HomeMy WebLinkAboutAgreement A-17-446 with CORE Business Interiors.pdf
-1-
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
A G R E E M E N T
THIS AGREEMENT (“Agreement”) is made and entered into this____day of __________,
2017, by and between the COUNTY OF FRESNO, a political subdivision of the State of California,
hereinafter referred to as "COUNTY", and CORE BUSINESS INTERIORS, a California
corporation, whose address is 7910 N. Ingram #102, Fresno, CA 93711, hereinafter referred to as
"CONTRACTOR".
W I T N E S S E T H:
WHEREAS, the COUNTY has a need to purchase modular furniture systems and
installation services; and
WHEREAS, the COUNTY issued Request for Quotation No.17-065 (“the RFQ”) which
solicited bids from qualified vendors to provide modular furniture systems and installation services;
and
WHEREAS, the CONTRACTOR submitted the most responsive bid for providing the
products and services requested in the RFQ; and
WHEREAS, the CONTRACTOR is qualified and willing to perform said services as stated
in the CONTRACTOR’S response to the RFQ (“the Response”).
NOW, THEREFORE, in consideration of the mutual covenants, terms and conditions
herein contained, the parties hereto agree as follows:
1. OBLIGATIONS OF THE CONTRACTOR
A. CONTRACTOR shall provide all products and services in accordance with
the specifications, requirements, terms, conditions, etc. of the RFQ and the Response, which are
attached hereto as Exhibit “A” and Exhibit “B,” respectively and incorporated herein by reference.
B. The work to be done on this project will involve the installation of modular
furniture systems and related components. In accordance with Labor Code section 1770, et seq.,
the Director of the Department of Industrial Relations of the State of California has determined the
general prevailing wages rates and employer payments for health and welfare pension, vacation,
travel time and subsistence pay as provided for in Section 1773.1, apprenticeship or other training
-2-
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
programs authorized by Section 3093, and similar purposes applicable to the work to be done.
Information pertaining to applicable Prevailing Wage Rates may be found on the website
for the State of California – Department of Industrial Relations:
http://www.dir.ca.gov/oprl/PWD/index.htm. Information pertaining to applicable prevailing wage
rates for apprentices may be found on the website for the State of California – Department of
Industrial Relations: http://www.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp
It shall be mandatory upon the CONTRACTOR herein and upon any subcontractor to pay
not less than the prevailing wage rates, including overtime and holiday rates, to all workers,
laborers, or mechanics employed on this public work project, including those workers employed as
apprentices. Further, CONTRACTOR and each subcontractor shall comply with Labor Code
sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the above-
mentioned prevailing wage rates shall be posted by the CONTRACTOR at the job site where it will
be available to any interested party.
CONTRACTOR shall comply with Labor Code section 1775 and forfeit as a penalty to
COUNTY Two Hundred Dollars ($200.00) for each calendar day or portions thereof, for each
worker paid less than the prevailing wage rates for the work or craft in which the worker is
employed for any work done under this project by CONTRACTOR or by any subcontractor under
CONTRACTOR in violation of Labor Code section 1770, et seq. In addition to the penalty, the
difference between the prevailing wage rates and amount paid to each worker for each calendar
day or portion thereof for which each worker was paid less than the prevailing wage rate shall be
paid to each worker by the CONTRACTOR or subcontractor.
CONTRACTOR and subcontractor shall keep an accurate record showing the names,
address, social security number, work classification, straight time and overtime hours worked each
day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or
other employee employed by him or her in connection with this public work project. In accordance
with Labor Code section 1776, each payroll record shall be certified and verified by a written
declaration under penalty of perjury stating that the information within the payroll record is true and
correct and that the CONTRACTOR or subcontractor complied with the requirements of Labor
-3-
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
Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work
project. These records shall be open at all reasonable hours to inspection by the COUNTY, its
officers and agents, and to the representatives of the State of California – Department of Industrial
Relations, including but not limited to the Division of Labor Standards Enforcement.
2. OBLIGATIONS OF THE COUNTY
A. COUNTY shall compensate the CONTRACTOR as provided in Section 5
of this Agreement.
3. TERM
This Agreement shall commence upon execution and remain in effect for a period of
three (3) years. This Agreement may be extended for two (2) additional one (1) year terms, upon
written approval of both parties. The Director of Internal Services/Chief Information Officer or his
or her designee is authorized to execute such written approval on behalf of COUNTY based on
CONTRACTOR’s satisfactory performance.
4. TERMINATION
A. Non-Allocation of Funds - The terms of this Agreement, and the services to
be provided hereunder, are contingent on the approval of funds by the appropriating government
agency. Should sufficient funds not be allocated, the services provided may be modified, or this
Agreement terminated, at any time by giving the CONTRACTOR thirty (30) days advance written
notice.
B. Breach of Contract - The COUNTY may immediately suspend or terminate
this Agreement in whole or in part, where in the determination of the COUNTY there is:
1) An illegal or improper use of funds;
2) A failure to comply with any term of this Agreement;
3) A substantially incorrect or incomplete report submitted to the
COUNTY;
4) Improperly performed service.
In no event shall any payment by the COUNTY constitute a waiver by the
COUNTY of any breach of this Agreement or any default, which may then exist on the part of the
-4-
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
CONTRACTOR. Neither shall such payment impair or prejudice any remedy available to the
COUNTY with respect to the breach or default. The COUNTY shall have the right to demand of
the CONTRACTOR the repayment to the COUNTY of any funds disbursed to the CONTRACTOR
under this Agreement, which in the judgment of the COUNTY were not expended in accordance
with the terms of this Agreement. The CONTRACTOR shall promptly refund any such funds upon
demand.
C. Without Cause – Under circumstances other than those set forth above,
this Agreement may be terminated by COUNTY upon the giving of thirty (30) days advance written
notice of an intention to terminate to CONTRACTOR.
5. COMPENSATION:
Compensation – COUNTY agrees to pay CONTRACTOR and CONTRACTOR
agrees to receive compensation for the purchase and installation of modular furniture systems as
described in the Maintaining Dealer Service Matrix, attached hereto as Exhibit “C, ”as follows: (1)
for products: manufacturer’s pricing less the applicable percentage discount as noted in Exhibit
“C”; and (2) for installation: at the rates specified in Exhibit “C”.
In no event shall expenditures during the initial three (3) year term of this Agreement
exceed $1,500,000. In no event shall expenditures for the two (2) potential (1) year extensions
exceed $250,000 for each one year extension period. The maximum expenditure under this
Agreement for the entire potential five (5) year term shall be $2,000,000. It is understood that all
expenses incidental to CONTRACTOR'S performance of services under this Agreement shall be
borne by CONTRACTOR.
6. INVOICING/STATEMENTS
CONTRACTOR shall submit itemized invoices in duplicate to the requesting
County department in accordance with invoicing instructions included in each order referencing
this Agreement. The Agreement number must appear on all shipping documents and invoices.
Invoice terms shall be Net 45 days.
7. INDEPENDENT CONTRACTOR: In performance of the work, duties and
-5-
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
obligations assumed by CONTRACTOR under this Agreement, it is mutually understood and
agreed that CONTRACTOR, including any and all of the CONTRACTOR'S officers, agents, and
employees will at all times be acting and performing as an independent contractor, and shall act in
an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or
associate of the COUNTY. Furthermore, COUNTY shall have no right to control or supervise or
direct the manner or method by which CONTRACTOR shall perform its work and function.
However, COUNTY shall retain the right to administer this Agreement so as to verify that
CONTRACTOR is performing its obligations in accordance with the terms and conditions thereof.
CONTRACTOR and COUNTY shall comply with all applicable provisions of law and
the rules and regulations, if any, of governmental authorities having jurisdiction over matters the
subject thereof.
Because of its status as an independent contractor, CONTRACTOR shall have
absolutely no right to employment rights and benefits available to COUNTY employees.
CONTRACTOR shall be solely liable and responsible for providing to, or on behalf of, its
employees all legally-required employee benefits. In addition, CONTRACTOR shall be solely
responsible and save COUNTY harmless from all matters relating to payment of
CONTRACTOR'S employees, including compliance with Social Security withholding and all other
regulations governing such matters. It is acknowledged that during the term of this Agreement,
CONTRACTOR may be providing services to others unrelated to the COUNTY or to this
Agreement.
8. MODIFICATION: Any matters of this Agreement may be modified from time
to time by the written consent of all the parties without, in any way, affecting the remainder.
9. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this
Agreement nor their rights or duties under this Agreement without the prior written consent of the
other party.
