HomeMy WebLinkAboutAgreement A-22-033 Master Agreement for Heavy-Duty Equipment.pdf1
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
MASTER AGREEMENT FOR HEAVY DUTY EQUIPMENT RENTAL
THIS MASTER AGREEMENT (Agreement) is made and entered into this day of January
2022, by and between the COUNTY OF FRESNO, a Political Subdivision of the State of California,
hereinafter referred to as "COUNTY", and each contractor (each hereinafter referred to as
“CONTRACTOR” and collectively as the “CONTRACTORS ”) identified in Attachment A to this Agreement,
which is attached hereto and incorporated by this reference. The COUNTY and each CONTRACTOR may
be referred to as a “Party” or collectively as “Parties” to this Agreement.
W I T N E S S E T H:
WHEREAS, on September 20 , 2021, the COUNTY issued Request for Quotation (RFQ) No. 22-
010 for heavy duty equipment rental services, which closed on October 19, 2021. The COUNTY desired to
award up to three (3) contractors under one Master Agreement to provide the services described therein;
WHEREAS, three (3) CONTRACTORS submitted responsive bids to the RFQ;
WHEREAS the COUNTY desires to enter into this Agreement with each CONTRACTOR listed in
Attachment A to provide for the COUNTY’s need for heavy duty equipment rental services, as provided
herein, and;
WHEREAS, the CONTRACTORS listed in Attachment A are qualified and willing to perform such
heavy-duty equipment rental services.
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.CONTRACTORS hereby acknowledge their understanding, and agree that their
inclusion on Attachment A does not constitute or guarantee or promise that any CONTRACTOR shall
provide any certain amount of work or services to the COUNTY under this Agreement. By executing a
signature page, each CONTRACTOR becomes a signatory to this Agreement, and agrees that it is party
to this Agreement with the COUNTY, and is bound contractually by its terms. Each CONTRACTOR is
qualified and willing to perform the heavy-duty equipment rental services discussed herein.
B.When requested by the COUNTY, CONTRACTOR shall rent heavy-duty
equipment (“Equipment”) and provided related services to the COUNTY according to the terms and
21-1176 Agreement No. 22-033
18th
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
conditions herein. Any work performed in connection with this Agreement by the CONTRACTOR shall be
in a professional and workmanlike manner, and CONTRACTOR shall use those methods and
Equipment consistent with the best practices of the industry to the complete satisfaction of the
COUNTY. Each CONTRACTOR shall adhere to all provisions, instructions, and conditions as identified
herein and in and pursuant to the terms and conditions listed in the County’s Requ est for Quotation
Number 22-010 (“RFQ”), a true and correct copy of which is attached hereto as Attachment C and
incorporated herein by this reference, and in the correspond ing response to the RFQ submitted by each
particular CONTRACTOR, true and correct copies of which (as to each of the respective
CONTRACTORS) are attached hereto as Attachment D series (D-1 through D-3) and incorporated
herein by this reference.
C. CONTRACTOR shall obtain and have in its possession all required permits and
licenses to perform the services to be provided under this Agreement, and shall adhere to all applicable
Federal, State, County, and City laws, co des, rules, regulations, and ordinances in its performance
thereof. All permits and licenses shall be maintained in active and current status by each
CONTRACTOR throughout the entire term of this Agreement. CONTRACTOR shall ensure that the
CONTRACTOR’s subcontractors shall have in their possession all required permits and licenses when
performing any services pursuant to this Agreement. Permits and licenses of each su bcontractor shall
be active and current whenever the CONTRACTOR engages the services of the subcontractor and
during the subcontractor’s performance of any work pursuant to this Agreement.
D. This Agreement is intended to create contractual rights and obligations only as
between the COUNTY and each of the respective CONTRACTORS that are signatories and parties
hereto. This Agreement creates no contractual rights or obligations as between any of the
CONTRACTORS with respect to each other. No CONTRACTOR has any right to receive performance
under this Agreement from, or to enforce any part of this Agreement against any other CONTRACTOR.
E. CONTRACTOR shall have in full force and effect policies of insurance for each
piece of Equipment, as described more fully in Section 10, herein.
F. CONTRACTOR’s pricing terms are not subject to change according to
CONTRACTOR’s availability of Equipment, and shall not be subject to change due to job conditions. No
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
additional fees or amounts will be charged by CONTRACTOR, including but not limited to, fees for setup
or training, when those are requested by the COUNTY. COUNTY will coordinate with CONTRACTOR
for setup and training availability.
G. CONTRACTOR is solely and fully responsible for all costs and expenses
incidental to the performance of the services by such CONTRACTOR, including, but not limited to, all
instrumentalities, supplies, tools, normal wear and tear of Equipment, staff costs, or materials necessary
to perform the services specified in this Agreement, except those costs and expenses itemized in
Section 2 of this Agreement. CONTRACTOR is also responsible for the cost to repair, replace, or
correct any damage or destruction to property arising during CONTRACTOR’s completion of services.
H. CONTRACTOR shall replace any Equipment or Equipment parts in the event of
mechanical failure. The COUNTY shall immediately notify the CONTRACTOR of any mechanical failure,
and the CONTRACTOR shall respond within two (2) hours to the location of the rented Equipment; the
CONTRACTOR must notify the COUNTY with a timeframe in which the Equipment will be fixed. If
downtime will be four (4) or more hours, the CONTRACTOR shall provide a replacement piece of
Equipment that is equal to or better than (in the opinion of COUNTY) the rented Equipment for the
remainder of the rental period, or until the original rented Equipment is repaired and returned.
Replacement Equipment shall be provided at the same rental rate of the original rented Equipment.
I. Each CONTRACTOR must make available to COUNTY all Equipment listed by
that CONTRACTOR in that CONTRACTOR’s response, Attachment D series (D-1 through D-3). In
addition, all Equipment shall be fairly new (used not more than 2,000 hours), well maintained, clean, and
in good working order when picked up or delivered to COUNTY.
J. CONTRACTOR shall ensure that all Equipment shall come fully fueled and
lubricated, and be ready for use at the time of pick-up or delivery. If the Equipment is not what the
COUNTY requested, or is not mechanically or cosmetically sound, the COUNTY has the right to refuse
the Equipment at the time of delivery or pick-up, and shall document the reason in detail at the time of
refusal. Any charges incurred due to the rejected delivery will be the full responsibility of the
CONTRACTOR. In such an event, CONTRACTOR shall provide a replacement piece of Equipment that
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
is equal to or better than (in the opinion of COUNTY) the originally requested rented Equipment.
Replacement Equipment shall be provided at the same rental rate of the original rented Equipment.
K. To the extent possible, CONTRACTOR shall make all Equipment available and
deliverable within twenty-four (24) hours of notification by COUNTY, and ready for immediate operation.
If Equipment is not available within twenty-four (24) hours of notification by COUNTY, CONTRACTOR
shall ensure that the Equipment is available to COUNTY no later than forty-eight (48) hours of
notification by COUNTY. CONTRACTOR must also be able to deliver to any location within the County
of Fresno when requested by the COUNTY.
L. 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 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 fo r 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 CONTRACTOR 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 CONTRACTOR at the job site where it will be available to any interested party.
CONTRACTOR shall comply with Labor Code section 1775, and shall forfeit as a penalty to the
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
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
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 name, 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 unde r penalty of
perjury stating that the information within the payroll record is true and correct and that CONTRACTOR
or subcontractor has 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 ag ents, 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. COUNTY’S RESPONSIBILITIES
A. COUNTY shall provide operator, fuel, lubricants, filters, air clean ers, daily visual
safety checks, and maintenance as specified by the Equipment man ufactu rer during the rental period,
and prior to pick-up or delivery back to CONTRACTOR. CONTRACTOR shall provide to COUNTY the
Equipment manufacturer information and maintenance specification for each piece of Equipment prior to
the CONTRACTOR’s delivery of the Equipment to COUNTY.
B. COUNTY shall be responsible for returning the Equipment back to the
CONTRACTOR at the end of the rental period, in the same condition as it was received.
C. COUNTY will be responsible for costs related to any damage/replacement of
Equipment (including tires) caused by misuse, and theft/vandalism which may occur during the rental
period.
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
3. TERM
The term of this Agreement shall be for a period of three (3) years, commencing on January 18,
2022 (‘Effective Date”), through and including January 17, 2025. This Agreement may be extended for two
(2) additional consecutive twelve (12) month periods upon written approval of both parties no later than
thirty (30) days prior to the first day of the next twelve (12) month extension period. The COUNTY’s Director
of Public Works and Planning, or their designee, is authorized to execute such written approval on behalf of
the COUNTY, based on the 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 determi nation of the COUNTY there is:
i. An illegal or improper use of funds;
ii. A failure to comply with any term of this Agreement;
iii. A substantially incorrect or incomplete report submitted to the COUNTY;
iv. 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 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 Ag reement. 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.
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
D. In the event of such termin ation , CONTRACTOR shall be paid for satisfactory
services or supplies provided up until the date of termination. The COUNTY’s Division Manager of Road
Maintenance & Operations, or their designee, is authorized to execute such letter of termination on
behalf of the COUNTY. In the event that the COUNTY terminates this Agreement as to one or more
CONTRACTOR(s), this Agreement shall stay in full force and effect as to the remaining
CONTRACTORS. Term ination of one or more CONTRACTORS from this Agreement shall not terminate
the Agreement as to the remaining CONTRACTORS. The COUNTY’s Division Manager of Ro ad
Maintenance & Operations, or his/her designee, shall have the right to apply and implement this Section
4(D) on the COUNTY’s behalf.
5. COMPENSATION/INVOICING:
COUNTY shall provide compensation and payment to each CONTRACTOR only for the rental of
Equipment specifically authorized by the COUNTY. COUNTY agrees to pay each CONTRACTOR and
each CONTRACTOR agrees to receive compensation in accordance with each CONTRACTOR’s
respective rates, as listed in the Pricing Schedule attached as Attachment B, and incorporated by this
reference. All amounts in the Pricing Schedule and paid to each CONTRACTOR include taxes, fees,
and charges. CONTRACTOR shall not undertake any services without the advance written
authorization of COUNTY.
In no event shall the total cumulative amount of compensation paid to all of the CONTRACTORS
collectively during the entire potential Term of this Agreement exceed Four Million and Five Hundred
Thousand Dollars ($4,500,000).
Each CONTRACTOR shall submit in voices in accordance with the rates and charges agreed upon
for the services provided to the COUNTY by each CONTRACTOR during the previous monthly billing
period on the first day of the month. CONTRACTOR shall submit itemized invoices in duplicate to the
requesting COUNTY department. For the Road Maintenance and Operations Division, American Avenue
Disposal Site, Southeast Regional Disposal Site, and Coalinga Disposa l Site, invoices must be submitte d
electronically to PWPBusine ssOffice@fresnocountyca.gov. Each invoice shall reference this Agreement
number, the responsible COUNTY department, the date and time of service, the name of service
technicians who provided the services, itemization of charges as specified in the quotation schedule of RFQ
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
22-010, clear description of the Equipment provided, begin and end times, total billable hours, the Project
Number (when appropriate shall be provided by the COUNTY), and provide any related backup material
that describes the Equipment services performed each day. COUNTY will pay CONTRACTOR within forty-
five (45) days of receipt of an approved and complete invoice.
6. INDEPENDENT CONTRACTOR
In performance of the work, duties and obligations assumed by CONTRACTOR under this
Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of 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, pa rtner, 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.
7. 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.
8. 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.
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
9. HOLD HA RMLESS
CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY'S request, defend the
COUNTY, its officers, agents, and employees from any and all costs and expenses (including attorney’s
fees and costs), damages, liabilities, claims, and losses occurring or resulting to COUNTY in connection
with the performance, or failure to perform, by CONTRACTOR, its officers, agents, or employees under this
Agreement, and from any and all costs and expenses (including attorney’s fees and costs), damages,
liabilities, claims, and losses occurring or resulting to any person, firm, or corporation who may be injured
or damaged by the performance, or failure to perform, of CONTRACTOR, its officers, agents, or
employees under this Agreement. The provisions of this Section 9 shall survive the termination of this
Agreement.
10. 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 fo llowing insurance
polic ies or a program of self-insurance, including but not limited to, an insu rance pooling arrangement or
Joint Powers Agreement (JPA) throughout the term of the Agreement:
A. Commercial General Liability
Commercial General Liability Insurance with limits of not less than Two Million Dollars
($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). Th is
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 of not less than One Million Dollars
($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto
used in connection with this Agreement.
C. Professional Liability
If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W.,
M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million
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
Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate.
CONTRACTOR agrees that it shall maintain, at its sole expense, in full force and effect for a period of
three (3) years following the termination of this Agreem ent, one or more policies of professional liability
insurance with limits of coverage as specified herein.
D. Worker's Compensation
A policy of Worker's Compensation insurance as may be required by the California Labor
Code.
Additional Requirements Relating to Insurance
CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming
the County of Fresno, its officers, agents, and employees, individually and collectively, as additional
insured, but only insofar as the operations under this Agreement are concerned. Such coverage for
additional insured shall apply as primary insurance and any other insurance, or self -insurance, maintained
by COUNTY, its officers, agents and employees shall be excess only and not contributing with insurance
provided under CONTRACTOR's policies herein. This insurance shall not be cancelled or changed without
a minimum of thirty (30) days advance written notice given to COUNTY.
CONTRACTOR hereby waives its right to recover from COUNTY, its officers, agents, and
employees any amounts paid by the policy of worker’s compensation insurance required by this
Agreement. CONTRACTOR is solely responsible to obtain any endorsement to such policy that may be
necessary to accomplish such waiver of subrogation, but CONTRACTOR’s waiver of subrogation under
this paragraph is effective whether or not CONTRACTOR obtains such an endorsement.
Within thirty (30) days from the date CONTRACTOR executes this Agreement, CONTRACTOR
shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as
required herein, to the County of Fresno, to the attention of Division Manager, Road Maintenance &
Operations, 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
11
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
any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees, shall
be excess only and not contributing with insurance provided under CONTRACTOR's policies herein; and
that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written
notice given to COUNTY.
In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein
provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this
Agreement upon the occurrence of such event.
All policies shall be 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.
11. AUDITS AND INSPECTIONS
CONTRACTOR shall at any time during business hours, and as often as the COUNTY may deem
necessary, make ava ilable 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 California State Auditor for a period of three (3) years after final payment
under contract (Gove rnment Code Section 8546.7).
12. NOTICES
The persons and their addresses having authority to give and receive notices under this Agreement
include the following:
COUNTY CONTRACTOR
COUNTY OF FRESNO See Attachment A for each Division Manager, CONTRACTOR’s contact person Maintenance and Operations Division 2220 Tulare Street, 6th Floor Fresno, CA 93721 rdmaint@co.fresno.ca.us
12
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
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 with the overnight commercial courier service, delivery fees prepaid,
with delivery instructions given for next day delive ry, addressed to the recipient. A notice de livered by
telephonic facsimile is effective when transmission to the recipient is completed (but, if such transmissio n 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 re cord 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).
13. 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.
14. LEGAL AUTHORITY
Each individual executing this Agreement on behalf of CONTRACTOR hereby covenants, warrants,
and represents: (i) that he or she is duly authorized to execute or attest and deliver this Agreement on
behalf of such entity, e.g. (without limitation), corporation, limited liability company, limited partnership,
partnership or sole proprietorship, in accordance with all applicable formalities and under California la w; (ii)
that this Agreement is binding on such entity; and (iii) that CONTRACTOR (as applicable) is a duly
organized and legally existing corporation, limited liability company, limited partnership, partnership or sole
proprietorship in good standing in the State of California.
13
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
15. DISCLOSURE OF SEL F-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 Attachment E, and incorporated herein by
this reference, an d submitting it to the COUNTY prior to commencing with the se lf-dealing transaction or
immediately thereafter.
16. ENTIRE AGREEMENT
This Agreement constitutes the entire agreement between the CONTRACTORS and COUNTY with
respect to the subject matter hereof and supersedes all previous Agreement negotiations, proposals,
commitments, writings, advertisements, publications, and understanding of any nature whatsoever unless
express ly 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 Ag reement (excluding COUNTY ’s RFQ No. 22-010 and the RFQ
Responses thereto submitted by the CONTRACTORS), as supplemented by Attachments A and B hereto;
(2) COUNTY ’s RFQ No. 22-010 (Attachment C hereto); and (3) each CONTRACTOR’s respective RFQ
Response to RFQ No. 22-010 (Attachments D-1 through D-3).
17. ELECTRONIC SIGNATURE: The parties agree that this Agreement may be executed by
electronic signature as provided in this section. An “electronic signature” means any symbol or process
intended by an individual signing this Agreement to represent their signature, including but not limited to (1)
a digital signature; (2) a faxed version of an original handwritten signature; or (3) an electronically scanned
and transmitted (for example by PDF document) of a handwritten signature. Each electronic signature
affixed or attached to this Agreement (1) is deemed equivalent to a valid original handwritten signature of
1 11 the person signing this Agreement for all purposes, including but not limited to evidentiary proof in any 2 11 administrative or judicial proceeding, and (2) has the same force and effect as the valid original handwritten 3 11 signature of that person. The provisions of this section satisfy the requirements of Civil Code section 4 1633.5, subdivision (b ), in the Uniform Electronic Transaction Act (Civil Code, Division 3, Part 2, Title 2.5, 5 beginning with section 1633.1 ). Each party using a digital signature represents that it has undertaken and 6 satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs (1) through (5), 7 and agrees that each other party may rely upon that representation. This Agreement is not conditioned 8 upon the parties conducting the transactions under it by electronic means and either party may sign this 9 Agreement with an original handwritten signature. 1 O IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the effective date. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 CONTRACTOR See Additional Signature Pages Attached FOR ACCOUNTING USE ONLY: Fund:0010/11000; 0700/15000; 0720/15000; 0710/15000 ORG:45104514; 9026; 9020; 9028 Account: 7355; By: co[1r.FRESNO Brian Pacheco, Chairman of the Board of Supervisors of the County of Fresno ATTEST: Bernice E. Seidel Clerk of the Board of Supervisors County of Fresno, State of California ~ Deputy 14
15
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
By executing this signature page, CONTRACTOR becomes a signatory to the Master Agreement
dated January 18, 2022 and agrees that it is a party to the Agreement with the COUNTY and is bound by its
terms.
