term of this Agreement. C. County shall provide Contractors a minimum of twenty-four (24) hours advance notice, either v erbally or in writing , requesting trucking services , unless otherwise agreed to by both parties for special circumstances. Contractors shall be able to deliver trucks to the County designated location within this timeline [twenty-four (24 ) hours .]. D. Contractors will be required to haul materials and equipment from specific equipment rental companies to particular job sites at differing locations throughout Fresno County. E. Materials include, but are not limited to sand , ba s e rock , asphalt , and asphalt grindings. F. Chargeable/billable time will begin for each specific truck at the scheduled load time and point designated by the County representative (at the plant or, if in the field , upon arriva l at the scheduled time). G. Charg eable/bi llable time period wi ll end after each sp ecific truck arrives at the sta rting point designated by the County representative for each specific haul day and hauler has obtained a s igned acceptance/confirmation by an authorized County of Fresno representative. a. Time units of up to and including three (3 ) minutes shall be rounded down. b . Time units of excess of three (3) minutes shall be rounded up. c . Hours to be billed and quoted in units of one -tenth (1 /10 ) hour. H. Contractors shall have a method to respond to calls and provid e trucking services twenty-four (24) hours a day, seven (7) days a week. G:IPUBLIC\RFQ\FY 2020-21121--053 TRUCKIN G HAULI NG SERVICES\2 1--053 TR UCKING HAULI NG SERVICES .DOCX Page 4 of 22 Quotation No. 21-053 Page 4 I. Contractors shall submit detailed invoices that include the following: a. Detailed description of each job completed (road segments, description of work site, project number). b. Invoice number(s). c. Date and time of request(s.) d. Name of County emp loyee that requested service. e. Contractor's response time. f. Clear description of truck vehicles provided . g. Begin and end times as described above in "E-F". h. Total billable hours. i. Ema il all invoices to PWPBusinessOffice@fresnocountyca.gov. J . Contractors shall be able to provide trucking/hauling services for up to three (3) consecutive weeks and up to ten (10) co nse cutive hours per day. G:IPUBLICIRFQ\FY 2020 -21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 5 of 22 Quotation No. 21-053 Page 5 BID INSTRUCTIONS • Bidders must electronica lly submit bid package in pdf format , no later than the quotation closing date and time as stated on t he front of this document, to the Bid Page on Public Purchase . T he County will not be responsible for and will not accept late bids due to slow internet con nection or incomplete transmissions. • Bids received after the c losing time w ill NOT be cons idered . • All quotations shall remain firm for 180 days. • Interpretation: Should any discrepancies or omissions be fou nd in the bid specifications or doubt as to their meaning, t h e bidder shall notify the Buyer in writ in g at once. T he County shall not be held responsible for verbal interpretatio ns . Questions regarding the bid must be received by Purchasing prior to the date and time stated within this docu men t. A ll addenda issued shall be in w r iting , duly issued by Purchasing and incorporated into the contract. • ISSUING AGENT/A UTHORIZED CONTACT: This RFQ has been issued by County of Fresn o , Purchasi ng. Purchasi ng shall be the vendor's so le point of conta ct w ith regard to the RFQ , its c ontent, and all issues concerning ii. All communication regarding this RFQ shall be directed to an authorized representative of County P urchasing. T he specific buyer managing this R FQ is identified o n the cover page , along w ith his or her telephone number, and he or she should be the pr imary poi nt of contact for discussions or information pertai ning to the R FQ. Contact with any oth er County represen tative , including elected officia ls, for the pu rpose of d iscussing this RFQ , its content , o r any other issue concerning it , is prohibi ted unless au t horized by P urchasing. Violation of this clause, by the vendor having unauthorized contact (verball y or in writing) with such other County rep resentatives , may constitute grounds fo r rejection by Purchasing of t he vendor's quotation. The above stated restriction on vendor co ntact wi t h County representatives sha ll apply un til the County has awarded a purchase order o r co ntract to a vendor or vendors , except as fo llows. First, in the eve nt that a vendor initi ates a forma l protest aga in st the RFQ , such vendor may contact the appropriate individual, or individuals w ho are ma naging that protest as outlined i n the County's established protest proc edu res. A ll such con tact must be in accordance with th e sequence set fo rth under the protest procedures. Se c o nd , in the event a pub lic heari ng is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address t h e Board. • APP EALS : Appeals must be submitted in writing within seven (7) working days after notification of proposed recommen datio ns fo r award. A "Notice of Award" is not an indica t ion of Coun ty 's acceptance of an offer made in response to this RFQ. Appeals sha ll be submi tted to County of Fre sno Purcha s ing, 333 W. Pon t iac Way, Clovis, CA 93612 a nd in Word format to gcornuelle@FresnoCountyCA.gov. Appea ls sh ould address on ly areas rega rding RFQ c on tradiction s, procurement erro rs , proposal rati ng discrepan cies, legal ity of procurement context, conflict of interest, and inappropriate or u nfa ir competitive procurement grievance regardin g t he RFQ proce ss. Purc ha si ng w ill provide a w ritten response to t he compla inant w ith in se ven (7) working days unless the complainant is notified more time is required . If the appealing bidder is not satisfied with th e deci sion of Purchasing, bidder shall have the right to appeal to the County Administrative Office w ithin seven (7) working days afte r Purchasing's notification ; if the appealing bidder is not satisfied with CAO 's decision , the fi na l appea l is with the Board of Su perv isors . P lease contact Purchas ing if the appeal will be going to t he Board of Supervi s ors . G:\PUBLICIRFQIFY 2020-2112 1-053 TR UCKING HAULIN G SERVICES\2Hl53 TRUCKI NG HAULING SERVIC ES.DOCX Page 6 of 22 Quotation No. 21-053 Page 6 GENERAL REQUIREMENTS & CONDITIONS LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do not apply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements , specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation , correction thereof may be requested in writing from Purchasing by May 19, 2021 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Debbie Scharnick at (559) 600- 7110. NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. AWARD: Award will be made to the four (4) vendors offering the services, products, prices, delivery, equipment and system deemed to be to the best advantage of the County. Past performance (County contracts within the past seven years) and references may factor into awarding of a contract. The County shall be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a va lid w ritten Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State , local and special district building codes , laws, ordinances, and regulations . SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.975% regardless of ve ndor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and li censes, unless otherwise specified herein. TAXES, CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C) Charges for transportation , containers, packing, etc. will not be paid unless speci fied in bid. G:IPUBLIC\RFQIFY 2020-21\21 -053 TRUCKING HAULING SERVICES\21--053 TRUCKING HAULING SERVICES.DOCX Page 7 of 22 Quotation No. 21-053 Page 7 SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature , w hich fully describes items that you are bidding. No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown , the bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder. GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and w orkmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. PACKAGING: Each item listed in the bid gives as part of its description the minimum packaging size that the County would order. The County feels it more reasonable to order the successful bidder's standard "carton" sizes ; therefore , each bidder is asked to fill in the information for each item. Normally the circumstances resort to minimum package size orders. Be sure to fill in your "standard" carton size on the quotation schedule if different from stated. Quote separate prices on each indiv idual item in County unit of measure (i.e., EA, DZ, PG , not your standard c arton price ). VENDOR ASSISTANCE: Successful bidder shall furnish , at no cost to the County, a representative to assist County departments in determining their product requirements . MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms , conditions and requirements with the selected vendor. BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters , including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the ex pre ss written consent of the County. PRICES: Bidder agrees that prices quoted are for the contract period , and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination . CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data w hich vendor staff may have acce ss to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information , contractual and bu siness asso ciations and practices , employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to su c h an inquiry and agrees to make available to th e County such books and records the County deems necessary to conduct the inquiry. ADDENDA: In th e eve nt that it becomes necessary to revise any part of this RFQ , addenda will be provided to all agencies and organizations that receive the basic RFQ. G:IPUBLIC\RFQ\FY 2020-21\2 1-053 TRUCKING HAULI NG SERVICES\2 1-053 TRUCKING HAULIN G SERVICES.DOCX Page 8 of 22 Quotation No. 21-053 Page 8 CONFLICT OF INTEREST: The County shall not contract with , and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1 . Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers , principals , partners or major shareholders. 3. Persons w ho , within the immediately preceding twelve (12) months , came within the provisi ons of Subsection (1 ), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in w hich the former employees described in Subsection (3) serve as officers, principals , partners or major shareholders. 5. No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ , or any competing RFQ, and no spouse or economic dependent of such employee , shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be electronically submitted to PWPBusinessOffice@fresnocountyca.gov. Ea ch invoice shall include a detailed description of each job, date and time of service request , name of the County employee that requested the service , Contractor's response time , a clear description of trucks provided, beginning and end times, and total billable hours. PAYMENT: County will make partial payments for all purchases made under the contract/pu rchase order and accumulated during the month. Terms of payment will be net forty-five (45) days. County will consider the Bidder's Cash discount Offer, in lieu of the net forty-five (45) days payment terms. CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years. RENEWAL: Agreement may be renewed for a potential of two (2) one (1) year periods , based on the mutual written consent of all parties. QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minim um amount. The County reserves the right to increase or decrease quantities. ORDERING: Orders will be placed as required by County of Fresno Roads Maintenance and Operations. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR : In performance of the work, duties , and obligations assumed by Contractor under any ensuing Agreement, it is mutually underst ood and agreed that CONTRACTOR , including any and all of Contractor's officers, agents, and employees will at all times be acting and performi ng 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 meth od by which Contractor shall perform its work and function. However, County s hall retain the right to administer thi s Agreement so as to ve rify 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. G I PUBLICI RFQIFY 2020-21121-053 TRUCKING HAULING SERVICES\21--053 TRUCKING HAU LING SERVICES.DOCX Page 9 of 22 Quotation No. 21-053 Page 9 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 the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation , members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement w ith the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. 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 (including attorney's fees and costs), 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 (including attorney's fees and costs), 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. MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the items, which the bidder proposes to furnish , together with full descriptive literature on all items so enumerated. If item proposed 'differs from these specifications, bidder shall present specific explanation of functioning and structural characteristics for those details which differ from the specifications listed herein. SAFETY DATA SHEETS : With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a 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 Substanc es Information and Training Act, California State Labor Code Sections 6360 through 6399.7.) RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications . EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined th e 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 co ntracto r. 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. WATER, POWER & TOILET FACILITIES: Successful bidder may use County owned water, power and toilet facilities at job site (when existing) at no expense to the su ccessful bidder. Successful bidder will be required , however, to provide piping , fittings and other items as necessary to bring water and power from existing service to job site. G:\PUBLICIRFQ\FY 2020 -21\21 -053 TRUCKING HAULING SER VICES\2 1--05 3 TRUCKIN G HAULING SERVIC ES.DOCX Page 10 of 22 Quotation No. 21-053 Page 10 COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the w ork with the County so that any interruption to the normal business operations be kept to a minimum. INSPECTION: All material and workmanship shall be subject to inspection, examination and test by the County at any and all times during which manufacture and/or construction are carried on. The County shall have the right to reject defective material and workmanship or require its correction. 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 successful bidder shall provide, in conformity with all local codes and ordinances and a s may be required , such temporary walls , fences , guardrails , barricades , lights , danger signs , enclosures, etc., and shall maintain such safeguards until all work is completed. BONDS: PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond . BONDING COMPANY: The c ompany issuing bonds shall be a corporate surety admitted by the California Insurance Commissioner to do business in the State of California with an A.M Best rating of B++ VIII or better. COORDINATION AND COMPLETION: The successful bidder shall contact and meet with the County Coo rdinator at the job site prior to commencement and completion of any work. Su ccessful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. ' ) ;;t!e-P.. ~ 12.. LIQUIDATED DAMAGES : The Contractor will be assesse . . . f two liars $2,000.00), per truck , per hou · · ur of delay for material not delivered or picked up at the specified · a reasonable endeavor by the parties air compensation for the foreseeable losses that might resu ro ch. Su ccessful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one (1 ) year. Such one (1) year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials . DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled w ithout court action will be litigated in the U.S. District Court for t he Eastern District of California in Fresno , CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the sel e cted bidder, or by any other legal means available to the County. Regardless of F.O .B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein whi c h o c cur pri o r to delivery and suc h lo ss, injury or de struction shall not release v e ndor from any obligation hereunder G:\PUBLICIRFQ\FY 2020-21121 -053 TR UCKING HAULIN G SERVI CES\21 -053 TRUCKIN G HAULING SERVICES.DOCX Page 11 of 22 Quotation No. 21-053 Page 11 ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination , implied or expressed , and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with 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. OBLIGATIONS OF CONTRACTOR: Contractor 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. TIE BIDS: With all other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors, the tied vendors will be granted the opportunity to submit new bids or the entire bid may be rejected and re-bid. If the General Requirements of the RFQ state that they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority .over this paragraph. · DATA SECURITY: Individuals and/or agencies that enter into a contractual relationship with the County for the purpose of providing services must employ adequate controls and data security measures , both