10. HOLD HARMLESS: CONTRACTOR agrees to indemnify, save, hold
harmless, and at COUNTY'S request, defend the COUNTY, its officers, agents, and employees
from any and all costs and expenses, damages, liabilities, claims, and losses occurring or
-6-
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
resulting to COUNTY in connection with the performance, or failure to perform, by
CONTRACTOR, its officers, agents, or employees under this Agreement, and from any and all
costs and expenses, damages, liabilities, claims, and losses occurring or resulting to any person,
firm, or corporation who may be injured or damaged by the performance, or failure to perform,
of CONTRACTOR, its officers, agents, or employees under this Agreement.
11. INSURANCE
Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR
or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the
following insurance policies or a program of self-insurance, including but not limited to, an
insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the
Agreement:
A. Commercial General Liability
Commercial General Liability Insurance with limits of not less than One Million
Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000).
This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages
including completed operations, products liability, contractual liability, Explosion-Collapse-
Underground, fire legal liability or any other liability insurance deemed necessary because of the
nature of this contract.
B. Automobile Liability
Comprehensive Automobile Liability Insurance with limits for bodily injury of not less
than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand
Dollars ($500,000.00) per accident and for property damages of not less than Fifty Thousand
Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand
Dollars ($500,000.00). Coverage should include owned and non-owned vehicles used in
connection with this Agreement.
C. Professional Liability
If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W.,
M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One
-7-
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
Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual
aggregate.
D. Worker's Compensation
A policy of Worker's Compensation insurance as may be required by the California
Labor Code. CONTRACTOR shall obtain endorsements to the Commercial General Liability
insurance naming the County of Fresno, its officers, agents, and employees, individually and
collectively, as additional insured, but only insofar as the operations under this Agreement are
concerned. Such coverage for additional insured shall apply as primary insurance and any other
insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees shall be
excess only and not contributing with insurance provided under CONTRACTOR's policies herein.
This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance
written notice given to COUNTY.
Within Thirty (30) days from the date CONTRACTOR signs and executes this
Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated
above for all of the foregoing policies, as required herein, to the County of Fresno, Internal
Services Department, Robert W. Bash, Director of Internal Services/Chief Information
Officer, 333 W. Pontiac Way, Clovis, CA. 93612, stating that such insurance coverages have
been obtained and are in full force; that the County of Fresno, its officers, agents and employees
will not be responsible for any premiums on the policies; that such Commercial General Liability
insurance names the County of Fresno, its officers, agents and employees, individually and
collectively, as additional insured, but only insofar as the operations under this Agreement are
concerned; that such coverage for additional insured shall apply as primary insurance and any
other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees,
shall be excess only and not contributing with insurance provided under CONTRACTOR's policies
herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30)
days advance, written notice given to COUNTY.
In the event CONTRACTOR fails to keep in effect at all times insurance coverage
as herein provided, the COUNTY may, in addition to other remedies it may have, suspend or
-8-
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
terminate this Agreement upon the occurrence of such event.
All policies shall be issued by admitted insurers licensed to do business in the State
of California, and such insurance shall be purchased from companies possessing a current A.M.
Best, Inc. rating of A FSC VII or better.
12. AUDITS AND INSPECTIONS: The CONTRACTOR shall at any time during
business hours, and as often as the COUNTY may deem necessary, make available to the
COUNTY for examination all of its records and data with respect to the matters covered by this
Agreement. The CONTRACTOR shall, upon request by the COUNTY, permit the COUNTY to
audit and inspect all of such records and data necessary to ensure CONTRACTOR'S compliance
with the terms of this Agreement.
If this Agreement exceeds ten thousand dollars ($10,000.00), CONTRACTOR shall
be subject to the examination and audit of the Auditor General for a period of three (3) years after
final payment under contract (Government Code Section 8546.7).
13. NOTICES: The persons and their addresses having authority to give and
receive notices under this Agreement include the following:
COUNTY CONTRACTOR
Internal Services Department CORE Business Interiors
Robert W. Bash Andrea Benson
Director of Internal Services/ 7910 N. Ingram #102
Chief Information Officer Fresno, CA. 93711
333 W. Pontiac Way (559) 297-6400
Clovis, CA. 93612
Phone: (559) 600-5800
All notices between the COUNTY and CONTRACTOR provided for or permitted
under this Agreement must be in writing and delivered either by personal service, by first-class
United States mail, by an overnight commercial courier service, or by telephonic facsimile
transmission. A notice delivered by personal service is effective upon service to the recipient. A
notice delivered by first-class United States mail is effective three COUNTY business days after
deposit in the United States mail, postage prepaid, addressed to the recipient. A notice delivered
by an overnight commercial courier service is effective one COUNTY business day after deposit
-9-
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
with the overnight commercial courier service, delivery fees prepaid, with delivery instructions
given for next day delivery, addressed to the recipient. A notice delivered by telephonic facsimile
is effective when transmission to the recipient is completed (but, if such transmission is completed
outside of COUNTY business hours, then such delivery shall be deemed to be effective at the
next beginning of a COUNTY business day), provided that the sender maintains a machine record
of the completed transmission. For all claims arising out of or related to this Agreement, nothing in
this section establishes, waives, or modifies any claims presentation requirements or procedures
provided by law, including but not limited to the Government Claims Act (Division 3.6 of Title 1 of
the Government Code, beginning with section 810).
14. GOVERNING LAW: Venue for any action arising out of or related to this
Agreement shall only be in Fresno County, California.
The rights and obligations of the parties and all interpretation and performance of
this Agreement shall be governed in all respects by the laws of the State of California.
15. DISCLOSURE OF SELF-DEALING TRANSACTIONS
This provision is only applicable if the CONTRACTOR is 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 this agreement. 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 Self-Dealing Transaction
Disclosure Form, attached hereto as Exhibit “E” and incorporated herein by reference, and
submitting it to the COUNTY prior to commencing with the self-dealing transaction or
immediately thereafter.
16. ENTIRE AGREEMENT: This Agreement constitutes the entire agreement
between the CONTRACTOR and COUNTY with respect to the subject matter hereof and
-10-
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
supersedes all previous Agreement negotiations, proposals, commitments, writings,
advertisements, publications, and understandings of any nature whatsoever unless expressly
included in this Agreement. In the event of any inconsistency in interpreting the documents which
constitute this Agreement, the inconsistency shall be resolved by giving precedence in the
following order of priority: (1) the text of this Agreement (excluding exhibits “A”and “B”, but
including Exhibit “C”); (2) Exhibit "A" (the RFQ); and (3) Exhibit “B” (the Response).
1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day
2 and year first hereinabove written.
3 COUNTY OF FRESNO
4 vl~J_ -
5
6
7 lh:.~~=ZT.L~~~~~~~----
8
9
10
11
DATE:
I I
12 CORE Business Interiors
13 7910 N. Ingram #102
Fresno, CA. 93711
14
15
16
17
18
19
20
21
22
23
24 FOR ACCOUNTING USE ONLY:
Org No.:8440.
25 Account No./Fund: Various
26
27
28
--------------------------------
Brian Pacheco Chairman,
Board of Supervisors
DATE:
ATTEST:
Bernice E. Seidel
Clerk, Board of Supervisors
REVIEWED & RECOMMENDED FOR
APPR~-j
=W§aS!l, ~ ~-
Director of Internal Services/
Chief Information Officer
APPROVED AS TO LEGAL FORM
~e:J,g·g;;zsel
APPROVED AS TO ACCOUNTING FORM
Oscar J. Ga cia, CPA
Auditor-Co roller easurer-Tax Collector
-11-
G:\Public\RFQ\FY 2016-17\17-065 Modular Furniture Systems (Purchase & Installation)\17-065 Modular Furniture Systems (Purchase & Installation).doc PD-010 (01/2017)
COUNTY OF FRESNO
REQUEST FOR QUOTATION
NUMBER: 17-065
MODULAR FURNITURE SYSTEMS (PURCHASE &
INSTALLATION)
Issue Date: March 22, 2017
Closing Date: APRIL 24, 2017
Quotation will be considered LATE when the official Purchasing time clock reads 2:01 P.M.
Questions must be submitted on the Bid Page at Public Purchase or contact Carolyn Flores at phone
(559) 600-7110.
Check County of Fresno Purchasing’s website at
https://www2.co.fresno.ca.us/0440/Bids/BidsHome.aspx
for any future addenda.
