Loading...
HomeMy WebLinkAboutMaster Agreement A-22-544.pdf Agreement No. 22-544 1 SERVICE AGREEMENT 2 This Service Agreement ("Agreement") is dated November 29, 2022 and is between 3 the County of Fresno, a political subdivision of the State of California ("County") and each 4 contractor (each hereinafter referred to as "Contractor" and collectively as "Contractors") who is 5 a signatory to this Agreement and identified in Exhibit A to this Agreement, which is attached 6 hereto and incorporated by this reference. 7 Recitals 8 A. The COUNTY, has a need for regular vehicle washing services in various geographical 9 locations; and 10 B. On June 30, 2022, the County issued a Request for Quotation (RFQ) No. 22-058 for 11 vehicle washing services, which closed on July 25, 2022. The RFQ is attached as Exhibit B. 12 C. One (1) Contractor submitted a responsive bid to the RFQ ("Response"). Due to the 13 need to have more than one County location in order to perform the services, the County 14 contacted its current vendors to submit additional bids. The Responses are attached as Exhibit 15 C. 16 D. The County desires to enter into an agreement with each Contractor listed on Exhibit A 17 in order to expeditiously provide for the County's needs for the aforementioned vehicle washing 18 services from Contractors. 19 The parties therefore agree as follows: 20 Article 1 21 Contractor's Services 22 1.1 Scope of Services. Contractors shall perform all of the services provided in Exhibit 23 D to this Agreement, titled "Scope of Services," and in accordance with the specifications, 24 requirements, terms and conditions of the RFQ, and at the rates set forth in each Contractor's 25 response to the RFQ. No Contractor shall be obligated for another contractor's performance 26 under this agreement. 27 1.2 Non-exclusive agreement. This is a non-exclusive agreement. Contractors agree 28 that this Agreement does not constitute a guarantee or promise that any Contractor shall 1 1 provide any certain amount of services to County under this Agreement. The County reserves 2 the right to engage any Contractor under this Agreement, and to engage any other contractor 3 for the same or similar services under any other agreement, or hire its own forces. By executing 4 a signature page hereto, each Contractor becomes a signatory to this Agreement, and agrees 5 that is party to this Agreement only with the County and is bound by its terms. No Contractor 6 has any rights or obligations within respect to any other Contractor identified in this Agreement. 7 1.3 Representation. The Contractors represents that they are qualified, ready, willing, 8 and able to perform all of the services provided in this Agreement. 9 1.4 Compliance with Laws. The Contractors shall, at their own cost, comply with all 10 applicable federal, state, and local laws and regulations in the performance of its obligations 11 under this Agreement, including but not limited to workers compensation, labor, and 12 confidentiality laws and regulations. 13 Article 2 14 County's Responsibilities 15 2.1 The County shall compensate the Contractors as provided in Article 3. 16 2.2 The County shall present vehicles at the Contractor's place of business for vehicle 17 washing services to be performed. 18 Article 3 19 Compensation, Invoices, and Payments 20 3.1 The County agrees to pay, and the Contractor agrees to receive, compensation for 21 the performance of its services under this Agreement as described in Exhibit C to this 22 Agreement, titled "Compensation." 23 3.2 Maximum Compensation. The maximum compensation payable to the Contractors, 24 collectively, under this Agreement is $350,000 for the initial three-year term of this Agreement 25 and an additional $125,000 for each of the two (2) potential one (1) year extensions for a total of 26 $600,000. The Contractor acknowledges that the County is a local government entity, and does 27 so with notice that the County's powers are limited by the California Constitution and by State 28 law, and with notice that the Contractor may receive compensation under this Agreement only 2 1 for services performed according to the terms of this Agreement and while this Agreement is in 2 effect, and subject to the maximum amount payable under this section. The Contractor further 3 acknowledges that County employees have no authority to pay the Contractor except as 4 expressly provided in this Agreement. 5 3.3 Invoices. The Contractors shall submit separate monthly invoices for the County's 6 Fleet Services vehicles and Sheriff's Office vehicles. Each Contractor shall submit the Fleet 7 Services invoices to the ISD — Business Office at 333 W Pontiac Way, Clovis, CA 93612 or 8 ISDAPAR@fresnocountyca.gov ,and shall submit the Sheriff's Office invoices to the Sheriff's 9 Fleet Services Manager at 2200 Fresno St, Fresno, CA 93721. Each invoice shall clearly 10 identify the Contractor's name, remittance address, contact information, and the month and year 11 in which services were performed. In addition, each invoice must be accompanied by an Excel 12 report that contains the Contractor's name, month and year that the services were performed, 13 and the following information for each vehicle washed: date, time, County Equipment Number 14 (vehicle number), vehicle license plate number, department identification, and the cost for each 15 wash. The Contractors shall submit each invoice within 60 days after the month in which the 16 Contractor performs services and in any case within 60 days after the end of the term or 17 termination of this Agreement. 18 3.4 Payment. The County shall pay each correctly completed and timely submitted 19 invoice within 45 days after receipt. The County shall remit any payment to the Contractor's 20 address specified in the invoice. 21 3.5 Incidental Expenses. Each Contractor is solely responsible for all of its costs and 22 expenses that are not specified as payable by the County under this Agreement. 23 Article 4 24 Term of Agreement 25 4.1 Term. This Agreement is effective on November 1, 2022, and terminates on October 26 31, 2025, except as provided in section 4.2, "Extension," or Article 6, "Termination and 27 Suspension," below. 28 3 1 4.2 Extension. The term of this Agreement may be extended for each Contractor for no 2 more than two, one-year periods only upon written approval of the Contractor and County at 3 least 30 days before the first day of the next one-year extension period. The Director of Internal 4 Services/CIO or his or her designee is authorized to sign the written approval on behalf of the 5 County based on the Contractor's satisfactory performance. The extension of this Agreement by 6 the County is not a waiver or compromise of any default or breach of this Agreement by the 7 Contractor existing at the time of the extension whether or not known to the County. 8 Article 5 9 Notices 10 5.1 Contact Information. The persons and their addresses having authority to give and 11 receive notices provided for or permitted under this Agreement include the following: 12 For the County: 13 Director of Internal Services/CIO County of Fresno 14 333 W Pontiac Way Clovis, CA 93612 15 ISDContracts@fresnocountyca.gov 16 For the Contractors: See Exhibit A 17 5.2 Change of Contact Information. Either party may change the information in section 18 5.1 by giving notice as provided in section 5.3. 19 5.3 Method of Delivery. Each notice between the County and the Contractor provided 20 for or permitted under this Agreement must be in writing, state that it is a notice provided under 21 this Agreement, and be delivered either by personal service, by first-class United States mail, by 22 an overnight commercial courier service, by telephonic facsimile transmission, or by Portable 23 Document Format (PDF) document attached to an email. 24 (A) A notice delivered by personal service is effective upon service to the recipient. 25 (B) A notice delivered by first-class United States mail is effective three County 26 business days after deposit in the United States mail, postage prepaid, addressed to the 27 recipient. 28 4 1 (C)A notice delivered by an overnight commercial courier service is effective one 2 County business day after deposit with the overnight commercial courier service, 3 delivery fees prepaid, with delivery instructions given for next day delivery, addressed to 4 the recipient. 5 (D)A notice delivered by telephonic facsimile transmission or by PDF document 6 attached to an email is effective when transmission to the recipient is completed (but, if 7 such transmission is completed outside of County business hours, then such delivery is 8 deemed to be effective at the next beginning of a County business day), provided that 9 the sender maintains a machine record of the completed transmission. 10 5.4 Claims Presentation. For all claims arising from or related to this Agreement, 11 nothing in this Agreement establishes, waives, or modifies any claims presentation 12 requirements or procedures provided by law, including the Government Claims Act (Division 3.6 13 of Title 1 of the Government Code, beginning with section 810). 14 Article 6 15 Termination and Suspension 16 6.1 Termination for Non-Allocation of Funds. The terms of this Agreement are 17 contingent on the approval of funds by the appropriating government agency. If sufficient funds 18 are not allocated, then the County, upon at least 30 days' advance written notice to the affected 19 Contractor, may: 20 (A) Modify the services provided by each affected Contractor under this Agreement; 21 or 22 (B) Terminate this Agreement. 23 6.2 Termination for Breach. 24 (A) Upon determining that a breach (as defined in paragraph (C) below) has 25 occurred, the County may give written notice of the breach to each affected Contractor. 26 The written notice may suspend performance under this Agreement, and must provide at 27 least 30 days for the affected Contractor to cure the breach. 28 5 1 (B) If the Contractor fails to cure the breach to the County's satisfaction within the 2 time stated in the written notice, the County may terminate this Agreement immediately 3 as to such Contractor without affecting this Agreement with respect to any non- 4 breaching Contractor. 5 (C) For purposes of this section, a breach occurs when, in the determination of the 6 County, the Contractor has: 7 (1) Obtained or used funds illegally or improperly; 8 (2) Failed to comply with any part of this Agreement; 9 (3) Submitted a substantially incorrect or incomplete report to the County; or 10 (4) Improperly performed any of its obligations under this Agreement. 11 6.3 Termination without Cause. In circumstances other than those set forth above, the 12 County may terminate this Agreement, , or may terminate any Contractor from this Agreement 13 without affecting this Agreement with respect to any other Contractor, by giving at least 30 days 14 advance written notice to the Contractors, or to the affected Contractor, as applicable. 15 6.4 No Penalty or Further Obligation. Any termination of this Agreement by the County 16 under this Article 6 is without penalty to or further obligation of the County. 17 6.5 County's Rights upon Termination. Upon termination for breach under this Article 18 6, the County may demand repayment by the Contractor of any monies disbursed to the 19 Contractor under this Agreement that, in the County's sole judgment, were not expended in 20 compliance with this Agreement. The Contractor shall promptly refund all such monies upon 21 demand. This section survives the termination of this Agreement. 