HomeMy WebLinkAboutP-22-461 Street Sweeping Services_.pdf coU County of Fresno
�+ INTERNAL SERVICES DEPARTMENT
UO Facilities•Fleet•Graphics•Purchasing•Security•Technology
O 185O
PROCUREMENT AGREEMENT
Agreement Number P-22-461
October 12, 2022
Select Sweeping, Inc.
P.O. Box 25141
Fresno CA 93729
The County of Fresno (County) hereby contracts with Select Sweeping, Inc. (Contractor)to provide Street
Sweeping Services in accordance with the text of this agreement, Attachment"A", County of Fresno Request
for Quotation No: 23-003 and the attached contractors response to County of Fresno Request for Quotation
No: 23-003 by this reference made a part hereof.
TERM: This Agreement shall become effective November 1,2022 and shall remain in effect through
October 31, 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 Attachment"A"
attached, at the rates set forth in Attachment"A".
ORDERS: Orders will be placed on an as-needed basis by Public Works and Planning 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 Agreement be in excess of One
Hundred Thousand Dollars($100,000.00).
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-22461 Page 2
Select Sweeping, Inc.
October 12,2022
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.
HTrps://FREgcox fTy.SFMEPOINT-.COM/SITES/ISD/PURoiAsiNG/PUBLIC/CONTRACTS&D RACTS/2022 CaVTRACrS/P-22-461 STREET
SWEEPING SERVICES/CONTRACTS AND AMENDMENTS/P-22-461 STREET SWEEPING SERVICES .DOIX
PROCUREMENT AGREEMENT NUMBER: P-22-461 Page 3
Select Sweeping, Inc.
October 12,2022
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& Planning, Resources Division,2220 Tulare Street, 6ch
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.
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 $500,000 per occurrence.
INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor
under this Agreement, it is mutually understood and agreed that Contractor, including any and all of
Contractor's officers, agents, and employees will at all times be acting and performing as an independent
contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint
venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise
or direct the manner or method by which Contractor shall perform its work and function. However, County
shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations
in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable
provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over
matters the subject thereof.
Because of its status as an independent contractor, Contractor shall have absolutely no right to employment
rights and benefits available to County employees. Contractor shall be solely liable and responsible for
providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor
shall be solely responsible and save County harmless from all matters relating to payment of Contractor's
employees, including compliance with Social Security, withholding, and all other regulations governing such
HTTPS://FRESNDCDLKrY.SHAREPOINT.CCM/SITES/ISD/PuRGiA$ING/PUBLIC/CONTRACTS&DCMACTS/2022 CONTRACTS/P-22-461 STREET
SWEEPING SERVICES/CONTRACTS Am AMENDMENTS/P-22-461 STREET SWEEPING SERVICES .D0CX
PROCUREMENT AGREEMENT NUMBER: P-22-461 Page 4
Select Sweeping, Inc.
October 12, 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 Contractor and the County
with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments,
writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature
whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set
forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both
parties.
INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this
Agreement,the inconsistency shall be resolved by giving precedence in the following order of priority: (1)the
text of this Agreement(excluding Attachment"A", County's Request for Quotation No. 23-003 and the
Contractor's Quote in response thereto); (2)Attachment"A'; (3)the County's Request for Quotation No.23-
003 and (4)the Contractor's quotation made in response to County's Request for Quotation No. 23-003.
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 all pages of this Agreement to my office via email or
USPS.
Please refer any inquiries in this matter to Yvette Jamison, Purchasing Technician, at 559-600-7110 or
iamisyCo)fresnocountvca.gov .
HTTPS://FRESNOOXNlY.SHAREPOINT.COM/SITES/ISD/PUP04AS %/PUBLIC/cwrRAcTs&ExTRAC15/2022 cwrRACTs/P-22-461 STREET
SWEEPING SERVICES/CONTRACTS AND PMEPLMENTS/P-22-461 STREET SWEEPING SERVICES .DDCX
PROCUREMENT AGREEMENT NUMBER: P-22-461 Page 5
Select Sweeping, Inc.
