Loading...
HomeMy WebLinkAboutP-22-245 Master Agreement for Road Traffic Safety Supplies..pdf CO,U County of Fresno INTERNAL SERVICES DEPARTMENT Facilities• Fleet•Graphics• Purchasing •Security•Technology O� 185�O ORES MASTER PROCUREMENT AGREEMENT Agreement Number P-22-245 July 20, 2022 The County of Fresno (County) hereby contracts with various vendors (Contractors)to provide road and traffic safety supplies in accordance with the text of this agreement, the vendor's corresponding Attachment "A", County of Fresno Request for Quotation No: 22-046, and the attached contractors response to County of Fresno Request for Quotation No: 22-046 by this reference made a part hereof. TERM: This Agreement shall become effective August 16, 2022 and shall remain in effect through August 15, 2025. EXTENSION: This Agreement may be extended for two (2) additional one (1)year periods by the mutual written consent of all parties. MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County reserves the right to increase or decrease orders or quantities. CONTRACTOR'S SERVICES: Contractor shall perform the services as described in the vendor's corresponding Attachment"A" attached, at the rates set forth in the vendor's corresponding Attachment"A". ORDERS: Orders will be placed on an as-needed basis by Public Works & Planning- Roads Maintenance & Operations Division and Resources Division under this contract. PRICES: Prices shall be firm for the contract period. MAXIMUM: In no event shall services performed and/or fees paid under this Master Agreement be in excess of One Million One Hundred Fifty Thousand Dollars ($1,150,000.00). No more than Two Hundred Thousand Dollars ($200,000.00) shall be expended for rental services during the life of this agreement. ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as deemed necessary. Such additions shall be made in writing and signed by both parties. DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be delivered complete as specified. All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. DEFAULT: In case of default by Contractor, the County may procure the articles/services from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County. The prices paid by County shall be considered the prevailing market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not meet specifications, will be at the expense of Contractor. 333 W. Pontiac Way,Clovis,CA 93612/(559)600-7110 The County of Fresno is an Equal Employment Opportunity Employer PROCUREMENT AGREEMENT NUMBER: P-22-245 Page 2 July 20, 2022 INVOICING: An itemized invoice shall be sent to requesting County department in accordance with invoicing instructions included in each order referencing this Agreement. The Agreement number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days. INVOICE TERMS: Net forty-five (45)days from the receipt of invoice. TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30) days written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. LIABILITY: The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and employees from any and all claims for damage or other liability, including costs, expenses (including attorney's fees and costs), causes of action, claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this Agreement, 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. 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. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. PUBLIC/CONTRACTS&EXTRACTS/2022 CONTRACTS/P-22-245 MASTER AGREEMENT-ROAD&TRAFFIC SAFETY SUPPLIES/CONTRACTS& AMENDMENTS/P-22-245 MASTER AGREEMENT FOR ROAD&TRAFFIC SAFETY SUPPLIES.DOCX PROCUREMENT AGREEMENT NUMBER: P-22-245 Page 3 July 20, 2022 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 signs and executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Public Works and Planning, 2220 Tulare Street, 611 Floor, Fresno, CA 93721 or preferably emailed to RMOfinancial(a)fresnocountyca.gov,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. 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. COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor under this Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such PUBLIC/CONTRACTS&EXTRACTS/2022 CONTRACTS/P-22-245 MASTER AGREEMENT-ROAD&TRAFFIC SAFETY SUPPLIES/CONTRACTS& AMENDMENTS/P-22-245 MASTER AGREEMENT FOR ROAD&TRAFFIC SAFETY SUPPLIES.DOCX PROCUREMENT AGREEMENT NUMBER: P-22-245 Page 4 July 20, 2022 matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to others unrelated to the County or to this Agreement. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractors and the County with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1)the text of this Agreement(excluding the vendor's corresponding Attachment, County's Request for Quotation No. 22-046 and the Contractor's Quote in response thereto); (2) the vendor's corresponding Attachment; (3) the County's Request for Quotation No. 22-046 and (4)the Contractor's quotation made in response to County's Request for Quotation No. 22-046. GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the State of California. Venue for any action shall only be in County of Fresno. ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic signature as provided in this section. A. 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. B. Each electronic signature affixed or attached to this Agreement (1) is deemed equivalent to a valid original handwritten signature of the person signing this Agreement for all purposes, including but not limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and effect as the valid original handwritten signature of that person. C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, Part 2, Title 2.5, beginning with section 1633.1). D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs (1)through (5), and agrees that each other party may rely upon that representation. This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means and either party may sign this Agreement with an original handwritten signature. Please acknowledge your acceptance by returning your corresponding signature page of this Agreement to my office via email or USPS. Please refer any inquiries in this matter to Chanvathei Lonh, Purchasing Analyst, at(559) 600-7110 or clonh(aD_fresnocountyca.gov . PUBLIC/CONTRACTS&EXTRACTS/2022 CONTRACTS/P-22-245 MASTER AGREEMENT-ROAD&TRAFFIC SAFETY SUPPLIES/CONTRACTS& AMENDMENTS/P-22-245 MASTER AGREEMENT FOR ROAD&TRAFFIC SAFETY SUPPLIES.DOCX PROCUREMENT AGREEMENT NUMBER: P-22-245 Page 5 July 20, 2022 FOR THE COUNTY OF FRESNO Digitally signed by Gary Cornuelle Gary C O rn U e I l e Date:2022.08.31 15:11:14-07'00' Gary E. Cornuelle Purchasing Manager 333 W. Pontiac Way Clovis, CA 93612 GEC:CL G:\PUBLIC\CONTRACTS&EXTRACTS\2022 CONTRACTS\P-22-245 MASTER AGREEMENT-ROAD&TRAFFIC SAFETY SUPPLIES\CONTRACTS& AMENDMENTS\P-22-245 MASTER AGREEMENT FOR ROAD&TRAFFIC SAFETY SUPPLIES.DOOC PROCUREMENT AGREEMENT NUMBER: P-22-245 July 20, 2022 CONTRACTOR TO COMPLETE: Company: Statewide Traffic Safety and Signs, Inc. dba Statewide Safety Systems P Y� Type of Entity: ❑ Individual ❑ Limited Liability Company ❑ Sole Proprietorship ❑ Limited Liability Partnership Gj Corporation ❑ General Partnership 3049 South Golden State Frontage Rd Fresno CA 93725 Address City State Zip 559-291-8500 559-291-8503 gpetrosian@statewidess.com TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS Print Name& Jon Lang, Vice President Matthew Hunt, Chief legal Officer Title: Print Name &Title: Signature: Signature: G:\PUBLIC\CONTRACTS&EXTRACTS\2022 CONTRACTS\P-22-245 MASTER AGREEMENT-ROAD&TRAFFIC SAFETY SUPPLIES\CONTRACTS& AMENDMENTS\P-22-245 MASTER AGREEMENT FOR ROAD&TRAFFIC SAFETY SUPPLIES.D00C 1 PROCUREMENT AGREEMENT NUMBER: P-22-245 Page 6 July 20, 2022 CONTRACTOR TO COMPLETE: Company: Alert-O-Lite Inc Type of Entity: El Individual Limited Liability Company ❑ Sole Proprietorship Limited Liability Partnership Q Corporation [ General Partnership PO Box 12224 Fresno Ca 93777-2224 Address City State Zip 559-486*4570 559-233-1111 service(cD_alertolite.com TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS a I Print Name& Title: Debbie L Hunsaker prey Print Name&Title: Debbie L Hunsaker, Treas Signature: ` Signature: C ACCOUNTING USE ONLY ORG No.: 4510,9026 Account No.: 7385,7205 Requisition No.: 5142200026, 9262200066 (9/2021) S I PUBLIC/COMRAM&Da RAm/2022 CONTRACTS/P-22-245 MASTER AGREEMENT-ROAD&TRAFFIC SAFETY SUPPLIES/CONTRACTS& AMENDMENTS/P-22-245 MASTER AGREEMENT FOR ROAD&TRAFFIC SAFETY SUPPLIES.DOCX PROCUREMENT AGREEMENT NUMBER: P-22-245 Attachment A- STSSI July 20, 2022 STA TEWIDE TRAFFIC SAFETY&SIGNS INC. ATTACHMENT'A" Rental Cost Purchase Cost Description Unit (Per Week (Per Unit) Per Unit) Variable Message Sign, Standard Mini,Three-line Each 550.00 19,390.00 Arrow Board,Trailer Mount,Solar Each 180.00 5,598.00 Delineator, 12-pound base Each 4.25 20.93 LED flashing beacon, Single Amber, Yellow Housing Option with Statewide Traffic Safety&Signs : 12" LED, Solar Each 120.00 1,262.00 Barricade,Type I, Steel Each 7.00 44.67 Barricade,Type I,Steel,with Light Each 10.50 61.87 Barricade,Type II,Steel Each 10.50 48.76 Barricade,Type II,Steel, with Light Each 14.00 65.96 Barricade,Type III, Steel Each 21.00 119.97 Barricade,Type III, Steel, with Light Each 24.50 137.17 48" Reflective Kite Signs Option with Statewide Traffic Safety&Signs: Without bracing Each 35.00 110.00 36" Surface Mount Channelizer Post (base and hardware included)with Reflectors and non-destructive adhesive, per Caltrans specifications (20 per box) Each N/A 21.34 24" x 24" Paper Signs (100 per box) Each N/A 5.00 Bundle 2 x 2 x 12 Hubs (Bundle of 25) Each N/A 26.00 Bundle 2 x 2 x 18 Hubs (Bundle of 50) Each N/A 43.00 Traffic Cone 28"with Reflective Color 10lbs base cone Each N/A 27.33 Orange Flag w/staff Each N/A 3.60 Yellow Caution Tape 3"x 1,000 yds Each N/A 11.10 Flagging Tape, 1 3/16"x 150' Each N/A 1.27 6-volt batteries(24 per box) Each N/A 14.66 D size batteries (12 per box) Each N/A 1.14 Temporary Floppy Chip Seal Marker with Reflectors on both sides (500 per box) Each N/A 0.72 Bundles 3" Lath (Bundle of 50) Each N/A 51.33 Bundles 4" Lath (Bundle of 50) Each N/A 68.33 Additional Items: Statewide Traffic Safety&Signs Inc. A Percentage discount from (catalog, price list, or product line) N/A Vendor enclosed a current catalog, price list, or product line Quotation Items Product Sheets Stenciling Prices (If Applicable) 0.50/Item Delivery Cost Normal Business Hours(Monday- Friday*, 7:00 AM -4:00 PM ) $ 50.00/ Per Occurrence Outside Normal Business Hours (listed above) $75.00/ Per Occurrence Will Call Hours and Cost Please list business hours for pick up items 7:00 AM - 5:00 PM Will Call Cost- Normal Business Hours No Charge Will Call Cost- Outside Normal Business Hours $ 50.00/Per Occurrence G:\PUBLIC\CONTRACTS&E)CrRACTS\2022 CONTRACTS\P-22-245 MASTER AGREEMENT-ROAD&TRAFFIC SAFETY SUPPLIES\CONTRACTS& AMENDMENTS\P-22-245 MASTER AGREEMENT FOR ROAD&TRAFFIC SAFETY SUPPLIES.DOOC PROCUREMENT AGREEMENT NUMBER: P-22-245 Attachment A- Alert-O-Lite July 20, 2022 ALERT-O-LITEATTACHMENT"A" Description Unit Rental Cost Purchase Cost (Per Week Per Unit) (Per Unit) Variable Message Sign,Standard Mini,Three-line Each 480.00 17,400.00 Arrow Board,Trailer Mount,Solar Each 220.00 5,275.00 Delineator,12-pound base Each 6.65 26.42 LED flashing beacon,Single Amber,Yellow Housing Option with Alert-O-Cite: Solar barricade light#AC4D Each 3.50 16.69 Barricade,Type I,Steel Each 4.20 45.75 Barricade,Type I,Steel,with Light Each 7.70 61.99 Barricade,Type II,Steel Each 7.70 50.75 Barricade,Type II,Steel,with Light Each 11.20 66.99 Barricade,Type III,Steel Each 17.50 127.49 Barricade,Type III,Steel,with Light Each 21.00 143.74 Portable Stop Sign 30"x30",HIP type III or better Each 17.50 179.99 48"Reflective Kite Signs Each 22.75 115.49 1,000W Bulb Flood Light Each N/A 187.50 500W Flood Light with Tripod(7ft) Each N/A 187.50 36"Surface Mount Channelizer Post(base and hardware included) with Reflectors and non-destructive adhesive,per Caltrans specifications(20 per box) Each N/A 32.66 24"x 24" Paper Signs(100 per box) Each N/A 5.99 Bundle 2 x 2 x 12 Hubs(Bundle of 25) Each N/A 39.69 Bundle 2 x 2 x 18 Hubs(Bundle of 50) Option with Alert-O-Lite:2x2x18 Hubs(Bundle of 25) Each N/A 46.69 Traffic Cone 28"with Reflective Color 10lbs base cone Each N/A 29.69 Orange Flag w/staff Each N/A 3.49 Orange Reflector Safety Tape 2"x 10 yds Each N/A 14.95 Orange Reflector Safety Tape 4"x 10 yds Each N/A 26.95 Yellow Caution Tape 3"x 1,000 yds Each N/A 9.99 Flagging Tape, 1 3/16"x 150' Each N/A 2.49 Flag-Red Tailgate,Vinyl(4 per box) Each N/A 5.89 6-volt batteries(24 per box) Each N/A 3.99 D size batteries(12 per box) Each N/A 1.39 Bundle Survey Flags,White 4x5 w/36"wire(Bundle of 100) Each N/A 13.39 Temporary Floppy Chip Seal Marker with Reflectors on both sides V per box) Each N/A 0.89 les3"Lath(Bundle of 50) Each N/A 59.99 les 4"Lath(Bundle of 50) Each N/A 79.99 Additional Items: Alert-O-Lite A Percentage discount from(catalog,price list,or product line) 5-15%off Product Line Vendor enclosed a current catalog,price list,or product line Product Line List Stenciling Prices(If Applicable) $0.50 Delivery Cost Normal Business Hours(Monday-Friday*,7:00 AM-4:00 PM ) $1.50 Per Mile Outside Normal Business Hours(listed above) $3.00 Per Mile Will Call Hours