internally and externally to ensure and protect the confidential information and/or data provided to contractor by the County , preventing the potential loss, misappropriation or inadvertent access , viewing , use or disclosure of County data including sensitive or personal client information; abuse of County resources; and/or disruption to County operations. Indiv iduals and/or agencies may not connect to or use County networks/systems via personally owned mobile , wireles s-or hand held devices unless authorized by· County for·telecomm1:1ting· purposes and provide a · secure connection ; up to .date vin,1s protection an_d n:iobile devices ml_!st.have the r~mote wipe feature enabled. Computers or c omputer peripherals including mobile storage devices may not be used (County or Contractor device) or brought in for use into the County's system(s) without prior authorization from County's Chief Information Officer and/or designee(s). No storage of County's private, confidential or sensitive data on any hard-disk drive, portable storage device or remote storage installation unless encrypted according to ,advance encryption standards (AES of 128 bit or higher). ' ' The County will immediately be notified of any violations , breaches or potential breaches of security related to County's confidential information, data and/or data processing equipment which stores or processes County data , internally or externally. County shall provide oversight to Contractor's response to all incidents arising from a possible breach of security related to County's confidential client informatjon. Contractor will be re;,ponsible to issue any notification to affected individuals as required by law or a's deemed necessary by t ou'nty in its sole · discretion. Cor;itractor will btl responsible for all costs incurred as a result of pro_viding the required notification. ' · • AUDITS AND RETENTION: The Contractor shall maintain in good and legible condition all books, . documents, papers , data files and other records related to its performanc e under this contract. Such rec o rds shall be complete and available to Fresno County , the State of California , the federal government or their duly a uthoriz ed repres.entatives for the purpose of audit, examination , or copyi°ng during the term of the contract and for. a per.i0d of at leas.I three (3) 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: Su'ch re cords must be reta ined in the manner described above until all pending matters are closed. G:\PUBLICIRFQIFY 2020 -21\21-053 TRUCK ING HAU LIN G SERVI CES\2 Hl53 TRUCKING HAULING SERVICES.DOCX Page 12 of 22 Quotation No. 21-053 Page 12 BIDDER TO COMPLETE: GUARANTEED PICK UP AND/OR DELIVERY: Bidders will be considered in award of bid only if they can guarantee services within twenty-four (24) hours of request. Enter guarantee on this line (i.e. amount of time from receipt of order to delivery): 2.. '-I i" tJ r s , State specific location , where service and/or maintenance can be obtained. Failure to furnish this information will be cause for rejection of bid. 32.2. o w /$e.ko"' I d,,,,e.. r-re sn l) Successful bidders will be required to file any new price list that may become effective during the life of the contract with the County of Fresno Purchasing Manager within thirty (30) days of its becoming effective. State Purchase Order mailing address: p O Box II 9KJ ;=;. t'Sn O ctl 9327~ MINIMUM ORDER: Bidder to state minimum order quantities and charges for less than minimum order quantity (if not stated it will be assumed there are none). S h ov r tVJ ,·,, ,· wr v wt fo r ,vi ; " 1 r1 v "' o r-I Tr v c. I: 8 '-~r ""1,·l\;l'fv.., &,r °'II l-rv,Ks crcfered. vtn!t:ss : IF 1-l..~r~ · i • SUBCONTRACTORS: l°l' 4 J,,.~,.teJo~" 0 ~ -ff.< f~r f 0~ lie C•"""f_j fi~u w;/( ho "'0 ,t1,,.,'"'1_ • List all subcontractors that would perform work in excess of one/half of one pe rcent of the total amount of your bid , and state general type of work such subcontractor would be perform ing . The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: SvbCo/Jlrtt, /or~ w,v Id 0,:17 f?~ r/°.p r.-/re,;, G ~ L~u,J,.1,/ o ... ,.,es {_Fr,,.. P"!J._ Io ) If to~./-rr,.t.lor ;S u.~'1.b/e l-o t:fcf,'ver 11'1-./e,,.,:/ t C~""'-/-} Job s:+~) J.,e l-o f,.v/./-oF c oril,t,ccl,0 fi, w,-.l~r,;./ 1.(,1,' /{ h, rdw .. ~eR ;.. 1-J... fo d p/,,,,f ,,,,J ,1,,. 'j, I ;. +4' J Cc~}r,,.,fc,r, No &titv~r:; he Fc,r t-1.~ /c,'4.;( w;J/ 6r ci"''"j {' · G:IPUBLICIRFQ\FY 2020 -2 1121 -053 TRUC KING HAULING SERVICES\21--053 TRUCKING HAULING SERVICES.DOCX Page 13 of 22 Quotation No. 21-053 LICENSE AND PERMITS: Bidder to possess appropriate license and permits for the project in accordance with current regulations/statutes. Page 13 The bidder shall possess a current Federal DOT, Motor Carrier Authority Numbers, and a United Carrier Registration or another license class and permits that cover the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license and/or permit is other than the above mentioned, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: CA ti Ool?'f'll Date of Issue : 19 F? Failure to submit verification of license and permits may re su lt in bidder's response being considered non -responsive. G:IPUBLICIRFQIFY 2020-21\21-053 TRUCKING HAULING SERVICES\21--053 TRUC KING HAULING SERVICES.DOCX Page 14 of 22 Quotation No. 21-053 Pa g e 14 INSURANCE REQUIREMENTS INSURANCE: Without limiting the County's right to obtain indemnification from Contractor or a ny third parties, Contractor, at its sole expense, s ha ll maintain in full force and effect, the following i nsurance policies or a program of self-insurance, incl uding but not limited to , an insurance pooli ng arrangement or J oint Powers Agreement (J PA) throughout t he term of th e Agreement: A. Commercial General L iability: Commercial General Liability Insurance with limits of not less than Two Million Doll ars ($2,000 ,000.00) per occ urrence and an annua l aggregate of Fou r Million Doll ars ($4,000,000.00). T his po licy s h all be issued on a per occu rrence bas is. County may requi r e specific coverage including completed operations , product liability, contractua l l iabi l ity, Explosion-Col lapse- Underground, fire .legal liabi li ty or any o t her liabilit y ir:isvrance deemed l'")ecessary because of th e nature of the contract. B. Automobile Liability: 'Comprehensive Automobile Li ability In surance with l imits of not less than One Mil lion Dollars ($1,000 ,000.00 ) per accident for bodily injury and for property damages. Coverage sho uld include any auto used in connection w ith this Agreement. C. Professional Liab ility: If Contractor employs licensed professional staff, (e.g., P h.D., R.N., L.C.S.W., M.F.C.C.) in providin g services , P rofessional Liability Insura nce with limits of n ot less tha n One Million Dollars ($1,000 ,000.00) per occurrence , T hree Million Dollars ($3 ,000,000.00) annual aggregate. This coverage s hall be issued on a per claim basis. Contractor agrees that it shall maintain , at its so le expense, in full force and effect for a period of three years foll owing the termination of this Agreement, one or more policies of professional liability insurance w ith limits of coverage as specified herein. D. Worker's Compensation : A policy of Worker's Compensation i nsurance as may be requi red by the Ca li fornia Labor Cod e . Additional Requ irements Re lating to Insurance: Contractor shall obtain endorsements to the Commercial General Liabil ity insurance naming the County of Fresno , its offi cers, agents , and employees, individua lly and collectively, as additiona l insured , but only insofar as the operations under this Agreement are concerned. Such coverage for a dditional insured shall app ly as primary insura nce and any oth er insurance, or self-insurance , maintai ned by County, its officers, agents and employees shall be e x cess only and not contributing w ith insurance provided under Contractor's polic ies herein. This insurance s ha ll not be cancelled or changed without a m inimum of thirty (30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers , agents, and employees any amounts paid by the po li cy of worker's compensation in surance req uired by th is Agreement. Contractor is solely re sponsible to obta in any endorsement t o such policy that may be nec essary to accomplish such w aiver of subrogation , but Contractor's waiver of subrogation under this paragraph is effective whether or not Contrac tor obtains s uch an e ndorsement. Within th irty (30) days from the date Contract or executes this Agreement, Contractor s hall provide ce rtificates of insura nce and endorsement as stated above for a ll of the foregoing po licies , as required here in , to the County of Fresno , Pu blic W o rks Roads , 2220 Tula re Stre.et, 61h Floor, Fres no, CA 93721 , stating that such