CONTRACTOR
Ahern Rentals, Inc.
Authorized Signature
Printed Name and Title
Authorized Signature
Printed Name and Title
Edward Arant, VP of National Accounts
Sami Bakdash, VP of Legal
DocuSign Envelope ID: 0517BB53-1157-44BB-8D8C-EDEFC0EF4636II
-DocuSigned by:
,__ 702F473704E3403 ...
r--DocuSigned by:
S OJ,\,\i f;ok.~s~
c-B0CE0491413B41B ...
1 By executing this signature page, CONTRACTOR becomes a signatory to the Master Agreement 2 dated January 18, 2022 and agrees that it is a party to the Agreement with the COUNTY and is bound by 3 its terms. 4 5 6 CONTRACTOR 7 Herc Rentals, Inc. 8 9 10 11 12 13 14 Authorized Signature 15 16 17 Printed Name and Title 18 19 20 21 22 23 24 25 26 27 28 17
HERC RENTALS INC.
Assistant Secretary's Certificate
I, Derek Lively, an Assistant Secretary of Herc Rentals Inc. (the ··Office r"), a Delaware
corporation (the "Corporation"), DO HEREBY CERTIFY, on behalf of the Corporation as
follows:
1. Each of the following named individuals is a duly elected or appo inted, qualified and
acting officer of the Corporation who holds the office set fo1th opposite such in dividual's
name below.
Lawrence H. Silber
Aaron Birnbaum
Christian J. Cunningham
Mark H. Irion
Tamir Peres
S. Wade Sheek
Carlo Cavecchi
Paul Dickard
Jennifer Brandeis
Matthew Gavin
Elizabeth Higashi
Mark Humphrey
Mustally Hussain
Jenn ifer Laudermilch
Charles Miller
Jason Oosterbeek
Sharon Petrosino
Kyle Scott
Marlin Shaw
Sunil Gupta
Edward Fritz
Mark Arel!
Derek Lively
President and Chief Executive Officer
Senior Vice President and C hief Operating Officer
Senior Vice President and Chief Human Resources Officer
Senior Vice President and Chief Fi.nancial Officer
Sen ior Vice President and Chief Information Officer
Senior Vice President, Chief Legal Officer and Secretary
Senior Vice President. Specialty Solutions
Vice President, Communications
Vice President, Asst. General Counsel , Chief Compliance
Officer and Assistant Secretary
Vice President, Product Support and Fleet Operations
Vice President, Investor Relations
Vice President, Controller and Chief Accounting Officer
Vice President, Treasurer
Vice President, Interna l Audit
Vice President, Operations
Vice President, Pricing and Sales Strategy
Vice President, Deputy General Counsel and Ass istant Secretary
Vice President, Finance
Vice President, Tax
Vice President, IT
Vice President, Infrastructure and Enterprise Applications
Vice President, Talent and Organizational Development
Assistant Secretary
[Continued on the next page]
2. Set forth below is a true and correct copy of resolutions adopted by the Board of
Directors of the Corporation dated October 1, 2013 (the "U nanimous Written Consent"),
which resolutions were duly and validly authorized:
RESOLVED, that in addition to the authority granted pursuant to the Chainnan General
Authorization and the Real Estate Signing Authorization, authority to execute contracts ,
agreements , bonds , distributor appointments , deeds , bills of sale , powers of attorney,
certificates , assignments , contracts for the purchase or sale of real property and interests in real
property, leases, su bleases, guarantees, pleadings and other documents and instruments that
individually involve amounts of less than $10 million, is hereby conferred upon, the
President , each Vice President, the Treasurer and the Cont roller of the Corporation and any other
officer of the Corporation designated by the Chairman of the Board or the President, provided that
such dollar limit shall not apply to (i) any transacti on the maximum dollar amount of which cannot
be ascertained when the transaction is entered into and (ii) any transaction solely (A) between or among
the Corporation and one or more of its affiliates or subsidiaries or (B ) between or among any
affiliates or subs idiari es of the Corporation (the ''Executive Officer General Authorization"}.
3. The Board of Directors of the Corporation, approved at its August 18, 2016 meeting
a delegation of authority to the President and CEO to approve expenditw-es up to $20
million, including for acquisitions . Such delegation is now in full force and effect.
IN WITNESS WHE RE OF, the undersigned has executed this certificate on behalf of
the Corporation on and as of thetj-1!. day of February 2021.
HE RC~T ALS INC.
By (;)~
ame: Derek Lively
Title: Assistant Secretary
1 By executing this signature page, CONTRACTOR becomes a signatory to the Master Agreement 2 dated January 18, 2022 and agrees that it is a party to the Agreement with the COUNTY and is bound by its 3 terms. 4 5 6 CONTRACTOR 7 Quinn Compa /Quinn Rental Services 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Cr-,c--Gveevie_. ?e '"n /Vla..r\o3£i-,+----~-------------~-Printed Name and Title 17
18
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Attachment A
Contractor List
Name Phone # Email Pick Up Address
1 Ahern Rentals, Inc. 702-647-8100 gov@ahern.com 3591 E Date Ave, Fresno
2 Herc Rentals, Inc. 559-497-1960 Louis.lops@hercrentals.com 3057 S. Golden State
Frontage Rd, Fresno
3 Quinn
Company/Quinn
Rental Services
559-896-4040 sfishel@quinncompany.com 10273 S. Golden State,
Selma
359 4 S. Bagley Ave,
Fresno
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Attachment B
Pricing Schedule
[Pricing Schedule is attached immediately hereafter.]
Page 1 of 2
Equipment
Description Make Model Year Size
Daily
Rental
Rate
Weekly
Rental Rate
Monthly
Rental Rate
Pickup &
Delivery
Per Mile
Delivery Emergency
Response Make Model Year Size
Daily
Rental
Rate
Weekly
Rental Rate
Monthly
Rental Rate
Pickup
Deliver
Per Mile
Delivery
Emergency
Response
Make Model Year Size Daily Rental
Rate
Weekly
Rental Rate
Monthly
Rental Rate
Pickup
Delivery
Per Mile
Delivery
Emergency
Response
DOZERS:
50,000 lb/200hp CAT D6 2020 D6 1,260.00$ 3,780.00$ 10,620.00$ 25.00$ 35.00$
40,000 lb/150 hp CAT D5 2020 D5 878.00$ 2,700.00$ 7,560.00$ 25.00$ 35.00$
29,000 lb/121 hp John Deere 700k 2016 32,585lb 710.00$ 2,565.00$ 7,250.00$ 7.50$ $250.00 + $7.50/mile CAT D6K 2020 D6K 760.00$ 2,530.00$ 5,950.00$ 25.00$ 35.00$
Crawler
WHEELERS:
3.5 yard John Deere 624k 2015 3.5-3.9yd 755.00$ 2,150.00$ 6,000.00$ 7.50$ $250.00 + $7.50/mile John Deere 624K 2017 678.00$ 1,733.00$ 5,040.00$ 5.00$ 250.00$ CAT 938M 2016-2021 3 yd 485.00$ 1,665.00$ 4,595.00$ 7.00$ 14.00$
3 yard John Deere 544k 2015 3-3.25yd 555.00$ 1,900.00$ 4,950.00$ 7.50$ $250.00 + $7.50/mile Volvo L70H 2017 732.00$ 2,035.00$ 5,445.00$ 5.00$ 250.00$ CAT 930M 2016-2021 3.5 yd 400.00$ 1,375.00$ 3,695.00$ 7.00$ 14.00$
2.5 yard John Deere 524k 2015 2.5-3yd 500.00$ 1,635.00$ 4,595.00$ 7.50$ $250.00 + $7.50/mile
w/ Quick Coupler CAT 930M-950M 2016-2021 3 yd 420.00$ 1,444.00$ 3,890.00$ 7.00$ 14.00$
BACKHOES:
102 hp John Deere 410 2017 462.00$ 1,300.00$ 3,465.00$ 5.00$ 250.00$ CAT 450F 2016-2021 300.00$ 1,450.00$ 3,300.00$ 7.00$ 14.00$
94 hp Case 580 2017 80-90HP 350.00$ 1,175.00$ 2,950.00$ 7.50$ $250.00 + $7.50/mile John Deere 310 2017 313.00$ 840.00$ 2,048.00$ 5.00$ 250.00$ CAT 420F 2016-2021 255.00$ 900.00$ 2,200.00$ 7.00$ 14.00$
SKID STEER
TRACTORS:
2,1500 lb Kubota SSV75 2016 73.5HP 295.00$ 850.00$ 1,995.00$ 7.50$ $250.00 + $7.50/mile Bobcat S650 2017 2690 lb 292.00$ 682.00$ 1,540.00$ 5.00$ 250.00$ CAT 242 2016-2021 215.00$ 850.00$ 1,950.00$ 7.00$ 14.00$
1,550 lb John Deere 312 2017 42-60HP 275.00$ 785.00$ 1,750.00$ 7.50$ $250.00 + $7.50/mile Bobcat S570 2017 1950 lb 204.00$ 512.00$ 1,320.00$ 5.00$ 250.00$ CAT 226 2016-2021 185.00$ 750.00$ 1,650.00$ 7.00$ 14.00$
Compact Track
Loader Bobcat T590 2017 2100 lb 315.00$ 814.00$ 2,100.00$ 5.00$ 250.00$ CAT 259 2016-2021 220.00$ 950.00$ 2,250.00$ 7.00$ 14.00$
ROLLERS:
84” wide
smooth/pad single
drum/sheepsfoot XCMG CV122PD 2016 130HP 495.00$ 1,800.00$ 5,000.00$ 7.50$ $250.00 + $7.50/mile Volvo SD115 2017 686.00$ 1,896.00$ 4,599.00$ 5.00$ 250.00$ CAT CS563-CP563 2016-2021 495.00$ 1,850.00$ 4,495.00$ 7.00$ 14.00$
66” wide
smooth/pad single
drum/sheepsfoot XCMG CV83 2016 82HP 420.00$ 1,600.00$ 3,995.00$ 7.50$ $250.00 + $7.50/mile Volvo SD75B 2017 605.00$ 1,638.00$ 3,770.00$ 5.00$ 250.00$ CAT CS433-CP433 2016-2021 400.00$ 1,500.00$ 3,900.00$ 7.00$ 14.00$
39” double drum
asphalt Dynapac CC90 2016 20HP 300.00$ 900.00$ 2,100.00$ 7.50$ $250.00 + $7.50/mile Wacker RD12A-90 2017 193.00$ 545.00$ 1,298.00$ 5.00$ 250.00$ CAT CB1.7 2016-2021 195.00$ 625.00$ 1,850.00$ 7.00$ 14.00$
48” double drum
asphalt Dynapac CC1200 2016 33HP 400.00$ 1,200.00$ 2,400.00$ 7.50$ $250.00 + $7.50/mile Volvo BB25BW 2017 278.00$ 677.00$ 1,733.00$ 5.00$ 250.00$ CAT CB24B/CB2.7 2019 310.00$ 950.00$ 2,250.00$ 7.00$ 14.00$
9 wheel pneumatic CAT CW14 2019 495.00$ 1,800.00$ 4,950.00$ 25.00$ 35.00$
Vibratory
roller/single drum
smooth 40-49”CAT CS34 2016-2021 350.00$ 1,200.00$ 2,850.00$ 7.00$ 14.00$
MOTOR GRADERS:
16’ blade/270 hp CAT 14/14M 2019 1,620.00$ 5,130.00$ 14,400.00$ 25.00$ 35.00$
14’ blade/150 hp CAT 140M3/150 2019 1,170.00$ 3,735.00$ 10,350.00$ 25.00$ 35.00$
WATER TRUCKS:
2,000-2,9999 gal Freightliner M2106 2019 2,000 gal 350.00$ 1,000.00$ 2,795.00$ 7.50$ $250.00 + $7.50/mile Hino 338 2017 2,000 gal 473.00$ 1,418.00$ 2,730.00$ 5.00$ 250.00$ Freightliner M2 2015-2021 2000 gal 350.00$ 1,250.00$ 2,200.00$ 7.00$ 14.00$
3,000 – 3,999 gal Ford F750 2019 4,000 gal 450.00$ 1,650.00$ 4,595.00$ 7.50$ $250.00 + $7.50/mile Freightliner M2-106 2017 4,000 gal 594.00$ 1,995.00$ 4,410.00$ 5.00$ 250.00$ Freightliner MS 2015-2021 4000 gal 485.00$ 1,950.00$ 4,100.00$ 7.00$ 14.00$
VACUUM
TRAILERS:
500 gal Ditchwitch FX25A 2017 604.00$ 1,890.00$ 5,775.00$ 5.00$ 250.00$ Ditchwitch HX30 2017-2021 500 gal 440.00$ 1,900.00$ 3,950.00$ 7.00$ 14.00$
800 gal Ditchwitch HX50 2017 849.00$ 2,363.00$ 7,088.00$ 5.00$ 250.00$ N/A
BOOM LIFTS:
45 foot Snorkel A46JRT 2019 45-46 350.00$ 950.00$ 1,750.00$ 7.50$ $250.00 + $7.50/mile Genie Z45 2017 321.00$ 678.00$ 1,654.00$ 5.00$ 250.00$ Genie Z45-S45 2015-2021 45'285.00$ 900.00$ 1,850.00$ 7.00$ 14.00$
60 foot Snorkel AB60J 2019 60 435.00$ 1,225.00$ 2,500.00$ 7.50$ $250.00 + $7.50/mile Mac 60J 2017 399.00$ 919.00$ 2,310.00$ 5.00$ 250.00$ Genie Z65-S65 2015-2021 65'350.00$ 1,200.00$ 2,150.00$ 7.00$ 14.00$
80 foot JLG 800AJ 2019 80 760.00$ 2,410.00$ 4,500.00$ 7.50$ $250.00 + $7.50/mile JLG 860SJ 2017 773.00$ 1,770.00$ 4,195.00$ 5.00$ 250.00$ Genie Z80-S85 2015-2021 80-85'450.00$ 1,900.00$ 3,300.00$ 7.00$ 14.00$
AIR HOSE:.
Air Hose ¾” x 50’50 10.00$ 15.00$ 30.00$ 7.50$ $250.00 + $7.50/mile 8.00$ 23.00$ 67.00$ 5.00$ 250.00$ 3/4"10.00$ 25.00$ 55.00$ 7.00$ 14.00$
Air Hose ½” x 50’
AIR
COMPRESSORS:
100 csm Atlas Copco XAS110KDP 2017 95.00$ 224.00$ 520.00$ 5.00$ 250.00 N/A
185 csm Atlas Copco XAS185 2019 185CFM 155.00$ 450.00$ 850.00$ 7.50$ $250.00 + $7.50/mile Atlas Copco XAS185KDT4FRE 2017 127.00$ 242.00$ 622.00$ 5.00$ 250.00 Altas Copco XAS185 2015-2021 150.00$ 450.00$ 850.00$ 7.00$ 14.00$
MISC. ITEMS:
Skid Loader John Deere 210LEP 2017 270.00$ 672.00$ 1,654.00$ 5.00$ 250.00 CAT 415F 2016-2021 200.00$ 895.00$ 1,995.00$ 7.00$ 14.00$
Forklift 5,000 Hyster H50 2020 15'7"210.00$ 500.00$ 1,250.00$ 7.50$ $250.00 + $7.50/mile Toyota 8FDU25 2017 170.00$ 418.00$ 1,029.00$ 5.00$ 250.00 CAT GP25N-GLE 2015-2021 5000 lb 195.00$ 450.00$ 995.00$ 7.00$ 14.00$
Woodchipper 12”Vermeer BC1000XL 2017 473.00$ 1,134.00$ 2,835.00$ 5.00$ 250.00 Vermeer BC1000XL 2017-2021 12"350.00$ 1,150.00$ 2,500.00$ 7.00$ 14.00$
HERC RENTALS QUINN COMPANYAHERN RENTALS
Attachment B - Pricing Schedule
Page 2 of 2
Attachment C –
RFQ 22-010
Page 1 of 25
COUNTY OF FRESNO
REQUEST FOR QUOTATION
NUMBER: 22-010
HEAVY DUTY EQUIPMENT RENTAL
Issue Date: September 20, 2021
Closing Date: OCTOBER 19, 2021 AT 2:00 PM
All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase.
For assistance, contact Debbie Scharnick at Phone (559) 600-7110.
BIDDER TO COMPLETE
Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ.
Bid must be signed and dated by an authorized officer or employee.
Except as noted on individual items, the following will apply to all items in the Quotation Schedule:
• A cash discount of % days will apply. County does not accept terms less than 15 days.
COMPANY
CONTACT PERSON
ADDRESS
CITY STATE ZIP CODE
( )
TELEPHONE NUMBER E-MAIL ADDRESS
AUTHORIZED SIGNATURE
PRINT NAME TITLE
Purchasing Use: DS:st ORG/Requisition: 4510, 9020, 9026, 9008 / 5102200055, 9022200006,
9282200002, 8262200042
Attachment C - RFQ 22-010
Page 2 of 25
TABLE OF CONTENTS
PAGE
KEY DATES .................................................................................................................... 3
OVERVIEW ..................................................................................................................... 3
BID INSTRUCTIONS ...................................................................................................... 4
GENERAL REQUIREMENTS & CONDITIONS ............................................................... 5
INSURANCE REQUIREMENTS ................................................................................... 12
PARTICIPATION ........................................................................................................... 14
REFERENCE LIST ........................................................................................................ 15
SCOPE OF WORK ........................................................................................................ 16
QUOTATION SCHEDULE INSTRUCTIONS ................................................................. 18
QUOTATION SCHEDULE ............................................................................................. 20
CHECK LIST ................................................................................................................. 23
Attachment C - RFQ 22-010
Page 3 of 25
KEY DATES
RFQ Issue Date: September 20, 2021
Written Questions for RFQ Due: October 5, 2021 at 10:00 AM
Questions must be submitted on the Bid Page at Public Purchase.
RFQ Closing Date: October 19, 2021 at 2:00 PM
Quotations must be electronically submitted on the Bid Page.
OVERVIEW
The County of Fresno is soliciting bids to provide all labor, materials equipment, permits, fees, taxes and
insurance etc., to provide heavy equipment rental services as specified herein.
Attachment C - RFQ 22-010
Page 4 of 25
BID INSTRUCTIONS
• Bidders must electronically submit bid package in pdf format, no later than the quotation closing date
and time as stated on the front of this document, to the Bid Page on Public Purchase. The County will
not be responsible for and will not accept late bids due to slow internet connection or incomplete
transmissions.
• Bids received after the closing time will NOT be considered.
• All quotations shall remain firm for 180 days.
• Interpretation: Should any discrepancies or omissions be found in the bid specifications or doubt as to
their meaning, the bidder shall notify the Buyer in writing at once. The County shall not be held
responsible for verbal interpretations. Questions regarding the bid must be received by Purchasing
prior to the date and time stated within this document. All addenda issued shall be in writing, duly
issued by Purchasing and incorporated into the contract.
• ISSUING AGENT/AUTHORIZED CONTACT: This RFQ has been issued by County of Fresno,
Purchasing. Purchasing shall be the vendor’s sole point of contact with regard to the RFQ, its
content, and all issues concerning it.
All communication regarding this RFQ shall be directed to an authorized representative of County
Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with his or
her telephone number, and he or she should be the primary point of contact for discussions or
information pertaining to the RFQ. Contact with any other County representative, including elected
officials, for the purpose of discussing this RFQ, its content, or any other issue concerning it, is
prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having
unauthorized contact (verbally or in writing) with such other County representatives, may constitute
grounds for rejection by Purchasing of the vendor’s quotation.
The above stated restriction on vendor contact with County representatives shall apply until the
County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in
the event that a vendor initiates a formal protest against the RFQ, such vendor may contact the
appropriate individual, or individuals who are managing that protest as outlined in the County’s
established protest procedures. All such contact must be in accordance with the sequence set forth
under the protest procedures. Second, in the event a public hearing is scheduled before the Board of
Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may
address the Board.
• APPEALS: Appeals must be submitted in writing within seven (7) working days after notification of
proposed recommendations for award. A “Notice of Award” is not an indication of County’s
acceptance of an offer made in response to this RFQ. Appeals shall be submitted to County of
Fresno Purchasing, 333 W. Pontiac Way, Clovis, CA 93612 and in Word format to
gcornuelle@FresnoCountyCA.gov. Appeals should address only areas regarding RFQ contradictions,
procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest,
and inappropriate or unfair competitive procurement grievance regarding the RFQ process.
Purchasing will provide a written response to the complainant within seven (7) working days unless
the complainant is notified more time is required. If the appealing bidder is not satisfied with the
decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office
within seven (7) working days after Purchasing’s notification; if the appealing bidder is not satisfied
with CAO’s decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if
the appeal will be going to the Board of Supervisors.
Attachment C - RFQ 22-010
Page 5 of 25
GENERAL REQUIREMENTS & CONDITIONS
LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID
PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do
not apply to this Request for Quotation.
DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer
to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is
identified on page one of this Request For Quotation (RFQ).
INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications
and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services
required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or
has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from
Purchasing by October 5, 2021 at 10:00 AM, cut-off.
Questions must be submitted on the Bid Page at Public Purchase or contact Debbie Scharnick at (559) 600-
7110.
NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date.
Any change in the Request for Quotation will be made by written addendum issued by the County. The
County will not be responsible for any other explanations or interpretations.
AWARD: Award will be made to the vendor(s) offering the services, products, prices, delivery, equipment
and system deemed to be to the best advantage of the County. Past performance (County contracts within
the past seven years) and references may factor into awarding of a contract. The County shall be the sole
judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response
to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written
Purchase Order by Fresno County Purchasing.
RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive
informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested
information could result in rejection of your quotation.
CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and
special district building codes, laws, ordinances, and regulations.
SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.975% regardless of
vendor's place of doing business.
TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes
direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless
otherwise specified herein.
TAXES, CHARGES AND EXTRAS:
A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K.
B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where
shipping papers show consignee as County of Fresno.
C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid.
Attachment C - RFQ 22-010
Page 6 of 25
----
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.
PACKAGING: Each item listed in the bid gives as part of its description the minimum packaging size that
the County would order. The County feels it more reasonable to order the successful bidder's standard
"carton" sizes; therefore, each bidder is asked to fill in the information for each item. Normally the
circumstances resort to minimum package size orders. Be sure to fill in your "standard" carton size on the
quotation schedule if different from stated.
Quote separate prices on each individual item in County unit of measure (i.e., EA, DZ, PG, not your standard
carton price).
VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist
County departments in determining their product requirements.
MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed
terms, conditions and requirements with the selected vendor.
BIDDERS’ LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in
responding to the RFQ.
PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services
and activities offered in the quotation, whether or not they are provided directly. Further, the County of
Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters,
including payment of any and all charges resulting from the contract. The contractor may not subcontract or
transfer the contract, or any right or obligation arising out of the contract, without first having obtained the
express written consent of the County.
PRICES: Bidder agrees that prices quoted are for the contract period, and in the event of a price decline
such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination.
CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business
practices and safeguard confidential data which vendor staff may have access to in the course of system
implementation.
NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third
party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno.
Attachment C - RFQ 22-010
Page 7 of 25
BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each
proposer/bidder which may include collection of appropriate criminal history information, contractual and
business associations and practices, employment histories and reputation in the business community. By
submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make
available to the County such books and records the County deems necessary to conduct the inquiry.
ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided
to all agencies and organizations that receive the basic RFQ.
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 electronically to PWPBusinessOffice@fesnocountyca.gov.
Each invoice shall reference the purchase order or contract number and the equipment number if applicable.
PAYMENT: County will make partial payments for all purchases made under the contract/purchase order
and accumulated during the month. Terms of payment will be net forty-five (45) days. County will consider
the Bidder’s Cash discount Offer, in lieu of the net forty-five (45) days payment terms.
CONTRACT TERM: It is County’s intent to contract with the successful bidder for a term of three (3)
years.
RENEWAL: Agreement may be renewed for a potential of two (2) one (1) year periods, based on the mutual
written consent of all parties.
QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no
minimum amount. The County reserves the right to increase or decrease quantities.
ORDERING: Orders will be placed as required by the various County Departments.
TERMINATION: The County reserves the right to terminate any resulting contract upon written notice.
INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by
Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR,
including any and all of Contractor’s officers, agents, and employees will at all times be acting and
performing as an independent contractor, and shall act in an independent capacity and not as an officer,
agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, County shall
have no right to control or supervise or direct the manner or method by which Contractor shall perform its
work and function. However, County shall retain the right to administer this Agreement so as to verify that
Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and
Attachment C - RFQ 22-010
Page 8 of 25
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 (including
attorney’s fees and costs), damages, liabilities, claims and losses occurring or resulting to County in
connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under
this Agreement and from any and all costs and expenses (including attorney’s fees and costs), damages,
liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or
damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under
this Agreement.
MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid
will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the
items, which the bidder proposes to furnish, together with full descriptive literature on all items so
enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of
functioning and structural characteristics for those details which differ from the specifications listed herein.
SAFETY DATA SHEETS: With the invoice or within twenty-five (25) days of delivery, the seller must
provide to the County a Safety Data Sheet for each product, which contains any substance on “The List of
800 Hazardous Substances”, published by the State Director of Industrial Relations. (See Hazardous
Substances Information and Training Act, California State Labor Code Sections 6360 through 6399.7.)
RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with
documentation) recycled or recyclable products/materials which meet stated specifications.
EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined
the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of
all problems affecting it. No variations or allowance from the contract sum will be made because of lack of
such examination.
DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc., by the
contractor in the performance of his work shall be replaced or repaired and restored to original condition by
the contractor.
CLEAN UP: The Contractor shall at all times, keep the premises clean from accumulation of waste
materials or rubbish caused by his employees or work and shall remove all resulting work debris from the job
site.
WATER, POWER & TOILET FACILITIES: Successful bidder may use County owned water, power and
toilet facilities at job site (when existing) at no expense to the successful bidder. Successful bidder will be
Attachment C - RFQ 22-010
Page 9 of 25
required, however, to provide piping, fittings and other items as necessary to bring water and power from
existing service to 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.
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.
PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond.
BONDING COMPANY: The company issuing bonds shall be a corporate surety admitted by the California
Insurance Commissioner to do business in the State of California with an A.M Best rating of B++ VIII or
better.
GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period
of one (1) year. Such one (1) year period shall commence upon the date of final acceptance by County. The
guarantee shall include but in no way be limited to workmanship, equipment and materials.
DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California.
Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for
the Eastern District of California in Fresno, CA or in a state court for Fresno County.
DEFAULT: In case of default by the selected bidder, the County may procure the services from another
source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by
any other legal means available to the County.
Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and
materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release
vendor from any obligation hereunder
ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment
or portions of payments without prior written consent of the County of Fresno.
ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil
Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and
all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance
for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The
contractor must also guarantee that services, or workmanship, provided will be performed in compliance with
all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the
nature required under this RFQ. In addition, the contractor may be required to provide evidence
substantiating that their employees have the necessary skills and training to perform the required services or
work.
OBLIGATIONS OF CONTRACTOR: Contractor warrants on behalf of itself and all subcontractors
engaged for the performance of the ensuing contract that only persons authorized to work in the United
States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be
employed in the performance of the work hereunder.
Attachment C - RFQ 22-010
Page 10 of 25
TIE BIDS: With all other factors being equal, the contract shall be awarded to the Fresno County vendor
or, if neither or both are Fresno County vendors, the tied vendors will be granted the opportunity to submit
new bids or the entire bid may be rejected and re-bid. If the General Requirements of the RFQ state that
they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over
this paragraph.
DATA SECURITY: Individuals and/or agencies that enter into a contractual relationship with the County for
the purpose of providing services must employ adequate controls and data security measures, both internally
and externally to ensure and protect the confidential information and/or data provided to contractor by the
County, preventing the potential loss, misappropriation or inadvertent access, viewing, use or disclosure of
County data including sensitive or personal client information; abuse of County resources; and/or disruption
to County operations.
Individuals and/or agencies may not connect to or use County networks/systems via personally owned
mobile, wireless or handheld devices unless authorized by County for telecommuting purposes and provide a
secure connection; up to date virus protection and mobile devices must have the remote wipe feature
enabled. Computers or computer peripherals including mobile storage devices may not be used (County or
Contractor device) or brought in for use into the County’s system(s) without prior authorization from County’s
Chief Information Officer and/or designee(s).
No storage of County’s private, confidential or sensitive data on any hard-disk drive, portable storage device
or remote storage installation unless encrypted according to advance encryption standards (AES of 128 bit
or higher).
The County will immediately be notified of any violations, breaches or potential breaches of security related
to County’s confidential information, data and/or data processing equipment which stores or processes
County data, internally or externally.
County shall provide oversight to Contractor’s response to all incidents arising from a possible breach of
security related to County‘s confidential client information. Contractor will be responsible to issue any
notification to affected individuals as required by law or as deemed necessary by County in its sole
discretion. Contractor will be responsible for all costs incurred as a result of providing the required
notification.
AUDITS AND RETENTION: The Contractor shall maintain in good and legible condition all books,
documents, papers, data files and other records related to its performance under this contract. Such records
shall be complete and available to Fresno County, the State of California, the federal government or their
duly authorized representatives for the purpose of audit, examination, or copying during the term of the
contract and for a period of at least three (3) years following the County's final payment under the contract or
until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be
retained in the manner described above until all pending matters are closed.
Attachment C - RFQ 22-010
Page 11 of 25
BIDDER TO COMPLETE:
GUARANTEED PICK UP AND/OR DELIVERY: Bidder will be considered in award of bid only if they can
guarantee. Enter guarantee on this line (i.e. number of days from receipt of order to delivery):
SERVICE LOCATION:
State all locations, including street address, where service can be obtained. Failure to furnish this
information will be cause for rejection of bid.
SUBCONTRACTORS:
List all subcontractors that would perform work in excess of one/half of one percent of the total amount of
your bid, and state general type of work such subcontractor would be performing. The primary contractor is
not relieved of any responsibility by virtue of using a subcontractor:
BUSINESS LICENSE/PERMIT:
Bidder to possess appropriate license for the project in accordance with current regulations/statutes.
The bidder shall possess a current State of California Business License/Permit. The proposal must indicate
the license held by the bidder, which enables him/her to perform the work.
Number and Class:
Date of Issue:
Bidder must also submit verification of Business License/Permit from the Department of Tax and Fee
Administration. Failure to submit verification may result in bidder’s response being considered non-
responsive.
Attachment C - RFQ 22-010
Page 12 of 25
INSURANCE REQUIREMENTS
INSURANCE: Without limiting the County’s right to obtain indemnification from Contractor or any third
parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies
or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint
Powers Agreement (JPA) throughout the term of the Agreement:
A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two
Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars
($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific
coverage including completed operations, product liability, contractual liability, Explosion-Collapse-
Underground, fire legal liability or any other liability insurance deemed necessary because of the
nature of the contract.
B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One
Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage
should include any auto used in connection with this Agreement.
C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W.,
M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million
Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate.
This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole
expense, in full force and effect for a period of three years following the termination of this Agreement,
one or more policies of professional liability insurance with limits of coverage as specified herein.
D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the
California Labor Code.
Additional Requirements Relating to Insurance:
Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of
Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only
insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall
apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers,
agents and employees shall be excess only and not contributing with insurance provided under Contractor's
policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days
advance written notice given to County.
Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts
paid by the policy of worker’s compensation insurance required by this Agreement. Contractor is solely
responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of
subrogation, but Contractor’s waiver of subrogation under this paragraph is effective whether or not
Contractor obtains such an endorsement.
Within thirty (30) days from the date Contractor executes this Agreement, Contractor shall provide
certificates of insurance and endorsement as stated above for all of the foregoing policies, as required
herein, to the County of Fresno, Public Works and Planning, Attn: Gabriela Rodriguez-Noland, 2220
Tulare Street, 6th Floor, Fresno, CA 93721 , stating that such insurance coverage have been obtained and
are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any
premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its
officers, agents and employees, individually and collectively, as additional insured, but only insofar as the
operations under this Agreement are concerned; that such coverage for additional insured shall apply as
primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and
employees, shall be excess only and not contributing with insurance provided under Contractor's policies
herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days
advance, written notice given to County. Certificates of insurance are to include the contract number at
the top of the first page.
Attachment C - RFQ 22-010
Page 13 of 25
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.
Attachment C - RFQ 22-010
Page 14 of 25
BIDDER TO COMPLETE THE FOLLOWING:
PARTICIPATION
The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno,
Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties.
Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by
one of the other agencies.
Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make
payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original
contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate
whether you would extend the same terms and conditions to all tax supported agencies within this group as
you are proposing to extend to Fresno County.
Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley
Purchasing Group and other tax supported agencies.
No, we will not extend contract terms to any agency other than the County of Fresno.
(Authorized Signature)
Title
Attachment C - RFQ 22-010
Page 15 of 25
•
•
ENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION.
Firm:
REFERENCE LIST
Provide a list of at least five (5) customers for whom you have recently provided similar
products/services. If you have held a contract for similar services with the County of Fresno within
the past seven (7) years, list the County as one of your customers. Please list the person most
familiar with your contract. Be sure to include all requested information.
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ.
Attachment C - RFQ 22-010
Page 16 of 25
SCOPE OF WORK
The County of Fresno on behalf of Public Works and Planning – Roads Division is soliciting bids to establish
a Master Agreement under which up to three (3) successful bidders will provide Heavy Duty Equipment
Rental Services.
Vendor’s Responsibilities
1. All equipment must be in good working order and clean condition when picked up or delivered.
2. Equipment shall come fully fueled and lubricated and be ready for use at the time of pick-up or
delivery.
3. If the equipment is not what the County requested, or not mechanically and/or cosmetically sound,
the County has the right to refuse the equipment at the time of delivery or pick-up and shall
document the reason in detail at the time of refusal. Any charges incurred due to the rejected
delivery will be the full responsibility of the Contractor.
4. Contractor shall be able to provide the following:
a) Sufficient inventory of each type of equipment.
b) Equipment being fairly new (used not more than 2,000 hours), well maintained and in good
condition.
c) Equipment should be available and deliverable within twenty-four (24) hours of notification.
Equipment shall be ready for immediate operation.
d) Delivery to any location within the County of Fresno.
e) Serial number shall be provided at the time of rental.
5. The County will not require, nor should the Contractor offer, any type of additional insurance (i.e.
damage waiver, personal accident insurance of supplemental liability protection, etc.).
6. The vendor shall have in full force and effect policies of insurance for each piece of equipment
except for the damage or loss caused through the negligence of County employees.
7. Contractors shall accept all financial responsibility of the rental of the equipment to be rented and
shall not obligate an additional signing of any supplemental agreement with the manufacturer of the
equipment or any financial institution.
8. Contractors shall be responsible for any repairs relating to the equipment except those proven to be
caused by the County.
9. Contractor shall replace any parts, in the event of mechanical failure.
a. The County will immediately notify the Contractor of the mechanical failure, and the
Contractor shall respond within two (2) hours to the rental location.
b. The Contractor must notify the County with a timeframe in which the equipment will be fixed.
c. If downtime will be four (4) or more hours, the Contractor shall provide a replacement piece
of equipment, that is equal to or better than what is rented, for the remainder of the rental
period or until the original equipment is repaired and returned.
d. Replacement equipment shall be provided, at the same rental rate of the original piece of
equipment rented.
10. Contractor pricing terms are:
a) Rental rates are not subject to availability of equipment.
b) Rental rates shall not be subject to change due to job conditions.
c) No additional charges will apply for setup and/or training.
Attachment C - RFQ 22-010
Page 17 of 25
11.Industry Standards:
a.Except as contained herein, the specifications for this RFQ shall be those set forth by the
rental equipment for construction and related maintenance or facility operations as
understood and accepted within the industry.
12.Compliance with laws and standards:
a.All equipment supplied shall comply with all current applicable safety or regulatory standards
or codes, to include Federal, State, local, DOT, etc.
13. Contractor shall submit detailed invoices itemizing all work performed during the invoice period,
including;
a.the dates of service, rates of pay, hours of work performed, and any other information
and/or documentation appropriate and sufficient to substantiate the amount invoiced for
payment by the County.
All invoices must include the Contract # and requesting department/division.
b.Contractor shall submit itemized invoices electronically to
PWPBusinessOffice@fresnocountyca.gov
14.A complete description of the equipment and replacement value and/or book value will be provided
to the County at the time of rental.
County’s Responsibilities
15.County shall provide operator, fuel, lubricants, filters, air cleaners, fueling, daily visual safety checks,
and maintenance as specified by the equipment manufacturer during the rental period and prior to
pick-up or delivery back to the Contractor.
a.Tire damage is the responsibility of the County (normal tire wear shall be covered by
Contractor).
16.The County shall be responsible for returning the equipment back to the Contractor at the end of the
rental period, in the same condition as it was received.
a.These specifications shall be provided to County, in writing, no later than the date of delivery
of rented equipment.
17.County will be responsible for costs related to any damage/replacement caused by neglect, mis-use,
and theft/vandalism which may occur during the rental period.
18.The County must provide a minimum of twenty-four (24) hour notification to the Contractor, allowing
adequate time for the Contractor to coordinate pick-up.
Failure to pick up the equipment, with proper notification, shall not result in an additional charge to the
County, nor hold the County responsible.
Attachment C - RFQ 22-010
Page 18 of 25
QUOTATION SCHEDULE INSTRUCTIONS
• Bidder will provide make and model of the equipment in the space provided
• All Quotations must be submitted on the forms provided.
• Daily rental rate shall be based on an 8-hour day.
• Weekly rental rate, per item, shall be based on a 5-day, 8-hour day.
• Monthly rental rate shall be based on a calendar month.
• Rental rates will not accrue during equipment downtime.
• In the event a daily rental becomes a weekly rental, or a weekly rental becomes
a monthly rental, the rental shall be rated as the extension occurs, i.e. the rental
is for 3 days, yet the equipment is kept for a week, at the end of the week, the
records will be changed to reflect the weekly rental rate, so that the rental rate is
always the exact rate of rental.
• If a rental, by the day or weekly, exceeds the 8-hour per day period, the daily
rental rate shall be divided by 8 to determine the hourly rental rate to be added.
• For equipment picked up at a rental facility, rental charges will begin when
equipment leaves the rental facility and will end when the equipment is returned
to rental facility.
• For equipment being delivered to a job location, the rental period will begin at
the time of delivery at the job location and will end when the vendor receives a
date from the County to pick up the equipment.
• Costs shall be a base rate that includes:
All environmental fees, fuel service charges, and related incidentals.
The Base Rates do not include any mandatory taxes, when applicable.
• • Requests for additional costs not itemized below will be not honored by the
County, unless prior approval from County is received by vendor.
• • Requests for additional equipment not listed below requested by the
County will be priced equal to Similar piece of equipment.
• No minimum or maximum level of sales volume is guaranteed or implied in
awarded agreements made under this RFQ
• The County anticipates that 90% of the service requests will be pick-up.
• County desires to include, less commonly rented equipment:
Attachment C - RFQ 22-010
Page 19 of 25
• stump grinders with trailer
a. trencher and trailer
b. concrete saw and blades
c. cut-off saws
d. various size generators
e. welders etc.
Bidders are instructed to include a complete list of additional equipment available for rent,
but not listed on the attached Quotation Schedule.
Bids will be awarded based on the lowest quote provided for PART 1.
Attachment C - RFQ 22-010
Page 20 of 25
QUOTATION SCHEDULE
PART 1:
Equipment
Description
Make Model Year Size Daily
Rental
Rate
Weekly
Rental
Rate
Monthly
Rental
Rate
Pickup/Delivery
Normal
Response Per
Mile
Delivery
Emergency
Response
DOZERS:
50,000 lb/200hp
40,000 lb/150 hp
29,000 lb/121 hp
Crawler
WHEELERS:
3.5 yard
3 yard
2.5 yard
w/ Quick Coupler
BACKHOES:
102 hp
94 hp
SKID STEER
TRACTORS:
2,1500 lb
1,550 lb
Compact Track
Loader
ROLLERS:
84” wide
smooth/pad single
drum/sheepsfoot
66” wide
smooth/pad single
drum/sheepsfoot
39” double drum
asphalt
48” double drum
asphalt
9 wheel
pneumatic
Vibratory
roller/single drum
smooth 40-49”
MOTOR
GRADERS:
16’ blade/270 hp
14’ blade/150 hp
WATER
TRUCKS:
2,000-2,9999 gal
3,000 – 3,999 gal
VACUUM
TRAILERS:
500 gal
800 gal
Attachment C - RFQ 22-010
Page 21 of 25
BOOM LIFTS:
45 foot
60 foot
80 foot
AIR HOSE:
Air Hose ¾” x 50’
Air Hose ½” x 50’
AIR
COMPRESSORS:
100 csm
185 csm
MISC. ITEMS:
Skid Loader
Forklift 5,000
Woodchipper 12”
PART 2:
Additional Items
Equipment
Description
Make Model Year Size Daily
Rental
Rate
Weekly
Rental
Rate
Monthly
Rental
Rate
Pickup/Delivery
Normal
Response Per
Mile
Delivery
Emergency
Response
HYDRUALIC
EXCAVATORS:
102,000 lb
74,000 lb
65,000 lb
64,000 lb
55,000 lb
45,000 lb
38,000 lb
Mini
BOOMS:
45’
knuckle/straight
boom
60’
knuckle/straight
boom
80’ knuckle/
straight
6k Reach fork
8k Reach fork
9k Reach fork
10k Reach fork
12k Reach fork
ROLLERS:
Vibratory, single
drum smooth
50-55”
57” double
drum asphalt
66” double
drum asphalt
Attachment C - RFQ 22-010
Page 22 of 25
SKID STEER
TRACTORS:
Track type
10,550 lb/90 hp
Track type
8,880 lb/74 hp
2,700 lb
MISC. ITEMS:
Arrow board
solar
Message board
solar
Walk behind
Brush Cutter
Stump Grinder
20-30 hp
Motor Grader
14’ blade/ 190
hp
Wheeler Loader
4 yard
Dozer 60,000
lb/240 hp
Attachment C - RFQ 22-010
Page 23 of 25
CHECK LIST
This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list,
are important requirements and is the responsibility of the bidder to submit with the bid package in order to
make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the
bid in its entirety.
Check off each of the following:
1. The Request for Quotation (RFQ) has been signed and completed.
2. Addenda, if any, have been signed and included in the bid package.
3. The completed Reference List as provided with this RFQ.
4. The Quotation Schedule as provided with this RFQ has been completed, price reviewed for
accuracy and any corrections initialed.
5. Indicate all of bidder exceptions to the County’s requirements, conditions and specifications
as stated within this RFQ.
6. The Participation page as provided within this RFQ has been signed and included
7. Bidder to Complete page as provided with this RFQ.
8. Return checklist with RFQ response.
9. Completed RFQ in pdf format, electronically submitted to the Bid Page on Public
Purchase.
Attachment C - RFQ 22-010
Page 24 of 25
COUNTY OF FRESNO
ADDENDUM NUMBER: ONE (1)
RFQ NUMBER: 22-010
HEAVY DUTY EQUIPMENT RENTAL
Issue Date: October 6, 2021
CLOSING DATE: OCTOBER 19, 2021 AT 2:00 PM
Submit all Questions and Quotations on the Bid Page at Public Purchase.
For assistance contact Debbie Scharnick at (559) 600-7110.
NOTE THE FOLLOWING ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR
QUOTATION NUMBER: 22-010 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS
ADDENDUM WITH YOUR QUOTATION.
Q1. To satisfy the LITERATURE requirement, as a time saver to the end user, can bidder provide a list of URL links
to manufacture product specification sheets instead of providing hard copies?
A1. Yes.
Q2. Can you provide a sample copy of the Safety Data Sheet mentioned on Page 8 of the bid document?
A2. SDS sheets are not required at time of bid or contract proposal. If requested by County, SDS sheets for heavy
equipment machinery can include, but are not limited to, material name, chemical description, and manufacturer
information of a vehicle. Safety Data Sheets (SDS) are designed to provide emergency response personnel and users
of hazardous materials with the proper procedures for handling or working with a particular substance.
Q3. On Page 8, under MATERIALS TO BE NEW, it infers that all equipment must be new. However, this
requirement appears to contradict item 4b which states "Equipment being fairly new (used not more than 2000
hrs.)" on page 16 under Scope of Work. Can you please clarify the standard?
A3. “MATERIALS TO BE NEW” is part of our standard boilerplate please use the Scope of Work….. “used not more than
2,000 hours”
ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFQ 22-010
COMPANY NAME: (PRINT)
SIGNATURE:
NAME & TITLE: (PRINT)
Purchasing Use: DS:st ORG/Requisition: 4510, 9020, 9026, 9028 / 5102200055, 9022200006,
9282200002, 8262200042
Attachment C - RFQ 22-010
Page 25 of 25
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
Attachment D
Contractor Responses
[Contractor Responses are attached immediately hereafter.]
Page 1 of 63
D – 1
Page 2 of 63
October 19th, 2021
County of Fresno
Attn: Debbie Scharnick
RE: RFQ Number 22-010, HEAVY DURY EQUIPMENT RENTAL
Ms. Scharnick
Thank you for giving Ahern Rentals, Inc the opportunity to provide information regarding the above-mentioned
bid.
Enclosed find the completed and signed following documents,
•RFQ Form
•Participation Form
•Reference List
•Quotation Schedule
•Addenda
•Checklist
If you have any questions or concerns, please feel free to contact me directly at (619) 622-5669 or
gov@ahern.com
Sincerely,
James Anderson
Government National Account Manager
Page 3 of 63
Page 4 of 63
COUNTY OF FRESNO
REQUEST FOR QUOTATION
NUMBER: 22-010
HEAVY DUTY EQUIPMENT RENTAL
Issue Date: September 21, 2021
Closing Date: OCTOBER 19, 2021 AT 2:00 PM
All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase.
For assistance, contact Debbie Scharnick at Phan~ (559) 600-7110 .
BIDDER TO COMPLETE
Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ.
Bid must be signed and dated by an authorized officer or employee.
Except as noted on individual items , the following will apply to all items in the Quotation Schedule:
• A cash discount of
Ahern Rentals , Inc.
COMPANY
J mes Anderson
CONTACT PERSON
1401 Mineral Avenue
ADDRESS
Las Vegas
CITY
{702) 647 -81 00
--~0 ___ % ___ 0~--days will apply. County does not accept terms less than 15 days.
Nevada 89106
STATE ZIP CODE
TELEPHONENUM~ ~
gov@ahern.com
E-MAIL ADDRESS
AUTHORIZED SIGNATURE
Edward Arant
PRINT NAME
Purchasing Use: DS :st
VP Of National Accounts
TITLE
ORG/Requisition: 4510 , 9020 , 9026, 9008 / 5102200055 , 9022200006,
9282200002,8262200042
G:IPulllic\RFQ\FY 2021-22\22-010 Heavy Duty Equipment Rental\22-010 Heavy Duly Equipment Rental.docx
BIDDER TO COMPLETE:
GUARANTEED PICK UP AND/OR DELIVERY: Bidder will be considered in award of bid only if they can
guarantee. Enter guarantee on this line (i.e. number of days from receipt of order to delivery):
SERVICE LOCATION:
State all locations, including street address, where service can be obtained. Failure to furnish this
information will be cause for rejection of bid.
SUBCONTRACTORS:
List all subcontractors that would perform work in excess of one/half of one percent of the total amount of
your bid, and state general type of work such subcontractor would be performing. The primary contractor is
not relieved of any responsibility by virtue of using a subcontractor:
BUSINESS LICENSE/PERMIT:
Bidder to possess appropriate license for the project in accordance with current regulations/statutes.
The bidder shall possess a current State of California Business License/Permit. The proposal must indicate
the license held by the bidder, which enables him/her to perform the work.
Number and Class:
Date of Issue:
Bidder must also submit verification of Business License/Permit from the Department of Tax and Fee
Administration. Failure to submit verification may result in bidder’s response being considered non-
responsive.
within 48 hours
3591 E Date Ave
Fresno, CA 93725
3591 E Date Ave
Fresno, CA 93725
N/A
097573017-00037 California Seller's Permit
02/22/2021
Page 5 of 63
Page 6 of 63
Quotation No. 22-010 Page 14
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.
[/7 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)
VP Of National Accounts
Title
G:IPUBLIC IRFQIFY 2021-22122-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOC X
ENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION.
Firm:
REFERENCE LIST
Provide a list of at least five (5) customers for whom you have recently provided similar
products/services. If you have held a contract for similar services with the County of Fresno within
the past seven (7) years, list the County as one of your customers. Please list the person most
familiar with your contract. Be sure to include all requested information.
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ.
Ahern Rentals, Inc.
Los Angeles DWP Chuck Rubin, Fleet Manager
14401 Saticoy St
Van Nuys CA 91405
818 771-4925 July 2016 - July 2019
Rental of heavy equipment to various locations
San Diego County Rene Lelevier, Procurement Specialist
1600 Descanso Ave
San Marcos CA 92078
858 505-6545
Rental of heavy equipment to various locations
January 2018 - Present
Santa Clara Valley Water District Kimberly Grundy
5750 Almaden Expressway
San Jose CA 95118
408 265-2607 June 1, 2020 - May 31, 2021
Rental of Heavy Equipment to various locations
Pacific Gas & Electric Carmel Redell
San Ramon CA 94583
925 415-2665 September 15, 2020 - September 23, 2023
Rental of Heavy Equipment to various locaitons
3401 Crow Canyon Rd
County of Riverside
February 28, 2021 - February 28, 2026
14310 Frederick Street
Moreno Valley CA 92553
Precious Carter
951 955-3390
Rental of Heavy Equipment
Page 7 of 63
QUOTATION SCHEDULE
PART 1:
Equipment
Description
Make Model Year Size Daily
Rental
Rate
Weekly
Rental
Rate
Monthly
Rental
Rate
Pickup/Delivery
Normal
Response Per
Mile
Delivery
Emergency
Response
DOZERS:
50,000 lb/200hp
40,000 lb/150 hp
29,000 lb/121 hp
Crawler
WHEELERS:
3.5 yard
3 yard
2.5 yard
w/ Quick Coupler
BACKHOES:
102 hp
94 hp
SKID STEER
TRACTORS:
2,1500 lb
1,550 lb
Compact Track
Loader
ROLLERS:
84” wide
smooth/pad single
drum/sheepsfoot
66” wide
smooth/pad single
drum/sheepsfoot
39” double drum
asphalt
48” double drum
asphalt
9 wheel
pneumatic
Vibratory
roller/single drum
smooth 40-49”
MOTOR
GRADERS:
16’ blade/270 hp
14’ blade/150 hp
WATER
TRUCKS:
2,000-2,9999 gal
3,000 – 3,999 gal
VACUUM
TRAILERS:
500 gal
800 gal
John Deere 700K 32,585lb 710.00 2565.00 7,250.00
John Deere 624K 3.5-3.9yd 755.00 2150.00 6000.00
John Deere 544K 550.00 1,900.003-3.25yd 4,950.00
John Deere 524K 2.5-3yd 500 1,635.00 4,595.00
Case 580 80-90HP 350.00 1,175.00 2,950.00
John Deere 312 42-60HP 275.00 785.00 1,750.00
Kubota SSV75 73.5HP 295.00 850.00 1,995.00
XCMG CV122PD 495.00 1,800.00 5,000.00
XCMG CV83 420.00 1,600.00 3995.0082HP
130HP
Dynapac CC900 20HP 300.00 900.00 2,100.00
Dynapac CC1200 33HP 400.00 1,200.00 2,400.00
Freightliner 2000 gal 350.00 1,000.00 2,795.00
Ford 4000 gal 450.00 1,650.00 4,595.00
2016
2015
2015
2015
2017
2016
2017
2016
2016
2016
2016
2019
2019
7.50
7.50
7.50
7.50
F750
M2106
7.50
7.50
7.50
7.50
7.50
7.50
7.50
7.50
7.50
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
Page 8 of 63
BOOM LIFTS:
45 foot
60 foot
80 foot
AIR HOSE:
Air Hose ¾” x 50’
Air Hose ½” x 50’
AIR
COMPRESSORS:
100 csm
185 csm
MISC. ITEMS:
Skid Loader
Forklift 5,000
Woodchipper 12”
PART 2:
Additional Items
Equipment
Description
Make Model Year Size Daily
Rental
Rate
Weekly
Rental
Rate
Monthly
Rental
Rate
Pickup/Delivery
Normal
Response Per
Mile
Delivery
Emergency
Response
HYDRUALIC
EXCAVATORS:
102,000 lb
74,000 lb
65,000 lb
64,000 lb
55,000 lb
45,000 lb
38,000 lb
Mini
BOOMS:
45’
knuckle/straight
boom
60’
knuckle/straight
boom
80’ knuckle/
straight
6k Reach fork
8k Reach fork
9k Reach fork
10k Reach fork
12k Reach fork
ROLLERS:
Vibratory, single
drum smooth
50-55”
57” double
drum asphalt
66” double
drum asphalt
Snorkel A46JRT 45'-46'350.00 950.00 1,750.00
Snorkel AB60J 435.00 1,225.00 2,500.0060'
JLG 800AJ 80'760.00 2,410.00 4,500.00
50'10.00 15.00 30.00
Atlas Copco XAS 185 185CFM 155.00 450.00 850.00
Hyster H50 15'7"210.00 500.00 1,250.00
XCMG XE360U 258HP 900.00 3,350.00 8,500.00
XCMG XE210CU 172HP 695.00 2,300.00 6,200.00
HItachi 160L 110HP 595.00 1,85.00 4,700.00
Kubota KX080 55HP 475.00 1,425.00 3,600.00
JLG 450AJ 45'350.00 950.00 1,750.00
JLG 600AJ 60'435.00 1,225.00 2,500.00
Genie Z80/60 80'760.00 2,410.00 4,400.00
Skytrak 6036 6000lb 36'385.00 1,200.00 2,200.00
Xtreme XR842 8000lb 42'450.00 1,450.00 2,900.00
Xtreme XR944ECA 9000lb 44'450.00 1,450.00 2,900.00
Xtreme XE 1045EC 10000lb 45'550.00 1,850.00 3.650.00
Xtreme XR1245EC 12000lb 45'625.00 1,995.00 4,200.00
2019
2019
2019
2019
2020
2016
2019
2016
2019
2019
2019
2019
2020
2020
2019
2019
2019
7.50
7.50
7.50
7.50
7.50
7.50
20.00
10.00
7.50
7.50
7.50
7.50
7.50
7.50
7.50
7.50
7.50
7.50
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +20.00/mile
$250 +10.00/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
Page 9 of 63
SKID STEER
TRACTORS:
Track type
10,550 lb/90 hp
Track type
8,880 lb/74 hp
2,700 lb
MISC. ITEMS:
Arrow board
solar
Message board
solar
Walk behind
Brush Cutter
Stump Grinder
20-30 hp
Motor Grader
14’ blade/ 190
hp
Wheeler Loader
4 yard
Dozer 60,000
lb/240 hp
Scraper – 23
cubic yard
John Deere 333E 400.00 1,240.00 2,995.00
John Deere 319E 375.00 1,115.00 2,800.00
Kubota SVL 95 400.00 1,240.00 2,995.00
92hp
74hp
74hp
2015
2016
2016
7.50
7.50
7.50
$250 +7.50/mile
$250 +7.50/mile
$250 +7.50/mile
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
Page 10 of 63
Page 11 of 63
COUNTY OF FRESNO
ADDENDUM NUMBER: ONE (1)
RFQ NUMBER: 22-010
HEAVY DUTY EQUIPMENT RENTAL
Issue Date: October 6, 2021
CLOSING DATE: OCTOBER 19, 2021 AT 2:00 PM
Submit all Questions and Quotations on the Bid Page at Public Purchase.
For assistance contact Debbie Scharnick at (559) 600-7110.
NOTE THE FOLLOWING ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR
QUOTATION NUMBER: 22-010 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS
ADDENDUM WITH YOUR QUOTATION.
Q1, To satisfy the LITERATURE requirement, as a time saver to the end user, can bidder provide a list of URL links
to manufacture product specification sheets instead of providing hard copies?
Af Yes.
Q~. Can you provide a sample copy of the Safety Data Sheet mentioned on Page 8 of the bid document?
A?. SOS sheets are not required at time of bid or contract proposal. If requested by County, SOS sheets for heavy
equipment machinery can include, but are not limited to, material name, chemical description, and manufacturer
information of a vehicle. Safety Data Sheets (SOS) are designed to provide emergency response personnel and users
of hazardous materials with the proper procedures for handling or working with a particular substance.
Q3. On Page 8, under MATERIALS TO BE NEW, it infers that all equipment must be new. However, this
requirement appears to contradict item 4b which states "Equipment being fairly new (used not more than 2000
hrs.)" on page 16 under Scope of Work. Can you please clarify the standard?
A.l "MATERIALS TO BE NEW' is part of our standard boilerplate please use the Scope of Work ..... "used not more than
2,000 hours"
ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE l1) TO RFC 22-01 O
COMPANY NAME:
SIGNATURE:
NAME & TITLE:
Purchasing Use: DS:st
Ahern Rentals, Inc.
(PRINT)
Edward Arant VP of National Accounts
(PRINT)
ORG/Requisition: 4510, 9020 , 9026, 9028 I 5102200055, 9022200006,
9282200002,8262200042
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 ADDENDUM 1.DOCX
CHECK LIST
This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list,
are important requirements and is the responsibility of the bidder to submit with the bid package in order to
make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the
bid in its entirety.
Check off each of the following:
1.The Request for Quotation (RFQ) has been signed and completed.
2.Addenda, if any, have been signed and included in the bid package.
3.The completed Reference List as provided with this RFQ.
4.The Quotation Schedule as provided with this RFQ has been completed, price reviewed for
accuracy and any corrections initialed.
5.Indicate all of bidder exceptions to the County’s requirements, conditions and specifications
as stated within this RFQ.
6.The Participation page as provided within this RFQ has been signed and included
7.Bidder to Complete page as provided with this RFQ.
8.Return checklist with RFQ response.
9.Completed RFQ in pdf format, electronically submitted to the Bid Page on Public
Purchase.
N/A
Page 12 of 63
_y_
✓
_y_
✓
D – 2
Page 13 of 63
G:\Public\RFQ\FY 2021-22\22-010 Heavy Duty Equipment Rental\22-010 Heavy Duty Equipment Rental.docx
COUNTY OF FRESNO
REQUEST FOR QUOTATION
NUMBER: 22-010
HEAVY DUTY EQUIPMENT RENTAL
Issue Date: September 21, 2021
Closing Date: OCTOBER 19, 2021 AT 2:00 PM
All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase.
For assistance, contact Debbie Scharnick at Phone (559) 600-7110.
BIDDER TO COMPLETE
Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ.
Bid must be signed and dated by an authorized officer or employee.
Except as noted on individual items, the following will apply to all items in the Quotation Schedule:
x A cash discount of % days will apply. County does not accept terms less than 15 days.
COMPANY
CONTACT PERSON
ADDRESS
CITY STATE ZIP CODE
( )
TELEPHONE NUMBER E-MAIL ADDRESS
AUTHORIZED SIGNATURE
PRINT NAME TITLE
Purchasing Use:DS:st ORG/Requisition:4510, 9020, 9026, 9008 / 5102200055, 9022200006,
9282200002, 8262200042
0
Herc Rentals Inc.
3057 S Golden State Frontage Rd
Fresno CA 93725
Jason Oosterbeek Vice President
PHONE NUMBMMMMMMMMMMMMMMMMMMMMMMMMMMMER
ORIZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZZEDEEEEEEEEEEEEEEEE SIGNATURE
oooooooooooooon Oosterbeek
559 497-1960
Scott Lops
Page 14 of 63
7
Quotation No. 22-010 Page 2
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
TABLE OF CONTENTS
PAGE
KEY DATES .................................................................................................................... 3
OVERVIEW ..................................................................................................................... 3
BID INSTRUCTIONS ...................................................................................................... 4
GENERAL REQUIREMENTS & CONDITIONS ............................................................... 5
INSURANCE REQUIREMENTS ................................................................................... 12
PARTICIPATION ........................................................................................................... 14
REFERENCE LIST ........................................................................................................ 15
SCOPE OF WORK ........................................................................................................ 16
QUOTATION SCHEDULE INSTRUCTIONS ................................................................. 18
QUOTATION SCHEDULE ............................................................................................. 20
CHECK LIST ................................................................................................................. 23
Page 15 of 63
Quotation No. 22-010 Page 3
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
KEY DATES
RFQ Issue Date: September 21, 2021
Written Questions for RFQ Due: October 5, 2021 at 10:00 AM
Questions must be submitted on the Bid Page at Public Purchase.
RFQ Closing Date: October 19, 2021 at 2:00 PM
Quotations must be electronically submitted on the Bid Page.
OVERVIEW
The County of Fresno is soliciting bids to provide all labor, materials equipment, permits, fees, taxes and
insurance etc., to provide heavy equipment rental services as specified herein.
Page 16 of 63
Quotation No. 22-010 Page 4
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
BID INSTRUCTIONS
x Bidders must electronically submit bid package in pdf format, no later than the quotation closing date
and time as stated on the front of this document, to the Bid Page on Public Purchase. The County will
not be responsible for and will not accept late bids due to slow internet connection or incomplete
transmissions.
x Bids received after the closing time will NOT be considered.
x All quotations shall remain firm for 180 days.
x Interpretation: Should any discrepancies or omissions be found in the bid specifications or doubt as to
their meaning, the bidder shall notify the Buyer in writing at once. The County shall not be held
responsible for verbal interpretations. Questions regarding the bid must be received by Purchasing
prior to the date and time stated within this document. All addenda issued shall be in writing, duly
issued by Purchasing and incorporated into the contract.
x ISSUING AGENT/AUTHORIZED CONTACT: This RFQ has been issued by County of Fresno,
Purchasing. Purchasing shall be the vendor’s sole point of contact with regard to the RFQ, its
content, and all issues concerning it.
All communication regarding this RFQ shall be directed to an authorized representative of County
Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with his or
her telephone number, and he or she should be the primary point of contact for discussions or
information pertaining to the RFQ. Contact with any other County representative, including elected
officials, for the purpose of discussing this RFQ, its content, or any other issue concerning it, is
prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having
unauthorized contact (verbally or in writing) with such other County representatives, may constitute
grounds for rejection by Purchasing of the vendor’s quotation.
The above stated restriction on vendor contact with County representatives shall apply until the
County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in
the event that a vendor initiates a formal protest against the RFQ, such vendor may contact the
appropriate individual, or individuals who are managing that protest as outlined in the County’s
established protest procedures. All such contact must be in accordance with the sequence set forth
under the protest procedures. Second, in the event a public hearing is scheduled before the Board of
Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may
address the Board.
x APPEALS: Appeals must be submitted in writing within seven (7) working days after notification of
proposed recommendations for award. A “Notice of Award” is not an indication of County’s
acceptance of an offer made in response to this RFQ. Appeals shall be submitted to County of
Fresno Purchasing, 333 W. Pontiac Way, Clovis, CA 93612 and in Word format to
gcornuelle@FresnoCountyCA.gov. Appeals should address only areas regarding RFQ contradictions,
procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest,
and inappropriate or unfair competitive procurement grievance regarding the RFQ process.
Purchasing will provide a written response to the complainant within seven (7) working days unless
the complainant is notified more time is required. If the appealing bidder is not satisfied with the
decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office
within seven (7) working days after Purchasing’s notification; if the appealing bidder is not satisfied
with CAO’s decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if
the appeal will be going to the Board of Supervisors.
Page 17 of 63
Quotation No. 22-010 Page 5
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
GENERAL REQUIREMENTS & CONDITIONS
LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID
PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do
not apply to this Request for Quotation.
DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer
to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is
identified on page one of this Request For Quotation (RFQ).
INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications
and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services
required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or
has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from
Purchasing by October 5, 2021 at 10:00 AM, cut-off.
Questions must be submitted on the Bid Page at Public Purchase or contact Debbie Scharnick at (559) 600-
7110.
NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date.
Any change in the Request for Quotation will be made by written addendum issued by the County. The
County will not be responsible for any other explanations or interpretations.
AWARD: Award will be made to the vendor(s) offering the services, products, prices, delivery, equipment
and system deemed to be to the best advantage of the County. Past performance (County contracts within
the past seven years) and references may factor into awarding of a contract. The County shall be the sole
judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response
to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written
Purchase Order by Fresno County Purchasing.
RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive
informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested
information could result in rejection of your quotation.
CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and
special district building codes, laws, ordinances, and regulations.
SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.975% regardless of
vendor's place of doing business.
TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes
direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless
otherwise specified herein.
TAXES, CHARGES AND EXTRAS:
A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K.
B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where
shipping papers show consignee as County of Fresno.
C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid.
Page 18 of 63
----
Quotation No. 22-010 Page 6
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing quality and
style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully
describes items that you are bidding.
No exceptions to or deviations from this specification will be considered unless each exception or deviation is
specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown, the
bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with
this specification is the responsibility of the bidder.
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.
PACKAGING: Each item listed in the bid gives as part of its description the minimum packaging size that
the County would order. The County feels it more reasonable to order the successful bidder's standard
"carton" sizes; therefore, each bidder is asked to fill in the information for each item. Normally the
circumstances resort to minimum package size orders. Be sure to fill in your "standard" carton size on the
quotation schedule if different from stated.
Quote separate prices on each individual item in County unit of measure (i.e., EA, DZ, PG, not your standard
carton price).
VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist
County departments in determining their product requirements.
MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed
terms, conditions and requirements with the selected vendor.
BIDDERS’ LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in
responding to the RFQ.
PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services
and activities offered in the quotation, whether or not they are provided directly. Further, the County of
Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters,
including payment of any and all charges resulting from the contract. The contractor may not subcontract or
transfer the contract, or any right or obligation arising out of the contract, without first having obtained the
express written consent of the County.
PRICES: Bidder agrees that prices quoted are for the contract period, and in the event of a price decline
such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination.
CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business
practices and safeguard confidential data which vendor staff may have access to in the course of system
implementation.
NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third
party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno.
Page 19 of 63
Quotation No. 22-010 Page 7
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each
proposer/bidder which may include collection of appropriate criminal history information, contractual and
business associations and practices, employment histories and reputation in the business community. By
submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make
available to the County such books and records the County deems necessary to conduct the inquiry.
ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided
to all agencies and organizations that receive the basic RFQ.
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 electronically to PWPBusinessOffice@fesnocountyca.gov.
Each invoice shall reference the purchase order or contract number and the equipment number if applicable.
PAYMENT: County will make partial payments for all purchases made under the contract/purchase order
and accumulated during the month. Terms of payment will be net forty-five (45) days. County will consider
the Bidder’s Cash discount Offer, in lieu of the net forty-five (45) days payment terms.
CONTRACT TERM: It is County’s intent to contract with the successful bidder for a term of three (3)
years.
RENEWAL: Agreement may be renewed for a potential of two (2) one (1) year periods, based on the mutual
written consent of all parties.
QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no
minimum amount. The County reserves the right to increase or decrease quantities.
ORDERING: Orders will be placed as required by the various County Departments.
TERMINATION: The County reserves the right to terminate any resulting contract upon written notice.
INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by
Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR,
including any and all of Contractor’s officers, agents, and employees will at all times be acting and
performing as an independent contractor, and shall act in an independent capacity and not as an officer,
agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, County shall
have no right to control or supervise or direct the manner or method by which Contractor shall perform its
work and function. However, County shall retain the right to administer this Agreement so as to verify that
Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and
Page 20 of 63
Quotation No. 22-010 Page 8
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
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 (including
attorney’s fees and costs), damages, liabilities, claims and losses occurring or resulting to County in
connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under
this Agreement and from any and all costs and expenses (including attorney’s fees and costs), damages,
liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or
damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under
this Agreement.
MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid
will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the
items, which the bidder proposes to furnish, together with full descriptive literature on all items so
enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of
functioning and structural characteristics for those details which differ from the specifications listed herein.
SAFETY DATA SHEETS: With the invoice or within twenty-five (25) days of delivery, the seller must
provide to the County a Safety Data Sheet for each product, which contains any substance on “The List of
800 Hazardous Substances”, published by the State Director of Industrial Relations. (See Hazardous
Substances Information and Training Act, California State Labor Code Sections 6360 through 6399.7.)
RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with
documentation) recycled or recyclable products/materials which meet stated specifications.
EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined
the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of
all problems affecting it. No variations or allowance from the contract sum will be made because of lack of
such examination.
DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc., by the
contractor in the performance of his work shall be replaced or repaired and restored to original condition by
the contractor.
CLEAN UP: The Contractor shall at all times, keep the premises clean from accumulation of waste
materials or rubbish caused by his employees or work and shall remove all resulting work debris from the job
site.
WATER, POWER & TOILET FACILITIES: Successful bidder may use County owned water, power and
toilet facilities at job site (when existing) at no expense to the successful bidder. Successful bidder will be
Page 21 of 63
Quotation No. 22-010 Page 9
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
required, however, to provide piping, fittings and other items as necessary to bring water and power from
existing service to 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.
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.
PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond.
BONDING COMPANY: The company issuing bonds shall be a corporate surety admitted by the California
Insurance Commissioner to do business in the State of California with an A.M Best rating of B++ VIII or
better.
GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period
of one (1) year. Such one (1) year period shall commence upon the date of final acceptance by County. The
guarantee shall include but in no way be limited to workmanship, equipment and materials.
DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California.
Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for
the Eastern District of California in Fresno, CA or in a state court for Fresno County.
DEFAULT: In case of default by the selected bidder, the County may procure the services from another
source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by
any other legal means available to the County.
Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and
materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release
vendor from any obligation hereunder
ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment
or portions of payments without prior written consent of the County of Fresno.
ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil
Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and
all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance
for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The
contractor must also guarantee that services, or workmanship, provided will be performed in compliance with
all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the
nature required under this RFQ. In addition, the contractor may be required to provide evidence
substantiating that their employees have the necessary skills and training to perform the required services or
work.
OBLIGATIONS OF CONTRACTOR: Contractor warrants on behalf of itself and all subcontractors
engaged for the performance of the ensuing contract that only persons authorized to work in the United
States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be
employed in the performance of the work hereunder.
Page 22 of 63
Quotation No. 22-010 Page 10
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
TIE BIDS: With all other factors being equal, the contract shall be awarded to the Fresno County vendor
or, if neither or both are Fresno County vendors, the tied vendors will be granted the opportunity to submit
new bids or the entire bid may be rejected and re-bid. If the General Requirements of the RFQ state that
they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over
this paragraph.
DATA SECURITY: Individuals and/or agencies that enter into a contractual relationship with the County for
the purpose of providing services must employ adequate controls and data security measures, both internally
and externally to ensure and protect the confidential information and/or data provided to contractor by the
County, preventing the potential loss, misappropriation or inadvertent access, viewing, use or disclosure of
County data including sensitive or personal client information; abuse of County resources; and/or disruption
to County operations.
Individuals and/or agencies may not connect to or use County networks/systems via personally owned
mobile, wireless or handheld devices unless authorized by County for telecommuting purposes and provide a
secure connection; up to date virus protection and mobile devices must have the remote wipe feature
enabled. Computers or computer peripherals including mobile storage devices may not be used (County or
Contractor device) or brought in for use into the County’s system(s) without prior authorization from County’s
Chief Information Officer and/or designee(s).
No storage of County’s private, confidential or sensitive data on any hard-disk drive, portable storage device
or remote storage installation unless encrypted according to advance encryption standards (AES of 128 bit
or higher).
The County will immediately be notified of any violations, breaches or potential breaches of security related
to County’s confidential information, data and/or data processing equipment which stores or processes
County data, internally or externally.
County shall provide oversight to Contractor’s response to all incidents arising from a possible breach of
security related to County‘s confidential client information. Contractor will be responsible to issue any
notification to affected individuals as required by law or as deemed necessary by County in its sole
discretion. Contractor will be responsible for all costs incurred as a result of providing the required
notification.
AUDITS AND RETENTION: The Contractor shall maintain in good and legible condition all books,
documents, papers, data files and other records related to its performance under this contract. Such records
shall be complete and available to Fresno County, the State of California, the federal government or their
duly authorized representatives for the purpose of audit, examination, or copying during the term of the
contract and for a period of at least three (3) years following the County's final payment under the contract or
until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be
retained in the manner described above until all pending matters are closed.
Page 23 of 63
Quotation No. 22-010 Page 11
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
BIDDER TO COMPLETE:
GUARANTEED PICK UP AND/OR DELIVERY: Bidder will be considered in award of bid only if they can
guarantee. Enter guarantee on this line (i.e. number of days from receipt of order to delivery):
SERVICE LOCATION:
State all locations, including street address, where service can be obtained. Failure to furnish this
information will be cause for rejection of bid.
SUBCONTRACTORS:
List all subcontractors that would perform work in excess of one/half of one percent of the total amount of
your bid, and state general type of work such subcontractor would be performing. The primary contractor is
not relieved of any responsibility by virtue of using a subcontractor:
BUSINESS LICENSE/PERMIT:
Bidder to possess appropriate license for the project in accordance with current regulations/statutes.
The bidder shall possess a current State of California Business License/Permit. The proposal must indicate
the license held by the bidder, which enables him/her to perform the work.
Number and Class:
Date of Issue:
Bidder must also submit verification of Business License/Permit from the Department of Tax and Fee
Administration. Failure to submit verification may result in bidder’s response being considered non-
responsive.
3057 S Golden State Frontage Rd, Fresno, CA 93725
2 days, based on availability at time of request
N/A
C0505045
02/24/1966
Page 24 of 63
Quotation No. 22-010 Page 12
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
INSURANCE REQUIREMENTS
INSURANCE: Without limiting the County’s right to obtain indemnification from Contractor or any third
parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies
or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint
Powers Agreement (JPA) throughout the term of the Agreement:
A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two
Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars
($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific
coverage including completed operations, product liability, contractual liability, Explosion-Collapse-
Underground, fire legal liability or any other liability insurance deemed necessary because of the
nature of the contract.
B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One
Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage
should include any auto used in connection with this Agreement.
C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W.,
M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million
Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate.
This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole
expense, in full force and effect for a period of three years following the termination of this Agreement,
one or more policies of professional liability insurance with limits of coverage as specified herein.
D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the
California Labor Code.
Additional Requirements Relating to Insurance:
Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of
Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only
insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall
apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers,
agents and employees shall be excess only and not contributing with insurance provided under Contractor's
policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days
advance written notice given to County.
Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts
paid by the policy of worker’s compensation insurance required by this Agreement. Contractor is solely
responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of
subrogation, but Contractor’s waiver of subrogation under this paragraph is effective whether or not
Contractor obtains such an endorsement.
Within thirty (30) days from the date Contractor executes this Agreement, Contractor shall provide
certificates of insurance and endorsement as stated above for all of the foregoing policies, as required
herein, to the County of Fresno, Public Works and Planning, Attn: Gabriela Rodriguez-Noland, 2220
Tulare Street, 6th Floor, Fresno, CA 93721 , stating that such insurance coverage have been obtained and
are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any
premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its
officers, agents and employees, individually and collectively, as additional insured, but only insofar as the
operations under this Agreement are concerned; that such coverage for additional insured shall apply as
primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and
employees, shall be excess only and not contributing with insurance provided under Contractor's policies
herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days
advance, written notice given to County. Certificates of insurance are to include the contract number at
the top of the first page.
Page 25 of 63
Quotation No. 22-010 Page 13
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County
may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of
such event.
All policies shall be with admitted insurers licensed to do business in the State of California. Insurance
purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or
better.
Page 26 of 63
Quotation No. 22-010 Page 14
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
BIDDER TO COMPLETE THE FOLLOWING:
PARTICIPATION
The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno,
Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties.
Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by
one of the other agencies.
Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make
payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original
contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate
whether you would extend the same terms and conditions to all tax supported agencies within this group as
you are proposing to extend to Fresno County.
Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley
Purchasing Group and other tax supported agencies.
No, we will not extend contract terms to any agency other than the County of Fresno.
(Authorized Signature)
Title
X
Vice President
(Authorized Signature)
Page 27 of 63
•
•
/
Quotation No. 22-010 Page 15
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
ENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION.
Firm:
REFERENCE LIST
Provide a list of at least five (5) customers for whom you have recently provided similar
products/services. If you have held a contract for similar services with the County of Fresno within
the past seven (7) years, list the County as one of your customers. Please list the person most
familiar with your contract. Be sure to include all requested information.
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ.
Caltrans Brian Lopes
1120 N Street
Sacramento CA 95814
916-227-6085 3/2/20-3/1/23
Bare Equipment Rentals - Contract#07A4847
Caltrans Juan Carlos Gonzales
1120 N Street
Sacramento CA 95814
213-793-9330 11/09/2020 - 11/06/2023
Bare Equipment Rentals - Contract#07A5012
Caltrans Adam Gleason
1120 N Street
Sacramento CA 95814
805-549-3786 6/16/2018 - 6/15/2020
Bare Equipment Rentals - Contract #05A2079
County of Fresno
2220 Tulare Street, Sixth Floor
Fresno CA 93721
11/15/2016 - 11/14/2021
Contract #16-656
Page 28 of 63
Quotation No. 22-010 Page 16
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
SCOPE OF WORK
The County of Fresno on behalf of Public Works and Planning – Roads Division is soliciting bids to establish
a Master Agreement under which up to three (3) successful bidders will provide Heavy Duty Equipment
Rental Services.
Vendor’s Responsibilities
1. All equipment must be in good working order and clean condition when picked up or delivered.
2. Equipment shall come fully fueled and lubricated and be ready for use at the time of pick-up or
delivery.
3. If the equipment is not what the County requested, or not mechanically and/or cosmetically sound,
the County has the right to refuse the equipment at the time of delivery or pick-up and shall
document the reason in detail at the time of refusal. Any charges incurred due to the rejected
delivery will be the full responsibility of the Contractor.
4. Contractor shall be able to provide the following:
a) Sufficient inventory of each type of equipment.
b) Equipment being fairly new (used not more than 2,000 hours), well maintained and in good
condition.
c) Equipment should be available and deliverable within twenty-four (24) hours of notification.
Equipment shall be ready for immediate operation.
d) Delivery to any location within the County of Fresno.
e) Serial number shall be provided at the time of rental.
5. The County will not require, nor should the Contractor offer, any type of additional insurance (i.e.
damage waiver, personal accident insurance of supplemental liability protection, etc.).
6. The vendor shall have in full force and effect policies of insurance for each piece of equipment
except for the damage or loss caused through the negligence of County employees.
7. Contractors shall accept all financial responsibility of the rental of the equipment to be rented and
shall not obligate an additional signing of any supplemental agreement with the manufacturer of the
equipment or any financial institution.
8. Contractors shall be responsible for any repairs relating to the equipment except those proven to be
caused by the County.
9. Contractor shall replace any parts, in the event of mechanical failure.
a. The County will immediately notify the Contractor of the mechanical failure, and the
Contractor shall respond within two (2) hours to the rental location.
b. The Contractor must notify the County with a timeframe in which the equipment will be fixed.
c. If downtime will be four (4) or more hours, the Contractor shall provide a replacement piece
of equipment, that is equal to or better than what is rented, for the remainder of the rental
period or until the original equipment is repaired and returned.
d. Replacement equipment shall be provided, at the same rental rate of the original piece of
equipment rented.
10. Contractor pricing terms are:
a) Rental rates are not subject to availability of equipment.
b) Rental rates shall not be subject to change due to job conditions.
c) No additional charges will apply for setup and/or training.
Page 29 of 63
Quotation No. 22-010 Page 17
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
11. Industry Standards:
a. Except as contained herein, the specifications for this RFQ shall be those set forth by the
rental equipment for construction and related maintenance or facility operations as
understood and accepted within the industry.
12. Compliance with laws and standards:
a. All equipment supplied shall comply with all current applicable safety or regulatory standards
or codes, to include Federal, State, local, DOT, etc.
13. Contractor shall submit detailed invoices itemizing all work performed during the invoice period,
including;
a. the dates of service, rates of pay, hours of work performed, and any other information
and/or documentation appropriate and sufficient to substantiate the amount invoiced for
payment by the County.
All invoices must include the Contract # and requesting department/division.
b. Contractor shall submit itemized invoices electronically to
PWPBusinessOffice@fresnocountyca.gov
14. A complete description of the equipment and replacement value and/or book value will be provided
to the County at the time of rental.
County’s Responsibilities
15. County shall provide operator, fuel, lubricants, filters, air cleaners, fueling, daily visual safety checks,
and maintenance as specified by the equipment manufacturer during the rental period and prior to
pick-up or delivery back to the Contractor.
a. Tire damage is the responsibility of the County (normal tire wear shall be covered by
Contractor).
16. The County shall be responsible for returning the equipment back to the Contractor at the end of the
rental period, in the same condition as it was received.
a. These specifications shall be provided to County, in writing, no later than the date of delivery
of rented equipment.
17. County will be responsible for costs related to any damage/replacement caused by neglect, mis-use,
and theft/vandalism which may occur during the rental period.
18. The County must provide a minimum of twenty-four (24) hour notification to the Contractor, allowing
adequate time for the Contractor to coordinate pick-up.
Failure to pick up the equipment, with proper notification, shall not result in an additional charge to the
County, nor hold the County responsible.
Page 30 of 63
Quotation No. 22-010 Page 18
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
QUOTATION SCHEDULE INSTRUCTIONS
x Bidder will provide make and model of the equipment in the space provided
x All Quotations must be submitted on the forms provided.
x Daily rental rate shall be based on an 8-hour day.
x Weekly rental rate, per item, shall be based on a 5-day, 8-hour day.
x Monthly rental rate shall be based on a calendar month.
x Rental rates will not accrue during equipment downtime.
x In the event a daily rental becomes a weekly rental, or a weekly rental becomes
a monthly rental, the rental shall be rated as the extension occurs, i.e. the rental
is for 3 days, yet the equipment is kept for a week, at the end of the week, the
records will be changed to reflect the weekly rental rate, so that the rental rate is
always the exact rate of rental.
x If a rental, by the day or weekly, exceeds the 8-hour per day period, the daily
rental rate shall be divided by 8 to determine the hourly rental rate to be added.
x For equipment picked up at a rental facility, rental charges will begin when
equipment leaves the rental facility and will end when the equipment is returned
to rental facility.
x For equipment being delivered to a job location, the rental period will begin at
the time of delivery at the job location and will end when the vendor receives a
date from the County to pick up the equipment.
x Costs shall be a base rate that includes:
All environmental fees, fuel service charges, and related incidentals.
The Base Rates do not include any mandatory taxes, when applicable.
x • Requests for additional costs not itemized below will be not honored by the
County, unless prior approval from County is received by vendor.
x • Requests for additional equipment not listed below requested by the
County will be priced equal to Similar piece of equipment.
x No minimum or maximum level of sales volume is guaranteed or implied in
awarded agreements made under this RFQ
x The County anticipates that 90% of the service requests will be pick-up.
x County desires to include, less commonly rented equipment:
Page 31 of 63
Quotation No. 22-010 Page 19
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
x stump grinders with trailer
a. trencher and trailer
b. concrete saw and blades
c. cut-off saws
d. various size generators
e. welders etc.
Bidders are instructed to include a complete list of additional equipment available for rent,
but not listed on the attached Quotation Schedule.
Bids will be awarded based on the lowest quote provided for PART 1.
Page 32 of 63
Quotation No. 22-010 Page 20
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
QUOTATION SCHEDULE
PART 1:
Equipment
Description
Make Model Year Size Daily
Rental
Rate
Weekly
Rental
Rate
Monthly
Rental
Rate
Pickup/Delivery
Normal
Response Per
Mile
Delivery
Emergency
Response
DOZERS:
50,000 lb/200hp
40,000 lb/150 hp
29,000 lb/121 hp
Crawler
WHEELERS:
3.5 yard
3 yard
2.5 yard
w/ Quick Coupler
BACKHOES:
102 hp
94 hp
SKID STEER
TRACTORS:
2,1500 lb
1,550 lb
Compact Track
Loader
ROLLERS:
84” wide
smooth/pad single
drum/sheepsfoot
66” wide
smooth/pad single
drum/sheepsfoot
39” double drum
asphalt
48” double drum
asphalt
9 wheel
pneumatic
Vibratory
roller/single drum
smooth 40-49”
MOTOR
GRADERS:
16’ blade/270 hp
14’ blade/150 hp
WATER
TRUCKS:
2,000-2,9999 gal
3,000 – 3,999 gal
VACUUM
TRAILERS:
500 gal
800 gal
-2+1'((5(
92/92
-2+1'((5(
-2+1'((5(
%2%&$7
%2%&$7
%2%&$7
929/2
929/2
:$&.(5
92/92
+,12
)5(,*+7/,1(5
',7&+:,7&+
',7&+:,7&+
.