and Cost Please list business hours for pick up items Mon-Fri 6:00 AM-5:00 PM, Sat 8:00 AM-2:00 Ph1 Will Call Cost-Normal Business Hours $0 Will Call Cost-Outside Normal Business Hours $65.00 Per Hour/Per Person PUBLIC/CONTRACTS&EXTRACTS/2022 CONTRACTS/P-22-245 MASTER AGREEMENT-ROAD&TRAFFIC SAFETY SUPPLIES/CONTRACTS& AMENDMENTS/P-22-245 MASTER AGREEMENT FOR ROAD&TRAFFIC SAFETY SUPPLIES.D0OC PROCUREMENT AGREEMENT NUMBER: P-22-245 Attachment A- Alert-O-Lite July 20, 2022 ALERT-O-LITEATTACHMENT"A" The County of Fresno accepts the following paragraph to replace the LIABILITY paragraph located on page 2 of this Procurement Agreement. LIABILITY: The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's negligence or failure to perform under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, it officers, agents and employees from any and all claims for damage or other liability, including costs, expenses (including attorney's fees and costs), causes of action, claims or judgments resulting out of or in any way due to the Contractor's negligence or failure to perform by Contractor, its agents, officers 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 damages due to the negligence or failure to perform of Contract, it officers, agents, or employees under this Agreement. PUBLIC/CONTRACTS&EXTRACTS/2022 CONTRACTS/P-22-245 MASTER AGREEMENT-ROAD&TRAFFIC SAFETY SUPPLIES/CONTRACTS& AMENDMENTS/P-22-245 MASTER AGREEMENT FOR ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Contractor's Response to County of Fresno Request for Quotation No. 22-046 G:\PUBLIC\CONTRACTS&EXTRACTS\2022 CONTRACTS\P-22-245 MASTER AGREEMENT-ROAD&TRAFFIC SAFETY SUPPLIES\CONTRACTS& AMENDMENTS\P-22-245 MASTER AGREEMENT FOR ROAD&TRAFFIC SAFETY SUPPLIES.DOOC COUNTY OF FRESNO co Off, �O FREE REQUEST FOR QUOTATION NUMBER: 22-046 ROAD & TRAFFIC SAFETY SUPPLIES Issue Date: April 13, 2022 Closing Date: MAY 17, 2022 AT 10:00 AM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Chanvathei Lonh at Phone (559) 600-7110. BIDDER TO COMPLETE Undersigned a rees 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. Statewide Traffic Safety and Signs, Inc. dba Statewide Safety Systems COMPANY Greg Petrosian CONTACT PERSON 3049 South Golden State Frontage Road ADDRESS — Fresno CA 93725 CITY STATE ZIP CODE _(559 291-8500 gpetrosian@statewidess.com TELEP. ON rauP:1 ER E-MAIL ADDRESS BUTHu, Z a siOry TUBE , Jon Lang Vice President PRINT NAME TITLE Purchasing Use:CL:st ORG/Requisition:45104514;9026/5142200026;9262200066 G:\Public\RFQ\FY 2021-22\22-046 Road&Traffic Safety Supplies0-046 Road&Traffic Safety Supplies.docx Quotation No. 22-046 Page 2 TABLE OF CONTENTS PAGE KEYDATES .................................................................................................................... 3 OVERVIEW..................................................................................................................... 3 BID INSTRUCTIONS ......................................................................................................4 GENERAL REQUIREMENTS & CONDITIONS............................................................... 5 INSURANCE REQUIREMENTS ................................................................................... 11 PARTICIPATION........................................................................................................... 12 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE ............................................................................................ 15 REFERENCE LIST........................................................................................................ 17 SCOPEOF WORK........................................................................................................ 18 QUOTATION SCHEDULE............................................................................................. 20 CHECKLIST ................................................................................................................. 22 G:\PUBLIC\RFQ\FY 2021-22\22-046 ROAD&TRAFFIC SAFETY SUPPLIES\22-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 3 KEY DATES RFQ Issue Date: April 13, 2022 Written Questions for RFQ Due: April 22, 2022 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: May 17, 2022 at 10:00 AM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno is soliciting bids to establish an agreement under which the successful bidder(s)will provide rental and/or purchase of message boards, barricades, safety cones, road markings, traffic lighting, and other miscellaneous related items for both scheduled and emergency situations. The County maintains over 3,500 miles of roads, which can vary geographically from the mountainous areas of Huntington and Upper Pine Flat Lake, Dunlap, and down to the foothill roads West of Coalinga and Tranquillity. The County does not represent that it will utilize each Contractor's services any guaranteed number of times over the course of the agreement. The County estimates a spend of 1 million dollars over the potential five (5)year agreement, with no more than 10% of all requested items and resulting expenses relating to rentals. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 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(a)FresnoCountyCA.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ process. Purchasing will provide a written response to the complainant within seven (7)working days unless the complainant is notified more time is required. If the appealing bidder is not satisfied with the decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office within seven (7)working days after Purchasing's notification; if the appealing bidder is not satisfied with CAO's decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal will be going to the Board of Supervisors. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 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 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 April 22, 2022 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Chanvathei Lonh 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. EXCEPTIONS: Please provide any exceptions to the general requirements and conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's quotation meets those requirements. 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. SALES TAX: Fresno County pays California State Sales Tax 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. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 6 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. 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). SAMPLES: On request, samples of the products on which you are bidding shall be made available to the County. County will designate where samples are to be delivered. Successful bidder's samples may be retained for checking against delivery, in which case allowance will be made to vendor. Samples, when required, must be furnished and delivered free and, if not destroyed by tests, will upon written request (within thirty (30) days of bid closing date) be returned at the bidder's expense. In the absence of such notification, County shall have the right to dispose of the samples in whatever manner it deems appropriate. 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. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 7 PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are for the contract period, and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination. CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection (1)serve as officers, principals, partners or major shareholders. 3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3)serve as officers, principals, partners or major shareholders. 5. No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be delivered to the ordering department. Each invoice shall reference the purchase order or contract number and the equipment number if applicable. The contractor shall obtain the "invoice to" address when receiving the order. 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. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 8 QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities. ORDERING: Orders will be placed as required by County of Fresno Public Works & Planning. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. 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. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 9 SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes and ordinances as may be required. BONDS: PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. BONDS: The successful bidder will be required to furnish a Faithful Performance Bond and a Labor and Materials Bond in an amount equal to one hundred percent(100%) of the contract price. 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. 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. 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. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 10 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. 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: None G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 11 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-Col lapse- 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. 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 & Planning— Road Maintenance and Operations Division, 2220 Tulare Street, 6` 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. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 12 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. EYes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. ElNo, we will not extend contract terms to any agency other than the County of Fresno. (Authorized Signature) Vice President Title G:IPUBLICIRFOIFY 2021-220-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 13 COUNTY OF FRESNO LOCAL VENDOR BID PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE The Local Vendor and Disabled Veteran Business Enterprise Preferences apply to this RFQ. Whenever the CAO purchases supplies, materials and/or equipment for the County through the use of competitive bids, the CAO, in evaluating the price or bid for such supplies, materials and/or equipment shall determine if each bidder is a Fresno County Local Vendor(FCLV) and/or a Disabled Veteran Business Enterprise (DVBE). Bidders that are either an FCLV or a California State Certified DVBE may be granted a preference when determining the award of a bid. FCLV and DVBE, for the purposes of this section, are defined below. A. Fresno County Local Vendor(FCLV) 1. The vendor has its headquarters, distribution point or locally-owned franchise located in or having a street address within the County for at least six (6) months immediately prior to the issuance of the request for competitive bids by the CAO; and 2. The vendor holds any required business license by a jurisdiction located in Fresno County; and 3. The vendor employs at least one (1)full-time or two (2) part-time employees whose primary residence is located within Fresno County, or if the business has no employees, shall be at least fifty percent(50%) owned by one or more persons whose primary residence(s) is located within Fresno County. B. Disabled Veteran Business Enterprise (DVBE) A vendor must be certified by the State of California as a Disabled Veteran Business Enterprise (DVBE) as of the close of the competitive bid process in which they are participating. State certification as a DVBE is issued by the California Department of General Services. Other Conditions 1. Any vendor claiming to be a FCLV as defined above, or a DVBE shall so certify in writing to the CAO. The CAO shall not be required to verify the accuracy of any such certifications, and shall have sole discretion to determine if a vendor meets the definition of a FCLV. 2. Any person or business falsely claiming to be a FCLV or DVBE under this section shall be ineligible to transact any business with the County for a period of not less than three (3) months and not more twenty-four(24) months as determined at the sole discretion of the CAO. The CAO shall also have the right to terminate all or any part of any contract entered into with such person or business. 3. In the event that the CAO rejects a vendor's claim that they are a FCLV and/or a DVBE, and as such declares them to be ineligible, such vendor shall be entitled to a public hearing before the Board of Supervisors and a five (5)day notice of the time and place thereof. 4. This section shall not apply to contracts required by state or federal statutes or regulations to be awarded to the lowest responsible bidder or otherwise exempted from local preference. Preferences FCLVs and DVBEs that submit a bid within five percent(5%)of the lowest responsive and responsible bid will, under certain specified circumstances, qualify to submit a new bid within two County business days of County's notification. Such new bids must be in an amount less than or equal to the lowest responsive and responsible bid previously determined by the CAO. If the CAO receives new bids from qualifying FCLVs and/or DVBEs, he shall award the contract to the FCLV or DVBE that submits the lowest responsive and responsible bid. If no new bids are received, the contract shall be awarded to the original low bidder as announced by the CAO. The lowest responsive and responsible bid shall be solely determined by the CAO. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 14 The CAO will consider the following four categories of bidder relative to the Fresno County Local Vendor Preference and the Disabled Veteran Business Enterprise Preference. Vendor Preference Categories 1) FCLV— Fresno County Local Vendor as defined above. 2) DVBE—Disabled Veteran Business Enterprise as defined above; a DVBE is not also a FCLV unless specifically designated as such. 3) FCLV& DVBE—A vendor that is both a Fresno County Local Vendor and Disabled Veteran Business Enterprise as defined above. 4) VNP—Vendor No Preference; A vendor that is neither a Fresno County Local Vendor nor a Disabled Veteran Business Enterprise. The following table identifies the various combinations of vendor preference categories that could be received in response to an RFQ. It also indicates when a vendor qualifies for a re-bid under either the FCLV or DVBE Preference. The first column of the table identifies the Vendor Preference Category of the bidder that the CAO has determined to be the lowest cost, responsive and responsible bidder. Each vendor preference category is shown in the columns to the right. The table indicates when a vendor category qualifies for a re-bid relative to the low bid category in the first column (read left to right). Low Bid Submitted by FCLV& DVBE FCLV DVBE VNP Vendor Preference Category (Not a FCLV) FCLV& DVBE No Re-bid No Re-bid No Re-bid No Re-bid Award to Low BidNo Re-bid Opportunity Opportunity Opportunity Opportunity May Re-bid May Re-bid May Re-bid VNP No Re-bid when within 5% when within 5% when within 5% Award Subject to Preference Re-bid of low bid of low bid of low bid Opportunity FCLV May Re-bid No Re-bid No Re-bid No Re-bid Award Subject to Preference Re-bid when within 5% Opportunity Opportunity Opportunity of low bid DVBE May Re-bid May Re-bid No Re-bid No Re-bid (Not a FCLV) when within 5% when within 5% Award Subject to Preference Re-bid of low bid of low bid Opportunity Opportunity Applying the Preferences In determining the award of a Request for Quotation (RFQ), the CAO will first identify the lowest cost responsive and responsible bidder, and award will be made to that vendor when such vendor is both a FCLV and a DVBE. If the lowest such bidder is not an FCLV, it will be determined if the Local Vendor Preference and/or the DVBE Preference are applicable to other bidders. The preferences will then apply to bids submitted by FCLVs and DVBEs that are within 5% of the designated low bid. The vendors submitting bids that are within the 5%will be granted an opportunity to submit a new bid. It must be stressed that in the event of a tie between a FCLV and a DVBE that is not a FCLV, the FCLV shall take precedence in award of the contract. This condition is necessary to remain consistent with Fresno County Charter Section 12 (h), which specifically calls for a preference to local vendors. When the lowest responsive and responsible bidder is a FCLV, other bidders who are both FCLVs and DVBEs will have the opportunity to re-bid. When the lowest responsive and responsible bid is from a non-local DVBE, all FCLVs will be offered a re-bid opportunity. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 15 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE The Fresno County Local Vendor Preference (FCLV) and the Disabled Veteran Business Enterprise Preference (DVBE)are applicable to this Request for Quotation as previously explained. Qualified Vendors that desire consideration as a FCLV and/or a DVBE under this RFQ must complete the "Statement of Local Vendor Certification" and/or the"Statement of DVBE Certification", each is included below, and submit it/them as a part of their quotation. Late submittals of these certification forms will not be considered. Submission of either or both certifications will qualify the vendor for treatment as a local vendor or a DVBE for purposes of this RFQ only. The certification(s) made under this RFQ do not qualify the vendor for a preference under any other RFQ. NOTIFICATION OF RE-BID If a vendor's bid qualifies under the Fresno County Local Vendor Preference or the DVBE Preference, the vendor will be notified of his/her opportunity to re-bid. If so notified, the Vendor must submit his/her re-bid within two County business days of notification. Notification will be issued by e-mail or Fax, whichever is preferred by the vendor. Notification to Vendor shall be considered complete upon County's transmission of e-mail or Fax. It will be the vendor's responsibility to check his/her e-mail or Fax messages for notification. The vendor's delay in retrieval of his/her notification will not alter the two (2) County business day period allowed for re-bid submission. FCLV or DVBE TO COMPLETE: Indicate ONE method for notification of re-bid opportunity by providing the appropriate e-mail address or Fax number. Submit this document as a part of your quotation. services@stssi.com, Attn: Michael Griffiths E-Mail Address or Fax Number(Identify contact person) G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 16 . -- ----- ----- - -- ------ -- --- ------ -- --- --- --- --- --- - ----- STATEMENT OF LOCAL VENDOR CERTIFICATION COUNTY OF FRESNO Qualified local vendors desiring consideration under the Fresno County Local Vendor Preference must complete the following and submit with their quotation (print or type). I Jon Lang Vice President (individual submitting bid) (title) of/for Statewide Traffic Safety and Signs, Inc. Certify that Statewide Traffic Safety and Signs, Inc. dba Statewide Safety Systems dba Statewide Safety Systems (Company Name) (Company Name) Is a Fresno County local Vendor as defined within this RFQ and therefore qualifies for the Local Vendor Preference. Vice President 5/16/22 ignature Title Date Jon Lang (Print Name) ............._-------------------------------------------------------------------------- -- ---- - --- ------- . ------ --- -- I ------- STATEMENT OF DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION Qualified vendors desiring consideration under the Fresno County DVBE Preference must complete the following and submit with their quotation (print or type). I (individual submitting bid) (title) of/for Certify that ("Company Name) (Company Name) Is a Disabled Veteran Business Enterprise certified by the State of California and therefore qualifies for the DVBE Preference. State of California DVBE Certification Number: Signature Title Date (Print Name) 'Company name on file with the State of California DVBE program. - ---------- ._-------------- -- - - - ---. G:IPUBLICIRFOIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 17 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: Statewide Traffic Safety and Signs, Inc.dba Statewide Safety Systems 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: County of Fresno Contact: Tom Hunt Address: 25411 West Silveria Ave City: Tanquility State: CA Zip: 93668 Phone No.: ( 559 ) 600-4260 Date: Current Service Provided: Traffic Safety Products Reference Name: City of Reedley Contact: Chris Tamez Address: 1108 1 St City: Reedley State: CA Zip: 93654 Phone No.: ( 559 ) 356-8654 Date: Current Service Provided: Traffic Safety Products Reference Name: City of Fresno Contact: Dan Worfmon Address: 2101 G Street City: Fresno State: CA Zip: 93706 Phone No.: ( 559 ) 907-9368 Date: Current Service Provided: Traffic Safety Products Reference Name: County of Tulare Contact: Amy Farrell Address: 14001 Avenue 256 City: Visalia State: CA Zip: 93292 Phone No.: ( 559 ) 205-1286 Date: Current Service Provided: Traffic Safety Products Reference Name: County of Madera Contact: Dave Eller Address: 32384 Road 600 City: Raymond State: CA Zip: 93653 Phone No.: ( 559 ) 232-2533 Date: Current Service Provided: Traffic Safety Products Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 18 SCOPE OF WORK A. Scheduled & Emergency Response Availability 1. Scheduled: Contractor shall provide requested items during normal business hours, defined as Monday through Friday, 7:00am—4:00 pm. When requested by the County, Contractor shall acknowledge the request within two (2) hours and provide delivery of items to site address provided by County within twenty-four(24) hours. 2. Scheduled for American Avenue Disposal Site (AADS): Contractor shall provide requested items during normal AADS business hours, defined as Monday through Friday 7:00am—3:00pm, Saturday 8:00am—2:30pm. When requested by the County, contractor shall acknowledge the request within two (2) hours and provide delivery of items to site address provided by County within twenty-four(24) hours. • American Avenue Disposal Site 18950 W. American Ave. Kerman, CA 93630 3. Emergency Response: Emergency Response is defined as situations that may pose an immediate risk to County employees, residents, businesses, wildlife, and/or property. They require urgent intervention to prevent a worsening of a situation. Contractor shall provide emergency response availability outside of normal business hours on Monday— Friday, Saturday-Sunday, and County holidays. Contractor shall be available 24/7 to coordinate requests from the County by phone and/or email. Details regarding each request will be relayed at the time of each call and/or email. When requested by the County, Contractor shall acknowledge the request within thirty(30) minutes and provide delivery of items to site address provided by County within two (2) hours for County addresses within a twenty-five (25) mile radius from Fresno County Plaza, 2220 Tulare Street, Fresno, CA 93721. Deliveries made beyond a twenty-five (25) mile radius of the Fresno County Plaza shall be made within three (3) hours. Poor performance, as deemed by the County, may result in a reduction of usage or no requests from the County. Determination of this action is at the sole discretion of the Division Manager of the Road Maintenance & Operations Division, Department of Public Works & Planning, or designee. If the Contractor fails to deliver Scheduled and/or Emergency Response availability as described above, County shall have the right to reduce future requests and obtain products from another Contractor. B. Other Vendor Responsibilities 1. Contractor should have a flexible organization and be capable of performing multiple service requests simultaneously for both Scheduled and Emergency Response calls for countywide delivery. 2. Contractor shall obtain and have in possession all the personnel, energy sources, equipment, materials, training, and any item necessary to perform the services herein specified to industry standards and to the complete satisfaction of the County. Contractor shall have all the equipment necessary to unload all items and materials from Contractor's delivery vehicle to site location provided by County. 3. Contractor shall comply with all applicable local, state, and federal laws and regulations governing the scope of work required in this RFQ and subsequent potential agreement. 4. All work must be approved and authorized in writing by the County prior to commencement of any work. Emergency response services may be authorized electronically. 5. All items purchased must be to the complete satisfaction of the County. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 19 6. Contractor shall submit detailed invoices itemizing all work performed during the invoice period, including the dates of delivery, rates of pay, name of person requesting service, 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 number and requesting department/division. Contractor shall submit invoices to the County in accordance with the itemization and description set forth in Attachment A—Quotation Schedule. Contractor shall submit itemized invoices electronically to PWPBusinessOffice(ab_fresnocountyca.gov. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX REVISED QUOTATION SCHEDULE Please include all related charges, as County will not pay for charges not itemized below. County will not pay for repair, replacement, or related costs for returned barricades, regardless of condition. All barricades and signalization items must be compliant with the Manual on Uniform Traffic Control Devices (MUTCD). Estimated Rental Cost Purchase Extended Description Unit Annual (Per Week Cost Purchase Quantity Per Unit) (Per Unit) Cost 1 Variable Message Sign, Standard Mini, Each 4 Three-line $550.00 $19,390.00 $77,560.00 2 Arrow Board, Trailer Mount, Solar Each 4 $180.00 $5,598.00 $22,392.00 3 Delineator, 12-pound base Each 30 $4.25 $20.93 $627.90 4 LED flashing beacon, Single Amber, Yellow 800 $120.00 Housing 12" LED, Solar Each $1,262.00 $1,009,600.0 5 Barricade, Type I, Steel Each 1,000 $7.00 $44.67 $44,670.00 6 Barricade, Type I, Steel, with Light Each 1,000 $10.50 $61.87 $61,870.00 7 Barricade, Type II, Steel Each 10 $10.50 $48.76 $487.60 8 Barricade, Type II, Steel, with Light Each 10 $14.00 $65.96 $659.60 9 Barricade, Type III, Steel Each 150 $21.00 $119.97 $17,995.50 10 Barricade, Type III, Steel, with Light Each 100 $24.50 $137.17 $13,717.00 11 Portable Stop Sign 30"x30", HIP type III or Each 10 better No Bid No Bid No Bid 12 48" Reflective Kite Signs without bracing Each 360 $35.00 $110.00 $39,600.00 13 1,000W Bulb Flood Light Each 1 No Bid No Bid No Bid 14 50OW Flood Light with Tripod (7ft) Each 1 No Bid No Bid No Bid 36" Surface Mount Channelizer Post (base 15 and hardware included)with Reflectors and Each 40 No Bid $21.34 non-destructive adhesive, per Caltrans $853.60 specifications (20 per box) 16 24" x 24" Paper Signs (100 per box) Each 1800 No Bid $5.00 $9,000.00 17 Bundle 2 x 2 x 12 Hubs (Bundle of 25) Each 5 No Bid $26.00 $130.00 18 Bundle 2 x 2 x 18 Hubs (Bundle of 50) Each 5 No Bid $43.00 $215.00 19 Traffic Cone 28" with Reflective Color 101bs Each 200 N/A base cone $27.33 $5,466.00 20 Orange Flag w/staff Each 50 N/A $3.60 $180.00 21 Orange Reflector Safety Tape 2" x 10 yds Each 5 N/A No Bid No Bid 22 Orange Reflector Safety Tape 4" x 10 yds Each 5 N/A No Bid No Bid 23 Yellow Caution Tape 3" x 1,000 yds Each 16 N/A $11.10 $177.60 24 Flagging Tape, 1 3/16" x 150' Each 32 N/A $1.27 $40.64 Variable Message Sign, Standard Mini, $550.00 $20,056.00 $20,056.00 full matrix N/A $18.54 $18.54 Fiberglass Crossbrace for Roll Up sign LED 3-way Light (Barricade Flasher) $3.50 $17.20 $17.20 25 Flag—Red Tailgate, Vinyl (4 per box) Each 25 N/A No Bid No Bid 6-volt batteries (24 per box) 26 (Please indicate package count, if different Each 600 N/A $14.66 $8,796.00 from stated above) 27 D size batteries (12 per box) (Please indicate package count, if different Each 16,000 N/A $1.14 $18,240.00 from stated above) 28 Bundle Survey Flags, White 4x5 w/36"wire (Bundle of 10) Each 5000 N/A No Bid No Bid 29 Temporary Floppy Chip Seal Marker with Reflectors on both sides (500 per box) Each 25,000 N/A $0.72 $18,000.00 30 Bundles 3" Lath (Bundle of 50) Each 75 N/A $51.33 $3,849.75 31 Bundles 4" Lath (Bundle of 50) Each 50 N/A $68.33 $3,416.50 Additional Items: The County may require additional items, from those listed in the quotation schedule. A (%) percent discount from (catalog, price list, or product line) applies for additional items. Please enclose current catalog, price list, or product line documents with your response to this RFQ. Purchased Product Stenciling: The County may request stenciling on certain purchased products (i.e., cones, barricades). Please list the price for stenciling, if applicable: $•50/item Delivery Cost: Normal Business Hours (Monday—Friday*, 7:OOam—4:OOpm): $50.00 Outside Normal Business Hours (listed above): $75.00 *Excluding County holidays Will Call Hours and Cost: Please list business hours for picking up items: 7:00 AM-5:00 PM Will Call Cost- Normal Business Hours. No Charge Will Call Cost- Outside Normal Business Hours: $50.00 Quotation No. 22-046 Page 22 CHECK LIST This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1. X The Request for Quotation (RFQ) has been signed and completed. 2. X Addenda, if any, have been signed and included in the bid package. 3. X The completed Reference List as provided with this RFQ. 4. X The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 5. X Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ. 6. X The Participation page as provided within this RFQ has been signed and included 7. X The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section (if applicable) has been signed and included. 8. X Return checklist with RFQ response. 9. X Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFQ NUMBER: 22-046 ROAD & TRAFFIC SAFETY SUPPLIES Issue Date: April 27, 2022 CLOSING DATE: MAY 17, 2022 AT 10:00 AM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Chanvathei Lonh at (559) 600-7110. NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 22-046 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. Questions and Answers A Revised Quotation Schedule ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (11 TO RFQ ?2 046 COMPANY NAME: Statewide Traffic Safety and Signs, Inc. dba Statewide Safety Systems SIGNATURE: i' v (PRINT) NAME & TITLE: Jon ng, Vice Presid (PRINT) Purchasing Use:CL:st ORG/Requisition:45104514;9026 15142200026;9262200066 G:\PUBLIC\RFQ\FY 2021-22\22-046 ROAD&TRAFFIC SAFETY SUPPLIES\22-046 ADDENDUM 1.DOCX Addendum No. ONE (1) Page 2 Request for Quotation Number: 22-046 April 27, 2022 QUESTIONS AND ANSWERS Q1. On line 1, is the variable message sign being requested full matrix or three line? A1. The County is requesting a three-line variable message sign, however vendors are able to quote the full matrix sign as an additional option. Q2. On line 2, how is this different than line 1? A2. Line #2 is deleted. Q3. On line 4, should the delineator have an 8 pound or 12-pound base? A3. The delineator should have a 12-pound base. Q4. On line 5, is this a barricade flasher or an advanced warning beacon? A4. The County is requesting a LED flashing beacon with an amber lens and yellow housing, not a barricade flasher. Q5. On line 6, can we get clarification on what is being requested? A5. Line #6 is deleted. Q6. On line 7, can we get clarification on what is being requested? A6. Line # 7 is deleted. Q7. On line 14, what is the size and grade of sheeting for the stop sign? A7. Portable stop sign should be High Intensity Prismatic (HIP) reflective type III sheeting, or better, and measure 30" x 30". Q8. On line 15, can you confirm that bracing is needed for the kite signs? A8. Yes, bracing may be needed for some kite signs. However, the County may also purchase kite signs without bracing. Q9. On line 16, can we get clarification on what is being requested? A9. The County is requesting a 1000-watt flood light. Q10.On line 17, can we get clarification on what is being requested? A10. The County is requesting a 500-watt flood light with an adjustable tripod, measuring approximately 7 feet. Q11.On line 18, is adhesive needed with the channelizers? If so, what style? A11. Adhesive for channelizers should be non-destructive, able to adhere to concrete and asphalt, and meet Caltrans Specifications, Chapter 4, Section 81. Q12.On line 28, what class of vest is being request? Class 2 or 3? Is there a breakdown on sizes? Al2. Line 28 is deleted. Q13. On line item 29, what class of bomber jacket is being requested? Is there a breakdown on sizes? A 13. Line 29 is deleted. Q14. On line 30, are the flags being requested vinyl or mesh? A14. The County is requesting vinyl flags. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ADDENDUM 1.DOCX REVISED QUOTATION SCHEDULE Please include all related charges, as County will not pay for charges not itemized below. County will not pay for repair, replacement, or related costs for returned barricades, regardless of condition. All barricades and signalization items must be compliant with the Manual on Uniform Traffic Control Devices (MUTCD). Estimated Rental Cost Purchase Extended Description Unit Annual (Per Week Cost Purchase Quantity Per Unit) (Per Unit) Cost 1 Variable Message Sign, Standard Mini, Each 4 Three-line 2 Arrow Board, Trailer Mount, Solar Each 4 3 Delineator, 12-pound base Each 30 4 LED flashing beacon, Single Amber, Yellow 800 Housing Each 5 Barricade, Type I, Steel Each 1,000 6 Barricade, Type I, Steel, with Light Each 1,000 7 Barricade, Type II, Steel Each 10 8 Barricade, Type II, Steel, with Light Each 10 9 Barricade, Type III, Steel Each 150 10 Barricade, Type III, Steel, with Light Each 100 11 Portable Stop Sign 30"x30", HIP type III or Each 10 better 12 48" Reflective Kite Signs Each 360 13 1,000W Bulb Flood Light Each 1 14 50OW Flood Light with Tripod (7ft) Each 1 36" Surface Mount Channelizer Post (base 15 and hardware included)with Reflectors and Each 40 non-destructive adhesive, per Caltrans specifications (20 per box) 16 24" x 24" Paper Signs (100 per box) Each 1800 17 Bundle 2 x 2 x 12 Hubs (Bundle of 25) Each 5 18 Bundle 2 x 2 x 18 Hubs (Bundle of 50) Each 5 19 Traffic Cone 28" with Reflective Color 101bs Each 200 N/A base cone 20 Orange Flag w/staff Each 50 N/A 21 Orange Reflector Safety Tape 2" x 10 yds Each 5 N/A 22 Orange Reflector Safety Tape 4" x 10 yds Each 5 N/A 23 Yellow Caution Tape 3" x 1,000 yds Each 16 N/A 24 Flagging Tape, 1 3/16" x 150' Each 32 N/A 25 Flag—Red Tailgate, Vinyl (4 per box) Each 25 N/A 6-volt batteries (24 per box) 26 (Please indicate package count, if different Each 600 N/A from stated above) 27 D size batteries (12 per box) (Please indicate package count, if different Each 16,000 N/A from stated above) 28 Bundle Survey Flags, White 4x5 w/36"wire (Bundle of 10) Each 5000 N/A 29 Temporary Floppy Chip Seal Marker with Reflectors on both sides (500 per box) Each 25,000 N/A 30 Bundles 3" Lath (Bundle of 50) Each 75 N/A 31 Bundles 4" Lath (Bundle of 50) Each 50 N/A Additional Items: The County may require additional items, from those listed in the quotation schedule. A (%) percent discount from (catalog, price list, or product line) applies for additional items. Please enclose current catalog, price list, or product line documents with your response to this RFQ. Purchased Product Stenciling: The County may request stenciling on certain purchased products (i.e., cones, barricades). Please list the price for stenciling, if applicable: Delivery Cost: Normal Business Hours (Monday—Friday*, 7:OOam—4:OOpm): Outside Normal Business Hours (listed above): *Excluding County holidays Will Call Hours and Cost: Please list business hours for picking up items: Will Call Cost- Normal Business Hours: Will Call Cost- Outside Normal Business Hours: Line 1 • .•• • Mini Message 1 I I WANCODriving traffic safety. 800-972-0755 ................ ::: .............. . .. ... . :.. ......... ..... ... .... ... .... ...... ... . ... . . . ... ... :::.:::..:::......................... . .... .. . . ... . ... ..... .. . . . . . : . . . ... . ..... ... . .. . . .•.•. ..... . . . ..... . • . ..•.. . , . . . . • . . . : . . . . . ..... . . .... 0 I i www.wanco.com The same high visibility and legibility as our full-size signs, but with smaller footprint ■ Energy efficient with superior performance ■ Choose matrix or three-line message display ■ Full-color touchscreen controller W= •' ■ Preprogrammed,custom and MUTCD graphics O� ■ Easiest programming in the industry Wanco°Mini Message Signs are 30%smaller than our full-size signs, making them highly maneuverable and easy to deploy. Choose the sign that's right for your application.Wanco Mini Matrix Signs feature ■ Lockable weathertight control box located on back of a full matrix of highly legible,ultra-bright LEDs to display graphics,text or a display cabinet combination of both.Wanco Mini Three-Line Signs are designed for text messages ■ No external wiring from controller to sign of up to eight characters per line.For optimal positioning,the display cabinet ■ Safer programming at eye level rotates independent of the trailer.Raise and lower the sign with the standard ■ Better traffic visibility hand-operated winch or optional hydraulic lift. ■ Out of reach of the casual hacker All signs feature Wanco's capacitive touchscreen interface for the easiest ■ Capacitive touchscreen controller features intuitive programming in the industry.Large virtual buttons are easy to see and select. full-color interface with large virtual buttons The touchscreen has nearly instantaneous response and an intuitive menu structure ■ Multi-level password protection prevents unauthorized access that makes easy work of choosing and setting new messages. ■ NTCIP compliant Options include the Wanco Traffic Data Classifier System,Modem Package with GPS, Fleet Manager,Asset Tracker and radar-based speed detection. To see or order a Wanco Mini Message Sign,call 800.972.0755 or visit wanco.com. Brief specifications size Deployed footprint,W x L 143 x 96 in(362 x 244 cm) Sign cabinet size,WxH 96 x 55 in(244 x 140 cm) Operating height 142 in(361 cm) Travel height 103 in(262 cm) Weight,approx. 1580lb(717 kg) Matrix Model WVTM Three-Line Model WVT3 Display 48 x 27 pixels 3 lines of 8 characters Fonts 12 fonts 1 font Default font 12.6 in.,5 x 7 pixels per character 15 in.,5 x 7 pixels per character 3 lines of 8 characters maximum 3 lines of 8 characters maximum Power Batteries,solar Batteries,solar WANCO INC. W 5870 Tennyson Street Arvada,Colorado 80003 800-972-0755 Due to Wanco's commitment to continuous improvement of our products,all information is subject to change without notice. 303-427-5700 Wanco and the Wanco logo are registered trademarks of Wanco Inc. 303-427-5725 fax www.wanco.com 9)2020 Wanco Inc.All rights reserved.Printed in the USA.1 WPB0059 February 2020 �11 Printed on recycled paper Line 2 W Arrowboards QEca w ® W i Orange for safety. Green for the environment° , OANCOR Driving traffic safety. 