insurance coverage have been obta ined and are in fu ll force ; that the County of Fresno , its officers , agents a n d emplo,yees will not be responsible for any premiums on the policies ; that such Comme rcia l General Liability insurance names the Cou nty of Fresno , its officer s,. agents and employees , indiv idually and collectively , as additiona l in sured , but on ly insofar as the operations under this Agr eement are concerned ; tha t such coverage for additional insured shall apply as primary insurance and any other insurance , or self-ins urance, maintained by County, its officers , agents and employees , shall be excess only and not contrib uting with insurance provided under Contr actor's po li ci es he r ei n ; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, writt en notice given to County. G:\PU BLICIRFQ\FY 2020-21121-053 TR UCKING HAULI NG SERVICES\21-053 TRUCKING HAULI NG SERVICES.DOCX Page 15 of 22 Quotation No. 21-053 Page 15 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 polic ies sha ll be with admitted insurers licensed to do business in the State of California. Insuranc e purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. G:\PUBLIC\RFQIFY 2020-21\21-053 TRU CKING HAULI NG SERVICES\21-0 53 TRU CKI NG HAULING SERVIC ES.DOCX Page 16 of 22 Quotation No. 21-053 Page 16 BIDDER TO COMPLETE THE FOLLOWING: PARTICIPATION The County of Fresno is a member of the Central Va lley Purchasing Group. This group consists of Fresno , Kern , Kings , and Tulare Counties and all governmental, tax supported agencies within these counties. Wheneve r possib le, these and other tax supported agencies co -op (p iggyback) on contracts put in place by one of th e other agencies. Any agency choosing to avail itself of this opportunity , will make purchases in their own name , make payme nt directly to the contractor, be liable to the contractor and vice versa, per the terms of the orig inal contra ct, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. • Yes, we w ill extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. I )< II No , we will not extend contract terms to any agency other than the County of Fresno. ~~ vf I (Authorized Signature) -rr:ui,/7 I,, c.. Title G:\PUBLIC\RFQ\FY 2020 -21121-053 TRUCKING HAULING SERVICES\21--053 TRU CKING HAULING SERVICES.DOCX Page 17 of 22 Quotation No. 21-053 Page 17 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR OUOTAIION, Firm: C/o.j M l 0 ((A,t1 dt,, U 1,/, J-"~j r,., c., REFERENCE LIST Provide a list of at least five (5) customers for whom you ha ve recently provided similar products/services . If you have held a contract for similar services with the County of Fresno with in the past seven (7 ) years , list the County as one of your customers. Please list the person mos t familiar with your contract. Be sure to include all requested information. Reference Name: l. 1'11'\M c If'~ I::~ c. Contact: ~l,. E lfA ~ t: -:/-/ Address: /1/ 'J? fYle.11/0 Avt. City: C.I<!> vi s Phone No.: (~ ) 3Y?-91 8)' Date: State: CLf Zip: l'lfo t:o Cvrr,,,.,-f Service Provided: --Lt"r......_.,11_,,(.LK'.._.1'"""....,·j ,,_ _____________________ _ Reference Name: Address: City: Clov:s State : CA Zip: ---"---'-'C..-';_:_;:=------------------- ~A-=--'.3~tt ...... e.,,.._-=C.=-=o=,, .... s'----'-/-____ Contact: P. D. i3"" v29 ltli"A /\ Phone No.: (~ ) 2 9')-3:Z. 9o Date: / 9 ~? i:o Cvr l'e,. f- Service Provide d: __ _._7'...c.."="....,,~tr~• "-",...,_...,~--------------------- Refe rence Name: Address: City: Ftv.s,, O ~G~r~a.....,..,,.,_; _,_f~,~~C.=~7 ,,-"-""s ..Lf ___ Contact: Je2 n A -t /rn ,.. So/. f\.( o" .2?/? S . t;r"',.;~~ (!7 State: C~ Zip: Phone No .: (~ ) 'I"// -!:?ot? Date: l't'8S: ff> Cvrr,,. -/- Service Provi ded: _-,:-,...,.c...,.""'u.-c;....,,e;..._,,":Jcu . .,__ ____________________ _ Refe rence Name : _.8_=---"j...._-'f3...,.,_,t!..__../'_re....~-+-----Contact: {'.a iox 7.y<-<Z / Addres s: City: S -IAta Phone No.: (~ ) ~?_.9'-'l.-'""--·-'/'-'(.,,'-'~"-o___ Date: Service Provid ed : Reference Name: Address: City: /:res" o Phone No.: (s:s:L ) too -'/::Z. 9 ~ Date: Service Provided: State: Cit l9F£ r Zip: fo Cvrre,,,-f State: C..II Zip : t. oo-o/--.J.-.,. C v r re,. -f- Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. G:\PUBLICIRFQIFY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULI NG SERVICES.DOCX Page 18 of 22 Quotation No. 21-053 Page 18 QUOTATION SCHEDULE P~ice quotes 'shall include all miscei°laiieous and rel~ted charges. The County will only pay costs expressly included and itemized in the bid. Each hourly rate quoted shall include all labor, materials, equipment, travel time, transportation, fees, permits, insurances, licenses, overhead , taxes , etc. to perform trucking/hauling services as specified. Quantities listed herein are annual estimates based on past usage and are not guaranteed. A. Equipment Description & Quantity: Bidder is to list the quantity available of each equipment and tonnage capacity to support the County contract. Please add any ~tner vehicles that may be availa,ble for L!Se with .this agreement Double B'ottom Dumps 15" 2.G, 2 Demotion Trailer Rig ? :2. I 3 Transfer Rig ~-:J. <r 4 Super 10's -~O 2 C> 5 Lowbed Rig (16 tire') · . ~ ·. ~· ~ I 6 60 ' Ex pando Lowbed 7 8 9 10 11 12 13 14 15 16 G:\PUBLICIRFQ\FY 2020 -2 1121-053 TRUCKING HAULING SERVICES\21-053 TRU CK IN G HAULING SERVICES.DOCX Page 19 of 22 Quotation No. 21-053 Page 19 B. Definition of Zones:· , Any combination of the zones detailed below will be calculated and charged on a proportional basis of the affected rates and usage. ·zo·ne • t Description "A Day" To be performed 6:00 AM -8:00 PM within the valley area of Fresno County below 1,000-foot elevation. "A Night" To be performed 8:00 PM -6:00 AM within the valley area of Fresno County below the 1 ,000-foot elevation. "B Day" To be performed 6:00 AM -8:00 PM in the foothill and mountain areas of Fresno County above the 1,000-foot elevation. "B Night" To be performed 8:00 PM -6:00 AM in the foothill and mountain areas of Fresno County above the 1,000-foot elevation. C. Submit hourly rates for the zones listed below and equipment types specified. Please add any other equipment that may be available for use under this agreement, include cost. ANNUAL USAGE HOURLY TOTAL (estimated hours) RATE (Usage x ZONE EQUIPMENT TYPE Rate) 1 A Day Double Bottom Dump 1800 $ 130 $ 2.,$'/, ooo 2 A Day Demolition Trailer Rig 180 $ /3 5" $ ,. '( 3oe> ' 3 A Day Transfer Rigs 1800 $ ISO $ 2.3'1 oo<> I 4 A Day Super 10's 1800 $ /30 $ 2.'3'11 ()0 () 5 A Day Lowbed Rigs (16 Tire) 90 $ /¥0 $ /2., (, DP 6 A Day 60' Expando Lowbed 90 $ $ /'/0 I 1., t, o&> 7 A Night Double Bottom Dump 150 $ l'/O $ lJ, ()O() 8 A Night Demolition Trailer Rig 15 $ lo/~ $ -l, t?~ 9 A Night Transfer Rigs 150 $ /¥0 $ 2/ ()DO ,, 10 A Night Super 10's 1800 $ /'/() $ 1. 5"1., fl (>II 11 A Night Lowbed Rigs (16 Tire) 15 $ $ ,~o 2./2 ~o 12 A Night 60'Expandolowbed 90 $ /~0 $ 11, s-00 13 B Day Double Bottom Dump 900 $ l'IO $ /.2(,1 0t>0 14 B Day Demolition Trailer Rig 90 $ l'f S° $ l3J)'5° 15 B Day Transfer Rigs 900 $ /'{O $ 12.r,,000 G:\PUBLICIRFQIFY 2020 -21121-053 TRUCKIN G HAU LIN G SERVI CES\2 1-0 53 TRUC KI NG HAULING SERVICES .D OCX Page 20 of 22 Quotation No. 21-053 Page 20 16 B Day Super 10's 1800 $ /'lo $ 2. 52. Of>t:> ·, 17 B Da y Lowbed Rigs (16 Tire ) 90 $ $13,~fPC l~o 18 B Da y 6 0' Ex pand o Lowbed 90 $ /S-() $ 13,St>D 19 B N ight Double Bottom Dump 150 $ /SD $ 2.2., soo 2 0 B Night D e molition Trailer Rig 15 $ ,~~ $ ,.,32.5 21 B Night Transfer Rig s 150 $ t5D $ 22.,5"~0 2 2 B Night Super 10 's 1800 $ ,so $ 27~ 00" 23 B Night Lowbed Rigs (16 Tire) 15 $ /(pt> $ l, 'f~P 24 B Night 60' Expando Lowbed 90 $ /(pO $ l'l.'-/~O TOTAL= $ $ I, 'l'f/,e,oo D . Plea se add any other equipment that may be available for use under this agreement (see "A" above) and include Zone and hourly rate. ZONE EQUIPMENT TYPE HOURLY RATE . 1 $ 2 . $ ~ $ 4 $ 5 $ 6 $ ' ,7 $ G:IPUBLIC\RFQIFY 2020-21\21-053 TRUCKING HAULING SERVICES\2Hl53 TRUCKING HAULING SERVICES.DOCX Page 21 of 22 Quotation No. 21-053 Page 21 E. Trucking Yard Addresses State address of all trucking yards from which trucking/hauling will be dispatched: 1. 32:ZO w 8e./..,,t:>,i/ h ~ .s no CH ~.J 'l2.. 2.. 2. 3. 4. 5. 6. 7 . 8. 9. G:\PUBLIC\R FQ\FY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Clay Miranda Trucking Page 1 of 1 Quotation No . 21-053 Page 20 r6~Da y r 1·7 B Day t---+- 1 18 B Day s /'lo s 1 s-.2000 --------~ _:____:_J_ s /~o s tl ~ot> ----~ I -- $ -r,. 13 1 ::,~v -s- / SD 2.2., 500 Super 1o·s 1800 Lowbed Rigs (16 Tire) 90 l~t> t 19 B Night Double Bottom Dump 15_0 _____ _._S 60' Expando Lowbeci 90 s Ls /~~ _s l,32.5' 20 B Night Demoht1on Trailer Rig 15 2 1 B Night ----i-:-Transfer Rigs 150 S / 50 $ 2.21 .S-t<PO 1 22 B Night [ Super 10'5 --~00 S / Sv $.??~Ob., 23 . B Night • Lowbed Rigs (16 Tire ) -15 ----S $ --~ L ______ _&o __ -i.