22 Article 7 23 Independent Contractor 24 7.1 Status. In performing under this Agreement, the Contractor, including its officers, 25 agents, employees, and volunteers, is at all times acting and performing as an independent 26 contractor, in an independent capacity, and not as an officer, agent, servant, employee, joint 27 venturer, partner, or associate of the County. 28 6 1 7.2 Verifying Performance. The County has no right to control, supervise, or direct the 2 manner or method of the Contractor's performance under this Agreement, but the County may 3 verify that the Contractor is performing according to the terms of this Agreement. 4 7.3 Benefits. Because of its status as an independent contractor, the Contractor has no 5 right to employment rights or benefits available to County employees. The Contractor is solely 6 responsible for providing to its own employees all employee benefits required by law. The 7 Contractor shall hold the County harmless from all matters relating to the payment of 8 Contractor's employees, including compliance with Social Security withholding and all related 9 regulations. 10 7.4 Services to Others. The parties acknowledge that, during the term of this 11 Agreement, the Contractor may provide services to others unrelated to the County. 12 Article 8 13 Indemnity and Defense 14 8.1 Indemnity. The Contractor shall indemnify and hold harmless and defend the 15 County (including its officers, agents, employees, and volunteers) against all claims, demands, 16 injuries, damages, costs, expenses (including attorney fees and costs), fines, penalties, and 17 liabilities of any kind to the County, the Contractor, or any third party that arise from or relate to 18 the performance or failure to perform by the Contractor (or any of its officers, agents, 19 subcontractors, or employees) under this Agreement. The County may conduct or participate in 20 its own defense without affecting the Contractor's obligation to indemnify and hold harmless or 21 defend the County. 22 8.2 Survival. This Article 8 survives the termination of this Agreement. 23 Article 9 24 Insurance 25 9.1 The Contractor shall comply with all the insurance requirements in Exhibit E to this 26 Agreement. 27 28 7 1 Article 10 2 Inspections, Audits, and Public Records 3 10.1 Inspection of Documents. The Contractor shall make available to the County, and 4 the County may examine at any time during business hours and as often as the County deems 5 necessary, all of the Contractor's records and data with respect to the matters covered by this 6 Agreement, excluding attorney-client privileged communications. The Contractor shall, upon 7 request by the County, permit the County to audit and inspect all of such records and data to 8 ensure the Contractor's compliance with the terms of this Agreement. 9 10.2 State Audit Requirements. If the compensation to be paid by the County under this 10 Agreement exceeds $10,000, the Contractor is subject to the examination and audit of the 11 California State Auditor, as provided in Government Code section 8546.7, for a period of three 12 years after final payment under this Agreement. This section survives the termination of this 13 Agreement. 14 10.3 Public Records. The County is not limited in any manner with respect to its public 15 disclosure of this Agreement or any record or data that the Contractor may provide to the 16 County. The County's public disclosure of this Agreement or any record or data that the 17 Contractor may provide to the County may include but is not limited to the following: 18 (A) The County may voluntarily, or upon request by any member of the public or 19 governmental agency, disclose this Agreement to the public or such governmental 20 agency. 21 (B) The County may voluntarily, or upon request by any member of the public or 22 governmental agency, disclose to the public or such governmental agency any record or 23 data that the Contractor may provide to the County, unless such disclosure is prohibited 24 by court order. 25 (C) This Agreement, and any record or data that the Contractor may provide to the 26 County, is subject to public disclosure under the Ralph M. Brown Act (California 27 Government Code, Title 5, Division 2, Part 1, Chapter 9, beginning with section 54950). 28 8 1 (D)This Agreement, and any record or data that the Contractor may provide to the 2 County, is subject to public disclosure as a public record under the California Public 3 Records Act (California Government Code, Title 1, Division 7, Chapter 3.5, beginning 4 with section 6250) ("CPRA"). 5 (E) This Agreement, and any record or data that the Contractor may provide to the 6 County, is subject to public disclosure as information concerning the conduct of the 7 people's business of the State of California under California Constitution, Article 1, 8 section 3, subdivision (b). 9 (F) Any marking of confidentiality or restricted access upon or otherwise made with 10 respect to any record or data that the Contractor may provide to the County shall be 11 disregarded and have no effect on the County's right or duty to disclose to the public or 12 governmental agency any such record or data. 13 10.4 Public Records Act Requests. If the County receives a written or oral request 14 under the CPRA to publicly disclose any record that is in the Contractor's possession or control, 15 and which the County has a right, under any provision of this Agreement or applicable law, to 16 possess or control, then the County may demand, in writing, that the Contractor deliver to the 17 County, for purposes of public disclosure, the requested records that may be in the possession 18 or control of the Contractor. Within five business days after the County's demand, the 19 Contractor shall (a) deliver to the County all of the requested records that are in the Contractor's 20 possession or control, together with a written statement that the Contractor, after conducting a 21 diligent search, has produced all requested records that are in the Contractor's possession or 22 control, or (b) provide to the County a written statement that the Contractor, after conducting a 23 diligent search, does not possess or control any of the requested records. The Contractor shall 24 cooperate with the County with respect to any County demand for such records. If the 25 Contractor wishes to assert that any specific record or data is exempt from disclosure under the 26 CPRA or other applicable law, it must deliver the record or data to the County and assert the 27 exemption by citation to specific legal authority within the written statement that it provides to 28 the County under this section. The Contractor's assertion of any exemption from disclosure is 9 1 not binding on the County, but the County will give at least 10 days' advance written notice to 2 the Contractor before disclosing any record subject to the Contractor's assertion of exemption 3 from disclosure. The Contractor shall indemnify the County for any court-ordered award of costs 4 or attorney's fees under the CPRA that results from the Contractor's delay, claim of exemption, 5 failure to produce any such records, or failure to cooperate with the County with respect to any 6 County demand for any such records. 7 Article 11 8 Disclosure of Self-Dealing Transactions 9 11.1 Applicability. This Article 11 applies if a Contractor is operating as a corporation, or 10 changes its status to operate as a corporation. 11 11.2 Duty to Disclose. If any member of a Contractor's board of directors is party to a 12 self-dealing transaction, he or she shall disclose the transaction by completing and signing a 13 "Self-Dealing Transaction Disclosure Form" (Exhibit D to this Agreement) and submitting it to 14 the County before commencing the transaction or immediately after. 15 11.3 Definition. "Self-dealing transaction" means a transaction to which the Contractor is 16 a party and in which one or more of its directors, as an individual, has a material financial 17 interest. 18 Article 12 19 General Terms 20 12.1 Modification. Except as provided in Article 6, "Termination and Suspension," this 21 Agreement may not be modified, and no waiver is effective, except by written agreement signed 22 by each of the parties. The Contractors acknowledge that County employees have no authority 23 to modify this Agreement except as expressly provided in this Agreement. 24 12.2 Non-Assignment. Neither party may assign its rights or delegate its obligations 25 under this Agreement without the prior written consent of the other party. 26 12.3 Governing Law. The laws of the State of California govern all matters arising from 27 or related to this Agreement. 28 10 1 12.4 Jurisdiction and Venue. This Agreement is signed and performed in Fresno 2 County, California. Contractors consent to California jurisdiction for actions arising from or 3 related to this Agreement, and, subject to the Government Claims Act, all such actions must be 4 brought and maintained in Fresno County. 5 12.5 Construction. The final form of this Agreement is the result of the parties' combined 6 efforts. If anything in this Agreement is found by a court of competent jurisdiction to be 7 ambiguous, that ambiguity shall not be resolved by construing the terms of this Agreement 8 against either party. 9 12.6 Days. Unless otherwise specified, "days" means calendar days. 10 12.7 Headings. The headings and section titles in this Agreement are for convenience 11 only and are not part of this Agreement. 12 12.8 Severability. If anything in this Agreement is found by a court of competent 13 jurisdiction to be unlawful or otherwise unenforceable, the balance of this Agreement remains in 14 effect, and the parties shall make best efforts to replace the unlawful or unenforceable part of 15 this Agreement with lawful and enforceable terms intended to accomplish the parties' original 16 intent. 17 12.9 Nondiscrimination. During the performance of this Agreement, the Contractor shall 18 not unlawfully discriminate against any employee or applicant for employment, or recipient of 19 services, because of race, religious creed, color, national origin, ancestry, physical disability, 20 mental disability, medical condition, genetic information, marital status, sex, gender, gender 21 identity, gender expression, age, sexual orientation, military status or veteran status pursuant to 22 all applicable State of California and federal statutes and regulation. 23 12.10 No Waiver. Payment, waiver, or discharge by the County of any liability or obligation 24 of the Contractor under this Agreement on any one or more occasions is not a waiver of 25 performance of any continuing or other obligation of the Contractor and does not prohibit 26 enforcement by the County of any obligation on any other occasion. 27 12.11 Entire Agreement. This Agreement, including its exhibits, is the entire agreement 28 between the Contractor and the County with respect to the subject matter of this Agreement, 11 1 and it supersedes all previous negotiations, proposals, commitments, writings, advertisements, 2 publications, and understandings of any nature unless those things are expressly included in 3 this Agreement. If there is any inconsistency between the terms of this Agreement without its 4 exhibits and the terms of the exhibits, then the inconsistency will be resolved by giving 5 precedence first to the terms of this Agreement without its exhibits, and then to the terms of the 6 exhibits. 7 12.12 No Third-Party Beneficiaries. This Agreement does not and is not intended to 8 create any rights or obligations for any person or entity except for each affected Contractor and 9 the County. 