Please submit all Quotations to:
County of Fresno – Purchasing
4525 E. Hamilton Avenue, 2nd Floor
Fresno, CA 93702-4599
BIDDER TO COMPLETE
Undersigned agrees to furnish the commodity or service stipulated in the attached response at the prices and terms stated, subject to the attached
“County of Fresno Purchasing Standard Instructions And Conditions For Requests For Proposals (RFP’s) And Requests For Quotations (RFQ’s)”.
Except as noted on individual items, the following will apply to all items in the Quotation Schedule:
•A cash discount of % days will apply.
COMPANY
ADDRESS
CITY STATE ZIP CODE
( ) ( )
TELEPHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS
SIGNATURE (IN BLUE INK)
PRINT NAME TITLE
Purchasing Use: CF:st ORG/Requisition: 0440 / Countywide
Exhibit "A"
Quotation No. 17-065
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION).DOC 1A
COUNTY OF FRESNO PURCHASING
STANDARD INSTRUCTIONS AND CONDITIONS FOR
REQUESTS FOR PROPOSALS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S)
Note: the reference to “bids” in the following paragraphs applies to RFP's and RFQ's
GENERAL CONDITIONS
By submitting a bid the bidder agrees to the following conditions. These conditions will apply to all subsequent purchases based on this bid.
1.BID PREPARATION:
A)All prices and notations must be typed or written in ink. No erasures
permitted. Errors may be crossed out, initialed and corrections
printed in ink by person signing bid.
B)Brand Names: Brand names and numbers when given are for
reference. Equal items will be considered, provided the offer clearly
describes the article and how it differs from that specified. In the
absence of such information it shall be understood the offering is
exactly as specified.
C)State brand or make of each item. If bidding on other than
specified, state make, model and brand being bid and attach
supporting literature/specifications to the bid.
D)Bid on each item separately. Prices should be stated in units
specified herein. All applicable charges must be quoted; charges
on invoice not quoted herein will be disallowed.
E)Time of delivery is a part of the consideration and must be stated in
definite terms and must be adhered to. F.O.B. Point shall be
destination or freight charges must be stated.
F)All bids must be dated and signed with the firm’s name and by an
authorized officer or employee.
G)Unless otherwise noted, prices shall be firm for one hundred eighty
(180) days after closing date of bid.
2.SUBMITTING BIDS:
A)Each bid must be submitted on forms provided in a sealed
envelope/package with bid number and closing date and time on the
outside of the envelope/package.
B)Interpretation: Should any discrepancies or omissions be found in
the bid specifications or doubt as to their meaning, the bidder shall
notify the Buyer in writing at once. The County shall not be held
responsible for verbal interpretations. Questions regarding the bid
must be received by Purchasing stated within this document. All
addenda issued shall be in writing, duly issued by Purchasing and
incorporated into the contract.
C)ISSUING AGENT/AUTHORIZED CONTACT: This RFP/RFQ has
been issued by County of Fresno, Purchasing. Purchasing shall be
the vendor’s sole point of contact with regard to the RFP/RFQ, its
content, and all issues concerning it.
All communication regarding this RFP/RFQ shall be directed to an
authorized representative of County Purchasing. The specific buyer
managing this RFP/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
RFP/RFQ. Contact with any other County representative, including
elected officials, for the purpose of discussing this RFP/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 RFP/RFQ, such vendor may contact the appropriate
individual, or individuals who are managing that protest as outlined
in the County’s established protest procedures. All such contact
must be in accordance with the sequence set forth under the protest
procedures. Second, in the event a public hearing is scheduled
before the Board of Supervisors to hear testimony prior to its
approval of a purchase order or contract, any vendor may address
the Board.
D)Bids received after the closing time will NOT be considered.
E)Bidders are to bid what is specified or requested first. If unable to or
unwilling to, bidder may bid alternative or option, indicating all
advantages, disadvantages and their associated cost.
F)Public Contract Code Section 7028.15
Where the State of California requires a Contractor’s license, it is a
misdemeanor for any person to submit a bid unless specifically
exempted.
3.FAILURE TO BID:
A)If not bidding, return bid sheet and state reason for no bid or your
name may be removed from mailing list.
4.TAXES, CHARGES AND EXTRAS:
A)County of Fresno is subject to California sales and/or use tax
(7.975%). Please indicate as a separate line item if applicable.
B)DO NOT include Federal Excise Tax. County is exempt under
Registration No. 94-73-03401-K.
C)County is exempt from Federal Transportation Tax. Exemption
certificate is not required where shipping papers show consignee as
County of Fresno.
D)Charges for transportation, containers, packing, etc. will not be paid
unless specified in bid.
Exhibit "A"
Quotation No. 17-065
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION).DOC 1B
5. W-9 – REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND
CERTIFICATION & CALIFORNIA FORM 590 WITHHOLDING
EXEMPTION CERTIFICATE:
Upon award of bid, the vendor shall submit to County Purchasing, a
completed IRS Form W-9 - Request for Taxpayer Identification Number
and Certification and a California Form 590 Withholding Exemption
Certificate if not currently a County of Fresno approved vendor.
6. AWARDS:
A) Award(s) will be made to the most responsive responsible bidder;
however, the Fresno County Local Vendor Preference and/or the
Disabled Veteran Business Enterprise Preference shall take
precedence when applicable. Said Preferences apply only to
Request for Quotations for materials, equipment and/or supplies
only (no services); the preference do not apply to Request for
Proposals. RFQ evaluations will include such things as life-cycle
cost, availability, delivery costs and whose product and/or service is
deemed to be in the best interest of the County. The County shall
be the sole judge in making such determination.
B) Unless bidder gives notice of all-or-none award in bid, County may
accept any item, group of items or on the basis of total bid.
C) The County reserves the right to reject any and all bids and to waive
informalities or irregularities in bids.
D) Award Notices are tentative: Acceptance of an offer made in
response to this RFP/RFQ shall occur only upon execution of an
agreement by both parties or issuance of a valid written Purchase
Order by Fresno County Purchasing.
E) After award, all bids shall be open to public inspection. The County
assumes no responsibility for the confidentiality of information
offered in a bid.
7. TIE BIDS:
All other factors being equal, the contract shall be awarded to the Fresno
County vendor or, if neither or both are Fresno County vendors, it may be
awarded by the flip of a coin in the presence of witnesses or the entire bid
may be rejected and re-bid. If the General Requirements of the RFQ state
that they are applicable, the provisions of the Fresno County Local
Vendor Preference shall take priority over this paragraph.
8. PATENT INDEMNITY:
The vendor shall hold the County, its officers, agents and employees,
harmless from liability of any nature or kind, including costs and
expenses, for infringement or use of any copyrighted or un-copyrighted
composition, secret process, patented or unpatented invention, article or
appliance furnished or used in connection with this bid.
9. SAMPLES:
Samples, when required, must be furnished and delivered free and, if not
destroyed by tests, will upon written request (within thirty (30) days of bid
closing date) be returned at the bidder's expense. In the absence of such
notification, County shall have the right to dispose of the samples in
whatever manner it deems appropriate.
10. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT:
A) In case of default by vendor, the County may procure the articles or
service from another source and may recover the cost difference
and related expenses occasioned thereby from any unpaid balance
due the vendor or by proceeding against performance bond of the
vendor, if any, or by suit against the vendor. The prices paid by the
County shall be considered the prevailing market price at the time
such purchase is made.
B) Articles or services, which upon delivery inspection do not meet
specifications, will be rejected and the vendor will be considered in
default. Vendor shall reimburse County for expenses related to
delivery of non-specified goods or services.
C) Regardless of F.O.B. point, vendor agrees to bear all risks of loss,
injury or destruction to goods and materials ordered herein which
occur prior to delivery and such loss, injury or destruction shall not
release vendor from any obligation hereunder.
11. DISCOUNTS:
Terms of less than fifteen (15) days for cash payment will be considered
as net in evaluating this bid. A discount for payment within fifteen (15)
days or more will be considered in determining the award of bid. Discount
period will commence either the later of delivery or receipt of invoice by
the County. Standard terms are Net forty-five (45) days.
12. SPECIAL CONDITIONS IN BID SCHEDULE SUPERSEDE GENERAL
CONDITIONS:
The “General Conditions” provisions of this RFP/RFQ shall be
superseded if in conflict with any other section of this bid, to the extent of
any such conflict.
13. SPECIAL REQUIREMENT:
With the invoice or within twenty-five (25) days of delivery, the seller must
provide to the County a Material Safety Data Sheet for each product,
which contains any substance on “The List of 800 Hazardous
Substances”, published by the State Director of Industrial Relations. (See
Hazardous Substances Information and Training Act, California State
Labor Code Sections 6360 through 6399.7.)