October 12, 2022
FOR THE COUNTY OF FRESNO
Gary Conuelle
Gary C o rn u e I I e Datleal2022.10.2ly signed�7y13:00:17 r07'00'
Gary E.Cornuelle
Purchasing Manager
333 W. Pontiac Way
Clovis, CA 93612
GEC:YJ
FffTPS://FRE94000L W.aMEPOINT.CoM/SITES/ISD/PURCHASING/PUBLIC/CONTRACTS&OURACTS/2022 CONTRACTS/P-22-461 STREET
SWEEPING SERVICES/CONTRACTS AND AMEJ40MBTS/P-22-461 STREET SWEEPING SERVICES .DDCX
PROCUREMENT AGREEMENT NUMBER: P-22-461 Page 6
Select Sweeping, Inc.
October 12,2022
CONTRACTOR TO COMPLETE:
Company: S c e-,� wL .
Type of Entity:
Individual ❑ Limited Liability Company
Sole Proprietorship ❑ Limited Liability Partnership
XCorporation ❑ General Partnership
Address �� A City State Zip
555^ a.�_ �D0 Z IVA "A"—"% Q 54'-'A 3 wC-C y.% W�.co'h
TELEPHONE NUMBER FAX NUMBER E-MAILADDRESS 1
Print Name&Title: Cro;, : `p,LA dwhc/Print Name&Title:
Signature: Signature:
ACCOUNTING USE ONLY
ORG No.: 9026/9181
Account No.: 7220
Requisition No.: 9262300037/8192300001
(06/2022)
Hrrps://FREsNooxtm.SFMEPOINT.Can/S=/ISD/PuRciAsiNG/wBLIC/cwrRAcrs&e rRAcrs/2o22 coNrRACrs/P-22-461 STREET
SWEEPING SERVICES/CONTRACTS AND AvENommn/P-22-461 STREET SWEEPING SERVICES .DOO(
PROCUREMENT AGREEMENT NUMBER: P-22-461
Select Sweeping, Inc.
October 12, 2022
ATTACit MENT 'A"
All labor, materials, equipment, service fees, taxes, travel permits, etc. to provide all work and
associated services to perform street sweeping services at CSA 34A Brighton Crest
Subdivision:
CSA 34A Brighton Crest Subdivision
425.00 per month
190.00 per hour
Additional services performed at an hourly rate will be pre-approved in writing by County.
All labor, materials, equipment, service fees, taxes, travel permits, etc. to provide all work and
associated services to perform street sweeping services at American Avenue Disposal Site:
American Avenue Disposal Site
600.00 per month
190.00 per hour
Additional services performed at an hourly rate will be pre-approved in writing by County.
HTTPS://FRESVOCaKrY.SHAREPOINT.COM/sTTEs/IsD/PURCHASING/PueLsc/cooRA(Ts&Exrnacrs/2022 cawmcTS/P-22-461
STREET SWEEPING SERVICES/CONTRACTS AND 4NENDVENTS/P-22-461 STREET SWEEPING SERVICES .DOCX
Contractor's Response to
County of Fresno
Request for Quotation
No. 23-003
KITPS://FRFSNOCOINY.SHAREPOINi.COWSTTES/ISD/PURCHASING/PUBLIC/CONTRACTS&EXTRACTS/2022 CWrRACTS/P-22-461
STREET SWEEPING SERVICES/CONTRACTS AND AVENEWNTS/P-22-461 STREET SWEEPING SERVICES .DOCX
COUNTY OF FRESNO
FRS
REQUEST FOR QUOTATION
NUMBER: 23-003
STREET SWEEPING SERVICES
Issue Date: August 3, 2022
Closing Date: SEPTEMBER 9, 2022 AT 10:00 AM
All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase.
For assistance, contact Yvette Jamison 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 ; (0 % days will apply.County does not accept terms less than 15 days.