10 12.13 Authorized Signature. The Contractor represents and warrants to the County that: 11 (A) Each Contractor is duly authorized and empowered to sign and perform its 12 obligations under this Agreement. 13 (B) The individual signing this Agreement on behalf of each Contractor is duly 14 authorized to do so and his or her signature on this Agreement legally binds the 15 Contractor to the terms of this Agreement. 16 12.14 Electronic Signatures. The parties agree that this Agreement may be executed by 17 electronic signature as provided in this section. 18 (A) An "electronic signature" means any symbol or process intended by an individual 19 signing this Agreement to represent their signature, including but not limited to (1) a 20 digital signature; (2) a faxed version of an original handwritten signature; or (3) an 21 electronically scanned and transmitted (for example by PDF document) version of an 22 original handwritten signature. 23 (B) Each electronic signature affixed or attached to this Agreement (1) is deemed 24 equivalent to a valid original handwritten signature of the person signing this Agreement 25 for all purposes, including but not limited to evidentiary proof in any administrative or 26 judicial proceeding, and (2) has the same force and effect as the valid original 27 handwritten signature of that person. 28 12 1 (C)The provisions of this section satisfy the requirements of Civil Code section 2 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, 3 Part 2, Title 2.5, beginning with section 1633.1). 4 (D) Each party using a digital signature represents that it has undertaken and 5 satisfied the requirements of Government Code section 16.5, subdivision (a), 6 paragraphs (1) through (5), and agrees that each other party may rely upon that 7 representation. 8 (E) This Agreement is not conditioned upon the parties conducting the transactions 9 under it by electronic means and either party may sign this Agreement with an original 10 handwritten signature. 11 12.15 Counterparts. This Agreement may be signed in counterparts, each of which is an 12 original, and all of which together constitute this Agreement. 13 [SIGNATURE PAGE FOLLOWS] 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 13 I The parties are signing this Agreement on the date stated in the introductory clause. 2 CONTRACTORS COUNTY OFFRESNO 3 4 See Exhibit A 5 Brian Pacheco, Chairman of the Board of Supervisors of the County of Fresno 6 Attest: 7 Bernice E. Seidel Clerk of the Board of Supervisors 8 Count of Fresno, State of California 9 By: 10 eputy 11 For accounting use only: 12 Org No.: 8910/3111 Account No.: 7205 13 Fund No.: 1000/0001 Subclass No.: 10000 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 14 Exhibit A Listing of Vendors and Signature Pages Belmont Car Wash Serge Haitayan, Owner 469 N Clovis Ave Telephone: (559) 251-6082 Fresno, CA 93727 FAX: (559) 251-5029 Email: serge@belmontcarwash.net Bowie Enterprises Michael Bowie, Vice President 4433 N Blackstone Ave Telephone: (559) 227-6221 Fresno, CA 93726 Email: MB@redcarpetcarwash.com Exhibit A The parties are signing this Agreement on the date stated in the introductory clause. CONTRACTOR gyp; II,ulay.in(Orr 14.1022 1 KY)01T�1) (Authorized Signature) Serge Haitayan, Owner Email Address for Notices: serge@belmontcarwash.net Mailing Address: Belmont Car Wash 469 N Clovis Ave Fresno, CA 93727 Telephone: (559) 251-6082 FAX: (559) 251-5029 Exhibit A The parties are signing this Agreement on the date stated in the introductory clause. CONTRACTOR (Authorized Signature Michael Bowie, Vice President Email Address for Notices: mb@redcarpetcarwash.com Mailing Address: Bowie Enterprises 4433 N Blackstone Ave Fresno, CA 93726 Telephone: (559) 227-6221 Exhibit B COUNTY OF FRESNO co O� S�O PRES REQUEST FOR QUOTATION NUMBER: 22-058 VEHICLE WASHING SERVICES Issue Date: June 30, 2022 Closing Date: JULY 22, 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 RFO. 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: • Acash discount of % days will apply.County does not accept terms less than 15 days. COMPANY CONTACT PERSON ADDRESS CITY STATE ZIP CODE TELEPHONE NUMBER E-MAIL ADDRESS AUTHORIZED SIGNATURE PRINT NAME TITLE Purchasing Use:YJ:st ORG/Requisition:7205;31113229/8912200559;3111223062 G:Tublic\RFQ\FY2021-22\22-058 Vehicle Washing Services\22-058 Vehicle Washing Services.docx Quotation No. 22-058 Page 2 TABLE OF CONTENTS PAGE KEYDATES .................................................................................................................... 3 OVERVIEW..................................................................................................................... 3 BIDINSTRUCTIONS ......................................................................................................4 GENERAL REQUIREMENTS & CONDITIONS............................................................... 5 INSURANCE REQUIREMENTS ................................................................................... 11 PARTICIPATION........................................................................................................... 12 REFERENCE LIST........................................................................................................ 13 SCOPEOF WORK........................................................................................................ 14 COMPLY / NOT COMPLY............................................................................................. 16 QUOTATION SCHEDULE............................................................................................. 17 CHECKLIST ................................................................................................................. 18 ATTACHMENTS ........................................................................................................... 19 G:\PDBLICRFQ\FY2021-22\22-058 VEHICLE WASHNG SERMCES\22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 Page 3 KEY DATES RFQ Issue Date: June 30, 2022 Written Questions for RFQ Due: July 15, 2022 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: July 22, 2022 at 10:00 AM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno on behalf of the Fresno County Fleet Services and the Sheriff's Department is requesting quotations from qualified vendors to provide vehicle-washing services. The County intends to execute one master agreement with multiple vendors located throughout the County to maximize the County's flexibility and effectiveness in using these services. The County does not guarantee that it will utilize the Bidder's services any guaranteed number of times over the course of the agreement. G:\PDBL1C\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCES\22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 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(cDFresnoCountyCA.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:\PDBL1C\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCM22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 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 July 15, 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: The County of Fresno reserves the right to make the award on the basis of the entire group or on a per line item basis. The award will be made in a manner determined 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 will 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 vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. TAXES, CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements. G:\PDBL1C\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCES\22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 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. HIPAA: All services performed by vendor shall be in strict conformance with all applicable Federal, State of California and/or local laws and regulations relating to confidentiality, including but not limited to, California Civil Code, California Welfare and Institutions Code, Health and Safety Code, California Code of Regulations, Code of Federal Regulations. Vendor shall submit to County's monitoring of said compliance. Vendor may be a business associate of County, as that term is defined in the "Privacy Rule" enacted by the Health Insurance Portability and Accountability Act of 1996 (HIPAA). As a HIPAA Business Associate, vendor may use or disclose protected health information ("PHI") to perform functions, activities or services for or on behalf of County as specified by the County, provided that such use or disclosure shall not violate HIPAA and its implementing regulations. The uses and disclosures if PHI may not be more expansive than those applicable to County, as the "Covered Entity" under HIPAA's Privacy Rule, except as authorized for management, administrative or legal responsibilities of the Business Associate. Vendor shall not use or further disclose PHI other than as permitted or required by the County, or as required by law without written notice to the County. Vendor shall ensure that any agent, including any subcontractor, to which vendor provides PHI received from, or created or received by the vendor on behalf of County, shall comply with the same restrictions and conditions with respect to such information. 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. G:\PDBL1C\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCES\22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 Page 7 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. ORDERING: Orders will be placed as required by the various County Departments. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. G:\PDBL1C\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCES\22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 Page 8 Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. INSPECTION: All material and workmanship shall be subject to inspection, examination and test by the County at any and all times during which manufacture and/or construction are carried on. The County shall have the right to reject defective material and workmanship or require its correction. SUPERVISION: The Contractor shall give efficient supervision to the work, using therein the skill and diligence for which he is remunerated in the contract price. He shall carefully inspect the site and study and compare all drawings, specifications and other instructions, as ignorance of any phase of any of the features or conditions affecting the contract will not excuse him from carrying out its provisions to its full intent. STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike manner. SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes and ordinances as may be required. BONDS: 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. G:\PDBL1C\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCES\22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 Page 9 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. 