800-972-0755 www.wanco.com gECCI- Runs for years without intervention, and its batteries are completely maintenance free ■ Maintenance-free batteries ■ 80% less power consumption ■ 80%less lead pt Ir ■ Sealed batteries will never leak or spill WANCO gANC WJECO®Arrowboards feature the lowest power consumption in the industry.Innovative engineering employs a unique system that uses small,eco-friendly batteries to power high-output, energy-efficient LEDs.The result is a remarkable technology that - a benefits the environment without sacrificing performance. Traditional arrowboard batteries can leak and spill their contents onto the ground,polluting the land and contaminating ground water. WJECO technology is better for the environment because it allows the use of smaller,sealed batteries. Smaller batteries means less lead content-80%less,when compared to Brief specifications traditional arrowboards.And WIECO batteries require no maintenance, Board material Aluminum sheet and welded channels resulting in longer battery life and significant savings. Frame construction All-welded structural steel With an 80%decrease in power consumption over traditional solar arrowboards,WIECO batteries take less time to charge-5 to 6 hours Finish Powder coated and oven baked instead of 24—which not only saves energy but results in less downtime. Controller Self-contained solid-state electronics located in lockable weather-resistant aluminum enclosure During the manufacturing process,powder coating emits near-zero volatile organic compounds(VOCs),and all over-spray is reclaimed and Display options 15-light and25-light models provide up to 12 arrow display functions reused.Finally,nearly every component can be recycled. Automatic dimming is standard More than just eco-friendly Power system Two sealed,leak-and spill-proof,12-volt,180 VRLA batteries are standard; three batteries are optional WIECO arrowboards are designed to meet and exceed the highest Up to 100 watts solar charging,solid-state voltage regulator,charge indicator; standards of quality and performance in the industry.High-output overcharge and deep discharge protection amber LEDs provide superior visibility,and the all-welded steel frame guarantees longevity. Includes PTC resettable fuses,reverse polarity protection,and low-voltage Wanco's unique design fully supports the board with a single locking disconnect system device that holds the board in place for transport and during operation. Positive-drive voltage system applies voltage to lamps only when lit Folding-frame,vertical-mast and skid-mounted models are available. Industry standards Meets MUTCD For see or buy WJECO Arrowboards,call 800.972.0755 or visit wanco.com. WANCO INC. W 5870 Tennyson Street Arvada,Colorado 80003 800-972-0755 Due to Wanco's commitment to continuous improvement of our products,all information is subject to change without notice.Wanco, 303-427-5700 WIECO,"Orange for safety,green for the environment,"and the Wanco and W I ECO logos are registered trademarks of Wanco Inc. 303-427-5725 fax www.wanco.com 9)2020 Wanco Inc.All rights reserved.Printed in the USA.I WPB0009 February 2020 0116 Printed on recycled paper Line 3 DIMENSIONS A 4.125" B 3.125" C 2.25" D 3.50" E 2.75" I'l 1.25" G 4.25" E H 45.50" I 30.50" J 1.50" F K 3.00" LI 1.50" K G M .25" NI 4.625" 01 6.375" F K G Weight 1.85 Ibs A H B C I D 1.75" x 4.75" In molded ID plate J M L N O Notes: Post material LDPE Low Density Polyethylene flourescent orange plastic DELINEATOR TUBE • « N-TOP II working together JBC SAFETY PLASTIC INC. 16750 CHESTNUT ST CITY OF INDUSTRY CA 91748 www.jbcsafety.com �o o. Date 9/26/13 N-Top II 3M3810x2 Line 3 A DIMENSIONS A 17.00" B 4.625" Dia C 1.375" D 9.5" Dia E F G H �B I J K L M NiA O Weight 12.0 LBS Top View Recessed area C D Side View 0 Bottom View Manufactured from 100% Recycled rubber tires and re-vulcanized for durability me DELINEATOR TUBE BASE BV-12 working together JBC SAFETY PLASTIC INC. 16750 CHESTNUT ST CITY OF INDUSTRY CA 91748 www.jbcsafety.com Date 11/15/13 DOG BV-1 2 Line 4 ECO SENSE 12A247/ 12R247 SOLAR 24HR FLASHING BEACON t ' �'i� •,,, SELF CONTAINED COMPACT SYSTEM 12" LED LOW WATTAGE LAMP MUTCD COMPLIANT" ma s% 20 WATT SOLAR PANEL WITH BLOCKING DIODES (ADJUSTABLE TO MAXIMIZE SUN EXPOSURE) (2) 12 i �� FLASHER SEALED VOLT AGM MAINTENANCE FREE, DEEP CYCLE, 9 AMP HR. BATTERIES SOLID STATE 60 FLASHES PER MINUTE, EXTERNAL BATTERY CHARGER (INCLUDED), UNISTRUT MOUNTING BASE INCLUDED WARRANTY: 2YR LIMITED • WEIGHT: 28LBS • •I • OPTIONS: HOOD VISOR, RED OR AMBER LED LAMP / 365 DAY / 24 HOUR TIMER CONTROLLER • • • • w • • •• lw �• ••••• (CROSSWALK APPLICATIONS • • • • •••&f•••'�' *Meets all requirements for design, illumination and color required by 2009 MUTCD Chapter 4L • • • • • • • • • •••�` Flashing Beacons. Line 5, 6, 7, 8 ppr WORKS BARRICADE WOOD PANELS WITH GALVANIZED LEGS Fr 1 1 MODEL 1 CRASH AND MEETS MUTCD STANDARDS O tr I O � S O FEATURES: COLORS AVAILABLE: • Type I and Type II can be purchased as assembled The TD2300 Works Barricades are units or component parts. Legs and boards can be currenly available in White. Three D Traffic Works purchased separately. All barricade components manufacture this product to your desired color. are completely interchangeable. • Legs are standard 45" length manufactured using GENERAL INFORMATION: galvanized steel in 12 and 14 gauge thickness. General information is listed on the reverse side. The measurements provided are intended only as a • Barricades are assembled utilizing 1/4" x 1" source of information. They are given without guarantee galvanized carriage bolts with high bend milspec and are not classified as a warranty. A specification will split lock washers and nuts and are hinged with two be sent to you upon request. 1/2-13 X 1" hex bolts and 1/2-13 nylon locknuts. • NCHRP350 Approved: WZ-54. • All Sheeting Complies with ASTM 4956.19. MASH Compliant Category I Device. • MUTCD Compliant. WN Innovative Traffic Safety Products 430 N. Varney Street, Burbank, CA. 91502 Tel: (877) 843-9757 Fax: (818) 841-5096 email: sales@trafficwks.com web site: www.trafficwks.com Innovative Traffic Safety Products TD2300 MODEL WORKS BARRICADE WITH WOOD BOARDS AND STEEL LEGS SPECIFICATIONS Folded Dimensions: e Weight of Type I Barricade with • NCHRP350 Approved: WZ-54. Thickness: 1.81 Inches 14 Gauge Steel Legs: 15.75 Ibs MASH Compliant Category I Device. Length: 24 to 36 Inches • Board Colors: White Height: 45 Inches • Leg Material: 14 and 12 Gauge • Plywood Board Thickness: Galvanized Steel Roll Form. • All Sheeting Complies with 1/2 Inch. ASTM 4956.19 requirements. 24, 32 & 36.00 T �T o 8.00 `f 12.00 �,.. .500 AA 40.50 1.250 I it l 4.00, 6.00, 8.00 or 12.00 T a Type II Barricade 8.00 o min. with 12" & 8" boards shown above. o a'. 44.750 1.40 o 0 1.25 .5625 dia. \Viewstal Barricade Legs � 11.25 �15.25 5.25 F 9.25 O O O O O O O O 1.25T �.3125 dia. 430 N. Varney Street, Burbank, CA. 91502 Tel: (877) 843-9757 Fax: (818) 841-5096 email: sales@trafficwks.com web site: www.trafficwks.com Line 9, 10 WORKS WOOD • ANGLE STEEL TYPE III BARRICADE 11 MODEL CERTIFIED TO MEET THE CRASHWORTHY REQUIREMENTS OF 1 y InTT—`—T" rIT of — l 7 --�'*z s _ } IV FEATURES: NCHRP350 COMPLIANT: WZ-54 & WZ-85 MASH COMPLIANT CATEGORY 1 DEVICE • Type III barricades can be purchased as assembled MUTCD COMPLIANT units or component parts. Legs and boards can purchased separately.All barricade components All Sheeting is ASTM 4956.19 Compliant. are interchangeable. COLORS AVAILABLE • Durable hot rolled carbon galvanized steel upright The TD2500 Works Type III Boards are currently frame and base stand with 2" X 2" X 8" square tubular available in White. Three D Traffic Works can receiver socket. manufacture this product to your desired color. • Distinctive base design allows for short term or for permanent fastening. GENERAL INFORMATION: • Designed to accomodate two warning lights. General information is listed on the reverse side. The measurements provided are intended only as a • Plywood boards can accomodate reflective sheeting source of information. They are given without on both sides of the boards. guarantee and are not classified as a warranty. A specification will be sent to you upon request. okft=P Innovative Traffic Safety Products 430 N. Varney Street. Burbank, CA 91502 Tel: (877) 843-9757 Fax: (818) 841-5096 Email: sales@trafficwks.com Web: trafficwks.com ��' w6 qo�- -Nne watt . - - 0 JAL • Innovative Traffic Safety Products TD2500 MODEL WOOD AND STEEL TYPE III BARRICADE SPECIFICATIONS • Upright Dimensions: • Base Dimensions: • Frame Material: Hot Rolled High Carbon Galvanized Steel. Height: 1.75" Height: 1.75" Board Material: 3/4" Plywood. Width: 1.75" Width: 1.75" Length: 63.0" 2"x2" Riser: 8 Inches • Panels Available with Chevron Sheeting: Weight: 6.0 lbs. Length: 60.0" Left or Right Hand Reflective Sheeting, Weight: 8.5 lbs. Divergent Striping or Same Direction. Boards Available In 4', 6', 8', 10' and 12' Lengths 0 0 8.00 �I! 60.00 20.00 ° min. 0 ° 12.00 min. 0 2.00 -E .560 dia. I BASE �.380 dia. T 8.00 63.00 .125 60.00 UPRIGHT typ. wall .500 dia. 6.50 < 1.75 430 N.Varney Street. Burbank, CA 91502 Tel: (877)843-9757 Fax: (818) 841-5096 Email: sales@trafficwks.com Web: trafficwks.com Line 6, 8, 10 and add on AC4D=NL 41 D-Cell LED Barricade Light I.ce886 .fo IL =T +00 i Battery Case Snaps In On/Off and Out and ie Mode Switches / Battery Case LED w/Battery Direction Mode/Sensor Indicators Circuitry _ jr Hardware 1 (Per Case Expanded of 10 Lights) Color Selection Features: • Optically correct polycarbonate lens and high impact case. r\ • Exceeds ITE standards and MUTCD visibility specifications. • Tested by a Coast Guard approved laboratory. • Battery contacts made of corrosion resistant stainless steel. • Lightweight, may be self-certified for compliance with NCHRP-350 crash test standards. • Three modes of operation, Flash/Steady-Burn/Off. • Each light supplied with mounting hardware: bolts, switch pins, and wrench. Cup washers available at extra cost. • Will operate on 2 or 4 D-cell batteries. #AC4D-NL Yellow Case #AC4D-OR-NL Orange Case • Standard package: 10 lights per carton. #AC4D-BK-NL Black Case • Weight per carton: 17 lbs. #AC4D-GR-NL Green Case #AC4D-BL-NL Blue Case DICKE SAFETY PRODUCTS Illinois - 1201 Warren Avenue • Downers Grove, IL 60515 • Ph: 630.969.0050 • Fax: 630.969.3973 Since 1886 Oregon - 1845 Anunsen Street, N.E. • Salem, OR 97301 • Ph: 800.333.5641 • Fax: 503.364.0340 Line 12 L� Roll up sign K Pocket r A M E- t B � E-� \ D DIMENSIONS A 48.00" B 64.00" C 6.00" A D 16.00" E 1.00" F 64.375" G 1.25" H .1875"Thickness I 12.5" J 2.00" K 8.00" L 9.00" B imi 4.00" Sign material avaliable in INI Non Reflective Flourescent Mesh 101 Non Reflective Fluorescent Orange Vinyl 3M RS30 Flourescent Orange Reflective Vinyl 3M RS34 White Reflective Vinyl G Reflexite Super Bright Reflexite Marathon Braces with clamp /H Tri Clamp H F Ink Technology F 48"ROLL UP SIGN Ak Mo. STITCHED POCKETS —kingmg.he, JBC SAFETY PLASTIC INC. 710 Nogales St Industry Ca 91748 ° RUSTCHP Date 5/28/09 NO. Line 15 0 P EXC O Davidson Traffic Control Products FleximGuide FG 300 Surface Mount Channelizer Posts ' llllllll � , ' V i. p" Yr Meg ft i FG 300 Clover Leaf Design for Built-in Rebound Model EFX Made in the USA f � Pexco Channelizer Posts Increase Visibility and Improve Safety C Flexi-Guide FG 300 Post Combine the geometry of the FG Channelizer posts improve safety 300 with polyurethane, the toughest by properly directing traffic and flexible engineering polymer, and the reducing the chance of accidents. result is a channelizer post that sets These posts are highly visible, day new standards of performance. and night, and clearly delineate y driving lanes with bright colors and Standard and custom colors Features and Benefits: reflective sheeting. To reduce the risk • Superior impact resistance for of accidents, place FG 300 posts at lower maintenance critical points along roadways where FG t to Posts are designed and • Conforms to MUTCD and safety hazards exist. built to provide high performance NCHRP 350 standards and durability for work zones, traffic • Replace damaged posts in just A Family of Posts separation, islands, gores, merging seconds Pexco offers the FG 300 post in lanes, parking lots, pedestrian bike • Withstands extreme hot and cold three grades: Model PE for general lanes, and many other applications. temperatures applications, Model UR, the industry • True fluorescent colors for workhorse, and Model EFX for the Clover Leaf Design for Built-in increased visibility toughest installations. All models Rebound • Proven durability on the NTPEP are compatible with all six of our The innovative design of the FG Test Deck bases as well as our curb systems. 300 tubular marker provides far • Greater reflectivity than simple FG 300 posts are engineered to better rebound than simple round round tubes meet or exceed specifications for tubes. Curving the sides of the tube • No metal pins in bases to rust or surface-mounted delineator posts, changes the moment of inertia and seize and have been proven on the NTPEP builds up tremendous potential • Many heights and colors available Test Deck, and are compliant with energy, resulting in a quick and sharp • Easy installation on any roadway NCHRP 350. rebound when impacted. • Bases can be reused 11110�• QR Click the CADdetails Scan es code0■ 1 link on our website for to access technical drawings& Pexco's Traffic ispyMI Pexco is a leading specs or contact us at Safety Channel a�ne«a manufacturer of p on YouTube ' recycled traffic CADdetails hwysales@pexco.com ❑� control products Pexco LLC / Davidson Traffic Control Products 3110 70th Avenue East,Tacoma,WA 98424• USA: 877-335-4638 • Intl: +1-253-284-8000 Email: hwysales@pexco.com e pexco.com/traffic C HI-TACK BUTYLADHESIVE - " PEEL ' N STICK" Line15 Butyl adhesives offer quick and reliable adhesion forte mporary installation of traffic control products. Available in 8" x 8" pads and 45' x 4" rolls. Suitable for bonding many of our delineation and marking products. The standard color is black, but gray is available by special order. Line 16 24"x24" Cardboard Silver Reflective Lettering on a bright Orange,Yellow or White background_ UNEVEN shipping is Free PAVEMENT ORDER NOW SURFACE Line 19 B DIMENSIONS C A 28.00" I SEE DETAIL"B" B 1.875" C 1.25" DIAMETER D 3.75" D E 6.00" F 2.00" K� G 4.00" H 1.5" I .625" E J 13.875" K .13"WALL THICKNESS L .14"WALL THICKNESS Imi 10.24" F CONE BASE TOTAL SIZE WEIGHT WEIGHT 28" s G A 10 lb SEE DETAIL"A"BELOW \ / L H M DETAIL "B" J N .250" RECESS O .3125" Notes: P .75" Conical section manufactured from 100% recyclable flourescent orange PVC N Conical section also avaliable in 100% recyclable flourescent yellow - green PVC Base manufactured form 100% post industrial recycled black PVC —o Conical portion P L: Base portion 2 8" TRAFFIC CONE ■ WIDE BODY working together R S 7 0 0 3 2 C+3 M 64 JBC SAFETY PLASTIC INC. Circle Interlock System 16750 CHESTNUT ST y CITY OF INDUSTRY CA 91748 DETAIL "A" www.jbcsafety.com Date 5/30/13 REVOLUTION SERIES No. RS70032C+3M64 KISHIGO PRODUCTS 1971 -USA FA1 :1 QUOTE 1UEST CONTACT US r i' Line 20 STANDARD WARNING FLAG Style = 1600 Vinyl • 18" x 18" red orange reinforce vinyl material. * 3/4" x 24" hardwood dowel. Line 23 and 24 1GGING � • ,.'