14. RECYCLED PRODUCTS/MATERIALS:
Vendors are encouraged to provide and quote (with documentation)
recycled or recyclable products/materials which meet stated
specifications.
15. YEAR COMPLIANCE WARRANTY:
Vendor warrants that any product furnished pursuant to this
Agreement/order shall support a four-digit year format and be able to
accurately process date and time data from, into and between the
twentieth and twenty-first centuries, as well as leap year calculations.
"Product" shall include, without limitation, any piece or component of
equipment, hardware, firmware, middleware, custom or commercial
software, or internal components or subroutines therein. This warranty
shall survive termination or expiration of this Agreement.
In the event of any decrease in product functionality or accuracy related
to time and/or date data related codes and/or internal subroutines that
impede the product from operating correctly using dates beyond
December 31, 1999, vendor shall restore or repair the product to the
same level of functionality as warranted herein, so as to minimize
interruption to County's ongoing business process, time being of the
essence. In the event that such warranty compliance requires the
acquisition of additional programs, the expense for any such associated
or additional acquisitions, which may be required, including, without
limitation, data conversion tools, shall be borne exclusively by vendor.
Nothing in this warranty shall be construed to limit any rights or remedies
the County may otherwise have under this Agreement with respect to
defects other than year performance.
16. PARTICIPATION:
Bidder may agree to extend the terms of the resulting contract to other
political subdivision, municipalities and tax-supported agencies.
Exhibit "A"
Quotation No. 17-065
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION).DOC 1C
Such participating Governmental bodies shall make purchases in their
own name, make payment directly to bidder, and be liable directly to the
bidder, holding the County of Fresno harmless.
17. CONFIDENTIALITY:
All services performed by vendor shall be in strict conformance with all
applicable Federal, State of California and/or local laws and regulations
relating to confidentiality, including but not limited to, California Civil
Code, California Welfare and Institutions Code, Health and Safety Code,
California Code of Regulations, Code of Federal Regulations.
Vendor shall submit to County’s monitoring of said compliance.
Vendor may be a business associate of County, as that term is defined in
the “Privacy Rule” enacted by the Health Insurance Portability and
Accountability Act of 1996 (HIPAA). As a HIPAA Business Associate,
vendor may use or disclose protected health information (“PHI”) to
perform functions, activities or services for or on behalf of County as
specified by the County, provided that such use or disclosure shall not
violate HIPAA and its implementing regulations. The uses and
disclosures if PHI may not be more expansive than those applicable to
County, as the “Covered Entity” under HIPAA’s Privacy Rule, except as
authorized for management, administrative or legal responsibilities of the
Business Associate.
Vendor shall not use or further disclose PHI other than as permitted or
required by the County, or as required by law without written notice to the
County.
Vendor shall ensure that any agent, including any subcontractor, to which
vendor provides PHI received from, or created or received by the vendor
on behalf of County, shall comply with the same restrictions and
conditions with respect to such information.
18. 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 RFP/RFQ. Appeals should be submitted to County of Fresno
Purchasing, 4525 E. Hamilton Avenue, Fresno, California 93702-4599 and in Word format to gcornuelle@co.fresno.ca.us. Appeals should
address only areas regarding RFP/RFQ contradictions, procurement
errors, quotation rating discrepancies, legality of procurement context,
conflict of interest, and inappropriate or unfair competitive procurement
grievance regarding the RFP/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 protesting bidder is not satisfied with the decision of Purchasing,
he/she shall have the right to appeal to the CAO within seven (7) working
days after Purchasing’s notification.
If the protesting bidder is not satisfied with CAO’s decision, the final
appeal is with the Board of Supervisors. Please contact Purchasing if the
appeal is going to the Board.
19. OBLIGATIONS OF CONTRACTOR:
A) CONTRACTOR shall perform as required by the ensuing contract.
CONTRACTOR also warrants on behalf of itself and all
subcontractors engaged for the performance of the ensuing contract
that only persons authorized to work in the United States pursuant
to the Immigration Reform and Control Act of 1986 and other
applicable laws shall be employed in the performance of the work
hereunder.
B) CONTRACTOR shall obey all Federal, State, local and special
district laws, ordinances and regulations.
20. AUDITS & RETENTION:
The Contractor shall maintain in good and legible condition all books,
documents, papers, data files and other records related to its
performance under this contract. Such records shall be complete and
available to Fresno County, the State of California, the federal
government or their duly authorized representatives for the purpose of
audit, examination, or copying during the term of the contract and for a
period of at least three (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.
21. DISCLOSURE – CRIMINAL HISTORY & CIVIL ACTIONS:
Applies to Request for Proposal (RFP); does not apply to Request for
Quotation (RFQ) unless specifically stated elsewhere in the RFQ
document.
In their proposal, the bidder is required to disclose if any of the following
conditions apply to them, their owners, officers, corporate managers and
partners (hereinafter collectively referred to as “Bidder”):
• Within the three-year period preceding the proposal, they have been
convicted of, or had a civil judgment rendered against them for:
o fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (federal,
state, or local) transaction or contract under a public
transaction;
o violation of a federal or state antitrust statute;
o embezzlement, theft, forgery, bribery, falsification, or
destruction of records; or
o false statements or receipt of stolen property
Within a three-year period preceding their proposal, they have had a
public transaction (federal, state, or local) terminated for cause or default.
22. 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
Exhibit "A"
Quotation No. 17-065
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION).DOC 1D
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.
23. PURCHASING LOCATION & HOURS:
Fresno County Purchasing is located at 4525 E. Hamilton Avenue
(second floor), Fresno, CA 93702. Non-holiday hours of operation are
Monday through Friday, 8:00 A.M. to 12:00 Noon and 1:00 P.M. to 5:00
P.M. PST; Purchasing is closed daily from 12:00 Noon to 1:00 P.M. The
following holiday office closure schedule is observed:
January 1* New Year's Day
Third Monday in January Martin Luther King, Jr.’s
Birthday
Third Monday in February Washington - Lincoln Day
March 31* Cesar Chavez’ Birthday
Last Monday in May Memorial Day
July 4* Independence Day
First Monday in September Labor Day
November 11* Veteran's Day
Fourth Thursday in
November
Thanksgiving Day
Friday following Thanksgiving
December 25* Christmas
* When this date falls on a Saturday, the holiday is observed the
preceding Friday. If the date falls on a Sunday, the holiday is
observed the following Monday.
Exhibit "A"
Quotation No. 17-065 Page 2
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
TABLE OF CONTENTS
PAGE
KEY DATES .................................................................................................................... 3
BIDDING INSTRUCTIONS .............................................................................................. 4
PARTICIPATION ........................................................................................................... 12
DIR ACKNOWLEDGEMENT ......................................................................................... 12
PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS
BUSINESS ENTERPRISE ............................................................................................ 15
REFERENCE LIST ........................................................................................................ 17
BIDDER QUESTIONNAIRE .......................................................................................... 18
SPECIFICATIONS ........................................................................................................ 19
QUOTATION SCHEDULE ............................................................................................. 21
QUOTATION SCHEDULE ............................................................................................. 23
ADDITIONAL COST INFORMATION ............................................................................ 25
CHECK LIST ................................................................................................................. 28
Exhibit "A"
Quotation No. 17-065 Page 3
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
KEY DATES
RFQ Issue Date: March 22, 2017
Deadline for Written Requests for
Interpretations or Corrections of RFQ:
April 6, 2017 at 9:00 A.M.
Questions must be submitted on the Bid Page at
Public Purchase.
RFQ Closing Date: April 24, 2017 at 2:00 P.M.
County of Fresno Purchasing
4525 E. Hamilton Avenue, 2nd Floor
Fresno, CA 93702
Exhibit "A"
Quotation No. 17-065 Page 4
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
BIDDING INSTRUCTIONS
The County of Fresno is soliciting bids to establish an agreement under which the successful bidder
will furnish Modular Furniture Systems, including design and space planning services, modular
product, delivery and installation on an as needed basis.
The County may require a mock-up workstation to be determined at a later date.
LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID
PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do
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).
ISSUING AGENT: This RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the
vendor’s sole point of contact with regard to the RFQ, its content, and all issues concerning it.
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 April 6, 2017 at 9:00 A.M., cut-off.
Questions must be submitted on the Bid Page at Public Purchase or contact Carolyn Flores 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 vendor(s) offering the services, products, prices, delivery and system
deemed to be to the best advantage of the County. 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. The County reserves the right to award to multiple vendors.
RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive
informalities or irregularities in bids.
AUTHORIZED CONTACT: All communication regarding this RFQ shall be directed to an authorized
representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page,
along with his or her telephone number, and he or she should be the primary point of contact for discussions
or information pertaining to the RFQ. Contact with any other County representative, including elected
officials, for the purpose of discussing this RFQ, it content, or any other issue concerning it, is prohibited
unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact
(verbally or in 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.
Exhibit "A"
Quotation No. 17-065 Page 5
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
CODES AND REGULATIONS: All work and material to conform to all applicable state and local building
and other codes and regulations.
NUMBER OF COPIES: Submit one (1) original and two (2) copies of your quotation no later than the
quotation closing date and time as stated on the front of this document to County of Fresno Purchasing.
Each copy to be identical to the original, include all supporting documentation (e.g. literature, brochures,
reports, schedules etc.). The cover page of each quotation is to be appropriately marked “Original” or
“Copy”.
FIRM QUOTATION: All quotations shall remain firm for at least 180 days.
TAXES: The quoted amount must include all applicable taxes. If taxes are not specifically identified in the
quotation it will be assumed that they are included in the total quoted.
SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.975% regardless of
vendor's place of doing business.
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.
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.
LITERATURE: Bidders shall submit literature, which fully describes items on which they are bidding, not
later than the closing date of this bid. Any and all literature submitted must be stamped with bidders name
and address.
MERCHANDISE RETURNABLE FOR FULL CREDIT: Bidder agrees to accept for full credit any
merchandise sold by him on contract or award resulting from this bid, if returned in good condition by the
County.
GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and
workmanship and guarantee against breakage and other malfunctions when performing work for which they
are designed.
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.
QUOTATION REJECTION: Failure to respond to all questions or not to supply the requested information
could result in rejection of your quotation.
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.
Exhibit "A"
Quotation No. 17-065 Page 6
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
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.
EXCEPTIONS: Identify with explanation, any terms, conditions, specifications or stipulations of the RFQ
with which you CAN NOT or WILL NOT comply.
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.
SUBCONTRACTORS: If a subcontractor is proposed, complete identification of the subcontractor and his
tasks shall be provided. The primary contractor is not relieved of any responsibility by virtue of using a
subcontractor.
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 delivered to the ordering department. Reference shall be made to the
purchase order/contract number and equipment number if applicable on the invoice.
PAYMENT: County will make partial payments for all purchases made under the contract/purchase order
and accumulated during the month.
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.
TERMINATION: The County reserves the right to terminate any resulting contract upon written notice.
Exhibit "A"
Quotation No. 17-065 Page 7
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by
Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR,
including any and all of Contractor’s officers, agents, and employees will at all times be acting and
performing as an independent contractor, and shall act in an independent capacity and not as an officer,
agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, County shall
have no right to control or supervise or direct the manner or method by which Contractor shall perform its
work and function. However, County shall retain the right to administer this Agreement so as to verify that
Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and
County shall comply with all applicable provisions of law and the rules and regulations, if any, of
governmental authorities having jurisdiction over matters the subject thereof.
Because of its status as an independent contractor, Contractor shall have absolutely no right to employment
rights and benefits available to County employees. Contractor shall be solely liable and responsible for
providing to, or on behalf of, its employees all legally-required 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, damages,
liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to
perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs
and expenses, damages, liabilities, claims and losses occurring or resulting to any person, firm or
corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its
officers, agents or employees under this Agreement.
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.
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.
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.
Exhibit "A"
Quotation No. 17-065 Page 8
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
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 contractor shall provide safeguards, in conformity with all local codes and ordinances
as may be required.
SB 854: California law (SB854) now requires public works contractors subject to prevailing wage
requirements to register annually with the Department of Industrial Relations (DIR) and pay an annual fee.
The County of Fresno will not accept public works bids from contractors and subcontractors who have not
registered with the DIR and have not met this requirement. Please refer to http://www.dir.ca.gov/Public-
Works/PublicWorksSB854.html for more information.
This requirement, found in Labor Code Sections 1725.5 and 1770-1777.7, now applies to all public works
projects.
Contractor must submit verification of DIR registration with their quotation. Failure to submit verification may
result in their quotation being considered non-responsive.
PREVAILING WAGES: The work to be done on this project will involve the repair, alteration, maintenance,
installation, rehabilitation, demolition, construction or reconstruction of public buildings, streets, utilities,
and/or other public works. In accordance with Labor Code section 1770, et seq., the Director of the
Department of Industrial Relations of the State of California has determined the general prevailing wages
rates and employer payments for health and welfare pension, vacation, travel time and subsistence pay as
provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and
similar purposes applicable to this public work project.
The prevailing wage rates for all hours worked, including holiday and overtime rates, on this project are on
file with the Purchasing Department, 4525 E. Hamilton Avenue, Fresno, California 93702, and are herein
incorporated by this reference. Information pertaining to applicable Prevailing Wage Rates may be found on
the website for the State of California – Department of Industrial Relations:
http://www.dir.ca.gov/oprl/PWD/index.htm. Information pertaining to applicable prevailing wage rates for
apprentices may be found on the website for the State of California – Department of Industrial Relations:
http://www.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp
It shall be mandatory upon the Contractor herein and upon any subcontractor to pay not less than the
prevailing wage rates, including overtime and holiday rates, to all workers, laborers, or mechanics employed
on this public work project, including those workers employed as apprentices. Further, Contractor and each
subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of
apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the Contractor at the
job site where it will be available to any interested party.
Contractor shall comply with Labor Code section 1775 and forfeit as a penalty to County Two Hundred
Dollars ($200.00) for each calendar day or portion thereof, for each worker paid less than the prevailing
wage rates for the work or craft in which the worker is employed for any work done under this project by
Contractor or by any subcontractor under Contractor in violation of Labor Code section 1770, et seq. In
addition to the penalty, the difference between the prevailing wage rates and amount paid to each worker for
each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall
be paid to each worker by the Contractor or subcontractor.
Contractor and each subcontractor shall keep an accurate record showing the names, address, social
security number, work classification, straight time and overtime hours worked each day and week, and the
Exhibit "A"
Quotation No. 17-065 Page 9
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or
her in connection with this public work project. In accordance with Labor Code section 1776, each payroll
record shall be certified and verified by a written declaration under penalty of perjury stating that the
information within the payroll record is true and correct and that the Contractor or subcontractor complied
with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees
on this public work project. These records shall be open at all reasonable hours to inspection by the County,
its officers and agents, and to the representatives of the State of California – Department of Industrial
Relations, including but not limited to the Division of Labor Standards Enforcement.
Contractor shall provide the Certified Payroll Records for each pay period within ten (10) days, as required
herein, to the County of Fresno. In the event Contractor fails to provide the Certified Payroll Records within
the allotted time frame, the County may, in addition to other remedies it may have, suspend or terminate this
Agreement upon the occurrence of such event.
INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any
third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following
insurance policies or a program of self-insurance, including but not limited to, an insurance pooling
arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement:
A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than One
Million Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars
($2,000,000). This policy shall be issued on a per occurrence basis. COUNTY may require specific
coverages including completed operations, products liability, contractual liability, Explosion-Collapse-
Underground, fire legal liability or any other liability insurance deemed necessary because of the nature
of this contract.
B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits for bodily injury of not
less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand
Dollars ($500,000.00) per accident and for property damages of not less than Fifty Thousand Dollars
($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars
($500,000.00). Coverage should include owned and non-owned vehicles used in connection with this
Agreement.
C. Professional Liability: If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N.,
L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One
Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate.
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.
CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the County
of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only
insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall
apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers,
agents and employees shall be excess only and not contributing with insurance provided under
CONTRACTOR's policies herein. This insurance shall not be cancelled or changed without a minimum of
thirty (30) days advance written notice given to COUNTY.
Within thirty (30) days from the date CONTRACTOR executes this Agreement, CONTRACTOR shall provide
certificates of insurance and endorsement as stated above for all of the foregoing policies, as required
herein, to Fresno County Purchasing, 4525 E. Hamilton Avenue, 2nd Floor, Fresno, CA 93702, 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
Exhibit "A"
Quotation No. 17-065 Page 10
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
contributing with insurance provided under CONTRACTOR's policies herein; and that this insurance shall not
be cancelled or changed without a minimum of thirty (30) days advance, written notice given to COUNTY.