/+
6
6
7
6'
6'%
5'$
%%%:
0
);$
+;
OE
OE
OE
JDO
JDO
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
Page 33 of 63
Quotation No. 22-010 Page 21
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
BOOM LIFTS:
45 foot
60 foot
80 foot
AIR HOSE:
Air Hose ¾” x 50’
Air Hose ½” x 50’
AIR
COMPRESSORS:
100 csm
185 csm
MISC. ITEMS:
Skid Loader
Forklift 5,000
Woodchipper 12”
PART 2:
Additional Items
Equipment
Description
Make Model Year Size Daily
Rental
Rate
Weekly
Rental
Rate
Monthly
Rental
Rate
Pickup/Delivery
Normal
Response Per
Mile
Delivery
Emergency
Response
HYDRUALIC
EXCAVATORS:
102,000 lb
74,000 lb
65,000 lb
64,000 lb
55,000 lb
45,000 lb
38,000 lb
Mini
BOOMS:
45’
knuckle/straight
boom
60’
knuckle/straight
boom
80’ knuckle/
straight
6k Reach fork
8k Reach fork
9k Reach fork
10k Reach fork
12k Reach fork
ROLLERS:
Vibratory, single
drum smooth
50-55”
57” double
drum asphalt
66” double
drum asphalt
*(1,(
0(&
-/*
$7/$6&23&2
$7/$6&23&2
-2+1'((5
72<27$
9(50((5
=
-
6-
;$6.'3
;$6.'7)3(
/(3
)'8
%&;/
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
92/92
92/92
%2%&$7
*(1,(
0(&
-/*
-/*
6.<75$&.
-/*
*(1,(
-/*
(&(/
(&5(/
(,
=
-
6-
*$
*$
*7+
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
Page 34 of 63
Quotation No. 22-010 Page 22
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
SKID STEER
TRACTORS:
Track type
10,550 lb/90 hp
Track type
8,880 lb/74 hp
2,700 lb
MISC. ITEMS:
Arrow board
solar
Message board
solar
Walk behind
Brush Cutter
Stump Grinder
20-30 hp
Motor Grader
14’ blade/ 190
hp
Wheeler Loader
4 yard
Dozer 60,000
lb/240 hp
Scraper – 23
cubic yard
%2%&$7 6 OE SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
7252 67; SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
92/92 /+ SHUPLOH(DFK:D\ 3HU+RXU(DFK:D\
Page 35 of 63
Quotation No. 22-010 Page 23
G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 HEAVY DUTY EQUIPMENT RENTAL.DOCX
CHECK LIST
This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list,
are important requirements and is the responsibility of the bidder to submit with the bid package in order to
make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the
bid in its entirety.
Check off each of the following:
1.The Request for Quotation (RFQ) has been signed and completed.
2.Addenda, if any, have been signed and included in the bid package.
3.The completed Reference List as provided with this RFQ.
4.The Quotation Schedule as provided with this RFQ has been completed, price reviewed for
accuracy and any corrections initialed.
5.Indicate all of bidder exceptions to the County’s requirements, conditions and specifications
as stated within this RFQ.
6.The Participation page as provided within this RFQ has been signed and included
7.Bidder to Complete page as provided with this RFQ.
8.Return checklist with RFQ response.
9.Completed RFQ in pdf format, electronically submitted to the Bid Page on Public
Purchase.
X
X
X
X
X
X
X
X
X
Page 36 of 63
D – 3
Page 37 of 63
Page 38 of 63COUNTY OF FRESNO REQUEST FOR QUOTATION NUMBER: 22-010 HEAVY DUTY EQUIPMENT RENTAL Issue Date: October 15, 2021 Closing Date: OCTOBER 19, 2021 AT 2:00 PM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Debbie Scharnick at Phone (559) 600-7110. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ. Bid must be signed and dated by an authorized officer or employee. Except as noted on individual items, the following will apply to all items in the Quotation Schedule: • A cash discount of % N/A ------N/A days will apply. County does not accept terms less than 15 days. QUINN COMPANY/ QUINN RENTAL SERVICES COMPANY QUINN COMPANY: SCOTT FISHEL/ QUINN RENTAL SERVICES: CHRIS GARONE CONTACT PERSON PO BOX 12625 ADDRESS FRESNO CITY Scott Fishel PRINT NAME Purchasing Use: DS:st CA STATE sfishel Sales Representative TITLE 93778 ZIP CODE .com ORG/Requisition: 4510, 9020, 9026, 9008 / 5102200055, 9022200006, 9282200002,8262200042 C:\Users\ScottFishel\Documents\Bid Packages\Fresno County Bids\2021 Bids\Rental RFQ\22-010 Heavy Duty Equipment Rental Working Copy.docx
Page 39 of 63Quotation No. 22-010 Page 2 TABLE OF CONTENTS PAGE KEY DATES ..................................................................................................................... 3 OVERVIEW ...................................................................................................................... 3 BID INSTRUCTIONS ....................................................................................................... 4 GENERAL REQUIREMENTS & CONDITIONS ............................................................... 5 INSURANCE REQUIREMENTS .................................................................................... 12 PARTICIPATION ........................................................................................................... 14 REFERENCE LIST ........................................................................................................ 15 SCOPE OF WORK ........................................................................................................ 16 QUOTATION SCHEDULE INSTRUCTIONS ................................................................. 18 QUOTATION SCHEDULE ............................................................................................. 20 CHECK LIST .................................................................................................................. 23 C:\USERS\SCOTTFISHEL\DOCUMENTS\8IO PACKAGES\FRESNO COUNTY BIDS\2021 8I0S\RENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 40 of 63Quotation No. 22-010 Page 3 KEY DATES RFQ Issue Date: October 15, 2021 Written Questions for RFQ Due: October 5, 2021 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: October 19, 2021 at 2:00 PM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno is soliciting bids to provide all labor, materials equipment, permits, fees, taxes and insurance etc., to provide heavy equipment rental services as specified herein. C:\USERS\SCOTTFISHEL\DOCUMENTS\BID PACKAGES\FRESNO COUNTY BIDS\2021 BIDS\RENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 41 of 63Quotation No. 22-010 Page 4 BID INSTRUCTIONS • Bidders must electronically submit bid package in pdf format, no later than the quotation closing date and time as stated on the front of this document, to the Bid Page on Public Purchase. The County will not be responsible for and will not accept late bids due to slow internet connection or incomplete transmissions. • Bids received after the closing time will NOT be considered. • All quotations shall remain firm for 180 days. • Interpretation: Should any discrepancies or omissions be found in the bid specifications or doubt as to their meaning, the bidder shall notify the Buyer in writing at once. The County shall not be held responsible for verbal interpretations. Questions regarding the bid must be received by Purchasing prior to the date and time stated within this document. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract. • ISSUING AGENT/AUTHORIZED CONTACT: This RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor's sole point of contact with regard to the RFQ, its content, and all issues concerning it. All communication regarding this RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ, its content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in writing) with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor's quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County's established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. • APPEALS: Appeals must be submitted in writing within seven (7) working days after notification of proposed recommendations for award. A "Notice of Award" is not an indication of County's acceptance of an offer made in response to this RFQ. Appeals shall be submitted to County of Fresno Purchasing, 333 W. Pontiac Way, Clovis, CA 93612 and in Word format to gcornuelle@FresnoCountyCA.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ process. Purchasing will provide a written response to the complainant within seven (7) working days unless the complainant is notified more time is required. If the appealing bidder is not satisfied with the decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office within seven (7) working days after Purchasing's notification; if the appealing bidder is not satisfied with CAO's decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal will be going to the Board of Supervisors. C:\USERSISCOTTFISHELIDOCUMENTSIBID PACKAGESIFRESNO COUNTY BIDS\2021 BIDSIRENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 42 of 63Quotation No. 22-010 Page 5 GENERAL REQUIREMENTS & CONDITIONS LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do not apply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing by October 5, 2021 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Debbie Scharnick at (559) 600-7110. NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. AWARD: Award will be made to the vendor(s) offering the services, products, prices, delivery, equipment and system deemed to be to the best advantage of the County. Past performance (County contracts within the past seven years) and references may factor into awarding of a contract. The County shall be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and special district building codes, laws, ordinances, and regulations. SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.975% regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. TAXES, CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. C:\USERSISCOTTFISHELIDOCUMENTS\8ID PACKAGESIFRESNO COUNTY BIDS\2021 BIDS\RENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 43 of 63Quotation No. 22-010 Page 6 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. PACKAGING: Each item listed in the bid gives as part of its description the minimum packaging size that the County would order. The County feels it more reasonable to order the successful bidder's standard "carton" sizes; therefore, each bidder is asked to fill in the information for each item. Normally the circumstances resort to minimum package size orders. Be sure to fill in your "standard" carton size on the quotation schedule if different from stated. Quote separate prices on each individual item in County unit of measure (i.e., EA, DZ, PG, not your standard carton price). VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are for the contract period, and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination. CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. C:\USERS\SCOTTFISHELIDOCUMENTSIBID PACKAGES\FRESNO COUNTY BIDS\2021 BIDS\RENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 44 of 63Quotation No. 22-010 Page 7 BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. 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 electronically to PWPBusinessOffice@fesnocountyca.gov. Each invoice shall reference the purchase order or contract number and the equipment number if applicable. PAYMENT: County will make partial payments for all purchases made under the contracUpurchase order and accumulated during the month. Terms of payment will be net forty-five (45) days. County will consider the Bidder's Cash discount Offer, in lieu of the net forty-five (45) days payment terms. CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years. RENEWAL: Agreement may be renewed for a potential of two (2) one (1) year periods, based on the mutual written consent of all parties. QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities. ORDERING: Orders will be placed as required by the various County Departments. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and C:\USERS\SCOTTFISHEL\DOCUMENTS\BID PACKAGES\FRESNO COUNTY BIDS\2021 BIDS\RENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 45 of 63Quotation No. 22-010 County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Page 8 Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the items, which the bidder proposes to furnish, together with full descriptive literature on all items so enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of functioning and structural characteristics for those details which differ from the specifications listed herein. SAFETY DATA SHEETS: With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Safety Data Sheet for each product, which contains any substance on "The List of 800 Hazardous Substances", published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act, California State Labor Code Sections 6360 through 6399.7.) RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications. EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc., by the contractor in the performance of his work shall be replaced or repaired and restored to original condition by the contractor. CLEAN UP: The Contractor shall at all times, keep the premises clean from accumulation of waste materials or rubbish caused by his employees or work and shall remove all resulting work debris from the job site. WATER, POWER & TOILET FACILITIES: Successful bidder may use County owned water, power and toilet facilities at job site (when existing) at no expense to the successful bidder. Successful bidder will be C:\USERS\SCOTTFISHELIDOCUMENTSIBID PACKAGES\FRESNO COUNTY BIDS\2021 BIDS\RENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 46 of 63Quotation No. 22-010 Page 9 required, however, to provide piping, fittings and other items as necessary to bring water and power from existing service to 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. 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. PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. BONDING COMPANY: The company issuing bonds shall be a corporate surety admitted by the California Insurance Commissioner to do business in the State of California with an A.M Best rating of B++ VIII or better. 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 offinal acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFQ. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. OBLIGATIONS OF CONTRACTOR: Contractor warrants on behalf of itself and all subcontractors engaged for the performance of the ensuing contract that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. C:\USERSISCOTTFISHELIDOCUMENTS\8ID PACKAGES\FRESNO COUNTY BIDS\2021 BIDSIRENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 47 of 63Quotation No. 22-010 Page 10 TIE BIDS: With all other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors, the tied vendors will be granted the opportunity to submit new bids or the entire bid may be rejected and re-bid. If the General Requirements of the RFQ state that they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over this paragraph. DATA SECURITY: Individuals and/or agencies that enter into a contractual relationship with the County for the purpose of providing services must employ adequate controls and data security measures, both internally and externally to ensure and protect the confidential information and/or data provided to contractor by the County, preventing the potential loss, misappropriation or inadvertent access, viewing, use or disclosure of County data including sensitive or personal client information; abuse of County resources; and/or disruption to County operations. Individuals and/or agencies may not connect to or use County networks/systems via personally owned mobile, wireless or handheld devices unless authorized by County for telecommuting purposes and provide a secure connection; up to date virus protection and mobile devices must have the remote wipe feature enabled. Computers or computer peripherals including mobile storage devices may not be used (County or Contractor device) or brought in for use into the County's system(s) without prior authorization from County's Chief Information Officer and/or designee(s). No storage of County's private, confidential or sensitive data on any hard-disk drive, portable storage device or remote storage installation unless encrypted according to advance encryption standards (AES of 128 bit or higher). The County will immediately be notified of any violations, breaches or potential breaches of security related to County's confidential information, data and/or data processing equipment which stores or processes County data, internally or externally. County shall provide oversight to Contractor's response to all incidents arising from a possible breach of security related to County's confidential client information. Contractor will be responsible to issue any notification to affected individuals as required by law or as deemed necessary by County in its sole discretion. Contractor will be responsible for all costs incurred as a result of providing the required notification. AUDITS AND RETENTION: The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three (3) years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. C:\USERS\SCOTTFISHEL\DOCUMENTS\8ID PACKAGES\FRESNO COUNTY BIDS\2021 BIDS\RENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 48 of 63Quotation No. 22-010 Page 11 BIDDER TO COMPLETE: GUARANTEED PICK UP AND/OR DELIVERY: Bidder will be considered in award of bid only if they can guarantee. Enter guarantee on this line (i.e. number of days from receipt of order to delivery): 48-Hours from receipt to delivery. SERVICE LOCATION: Quinn Company 10273 S. Golden State Selma CA 93662 Quinn Rental Services 3594 S. Bagley Ave. Fresno CA 93725 State all locations, including street address, where service can be obtained. Failure to furnish this information will be cause for rejection of bid. Quinn Company 10273 S. Golden State Selma CA 93662 Quinn Rental Services 3594 S. Bagley Ave. Fresno CA 93725 SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: N/A BUSINESS LICENSE/PERMIT: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. The bidder shall possess a current State of California Business License/Permit. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. Number and Class: Quinn Company 1672 / Quinn Rental Services 60873 Date of Issue: Quinn Company 6/30/21 / Quinn Rental Services 4/27/21 Bidder must also submit verification of Business License/Permit from the Department of Tax and Fee Administration. Failure to submit verification may result in bidder's response being considered non-responsive. C:\USERS\SCOTTFISHEL\DOCUMENTS\BID PACKAGES\FRESNO COUNTY BIDS\2021 BIDS\RENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 49 of 63Quotation No. 22-010 Page 12 INSURANCE REQUIREMENTS INSURANCE: Without limiting the County's right to obtain indemnification from Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a period of three years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specified herein. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty (30) days from the date Contractor executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for c1II of the foregoing policies, as required herein, to the County of Fresno, Public Works and Planning, Attn: Gabriela Rodriguez-Noland, 2220 Tulare Street, 6th Floor, Fresno, CA 93721 , stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. Certificates of insurance are to include the contract number at the top of the first page. C:\USERSISCOTTFISHELIDOCUMENTSIBID PACKAGESIFRESNO COUNTY BIDS\2021 BIDSIRENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 50 of 63Quotation No. 22-010 Page 13 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. C:\USERS\SCOTTFISHEL\DOCUMENTSIBID PACKAGESIFRESNO COUNTY BIDS\2021 BIDS\RENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 51 of 63Quotation No. 22-010 Page 14 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. C:\USERS\SCOTTFISHEL\DOCUMENTSIBID PACKAGESIFRESNO COUNTY BIDS\2021 BIDSIRENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 52 of 63Quotation No. 22-010 Page 15 ENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: Quinn Company/Quinn Rental Services REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. Reference Name: Address: City: Madera _M_ad_e_ra_C_o_un_ty~R_o_a_d_D~ep~a_rt_m_en_t __ Contact: 200 W 4th Street St. 31000 State: Kevin Gilpatrick _C_A __ Zip: Phone No.: 559 675-7815 Date: Current ---------Service Provided: Rental of various construction equipment / / / / / / / / / / / / / / / / / / / / / / Reference Name: City of Fresno Contact: Address: 2101 G Street Building F City: Fresno State: Phone No.: (~) 621-1120 Date: Service Provided: Rental of various construction equipment ;/ / / / / / / / / / / / / /. ,/ / / / / / / / / / / / / / / / / / / ' / 1/ / / / / / / / / ,/ / / Reference Name: Address: City: Madera Phone No.: Service Provided: ~A~v=is=o~n ~C=on=s=tru~c=tio"'"'n'--------Contact: 40434 Brickyard Drive State: ( __ ) _4_3_1-_03_1_7 _____ Date: Rental of various construction equipment '///;. // //// / /// , / // // CA Zip: '/ //// Chris Avila CA ---Zip: 93638 93706 63636 Reference Name: _L~y_le_s_U~til~ity~C~o_n~st_ru~ct_io_n _____ Contact: _J~e~ff~N~el~so~n'-----------Address: 1200 N. Plaza Drive City: Visalia State: CA Zip: _9_3_29_1 ___ _ Phone No.: ( _§§1_ ) _6_7_9-_11_90 _____ Date: Current Service Provided: Rental of various construction equipment /////// / / ,/ / / / / ,· / / / / /' / / / /' '/ / / / / '/ / / c' / / / / /' / / ,' c' / ;' / / / / / / /, / / / / Reference Name: _B_i_ll _Ne_ls_o_n_G_en_._E~ng~._C_on_s_t._ln_c_. __ Contact: _B_i_ll N_e_ls_o_n ________ _ Address: 1099 E. Champlain Suite A PMB 269 City: Fresno State: CA Zip: ---93720 Phone No.: (~) 439-1756 Date: Current Service Provided: Rental of various construction equipment ,'' / / / / ,, / /' /' / '/ ' / / / / ,' / / / / / /' / / , Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. C:\USERS\SCOTTFISHEL\DOCUMENTS\BIO PACKAGES\FRESNO COUNTY BIDS\2021 BIDS\RENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 53 of 63Quotation No. 22-010 Page 16 SCOPE OF WORK The County of Fresno on behalf of Public Works and Planning -Roads Division is soliciting bids to establish a Master Agreement under which up to three (3) successful bidders will provide Heavy Duty Equipment Rental Services. Vendor's Responsibilities 1. All equipment must be in good working order and clean condition when picked up or delivered. 2. Equipment shall come fully fueled and lubricated and be ready for use at the time of pick-up or delivery. 3. If the equipment is not what the County requested, or not mechanically and/or cosmetically sound, the County has the right to refuse the equipment at the time of delivery or pick-up and shall document the reason in detail at the time of refusal. Any charges incurred due to the rejected delivery will be the full responsibility of the Contractor. 4. Contractor shall be able to provide the following: a) Sufficient inventory of each type of equipment. b) Equipment being fairly new (used not more than 2,000 hours), well maintained and in good condition. c) Equipment should be available and deliverable within twenty-four (24) hours of notification. Equipment shall be ready for immediate operation. d) Delivery to any location within the County of Fresno. e) Serial number shall be provided at the time of rental. 5. The County will not require, nor should the Contractor offer, any type of additional insurance (i.e. damage waiver, personal accident insurance of supplemental liability protection, etc.). 6. The vendor shall have in full force and effect policies of insurance for each piece of equipment except for the damage or loss caused through the negligence of County employees. 7. Contractors shall accept all financial responsibility of the rental of the equipment to be rented and shall not obligate an additional signing of any supplemental agreement with the manufacturer of the equipment or any financial institution. 8. Contractors shall be responsible for any repairs relating to the equipment except those proven to be caused by the County. 9. Contractor shall replace any parts, in the event of mechanical failure. a. The County will immediately notify the Contractor of the mechanical failure, and the Contractor shall respond within two (2) hours to the rental location. b. The Contractor must notify the County with a timeframe in which the equipment will be fixed. c. If downtime will be four (4) or more hours, the Contractor shall provide a replacement piece of equipment, that is equal to or better than what is rented, for the remainder of the rental period or until the original equipment is repaired and returned. d. Replacement equipment shall be provided, at the same rental rate of the original piece of equipment rented. 10. Contractor pricing terms are: a) Rental rates are not subject to availability of equipment. b) Rental rates shall not be subject to change due to job conditions. c) No additional charges will apply for setup and/or training. C:\USERS\SCOTTFISHEL\DOCUMENTS\BID PACKAGES\FRESNO COUNTY BIDS\2021 BIDS\RENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 54 of 63Quotation No. 22-010 Page 17 11. Industry Standards: a. Except as contained herein, the specifications for this RFQ shall be those set forth by the rental equipment for construction and related maintenance or facility operations as understood and accepted within the industry. 12. Compliance with laws and standards: a. All equipment supplied shall comply with all current applicable safety or regulatory standards or codes, to include Federal, State, local, DOT, etc. 13. Contractor shall submit detailed invoices itemizing all work performed during the invoice period, including; a. the dates of service, rates of pay, hours of work performed, and any other information and/or documentation appropriate and sufficient to substantiate the amount invoiced for payment by the County. All invoices must in.elude the Contract# and requesting department/division. b. Contractor shall submit itemized invoices electronically to PWPBusinessOffice@fresnocountyca.gov 14. A complete description of the equipment and replacement value and/or book value will be provided to the County at the time of rental. County's Responsibilities 15. County shall provide operator, fuel, lubricants, filters, air cleaners, fueling, daily visual safety checks, and maintenance as specified by the equipment manufacturer during the rental period and prior to pick-up or delivery back to the Contractor. a. Tire damage is the responsibility of the County (normal tire wear shall be covered by Contractor). 16. The County shall be responsible for returning the equipment back to the Contractor at the end of the rental period, in the same condition as it was received. a. These specifications shall be provided to County, in writing, no later than the date of delivery of rented equipment. 17. County will be responsible for costs related to any damage/replacement caused by neglect, mis-use, and theft/vandalism which may occur during the rental period. 18. The County must provide a minimum of twenty-four (24) hour notification to the Contractor, allowing adequate time for the Contractor to coordinate pick-up. Failure to pick up the equipment, with proper notification, shall not result in an additional charge to the County, nor hold the County responsible. C:\USERSISCOTTFISHEL\DOCUMENTS\8ID PACKAGESIFRESNO COUNTY BIDS\2021 BIDSIRENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 55 of 63Quotation No. 22-010 Page 18 QUOTATION SCHEDULE INSTRUCTIONS • Bidder will provide make and model of the equipment in the space provided • All Quotations must be submitted on the forms provided. • Daily rental rate shall be based on an 8-hour day. • Weekly rental rate, per item, shall be based on a 5-day, 8-hour day. • Monthly rental rate shall be based on a calendar month. • Rental rates will not accrue during equipment downtime. • In the event a daily rental becomes a weekly rental, or a weekly rental becomes a monthly rental, the rental shall be rated as the extension occurs, i.e. the rental is for 3 days, yet the equipment is kept for a week, at the end of the week, the records will be changed to reflect the weekly rental rate, so that the rental rate is always the exact rate of rental. • If a rental, by the day or weekly, exceeds the 8-hour per day period, the daily rental rate shall be divided by 8 to determine the hourly rental rate to be added. • For equipment picked up at a rental facility, rental charges will begin when equipment leaves the rental facility and will end when the equipment is returned to rental facility. • For equipment being delivered to a job location, the rental period will begin at the time of delivery at the job location and will end when the vendor receives a date from the County to pick up the equipment. • Costs shall be a base rate that includes: All environmental fees, fuel service charges, and related incidentals. The Base Rates do not include any mandatory taxes, when applicable. • • Requests for additional costs not itemized below will be not honored by the County, unless prior approval from County is received by vendor. • • Requests for additional equipment not listed below requested by the County will be priced equal to Similar piece of equipment. • No minimum or maximum level of sales volume is guaranteed or implied in awarded agreements made under this RFQ • The County anticipates that 90% of the service requests will be pick-up. • County desires to include, less commonly rented equipment: C:\USERS\SCOTTFISHEL\DOCUMENTS\BID PACKAGES\FRESNO COUNTY BIDS\2021 BIDS\RENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 56 of 63Quotation No. 22-010 Page 19 • stump grinders with trailer a. trencher and trailer b. concrete saw and blades c. cut-off saws d. various size generators e. welders etc. Bidders are instructed to include a complete list of additional equipment available for rent, but not listed on the attached Quotation Schedule. Bids will be awarded based on the lowest quote provided for PART 1. C:\USERSISCOTTFISHEL\DOCUMENTSIBID PACKAGESIFRESNO COUNTY BIDS\2021 BIDSIRENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 57 of 63Quotation No. 22-010 Page 20 QUOTATION SCHEDULE PART 1: Equipment Make Model Year Size Daily Weekly Monthly Pickup/Delivery Description Rental Rental Rental Normal Rate Rate Rate Response Per Mile DOZERS: 50,000 lb/200hp CAT D6 2020 D6 $1,260 $3,780 $10,620 $25 per mile 40,000 lb/150 hp CAT D5 2020 D5 $878 $2,700 $7,560 $25 per mile 29,000 lb/121 hp CAT D6K 2020 D6K $760 $2,530 $5,950 $25 per mile Crawler WHEELERS: 3.5 yard CAT 938M 2016-3.5 $485 $1665 $4595 $7 per Mile 2021 YD 3 yard CAT 930M 2016-3 YD $400 $1375 $3695 $7 per Mile 2021 2.5 yard NIA w/ Quick Coupler CAT 930M-950M 2016-3 YD +5% +5% +5% $7 per Mile 2021 -4 YD BACKHOES: 102 hp CAT 450F 2016-$300 $1450 $3300 $7 per Mile 2021 94 hp CAT 420F 2016 $255 $900 $2200 $7 per Mile 2021 SKID STEER TRACTORS: 2, 1500 lb CAT 242 2016-215 850 1950 $7 per Mile 2021 1,550 lb CAT 226 2016-2021 185 750 1650 $7 per Mile Compact Track CAT 259 2016 220 950 2250 $7 per Mile Loader -2021 ROLLERS: 84" wide CAT CS563 -CP563 2016 495 1850 4495 $7 per Mile smooth/pad single -drum/sheepsfoot 2021 66" wide CAT CS433 CP433 2016 400 1500 3900 $7 per Mile smooth/pad single -d ru m/sheepsfoot 2021 39" double drum CAT CBI.7 2016 195 625 1850 $7 per Mile asphalt -2021 48" double drum CAT CB24B/CB2. 7 2019 $310 $950 $2,250 $7 per mile asphalt 9 wheel CAT CW14 2019 $495 $1,800 $4,950 $25 per mile pneumatic Vibratory CAT CS34 2016 350 1200 2850 $7 per Mile roller/single drum 2021 smooth 40-49" MOTOR GRADERS: 16' blade/270 hp CAT 14/14M 2019 $1,620 $5,130 $14,400 $25 per mile 14' blade/150 hp CAT 140M3/150 2019 $1,170 $3,735 $10,350 $25 per mile WATER TRUCKS: 2,000-2,9999 qal Freightliner M2 2015-2000 350 1250 2200 $7 per Mile C:\USERS\SCOTTFISHEL\DOCUMENTS\BID PACKAGESIFRESNO COUNTY BIDS\2021 BIDSIRENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX Deliver: EmergE Respor $35 per $35 per $35 per $14 perM $14 per M $14 perM $14 per M $14 perM $14 per M: $14 per M: $14 per M $14 per M $14 per M $14 perM: $14 per $35 per $14 per M $35 per $35 per $14 perM
Page 58 of 63Quotation No. 22-010 Page 21 2021 Gallon 3,000 -3,999 gal Freightliner M2 2015 -4000 485 1950 4100 $7 per Mile 2021 Gallon VACUUM TRAILERS: 500 gal Ditch HX30 2017-500 440 1900 3950 $7 per Mile Witch 2021 Gallon 800 qal N/A BOOM LIFTS: 45 foot Genie Z45-S45 2015-45' 285 900 1850 $7 per Mile 2021 60 foot Genie Z65-S65 2015-65' 350 1200 2150 $7 per Mile 2021 80 foot Genie Z80-S85 2015-80'-450 1900 3300 $7 per Mile 2021 85' AIR HOSE: Air Hose ¾" x 50' ¾" 10 25 55 $7 per Mile Air Hose ½" x 50' AIR COMPRESSORS: 100 csm N/A 185 csm Atlas XAS 185 2015-150 450 850 $7 per Mile Copco 2021 MISC. ITEMS: Skid Loader CAT 415F 2016-200 895 1995 $7 per Mile 2021 Forklift 5,000 CAT GP25N5-GLE 2015-5000 195 450 995 $7 per Mile 2021 lb Woodchipper 12" Vermeer BCI000XL 2017-12" 350 1150 2500 $7 per Mile 2019 PART 2: Additional Items Equipment Make Model Year Size Daily Weekly Monthly Pickup/Delivery Description Rental Rental Rental Normal Rate Rate Rate Response Per Mile HYDRUALIC EXCAVATORS: 102,000 lb CAT 349 2018 $2,655 $8,010 $22,050 $30 per mile 74,000 lb CAT 335 2019 $1,105 $4,050 $10,620 $30 per mile 65,000 lb CAT 330 2019 $990 $3,150 $8,100 $30 per mile 64,000 lb CAT 330 2019 $990 $3,150 $8,100 $30 per mile 55,000 lb CAT 326/326 2019 $900 $2,700 $7,290 $25 per mile 45,000 lb CAT 320 -323 2016-2021 45,000 lb 625 2450 5500 $10 per Mile 38,000 lb CAT 315 2016 2021 34,000 lb 550 2100 4250 $7 per Mile Mini CAT 303 2016-8,000 lb 265 850 2100 $7 per Mile 303.5CR 2021 BOOMS: 45' Genie S45-Z45 2015 45' 285 900 1850 $7 per Mile knuckle/straight -boom 2021 60' Genie S65-Z65 2015 65' 350 1200 2150 $7 per Mile knuckle/straight -boom 2021 80' knuckle/ Genie Z80-S85 2015 80' -85' 450 1900 3300 $7 per Mile straight -2021 6k Reach fork CAT TL642 2015-60001b 325 950 1750 $7 per Mile C:\USERS\SCOTTFISHEL\DOCUMENTS\BID PACKAGES\FRESNO COUNTY BIDS\2021 BIDS\RENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX $14 per M $14 per M $14 perM $14 per M $14 per M $14 perM $14 per M $14 per M $14 perM $14 per M Delivery Emergenc Response $40 per $40 per $40 per $40 per $35 per $14 per Mile $14 per Mile $14 per Mile $14 per Mile $14 per Mile $14 per Mile $14 per Mile
Page 59 of 63Quotation No. 22-010 Page 22 2021 8k Reach fork Skytrak 8042 2018-80001b 350 1100 2150 $7 per Mile 2021 9k Reach fork CAT TL943C 2016-90001b 385 1250 2250 $7 per Mile 2021 1 Ok Reach fork CAT TL1055 2016-10000 lb 425 1600 2950 $7 per Mile 2021 12k Reach fork CAT TL1255 2016-120001b 485 1800 3850 $7 per Mile 2021 ROLLERS: Vibratory, single CAT CB7 2019 20,500Ib $495 $1,800 $4,950 $25 per mile drum smooth 50-55" 57" double CAT CB10 2019 24,000lb $608 $2,160 $5,850 $25 per mile drum asphalt 66" double CAT CB13 2019 30,000lb $675 $2,250 $6,300 $25 per mile drum asphalt SKID STEER TRACTORS: Track type CAT 289 2016 365 1225 3150 10,550 lb/90 hp -2021 Track type CAT 259 2016 220 950 2250 8,880 lb/74 hp -2021 2,700 lb N/A MISC. ITEMS: Arrow board Solartech AB0525 2016 125 350 750 solar -2021 Message board solar Walk behind Brush Cutter Stump Grinder Vermeer SC30TX 2018 300 1200 2500 20-30 hp -2021 Motor Grader CAT 12M3/140 2019 $1,035 $3,330 $9,450 14' blade/ 190 hp Wheeler Loader CAT 950M 2016 4 YD 600 2100 4950 4 yard -2021 Dozer 60,000 CAT D8 2018 $2,115 $6,390 $17,550 $35 per mile lb/240 hp Scraper-23 CAT 623K 2018 $2,835 $8,550 $23,850 $35 per mile cubic vard C:\USERS\SCOTTFISHELIDOCUMENTSIBID PACKAGESIFRESNO COUNTY BIDS\2021 BIDS\RENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX $14perMile $14 per Mile $14 per Mile $14perMile $35 per $35 per $35 per $14 per Mile $14 per Mile $14 per Mile $14 per Mile $14 per Mile $45 per $45 per
Page 60 of 63Quotation No. 22-010 Page 23 CHECK LIST This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1. / The Request for Quotation (RFQ) has been signed and completed. 2. ✓ Addenda, if any, have been signed and included in the bid package. 3. ✓ The completed Reference List as provided with this RFQ. 4. ~ The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 5. / Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ. 6. ✓ The Participation page as provided within this RFQ has been signed and included 7. / Bidder to Complete page as provided with this RFQ. 8. ~ Return checklist with RFQ response. 9. ✓ Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. C:\USERS\SCOTTFISHEL\DOCUMENTS\BID PACKAGES\FRESNO COUNTY BIDS\2021 BIDS\RENTAL RFQ\22-010 HEAVY DUTY EQUIPMENT RENTAL WORKING COPY.DOCX
Page 61 of 63COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFQ NUMBER: 22-010 HEAVY DUTY EQUIPMENT RENTAL Issue Date: October 6, 2021 CLOSING DATE: OCTOBER 19, 2021 AT 2:00 PM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Debbie Scharnick at (559) 600-7110. NOTE THE FOLLOWING ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 22-010 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. Q1. To satisfy the LITERATURE requirement, as a time saver to the end user, can bidder provide a list of URL links to manufacture product specification sheets instead of providing hard copies? A1. Yes. Q2. Can you provide a sample copy of the Safety Data Sheet mentioned on Page 8 of the bid document? A2. SOS sheets are not required at time of bid or contract proposal. If requested by County, SOS sheets for heavy equipment machinery can include, but are not limited to, material name, chemical description, and manufacturer information of a vehicle. Safety Data Sheets (SOS) are designed to provide emergency response personnel and users of hazardous materials with the proper procedures for handling or working with a particular substance. Q3. On Page 8, under MATERIALS TO BE NEW, it infers that all equipment must be new. However, this requirement appears to contradict item 4b which states "Equipment being fairly new (used not more than 2000 hrs.)" on page 16 under Scope of Work. Can you please clarify the standard? A3. "MATERIALS TO BE NEW' is part of our standard boilerplate please use the Scope of Work ..... "used not more than 2,000 hours" ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFQ 22-010 COMPANY NAME: SIGNATURE: NAME & TITLE: Purchasing Use: DS:st ~Q.~ -$cN \J ~Le (PRINT) ORG/Requisition: 4510, 9020, 9026, 9028 / 5102200055, 9022200006, 9282200002,8262200042 G:\PUBLIC\RFQ\FY 2021-22\22-010 HEAVY DUTY EQUIPMENT RENTAL\22-010 ADDENDUM 1.DOCX
23
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
Attachment 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).
24
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
(1) Company Board Member Information:
Name: Date:
Job Title:
(2) Company/Agency Name and Address:
(3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to):
(4) Explain why this self-dealing transaction is consistent with the requirements of Corporations
Code 5233 (a):
(5) Authorized Signature
Signature: Date:
I I