COMPANY -- — - -- - -- —
CONTACT PER
'QO '(pox —
ADDRESS
CITY STATE ZIP CODE
2L\ — (:,, fa t I
TELEP E NUMBER E- L ADDRESS
AU (GNATTUURRE t
PRINT NAME TITLE
Purchasing Use:YV:st ORG1Requisition:9026;9181 19262300037;8192300001
C:IPubk\RFWY 2022-23123-003 Street Sweeping ServicesM-003 Street Sweeping Servicesbocx
Quotation No. 23-003 Page 2
TABLE OF CONTENTS
PAGE
KEYDATES....................................................................................................................3
OVERVIEW.....................................................................................................................3
BID INSTRUCTIONS ......................................................................................................4
GENERAL REQUIREMENTS & CONDITIONS...............................................................5
INSURANCE REQUIREMENTS ................................................................................... 11
PARTICIPATION........................................................................................................... 12
SPECIFICATIONS ........................................................................................................13
REFERENCELIST........................................................................................................ 15
COMPLY/ NOT COMPLY............................................................................................. 16
QUOTATIONSCHEDULE............................................................................................. 17
CHECKLIST.................................................................................................................18
EXHIBITS......................................................................................................................19
GVILIBLICIRFOIFY 2022-230.OD3 STREET SWEEPING SERVICES123-003 STREET SWEEPING SERVICES.DOCX
Quotation No. 23-003 Page 3
KEY DATES
RFQ Issue Date: August 3,2022
Written Questions for RFQ Due: August 22,2022 at 10:00 AM
Questions must be submitted on the Bid Page at Public Purchase.
RFQ Closing Date: September 9, 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 will
provide Street Sweeping Services for County Service Area(CSA)No. 34A Brighton Crest and American
Avenue Disposal Site(AADS).
GAPUBLIORFQIFY 2022-230-003 STREET SWEEPING SERVICES123.003 STREET SWEEPING SERVICES.DOU
Quotation No. 23-003 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
acor uelie1FresneC unh,C�..cr.. Appeals should address on ly 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 i`
the appeal will be going to the Board of Supervisors.
GIPUBLICIRFQIFY 2022.23%23.003 STREET SWEEPING SERVICESO.003 STREET SWEEPING SERVICES.DOCX
Quotation No. 23-003 Page 5
GENERAL REQUIREMENTS & CONDITIONS
LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID
PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do
not apply to this Request for Quotation.
DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer
to that person,partnership, corporation,organization,agency, etc.which is offering the quotation and is
identified on page one of this Request For Quotation (RFQ).
INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements,specifications
and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services
required. if any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or
has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from
Purchasing by August 22,2022 at 10:00 AM, cut-off.
Questions must be submitted on the Bid Page at Public Purchase or contact Yvette Jamison 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.
CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State,local and
special district building codes, laws,ordinances,and regulations.
SALES TAX: Fresno County pays California State Sales Tax regardless of vendors place of doing
business.
TAXES, PERMITS&FEES: The successful bidder shall pay for and include all federal,state and local taxes
direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless
otherwise specified herein.
TAXES,CHARGES AND EXTRAS:
A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K,
B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where
shipping papers show consignee as County of Fresno.
C) Charges for transportation, containers, packing, etc.will not be paid unless specified in bid.
VENDOR ASSISTANCE: Successful bidder shall furnish,at no cost to the County,a representative to assist
County departments in determining their product requirements.
GAPUBLICIREQTY 2022.23123-003 STREET SWEEPING SERVICESl23-003 STREET SWEEPING SERVICES.DOU
Quotation No. 23-003 Page 6
MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed
terms,conditions and requirements with the selected vendor.
BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in
responding to the RFQ.
PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services
and activities offered in the quotation,whether or not they are provided directly. Further,the County of
Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters,
including payment of any and all Charges resulting from the contract. The contractor may not subcontract or
transfer the contract. or any right or obligation arising out of the contract,without first having obtained the
express written consent of the County.
PRICES: Bidder agrees that prices quoted are for the contract period, and in the event of a price decline
such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination.
CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business
practices and safeguard confidential data which vendor staff may have access to in the course of system
implementation
NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third
party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno.
BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each
proposer/bidder which may include collection of appropriate criminal history information,contractual and
business associations and practices, employment histories and reputation in the business community. By
submitting a quotation/bid to the County,the vendor consents to such an inquiry and agrees to make
available to the County such books and records the County deems necessary to conduct the inquiry.
ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided
to all agencies and organizations that receive the basic RFQ.
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 Public Works& Planning, Resources Division,Attn: CSA
34A Brighton Crest OR Attn: American Avenue, 2220 Tulare Street, Fresno, CA 93721,or email invoice
to cl":_�'PP'i__ inessOffice(a).fresnocountvca,,c;ov. Each invoice shall reference the purchase order or contract
number and the equipment number if applicable.
G:PUBLICIRFQfY 2022-230-003 STREET SWEEPING SERVICESO-003 STREET SWEEPING SERVICES.DOU
Quotation No. 23-003 Page 7
PAYMENT: County wilt 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)
ears.
RENEWAL; Agreement may be renewed for a potential of two(2)one(1)year periods, based on the mutual
written consent of all parties.
ORDERING; Orders will be placed as required by County of Fresno Public Works and Planning—
Resources Division.
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
govemmental 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.
COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the work with the
County so that any interruption to the normal business operations be kept to a minimum.
INSPECTION:All material and workmanship shall be subject to inspection, examination and test by the
County at any and all times during which manufacture and/or construction are carried on.The County shall
have the right to reject defective material and workmanship or require its correction.
G:IPUBLVRFQ FY 2022-23123.003 STREET SWEEPING SERVICES123-003 STREET SWEEPING SERVICES.DOCX
Quotation No. 23-003 Page 8
SUPERVISION: The Contractor shall give efficient supervision to the work, using therein the skill and
diligence for which he is remunerated in the contract price. He shall carefully inspect the site and study and
compare all drawings, specifications and other instructions, as ignorance of any phase of any of the features
or conditions affecting the contract will not excuse him from carrying out its provisions to its full intent.
STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike manner.
SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes and ordinances
as may be required.
PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond.
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.
G1PUBLIC':RFQIFY 2022.23'23-003 STREET SWEEPING SERVICESl23-003 STREET SWEEPING SERVICES.DOU
Quotation No. 23-003 Page 9
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.
GAPUBLIDRFOIFY 2022.230-003 STREET SWEEPING SERVICES\23-003 STREET SWEEPING SERVICES.DOCX
Quotation No, 23-003 Page 10
BIDDER TO COMPLETE:
SUBCONTRACTORS:
List all subcontractors that would perform work in excess of onethalf 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:
1 w SkG L9%^V rK4A l
o*e) Flu CJ C— %^0 `.
G:1,P1JBLIC1RF0TY 2022-230-003 STREET SWEEPING SERVICESOa3 STREET SWEEPING SERVICES.DOU
Quotation No. 23-003 Page 91
INSURANCE REQUIREMENTS
INSURANCE: Without limiting the County's right to obtain indemnification from Contractor or any third
parties, Contractor, at its sole expense, shall maintain in full force and effect,the following insurance policies
or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint
Powers Agreement(JPA)throughout the term of the Agreement:
A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two
Million Dollars ($2,000,000.00)per occurrence and an annual aggregate of Four Million Dollars
($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific
coverage including completed operations, product liability, contractual liability, Explosion-Collapse-
Underground,fire legal liability or any other liability insurance deemed necessary because of the
nature of the contract.
B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One
Million Dollars ($1,000,000.00)per accident for bodily injury and for property damages. Coverage
should include any auto used in connection with this Agreement.
C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W.,
M.F.C.C.)in providing services, Professional Liability Insurance with limits of not less than One Million
Dollars($1,000,000.00)per occurrence,Three Million Dollars($3,000,000.00)annual aggregate.
D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the
California Labor Code.
Additional Requirements Relatinq 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, Resources Division,2220 Tulare Street,6t'
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:f 8LICkRFQTY 2022.230-003 STREET SWEEPING SERV10ESO-003 STREET SWEEPING SERVICES.QOCX
Quotation No. 23-003 Page 92
BIDDER TO COMPLETE THE FOLLOMNG:
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.
] Purchasing
Yes,we will extend contract terms and conditions to all qualified agencies within the Central Valley
Group and other tax supported agencies.
No,we will not extend contract terms to any agency other than the County of Fresno.
(� 1 (Authorized Signature)
✓mow-✓�Lr f�./'�)�t�t+��
Title
G?UBLICIRFQIFY 2D22.230-003 STREET SWEEPING SERVICES123-003 STREET SWEEPING SERVICES.DOU
Quotation No. 23-003 Page 13
SPECIFICATIONS
COUNTY SERVICE AREA NO. 34A (CSA 34A) — BRIGHTON CREST
AND
AMERICAN AVENUE DISPOSAL SITE (AADS)
SPECIFICATIONS FOR STREET SWEEPING
The County of Fresno(County)is seeking bids for street sweeping services at CSA No.34A(Brighton Crest)
and American Avenue Disposal Site(AADS).
The Brighton Crest Subdivision is located on the south side of Milierton Road, near the intersection of Sky
Harbour and Millerton Roads(see attached Exhibit 1). There is approximately 2.1 miles of roadway within
the residential subdivision which needs street sweeping services. The roads are specified on the attached
map(Exhibit 2). It is the intent of the County to have these roadways swept with a commercial-type mobile
broom truck and in a manner which will enhance the appearance of the community. The Contractor shall be
responsible for providing the equipment.supplies,and labor in order to perform the street sweeping services.
While street sweeping,the Contractor shall remove all debris, including rocks, sand and mud on the
roadway. The contractor shall dispose of the debris at a drop site located at the County's wastewater
treatment plant facility. The drop site location is illustrated in the attached map(Exhibit 3). The Contractor
shall be responsible for coordinating the work schedule with the County and shall repair all damage caused
while performing the services.
American Avenue Disposal Site is located approximately 26 miles west of Fresno on American Avenue.
AADS is seeking sweeping services on a monthly basis;once a month or twice a month,as needed.The
Contractor shall be responsible for providing the equipment, supplies,and labor in order to perform the street
sweeping services. During the services the Contractor shall also remove all paper and debris, including rocks
and sand that may destroy concrete. The Contractor shall be responsible for coordinating the work
schedule with the County and shall repair any and all damage caused during the course of the services.
American Avenue Disposal Site: 18950 W.American Avenue, Kerman, CA 93630
Hours of Operation
Open Monday—Friday 7:00 AM to 3:00 PM
Open Saturday from 8:00 AM to 2:30 PM
Closed Sunday
AADS is closed on the following holidays:New Year's Day, Thanksgiving Day, and Christmas Day
AREAS TO BE SWEPT:
CSA 34A Brighton Crest:
All roadways as depicted on Exhibit 2(including median curbs).
Road intersection areas.
American Avenue Disposal Site:
Sweeping starts from the entrance going North past the scale house, going towards and around the
self-haul area, and back towards the scale house and exit gate. See Exhibit 4.
G:TUBLVRFOlFY 2022-230-003 STREET SWEEPING SERVICES123-003 STREET SWEEPING SERVICES.DOCX
Quotation No. 23-003 Page 14
THE FOLLOWING GENERAL REQUIREMENT SHALL BE MET
Street sweeping services shall be provided at a frequency of once per month, on a mutually-agreed
upon day. in addition, street sweeping services shall also be provided on an as-needed basis, up to
twice per month at CSA No. 34A (Brighton Crest) and American Avenue Disposal Site. In the event
a second sweep is requested, vendor will work directly with County staff to coordinate the additional
sweep.
The equipment/truck to be utilized shall be of a size and strength to pick up dirt and debris(including
pebbles, leaves, twigs, etc.)from the roads and gutters. A vacuum truck is not acceptable.
In order to control dust, the equipment/truck shall include a water spraying system.
In order to avoid damage to concrete, rocks and sand are required to be removed prior to operating
the equipment used to sweep.
ADDITIONAL COMMENTS:
1. The contractor's equipment shall display flashing amber warning lights as permitted by Vehicle Code
Section 25256.
GAPUBLiCffQ FY 2022-23123-003 STREET SWEEPING SERVICESl23-003 STREET SWEEPING SERVICES.DOU
Quotation No. 23-003 Page 95
VENDOR MUSLQOMPLETET -WITH `
Firm:
REFERENCE LIST
Provide a list of at least five (5) customers for whom you have recently provided similar
products/services. If you have held a contract for these or 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: t�`11 - ` Contact: - '": ,, —
Address: ti4 U' S 11,'
City: !A" o State: cA Zip: 'N1710
Phone No.: Date:
Service Provided: o ,
Reference Name: 'fy-s�"r Contact:
Address:City: State.L; o State. zip: g533�
Phone No.: (7-01 ) q - q Date: (7✓i o;,,�
S rvice Provided: \ y ` ,r ."o ti }
O�(.�`\''.
Reference Name: `, Contact:
Address: 150K 1A�F3 edA ...,n ,.4 i S�� l0l
City -�Y�� o _ State: C_A zip: '1S711
Phone No.: 9 Date: o�.n
Service Provided:
Reference Name: 1`' Contact: ;
Address:
City: !e s.n v State: Zip: 0\?,7Z S
Phone No.: ( c1 ) —2 Date:
Service Provided:
�a� �bl` qo. Contacct
Reference Name: ..nc ._ �„
Address:
City: State: Ch Zip: C 137)1
Phone No.: ( 55g } y 31- Date: ,.,.
Service Provided: o 0
i �1L00�0 p.
Failure to provide a list of at least five(5)customers may be cause for rejection of this RFQ.
GAPUBUCVRFOIFY 2022-23\23-003 STREET SWEEPING SERVICESQ3-003 STREET SWEEPING SERVICES.DOCX
Quotation No. 23-003 Page 16
COMPLY / NOT COMPLY
Compliance and understanding of the specifications listed below shall be noted by marking
"COMPLY" on the line provided. Non-compliance is to be indicated by marking "NOT COMPLY"
on the line; a detailed statement explaining why the specification cannot be met must accompany
all non-compliant lines.
DO NOT LEAVE THIS PAGE BLANK. Failure to complete and submit this page may result in the
bid response being deemed non-responsive.
Note: Failure to comply to all specifications listed below will not automatically disqualify
the bid response from being evaluated.
COMPLY/
BIDDER TO COMPLETE THE FOLLOWING: NOT COMPLY
1. Street sweeping services shall be provided at a frequency of once per month,
on a mutually agreed upon day. C� '
2. The equipment/truck to be utilized shall be of a size and strength to pick up
dirt and debris (including pebbles, leaves,twigs, etc.)from the roads and
gutters. A vacuum truck is not acceptable.
3. In order to control dust, the equipment/truck shall include a water spraying
system.
4. To avoid damaging concrete, bigger rocks and sands should be removed prior
to using equipment to sweep.
w lights 5. The contractor's equipment shall display flashing amber warning g as
permitted by Vehicle Code Section 25256.
G ITUBLVRFOTY 2022-23V3-003 STREET SWEEPING SERVICES,23-003 STREET SWEEPING SERVICESDOU
Quotation No. 23-003 Page 17
QUOTATION SCHEDULE
CSA 34A Brighton Crest
All labor, materials, equipment,service fees,taxes,travel permits,etc.to provide all work and associated
services to perform street sweeping services at CSA 34A Brighton Crest Subdivision:
$ q2 7
per month
Additional Services as Needed:State an hourly rate to perform services, if requested, in addition to normal
monthly sweeping.
$ l°k(? per hour
Additional services performed at an hourly rate will be pre-approved in writing by County Department.
American Avenue Disposal Site
All labor, materials,equipment,service fees,taxes,travel permits,etc,to provide all work and associated
services to perform street sweeping services at American Avenue Disposal Site:
o?
$ per month
Additional Services as Needed: State an hourly rate to perform services,if requested, in addition to normal
monthly sweeping.
$ 1�9 per hour
Additional services performed at an hourly rate will be pre-approved in writing by County
Department.
&TUSLIMRMT-Y 2022-23123-003 STREET SWEEPING SERVICES123-003 STREET SWEEPING SERVICESDOU
Quotation No. 23-003 Page 18
CHECK LIST
This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list.
are important requirements and is the responsibility of the bidder to submit with the bid package in order to
make the bid compliant. Because this checklist is just a guideline,the bidder must read and comply with the
bid in its entirety.
Check off/each of the following:
1. The Request for Quotation (RFQ)has been signed and completed.
2. Addenda,if any,have been signed and included in the bid package.
3. The completed Reference List as provided with this RFQ.
4. t// The completed Comply/Not Comply page as provided with this RFQ.
5. �/_ The Quotation Schedule as provided with this RFQ has been completed, price reviewed for
accuracy and any corrections initialed.
6. Indicate all of bidder exceptions to the County's requirements,conditions and specifications
as stated within this RFQ.
7. The Participation page as provided within this RFQ has been signed and included
8. Bidder to Complete page as provided with this RFQ.
9. s, Return checklist with RFQ response.
10. Completed RFQ in pdf format,electronically submitted to the Bid Page on Public
Purchase.
G'PUBLIMRFQIFY 2022-23\23.003 STREET SWEEPING SERVICESM-003 STREET SWEEPING SERVICES.DOCX
Quotation No. 23-003 Page 19
EXHIBITS
1. CSA 34A Map
2. Street Sweeping Map
3. WWTF Map
4. AADS Map
GAPUBLORMFY 2022-M23-003 STREET SWEEPING SERVICESl23.003 STREET SWEEPING SERVICES.DOCX
RFQ 23-003 EXHIBIT 1
CSA 34, Zone "A", Brighton Crest Exhibit 1
Public Works and Planning w !
m
MILLER
EASTit7F y
WEST RE .`Rf
0�0-0 J-77 AN
�lJc'G�0
ON(p
Y
g�
CSA No.34 A
AVg
SRRY
Public Works and Planning G14360ResourcesISPFCIAI.DISTRICTSICSMCSA 351CSA 35AG\Map1CSA 35AG.pdf
Resources,Special Districts
RFQ 23-003 EXHIBIT 2
I
EXHIBIT 2
County of Fresno ry
Street To Be Swept
1 0
0
MiLLERTON�� ¢T
x
z
a
z
z
�gSrMERE o
WESTMERE 2
w
J
CO
la-
HAVEN
OVEN
T
LU
5 �yl
C
F
ONT T,Q ST�F
c�Fti
CSA 34A�
a °z
o RFQFc q
c
Legend
Street To Be Swept
0 250 500 1,000 Feet CSA 34A-District Boundary
RFQ 22-003 EXHIBIT 3
EXHIBIT 3
Oif*4"Rwf,
County of Fresno N
Debris Dump Site A
MILLERTON
CSA 34A WESTMERE FgSr+�C",
GLEN_a+A% Q
� LAGO BECLO ��9
�O
l M�RrR
p FBFCCq
Legend
QWaste Water Treatment
40,E Access Road
CSA 34A-District Boundary o 62 9..40 Feet
coZ� RFG 23-003 EXHIBIT 4 N
,Public Works & Planning
R 6
American Avenue Disposal Site
fR�s S
K
Street Sweep
s
-IH ul Area
Liou
' ate Entrance t
� t
Feet ' AmerieaiVAve
o so too
e "6eoEyc,Maxar,Microsoft
r.,
Ns