In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided, the
COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement upon the
occurrence of such event.
All policies shall be with admitted insurers licensed to do business in the State of California. Insurance
purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or
better.
EPAYMENT OPTION: The County of Fresno provides an Epay Program which involves payment of invoices
by a secure Visa account number assigned to the supplier after award of contract. Notification of payments
and required invoice information are issued to the supplier's designated Accounts Receivable contact by e-
mail remittance advice at time of payment. To learn more about the benefits of an Epay Program, how it
works, and obtain answers to frequently asked questions, click or copy and paste the following URL into your
browser: www.bankofamerica.com/epayablesvendors or call Fresno County Accounts Payable, 559-600-
3609.
SUBCONTRACTORS:
List all subcontractors that would perform installation of product and state contractor’s license number and
class.
PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond.
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.
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.
Exhibit "A"
Quotation No. 17-065 Page 11
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
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 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.
Exhibit "A"
Quotation No. 17-065 Page 12
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
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 in Blue Ink)
Title
DIR ACKNOWLEDGEMENT
I acknowledge in accordance with labor Code Sections 1725.5 and 1770-1777.7, that I have registered with
the Department of Industrial Relations (DIR) and all Certified Payroll Records will be uploaded to the DIR
Website. Any additional requirements that materialize from the SB854 legislation will be complied with.
Attached is verification of the DIR registration.
(Authorized Signature in Blue Ink)
Title
DIR Number
Exhibit "A"
Quotation No. 17-065 Page 13
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
COUNTY OF FRESNO LOCAL VENDOR BID PREFERENCE
AND
DISABLED VETERAN BUSINESS ENTERPRISE BID
PREFERENCE
The Local Vendor and Disabled Veteran Business Enterprise Preferences apply to this RFQ.
Whenever the CAO purchases supplies, materials and/or equipment for the County through the use of
competitive bids, the CAO, in evaluating the price or bid for such supplies, materials and/or equipment shall
determine if each bidder is a Fresno County Local Vendor (FCLV) and/or a Disabled Veteran Business
Enterprise (DVBE). Bidders that are either an FCLV or a California State Certified DVBE may be granted a
preference when determining the award of a bid. FCLV and DVBE, for the purposes of this section, are
defined below.
A. Fresno County Local Vendor (FCLV)
1. The vendor has its headquarters, distribution point or locally-owned franchise located in or having a
street address within the County for at least six (6) months immediately prior to the issuance of the
request for competitive bids by the CAO; and
2. The vendor holds any required business license by a jurisdiction located in Fresno County; and
3. The vendor employs at least one (1) full-time or two (2) part-time employees whose primary
residence is located within Fresno County, or if the business has no employees, shall be at least
fifty percent (50%) owned by one or more persons whose primary residence(s) is located within
Fresno County.
B. Disabled Veteran Business Enterprise (DVBE)
A vendor must be certified by the State of California as a Disabled Veteran Business Enterprise (DVBE) as
of the close of the competitive bid process in which they are participating. State certification as a DVBE is
issued by the California Department of General Services.
Other Conditions
1. Any vendor claiming to be a FCLV as defined above, or a DVBE shall so certify in writing to the CAO.
The CAO shall not be required to verify the accuracy of any such certifications, and shall have sole
discretion to determine if a vendor meets the definition of a FCLV.
2. Any person or business falsely claiming to be a FCLV or DVBE under this section shall be ineligible to
transact any business with the County for a period of not less than three (3) months and not more
twenty-four (24) months as determined at the sole discretion of the CAO. The CAO shall also have the
right to terminate all or any part of any contract entered into with such person or business.
3. In the event that the CAO rejects a vendor’s claim that they are a FCLV and/or a DVBE, and as such
declares them to be ineligible, such vendor shall be entitled to a public hearing before the Board of
Supervisors and a five (5) day notice of the time and place thereof.
4. This section shall not apply to contracts required by state or federal statutes or regulations to be awarded
to the lowest responsible bidder or otherwise exempted from local preference.
Preferences
FCLVs and DVBEs that submit a bid within five percent (5%) of the lowest responsive and responsible bid
will, under certain specified circumstances, qualify to submit a new bid within two County business days of
County’s notification. Such new bids must be in an amount less than or equal to the lowest responsive and
responsible bid previously determined by the CAO. If the CAO receives new bids from qualifying FCLVs
and/or DVBEs, he shall award the contract to the FCLV or DVBE that submits the lowest responsive and
responsible bid. If no new bids are received, the contract shall be awarded to the original low bidder as
announced by the CAO. The lowest responsive and responsible bid shall be solely determined by the CAO.
Exhibit "A"
Quotation No. 17-065 Page 14
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
The CAO will consider the following four categories of bidder relative to the Fresno County Local Vendor
Preference and the Disabled Veteran Business Enterprise Preference.
Vendor Preference Categories
1) FCLV – Fresno County Local Vendor as defined above.
2) DVBE – Disabled Veteran Business Enterprise as defined above; a DVBE is not also a FCLV unless
specifically designated as such.
3) FCLV & DVBE – A vendor that is both a Fresno County Local Vendor and Disabled Veteran
Business Enterprise as defined above.
4) VNP – Vendor No Preference; A vendor that is neither a Fresno County Local Vendor nor a Disabled
Veteran Business Enterprise.
The following table identifies the various combinations of vendor preference categories that could be
received in response to an RFQ. It also indicates when a vendor qualifies for a re-bid under either the FCLV
or DVBE Preference.
The first column of the table identifies the Vendor Preference Category of the bidder that the CAO has
determined to be the lowest cost, responsive and responsible bidder. Each vendor preference category is
shown in the columns to the right. The table indicates when a vendor category qualifies for a re-bid relative
to the low bid category in the first column (read left to right).
Low Bid Submitted by
Vendor Preference Category FCLV & DVBE FCLV DVBE
(Not a FCLV) VNP
FCLV & DVBE
Award to Low BidNo Re-bid
Opportunity
No Re-bid
Opportunity
No Re-bid
Opportunity
No Re-bid
Opportunity
No Re-bid
Opportunity
VNP
Award Subject to Preference Re-bid
May Re-bid
when within 5%
of low bid
May Re-bid
when within 5%
of low bid
May Re-bid
when within 5%
of low bid
No Re-bid
Opportunity
FCLV
Award Subject to Preference Re-bid
May Re-bid
when within 5%
of low bid
No Re-bid
Opportunity
No Re-bid
Opportunity
No Re-bid
Opportunity
DVBE
(Not a FCLV)
Award Subject to Preference Re-bid
May Re-bid
when within 5%
of low bid
May Re-bid
when within 5%
of low bid
No Re-bid
Opportunity
No Re-bid
Opportunity
Applying the Preferences
In determining the award of a Request for Quotation (RFQ), the CAO will first identify the lowest cost
responsive and responsible bidder, and award will be made to that vendor when such vendor is both a FCLV
and a DVBE.
If the lowest such bidder is not an FCLV, it will be determined if the Local Vendor Preference and/or the
DVBE Preference are applicable to other bidders. The preferences will then apply to bids submitted by
FCLVs and DVBEs that are within 5% of the designated low bid. The vendors submitting bids that are within
the 5% will be granted an opportunity to submit a new bid. It must be stressed that in the event of a tie
between a FCLV and a DVBE that is not a FCLV, the FCLV shall take precedence in award of the contract.
This condition is necessary to remain consistent with Fresno County Charter Section 12 (h), which
specifically calls for a preference to local vendors.
When the lowest responsive and responsible bidder is a FCLV, other bidders who are both FCLVs and
DVBEs will have the opportunity to re-bid.
When the lowest responsive and responsible bid is from a non-local DVBE, all FCLVs will be offered a re-bid
opportunity.
Exhibit "A"
Quotation No. 17-065 Page 15
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
PREFERENCE CERTIFICATION
LOCAL VENDOR
AND/OR
DISABLED VETERANS BUSINESS ENTERPRISE
The Fresno County Local Vendor Preference (FCLV) and the Disabled Veteran Business Enterprise
Preference (DVBE) are applicable to this Request for Quotation as previously explained.
Qualified Vendors that desire consideration as a FCLV and/or a DVBE under this RFQ must complete the
“Statement of Local Vendor Certification” and/or the “Statement of DVBE Certification”, each is included
below, and submit it/them as a part of their quotation. Late submittals of these certification forms will not be
considered. Submission of either or both certifications will qualify the vendor for treatment as a local vendor
or a DVBE for purposes of this RFQ only. The certification(s) made under this RFQ do not qualify the vendor
for a preference under any other RFQ.