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. G:\PDBL1C\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCES\22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 Page 10 AUDITS AND RETENTION: The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three (3) years following the County's final payment under the contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. G:\PDBL1C\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCM22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 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, Internal Services Department— Fleet Services, Attn: Ken Christiansen, 4551 E. Hamilton Ave., Fresno, CA 93702, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not 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:\PDBL1C\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCES\22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 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) Title G:\PDBLIC\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCES\22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 Page 13 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. If you have held a contract for 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: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. G:\PDBL1C\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCM22-058 VEHICLE WASHNG SERVICES.DOCX Quotation No. 22-058 Page 14 SCOPE OF WORK The County of Fresno on behalf of the Fresno County Fleet Services and the Sheriff's Department is requesting quotations from qualified vendors to provide vehicle-washing services. The County intends to execute one master agreement with multiple vendors located throughout the county to maximize the County's flexibility and effectiveness in using these services. Once the master agreement has been executed, the selection process for vehicle washing services will be based on cost, need, and location. 1. FULL-SERVICE VEHICLE WASH: A full-service wash consists of a vehicle exterior wash by means of the vehicle being moved along a conveyor system. This process includes the application of a vehicle washing soap, rinsing, with the tires having been machine washed and cleaned. Upon exiting the conveyor system, the exterior of the vehicle shall be thoroughly cleaned and air dried. The vehicle will then be completely hand dried. All interior door jams, all windows and glass, as well as the interior dash and rear deck panel, shall be cleaned, dried, and streak-free, inclusive of interior vacuuming. All trash is to be removed and disposed. 2. EXTERIOR-ONLY VEHICLE WASH: An exterior-only wash consists of an exterior vehicle wash dried by compressed air within the conveyor system of the vehicle wash facility of the same exterior conveyor-style vehicle wash as described in the Full-Service Vehicle Wash. A vacuum station shall be available to allow County employees the opportunity to vacuum the interior of the vehicle and dispose of trash. 3. ADDITIONAL SERVICES: Additional services only will not be considered in the award. At no time will additional services be paid without prior approval. These services are infrequent and will be required on an As-Needed basis. The following are examples of additional services: • Upholstery • Carpet shampoo • Biological clean and detail o This service includes the cleaning of vomit, urine, feces, small amounts of non-liquid blood, and other biological spills. INVOICING All successful bidders will be required to submit two separate monthly invoices, one for Fleet Services' vehicles and another for the Sheriff's Department's vehicles. The invoices must clearly identify the following information: • Vendor's name • Remit to address • Contact information • Month and year services were performed These invoices are required to be accompanied by an Excel formatted report (Attachment A) not later than the fifth (5t") of each month following the month in which the services were provided. Any invoice and/or report received after the 5t" must be manually processed and will cause a prolonged delay in the processing of the vendor's payment. Each report must contain all the following information: • Vendor name • Month and year services were performed • Date • Time • County equipment number(vehicle number) G:\PDBL1C\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCES\22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 Page 15 • Vehicle license plate number • Department identification • Cost for each wash This information may be recorded manually, automatically through a Radio Frequency ID (RFID)tracking system, or another comparable automated system. SPECIAL HANDLING Several vehicles require special handling while in the process of being washed. This include, but is not limited to, vehicles with: • Light bars • Alley lights • Externally mounted spotlights • Sirens • Telescopic mirrors • Ladder and tool racks • Other specialty exterior-mounted equipment G:\PDBL1C\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCM22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 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. BIDDER TO COMPLETE THE FOLLOWING: COMPLY/ NOT COMPLY 1. Ability to provide full-service vehicle washing service. 2. Ability to provide exterior only service vehicle washing service. 3. Ability to provide additional services as described. 4. Ability to provide reports (Attachment "A"), recorded manually, automatically through a Radio Frequency ID (RFID) tracking system, or another comparable automated system submitted with monthly invoices. G:\PDBL1C\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCES\22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 Page 17 QUOTATION SCHEDULE The Quotation Schedule is divided into three (3) sections: 1) Full-Service Vehicle Wash; 2) Exterior-Only Vehicle Wash; 3)Additional Services. Section 3 will not be used to determine award. All items are described in Scope of Work. Bidders do not have to submit a bid on all three (3) sections to be considered for award. The County reserves the right to award each group separately. Use N/A for any sections that don't apply. FULL-SERVICE VEHICLE WASH: Autos/Cars $ Pickup Trucks $ Vans/SUVs $ EXTERIOR-ONLY VEHICLE WASH: Autos/Cars $ Pickup Trucks $ Vans/SUVs $ List any additional services provided and quote cost of each service: List addresses of facilities. Indicate services available at each location, noting any exceptions or deviations from the services as defined in this RFQ. G:\PDBL1C\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCM22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 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. The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 5. Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ. 6. The Participation page as provided within this RFQ has been signed and included 7. Bidder to Complete page as provided with this RFQ. 8. Return checklist with RFQ response. 9. Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. G:\PDBL1C\RFQ\FY2021-2222-058 VEHICLE WASHING SERMCM22-058 VEHICLE WASHNG SERMCES.DOCX Quotation No. 22-058 Page 19 ATTACHMENTS A. Sample Excel Formatted Report G:\PUBLICWQ\FY2021-22\22-058 VEHICLE WASIlM SERMCES\22-058 VEHKIF WASHNG SERVXMS.DOCX COUNTY OF FRESNO �a*- -44 REQUEST FOR QUOTATION NUMBER: 22-058 VEHICLE WASHING SERVICES Issue Date: June 30, 2022 Closing Date: Jut_Y 22. 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 notes on.ndr%rduat items, the 1ollOvAng Wn'apply to all items Irrft QUQtation Schesdule A cash dscou-nt of % /� clays will apply County dvc-riot accept terms less lhat115 d8iys r'A COMPAN`f y� CONT ACT PERSON , A3QRESS Lj'- 4 e_- rn6 Spa r� � � z �7 CITY STATE ZIP CODE 6 TELEFHatKE fe-I ER E-MA1 ADDRESS AUTHORIZED SIGNATURE PRINT P ,1E TfTL Purchasing Use-Y" ORGRsqulsltlon:7M.-3111322P 180122005%. ;311 t223042 V:a'L=1c+ dock Quotation No. 22-058 Page 12 BIDDER TO COMPLETE THE FOLLOWING: PARTICIPATION The County of Fresno is a member of fine Central Valley Purchasing Group This group consists of Fresno, Kem, Kings, and Tulare Counties and all govemmental, tax supported agencies within These counties Whenever possible,these and other-lax 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 temis 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 lanes and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies 17 No, we will not extend wiltfacl teens to any agency other than the Counly of Fresno. i A!Ahortied wigrviturel Tilly 03 ilU&JC u•FCAr"rx 1_P7;+a 4hiM'I F LYAiC_4.V(I sFP.`,1r:E5s71:)%VatIC L�:WASI IIN0 SL•+{VCES DX Quotation No. 22-058 Page 13 VE_ DOR MUST COMPLETE AND RETURK N1[TH REQUEST FOR QUOTATION, 1 Firm: 4 .� a .�1��(' �.�.L L J 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 famTar with your contract. Be sure to include all requested information. FAererrce Name: SA/o e a ) Tr cmtact City- C2 s N o State• _�a Zip: Phone No ( j 1 o a bats 5 . ►J C �. service Provided e Reference Name: �AZ�g� Cor�tect O e4 2 A �.'1-Q k4ess 2 t o � G 0 4�C�+s.a.`� city ll E �� State. PA Zm, 4 ",'1 L Phone No, Data S : AJ/'Z Service Prov+ded: Retesc�,cs Name 2 E 5�� ��'>> Ccvntact AL*drsss C ty 6 � .�- �� ��� City. State eA Zip ? 3-7 7- 1 Phone No, ( � -� ) C� S Z Z '� 1 Data SJ l c: -t Service Provider: e,- L+ i A S N Refe�e Name: ��/�G L L.S JJ G Contact C�aL AID �l'1J M J 9__ City —r ;'Z c.' �/> State:. CP► _ Z!P: Phone Nc. ( 1p14T, �O-:1 Datec Service Rovidec Reference Name: Address l '� �N• - r'I el Ab- stare Zip c? 7 Phone No (SS'� ) Date 5 A! C G Sawa Pnvided - \'t Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. 2og'-V,r,-Orh VU=,lr Was,4NG&R)A $2Z-MVFtlr4 V71NA51*N0 E DMx Quotation No. 22-058 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 Imes 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. BIDDER TO COMPLETE THE FOLLOWING: COMPLY/ NOT COMPLY I Ability to provide full-service vehicle washing service 2 Ability to provide exterior only sei vice vehicle washing service s: t. C 3 Ability to provide additional services as described_ t , a Ability to provide Teparls (Attachment "A"), recorded manually, automatically through a Radio Frequency ID (RFID) tracking system, or another comparable � automated system submitted wilh monthly invoices `}'UBLIGSri rj+V 7M1-27.22 -; l�VVMHWk,&9 V XS'�Na VEiL LE YiR4HI1;� Quotation No. 22-058 Page 17 QUOTATION SCHEDULE The Quotation Schedule is divided into three (3) sections 1) Full-Service Vehicle Wash, 2) Exterior-Only Vehicle Wash; 3) Additional Services. Section 3 will not be used to determine award. All items are described in Scope of Work Bidders do not have to submit a bid on all three (3) sections to be considered for award The County reserves the right to award each group separately Use NIA for any sections that don't apply. FULL-SERVICE VEHICLE WASH: Autos/Cars l� Pickup Trucks $ Vans/SUVS S �•�� EXTERIOR-ONLY VEHICLE WASH: _ Autos/Cars S Pickup Trucks VansISUVS 5 j List any additional services provided and quote cost of each service: F,A A))►-, 5 List addresses of facilities. Indicate services available at each location, noting any exceptions or deviations from the services as defined in this RFU. u 4 3Lr,4*QtFY a021-2 z-fFi:v-,, �tin;,►riru;YRvjC=St i,38 VE+IU:f NFtJIttiG �'Ic s IL A Quotation No. 22-058 Page 18 CHECK LIST This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are rmpottant requirements and is the responsibility of the bidder to submit with the bid package in order to make the NO 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, rf any, have been signed And included in the bid package. 3- The completer! Reference List as provided with this RFQ 4 The Qttotaboo Schedule as provided with this RFC has been completed, pnce reviewed fol accuracy and any corrections initialed 5. Odicate 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 RFC! has been signed and Included 7 Bidder-to Complete page as provideri with tnis RFQ. 8 Retum checklist wrth RFQ response. 8 Completed RFQ in pdf format.electronically submitted to the Bid Page on Public Purchase. l;M=!ill I '�=�_ -�rr1.77,?.II'v3Vh=,�Y_LAW/!�; IK:sy�T+.V!..t-:�.>i{�1/�(It,.�FYVr'�.ir•fC'lr�? `�Vy��:X &YI JCJUI$ COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFQ NUMBER: 22-058 VEHICLE WASHING SERVICES Issue Date July 18, 2022 CLOSING DATE: JULY 25, 2022 AT 10:00 AM Submit all Questions and Ouotatlorts on the Bid Page at Public Purchase, For assistance contact Yvette Jamison at (559) 600-7110. NOTE THE FOLLOWING UMBER 22 0' IONS AND/OR CHANGES TO THE REQUIRE TS OF REQUEST FOR QUOTATION58 AND INCLUDE THEM INYOUR ESPONSEEPLE SE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION, The Closing Date is changed to July 25, 2022 at 10:00 AM. Questions and Answers Q1. Is there a current contractor? ment are Great' Car Wash. Red Carpet Car Wash, an A 1 The contractors for the current agree Belmont Car Wash. The current agreement expires October 31 2022 02. What is the current contractor award amount? A2. The total maximum current contract arnount is $600,000. No contractor is guaranteed a rninrrnum or maximum amount, mobile vehicle washing company? Or, does it have to be a Q3. Will you accept a proposal From a physical establishment? A3. No. the County requires physical establishments A��IY^+��� FocMENT OF ADDEN 1 ��_� COMPANY NAME (PRINT) SIGNATURE r-- i IC�L NAME & TITLE (PRINT) Purchasing Use:YJ:91 ORGiRe4uisitlorr.7205.31 t 1891220M%01:3111223M G p1+EL1ciRFCAFY 2021-2T,2 -058 VEH4CLE WASHING 6ERVICES%22.350 ADDENDWY I DGCX COUNTY OF FRESNO 4.COUNT OT f�O F R `' REQUEST FOR QUOTATION NUMBER: 22-058 VEHICLE WASHING SERVICES Issue Date: June 29, 2022 Closing Date: JURY 22, 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 N N % N days will apply.County does not accept terms less than 15 days. Bowie v)-If evr Pn seS O1UA k4eA Carpet C ur U1� ash (AVJa K'Ote s s�1ir COMPANY i + new CONT� -SON 4H 3� N - o-4-c, P�v ADDRESS R-es �Ao r1� CITY STATE ZIP CODE ( ) CJ'�)q- reotC Cur Re} au- WuSh . COwl TE _P ONE NUMBER EMAIL ACIDRESS --Z-fHOFfiZEb SIGNATURE PB r_1 `� �y\1 aacA t�uwNU v) �esaU r c�es PRINT NAME TITLE Purchasing Use:YJ st ORGIRequisition:7205;31113229/8912200559,3111223062 G 1PublicWOTY 2021-22.122-058 Vehicle Washing Services122-058 Vehicle Washing Services docx Quotation No. 22-058 Page 2 TABLE OF CONTENTS PAGE KEYDATES .................................................................................................................... 3 OVERVIEW..................................................................................................................... 3 BIDINSTRUCTIONS ......................................................................................................4 GENERAL REQUIREMENTS & CONDITIONS...............................................................5 INSURANCE REQUIREMENTS ................................................................................... 11 PARTICIPATION........................................................................................................... 12 REFERENCELIST........................................................................................................ 13 SCOPEOF WORK........................................................................................................ 14 COMPLY / NOT COMPLY............................................................................................. 16 QUOTATION SCHEDULE............................................................................................. 17 CHECKLIST................................................................................................................. 18 ATTACHMENTS ........................................................................................................... 19 GVUBLIORF01FY 202i-nQ2-058 VEHICLE WASHING SERVICESl22.058 VEHICLE WASHING SERVICES.000X Quotation No. 22-058 Page 3 KEY DATES RFQ Issue Dato' June 29, 2022 Written Quest~�ons too-RFQ Due: July 15, 2022 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: July 22, 2022 at 10:00 AM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno on behalf of the Fresno County Fleet Services and the Sheriff's Department is requesting quotations from qualified vendors to provide vehicle-washing services. The County intends to execute one master agreement with multiple vendors located throughout the County to maximize the County's flexibility and effectiveness in using these services. The County does not guarantee that it will utilize the Bidder's services any guaranteed number of times over the course of the agreement. G)PU8LIC1RFQTY 2021.22\22.058 VEHICLE WASHING SERVICESQ2-058 VEHICLE WASHING SERVICES,DOCX Quotation No. 22-058 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 gcornuellel`a'�.Fres_noCountyCA.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 ft6LIDRFOIFY 2021.22V2-058 VEHICLE WASHING SERVICES122-058 VEHICLE WASHING SERVICES.DOCX Quotation No. 22-058 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 July 8, 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: The County of Fresno reserves the right to make the award on the basis of the entire group or on a per line item basis. The award will be made in a manner determined 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 will 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 vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. TAXES, CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements. GAPUBLICIRFOIFY 2021-22122-058 VEHICLE WASHING SERVICES122-058 VEHICLE WASHING SERVICES.DOCX Quotation No. 22-058 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. HIPAA: All services performed by vendor shall be in strict conformance with all applicable Federal, State of California and/or local laws and regulations relating to confidentiality, including but not limited to, California Civil Code, California Welfare and Institutions Code, Health and Safety Code, California Code of Regulations, Code of Federal Regulations. Vendor shall submit to County's monitoring of said compliance. Vendor may be a business associate of County, as that term is defined in the "Privacy Rule" enacted by the Health Insurance Portability and Accountability Act of 1996 (HIPAA). As a HIPAA Business Associate, vendor may use or disclose protected health information ("PHI") to perform functions, activities or services for or on behalf of County as specified by the County, provided that such use or disclosure shall not violate HIPAA and its implementing regulations. The uses and disclosures if PHI may not be more expansive than those applicable to County, as the"Covered Entity" under HIPAA's Privacy Rule, except as authorized for management, administrative or legal responsibilities of the Business Associate. Vendor shall not use or further disclose PHI other than as permitted or required by the County, or as required by law without written notice to the County. Vendor shall ensure that any agent, including any subcontractor, to which vendor provides PHI received from, or created or received by the vendor on behalf of County, shall comply with the same restrictions and conditions with respect to such information. 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. &TUBLIMUCI FY 2021-22122-058 VEHICLE WASHING SERVICES\22-058 VEHICLE WASHING SERVICES.DOCX Quotation No. 22-058 Page 7 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. ORDERING: Orders will be placed as required by the various County Departments. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. G:IPUBLICIRFQIFY 2021-22122-058 VEHICLE WASHING SERVICES\22-058 VEHICLE WASHING SERVICES.DOCX Quotation No. 22-058 Page 8 Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. INSPECTION: All material and workmanship shall be subject to inspection, examination and test by the County at any and all times during which manufacture and/or construction are carried on. The County shall have the right to reject defective material and workmanship or require its correction. SUPERVISION: The Contractor shall give efficient supervision to the work, using therein the skill and diligence for which he is remunerated in the contract price. He shall carefully inspect the site and study and compare all drawings, specifications and other instructions, as ignorance of any phase of any of the features or conditions affecting the contract will not excuse him from carrying out its provisions to its full intent. STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike manner. SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes and ordinances as may be required. BONDS: 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. &TUBLICIRFQIFY 2021-22122-058 VEHICLE WASHING SERVICES122-058 VEHICLE WASHING SERVICES.DOCX Quotation No. 22-058 Page 9 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. 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. G:IPUBLIORFQTY 2021-22122-058 VEHICLE WASHING SERVICES122-058 VEHICLE WASHING SERVICES.DOCX Quotation No. 22-058 Page 10 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. GTUBLIMUCI FY 2021-22122.058 VEHICLE WASHING SERVICES122-058 VEHICLE WASHING SERVICES.00CX Quotation No. 22-058 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, Internal Services Department—Fleet Services,Attn: Ken Christiansen,4551 E. Hamilton Ave., Fresno, CA 93702, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not 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. GAPUBLICIRMTY 2021-22122-058 VEHICLE WASHING SERVICES122-058 VEHICLE WASHING SERVICES.DOCX Quotation No. 22-058 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) 4uY cwk R�S 0 U�Y GC S ► r � r Title GPUBLICMCITY 2021.22122-058 VEHICLE WASHING SERVICESO-058 VEHICLE WASHING SERVICES DOCX Quotation No. 22-058 Page 13 YIENDOR_MUST COMPLETE ANQ RETURN WITH RES2UESLEQR QUOTATION. Firm: REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar productsiservices 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 ; Q COVt VI Contact: Fenn V 0 Address: 33a W a W A City: G\p U j S State: CF-\ Zip: 3(P 1 Z. Phone No.: (t5_ q C2 U U Date: Service Provided Reference Name 1 ` o4 FY e � O Contact: I Tr-6L /A Address 1 L10 F City: Yas 110 State Zip: 9 3-7 0(o Phone No.: ( I_?_L4 Date: 1 ZQ ZZ- Service Provided - U_ S Wac cat- yJOuVAIn(4 Reference Name: UV t�j Contact L� Z jl U �OIA to Address: N . UY\0 City. State: C_A Zip: b I Phone No.: Date: Q 1 I�I?_C)22, Service Provided: T Pt 1 &e L)< a ux' h Reference Name P St QnA I Pi jni c Oil I Contact: D coil e �U Address. Z�1 _ 1r1r11 t - v City Y Y1 State: Zip: �Z Phone No.: (c5 ) 2 Date: Service Provided: Er iyi h ie eol 5 - Reference Name: i 1 1 �I Vi S Oilivi Sfrif onta t: ✓ 1t ►(A Qa14 i'7 Address: 21334- IN % FC1')Y X eve City: C ko V f S State: 0— Zip: Cl 0]2 Phone No.: (�.r,Cja ► ��Q— 2�-}-$d Date: S Z 2 Service Provided. -z- -- m j lY�mot Yt �a i C Sl i4 y) Yl Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. G:IPUBLICIRFOIFY 2021.22122-058 VEHICLE WASHING SERVICES122-058 VEHICLE WASHING SERVICES DOCX Quotation No. 22-058 Page 14 SCOPE OF WORK The County of Fresno on behalf of the Fresno County Fleet Services and the Sheriff's Department is requesting quotations from qualified vendors to provide vehicle-washing services. The County intends to execute one master agreement with multiple vendors located throughout the county to maximize the County's flexibility and effectiveness in using these services. Once the master agreement has been executed, the selection process for vehicle washing services will be based on cost, need, and location. 1. FULL-SERVICE VEHICLE WASH: A full-service wash consists of a vehicle exterior wash by means of the vehicle being moved along a conveyor system. This process includes the application of a vehicle washing soap, rinsing, with the tires having been machine washed and cleaned. Upon exiting the conveyor system, the exterior of the vehicle shall be thoroughly cleaned and air dried. The vehicle will then be completely hand dried. All interior door jams, all windows and glass, as well as the interior dash and rear deck panel, shall be cleaned, dried, and streak-free, inclusive of interior vacuuming. All trash is to be removed and disposed. 2. EXTERIOR-ONLY VEHICLE WASH: An exterior-only wash consists of an exterior vehicle wash dried by compressed air within the conveyor system of the vehicle wash facility of the same exterior conveyor-style vehicle wash as described in the Full-Service Vehicle Wash. A vacuum station shall be available to allow County employees the opportunity to vacuum the interior of the vehicle and dispose of trash. 3. ADDITIONAL SERVICES:Additional services only will not be considered in the award.At no time will additional services be paid without prior approval. These services are infrequent and will be required on an As-Needed basis. The following are examples of additional services: • Upholstery • Carpet shampoo • Biological clean and detail o This service includes the cleaning of vomit, urine, feces, small amounts of non-liquid blood, and other biological spills. INVOICING All successful bidders will be required to submit two separate monthly invoices, one for Fleet Services' vehicles and another for the Sheriff's Department's vehicles. The invoices must clearly identify the following information: • Vendor's name • Remit to address • Contact information • Month and year services were performed These invoices are required to be accompanied by an Excel formatted report(Attachment A) not later than the fifth (51h) of each month following the month in which the services were provided. Any invoice and/or report received after the 51h must be manually processed and will cause a prolonged delay in the processing of the vendor's payment. Each report must contain all the following information: • Vendor name • Month and year services were performed • Date • Time • County equipment number(vehicle number) &TUBLORFOTY 2021-22122-058 VEHICLE WASHING SERVICES122-058 VEHICLE WASHING SERVICES.DOCX Quotation No. 22-058 Page 15 • Vehicle license plate number • Department identification • Cost for each wash This information may be recorded manually, automatically through a Radio Frequency ID (RFID)tracking system, or another comparable automated system. SPECIAL HANDLING, Several vehicles require special handling while in the process of l;eing washed. This include, but is not limited to, vehicles with: • Light bars • Alley lights • Externally mounted spotlights • Sirens • Telescopic mirrors • Ladder and tool racks • Other specialty exterior-mounted equipment GIPUBLIORF01FY 2021-22\22-058 VEHICLE WASHING SERVICESS22-058 VEHICLE WASHING SERVICES.DOCX Quotation No. 22-058 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. BIDDER TO COMPLETE THE FOLLOWING: COMPLY/ NOT COMPLY 1. Ability to provide full-service vehicle washing service. 2. Ability to provide exterior only service vehicle washing service. 3. Ability to provide additional services as described. C" Upr.P An 4. Ability to provide reports (Attachment"A"), recorded manually, automatically through a Radio Frequency ID (RFID) tracking system, or another comparable automated system submitted with monthly invoices. G:IPUBLICIRFQIFY 2021-22122-058 VEHICLE WASHING SERVICES122-058 VEHICLE WASHING SERVICES.DOCX Quotation No. 22-058 Page 17 QUOTATION SCHEDULE The Quotation Schedule is divided into three (3) sections: 1) Full-Service Vehicle Wash; 2) Exterior-Only Vehicle Wash; 3)Additional Services. Section 3 will not be used to determine award. All items are described in Scope of Work. Bidders do not have to submit a bid on all three (3) sections to be considered for award. The County reserves the right to award each group separately. Use N/A for any sections that don't apply. FULL-SERVICE VEHICLE WASH: Autos/Cars $ ' Pickup Trucks $ Vans/SUVs $ EXTERIOR-ONLY VEHICLE WASH: Autos/Cars $ 5 01 Pickup Trucks $ 5 .9 Vans/SUVs $ 5 ' q List any additional services provided and quote cost of each service.- (7� Pr�O Gib $ List addresses of facilities. Indicate services available at each location, noting any exceptions or deviations from the services as defined in this RFQ. 12av, gyre r � GRUBLIMUCI FY 2021-22122-058 VEHICLE WASHING SERVICES122-058 VEHICLE WASHING SERVICES.DOCX Quotation No. 22-058 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. �� The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed 5. Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ. 6. ✓ The Participation page as provided within this RFQ has been signed and included 7. ✓ Bidder to Complete page as provided with this RFQ. 8. Return checklist with RFQ response. 9. _ Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. GAPUBLIMRFCITY 2021-22122-058 VEHICLE WASHING SERVICES122-058 VEHICLE WASHING SERVICES.DOCX Appendix A Full Service Car Washes Addresses Main Car Wash Red - (559)227-6221 4411 N. Blackstone Ave. Fresno, CA 93726 Main Quick Lube - (559)227-344r' 4433 N. Blackstone Ave. Fresno, CA 93726 Clovis Red Carpet Car Wash - (559)292-6565 801 W. Shaw Clovis, CA 93612 3601 W. Shaw Fresno, CA 93722 Shawl Marty Quick Lube - (559)277-6784 3601 W. Shaw Fresno, CA 93722 Ride & Shine Addresses Tulare Ride & Shine 3030 E. Tulare St. Fresno, CA 93721 Figarden Ride & Shine 6240 N. Figarden Dr. Fresno, CA 93722 Palm/ Bullard Ride & Shine 788 W. Bullard Ave. Fresno, CA 93704 First/ Bullard Ride & Shine 1015 E. Bullard Fresno, CA 93710 WIN Ride & Shine 1005 N. Willow Clovis, CA 93611 KCC Ride & Shine 4853 E. KingsCanyon Fresno, CA 93727 FWL Shaw and Fowler Ride & Shine 1811 E. Shaw Ave Clovis, CA 93611 202 Ride & Shine 202 S. Clovis Ave Fresno, CA 93727 Fresno County Example-Red Carpet Car Wash and Ride & Shine April 2020 Usage - Fresno County SaleDate I SITENAME Cost I License Vehicle # Fast Pass 04/21/2020 0:00 Ride &Shine - King Canyon 3.99 1177205 41455 10097+910901 04/02/2020 MO Ride & Shine -Willow/Nees 3.99 1447252 62330 10394+199157 04/10/2020 0:00 Ride &Shine - Willow/Nees 3.99 1447252 62330 10394+199157 04/20/2020 0:00 Ride& Shine - Willow/Nees 3.99 1447252 62330 10394+199157 04/27/2020 0:00 Ride &Shine - Willow/Nees 3.99 14472S2 62330 10394+199157 04/24/2020 0:00 Ride & Shine - Palm/W Bullard 3.99 1477948 71914 10632+356981 04/16/2020 0:00 Ride &Shine - Tulare 3.99 1469372 62001 10734+527605 04/15/2020 0:00 Ride &Shine - King Canyon 3.99 7TDF565 61903 11019+740277 04/29/2020 0:00 Ride & Shine - King Canyon 3.99 7TDF565 61903 11019+740277 04/02/2020 0:00 Ride & Shine -Tulare 3.99 7TDF565 61903 11019+740277 04/29/2020 0:00 Ride & Shine -Willow/Nees 3.99 TYOL290 31906 11205+207157 04/29/2020 0:00 Ride & Shine - King Canyon 3.99 1088983 31905 11221+984373 04/24/2020 0:00 Ride & Shine -Tulare 3.99 1447034 61733 11321+730165 04/19/2020 0:00 Ride & Shine - Tulare 4.99 1463166 51902 11391+722703 04/17/2020 0:00 Ride & Shine -Tulare 3.99 1414897 31214 11690+173557 04/29/2020 0:00 Ride & Shine - King Canyon 3.99 1552735 82074 12378+170485 04/03/2020 0:00 Ride & Shine - King Canyon 3.99 1205192 82030 12612+002933 04/29/2020 0:00 Ride & Shine - King Canyon 3.99 1415031 41707 12652+045520 04/28/2020 0:00 Ride & Shine - Tulare 3.99 1415031 41707 12652+045520 04/01/2020 0:00 Ride & Shine - Tulare 3.99 1415031 41707 12652+04SS20 04/27/2020 0:00 Ride & Shine - Figarden 3.99 NO PLATE YET 91931 12870+477008 04/13/2020 0:00 Ride & Shine - King Canyon 3.99 1447415 42187 13201+630325 04/27/2020 0:00 Ride & Shine - Tulare 3.99 1477674 71514 14021+026933 04/24/2020 0:00 Ride & Shine - E Bullard Ave 3.99 1435933 62350 14190+568565 04/21/2020 0:00 Ride & Shine - E Bullard Ave 3.99 1435933 62350 14190+568565 04/01/2020 0:00 Ride & Shine - King Canyon 3.99 1435933 62350 14190+568565 04/27/2020 01-00 Ride & Shine - Willow/Nees 3.99 1435933 62350 14190+568565 04/16/2020 0:00 Ride & Shine- Willow/Nees 3.99 1435933 62350 14190+568565 04/22/2020 0:00 Ride & Shine - King Canyon 3.99 1447253 62331 20078+446709 04/16/2020 0:00 Ride &Shine - King Canyon 3.99 1070348 41458 20114+688117 04/27/2020 0:00 Ride & Shine - King Canyon 3.99 1477650 62310 20247+988341 04/14/2020 0:00 Ride & Shine - King Canyon 3.99 1429422 32010 20399+900789 04/16/2020 0:00 Ride & Shine - King Canyon 3.99 1447260 61396 20967+573621 04/15/2020 0:00 Ride & Shine - King Canyon 3.99 1224511 81333 21571+553397 04/16/2020 0:00 Ride & Shine - King Canyon 3.99 1089514 41791 21643+380943 04/14/2020 0:00 Ride & Shine -Tulare 3.99 1435840 50126 22681+S36629 04/28/2020 0:00 Ride &Shine -Tulare 3.99 1502586 82334 22692+939893 04/29/2020 0:00 Ride & Shine - Tulare 3.99 7LXL969 53002 23016+228981 04/29/2020 0:00 Ride & Shine - Tulare 3.99 1542738 1801 23033+268341 04/30/2020 0:00 Ride & Shine - King Canyon 3.99 1425026 42178 23251+961973 04/16/2020 0:00 Ride & Shine - King Canyon 3.99 1457065 71308 23334+930549 04/28/2020 0:00 Ride & Shine - King Canyon 3.99 7JOR987 51907 23553+099893 04/15/2020 0:00 Ride & Shine - Tulare 3.99 7JOR987 51907 23553+099893 04/04/2020 0:00 Ride &Shine - King Canyon S.99 1464062 61915 23584+7S3781 04/28/2020 0:00 Ride & Shine - Figarden 3.99 1440882 41902 237724-OS5669 04/30/2020 0:00 Ride & Shine -Tulare 3.99 1502637 81932 23904+503925 04/23/2020 0:00 Ride & Shine -Tulare 3.99 1477885 72607 24054+843509 04/16/2020 0:00 Ride & Shine - King Canyon 3.99 1070368 41465 30181+796981 04/10/2020 0:00 Ride & Shine -Tulare 3.99 1502691 82330 31286+406261 04/24/2020 0:00 Ride & Shine -Tulare 3.99 1447030 61729 31388+839029 04/09/2020 0:00 Ride &Shine- King Canyon 3.99 1439929 42193 31856+766069 04/16/2020 0:00 Ride &Shine - King Canyon 3.99 1439929 42193 31856+766069 04/02/2020 0:00 Ride &Shine -Tulare 3.99 6SRW844 12333 31859+453045 04/16/2020 0:00 Ride &Shine - King Canyon 3.99 1477704 61378 31925+709941 04/16/2020 0:00 Ride &Shine - King Canyon 3.99 8DMR181 81430 32193+621109 04/16/2020 0:00 Ride &Shine - King Canyon 3.99 1224414 71719 32244+411509 04/28/2020 0:00 Ride &Shine - E Bullard Ave 3.99 90876K2 82061 32462+056565 04/13/2020 0:00 Ride &Shine -Tulare 3.99 1287265 21704 32510+159989 04/02/2020 0:00 Ride &Shine - King Canyon 3.99 1478086 72335 32759+393397 04/01/2020 0:00 Ride &Shine- King Canyon 3.99 1477734 71407 32831+614069 04/02/2020 0:00 Ride &Shine-Tulare 3.99 7JUP783 53001 32999+451765 04/21/2020 0:00 Ride &Shine-Tulare 3.99 7JUP783 53001 32999+451765 04/12/2020 0:00 Ride &Shine -Tulare 4.99 1335895 42301 33050+635381 04/16/2020 0:00 Ride &Shine - King Canyon 3.99 1224520 81352 33215+982709 04/16/2020 0:00 Ride &Shine- King Canyon 3.99 1224517 81349 33266+314357 04/02/2020 0:00 Ride &Shine - King Canyon 3.99 1435799 52012 33301+441653 04/24/2020 0:00 Ride &Shine - King Canyon 3.99 1435799 52012 33301+441653 04/22/2020 0:00 Ride &Shine - King Canyon 3.99 1281011 12002 33365+798005 04/30/2020 0:00 Ride &Shine- King Canyon 3.99 1477735 71408 33810+525392 04/24/2020 0:00 Ride &Shine -Tulare 3.99 7UAC071 62349 34207+345781 04/24/2020 0:00 Ride &Shine - King Canyon 3.99 1205385 72245 40196+149365 04/28/2020 0:00 Ride &Shine- King Canyon 3.99 1205385 72245 40196+149365 04/30/2020 0:00 Ride &Shine - King Canyon 3.99 1205385 72245 40196+149365 04/28/2020 0:00 Ride &Shine -Tulare 3.99 1478080 72330 40431+030389 04/06/2020 0:00 Ride &Shine -Tulare 3.99 1477953 71919 40716+243061 04/29/2020 0:00 Ride &Shine - King Canyon 3.99 1414799 32114 40718+667893 04/08/2020 0:00 Ride &Shine -Tulare 3.99 1502692 82331 40732+758133 04/22/2020 0:00 Ride &Shine -Tulare 3.99 1502692 82331 40732+758133 04/19/2020 0:00 Ride &Shine -Tulare 4.99 1502692 82331 40732+758133 04/01/2020 0:00 Ride &Shine -Tulare 3.99 1502692 82331 40732+758133 04/12/2020 0:00 Ride &Shine -Tulare 4.99 1502692 82331 40732+758133 04/23/2020 0:00 Ride &Shine -Tulare 3.99 1447272 61743 41153+958005 04/23/2020 0:00 Ride &Shine -Tulare 3.99 1447255 61742 41170+735221 04/28/2020 0:00 Ride &Shine - King Canyon 3.99 1435750 51604 41286+66840S 04/22/2020 0:00 Ride &Shine -Willow/Nees 3.99 8ASK735 81924 41406+402677 04/29/2020 0:00 Ride &Shine - King Canyon 3.99 1552734 82073 41588+330613 04/29/2020 0:00 Ride & Shine -Willow/Nees 3.99 1510561 72010 42477+523061 04/29/2020 0:00 Ride &Shine-Tulare 3.99 1477670 71510 42563+178613 04/21/2020 0:00 Ride &Shine -Tulare 3.99 1477670 71510 42563+178613 04/24/2020 0:00 Ride &Shine -Tulare 3.99 1478083 72332 42776+170613 04/15/2020 0:00 Ride &Shine - King Canyon 3.99 1205231 71352 43150+381173 04/22/2020 0:00 Ride &Shine - King Canyon 3.99 1463455 51904 43603+431541 04/16/2020 0:00 Ride &Shine -Tulare 3.99 1089948 62651 43670+474869 04/16/2020 0:00 Ride &Shine - King Canyon 3.99 1502491 81407 44005+167221 04/16/2020 0:00 Ride &Shine - King Canyon 3.99 1502492 81408 44021+944437 04/03/2020 0:00 Ride &Shine -Tulare 3.99 7TVX475 62348 44224+122997 04/24/2020 0:00 Ride & Shine -Tulare 3.99 7TVX475 62348 44224+122997 04/30/2020 0:00 Ride &Shine -Tulare 3.99 1477822 72351 50481+362037 04/24/2020 0:00 Ride &Shine -Tulare 3.99 1477822 72351 50481+362037 04/01/2020 0:00 Ride & Shine - King Canyon 3.99 1429425 32015 50483+786869 04/17/2020 0:00 Ride &Shine- King Canyon 3.99 1429425 32015 50483+786869 04/24/2020 0:00 Ride &Shine - King Canyon 3.99 1429425 32015 50483+786869 04/10/2020 0:00 Ride & Shine - Willow/Nees 3.99 1502542 81730 50511+639669 04/23/2020 0:00 Ride &Shine -Tulare 3.99 8AIW450 71932 51339+949263 04/29/2020 0:00 Ride & Shine -Tulare 3.99 8AIW450 71932 51339+949263 04/01/2020 0:00 Ride & Shine -Tulare 3.99 8AIW450 71932 51339+949263 04/03/2020 0:00 Ride &Shine - Willow/Nees 3.99 1446544 NO VEHICLE # 51393+492176 04/16/2020 0:00 Ride & Shine -Willow/Nees 3.99 1446544 NO VEHICLE# 51393+492176 04/21/2020 0:00 Ride& Shine - Willow/Nees 3.99 1446544 NO VEHICLE# 51393+492176 04/29/2020 0:00 Ride & Shine - King Canyon 3.99 1317176 11501 51554+841717 04/23/2020 0:00 Ride & Shine - Tulare 3.99 1390274 22142 51771+962485 04/16/2020 0:00 Ride& Shine - King Canyon 3.99 1584497 01702 52046+034127 04/15/2020 0:00 Ride & Shine -Tulare 3.99 1414904 31215 52090+729589 04/27/2020 0:00 Ride & Shine -Tulare 3.99 1504811 02602 52385+051856 04/28/2020 0:00 Ride & Shine - King Canyon 3.99 1317197 21516 52577+268853 04/28/2020 0:00 Ride &Shine -Tulare 3.99 7XAH852 71431 52579+955829 04/21/2020 0:00 Ride & Shine -Tulare 3.99 7XAN423 71426 52613+510261 04/30/2020 0:00 Ride & Shine - King Canyon 3.99 1224527 81914 52779+775093 04/29/2020 0:00 Ride & Shine - King Canyon 3.99 1504668 92015 53090+677968 04/16/2020 0:00 Ride & Shine - King Canyon 3.99 1224513 81345 53316+646005 04/16/2020 0:00 Ride & Shine - King Canyon 3.99 1224479 81344 53333+423221 04/21/2020 0:00 Ride &Shine - King Canyon 3.99 8FUV126 91402 53722+969295 04/28/2020 0:00 Ride & Shine - King Canyon 3.99 8FUV126 91402 53722+969295 04/02/2020 0:00 Ride & Shine -Tulare 3.99 1469293 62340 54274+454645 04/29/2020 0:00 Ride & Shine -Tulare 3.99 1469293 62340 54274+454645 04/24/2020 0:00 Ride &Shine - King Canyon 3.99 1477658 62334 54291+231861 04/29/2020 0:00 Ride & Shine - King Canyon 3.99 1477724 62325 60096+993397 04/30/2020 0:00 Ride & Shine - King Canyon 3.99 1436018 62306 60315+097205 04/30/2020 0:00 Ride & Shine -Tulare 5.99 120S185 82022 60540+868816 04/06/2020 0:00 Ride & Shine - Tulare 5.99 1205185 82022 60540+868816 04/15/2020 0:00 Ride & Shine -Tulare 5.99 120S185 82022 60540+868816 04/23/2020 0:00 Ride &Shine - Tulare 5.99 120S185 82022 60540+868816 04/22/2020 0:00 Ride &Shine -Tulare 3.99 1435756 53253 60548+143221 04/21/2020 0:00 Ride & Shine - Tulare 3.99 1477808 71733 61353+777269 04/10/2020 0:00 Ride &Shine - King Canyon 3.99 1502644 82326 61406+992501 04/27/2020 0:00 Ride &Shine - Willow/Nees 3.99 1502644 82326 61406+992501 04/14/2020 0:00 Ride &Shine - Willow/Nees 3.99 1502644 82326 61406+992501 04/02/2020 0:00 Ride & Shine - Willow/Nees 3.99 1502644 82326 61406+992501 04/28/2020 0:00 Ride & Shine - King Canyon 3.99 1502552 82305 61490+878581 04/27/2020 0:00 Ride & Shine - King Canyon 3.99 1502552 82305 61490+878581 04/21/2020 0:00 Ride & Shine - Palm/W Bullard 3.99 7FAU549 41924 61621+950581 04/21/2020 0:00 Ride &Shine - Tulare 3.99 1390273 22141 61755+185269 04/10/2020 0:00 Ride &Shine - Tulare 3.99 1390273 22141 61755+185269 04/02/2020 0:00 Ride & Shine - King Canyon 3.99 1477894 71521 62378+629237 04/22/2020 0:00 Ride &Shine - King Canyon 3.99 1477894 71521 62378+629237 04/07/2020 0:00 Ride & Shine - King Canyon 3.99 135358Z 12003 62461+335669 04/10/2020 0:00 Ride & Shine - E Bullard Ave 3.99 7ZYB551 71416 62680+619125 04/02/2020 0:00 Ride & Shine - Tulare 3.99 1469389 61325 62729+181301 04/27/2020 0:00 Ride & Shine - Tulare 3.99 1469389 61325 62729+181301 04/30/2020 0:00 Ride & Shine - King Canyon 3.99 1477730 71403 62898+722933 04/14/2020 0:00 Ride & Shine - Tulare 3.99 1502693 82332 63078+815861 04/30/2020 0:00 Ride &Shine -Tulare 3.99 1502693 82332 63078+815861 04/26/2020 0:00 Ride & Shine - Tulare 4.99 1502693 82332 63078+815861 04/22/2020 0:00 Ride &Shine -Tulare 3.99 1502693 82332 63078+815861 04/17/2020 0:00 Ride &Shine-Tulare 3.99 1502693 82332 63078+815861 04/15/2020 0:00 Ride &Shine - King Canyon 3.99 1443616 42194 63084+189813 04/30/2020 0:00 Ride &Shine - E Bullard Ave 3.99 7SAM170 61400 63145+531509 04/14/2020 0:00 Ride &Shine -Tulare 3.99 7SAM170 61400 63145+531509 04/21/2020 0:00 Ride &Shine -Tulare 3.99 7SAM170 61400 63145+531509 04/27/2020 0:00 Ride &Shine-Tulare 3.99 7SAM170 61400 63145+531509 04/28/2020 0:00 Ride &Shine -Tulare 3.99 7SAM170 61400 63145+531509 04/24/2020 0:00 Ride &Shine- King Canyon 3.99 1440883 41909 63654+615157 04/30/2020 0:00 Ride &Shine - King Canyon 3.99 1469305 72310 70296+812661 04/17/2020 0:00 Ride &Shine - King Canyon 3.99 1411945 32104 70550+895733 04/07/2020 0:00 Ride &Shine - King Canyon 3.99 7VUH090 61914 70902+299765 04/28/2020 0:00 Ride &Shine - King Canyon 3.99 1435740 51541 71725+759605 04/30/2020 0:00 Ride &Shine - King Canyon 3.99 1502642 82328 72344+616053 04/14/2020 0:00 Ride &Shine -Willow/Nees 3.99 1502642 82328 72344+616053 04/16/2020 0:00 Ride &Shine - King Canyon 3.99 AX94517 01705 72398+355663 04/16/2020 0:00 Ride &Shine- King Canyon 3.99 1502489 81922 72650+013903 04/16/2020 0:00 Ride &Shine- Palm/W Bullard 3.99 7GZR336 53003 72737+373392 04/27/2020 0:00 Ride &Shine- Palm/W Bullard 3.99 7GZR336 53003 72737+373392 04/24/2020 0:00 Ride &Shine -Tulare 3.99 BFUR796 91401 73072+917712 04/03/2020 0:00 Ride &Shine -Willow/Nees 3.99 BFUR796 91401 73072+917712 04/20/2020 0:00 Ride &Shine - King Canyon 3.99 1430268 51710 73720+872053 04/30/2020 0:00 Ride &Shine-Tulare 3.99 1281007 01784 74087+218293 04/17/2020 0:00 Ride &Shine -Tulare 3.99 1477647 61328 74089+053301 04/01/2020 0:00 Ride &Shine -Willow/Nees 3.99 6DJC682 71941 74222+615669 04/17/2020 0:00 Ride &Shine -Willow/Nees 3.99 6DJC682 71941 74222+615669 04/01/2020 0:00 Ride &Shine - King Canyon 3.99 1469361 62320 80180+879477 04/28/2020 0:00 Ride &Shine - King Canyon 3.99 1469361 62320 80180+879477 04/17/2020 0:00 Ride &Shine -Tulare 3.99 1445946 91706 80773+390544 04/27/2020 0:00 Ride &Shine-Tulare 3.99 1445946 91706 80773+390544 04/03/2020 0:00 Ride &Shine- King Canyon 3.99 1464061 61913 80919+076981 04/14/2020 0:00 Ride &Shine- King Canyon 3.99 7TEB212 61904 81002+963061 04/22/2020 0:00 Ride &Shine -Tulare 3.99 AJ34K53 92105 81391+395023 04/23/2020 0:00 Ride &Shine - King Canyon 3.99 1477888 71737 81420+886133 04/03/2020 0:00 Ride &Shine -Tulare 3.99 1477888 71737 81420+886133 04/17/2020 0:00 Ride &Shine -Tulare 3.99 1477888 71737 81420+886133 04/07/2020 0:00 Ride &Shine -Tulare 3.99 6UIG596 22345 81822+294133 04/16/2020 0:00 Ride &Shine - King Canyon 3.99 1447261 61397 81895+039183 04/23/2020 0:00 Ride &Shine -Tulare 3.99 8HQE467 91950 82276+196469 04/30/2020 0:00 Ride &Shine -Tulare 3.99 8HQE467 91950 82276+196469 04/03/2020 0:00 Ride &Shine -Tulare 3.99 8HQE467 91950 82276+196469 04/24/2020 0:00 Ride &Shine -Tulare 3.99 8GQH288 91709 82594+963573 04/02/2020 0:00 Ride &Shine -Tulare 3.99 7XCP654 71430 82951+741647 04/16/2020 0:00 Ride &Shine -Tulare 3.99 7XCP654 71430 82951+741647 04/22/2020 0:00 Ride &Shine -Tulare 3.99 7XCP654 71430 82951+741647 04/19/2020 0:00 Ride &Shine- Figarden 5.99 1502681 82102 83056+140496 04/07/2020 0:00 Ride &Shine - Palm/W Bullard 3.99 1502681 82102 83056+140496 04/30/2020 0:00 Ride &Shine - Palm/W Bullard 3.99 1502681 82102 83056+140496 04/12/2020 0:00 Ride & Shine -Tulare 4.99 1442154 41907 83688+169589 04/27/2020 0:00 Ride &Shine - King Canyon 3.99 1440878 41905 83721+724021 04/03/2020 0:00 Ride &Shine -Tulare 3.99 1450583 1901 84255+907957 04/10/2020 0:00 Ride &Shine -Tulare 3.99 1450583 1901 84255+907957 04/27/2020 0:00 Ride &Shine -Tulare 3.99 1450583 1901 84255+907957 04/13/2020 0:00 Ride & Shine - Tulare 3.99 1510564 72011 90045+154421 04/10/2020 0:00 Ride & Shine - King Canyon 3.99 1477972 72303 90746+127477 04/24/2020 0:00 Ride &Shine - King Canyon 3.99 1425040 41485 91307+574479 04/17/2020 0:00 Ride &Shine -Tulare 3.99 1477887 71736 91404+108917 04/27/2020 0:00 Ride & Shine - Tulare 3.99 1477887 71736 91404+108917 04/22/2020 0:00 Ride &Shine - King Canyon 3.99 1477640 62626 91441+726671 04/28/2020 0:00 Ride & Shine - King Canyon 3.99 1477640 62626 91441+726671 04/13/2020 0:00 Ride & Shine -Tulare 3.99 1477640 62626 91441+726671 04/30/2020 0:00 Ride & Shine - E Bullard Ave 3.99 7WJN698 71724 92194+079861 04/29/2020 0:00 Ride & Shine - King Canyon 3.99 7WTR922 71723 92210+857077 04/16/2020 0:00 Ride & Shine - King Canyon 3.99 1447273 61310 92595+815541 04/13/2020 0:00 Ride & Shine - E Bullard Ave 3.99 1435975 53277 92680+684661 04/10/2020 0:00 Ride & Shine -Tulare 3.99 AJ041169 91770 92880+176245 04/17/2020 0:00 Ride & Shine -Tulare 3.99 1489191 50129 93123+249360 04/22/2020 0:00 Ride & Shine -Tulare 3.99 1489191 50129 93123+249360 04/13/2020 0:00 Ride & Shine -Tulare 3.99 1489191 50129 93123+249360 04/09/2020 0:00 Ride & Shine -Tulare 3.99 1489191 50129 93123+249360 04/28/2020 0:00 Ride & Shine -Tulare 3.99 1489191 50129 93123+249360 04/16/2020 0:00 Ride &Shine -Tulare 3.99 NO PLATE YET 2304 93241+935056 04/15/2020 0:00 Ride & Shine - King Canyon 3.99 1224473 81336 93450+863733 04/02/2020 0:00 Ride & Shine -Tulare 3.99 1436215 41920 93470+065781 04/24/2020 0:00 Ride & Shine - King Canyon 3.99 1281045 12018 93533+570165 04/15/2020 0:00 Ride & Shine -Tulare 3.99 8FKP578 91930 93685+482613 Total 931.71 Quotation No. 22-058 Page 19 ATTACHMENTS A. Sir+ar'r�;i� Excel Formatted Report G:IPUBLICIRFOTY 2021.22\22-058 VEHICLE WASHING SERVICES122-058 VEHICLE WASHING SERVICES,DOCX 3 a w on a x o r m L h, CD � c1 -- -- — -- L to Un L z � o rpD N L D D � tin n Un :3 rt m A to O O O A In 3 � �r WLu A 111 I� /V�J I O d � � z z � c, z z � CD CD �-h N 0-4 l!+ r N N O O r r N N T V/ i M fD 10 rD N O i N 00 a I � I 3 rn Z ni W Fresno County Car Wash Invoice - Sample ACME Car Wash 123 South Main Street,Fresno,CA 12345 PHONE 559.555.5555 BEGINNING i 12/1/2012 FAX 559-555,4444 ENDING 12/5/2012 EMAIL info@ACME.com WEB www,ACME.com 1 2 3 4 5 6 , 7 8 9 10 11 12 Total Total Cost Page 3 of 3 COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFQ NUMBER: 22-058 VEHICLE WASHING SERVICES Issue Date July 18, 2022 CLOSING DATE: JULY 259 2022 AT 1 0:00 AM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Yvette Jamison at (559) 600-7110. NOTE THE FOLLOWING ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 22-058 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. The Closing Date is changed to July 25, 2022 at 10:00 AM. Questions and Answers Q1. Is there a current contractor? Al The contractors for the current agreement are Great American Car Wash, Red Carpet Car Wash, and Belmont Car Wash. The current agreement expires October 31, 2022. Q2. What is the current contractor award amount? A2 The total maximum current contract amount is $600,000. No contractor is guaranteed a minimum or maximum amount. Q3. Will you accept a proposal from a mobile vehicle washing company? Or, does it have to be a physical establishment? A3 No, the County requires physical establishments. ACKNOWLEDGMENT OF ADDENDUM NUMBER ('11NE_(O TO RFQ 22-Q�$ \ ' 1 COMPANY NAME: BOVJIC E'h rPYISes J' h. A • � Carr ! � Cc v- VVCA (PRINT) SIGNATURE: NAME & TITLE: �Y t +tl).eA F—AV1Cl AOL uWI t*l 1�tS8ZnrGe S (PRINT) Purchasing Use:YJ:st ORGIRequisition:7205,3111322918912200559;3111223062 G:\PUBLIC\RFO\FY 2021-22\22-058 VEHICLE WASHING SERVICES\22-058 ADDENDUM 1.D0CX Exhibit D 1 Scope of Services 2 3 Full-Service Vehicle Wash A full-service wash consists of a vehicle 4 exterior wash by means of the vehicle being 5 moved along a conveyor system. This 6 process includes the application of a vehicle 7 washing soap, rinsing, with the tires having 8 been machine washed and cleaned. Upon 9 exiting the conveyor system, the exterior of 10 the vehicle shall be thoroughly cleaned and 11 air dried. The vehicle will then be completely 12 hand dried. All interior door jams, all windows 13 and glass, as well as the interior dash and 14 rear deck panel, shall be cleaned, dried, and 15 streak-free, inclusive of interior vacuuming. 16 All trash is to be removed and disposed. 17 18 Exterior-Only Vehicle Wash An exterior-only wash consists of an exterior 19 vehicle wash dried by compressed air within 20 the conveyor system of the vehicle wash 21 facility of the same exterior conveyor-style 22 vehicle wash as described in the Full-Service 23 Vehicle Wash. A vacuum station shall be 24 available to allow County employees the 25 opportunity to vacuum the interior of the 26 vehicle and dispose of trash. 27 28 D-1 Exhibit D 1 Additional Services At no time will additional services be 2 paid without prior approval. These services 3 are infrequent and will be required on an As- 4 Needed basis. The following are examples of 5 additional services: 6 Upholstery 7 Carpet shampoo 8 Biological clean and detail: 9 This service includes the cleaning of vomit, 10 urine, feces, small amounts of non-liquid 11 blood, and other biological spills. 12 Special Handling Several Vehicles require special 13 handling while in the process of being 14 washed. This includes, but is not limited to, 15 vehicles with: 16 Light bars 17 Alley lights 18 Externally mounted spotlights 19 Sirens 20 Telescopic mirrors 21 Ladder and tool racks 22 Other specialty exterior-mounted 23 equipment 24 25 26 27 28 D-2 Exhibit E 1 Compensation 2 The Contractor will be compensated for performance of its services under this 3 Agreement as provided in this Exhibit E. The Contractor is not entitled to any compensation 4 except as expressly provided in this Exhibit E. 5 6 BELMONT CAR WASH 7 FULL-SERVICE VEHICLE WASH: 8 Autos/Cars: $19.99/ea 9 Pickup Trucks: $19.99/ea 10 Vans/SUVs: $19.99/ea 11 EXTERIOR-ONLY VEHICLE WASH: 12 Autos/Cars: $8.50/ea 13 Pickup Trucks: $8.50/ea 14 Vans/SUVs: $8.50/ea 15 ADDITIONAL SERVICES: N/A 16 17 18 RED CARPET CAR WASH 19 FULL-SERVICE VEHICLE WASH: 20 Autos/Cars: $16.99/ea 21 Pickup Trucks: $16.99/ea 22 Vans/SUVs: $16.99/ea 23 EXTERIOR-ONLY VEHICLE WASH: 24 Autos/Cars: $5.99/ea 25 Pickup Trucks: $5.99/ea 26 Vans/SUVs: $5.99/ea 27 ADDITIONAL SERVICES: 28 Detail Services: Quoted at time of service E-1 Exhibit F Self-Dealing Transaction Disclosure Form In order to conduct business with the County of Fresno ("County"), members of a contractor's board of directors ("County Contractor"), must disclose any self-dealing transactions that they are a party to while providing goods, performing services, or both for the County. A self-dealing transaction is defined below: "A self-dealing transaction means a transaction to which the corporation is a party and in which one or more of its directors has a material financial interest." The definition above will be used for purposes of completing this disclosure form. Instructions (1) Enter board member's name, job title (if applicable), and date this disclosure is being made. (2) Enter the board member's company/agency name and address. (3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the County. At a minimum, include a description of the following: a. The name of the agency/company with which the corporation has the transaction; and b. The nature of the material financial interest in the Corporation's transaction that the board member has. (4) Describe in detail why the self-dealing transaction is appropriate based on applicable provisions of the Corporations Code. The form must be signed by the board member that is involved in the self-dealing transaction described in Sections (3) and (4). F-1 Exhibit F (1) Company Board Member Information: Name: Date: Job Title: (2) Company/Agency Name and Address: (3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to) (4) Explain why this self-dealing transaction is consistent with the requirements of Corporations Code § 5233 (a) (5) Authorized Signature Signature: Date: F-2 Exhibit G Insurance Requirements 1. Required Policies Without limiting the County's right to obtain indemnification from the Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect the following insurance policies throughout the term of this Agreement. (A) Commercial General Liability. Commercial general liability insurance with limits of not less than Two Million Dollars ($2,000,000) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000). This policy must be issued on a per occurrence basis. Coverage must include products, completed operations, property damage, bodily injury, personal injury, and advertising injury. The Contractor shall obtain an endorsement to this policy naming the County of Fresno, its officers, agents, employees, and volunteers, individually and collectively, as additional insureds, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insureds will apply as primary insurance and any other insurance, or self-insurance, maintained by the County is excess only and not contributing with insurance provided under the Contractor's policy. (B) Automobile Liability. Automobile liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence for bodily injury and for property damages. Coverage must include any auto used in connection with this Agreement. (C)Workers Compensation. Workers compensation insurance as required by the laws of the State of California with statutory limits. (D) Employer's Liability. Employer's liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence for bodily injury and for disease. 2. Additional Requirements (A) Verification of Coverage. Within 30 days after the Contractor signs this Agreement, and at any time during the term of this Agreement as requested by the County's Risk Manager or the County Administrative Office, the Contractor shall deliver, or cause its broker or producer to deliver, to the County Risk Manager, at 2220 Tulare Street, 16th Floor, Fresno, California 93721, or HRRiskManagement@fresnocountyca.gov, and by mail or email to the person identified to receive notices under this Agreement, certificates of insurance and endorsements for all of the coverages required under this Agreement. (i) Each insurance certificate must state that: (1) the insurance coverage has been obtained and is in full force; (2) the County, its officers, agents, employees, and volunteers are not responsible for any premiums on the policy; and (3) the Contractor has waived its right to recover from the County, its officers, agents, employees, and volunteers any amounts paid under any insurance policy required by this Agreement and that waiver does not invalidate the insurance policy. (ii) The commercial general liability insurance certificate must also state, and include an endorsement, that the County of Fresno, its officers, agents, employees, and G-1 Exhibit G volunteers, individually and collectively, are additional insureds insofar as the operations under this Agreement are concerned. The commercial general liability insurance certificate must also state that the coverage shall apply as primary insurance and any other insurance, or self-insurance, maintained by the County shall be excess only and not contributing with insurance provided under the Contractor's policy. (iii) The automobile liability insurance certificate must state that the policy covers any auto used in connection with this Agreement. (B) Acceptability of Insurers. All insurance policies required under this Agreement must be issued by admitted insurers licensed to do business in the State of California and possessing at all times during the term of this Agreement an A.M. Best, Inc. rating of no less than A: VII. (C) Notice of Cancellation or Change. For each insurance policy required under this Agreement, the Contractor shall provide to the County, or ensure that the policy requires the insurer to provide to the County, written notice of any cancellation or change in the policy as required in this paragraph. For cancellation of the policy for nonpayment of premium, the Contractor shall, or shall cause the insurer to, provide written notice to the County not less than 10 days in advance of cancellation. For cancellation of the policy for any other reason, and for any other change to the policy, the Contractor shall, or shall cause the insurer to, provide written notice to the County not less than 30 days in advance of cancellation or change. The County in its sole discretion may determine that the failure of the Contractor or its insurer to timely provide a written notice required by this paragraph is a breach of this Agreement. (D) County's Entitlement to Greater Coverage. If the Contractor has or obtains insurance with broader coverage, higher limits, or both, than what is required under this Agreement, then the County requires and is entitled to the broader coverage, higher limits, or both. To that end, the Contractor shall deliver, or cause its broker or producer to deliver, to the County's Risk Manager certificates of insurance and endorsements for all of the coverages that have such broader coverage, higher limits, or both, as required under this Agreement. (E) Waiver of Subrogation. The Contractor waives any right to recover from the County, its officers, agents, employees, and volunteers any amounts paid under the policy of worker's compensation insurance required by this Agreement. The Contractor is solely responsible to obtain any policy endorsement that may be necessary to accomplish that waiver, but the Contractor's waiver of subrogation under this paragraph is effective whether or not the Contractor obtains such an endorsement. (F) County's Remedy for Contractor's Failure to Maintain. If the Contractor fails to keep in effect at all times any insurance coverage required under this Agreement, the County may, in addition to any other remedies it may have, suspend or terminate this Agreement upon the occurrence of that failure, or purchase such insurance coverage, and charge the cost of that coverage to the Contractor. The County may offset such charges against any amounts owed by the County to the Contractor under this Agreement. G-2 Exhibit G (G)Subcontractors. The Contractor shall require and verify that all subcontractors used by the Contractor to provide services under this Agreement maintain insurance meeting all insurance requirements provided in this Agreement. This paragraph does not authorize the Contractor to provide services under this Agreement using subcontractors. G-3