~t)" 24 B N1g-ht ~ 60' Expand o Lowbed I 90 S $ C -t s / (p O ±$ I 'I. L(~O -_ l TOTAL= ___ ~ 'f'(/ (. DO D . Please add any other equipment that may be avai lable for use under this agreement (see "A'" above) and include Zone and hourly rate. (' .. /4~ w,' // Sufp/,~) fo G "UB_ C 0 •0 fv 2:2C-21 121-053 ~RuCt<ING HAULING SERVICES 21-053 T~UCKING HAU NG SERVICES DOCX $ $ t $ 1 $ $ $ $ HOURLY RATE l'IO /?~ /5"0 /~O /50 /to 1,0 /90 Page 22 of 22 Quotation No. 21-053 Page 22 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 oi the following: . ... 1. / 2 . ✓ 3 . v 4. ✓ 5. ✓ 6. ✓ 7 . ✓ 8. --- 9. ✓ -- 10 . ✓ The Request for Quotation (RFQ) has been signed and completed . Addenda, if any, have been signed and included in the bid package. The completed Reference List as provided with this RFQ. The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. Indicate all of bidder exceptions to the County's requirements , conditions and spec ifications as stated within this RFQ. The Participation page as provided within this RFQ has been signed and included Bidder to Complete page as provided with this RFQ . Verification of Contractor's License and Permits. Return checklist w ith RFQ response. Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. G:\PUB LI C\RFQ \FY 2020-21\21-053 TRUCKING HAULI NG SERVIC ES\21-053 TRUCKI NG HAU LING SERVICE S.DOCX Attachment D-4 Dragon Material Transport, Inc. Page 1 of 22 COUNTY OF FRESNO REQUEST FOR QUOTATION NUMBER: 21-053 TRUCKING/HAULING SERVICES Issue Date: May 13, 2021 Closing Date: MAY 27, 2021 AT 2:00 PM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase . For assistance, contact Debbie Scharnick at Phone (559) 600-7110. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ. Bid must be signed and dated by an authorized officer or employee. Except as noted on individual items, the following will apply to all items in the Quotation Schedule: • A cash discount of ______ % _____ days will apply. County does not accept terms less than 15 days. COMPANY 6RB"1D:>tv f3~o CONTACT PERSON l lo3'6 \/J. c J~t-X-~ -&~ ADDRESS ·&t-sND CITY CA-: STATE Purchasing Use: DS:st ORG/Requisition: 45 10 / 5102100254 G:\Public\RFQ\FY 2020 -21121-053 Trucking Hauling Services\21-053 Trucking Hau ling Services.docx Page 2 of 22 Quotation No. 21-053 Page2 TABLE OF CONTENTS PAGE KEY DATES .................................................................................................................... 3 OVERVIEW ..................................................................................................................... 3 SCOPE OF WORK .......................................................................................................... 3 BID INSTRUCTIONS ...................................................................................................... 5 GENERAL REQUIREMENTS & CONDITIONS ............................................................... 6 INSURANCE REQUIREMENTS ................................................................................... 14 PARTICIPATION ........................................................................................................... 16 REFERENCE LIST ........................................................................................................ 17 QUOTATION SCHEDULE ............................................................................................. 18 CHECK LIST ................................................................................................................. 22 G:IPUBLICIRFQ\FY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 3 of 22 Quotation No. 21-053 Page 3 KEY DATES RFQ Issue Date: May 13, 2021 Written Questions for RFQ Due: May 19, 2021 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: May 27, 2021 at 2:00 PM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno on behalf of Road Maintenance and Operations Division is soliciting bids to establish a Master Agreement under which up to four (4) successful bidders will provide trucking/hauling services. SCOPE OF WORK The County of Fresno on behalf of Road Maintenance and Operations Division is soliciting bids to establish a Master agreement under which up to four (4) successful bidders will provide Truck/hauling services to various locations throughout Fresno County . The County maintains over 3,500 miles of roadway . It is the intent of the County to award up to four (4) contractors, under one Master Agreement, to provide the services described herein. Award will be determined by proximity of vendor dispatch center locations to the work sites and quantity of trucking vehicles available for hauling be considered in award. Failure to provide ALL the following will cause the Bid to be deemed Non-Responsive: ( A. Trucking/hauling services will be provided on an as-needed basis when requested by the County. B. Contractors shall obtain and have in possession all required permits and licenses to perform the services described herein and shall adhere to all Federal, State, and local laws and/or ordinances. a. All permits and licenses shall be active and current during the term of this Agreement. C . County shall provide Contractors a minimum of twenty-four (24) hours advance notice, either verbally or in writing, requesting trucking services, unless otherwise agreed to by both parties for special circumstances. Contractors shall be able to deliver trucks to the County designated location within this timeline [twenty-four (24) hours.]. D . Contractors will be required to haul materials and equipment from specific equipment rental companies to particular job sites at differing locations throughout Fresno County. E. Materials include, but are not limited to sand, base rock, asphalt, and asphalt grindings. F. Chargeable/billable time will begin for each specific truck at the scheduled load time and point designated by the County representative (at the plant or, if in the field , upon arrival at the scheduled time). G. Chargeable/billable time period will end after each specific truck arrives at the starting point designated by the County representative for each specific haul day and hauler has obtained a signed acceptance/confirmation by an authorized County of Fresno representative. a. Time units of up to and including three (3) minutes shall be rounded down. b. Time units of excess of three (3) minutes shall be rounded up. c. Hours to be billed and quoted in units of one-tenth (1/10) hour. H . Contractors shall have a method to respond to calls and provide trucking services twenty-four (24) hours a day, seven (7) days a week. G:\PUBUC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCK ING HAULING SERVICES.DOCX Page 4 of 22 Quotation No. 21-053 Page4 I. Contractors shall submit detailed invoices that include the following: a. Detailed description of each job completed (road segments, description of work site, project number). b. Invoice number(s). c. Date and time of request(s.) d. Name of County employee that requested service . e. Contractor's response time. f. Clear description of truck vehicles provided . g. Begin and end times as described above in "E-F". h. Total billable hours. i. Email all invoices to PWPBusinessOffice@fresnocountyca.gov . J. Contractors shall be able to provide trucking/hauling services for up to three (3) consecutive weeks and up to ten ( 10) consecutive hours per day. G:\PUBLIC\RFQ\FY 2020-21 \2 1-053 TRU CKI NG HAULI NG SERVICES\2 1-053 TRUCKING HAULING SERVICES.DOCX Page 5 of 22 Quotation No. 21-053 Page 5 BID INSTRUCTIONS • Bidders must electronically submit bid package in pdf format, no later than the quotation closing date and time as stated on the front of this document, to the Bid Page on Public Purchase. The County will not be responsible for and will not accept late bids due to slow internet connection or incomplete transmissions. • Bids received after the closing time will NOT be considered . • All quotations shall remain firm for 180 days. • 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 prior to the date and time stated within this document. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract. • ISSUING AGENT/AUTHORIZED CONTACT: This RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor's sole point of contact with regard to the RFQ , its content, and all issues concerning it. All communication regarding this RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ, its content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in writing) with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor's quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County's established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. • APPEALS: Appeals must be submitted in writing within seven (7) working days after notification of proposed recommendations for award. A "Notice of Award" is not an indication of County's acceptance of an offer made in response to this RFQ. Appeals shall be subm itted to County of Fresno Purchasing, 333 W. Pontiac Way, Clovis, CA 93612 and in Word format to gcornuell e@FresnoCountyCA.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ 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 appealing bidder is not satisfied with the decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office within seven (7) working days after Purchasing's notification; if the appealing bidder is not satisfied with CAO's decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal will be going to the Board of Supervisors. G:IPUBLIC\RFQ\FY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCK ING HAULING SERVICES.DOCX Page 6 of 22 Quotation No. 21-053 Page 6 GENERAL REQUIREMENTS & CONDITIONS LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do not apply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency , etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from t he RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing by May 19, 2021 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Debbie Scharnick at (559) 600- 7110. NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. AWARD: Award will be made to the four (4) vendors offering the services , products, prices, delivery, equipment and system deemed to be to the best advantage of the County. Past performance (County contracts within the past seven years) and references may factor into awarding of a contract. T he County shall be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and special district building codes, laws, ordinances, and regulations. SALES TAX: Fresno County pays California State Sales Tax in the amount of 7:975% regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal , state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. TAXES, CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. G:\PUBLICIRFQIFY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TR UCKING HAULING SERVICES.DOCX Page 7 of 22 Quotation No. 21-053 Page 7 SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully describes items that you are bidding. No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder, in the designated places . If no exceptions or deviations are shown, the bidder will be required to furnish items exactly as specified herein . The burden of proof of compliance with this specification is the responsibility of the bidder. GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. PACKAG ING: Each item listed in the bid gives as part of its description the minimum packaging size that the County would order. The County feels it more reasonable to order the successful bidder's standard "carton" sizes; therefore, each bidder is asked to fill in the information for each item. Normally the circumstances resort to minimum package size orders. Be sure to fill in your "standard" carton size on the quotation schedule if different from stated. Quote separate prices on each individual item in County unit of measure (i.e ., EA, DZ, PG, not your standard carton price). VENDOR ASSISTANCE: Successful bidder shall furnish , at no cost to the County , a representative to assist Coun ty departments in determining their product requirements. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescr ibed terms, conditions and requirements with the selected vendor. BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation , whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are for the contract period , and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination. CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in t he course of system implementation . NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any thi rd party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information , contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. G:IPUBLICIRFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TR UCKIN G HAULING SERVICES.DOCX Page 8 of 22 Quotation No. 21-053 Page 8 CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body . 2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders. 3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1 ), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders. 5 . No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be electronically submitted to PWPBusinessOffice@fresnocountyca .gov. Each invoice shall include a detailed description of each job, date and time of service request, name of the County employee that requested the service, Contractor's response time, a clear description of trucks provided, beginning and end times, and total billable hours. PAYMENT: County will make partial payments for all purchases made under the contract/purchase order and accumulated during the month. Terms of payment will be net forty-five (45) days. County will consider the Bidder's Cash discount Offer, in lieu of the net forty-five (45) days payment terms. CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years. RENEWAL: Agreement may be renewed for a potential of two (2) one (1) year periods, based on t he mutual written consent of all parties. 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. ORDERING: Orders will be placed as required by County of Fresno Roads Maintenance and Operations. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties , and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers , agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to ver ify 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. G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21 -053 TRUCKING HAULING SERVICES.DOCX Page 9 of 22 Quotation No. 21-053 Page 9 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 the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. 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 (including attorney's fees and costs), 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 (including attorney's fees and costs), 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. MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the items, which the bidder proposes to furnish, together with full descriptive literature on all items so enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of functioning and structural characteristics for those details which differ from the specifications listed herein. SAFETY DATA SHEETS: With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Safety Data Sheet for each product, which contains any substance on "The List of 800 Hazardous Substances", published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act, California State Labor Code Sections 6360 through 6399.7.) RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications. 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. WATER, POWER & TOILET FACILITIES: Successful bidder may use County owned water, power and toilet facilities at job site (when existing) at no expense to the successful bidder. Successful bidder will be required, however, to provide piping, fittings and other items as necessary to bring water and power from existing service to job site. G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Quotation No. 21-053 Page 10 COORDINATE WORK WITH OWNER: Successful bidder Shall coordinate and schedule the work with the County so that any inteJTUption to the normal business operations be kept to a minimum. INSPECTION: All material and workmanship shall be subject to inspection. examination and test by the County at any and all times during which manufacture and/or construction are carried on. The County shall have the right to reject defective material and workmanship or require its correction. 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 successful bidder shall provide, in conformity with all local codes and ordinances and as may be required, such temporary walls, fences, guardrails, barricades. lights, danger signs, enclosures, etc., and shall maintain such safeguards until all work is completed. BONDS: PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. BONDING COMPANY: The company issuing bonds shall be a corporate surety admitted by the California Insurance Commissioner to do business in the State of California with an A.M Best rating of B++ VIII or better. COORDINATION AND COMPLETION: The successful bidder shall contact and meet with the County Coordinator at the job site prior to commencement and completion of any work. Successful bidder shall complete the job as instructed and described in writing by the contract bid or amendment Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. DAMAGES: The Contractor will be assess · ,dated damages in the amount of two 00.00), per truck. per hour i:h hour of delay for material not delivered or picked up at the specified date an · under · greement This sum represents a reasonable endeavor by the parties hereto to estimate a fair · n for the foreseeable losses that might result from such a breach. ))a Q ~ cf/34~ ?,J) Successful bidder shall complete the job as instructed and described in writing by the contract bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one (1) year. Such one (1) year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno. CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. 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 G:IPUBUC'ru'O'fY 2020-21\21--053 TRUC:-ONG HAULING SER\1CES\21-053 TRUCKING HAUUNG S:R\llCES.OOCX Page 10 of 22 Page 11 of 22 Quotation No. 21-053 Page 11 ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with 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. OBLIGATIONS OF CONTRACTOR: Contractor 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. TIE BIDS: With all other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors, the tied vendors will be granted the opportunity to submit new bids or the entire bid may be rejected and re-bid. If the General Requirements of the RFQ state that they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over this paragraph. DATA SECURITY: Individuals and/or agencies that enter into a contractual relationship with the County for the purpose of providing services must employ adequate controls and data security measures, both internally and externally to ensure and protect the confidential information and/or data provided to contractor by the County, preventing the potential loss, misappropriation or inadvertent access, viewing, use or disclosure of County data including sensitive or personal client information; abuse of County resources; and/or disruption to County operations. Individuals and/or agencies may not connect to or use County networks/systems via personally owned mobile, wireless or handheld devices unless authorized by County for telecommuting purposes and provide a secure connection; up to dale virus protection and mobile devices must have the remote wipe feature enabled. Computers or computer peripherals including mobile storage devices may not be used (County or Contractor device) or brought in for use into the County's system(s) without prior authorization from County's Chief Information Officer and/or designee(s). No storage of County's private, confidential or sensitive data on any hard-disk drive, portable storage device or remote storage installation unless encrypted according to advance encryption standards (AES of 128 bit or higher). The County will immediately be notified of any violations, breaches or potential breaches of security related to County's confidential information, data and/or data processing equipment which stores or processes County data, internally or externally. County shall provide oversight to Contractor's response to all incidents arising from a possible breach of security related to County's confidential client information. Contractor will be responsible to issue any notification to affected individuals as required by law or as deemed necessary by County in its sole discretion. Contractor will be responsible for all costs incurred as a result of providing the required notification. AUDITS AND 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 (3) 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. G:IPUBLIC\RFQ\FY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 12 of 22 Quotation No. 21-053 Page 12 BIDDER TO COMPLETE: GUARANTEED PICK UP AND/OR DELIVERY: Bidders will be considered in award of bid only if they can guarantee services within twenty-four (24) hours of request. Enter guarantee on this line (i.e. amount of time from receipt of order to delivery): b::<J..6:B.A::1,-JTf:bP t:bHv:c=&'-1 110 /?i) hou,:s or sS/XJY'\t•r State specific location, where service and/or maintenance can be obtained. information will be cause for rejection of bid. \1 o-;0 W · "-.J,::_µSi:,-.) AIJk. 1 F.z.£;.s,,)Q (A-q ?.,104' I Failure to furnish this w, :ru Pr: NI @A6'C tcd'frPw-lt-Qn -1:.JC'=\=+-----'P«..l..:AA,.,.w"'""..,,""')'-'-,---------- Successful bidders will be required to file any new price list that may become effective during the life of the contract with the County of Fresno Purchasing Manager within thirty (30) days of its becoming effective. State Purchase Order mailing address: £ D , Soi< ,;):?~ ·R L=<t,lD, CA q21::i. q MINIMUM ORDER: Bidder to state minimum order quantities and charges for less than minimum order quantity (if not stated it will be assumed there are none). C '-I) HoUR. M 11..JtM 114.11 _;, DV {W'f l; }rx'? t_ i?lt 'f----- ( 'oj HouR 1YliNtMur0 0/. , N1c-µz iJorvc -~ts S:f'IY/ SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: C\--fr½ N)rf<er,-.re :f&1cK10t 3!,tb CODT@LTD".. -TtsUCQr,,'b Se:e,flCf:S G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 13 of 22 Quotation No. 21-053 LICENSE AND PERMITS: Bidder to possess appropriate license and permits for the project in accordance with current regulations/statutes. Page 13 The bidder shall possess a current Federal DOT, Motor Carrier Authority Numbers, and a United Carrier Registration or another license class and permits that cover the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license and/or permit is other than the above mentioned, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: 0:2(.ew{e 'ff Mozog, C/r&R1t;t;. -PY4n{-r Date of Issue: -J-ba,.~yf.l-,~'--"o/¥--<2,,.,6"'Jf./~.,.'('"'-? :}=~=------------- Failure to submit verification of license and permits may result in bidder's response being considered non-responsive. G:IPUBLICIRFQ\FY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 14 of 22 Quotation No. 21-053 Page 14 INSURANCE REQUIREMENTS INSURANCE: Without limiting the County's right to obtain indemnification from Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse- Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto 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. This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a period of three years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specified herein. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relating to Insurance: 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. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. 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 Roads, 2220 Tulare Street, 6th Floor, Fresno, CA 93721, 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:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21.()53 TRUCKING HAULING SERVICES.DOCX Page 15 of 22 Quotation No. 21-053 Page 15 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:IPUBLICIRFQ\FY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 16 of 22 Quotation No. 21-053 Page 16 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. ~s. we will extend contract terms and conditions to all qualified agencies within the Central Valley ~ P~rchasing Group and other tax supported agencies. G:IPUBLIC\RFQIFY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 17 of 22 Quotation No. 21-053 Page 17 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QuoTAJION. Firm: :DAA&tw M&r®fl:L Ji&..x.-e& i; fl, )L, REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. Reference Name: V1Jt.CAJ,} MttTni& c Lr;,• Contact: MPrZLDS (,A-LJW1 z Address: I I 5j'j rJ. fis1ru,JT RD City: 'm.stJZ) State: ,~·~tt __ Zip: PhoneNo.: ~) ,:XS/ -31,2h Date: Service Provided: $¢.gv'll'I;--t(MJu,,.;,;-f\...->eHBL ,, P•R..T f'rs.PffA-L, 01 L • Reference Name: Mbf':: U1vol::1<./..,.-/2r,L1.t. .. \1") Contact: Address: 413 l e, V:1iJG Av£. City: f&;;srJD State: (A-Zip: Cf~:7;;1_5 Phone No.: ( ~ ) IR'7~ Date: Service Provided: S.b&v1'c -b & D61 <ill,-g;..p 101351~21 4?RlL6 ·I ' Reference Name: :kt ; , a r:ry · -f'AV, r,J &: · (,ll -Contact: Address: ·so1:S :fDW,;:sbtrrb RD City: iA[/aS IkPr\<-F' Vi 1d-f\:bf; State: Cit-Zip: ':J 13(,, J Phone No.: ( ~ ) 3,;, )-9=~~l ~?:>~--Date: CR/ 30_,J=)..=O~;),,"-'j _______ _ Service Provided: • C'. (£\11'<--b .J.!a,.ll.Jl,)b-A!;.PHPit-1, 6-f<IQPII.J(,--5;.. I:,(Kl--f:o<k Reference Name: Address: City: -'--'"""Y..}..;.L...,~~-~~---------State: {4: Zip: -1¼,q Phone No.: ( ss1 ) 0J,lj-q2-1 to Date 4' I 30 b O 2 I , Service Provided: -Sb::VI{ c::-: +-/t{U lk¼ . Asp htlH---{ fu '\e.. Reck I OtR T b~t,.iD;C&<... ._J I I \ Reference Name: /t>J f-X[Ai!A--:TJ~/r,}<Contact: {.l-L.l$A-: EfVJMt41 Address: Cfwb2. ..uL ~;:r~_}sl\/D~ City: J:126f,iJO State: ce----: Zip: q2:i7/Jfe Phone No.: ( .551 ) 340:: 7951 Date: Service Provided: S-hR,_V/( f-= -/.-/A,u.L/JJ& .. :: /J:."'>HCH 7; &t? 11,;_p11)6-5,, &5,.-Rak )2;R ::r; Boci<. ,· Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 18 of 22 Quotation No. 21-053 Page 18 QUOTATION SCHEDULE Price quotes shall include all miscellaneous and related charges. The County will only pay costs expressly included and itemized in the bid. Each hourly rate quoted shall include all labor, materials, equipment, travel time, transportation, fees, permits, insurances, licenses, overhead, taxes, etc. to perform trucking/hauling seNices as specified. Quantities listed herein are annual estimates based on past usage and are not guaranteed. A. Equipment Description & Quantity: Bidder is to list the quantity available of each equipment and tonnage capacity to support the County contract. Please add any other vehicles that may be available for use with this agreement Equipment Description Quantity Available Tonnage Capacity 1 Double Bottom Dumps ID Q?,oo To. 2 Demotion Trailer Rig - 3 Transfer Rig. 4 Super 10's. s i9-DO ·1r,, 5 Lowbed Rig (16 tire) 6 60' Expando Lowbed 7 8 9 10 11 12 13 14 15 16 G:IPUBLICIRFQ\FY 2020-21121-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX I Page 19 of 22 Quotation No. 21-053 Page 19 B. Definition of Zones: Any combination of the zones detailed below will be calculated and charged on a proportional basis of the affected rates and usage. Zone Description "A Day" To be performed 6:00 AM -8:00 PM-within the valley area of Fresno County below 1, 000-foot elevation. "A Night" To be performed 8:00 PM -6:00 AM within the valley area of Fresno County below the 1,000-foot elevation. "B Day" To be performed 6:00 AM -8:00 PM in the foothill and mountain areas of Fresno County above the 1,000-foot elevation. "B Night" To be performed 8:00 PM -6:00 AM in the foothill and mountain areas of Fresno County above the 1,000-foot elevation. C. Submit hourly rates for the zones listed below and equipment types specified. Please add any other equipment that may be available for use under this agreement, include cost. ANNUAL USAGE HOURLY TOTAL (estimated hours) RATE (Usage x ZONE EQUIPMENT TYPE Rate) 1 A Day Double Bottom Dump 1800 $ cP ;,?.o . $ " ~.It,, , rir,,· 2 A Day Demolition Trailer Rig 180 $ $ , 3 A Day Transfer Rigs 1800 $ $ 4 A Day Super 10's 1800 $ .d-/)cP $ c(C I . ·;21(,, rm. 5 A Day Lowbed Rigs (16 Tire) 90 $ $ 6 A Day 60' Expando Lowbed 90 $ $ 7 A Night Double Bottom Dump 150 $ IJ..9>c0 $ ;q :1./Yi. 8 A Night Demolition Trailer Rig 15 $ $ 9 A Night Transfer Rigs 150 $ $ 10 A Night Super 10's 1800 $ t~~ $ • ,,a I?,i/ n-Y . ,c 11 A Night Lowbed Rigs (16 Tire) 15 $ $ . 12 A Night 60' Expando Lowbed 90 $ $ 13 B Day Double Bottom Dump 900 $ J'-loCX: $ ,. /J.,l, nm 14 B Day Demolition Trailer Rig 90 $ $ , 15 B Day Transfer Rigs 900 $ $ G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 20 of 22 Quotation No. 21-053 Page 20 , 16 B Day Super 10's 1800 $ iifif.7 $ ~' \,( ·,c.,:;,rrn. 17 B Day Lowbed Rigs (16 Tire) 90 $ $ I 18 B Day 60' Expando Lowbed 90 $ $ \/. 19 B Night Double Bottom Dump 150 $ ;# $ c.o '2a.sw · 20 B Night Demolition Trailer Rig 15 $ $ , 21 B Night Transfer Rigs 150 $ $ 22 B Night Super 10's 1800 $ I-Sn~ $ ')· ~ ,,ncx:x:> 23 B Night Lowbed Rigs (16 Tire) 15 $ $ I 24 B Night 60' Expando Lowbed 90 $ $ TOTAL= $ $ 10.uo . / 355,7 ~ . ) D. Please add any other equipment that may be available for use under this agreement (see "A" above) and include Zone and hourly rate ZONE EQUIPMENT TYPE HOURLY RATE 1 $ 2 $ 3 $ 4 $ 5 $ 6 $ 7 $ G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Page 21 of 22 Quotation No. 21-053 Page 21 E. Trucking Yard Addresses State address of all trucking yards from which trucking/hauling will be dispatched: 1. {&8B w. ~fl<.on A-,;,,_ F'"n,rv-. ri4-Ct:z7Df,, 2. , ' q,;;,&~ti 4a4q2 RC("J:: l wt.r.c Roe.o $./.JAJ~ LAK,:... (' fJ- 3. ' / . 4. 5. 6. 7. 8. 9. G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Dragon Material Transport Inc Page 1 of 2 Quotation No. 21-053 Page 19 8. Definition of Zones: Any combination of the zones detailed below will be calculated and charged on a proportional basis of the affected rates and usage. Zone Description "A Day· To be performed 6:00 AM -8:00 PM within the valley area of Fresno County below 1,000-foot elevation. "A Night" To be performed 8:00 PM -6:00 AM within the valley area of Fresno County below the 1.000-foot elevation. "B Day· To be performed 6:00 AM -8:00 PM in the foothill and mountain areas of Fresno County above the 1.000-foot elevation. "B Night" To be performed 8:00 PM -6:00 AM in the foothill and mountain areas of Fresno County above the 1,000-foot elevation. ' I C. Submit hourly rates for the zones listed below and equipment types specified. Please add any other equipment that may be available for use under this agreement include cost ANNUAL USAGE HOURLY TOTAL (estimated hours) RATE (Usagex ZONE EQUIPMENT TYPE Rate) 1 A Day Double Bottom Dump 1800 $/~~ s ·.,z~~ct:l) 2 A Day Demolition Trailer Rig 180 s s I 3 A Day Transfer Rigs 1800 s s 4 A Day Super 10's 1800 $/3C>eP $ 2.:Jil"YY 5 A Day Lowbed Rigs (16 Tire) 90 s s , 6 A Day 60" Expando Lowbed 90 s s 7 A Night Double Bottom Dump 150 s IL/Dco s ,;2/. .. -•. ,v·v , 8 A Night Demolition Trailer Rig 15 $ s I 9 A Night Transfer Rigs 150 s IS 10 A Night Super 10's 1800 s 11/ne::> s :?Q.= 11 A Night Lowbed Rigs (16 Tire) 15 $ s / 12 A Night 60' Expando Lowbed 90 $ s 13 BDay Double Bottom Dump 900 $ /Lnt::' s /2.&,JYY) 14 BDay Demolition Trailer Rig 90 $ s , 15 BDay Transfer Rigs 900 $ $ G:IPUBUC\RFOIFY 2020-21\21--053 TRUCKING HAULING SERVICES\21--053 TRUCKING HAULING SERVICES.DOCX Dragon Material Trucking Inc Page 2 of 2 Quotation No. 21-053 Page20 16 BDay Super 10's 1800 $ /4/J"l° $2<:'? /f7Y': 17 BDay Lowbed Rigs ( 16 Tire) 90 $ $ / 18 B Day 60' Expando Lowbed 90 s s 19 B Night Double Bottom Dump 150 s $ 20 B Night Demolition Trailer Rig 15 $/c.5? ':° s JJ. 5CO 21 B Night Transfer Rigs 150 s s I 22 B Night Super 10's 1800 $ /56°:' $27015/I. 23 B Night Lowbed Rigs ( 16 Tire) 15 $ $ I 24 B Night 60' Expando Lowbed 90 $ $ TOTAL= $ $1'1/!~a> / , D. Please add any other equipment that may be available for use under this agreement (see "A" above) and include Zone and hourly rate ZONE EQUIPMENT TYPE HOURLY RATE 1 $ 2 $ 3 $ 4 $ 5 $ 6 s 7 $ G:\PUBUC\RFQ\FY 2020.21121-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAUUNG SERVICES.DOCX Page 22 of 22 Quotation No. 21-053 Page 22 CHECK LIST This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1. ✓ The Request for Quotation (RFQ) has been signed and completed. 2. ~ Addenda, if any, have been signed and included in the bid package. 3. ✓ The completed Reference List as provided with this RFQ. 4. / The Quotation Schedule as provided with this RFQ has been completed, price reviewed for --accuracy and any corrections initialed. 5. ~ Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ. 6. ¥ The Participation page as provided within this RFQ has been signed and included 7. ~ Bidder to Complete page as provided with this RFQ. 8. _L Verification of Contractor's License and Permits. 9. ~eturn checklist with RFQ response. 10. ____J,L° Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. G:\PUBLIC\RFQ\FY 2020-21\21-053 TRUCKING HAULING SERVICES\21-053 TRUCKING HAULING SERVICES.DOCX Attachment E 17 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 SELF-DEALING TRANSACTION DISCLOSURE FORM In order to conduct business with the County of Fresno (hereinafter referred to as “County”), members of a contractor’s board of directors (hereinafter referred to as “County Contractor”), must disclose any self-dealing transactions that they are a party to while providing goods, performing services, or both for the County. A self-dealing transaction is defined below: “A self-dealing transaction means a transaction to which the corporation is a party and in which one or more of its directors has a material financial interest” The definition above will be utilized for purposes of completing this disclosure form. INSTRUCTIONS (1)Enter board member’s name, job title (if applicable), and date this disclosure is being made. (2)Enter the board member’s company/agency name and address. (3)Describe in detail the nature of the self-dealing transaction that is being disclosed to the County. At a minimum, include a description of the following: a.The name of the agency/company with which the corporation has the transaction; and b.The nature of the material financial interest in the Corporation’s transaction that the board member has. (4)Describe in detail why the self-dealing transaction is appropriate based on applicable provisions of the Corporations Code. (5)Form must be signed by the board member that is involved in the self-dealing transaction described in Sections (3) and (4). Page 1 of 2 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 (1) Company Board Member Information: Name: Date: Job Title: (2) Company/Agency Name and Address: (3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to): (4) Explain why this self-dealing transaction is consistent with the requirements of Corporations Code 5233 (a): (5) Authorized Signature Signature: Date: Page 2 of 2 I I