NOTIFICATION OF RE-BID
If a vendor’s bid qualifies under the Fresno County Local Vendor Preference or the DVBE Preference, the
vendor will be notified of his/her opportunity to re-bid. If so notified, the Vendor must submit his/her re-bid
within two County business days of notification.
Notification will be issued by e-mail or Fax, whichever is preferred by the vendor. Notification to Vendor shall
be considered complete upon County’s transmission of e-mail or Fax. It will be the vendor’s responsibility to
check his/her e-mail or Fax messages for notification. The vendor’s delay in retrieval of his/her notification
will not alter the two (2) County business day period allowed for re-bid submission.
FCLV or DVBE TO COMPLETE:
Indicate ONE method for notification of re-bid opportunity by providing the appropriate e-mail address or Fax
number. Submit this document as a part of your quotation.
E-Mail Address or Fax Number (Identify contact person)
Exhibit "A"
Quotation No. 17-065 Page 16
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
STATEMENT OF LOCAL VENDOR CERTIFICATION
COUNTY OF FRESNO
Qualified local vendors desiring consideration under the Fresno County Local Vendor Preference must complete the
following and submit with their quotation (print or type).
I ,
(individual submitting bid) (title)
of/for Certify that
(Company Name) (Company Name)
Is a Fresno County local Vendor as defined within this RFQ and therefore qualifies for the Local Vendor Preference.
Signature (In Blue Ink) Title Date
(Print Name)
STATEMENT OF DISABLED VETERAN BUSINESS ENTERPRISE
CERTIFICATION
Qualified vendors desiring consideration under the Fresno County DVBE Preference must complete the following and
submit with their quotation (print or type).
I ,
(individual submitting bid) (title)
of/for Certify that
(*Company Name) (Company Name)
Is a Disabled Veteran Business Enterprise certified by the State of California and therefore qualifies for the DVBE
Preference.
State of California DVBE Certification Number:
Signature (In Blue Ink) Title Date
(Print Name)
*Company name on file with the State of California DVBE program.
Exhibit "A"
Quotation No. 17-065 Page 17
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
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. 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.
Exhibit "A"
Quotation No. 17-065 Page 18
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
BIDDER QUESTIONNAIRE
1. List modular system manufacturer and line represented and indicate the number of years represented.
2. Does the bidder subcontract the installation of the modular systems?
3. List the subcontractor (if applicable) names and years of experience with the installation of the modular
system.
4. Number of employees experienced in design of modular systems and years of experience.
5. List the name(s) of the sales representative(s) that shall be assigned to the County of Fresno and their
years of experience.
6. Does your firm have the capability to take delivery of product and/or store the product until the County is
ready for installation? Please describe.
7. How many days after receipt of order to install the product?
Exhibit "A"
Quotation No. 17-065 Page 19
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
SPECIFICATIONS
COMPLY
NOT COMPLY
I. PRODUCT
A. All materials shall be new and free from defects.
B. All projects shall be guaranteed against faulty installation and
products for a minimum of ten (10) years after the products have
been installed.
II. INSTALLATION/DELIVERY
A. Provide all labor, materials, taxes, insurance, travel time, etc. as
necessary to deliver and install all the ordered workstations, panels,
components and hardware per the contractors supplied installation
drawings. All components, materials and hardware must be set in
place, completely assembled and functional.
B. The County of Fresno will assign a County Coordinator to each project.
The Contractor will be required to coordinate all deliveries and
installation schedules with the County Coordinator.
C. The Contractor will be required to assign a local representative to
assist County departments in determining their product requirements.
The Contractor shall provide updates and meet with County
departments on an as needed basis throughout every project.
D. Normal delivery and installation will be made at most locations Monday
through Friday between 8:00 am and 5:00 pm. Off hour delivery and
installations during weekends, evenings and holidays may be required.
E. All cartons, packing materials, etc. are to be removed from the job site
by the Contractor.
F. It is the Contractors responsibility to check bill of lading, verify orders,
inspect for damage and reorder as necessary at no charge to the
County.
G. The Contractor shall participate in a final walk-through inspection with
the County coordinator.
H. The contractor shall be current on all ADA Compliance requirements.
I. The contractor is required to register with the California Department of
Industrial Relations.
Exhibit "A"
Quotation No. 17-065 Page 20
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
COMPLY
NOT COMPLY
III. DESIGN/SPACE PLANNING
A. Contractor shall work with various County departments to help
determine their needs by meeting with them to gather information and
develop a space plan based on their needs and economic constraints.
B. Upon satisfaction and approval by the department the Contractor will
provide a preliminary scope of work including detailed plans, drawings
specifications and associated costs for each project.
C. For modular system projects an itemized list of products must include
a complete product description, product number and quantity, the list
price of the product, the discounted price and the extended price and
applicable percent discount. Installation must be itemized separately
with the hourly rate and the total number of hours to complete the
project. The County installation address must also be noted.
D. Space planning services will only be billed to the County if the project
required the contractor to provide drawings, drafting and meetings and
then the project was not accepted or was no longer needed.
Exhibit "A"
Quotation No. 17-065 Page 21
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
QUOTATION SCHEDULE
COMPLY
NOT COMPLY
6’ X 7’ footprint priced in a cluster of four (4) workstations (see drawing.)
I. PANELS
A. Frame and title with 3” minimum overall panel thickness.
B. Height between 64” – 68”.
C. Tiles to be monolithic fabric/tackable with base grade selection.
D. Tiles extend to floor on exterior at aisleways/corridors.
E. Include all connectors, hardware and trim to achieve a complete and
finished appearance.
F. Trim to be painted metal.
G. Product line should have laminate, wood, steel and fabric tiles
available.
II. PANEL ELECTRICAL
A. Power routing and access to be in the base raceway of panels.
B. Wiring configuration to be 8-wire 3-circuit or 4-circuit.
C. Electrical components to be PVC-free (provide manufacturer
compliance.)
D. Provide a minimum of nine (9) outlets per workstation.
E. All panels 30” and wider must support a minimum of two (2) receptacle
outlets per side.
F. Panel to include base tray to conceal power and data components
above floor.
G. No jumpers or pass-through of power permitted.
H. Include one (1) hard-wire base power in-feed to accommodate all
available circuits in workstations.
Exhibit "A"
Quotation No. 17-065 Page 22
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
COMPLY
NOT COMPLY
III. WORK SURFACES
A. 30”D X 72”W primary worksurface with 24”D X 54”W return.
B. High pressure laminate surface with 1 ¼ thick 3mm edge. 1 ¼ thick
top (no Thermafused or T-Mold edges allowed.)
C. Scallops/grommets along back edge for wire management.
D. All necessary support hardware to be included in price.
E. Base laminate to be specified.
IV. OVERHEAD STORAGE
A. Panel mounted 14” – 15” high X 48” wide with hinged metal or
laminate doors, locking (ADA compliant.)
V. PEDESTALS
A. Mobile Box/Box/File, 22” – 24” deep, locking, full extension drawers,
pencil tray, box drawer dividers and file compressor. Finish to be
painted metal with proud style pull.
B. Mobile File/File, 22” = 24” deep, locking, full extension glides, file
compressors. Finish to be painted metal with proud style pull.
Exhibit "A"
Quotation No. 17-065 Page 23
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
QUOTATION SCHEDULE
Fresno County Workstation – 6’ X 7’ footprint, priced in a cluster of four (4) workstations.
Product Type Manufacturer List Price Manufacturer
Discount %
Actual
Cost
Panels and
Supporting
Components
$ $
Mobile Pedestals
(8 Total) $ $
Work Surfaces and
Supporting
Hardware
$ $
Overhead Storage $ $
Power Base Feed
and Receptacles $ $
Subtotal for This
Section $
Labor Rates
Prevailing
Wage
Non-
Prevailing
Wage
Master Installer $ $
Lead Installer $ $
Installer I $ $
Installer II $ $
General Installer $ $
Subtotal for Labor $
Tax @ 7.975% $
Total Cost for Completed Project $
Exhibit "A"
Quotation No. 17-065 Page 24
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
Timeline of Project
Meeting time after initial contact. __________ days
Meeting to CAD drawings. __________ days
Approved drawings to quote. __________ days
PO to materials ordered. __________ days
Receipt of materials to installation. __________ days
Installation __________ hours
Exhibit "A"
Quotation No. 17-065 Page 25
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
ADDITIONAL COST INFORMATION
A. MODULAR FURNITURE SYSTEMS
Bidders are instructed to indicate modular furniture manufacturers represented and subsequent price
discount. Successful bidder(s) will be required to provide manufacturers price list. Indicate any
additional discount for volume purchases.