-BARRICADE TAPE BARRICADE TAPE PROFESSIONAL - 3" WIDE High-strength, high-visibility barricade tape is manufactured with a superior quality, virgin, yellow opaque poly-material. It is printed with ultra-bond,jet black ink that penetrates the plastic surface. It is scratch- proof and weather-resistant. MODEL . : COLOR LENGTH LEGEND BT1200E 026548 yellow 1,000 ft. caution,caution,caution BT1211 007653 yellow 1,000 ft. caution:cuidado BT1214 010226 red 1,000 ft. danger,danger I BT300 007660 yellow 300 ft. caution,caution,caution O BT511 84174904792-1 yellow 500 ft. caution,cuidad) BT514 84174905213-4 red 500 ft. danger FLAGGING TAPE 1-3/16" WIDE - BOXED MODEL . - FTGL 006823 150 ft. glo-lime FTGO 006809 150 ft. glo-orange FTGP 006830 150 ft. glo-pink FTGR 006816 150 ft. glo-red FTB 006731 300 ft. blue FTG 010646 300 ft. green FTO 006717 300 ft. orange FTP 010653 300 ft. pink FTR 006700 300 ft. red FTW 00674848 300 ft. white FTY 006724 300 ft. yellow FLOURESCENT Products on this page can expose you to chemicals including DI(2-ETHYLHEXYL) 0 WAR N I N G PHTHALATE which is known to the State of ■ California to cause cancer or birth defects or reproductive harm.For more information,visit www.p65Warnings.ca.gov. 800.345.3766 • FAX 800.345.8849 • WWW.KESON.COM - SALESORDERS@KESON.COM �6 �V V p��F��F A�KA�IRY BA1?E r z � i � z � � a Line 29 P EXC O Davidson Traffic Control Products TemporaryOverlayMarkers TOM Flexible Raised Pavement Markers — Made in the USA — - - ---- Tom Marker TOMs are the smart choice for marking newly paved roads Keep work zone markings from Temporary Overlay Markers Save Self Adhesive Markers Take Only disappearing in the rain. Time, Money and Lives! Seconds to Install and Remove Work zones create hazardous In an era of tight budgets,Temporary Quick, easy placement reduces driving conditions for drivers. Each Overlay Markers(TOMs)are your your crew's time on the road and year thousands of people are killed solution for improved safety and exposure to traffic. Our unique in work zone related accidents. significant cost savings.TOMs adhesive system keeps the TOMS Improved road markings and can be installed by one worker securely in place. TOMS save money safer application methods hold without additional equipment in just in the removal process too! Unlike the promise of improved safety seconds. TOMs effectively simulate removable tape, which may or may and reduced accidents. All road solid lines both day and night, can not come up easily, or paint which markings are bright when new, but be installed in just seconds, and must be ground off the roadway, most lose reflectivity when wet. eliminate the need for expensive TOMs are removed with just a These markings simply "disappear" temporary striping. simple tug and no costly equipment. on the road when drivers need them the most. TOMS are designed to provide positive guidance day and night, wet or dry. Unlike standard removable >-• a pavement markings, TOMS appear ` " even brighter in the rain than they do when dry! TOMS make installing ' work zone markings quick&easy. d..� Our markers are engineered for easy application and removal to reduce ,� �'�►the amount of time drivers and workers are exposed to work zone hazards. Newly marked roads can t� be opened to traffic immediately Easy install following application. They can be removed from asphalt and concrete surfaces intact at temperatures above or below freezing. , "These flexible markers stayed for a long period of time and when they were damaged they were easy to replace" Easy removal Interstate 90 Rehab Job Snoqualmie Pass, WA. Click the CADdetails 0 .0 Scan QR code e- Llink on our website for , to accessPexco is a leading SI technicalcontact drawings& SafetyPexco' Traffic iso9ooi ;, ,,,,, manufacturer of specs or contact us at r Safety Channel recycled traffic CADdetails hwysales@pexco.com Q on YouTube control products Pexco LLC / Davidson Traffic Control Products 3110 70th Avenue East,Tacoma,WA 98424 • USA: 877-335-4638• Intl: +1-253-284-8000 Email: hwysales@pexco.com pexco.com/traffic C Contractor's Response to County of Fresno Request for Quotation No. 22-046 PUBLIC/CONTRACTS&EXTRACTS/2022 CONTRACTS/P-22-245 MASTER AGREEMENT-ROAD&TRAFFIC SAFETY SUPPLIES/CONTRACTS& AMENDMENTS/P-22-245 MASTER AGREEMENT FOR ROAD&TRAFFIC SAFETY SUPPLIES.DOCX COUNTY OF FRESNO co o� s o FRE5 REQUEST FOR QUOTATION NUMBER: 22-046 ROAD & TRAFFIC SAFETY SUPPLIES Issue Date: April 13, 2022 Closing Date: MAY 17, 2022 AT 10:00 AM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Chanvathei Lonh 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 1.0 % 20 days will apply.County does not accept terms less than 15 days. Alert-O-Lite COMPANY Mark Niehoff CONTACT PERSON 2436 Foundry Park Ave ADDRESS Fresno CA 90706 CITY STATE ZIP CODE (550 892-4004 markn@alertolite.com TELEPHONE NUMBER E-MAIL ADDRESS AUTHORIZED SIGNATURE Mark Niehoff Vice President PRINT NAME TITLE Purchasing Use:CL:st ORGIRequisition:45104514;9026/5142200026;9262200066 G:1Public\RFQ1FY 2021-22122-046 Road&Traffic Safety Supplies122-046 Road&Traffic Safety Supplies.docx Quotation No. 22-046 Page 2 TABLE OF CONTENTS PAGE KEYDATES .................................................................................................................... 3 OVERVIEW..................................................................................................................... 3 BID INSTRUCTIONS ......................................................................................................4 GENERAL REQUIREMENTS & CONDITIONS............................................................... 5 INSURANCE REQUIREMENTS ................................................................................... 11 PARTICIPATION........................................................................................................... 12 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE ............................................................................................ 15 REFERENCE LIST........................................................................................................ 17 SCOPEOF WORK........................................................................................................ 18 QUOTATION SCHEDULE............................................................................................. 20 CHECKLIST ................................................................................................................. 22 G:\PUBLIC\RFQ\FY 2021-22\22-046 ROAD&TRAFFIC SAFETY SUPPLIES\22-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 3 KEY DATES RFQ Issue Date: April 13, 2022 Written Questions for RFQ Due: April 22, 2022 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: May 17, 2022 at 10:00 AM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno is soliciting bids to establish an agreement under which the successful bidder(s)will provide rental and/or purchase of message boards, barricades, safety cones, road markings, traffic lighting, and other miscellaneous related items for both scheduled and emergency situations. The County maintains over 3,500 miles of roads, which can vary geographically from the mountainous areas of Huntington and Upper Pine Flat Lake, Dunlap, and down to the foothill roads West of Coalinga and Tranquillity. The County does not represent that it will utilize each Contractor's services any guaranteed number of times over the course of the agreement. The County estimates a spend of 1 million dollars over the potential five (5)year agreement, with no more than 10% of all requested items and resulting expenses relating to rentals. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 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(a)FresnoCountyCA.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ process. Purchasing will provide a written response to the complainant within seven (7)working days unless the complainant is notified more time is required. If the appealing bidder is not satisfied with the decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office within seven (7)working days after Purchasing's notification; if the appealing bidder is not satisfied with CAO's decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal will be going to the Board of Supervisors. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 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 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 April 22, 2022 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Chanvathei Lonh 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. EXCEPTIONS: Please provide any exceptions to the general requirements and conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's quotation meets those requirements. 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. SALES TAX: Fresno County pays California State Sales Tax 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. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 6 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. 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). SAMPLES: On request, samples of the products on which you are bidding shall be made available to the County. County will designate where samples are to be delivered. Successful bidder's samples may be retained for checking against delivery, in which case allowance will be made to vendor. Samples, when required, must be furnished and delivered free and, if not destroyed by tests, will upon written request (within thirty (30) days of bid closing date) be returned at the bidder's expense. In the absence of such notification, County shall have the right to dispose of the samples in whatever manner it deems appropriate. 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. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 7 PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are for the contract period, and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination. CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection (1)serve as officers, principals, partners or major shareholders. 3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3)serve as officers, principals, partners or major shareholders. 5. No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be delivered to the ordering department. Each invoice shall reference the purchase order or contract number and the equipment number if applicable. The contractor shall obtain the "invoice to" address when receiving the order. 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. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 8 QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities. ORDERING: Orders will be placed as required by County of Fresno Public Works & Planning. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. 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. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 9 SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes and ordinances as may be required. BONDS: PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. BONDS: The successful bidder will be required to furnish a Faithful Performance Bond and a Labor and Materials Bond in an amount equal to one hundred percent(100%) of the contract price. 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. 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. 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. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 10 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. 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: G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 11 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-Col lapse- 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. 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 & Planning— Road Maintenance and Operations Division, 2220 Tulare Street, 6` 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. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 12 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 Vice President Title G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 13 COUNTY OF FRESNO LOCAL VENDOR BID PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE The Local Vendor and Disabled Veteran Business Enterprise Preferences apply to this RFQ. Whenever the CAO purchases supplies, materials and/or equipment for the County through the use of competitive bids, the CAO, in evaluating the price or bid for such supplies, materials and/or equipment shall determine if each bidder is a Fresno County Local Vendor(FCLV) and/or a Disabled Veteran Business Enterprise (DVBE). Bidders that are either an FCLV or a California State Certified DVBE may be granted a preference when determining the award of a bid. FCLV and DVBE, for the purposes of this section, are defined below. A. Fresno County Local Vendor(FCLV) 1. The vendor has its headquarters, distribution point or locally-owned franchise located in or having a street address within the County for at least six (6) months immediately prior to the issuance of the request for competitive bids by the CAO; and 2. The vendor holds any required business license by a jurisdiction located in Fresno County; and 3. The vendor employs at least one (1)full-time or two (2) part-time employees whose primary residence is located within Fresno County, or if the business has no employees, shall be at least fifty percent(50%) owned by one or more persons whose primary residence(s) is located within Fresno County. B. Disabled Veteran Business Enterprise (DVBE) A vendor must be certified by the State of California as a Disabled Veteran Business Enterprise (DVBE) as of the close of the competitive bid process in which they are participating. State certification as a DVBE is issued by the California Department of General Services. Other Conditions 1. Any vendor claiming to be a FCLV as defined above, or a DVBE shall so certify in writing to the CAO. The CAO shall not be required to verify the accuracy of any such certifications, and shall have sole discretion to determine if a vendor meets the definition of a FCLV. 2. Any person or business falsely claiming to be a FCLV or DVBE under this section shall be ineligible to transact any business with the County for a period of not less than three (3) months and not more twenty-four(24) months as determined at the sole discretion of the CAO. The CAO shall also have the right to terminate all or any part of any contract entered into with such person or business. 3. In the event that the CAO rejects a vendor's claim that they are a FCLV and/or a DVBE, and as such declares them to be ineligible, such vendor shall be entitled to a public hearing before the Board of Supervisors and a five (5)day notice of the time and place thereof. 4. This section shall not apply to contracts required by state or federal statutes or regulations to be awarded to the lowest responsible bidder or otherwise exempted from local preference. Preferences FCLVs and DVBEs that submit a bid within five percent(5%)of the lowest responsive and responsible bid will, under certain specified circumstances, qualify to submit a new bid within two County business days of County's notification. Such new bids must be in an amount less than or equal to the lowest responsive and responsible bid previously determined by the CAO. If the CAO receives new bids from qualifying FCLVs and/or DVBEs, he shall award the contract to the FCLV or DVBE that submits the lowest responsive and responsible bid. If no new bids are received, the contract shall be awarded to the original low bidder as announced by the CAO. The lowest responsive and responsible bid shall be solely determined by the CAO. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 14 The CAO will consider the following four categories of bidder relative to the Fresno County Local Vendor Preference and the Disabled Veteran Business Enterprise Preference. Vendor Preference Categories 1) FCLV— Fresno County Local Vendor as defined above. 2) DVBE—Disabled Veteran Business Enterprise as defined above; a DVBE is not also a FCLV unless specifically designated as such. 3) FCLV& DVBE—A vendor that is both a Fresno County Local Vendor and Disabled Veteran Business Enterprise as defined above. 4) VNP—Vendor No Preference; A vendor that is neither a Fresno County Local Vendor nor a Disabled Veteran Business Enterprise. The following table identifies the various combinations of vendor preference categories that could be received in response to an RFQ. It also indicates when a vendor qualifies for a re-bid under either the FCLV or DVBE Preference. The first column of the table identifies the Vendor Preference Category of the bidder that the CAO has determined to be the lowest cost, responsive and responsible bidder. Each vendor preference category is shown in the columns to the right. The table indicates when a vendor category qualifies for a re-bid relative to the low bid category in the first column (read left to right). Low Bid Submitted by FCLV& DVBE FCLV DVBE VNP Vendor Preference Category (Not a FCLV) FCLV& DVBE No Re-bid No Re-bid No Re-bid No Re-bid Award to Low BidNo Re-bid Opportunity Opportunity Opportunity Opportunity May Re-bid May Re-bid May Re-bid VNP No Re-bid when within 5% when within 5% when within 5% Award Subject to Preference Re-bid of low bid of low bid of low bid Opportunity FCLV May Re-bid No Re-bid No Re-bid No Re-bid Award Subject to Preference Re-bid when within 5% Opportunity Opportunity Opportunity of low bid DVBE May Re-bid May Re-bid No Re-bid No Re-bid (Not a FCLV) when within 5% when within 5% Award Subject to Preference Re-bid of low bid of low bid Opportunity Opportunity Applying the Preferences In determining the award of a Request for Quotation (RFQ), the CAO will first identify the lowest cost responsive and responsible bidder, and award will be made to that vendor when such vendor is both a FCLV and a DVBE. If the lowest such bidder is not an FCLV, it will be determined if the Local Vendor Preference and/or the DVBE Preference are applicable to other bidders. The preferences will then apply to bids submitted by FCLVs and DVBEs that are within 5% of the designated low bid. The vendors submitting bids that are within the 5%will be granted an opportunity to submit a new bid. It must be stressed that in the event of a tie between a FCLV and a DVBE that is not a FCLV, the FCLV shall take precedence in award of the contract. This condition is necessary to remain consistent with Fresno County Charter Section 12 (h), which specifically calls for a preference to local vendors. When the lowest responsive and responsible bidder is a FCLV, other bidders who are both FCLVs and DVBEs will have the opportunity to re-bid. When the lowest responsive and responsible bid is from a non-local DVBE, all FCLVs will be offered a re-bid opportunity. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 15 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE The Fresno County Local Vendor Preference (FCLV) and the Disabled Veteran Business Enterprise Preference (DVBE)are applicable to this Request for Quotation as previously explained. Qualified Vendors that desire consideration as a FCLV and/or a DVBE under this RFQ must complete the "Statement of Local Vendor Certification" and/or the"Statement of DVBE Certification", each is included below, and submit it/them as a part of their quotation. Late submittals of these certification forms will not be considered. Submission of either or both certifications will qualify the vendor for treatment as a local vendor or a DVBE for purposes of this RFQ only. The certification(s) made under this RFQ do not qualify the vendor for a preference under any other RFQ. NOTIFICATION OF RE-BID If a vendor's bid qualifies under the Fresno County Local Vendor Preference or the DVBE Preference, the vendor will be notified of his/her opportunity to re-bid. If so notified, the Vendor must submit his/her re-bid within two County business days of notification. Notification will be issued by e-mail or Fax, whichever is preferred by the vendor. Notification to Vendor shall be considered complete upon County's transmission of e-mail or Fax. It will be the vendor's responsibility to check his/her e-mail or Fax messages for notification. The vendor's delay in retrieval of his/her notification will not alter the two (2) County business day period allowed for re-bid submission. FCLV or DVBE TO COMPLETE: Indicate ONE method for notification of re-bid opportunity by providing the appropriate e-mail address or Fax number. Submit this document as a part of your quotation. markn@alertolite.com E-Mail Address or Fax Number(Identify contact person) G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 16 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------- STATEMENT OF LOCAL VENDOR CERTIFICATION COUNTY OF FRESNO Qualified local vendors desiring consideration under the Fresno County Local Vendor Preference must complete the following and submit with their quotation (print or type). Mark Niehoff Vice President (individual submitting bid) (title) of/for Alert-0-Lite, Inc. Certify that Alert-O-Lite, Inc. (Company Name) (Company Name) Is a Fresno County local Vendor as defined within this RFQ and therefore qualifies for the Local Vendor Preference. Vice President 5/16/2022 Signature W Title Date Mark Niehoff (Print Name) ------------------------------------------------------------------------------------------------------------------------------------------------------------------------- STATEMENT OF DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION Qualified vendors desiring consideration under the Fresno County DVBE Preference must complete the following and submit with their quotation (print or type). I , (individual submitting bid) (title) of/for Certify that ("Company Name) (Company Name) Is a Disabled Veteran Business Enterprise certified by the State of California and therefore qualifies for the DVBE Preference. State of California DVBE Certification Number: Signature Title Date (Print Name) *Company name on file with the State of California DVBE program. -------------------------------------------------------------------------------------------------------------------------------------------------------------------------- G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 17 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: Alert-O-Lite 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: AT&T Contact: Jesus Hernandez Address: 2515 S. Orange City: Fresno State: CA Zip: 93725 Phone No.: ( 559 ) 304-4923 Date: 5/13/2022 Service Provided: Traffic Control Sales-Chainsaws, pumps Repairs-Saws, drills, pumps Reference Name: City of Fresno Streets Contact: Dan Workman Address: 2101 S. G st City: Fresno State: CA Zip: 93721 Phone No.: ( 559 ) 907-9368 Date: 5/12/2022 Service Provided: Rentals-Signs, barricades, cones Sales-Cones, signs, safety supplies Reference Name: Emmets Excavation Contact: Steve Hunsaker Address: 1477 Menlo City: Clovis State: CA Zip: 93611 Phone No.: ( 559 ) 554-5249 Date: 5/13/2022 Service Provided: Rentals-Cones, barricades, arrow boards Sales-Safety supplies, construction supplies,tools,traffic control equipment Reference Name: BNSF Contact: Jimmy Lopez Address: 4006 E Vine City: Fresno State: CA Zip: 93725 Phone No.: ( 559 ) 457-7502 Date: 5/13/2022 Service Provided: Traffic Control Equipment Sales-Signs, construction supplies Reference Name: City of Fresno Const. Mgmt. Contact: Ken Turner Address: 1721 Van Ness City: Fresno State: CA Zip: 93721 Phone No.: ( 559 ) 621-5610 Date: 5/13/2022 Service Provided: Sales-Safety&Survey Supplies Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 18 SCOPE OF WORK A. Scheduled & Emergency Response Availability 1. Scheduled: Contractor shall provide requested items during normal business hours, defined as Monday through Friday, 7:00am—4:00 pm. When requested by the County, Contractor shall acknowledge the request within two (2) hours and provide delivery of items to site address provided by County within twenty-four(24) hours. 2. Scheduled for American Avenue Disposal Site (AADS): Contractor shall provide requested items during normal AADS business hours, defined as Monday through Friday 7:00am—3:00pm, Saturday 8:00am—2:30pm. When requested by the County, contractor shall acknowledge the request within two (2) hours and provide delivery of items to site address provided by County within twenty-four(24) hours. • American Avenue Disposal Site 18950 W. American Ave. Kerman, CA 93630 3. Emergency Response: Emergency Response is defined as situations that may pose an immediate risk to County employees, residents, businesses, wildlife, and/or property. They require urgent intervention to prevent a worsening of a situation. Contractor shall provide emergency response availability outside of normal business hours on Monday— Friday, Saturday-Sunday, and County holidays. Contractor shall be available 24/7 to coordinate requests from the County by phone and/or email. Details regarding each request will be relayed at the time of each call and/or email. When requested by the County, Contractor shall acknowledge the request within thirty(30) minutes and provide delivery of items to site address provided by County within two (2) hours for County addresses within a twenty-five (25) mile radius from Fresno County Plaza, 2220 Tulare Street, Fresno, CA 93721. Deliveries made beyond a twenty-five (25) mile radius of the Fresno County Plaza shall be made within three (3) hours. Poor performance, as deemed by the County, may result in a reduction of usage or no requests from the County. Determination of this action is at the sole discretion of the Division Manager of the Road Maintenance & Operations Division, Department of Public Works & Planning, or designee. If the Contractor fails to deliver Scheduled and/or Emergency Response availability as described above, County shall have the right to reduce future requests and obtain products from another Contractor. B. Other Vendor Responsibilities 1. Contractor should have a flexible organization and be capable of performing multiple service requests simultaneously for both Scheduled and Emergency Response calls for countywide delivery. 2. Contractor shall obtain and have in possession all the personnel, energy sources, equipment, materials, training, and any item necessary to perform the services herein specified to industry standards and to the complete satisfaction of the County. Contractor shall have all the equipment necessary to unload all items and materials from Contractor's delivery vehicle to site location provided by County. 3. Contractor shall comply with all applicable local, state, and federal laws and regulations governing the scope of work required in this RFQ and subsequent potential agreement. 4. All work must be approved and authorized in writing by the County prior to commencement of any work. Emergency response services may be authorized electronically. 5. All items purchased must be to the complete satisfaction of the County. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 19 6. Contractor shall submit detailed invoices itemizing all work performed during the invoice period, including the dates of delivery, rates of pay, name of person requesting service, 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 number and requesting department/division. Contractor shall submit invoices to the County in accordance with the itemization and description set forth in Attachment A—Quotation Schedule. Contractor shall submit itemized invoices electronically to PWPBusinessOffice(ab_fresnocountyca.gov. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 20 QUOTATION SCHEDULE Please include all related charges, as County will not pay for charges not itemized below. County will not pay for repair, replacement, or related costs for returned barricades, regardless of condition. All barricades and signalization items must be compliant with the Manual on Uniform Traffic Control Devices (MUTCD). Estimated Rental Cost Purchase Extended Description Unit Annual (Per Week Cost Purchase Quantity Per Unit) (Per Unit) Cost 1 Variable Message Sign, Standard Each 4 Mini Changeable Message Sign, 2 Trailer Mount, Solar Each 4 3 Arrow Board, Trailer Mount, Solar Each 4 4 Delineator Each 30 Blinker Beacon, Single Amber 5 LED, Yellow Housing Each 800 6 LED traffic signal module Each 1 7 LED 3-way light Each 1 8 Barricade, Type I, Steel Each 1,000 9 Barricade, Type I, Steel, with Each 1,000 Light 10 Barricade, Type II, Steel Each 10 11 Barricade, Type II, Steel, with Each 10 Light 12 Barricade, Type III, Steel Each 150 13 Barricade, Type III, Steel, with Each 100 Light 14 Portable Stop Sign Each 10 15 48" Reflective Kite Signs Each 360 16 1,000W 2 Bulb Flood Light Each 1 17 50OW Flood Light with Tripod (7ft) Each 1 36" Surface Mount Channelizer 18 Post (base and hardware Each 40 included)with Reflectors (20 per box) 19 24" x 24" Paper Signs (100 per Each 1800 box) 20 Bundle 2 x 2 x 12 Hubs (Bundle Each 5 of 25) 21 Bundle 2 x 2 x 18 Hubs (Bundle Each 5 of 50) 22 Traffic Cone 28" with Reflective Each 200 N/A Color 101bs base cone G:\PUBLIC\RFQ\FY 2021-220-046 ROAD&TRAFFIC SAFETY SUPPLIES\22-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 21 23 Orange Flag w/staff Each 50 N/A 24 Orange Reflector Safety Tape 2" Each 5 N/A x 10 yds 25 Orange Reflector Safety Tape 4" Each 5 N/A x 10 yds 26 Yellow Caution Tape 3" x 1,000 Each 16 N/A yds 27 Flagging Tape, 1 3/16" x 150' Each 32 N/A 28 Safety Vest Each 100 N/A 29 Bomber Jacket Each 45 N/A 30 Flag—Red Tailgate (4 per box) Each 25 N/A 6-volt batteries (24 per box) 31 (Please indicate package count, if Each 600 N/A different from stated above) 32 D size batteries (12 per box) (Please indicate package count, if Each 16,000 N/A different from stated above) 33 Bundle Survey Flags, White 4x5 w/36"wire (Bundle of 10) Each 5000 N/A 34 Temporary Floppy Chip Seal Marker with Reflectors on both Each 25,000 N/A sides (500 per box) 35 Bundles 3" Lath (Bundle of 50) Each 75 N/A 36 Bundles 4" Lath (Bundle of 50) Each 50 N/A Additional Items: The County may require additional items, from those listed in the quotation schedule. A 5-15 (%) percent discount from see attached (catalog, price list, or product line)applies for additional items. Please enclose current catalog, price list, or product line documents with your response to this RFQ. Purchased Product Stenciling: The County may request stenciling on certain purchased products (i.e., cones, barricades). Please list the price for stenciling, if applicable: $0.50 Delivery Cost: Normal Business Hours (Monday— Friday*, 7:00am—4:00pm): $1.50 per mile Outside Normal Business Hours (listed above): $3.00 per mile *Excluding County holidays Will Call Hours and Cost: Please list business hours for picking up items: Mon-Fri 6:00am - 5:00pm, Sat 8:00am - 2pm Will Call Cost- Normal Business Hours: 0 Will Call Cost-Outside Normal Business Hours: $65.00 per hour/per person G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX Quotation No. 22-046 Page 22 CHECK LIST This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1. V The Request for Quotation (RFQ) has been signed and completed. 2. V Addenda, if any, have been signed and included in the bid package. 3. V 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. V 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. V The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section (if applicable) has been signed and included. 8. V Return checklist with RFQ response. 9. Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ROAD&TRAFFIC SAFETY SUPPLIES.DOCX COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFQ NUMBER: 22-046 ROAD & TRAFFIC SAFETY SUPPLIES Issue Date: April 27, 2022 CLOSING DATE: MAY 179 2022 AT 10:00 AM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Chanvathei Lonh at (559) 600-7110. NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 22-046 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. ➢ Questions and Answers Revised Quotation Schedule ACKNOWLEDGMENT OF ADDENDUM NUMBER-0 NE (� TO RFQ 22-M COMPANY NAME: Alert-O-Lite (PRINT) SIGNATURE: NAME & TITLE: Mark Niehoff Vice President (PRINT) Purchasing Use:CL:st ORG/Requisition:45104514;9026/5142200026;9262200066 G:\PUBLIC\RFQ\FY 2021-22\22-046 ROAD&TRAFFIC SAFETY SUPPLIES\22-046 ADDENDUM 1.DOCX Addendum No. ONE (1) Page 2 Request for Quotation Number: 22-046 April 27, 2022 QUESTIONS AND ANSWERS Q1. On line 1, is the variable message sign being requested full matrix or three line? A1. The County is requesting a three-line variable message sign, however vendors are able to quote the full matrix sign as an additional option. Q2. On line 2, how is this different than line 1? A2. Line #2 is deleted. Q3. On line 4, should the delineator have an 8 pound or 12-pound base? A3. The delineator should have a 12-pound base. Q4. On line 5, is this a barricade flasher or an advanced warning beacon? A4. The County is requesting a LED flashing beacon with an amber lens and yellow housing, not a barricade flasher. Q5. On line 6, can we get clarification on what is being requested? A5. Line #6 is deleted. Q6. On line 7, can we get clarification on what is being requested? A6. Line # 7 is deleted. Q7. On line 14, what is the size and grade of sheeting for the stop sign? A7. Portable stop sign should be High Intensity Prismatic (HIP) reflective type III sheeting, or better, and measure 30" x 30". Q8. On line 15, can you confirm that bracing is needed for the kite signs? A8. Yes, bracing may be needed for some kite signs. However, the County may also purchase kite signs without bracing. Q9. On line 16, can we get clarification on what is being requested? A9. The County is requesting a 1000-watt flood light. Q10.On line 17, can we get clarification on what is being requested? A10. The County is requesting a 500-watt flood light with an adjustable tripod, measuring approximately 7 feet. Q11.On line 18, is adhesive needed with the channelizers? If so, what style? A11. Adhesive for channelizers should be non-destructive, able to adhere to concrete and asphalt, and meet Caltrans Specifications, Chapter 4, Section 81. Q12.On line 28, what class of vest is being request? Class 2 or 3? Is there a breakdown on sizes? Al2. Line 28 is deleted. Q13. On line item 29, what class of bomber jacket is being requested? Is there a breakdown on sizes? A 13. Line 29 is deleted. Q14. On line 30, are the flags being requested vinyl or mesh? A14. The County is requesting vinyl flags. G:IPUBLICIRFQIFY 2021-22122-046 ROAD&TRAFFIC SAFETY SUPPLIES122-046 ADDENDUM 1.DOCX REVISED QUOTATION SCHEDULE Please include all related charges, as County will not pay for charges not itemized below. County will not pay for repair, replacement, or related costs for returned barricades, regardless of condition. All barricades and signalization items must be compliant with the Manual on Uniform Traffic Control Devices (MUTCD). Estimated Rental Cost Purchase Extended Description Unit Annual (Per Week Cost Purchase Quantity Per Unit) (Per Unit) Cost 1 Variable Message Sign, Standard Mini, Each 4 Three-line $480.00 $17,400.00 $69,600.00 2 Arrow Board, Trailer Mount, Solar Each 4 $220.00 $5,275.00 $21,000.00 3 Delineator, 12-pound base Each 30 $6.65 $26.42 $792.60 4 LED flashing beacon, Single Amber, Yellow 800 Housing *Solar barricade light#AC4D Each $3.50 $16.69 $13,352.00 5 Barricade, Type I, Steel Each 1,000 $4.20 $45.75 $45,750.00 6 Barricade, Type I, Steel, with Light Each 1,000 $7.70 $61.99 $61,990.00 7 Barricade, Type II, Steel Each 10 $7.70 $50.75 $507.50 8 Barricade, Type II, Steel, with Light Each 10 $11.20 $66.99 $669.90 9 Barricade, Type III, Steel Each 150 $17.50 $127.49 $19,123.50 10 Barricade, Type III, Steel, with Light Each 100 $21.00 $143.74 $14,374.00 11 Portable Stop Sign 30"x30", HIP type III or Each 10 better $17.50 $179.99 $1,799.90 12 48" Reflective Kite Signs Each 360 $22.75 $115.49 $41,576.40 13 1,000W Bulb Flood Light Each 1 N/A $187.50 $187.50 14 50OW Flood Light with Tripod (7ft) Each 1 N/A $187.50 36" Surface Mount Channelizer Post (base 15 and hardware included)with Reflectors and Each 40 N/A non-destructive adhesive, per Caltrans $32.66 $1 ,306.40 specifications (20 per box) 16 24" x 24" Paper Signs (100 per box) Each 1800 N/A $5.99 $10,782.00 17 Bundle 2 x 2 x 12 Hubs (Bundle of 25) Each 5 N/A $39.69 $198.45 18 Bundle 2 x 2 x 18 Hubs (Bundle of 25) Each 5 N/A $46.69 $233.45 19 Traffic Cone 28" with Reflective Color 101bs Each 200 N/A base cone $29.69 $5,938.00 20 Orange Flag w/staff Each 50 N/A $3.49 $174.50 21 Orange Reflector Safety Tape 2" x 10 yds Each 5 N/A $14.95 $74.75 22 Orange Reflector Safety Tape 4" x 10 yds Each 5 N/A $26.95 $134.75 23 Yellow Caution Tape 3" x 1,000 yds Each 16 N/A $9.99 $159.84 24 Flagging Tape, 1 3/16" x 150' Each 32 N/A $2.49 $79.68 25 Flag—Red Tailgate, Vinyl (4 per box) Each 25 N/A $5.89 $147.25 6-volt batteries (24 per box) 26 (Please indicate package count, if different Each 600 N/A $3 99 $2,394.00 from stated above) 27 D size batteries (100 per box) (Please indicate package count, if different Each 16,000 N/A $1.39 $22,240.00 from stated above) 28 Bundle Survey Flags, White 4x5 w/36"wire (Bundle of 100) Each 5000 N/A $13.39 $669.50 29 Temporary Floppy Chip Seal Marker with Reflectors on both sides (500 per box) Each 25,000 N/A $.gg $22,250.00 30 Bundles 3" Lath (Bundle of 50) Each 75 N/A $59 99 $4,499.25 31 Bundles 4" Lath (Bundle of 50) Each 50 N/A $79.99 3 999.50 Additional Items: The County may require additional items, from those listed in the quotation schedule. A 5-15 (%) percent discount from see attached (catalog, price list, or product line) applies for additional items. Please enclose current catalog, price list, or product line documents with your response to this RFQ. Purchased Product Stenciling: The County may request stenciling on certain purchased products (i.e., cones, barricades). Please list the price for stenciling, if applicable: $0.50 Delivery Cost: Normal Business Hours (Monday—Friday*, 7:OOam—4:OOpm): $1.50 per mile Outside Normal Business Hours (listed above): $3.00 per mile *Excluding County holidays Will Call Hours and Cost: Please list business hours for picking up items: Mon-Fri 6:OOam - 5:OOpm, Sat 8:OOam - 2pm Will Call Cost- Normal Business Hours. 0 Will Call Cost- Outside Normal Business Hours: $65.00 per hour/per person Alert-O-Lite, Inc. Fresno County RFQ22-046 Additional Items Product list Percentage Product line Discount 5-15% AEROSOLS-Marking& Striping Paint 5-15% CONCRETE BAG PRODUCT 5-15% BROOMS &BRUSHES 5-15% CLOTHING PRODUCTS 5-15% WINTER SEASONAL ITEMS 5-15% SUMMER SEASONAL ITEMS 5-15% HAND TOOLS 5-15% HOSES AND FITTINGS 5-15% LOCKS 5-15% MEASURING DEVICES 5-10% SERIALIZED EQUIPMENT SALES 5-10% OUTDOOR POWER EQUIPMENT 5-10% POWER or PNEUMATIC TOOLS& ACESSORIES 5-15% SAFETY 5-10% SIGNS 5-15% SURVEYING SUPPLIES 5-15% TRAFFIC CONTROL SALES ITEMS