Manufacturer % Discount Off Of List
B. INSTALLATION
All labor, materials (other than modular product), taxes, insurance, travel time, etc. as necessary to
complete the project.
1. Installation Rate (Monday-Friday 8:00
A.M.-5:00 P.M.)
Master Installer $ Per Hour
Lead Installer $ Per Hour
Installer 1 $ Per Hour
Installer 2 $ Per Hour
General Installer $ Per Hour
2. Installation Rate (After Hours,
Weekends, Evenings)
Master Installer $ Per Hour
Lead Installer $ Per Hour
Installer 1 $ Per Hour
Installer 2 $ Per Hour
General Installer $ Per Hour
3. Installation Rate (Double Time) Master Installer $ Per Hour
Lead Installer $ Per Hour
Installer 1 $ Per Hour
Installer 2 $ Per Hour
General Installer $ Per Hour
Exhibit "A"
Quotation No. 17-065 Page 26
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
C. DESIGN/SPACE PLANNING
All labor, materials (other than modular product), taxes, insurance, travel time, etc. as necessary to
complete the project.
1. Preliminary meeting to develop the
scope of work and requirements. $__________ Per Hour
2. Installation drawing and specifications. $__________ Per Hour
3. Reconfiguration planning services only
(no new product.) $__________ Per Hour
4. Reconfiguration planning services only
(with new product.) $__________ Per Hour
5. Alternate cost proposal for all types of
Design/Space Planning if project is not
complete.
$__________ Per Hour
Exhibit "A"
Quotation No. 17-065 Page 27
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
D. ADDITIONAL SERVICES
List any additional services available (i.e., fabric cleaning, work surface cutting, refurbishment
maintenance program, etc.) and associated costs.
Exhibit "A"
Quotation No. 17-065 Page 28
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE
& INSTALLATION).DOC
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. All signatures must be in blue ink.
2. The Request for Quotation (RFQ) has been signed and completed.
3. One (1) original and two (2) copies of the RFQ have been provided.
4. Addenda, if any, have been completed, signed and included in the bid package.
5. The completed Reference List as provided with this RFQ.
6. The Quotation Schedule as provided with this RFQ has been completed, price reviewed for
accuracy and any corrections initialed in ink.
7. Indicate all of bidder exceptions to the County’s requirements, conditions and specifications
as stated within this RFQ.
8. The Participation page as provided within this RFQ has been signed and included
9. The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference
section (if applicable) has been completed signed and included.
10. Bidder to Complete page as provided with this RFQ.
11. Verification of Department of Industrial Relations Contractor Registration.
12. Verification of Contractor’s License and the Department of Consumer Affairs – Contractors’
State License Board.
13. Specification, descriptions etc. for items offered under bidder(s) quotation.
14. A description of the design and techniques that the bidder will use to complete the project.
15. Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc.
transmitting your bid include the following information:
County of Fresno RFQ No. 17-065
Closing Date: April 24, 2017
Closing Time: 2:00 P.M.
Commodity or Service: Modular Furniture Systems (Purchase &
Installation)
Return Checklist with your RFQ response.
Exhibit "A"
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 ADDENDUM
1.DOC
(01/2017)
COUNTY OF FRESNO
ADDENDUM NUMBER: ONE (1)
RFQ NUMBER: 17-065
MODULAR FURNITURE SYSTEMS (PURCHASE &
INSTALLATION)
Issue Date: March 22, 2017
IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER’S NAME
MARKED CLEARLY ON THE OUTSIDE TO:
COUNTY OF FRESNO, PURCHASING
4525 EAST HAMILTON AVENUE, 2nd Floor
FRESNO, CA 93702-4599
CLOSING DATE OF QUOTATION WILL BE AT 2:00 P.M., ON APRIL 24, 2017.
QUOTATION WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:01 P.M.
All quotation information will be available for review after contract award.
Questions must be submitted on the Bid Page at Public Purchase or contact Carolyn Flores, at (559) 600-7110.
NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE
REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 17-065 AND INCLUDE THEM IN YOUR
RESPONSE. PLEASE SIGN IN BLUE INK AND RETURN THIS ADDENDUM WITH YOUR QUOTATION.
Delete the Quotation Schedule provided and replace with attached Revised Quotation Schedule pages
21, 22 and 23.
ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFQ 17-065
COMPANY NAME: (PRINT)
SIGNATURE (In Blue Ink):
NAME & TITLE: (PRINT)
Purchasing Use: CF:st ORG/Requisition: 0440 / Countywide
Exhibit "A"
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 ADDENDUM 1.DOC
Addendum No. ONE (1) Page 21
Request for Quotation Number: 17-065
March 22, 2017
REVISED QUOTATION SCHEDULE
COMPLY
NOT COMPLY
6’ X 7’ footprint priced in a cluster of four (4) workstations (see drawing.)
I. PANELS
A. Frame and title with 3” minimum overall panel thickness.
B. Height between 64” – 68”.
C. Tiles to be monolithic fabric/tackable with base grade selection.
D. Tiles extend to floor on exterior at aisleways/corridors.
E. Include all connectors, hardware and trim to achieve a complete and
finished appearance.
F. Trim to be painted metal.
G. Product line should have laminate, wood, steel and fabric tiles
available.
II. PANEL ELECTRICAL
A. Power routing and access to be in the base raceway of panels.
B. Wiring configuration to be 8-wire 3-circuit or 4-circuit.
C. Electrical components to be PVC-free (provide manufacturer
compliance.)
D. Provide a minimum of nine (9) outlets per workstation.
E. All panels 30” and wider must support a minimum of two (2) receptacle
outlets per side.
F. Panel to include base tray to conceal power and data components
above floor.
G. No jumpers or pass-through of power permitted.
H. Include one (1) hard-wire base power in-feed to accommodate all
available circuits in workstations.
Exhibit "A"
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 ADDENDUM 1.DOC
Addendum No. ONE (1) Page 22
Request for Quotation Number: 17-065
March 22, 2017
III. WORK SURFACES
A. 30”D X 72”W primary worksurface with 24”D X 54”W return.
B. High pressure laminate surface with 1 ¼ thick 3mm edge. 1 ¼ thick
top (no Thermafused or T-Mold edges allowed.)
C. Scallops/grommets along back edge for wire management.
D. All necessary support hardware to be included in price.
E. Base laminate to be specified.
IV. OVERHEAD STORAGE
A. Panel mounted 14” – 15” high X 48” wide with hinged metal or laminate
doors, locking (ADA compliant.)
V. PEDESTALS
A. Mobile Box/Box/File, 22” – 24” deep, locking, full extension drawers,
pencil tray, box drawer dividers and file compressor. Finish to be
painted metal with proud style pull.
B. Mobile File/File, 22” = 24” deep, locking, full extension glides, file
compressors. Finish to be painted metal with proud style pull.
NOTE:
Approved Manufacturers/Products – please select:
Allsteel – Stride Panels and Align Metal Storage
Haworth – Compose Panels and X Series Storage
Herman Miller – Canvas Walls Based Panels and Tu Storage
Steelcase – Answer Panels and Universal Steel Storage
Exhibit "A"
G:\PUBLIC\RFQ\FY 2016-17\17-065 MODULAR FURNITURE SYSTEMS (PURCHASE & INSTALLATION)\17-065 ADDENDUM 1.DOC
Addendum No. ONE (1) Page 23
Request for Quotation Number: 17-065
March 22, 2017
REVISED QUOTATION SCHEDULE
Fresno County Workstation – 6’ X 7’ footprint, priced in a cluster of four (4) workstations.
Product Type Manufacturer/
Product Line List Price Manufacturer
Discount %
Actual
Cost
Panels and
Supporting
Components
$ $
Mobile Pedestals
(8 Total) $ $
Work Surfaces
and Supporting
Hardware
$ $
Overhead Storage $ $
Power Base Feed
and Receptacles $ $
Subtotal for This
Section $
Labor Rates
Prevailing
Wage
Non-
Prevailing
Wage
Master Installer $ $
Lead Installer $ $
Installer I $ $
Installer II $ $
General Installer $ $
Subtotal for Labor $
Tax @ 7.975% $
Total Cost for Completed Project $
Exhibit "A"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "B"
Exhibit "C"
Exhibit "C"
Exhibit "C"
Exhibit "D"
Exhibit E
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).
Exhibit E
(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: