HomeMy WebLinkAboutAgreement A-17-382 with The Presort Center.pdf1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day
2 and year first hereinabove written .
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Ranjiv Purewal , CEO
DATE :
The Presort Center of Fresno LLC
496 S. Uruapan Way
Dinuba , CA. 93618
FOR ACCOUNTING USE ONLY :
Orq No .:8905
Account No./Fund :7925/1 050/10000
COUNTY OF FRESNO
Brian Pacheco
Chairman , Board of Supervisors
DATE : '1 -1~-1 ')
ATTEST:
Bernice E . Seidel
Clerk, Board of Supervisors
Robert W . Bash ,
Director of Internal Services/
Chief Information Officer
D FOR
APPROVED AS TO LEGAL FORM
Daniel C . Cederborg , County Counsel
APPROVED AS TO ACCOUNTING FORM
Oscar J . Garcia , CPA
Auditor-Controller/Treasurer-Tax Collector
-12-
G:\Public\RFQ\FY 2016-17\17-043 Insert, Presort and Mailing Services\17-043 Insert, Presort and Mailing Services.doc PD-010 (11/2015)
COUNTY OF FRESNO
REQUEST FOR QUOTATION
NUMBER: 17-043
INSERT, PRESORT AND MAILING SERVICES
Issue Date: December 21, 2016
Closing Date: JANUARY 17, 2017
Quotation will be considered LATE when the official Purchasing time clock reads 2:01 P.M.
Questions must be submitted on the Bid Page on the Public Purchase website or contact Louann
Jones at phone (559) 600-7118.
Check County of Fresno Purchasing’s website at
https://www2.co.fresno.ca.us/0440/Bids/BidsHome.aspx
for any future addenda.
Please submit all Quotations to:
County of Fresno – Purchasing
4525 E. Hamilton Avenue, 2nd Floor
Fresno, CA 93702-4599
BIDDER TO COMPLETE
Undersigned agrees to furnish the commodity or service stipulated in the attached response at the prices and terms stated, subject to the attached
“County of Fresno Purchasing Standard Instructions And Conditions For Requests For Proposals (RFP’s) And Requests For Quotations (RFQ’s)”.
Except as noted on individual items, the following will apply to all items in the Quotation Schedule:
• A cash discount of % days will apply.
COMPANY
ADDRESS
CITY STATE ZIP CODE
( ) ( )
TELEPHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS
SIGNATURE (IN BLUE INK)
PRINT NAME TITLE
Purchasing Use: LMJ:st ORG/Requisition: 8905/1020 / 8905170277
Exhibit A
Quotation No. 17-043
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC 1A
CCOOUUNNTTYY OOFF FFRREESSNNOO PPUURRCCHHAASSIINNGG
STANDARD INSTRUCTIONS AND CONDITIONS FOR
REQUESTS FOR PROPOSALS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S)
Note: the reference to “bids” in the following paragraphs applies to RFP's and RFQ's
GENERAL CONDITIONS
By submitting a bid the bidder agrees to the following conditions. These conditions will apply to all subsequent purchases based on this bid.
1. BID PREPARATION:
A) All prices and notations must be typed or written in ink. No erasures
permitted. Errors may be crossed out, initialed and corrections printed
in ink by person signing bid.
B) Brand Names: Brand names and numbers when given are for
reference. Equal items will be considered, provided the offer clearly
describes the article and how it differs from that specified. In the
absence of such information it shall be understood the offering is
exactly as specified.
C) State brand or make of each item. If bidding on other than specified,
state make, model and brand being bid and attach supporting
literature/specifications to the bid.
D) Bid on each item separately. Prices should be stated in units specified
herein. All applicable charges must be quoted; charges on invoice not
quoted herein will be disallowed.
E) Time of delivery is a part of the consideration and must be stated in
definite terms and must be adhered to. F.O.B. Point shall be
destination or freight charges must be stated.
F) All bids must be dated and signed with the firm’s name and by an
authorized officer or employee.
G) Unless otherwise noted, prices shall be firm for one hundred eighty
(180) days after closing date of bid.
2. SUBMITTING BIDS:
A) Each bid must be submitted on forms provided in a sealed
envelope/package with bid number and closing date and time on the
outside of the envelope/package.
B) Interpretation: Should any discrepancies or omissions be found in the
bid specifications or doubt as to their meaning, the bidder shall notify
the Buyer in writing at once. The County shall not be held responsible
for verbal interpretations. Questions regarding the bid must be
received by Purchasing stated within this document. All addenda
issued shall be in writing, duly issued by Purchasing and incorporated
into the contract.
C) ISSUING AGENT/AUTHORIZED CONTACT: This RFP/RFQ has been
issued by County of Fresno, Purchasing. Purchasing shall be the
vendor’s sole point of contact with regard to the RFP/RFQ, its content,
and all issues concerning it.
All communication regarding this RFP/RFQ shall be directed to an
authorized representative of County Purchasing. The specific buyer
managing this RFP/RFQ is identified on the cover page, along with his
or her telephone number, and he or she should be the primary point of
contact for discussions or information pertaining to the RFP/RFQ.
Contact with any other County representative, including elected
officials, for the purpose of discussing this RFP/RFQ, its content, or
any other issue concerning it, is prohibited unless authorized by
Purchasing. Violation of this clause, by the vendor having unauthorized
contact (verbally or in writing) with such other County representatives,
may constitute grounds for rejection by Purchasing of the vendor’s
quotation.
The above stated restriction on vendor contact with County
representatives shall apply until the County has awarded a purchase
order or contract to a vendor or vendors, except as follows. First, in the
event that a vendor initiates a formal protest against the RFP/RFQ,
such vendor may contact the appropriate individual, or individuals who
are managing that protest as outlined in the County’s established
protest procedures. All such contact must be in accordance with the
sequence set forth under the protest procedures. Second, in the event
a public hearing is scheduled before the Board of Supervisors to hear
testimony prior to its approval of a purchase order or contract, any
vendor may address the Board.
D) Bids received after the closing time will NOT be considered.
E) Bidders are to bid what is specified or requested first. If unable to or
unwilling to, bidder may bid alternative or option, indicating all
advantages, disadvantages and their associated cost.
F) Public Contract Code Section 7028.15
Where the State of California requires a Contractor’s license, it is a
misdemeanor for any person to submit a bid unless specifically
exempted.
3. FAILURE TO BID:
A) If not bidding, return bid sheet and state reason for no bid or your name
may be removed from mailing list.
4. TAXES, CHARGES AND EXTRAS:
A) County of Fresno is subject to California sales and/or use tax
(8.225%). Please indicate as a separate line item if applicable.
B) DO NOT include Federal Excise Tax. County is exempt under
Registration No. 94-73-03401-K.
C) County is exempt from Federal Transportation Tax. Exemption
certificate is not required where shipping papers show consignee as
County of Fresno.
D) Charges for transportation, containers, packing, etc. will not be paid
unless specified in bid.
Exhibit A
Quotation No. 17-043
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC 1B
5. W-9 – REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND
CERTIFICATION & CALIFORNIA FORM 590 WITHHOLDING EXEMPTION
CERTIFICATE:
Upon award of bid, the vendor shall submit to County Purchasing, a
completed IRS Form W-9 - Request for Taxpayer Identification Number and
Certification and a California Form 590 Withholding Exemption Certificate if
not currently a County of Fresno approved vendor.
6. AWARDS:
A) Award(s) will be made to the most responsive responsible bidder;
however, the Fresno County Local Vendor Preference and/or the
Disabled Veteran Business Enterprise Preference shall take
precedence when applicable. Said Preferences apply only to Request
for Quotations for materials, equipment and/or supplies only (no
services); the preference do not apply to Request for Proposals. RFQ
evaluations will include such things as life-cycle cost, availability,
delivery costs and whose product and/or service is deemed to be in the
best interest of the County. The County shall be the sole judge in
making such determination.
B) Unless bidder gives notice of all-or-none award in bid, County may
accept any item, group of items or on the basis of total bid.
C) The County reserves the right to reject any and all bids and to waive
informalities or irregularities in bids.
D) Award Notices are tentative: Acceptance of an offer made in response
to this RFP/RFQ shall occur only upon execution of an agreement by
both parties or issuance of a valid written Purchase Order by Fresno
County Purchasing.
E) After award, all bids shall be open to public inspection. The County
assumes no responsibility for the confidentiality of information offered
in a bid.
7. TIE BIDS:
All other factors being equal, the contract shall be awarded to the Fresno
County vendor or, if neither or both are Fresno County vendors, it may be
awarded by the flip of a coin in the presence of witnesses or the entire bid
may be rejected and re-bid. If the General Requirements of the RFQ state
that they are applicable, the provisions of the Fresno County Local Vendor
Preference shall take priority over this paragraph.
8. PATENT INDEMNITY:
The vendor shall hold the County, its officers, agents and employees,
harmless from liability of any nature or kind, including costs and expenses,
for infringement or use of any copyrighted or un-copyrighted composition,
secret process, patented or unpatented invention, article or appliance
furnished or used in connection with this bid.
9. SAMPLES:
Samples, when required, must be furnished and delivered free and, if not
destroyed by tests, will upon written request (within thirty (30) days of bid
closing date) be returned at the bidder's expense. In the absence of such
notification, County shall have the right to dispose of the samples in
whatever manner it deems appropriate.
10. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT:
A) In case of default by vendor, the County may procure the articles or
service from another source and may recover the cost difference and
related expenses occasioned thereby from any unpaid balance due the
vendor or by proceeding against performance bond of the vendor, if
any, or by suit against the vendor. The prices paid by the County shall
be considered the prevailing market price at the time such purchase is
made.
B) Articles or services, which upon delivery inspection do not meet
specifications, will be rejected and the vendor will be considered in
default. Vendor shall reimburse County for expenses related to delivery
of non-specified goods or services.
C) Regardless of F.O.B. point, vendor agrees to bear all risks of loss,
injury or destruction to goods and materials ordered herein which occur
prior to delivery and such loss, injury or destruction shall not release
vendor from any obligation hereunder.
11. DISCOUNTS:
Terms of less than fifteen (15) days for cash payment will be considered as
net in evaluating this bid. A discount for payment within fifteen (15) days or
more will be considered in determining the award of bid. Discount period will
commence either the later of delivery or receipt of invoice by the County.
Standard terms are Net forty-five (45) days.
12. SPECIAL CONDITIONS IN BID SCHEDULE SUPERSEDE GENERAL
CONDITIONS:
The “General Conditions” provisions of this RFP/RFQ shall be superseded if
in conflict with any other section of this bid, to the extent of any such conflict.
13. SPECIAL REQUIREMENT:
With the invoice or within twenty-five (25) days of delivery, the seller must
provide to the County a Material Safety Data Sheet for each product, which
contains any substance on “The List of 800 Hazardous Substances”,
published by the State Director of Industrial Relations. (See Hazardous
Substances Information and Training Act, California State Labor Code
Sections 6360 through 6399.7.)
14. RECYCLED PRODUCTS/MATERIALS:
Vendors are encouraged to provide and quote (with documentation) recycled
or recyclable products/materials which meet stated specifications.
15. YEAR COMPLIANCE WARRANTY:
Vendor warrants that any product furnished pursuant to this Agreement/order
shall support a four-digit year format and be able to accurately process date
and time data from, into and between the twentieth and twenty-first
centuries, as well as leap year calculations. "Product" shall include, without
limitation, any piece or component of equipment, hardware, firmware,
middleware, custom or commercial software, or internal components or
subroutines therein. This warranty shall survive termination or expiration of
this Agreement.
In the event of any decrease in product functionality or accuracy related to
time and/or date data related codes and/or internal subroutines that impede
the product from operating correctly using dates beyond December 31, 1999,
vendor shall restore or repair the product to the same level of functionality as
warranted herein, so as to minimize interruption to County's ongoing
business process, time being of the essence. In the event that such warranty
compliance requires the acquisition of additional programs, the expense for
any such associated or additional acquisitions, which may be required,
including, without limitation, data conversion tools, shall be borne exclusively
by vendor. Nothing in this warranty shall be construed to limit any rights or
remedies the County may otherwise have under this Agreement with respect
to defects other than year performance.
16. PARTICIPATION:
Bidder may agree to extend the terms of the resulting contract to other
political subdivision, municipalities and tax-supported agencies.
Exhibit A
Quotation No. 17-043
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC 1C
Such participating Governmental bodies shall make purchases in their own
name, make payment directly to bidder, and be liable directly to the bidder,
holding the County of Fresno harmless.
17. CONFIDENTIALITY:
All services performed by vendor shall be in strict conformance with all
applicable Federal, State of California and/or local laws and regulations
relating to confidentiality, including but not limited to, California Civil Code,
California Welfare and Institutions Code, Health and Safety Code, California
Code of Regulations, Code of Federal Regulations.
Vendor shall submit to County’s monitoring of said compliance.
Vendor may be a business associate of County, as that term is defined in the
“Privacy Rule” enacted by the Health Insurance Portability and Accountability
Act of 1996 (HIPAA). As a HIPAA Business Associate, vendor may use or
disclose protected health information (“PHI”) to perform functions, activities
or services for or on behalf of County as specified by the County, provided
that such use or disclosure shall not violate HIPAA and its implementing
regulations. The uses and disclosures if PHI may not be more expansive
than those applicable to County, as the “Covered Entity” under HIPAA’s
Privacy Rule, except as authorized for management, administrative or legal
responsibilities of the Business Associate.
Vendor shall not use or further disclose PHI other than as permitted or
required by the County, or as required by law without written notice to the
County.
Vendor shall ensure that any agent, including any subcontractor, to which
vendor provides PHI received from, or created or received by the vendor on
behalf of County, shall comply with the same restrictions and conditions with
respect to such information.
18. APPEALS:
Appeals must be submitted in writing within seven (7) working days after
notification of proposed recommendations for award. A “Notice of Award” is
not an indication of County’s acceptance of an offer made in response to this
RFP/RFQ. Appeals should be submitted to County of Fresno Purchasing,
4525 E. Hamilton Avenue, Fresno, California 93702-4599 and in Word
format to gcornuelle@co.fresno.ca.us. Appeals should address only areas
regarding RFP/RFQ contradictions, procurement errors, quotation rating
discrepancies, legality of procurement context, conflict of interest, and
inappropriate or unfair competitive procurement grievance regarding the
RFP/RFQ process.
Purchasing will provide a written response to the complainant within seven
(7) working days unless the complainant is notified more time is required.
If the protesting bidder is not satisfied with the decision of Purchasing,
he/she shall have the right to appeal to the CAO within seven (7) working
days after Purchasing’s notification.
If the protesting bidder is not satisfied with CAO’s decision, the final appeal
is with the Board of Supervisors. Please contact Purchasing if the appeal is
going to the Board.
19. OBLIGATIONS OF CONTRACTOR:
A) CONTRACTOR shall perform as required by the ensuing contract.
CONTRACTOR also warrants on behalf of itself and all subcontractors
engaged for the performance of the ensuing contract that only persons
authorized to work in the United States pursuant to the Immigration
Reform and Control Act of 1986 and other applicable laws shall be
employed in the performance of the work hereunder.
B) CONTRACTOR shall obey all Federal, State, local and special district
laws, ordinances and regulations.
20. AUDITS & RETENTION:
The Contractor shall maintain in good and legible condition all books,
documents, papers, data files and other records related to its performance
under this contract. Such records shall be complete and available to Fresno
County, the State of California, the federal government or their duly
authorized representatives for the purpose of audit, examination, or copying
during the term of the contract and for a period of at least three (3) years
following the County's final payment under the contract or until conclusion of
any pending matter (e.g., litigation or audit), whichever is later. Such records
must be retained in the manner described above until all pending matters are
closed.
21. DISCLOSURE – CRIMINAL HISTORY & CIVIL ACTIONS:
Applies to Request for Proposal (RFP); does not apply to Request for
Quotation (RFQ) unless specifically stated elsewhere in the RFQ document.
In their proposal, the bidder is required to disclose if any of the following
conditions apply to them, their owners, officers, corporate managers and
partners (hereinafter collectively referred to as “Bidder”):
• Within the three-year period preceding the proposal, they have been
convicted of, or had a civil judgment rendered against them for:
o fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (federal, state,
or local) transaction or contract under a public transaction;
o violation of a federal or state antitrust statute;
o embezzlement, theft, forgery, bribery, falsification, or
destruction of records; or
o false statements or receipt of stolen property
Within a three-year period preceding their proposal, they have had a public
transaction (federal, state, or local) terminated for cause or default.
22. DATA SECURITY:
Individuals and/or agencies that enter into a contractual relationship with the
COUNTY for the purpose of providing services must employ adequate
controls and data security measures, both internally and externally to ensure
and protect the confidential information and/or data provided to contractor by
the COUNTY, preventing the potential loss, misappropriation or inadvertent
access, viewing, use or disclosure of COUNTY data including sensitive or
personal client information; abuse of COUNTY resources; and/or disruption
to COUNTY operations.
Individuals and/or agencies may not connect to or use COUNTY
networks/systems via personally owned mobile, wireless or handheld
devices unless authorized by COUNTY for telecommuting purposes and
provide a secure connection; up to date virus protection and mobile devices
must have the remote wipe feature enabled. Computers or computer
peripherals including mobile storage devices may not be used (COUNTY or
Contractor device) or brought in for use into the COUNTY’s system(s)
without prior authorization from COUNTY’s Chief Information Officer and/or
designee(s).
No storage of COUNTY’s private, confidential or sensitive data on any hard-
disk drive, portable storage device or remote storage installation unless
encrypted according to advance encryption standards (AES of 128 bit or
higher).
Exhibit A
Quotation No. 17-043
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC 1D
The COUNTY will immediately be notified of any violations, breaches or
potential breaches of security related to COUNTY’s confidential information,
data and/or data processing equipment which stores or processes COUNTY
data, internally or externally.
COUNTY shall provide oversight to Contractor’s response to all incidents
arising from a possible breach of security related to COUNTY’s confidential
client information. Contractor will be responsible to issue any notification to
affected individuals as required by law or as deemed necessary by COUNTY
in its sole discretion. Contractor will be responsible for all costs incurred as
a result of providing the required notification.
23. PURCHASING LOCATION & HOURS:
Fresno County Purchasing is located at 4525 E. Hamilton Avenue (second
floor), Fresno, CA 93702. Non-holiday hours of operation are Monday
through Friday, 8:00 A.M. to 12:00 Noon and 1:00 P.M. to 5:00 P.M. PST;
Purchasing is closed daily from 12:00 Noon to 1:00 P.M. The following
holiday office closure schedule is observed:
January 1* New Year's Day
Third Monday in January Martin Luther King, Jr.’s Birthday
Third Monday in February Washington - Lincoln Day
March 31* Cesar Chavez’ Birthday
Last Monday in May Memorial Day
July 4* Independence Day
First Monday in September Labor Day
November 11* Veteran's Day
Fourth Thursday in November Thanksgiving Day
Friday following Thanksgiving
December 25* Christmas
* When this date falls on a Saturday, the holiday is observed the
preceding Friday. If the date falls on a Sunday, the holiday is observed
the following Monday.
24. FRESNO COUNTY BOARD OF SUPERVISORS ADMINISTRATIVE
POLICIES:
ADMINISTRATIVE POLICY NUMBER 5
Contract Salary Limitation Fresno
County Administrative Policy No. 5 provides that in contracts with non-
profit organizations that primarily serve Fresno County and professional
service contracts where Fresno County is the sole client, the contractors
must agree to the following contract language: “The contractor agrees to limit
administrative cost to a maximum of 15% of the total program budget and to
limit employee benefits to a maximum of 20% of total salaries for those
employees working under this agreement during the term of the agreement.
Failure to conform to this provision will be grounds for contract termination at
the option of the County of Fresno.” Any bidder that wishes an exemption
from this contract requirements must set forth the request for exemption, as
well as a complete explanation of why the exemption should be granted, in
the bidder’s response to the RFP. Only the Board of Supervisors can
approve such exemption.
Policy Statement: Contractors shall be limited to a maximum 15%
administrative cost as compared to the total program budget and employee
benefits shall be limited to a maximum of 20% of salaries.
The following language will be included in each applicable contract:
"The contractor agrees to limit administrative cost to a maximum of 15% of
the total program budget and to limit employee benefits to a maximum of
20% of total salaries for those employees working under this agreement
during the term of this agreement. Failure to conform to this provision will be
grounds for contract termination at the option of the County of Fresno."
The above provision shall be applied to renewal or multi-year contracts with
non-profit organizations which primarily serve Fresno County and
professional services contracts where
Fresno County is the sole client, such as:
• Community based organization service contracts related to social
services, health services, or probation services.
• Cultural art program contracts.
• Professional services contracts.
This policy will not apply to contracts between the County and the Federal or
State governments; or one-time contracts. The Board of Supervisors will
consider exemptions to this policy only upon the recommendation of the
County Administrative Office.
Management Responsibility: It shall be the responsibility of any County
official authorized by the Board of Supervisors to execute contracts or enter
into agreements on behalf of the County to review all applicable contracts to
insure that this policy is fully enforced.
It shall be the responsibility of the County Administrative Officer to review
requests for exemptions to this policy and to make recommendations to the
Board of Supervisors on such requests for exemption.
ADMINISTRATIVE POLICY NUMBER 34
Competitive Bids and Requests for Proposals
Fresno County Administrative Policy No. 34 provides that no person, firm
or subsidiary thereof who has been awarded a consulting services contract
by the County, may submit a bid for, or be awarded a contract for, the
provision of services, procurement of goods or supplies, or any other related
action which is required, suggested, or otherwise deemed appropriate in the
end product of the consulting services contract. Any bidder that wishes an
exemption from this contract limitation must set forth the request for
exemption, as well as a complete explanation of why the exemption should
be granted, in the bidder’s response to the RFP. Only the Board of
Supervisors, on a four-fifths (4/5) vote finding that such waiver is in the best
interests of the County, can waive this policy.
Definitions: Purchasing Authority and Responsibility – In accordance with
the State of California Government Code Section 25500 et seq., and the
Fresno County Ordinance Code Chapter 2.56, the Board of Supervisors has
established a County CAO. The Board has designated the County
Administrative Officer as the CAO. Unless otherwise restricted, all necessary
authority and responsibility has been delegated to the CAO to satisfy the
acquisition requirements of the County. The CAO may defer day-to-day
acquisition management to the Purchasing Manager as appropriate.
Policy Statement: Competitive bids or requests for proposals shall be
secured for all contracts for goods or services which are proposed to be
acquired by the County except when in unusual or extraordinary
circumstances, a department head, requests an exception to competitive
bidding. All such requests must be documented by the department head
Exhibit A
Quotation No. 17-043
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC 1E
including a detailed description of the facts justifying the exception. The
request must receive concurrence of the procurement authority who will sign
that particular contract i.e. the Board of Supervisors or CAO/Purchasing
Manager. The following circumstances are examples which constitute
“Suspension of Competition”:
• In an emergency when goods or services are immediately necessary
for the preservation of the public health, welfare, or safety, or for the
protection of County property.
• When the contract is with a federal, state, or local governmental
agency.
• When the department head, with the concurrence of the CAO, finds
that the cost of preparing and administering a competitive bidding
process in a particular case will equal or exceed the estimated contract
amount or $1,000 whichever is more.
• When a contract provides only for payment of per diem and travel
expenses and there is to be no payment for services rendered.
• When obtaining the services of expert witnesses for litigation or special
counsel to assist the County.
• When in unusual or extraordinary circumstances, the Board of
Supervisors or the CAO/Purchasing Manager determines that the best
interests of the County would be served by not securing competitive
bids or issuing a request for proposal.
Contracts for services should not usually cover a period of more than one
year although a longer period may be approved in unusual circumstances.
Multiple year contracts must include provisions for early termination and
must be contingent on available funding. Unless exempted as provided for
above, no contract for service shall extend, either by original contract or by
extension, beyond three years unless competitive bids have been sought or
a Request for Proposal has been processed.
During any competitive bidding procedure, all bids shall be opened publicly
and the dollar amount of each bid shall be read aloud. Under no
circumstance shall a bid which is received at the designated place of
opening after the closing time be opened or considered.
Contracts for goods or services shall not be effective until approved by the
Board of Supervisors or, if appropriate, the CAO/Purchasing Manager.
Contractors and vendors shall be advised by the responsible department
head that performance under the contract may not commence prior to such
approval.
Medical Professional Contracts
The competitive recruitment process, annual performance evaluation, and
periodic salary surveys are equivalent to competitive bids for independent
physicians contracting with the County on a fee for service basis.
A salary survey for physician services shall be conducted every two years.
Contracts for physician services shall not extend, either by original contract
or by extension, beyond five years unless competitive bids have been sought
or unless exempted as provided above.
Contracts for Legal Services
The competitive recruitment process, annual performance evaluation, and
periodic salary surveys are equivalent to competitive bids for independent
law firms and attorneys contracting with the County on a fee for service
basis.
A salary survey for legal services shall be conducted every two years.
The selection of and contracting with firms to provide legal services shall be
coordinated through the County Counsel's Office. The County Counsel shall
assist in securing a law firm with the requisite legal expertise and price
structure that would provide the best service to the County. County Counsel
shall be involved throughout the process of selecting a firm, developing a
contract, and monitoring the billing and services provided throughout the
contract period.
Prohibited Bids Concerning End Product of Consulting Contracts
No person, firm, or subsidiary thereof who has been awarded a consulting
services contract by the County, shall be awarded a contract for the
provision of services, procurement of goods or supplies, or any other related
action which is required, suggested, or otherwise deemed appropriate in the
end product of the consulting services contract. This policy may be waived
by the Board of Supervisors on a four-fifths (4/5) vote finding that such
waiver is in the best interests of the County.
Management Responsibility: The County Administrative Officer is
responsible for preparing and issuing written procedures to assure
compliance with this policy by all County officials and departments.
ADMINISTRATIVE POLICY NUMBER 71
Prohibiting the Use of Public Funds for Political Advocacy
Fresno County Administrative Policy No. 71 provides that no County
assets, including money, shall be used for political campaigns of any type.
Political campaigns are defined as political advocacy for or opposition to a
matter or person that has qualified for the ballot. No contract entered into by
the County shall provide for use of County monies for political campaigns.
Policy Statement: Government assets, including money, grant funds, paid
staff time, equipment and supplies, facilities or any other government asset
shall not be used for political campaigns of any type. Political campaigns are
defined as political advocacy for or opposition to a matter or person that has
qualified for the ballot.
Management Responsibility: Department Heads shall be held responsible
for ensuring that government assets within their control are not used to
advocate for or against any matter or person that has qualified for the ballot.
This section does not prohibit the expenditure of government assets to
create and provide informational or educational materials regarding a matter
that has qualified for the ballot. Such information or educational materials
shall provide a fair, accurate and impartial presentation of relevant
information relating to the matter that has qualified for the ballot. However,
government assets shall not be expended to create and provide such
informational or educational materials in the 90 days prior to the election
unless specifically authorized by the Board of Supervisors or required by the
Public Records Act or other law.
Exhibit A
Quotation No. 17-043 Page 2
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
TABLE OF CONTENTS
PAGE
KEY DATES .................................................................................................................... 3
OVERVIEW ..................................................................................................................... 4
SCOPE OF WORK ......................................................................................................... 4
BIDDING INSTRUCTIONS ............................................................................................. 6
PARTICIPATION ........................................................................................................... 12
REFERENCE LIST ........................................................................................................ 13
QUOTATION SCHEDULE ............................................................................................ 18
EXHIBIT A ..................................................................................................................... 19
CHECK LIST ................................................................................................................. 20
Exhibit A
Quotation No. 17-043 Page 3
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
KEY DATES
RFQ Issue Date: December 21, 2016
Deadline for Written Requests for
Interpretations or Corrections of RFQ:
January 6, 2017 at 10:00 A.M.
Questions must be submitted on the Bid Page at
the Public Purchase website.
RFQ Closing Date: January 17, 2017 at 2:00 P.M.
County of Fresno Purchasing
4525 E. Hamilton Avenue, 2nd Floor
Fresno, CA 93702
Exhibit A
Quotation No. 17-043 Page 4
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
OVERVIEW
The County of Fresno on behalf of the Internal Services Department, through its Graphic Communications
Division is requesting quotations from qualified vendors to perform insert, presort and mailing services.
The Graphic Communications Division is responsible for providing print, mail, and messenger services for
multiple County departments.
This Request for Quotation (RFQ) covers the preparing for mail, and mailing of various documents for the
County. Some County departments require time sensitive and/or large volume material to be delivered to
clients on a weekly, bi-weekly, monthly, quarterly, and/or annual cycle.
All proposals submitted in response to this solicitation must conform to all of the requirements and
specifications outlined within this document and any designated attachments in its entirety.
It is the County’s intent to contract with the successful bidder for a term of three years, with the option to
renew for up to two additional one year periods, based on mutual written consent.
SCOPE OF WORK
The County includes multiple departments that rely on the Graphic Communications Division to print, sort,
package, and meter various documents. Some departments require large volumes of time sensitive
documents to be delivered to clients on a weekly, bi-weekly, monthly, quarterly, and/or annual basis.
During the County’s previous fiscal year, beginning July 1, 2015, an average of 95,253 pieces of presorted
mail per month and approximately 16,500 non-presorted flats per month were processed and distributed.
The selected vendor will work directly with the Graphic Communications Division personnel and should have
a local presence to provide requested services. In addition to the County’s regular service requests, the
vendor must be able to provide “rush” services when specified.
The vendor will provide services to the Graphic Communications Division located at 844 Van Ness Avenue,
Fresno, CA. 93721.
Vendor will have three designated pick up times at 10:00 a.m., 2:00 p.m., and no later than 3:45 p.m., five
days a week. Mail will be picked up, processed, and delivered to the U.S. Postal Service for inclusion in last
mail delivery for that day or the next business day. It is preferred mail be postmarked and mailed out the
same business day, however all mail must be mailed out no later than the next business day.
Vendor will supply “pick-up” slips for use by Graphic Communications personnel to be picked up with mail by
vendor at the time of each service. The form will be filled out by County staff and indicate the number of tubs
and/or trays for pick up. At the end-of-day pick up, the form will also indicate the mail totals for same day and
next day deposit into the U.S. Postal Service.
In addition to regular mail, vendor will pick-up, meter, and deposit 9x12 flats, weighing 12.8 ounces or less to
a United States Postal Service facility. All 9x12 flats weighing more than 12.8 ounces will be returned by
vendor to Graphic Communications Division location no later than the next business day.
Every Monday, the vendor will provide the County with an itemized count of mail pieces picked up for the
previous week. If a County holiday lands on a Monday, the vendor will submit an itemized count of mail
pieces on Tuesday.
Selected vendor will pick-up all non-presorted First Class mail no later than 3:45 p.m. to be deposited at a
United States Postal Service Facility. Then vendor will presort by zip code all first class mail according to
United States Postal Service regulations and deposit that presorted mail with the County mail that is not
eligible for presort, at a United States Postal Service facility.
Vendor must be able to prepare finished product for mailing, including but not limited to envelope stuffing,
applying postage, and presorting to garner the best possible discounts on postage rate.
All items must be mailed in compliance with appropriate State and Federal statutes.
The data contained on mail documents, including paper or digital lists that the vendor receives, handles and
Exhibit A
Quotation No. 17-043 Page 5
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
distributes shall be considered confidential and shall not be shared by vendor, its officers, agents, employees
or any other party or person not directly employed by the County.
According to various statutory and policy requirements adhered to by the County, some mailing of forms are
time sensitive, require critical mail dates, and must be mailed out by the date specified on the mail slips. Due
to the volume of pieces distributed monthly by the County, it is imperative the qualified bidder have
contingency procedures for unexpected operating delays. Failure to notify the County can result in termination
of contract and other remedies.
Vendor will have procedures in place to notify the County of any operating disruptions that may affect critical
deadlines.
The qualified vendor must have an organization and management structure adequate and appropriate for
overseeing and supporting the required services. The qualified vendor must have demonstrated experience
in providing the services requested in the RFQ.
All bidders should be prepared to provide a tour of operating facilities to the County prior to award notice, if
requested.
All quotations submitted in response to this solicitation must conform to all of the requirements and
specifications outlined within this RFQ and any designated attachments in its entirety.
Bidders are instructed to indicate their compliance or non-compliance with the specifications for the services
covered under the Request for Quotation.
Exhibit A
Quotation No. 17-043 Page 6
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
BIDDING INSTRUCTIONS
The County of Fresno is soliciting bids to establish an agreement under which the successful bidder will
provide, insert, presort and mailing services.
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).
ISSUING AGENT: This RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the
vendor’s sole point of contact with regard to the RFQ, its content, and all issues concerning it.
INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications
and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services
required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or
has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from
Purchasing by January 5, 2017, 10:00 a.m., cut-off.
Questions must be submitted on the Bid Page at Public Purchase or contact Louann Jones at (559) 600-
7118.
NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date.
Any change in the Request for Quotation will be made by written addendum issued by the County. The
County will not be responsible for any other explanations or interpretations.
AWARD: Award will be made to the vendor(s) offering the services, products, prices, delivery, equipment
and system deemed to be to the best advantage of the County. The County shall be the sole judge in making
such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall
occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by
Fresno County Purchasing.
RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities
or irregularities in bids.
AUTHORIZED CONTACT: All communication regarding this RFQ shall be directed to an authorized
representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page,
along with his or her telephone number, and he or she should be the primary point of contact for discussions
or information pertaining to the RFQ. Contact with any other County representative, including elected
officials, for the purpose of discussing this RFQ, it content, or any other issue concerning it, is prohibited
unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact
(verbally or in writing) with such other County representatives, may constitute grounds for rejection by
Purchasing of the vendor’s quotation.
The above stated restriction on vendor contact with County representatives shall apply until the County has
awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a
vendor initiates a formal protest against the RFQ, such vendor may contact the appropriate individual, or
individuals who are managing that protest as outlined in the County’s established protest procedures. All
such contact must be in accordance with the sequence set forth under the protest procedures. Second, in
the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval
of a purchase order or contract, any vendor may address the Board.
CODES AND REGULATIONS: All work and material to conform to all applicable state and local building and
other codes and regulations.
Exhibit A
Quotation No. 17-043 Page 7
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
NUMBER OF COPIES: Submit one (1) original and one (1) copy of your quotation no later than the
quotation closing date and time as stated on the front of this document to County of Fresno Purchasing.
Each copy to be identical to the original, include all supporting documentation (e.g. literature, brochures,
reports, schedules etc.). The cover page of each quotation is to be appropriately marked “Original” or “Copy”.
FIRM QUOTATION: All quotations shall remain firm for at least 180 days.
TAXES: The quoted amount must include all applicable taxes. If taxes are not specifically identified in the
quotation it will be assumed that they are included in the total quoted.
SALES TAX: Fresno County pays California State Sales Tax in the amount of 8.225% regardless of vendor's
place of doing business.
TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes
direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless
otherwise specified herein.
SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing quality and style.
Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully
describes items that you are bidding.
No exceptions to or deviations from this specification will be considered unless each exception or deviation is
specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown, the
bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with
this specification is the responsibility of the bidder.
LITERATURE: Bidders shall submit literature, which fully describes items on which they are bidding, not later
than the closing date of this bid. Any and all literature submitted must be stamped with bidders name and
address.
GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and
workmanship and guarantee against breakage and other malfunctions when performing work for which they
are designed.
PACKAGING: Each item listed in the bid gives as part of its description the minimum packaging size that the
County would order. The County feels it more reasonable to order the successful bidder's standard "carton"
sizes; therefore, each bidder is asked to fill in the information for each item. Normally the circumstances
resort to minimum package size orders. Be sure to fill in your "standard" carton size on the quotation
schedule if different from stated.
Quote separate prices on each individual item in County unit of measure (i.e., EA, DZ, PG, not your standard
carton price).
SAMPLES: On request, samples of the products on which you are bidding shall be made available to the
County. County will designate where samples are to be delivered.
Successful bidder's samples may be retained for checking against delivery, in which case allowance will be
made to vendor.
VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist
County departments in determining their product requirements.
MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed
terms, conditions and requirements with the selected vendor.
QUOTATION REJECTION: Failure to respond to all questions or not to supply the requested information
could result in rejection of your quotation.
BIDDERS’ LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in
responding to the RFQ.
Exhibit A
Quotation No. 17-043 Page 8
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
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 a maximum for the contract period, and in the event of a price
decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B.
destination.
CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business
practices and safeguard confidential data which vendor staff may have access to in the course of system
implementation.
NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third
party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno.
BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each
proposer/bidder which may include collection of appropriate criminal history information, contractual and
business associations and practices, employment histories and reputation in the business community. By
submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make
available to the County such books and records the County deems necessary to conduct the inquiry.
EXCEPTIONS: Identify with explanation, any terms, conditions, specifications or stipulations of the RFQ with
which you CAN NOT or WILL NOT comply.
ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided
to all agencies and organizations that receive the basic RFQ.
SUBCONTRACTORS: If a subcontractor is proposed, complete identification of the subcontractor and his
tasks shall be provided. The primary contractor is not relieved of any responsibility by virtue of using a
subcontractor.
CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation
submitted by the persons or entities specified below, unless the Board of Supervisors finds that special
circumstances exist which justify the approval of such contract:
1. Employees of the County or public agencies for which the Board of Supervisors is the governing
body.
2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers,
principals, partners or major shareholders.
3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of
Subsection (1), and who were employees in positions of substantial responsibility in the area of
service to be performed by the contract, or participated in any way in developing the contract or its
service specifications.
4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve
as officers, principals, partners or major shareholders.
5. No County employee whose position in the County enables him to influence the selection of a
contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such
employee, shall be employees in any capacity by a bidder, or have any other direct or indirect
financial interest in the selection of a contractor.
INVOICING: All invoices are to be delivered in duplicate to the Graphic Communication Division. Each
invoice shall reference the purchase order or contract number. The contractor shall obtain the “invoice to”
address when receiving the order.
Exhibit A
Quotation No. 17-043 Page 9
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
PAYMENT: Upon satisfactory completion of work, specified herein and approval by the County, payment will
be made in full. Terms of payment will be net forty-five (45) days. County will consider the Bidder’s Cash
discount offer, as previously stated under the General Terms and Conditions in lieu of the net forty-five (45)
days payment terms.
CONTRACT TERM: It is County’s intent to contract with the successful bidder for a term of three (3)
years.
RENEWAL: Agreement may be renewed for a potential of two (2) one (1) year periods, based on the mutual
written consent of all parties.
QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no
minimum amount. The County reserves the right to increase or decrease quantities.
ORDERING: Orders will be placed as required by County of Fresno Graphic Communications Division.
TERMINATION: The County reserves the right to terminate any resulting contract upon written notice.
INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by
Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR,
including any and all of Contractor’s officers, agents, and employees will at all times be acting and performing
as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant,
employee, joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to
control or supervise or direct the manner or method by which Contractor shall perform its work and function.
However, County shall retain the right to administer this Agreement so as to verify that Contractor is
performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall
comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities
having jurisdiction over matters the subject thereof.
Because of its status as an independent contractor, Contractor shall have absolutely no right to employment
rights and benefits available to County employees. Contractor shall be solely liable and responsible for
providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall
be solely responsible and save County harmless from all matters relating to payment of Contractor's
employees, including compliance with Social Security, withholding, and all other regulations governing such
matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to
others unrelated to the County or to the Agreement.
SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a
for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to
operate as a corporation, members of the Contractor’s Board of Directors shall disclose any self-dealing
transactions that they are a party to while Contractor is providing goods or performing services under the
agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a
party and in which one or more of its directors has a material financial interest. Members of the Board of
Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a
Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to
commencing with the self-dealing transaction or immediately thereafter.
HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request,
defend the County, its officers, agents and employees, from any and all costs and expenses, damages,
liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to
perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs
and expenses, damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation
who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents
or employees under this Agreement.
MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid
will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the
items, which the bidder proposes to furnish, together with full descriptive literature on all items so
Exhibit A
Quotation No. 17-043 Page 10
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of
functioning and structural characteristics for those details which differ from the specifications listed herein.
EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined
the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of
all problems affecting it. No variations or allowance from the contract sum will be made because of lack of
such examination.
DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc., by the
contractor in the performance of his work shall be replaced or repaired and restored to original condition by
the contractor.
COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the work with the
County so that any interruption to the normal business operations be kept to a minimum.
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.
INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any
third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following
insurance policies or a program of self-insurance, including but not limited to, an insurance pooling
arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement:
A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than One
Million Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000).
This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages
including completed operations, products liability, contractual liability, Explosion-Collapse-Underground,
fire legal liability or any other liability insurance deemed necessary because of the nature of this contract.
B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits for bodily injury of not less
than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars
($500,000.00) per accident and for property damages of not less than Fifty Thousand Dollars
($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars
($500,000.00). Coverage should include owned and non-owned vehicles used in connection with this
Agreement.
C. Professional Liability: If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N.,
L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One
Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate.
D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the
California Labor Code.
CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the County
of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only
insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall
apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers,
agents and employees shall be excess only and not contributing with insurance provided under
CONTRACTOR's policies herein. This insurance shall not be cancelled or changed without a minimum of
thirty (30) days advance written notice given to COUNTY.
Within thirty (30) days from the date CONTRACTOR executes this Agreement, CONTRACTOR shall provide
certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein,
to the County of Fresno, ISD, ATTN: Graphic Communication Division, 333 W. Pontiac Way, Clovis,
CA 93612, 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
Exhibit A
Quotation No. 17-043 Page 11
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees, shall be excess
only and not contributing with insurance provided under CONTRACTOR's policies herein; and that this
insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice
given to COUNTY.
In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided, the
COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement upon the
occurrence of such event.
All policies shall be with admitted insurers licensed to do business in the State of California. Insurance
purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or
better.
EPAYMENT OPTION: The County of Fresno provides an Epay Program which involves payment of invoices
by a secure Visa account number assigned to the supplier after award of contract. Notification of payments
and required invoice information are issued to the supplier's designated Accounts Receivable contact by e-
mail remittance advice at time of payment. To learn more about the benefits of an Epay Program, how it
works, and obtain answers to frequently asked questions, click or copy and paste the following URL into your
browser: www.bankofamerica.com/epayablesvendors or call Fresno County Accounts Payable, 559-600-
3609.
DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any
claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the
Eastern District of California in Fresno, CA or in a state court for Fresno County.
DEFAULT: In case of default by the selected bidder, the County may procure the services from another
source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by
any other legal means available to the County.
ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or
portions of payments without prior written consent of the County of Fresno.
ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil
Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and
all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for
discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The
contractor must also guarantee that services, or workmanship, provided will be performed in compliance with
all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the
nature required under this RFQ. In addition, the contractor may be required to provide evidence
substantiating that their employees have the necessary skills and training to perform the required services or
work.
AUDITS AND RETENTION: The Contractor shall maintain in good and legible condition all books,
documents, papers, data files and other records related to its performance under this contract. Such records
shall be complete and available to Fresno County, the State of California, the federal government or their duly
authorized representatives for the purpose of audit, examination, or copying during the term of the contract
and for a period of at least three years following the County's final payment under the contract or until
conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained
in the manner described above until all pending matters are closed.
Exhibit A
Quotation No. 17-043 Page 12
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
BIDDER TO COMPLETE THE FOLLOWING:
PARTICIPATION
The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno,
Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties.
Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by
one of the other agencies.
Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment
directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all
the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would
extend the same terms and conditions to all tax supported agencies within this group as you are proposing to
extend to Fresno County.
Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley
Purchasing Group and other tax supported agencies.
No, we will not extend contract terms to any agency other than the County of Fresno.
(Authorized Signature in Blue Ink)
Title
Exhibit A
Quotation No. 17-043 Page 13
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION.
Firm:
REFERENCE LIST
Provide a list of at least five (5) customers for whom you have recently provided similar
products/services. Be sure to include all requested information.
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ.
Exhibit A
Quotation No. 17-043 Page 14
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
BIDDER TO COMPLETE THE FOLLOWING:
COMPLY/
NOT COMPLY
Vendor Requirements
1. Provide pick up service and mail 7:00 a.m. to 4:00 p.m., Monday through Friday,
excluding County holidays. (See page 1D for schedule of Fresno County holidays.)
2. Vendor pick up at three designated pick up times: 10:00 a.m., 2:00 p.m., and no
later than 3:45 p.m. daily, Monday through Friday.
3. Vendor will supply “pick up” slips to County to be picked up with mail by vendor at
the time of each pick up. The form will also indicate the mail totals for same day
and next day deposit into the U.S. Postal Service.
4. Vendor will supply the County with mail tubs and trays.
5. Mail will be picked up, processed and delivered to the U.S. Postal Service for
inclusion in last mail delivery for that day or the next business day.
6. Mail will be postmarked and mailed out the same business day; however, all mail
must be mailed out no later than the next business day.
7. Vendor will pick up, meter and deposit 9 X12 flats, weighing 12.8 ounces or less, at
a United States Postal Service facility.
8. All 9 X 12 flats weighing more than 12.8 ounces will be returned to Graphic
Communication Division no later than the next business day.
9. Vendor will pick up and deposit 9 X 12 flats weighting 12.9 ounces or more at a
United States Postal Service Facility.
The County will be responsible for the metering of 9 X 12 flats weighing 12.9
ounces or more.
10. Each Monday, the vendor will provide the County with an itemized count of mail
pieces picked up for the previous week.
11. If a County holiday lands on a Monday, the vendor will submit an itemized count of
mail pieces on the Tuesday of that same week.
12. Vendor will pick up all non-presorted First Class Mail no later than 3:45 p.m. to be
deposited at a United States Postal Service Facility.
13. Mailing of some forms is time sensitive and require critical mail dates. Same day
mail must be mailed out same day. Next day mail must be mailed out by next day.
14. Vendor will presort by zip code all First Class Mail according to United States
Postal Service regulations and deposit that mail which has been presorted,
together with that County mail which is not eligible for presort, at a United States
Postal Service facility.
15. Vendor must prepare finished product for mailing, including but not limited to
envelope stuffing, applying postage, and presorting to garner the best possible
discounts on postage rate.
Exhibit A
Quotation No. 17-043 Page 15
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
COMPLY/
NOT COMPLY
16. Vendor will provide an itemized invoice and delivery form of all associated charges
as detailed in Exhibit A.
17. All forms must be mailed in compliance with appropriate State and Federal
statutes.
18. Mailing services will be completed and mail postmarked as requested.
19. Vendor will apply appropriate sales tax charged for service/products, or the vendor
will assume responsibility for uncharged tax liability.
20. Vendor will maintain separate invoicing information according to department
specification as specified by Graphic Communications Division.
21. Vendor must be able to receive and work with common database files such as
Excel.
22. Vendor will provide Graphic Communications Division with report detailing their
service and fulfillment annually, as requested.
23. Vendor will strive for 99.99% of annual total volume of pieces mailed.
Confidentiality Requirements
24. Vendor shall consider the data contained on and contained within mail documents,
including paper or digital lists, confidential and it shall not be shared by vendor, its
officers, agents, employees or any other party or person not directly employed by
the County.
25. The vendor will be required to employ all reasonable practices to ensure the data
contained on and within all mail documents in vendor’s possession is protected
and secure from any unauthorized access, duplication, transmission or sale.
26. The county will seek civil and/or criminal remedies for the successful bidder’s
failure to adhere to these confidentiality requirements.
Damage
27. Vendor will insure County’s U.S. mail against loss or damage the entire time it is in
vendor’s possession.
Contingency Plans
28. Vendor will notify the County within 1 hour of any equipment failure, evaluations,
building closures, or operating disruptions that would result in the inability to meet
any deadlines.
29. Vendor will notify County within 1 hour of any disruption that may cause a delay to
any scheduled pick up time.
Company Information
30. Vendor has demonstrated experience and familiarity providing the services and
meeting the schedules associated with this RFQ.
Exhibit A
Quotation No. 17-043 Page 16
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
BIDDER TO COMPLETE THE FOLLOWING:
1. Name of Insurance Carrier:
a. Public Liability: Expires:
b. Automotive Insurance: Expires:
c. Worker's
Compensation:
Expires:
Proof of maintenance of adequate insurance will be required before award is made to vendor.
2. Provide description of any similar or related contracts under which vendor has provided services as
requested in this RFQ:
3. Provide description of company organization, including an organization chart, titles and qualifications of
key personnel associated with our account:
4. Provide description of current operations and ability to provide services specific to this RFQ:
Exhibit A
Quotation No. 17-043 Page 17
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
5. Provide description of production grade operating equipment. Include whether or not your organization
utilizes an address verification system such as CASS:
6. Provide description of software currently used to receive database files:
7. Specify what constitutes “rush charges” and the associated costs:
8. State minimum order quantities and charges for less than minimum order quantity (if not stated it will be
assumed there are none).
VENDOR MAILING ADDRESS:
COUNTY REQUIREMENTS: The County will have mail sealed and metered with the current discounted
postage rate, bearing the “presorted” imprint and dated with the County’s specified mailing day’s date, at time
of pick up. The proper postage and meter date will be affixed to all mail, with the exception of mail to be
metered by the vendor as described above. The County will be responsible for the metering of 9x12 flats
weighing 12.9 ounces or more.
County will have mail placed in a mail tray, with all letters upright facing the same direction. An item count via
a mail document slip will be provided to the vendor at time of final pick up for the day, no later than 3:45 p.m.
Exhibit A
Quotation No. 17-043 Page 18
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
QUOTATION SCHEDULE
Vendor must complete and submit pricing as designated on Quotation Schedule.
Vendor bid shall be all inclusive of all costs including materials, postage, taxes, and labor required to meet
the requirements of the RFQ.
SERVICE
Price per PSC
TOTAL
Price per 1st Class
TOTAL
Sorting $ $
Folding $ $
Machine Inserting (1 piece) $ $
Machine Inserting (2 pieces) $ $
Machine Inserting (3 pieces) $ $
Machine Inserting (4 pieces) $ $
Machine Inserting (5 pieces) $ $
Machine Inserting (6 pieces) $ $
Machine Labeling $ $
Pressure Sensitive Labeling $ $
Tabbing (1 tab) $ $
Tabbing (2 tabs) $ $
Metering $ $
Fold on Perf $ $
Inkjet letter size mailer, sort $ $
Ink Jet File Preparation $ $
Laser Printing, 2 sides, black ink
Finished Size 8-1/2x5-1/2
Mailing $ $
Laser Printing, 1 side, black ink
Finished Size 8-1/2x5-1/2
Mailing $ $
HAND LABOR RATE HOURLY
Folding $ $
Inserting $ $
Exhibit A
Quotation No. 17-043 Page 19
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
EXHIBIT A
INFORMATION TO BE INCLUDED ON DELIVERY FORM (ONE FORM PER MAILING)
Date
Customer Name -- County of Fresno
Customer phone number – COF contact person number
Purchase Order or Requisition number
Same Day / Next Day
FIRST CLASS MAIL
1 oz number of pieces
2 oz number of pieces
Other
Total
Tray count
BULK MAIL-STANDARD
Standard / Non Profit
Estimated Count
Other items:
Sample included yes/no
Tray count
Customer Name (Printed)
Vendor Pickup Name (Printed)
Lines for Notes - preferably 4 lines
INFORMATION TO BE INCLUDED ON INVOICE:
3 invoices per week:
1 for same day
1 for next day
1 for flats
Return mail count
Weekly invoices emailed to:
Chris Campise ccampise@co.fresno.ca.us AND
Melinda Couto mcouto@co.fresno.ca.us
Provide an example of your invoice with bid.
Exhibit A
Quotation No. 17-043 Page 20
G:\PUBLIC\RFQ\FY 2016-17\17-043 INSERT, PRESORT AND MAILING SERVICES\17-043 INSERT, PRESORT AND MAILING SERVICES.DOC
CHECK LIST
This check list is provided to assist the vendors in the preparation of their bid response. Included in this list,
are important requirements and is the responsibility of the bidder to submit with the bid package in order to
make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the
bid in its entirety.
Check off each of the following:
1. All signatures must be in blue ink.
2. The Request for Quotation (RFQ) has been signed and completed.
3. One (1) original and one (1) copy of the RFQ have been provided.
4. Addenda, if any, have been completed, signed and included in the bid package.
5. The completed Reference List as provided with this RFQ.
6. The Quotation Schedule as provided with this RFQ has been completed, price reviewed for
accuracy and any corrections initialed in ink.
7. Indicate all of bidder exceptions to the County’s requirements, conditions and specifications
as stated within this RFQ.
8. The Participation page as provided within this RFQ has been signed and included
9. Bidder to Complete pages as provided with this RFQ.
10. Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc. transmitting
your bid include the following information:
County of Fresno RFQ No. 17-043
Closing Date: January 17, 2017
Closing Time: 2:00 P.M.
Commodity or Service: Insert, Presort and Mailing Services
Return Checklist with your RFQ response.
Exhibit A
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit C
SELF-DEALING TRANSACTION DISCLOSURE FORM
In order to conduct business with the County of Fresno (hereinafter referred to as “County”), members
of a contractor’s board of directors (hereinafter referred to as “County Contractor”), must disclose any
self-dealing transactions that they are a party to while providing goods, performing services, or both
for the County. A self-dealing transaction is defined below:
“A self-dealing transaction means a transaction to which the corporation is a party and in which one or
more of its directors has a material financial interest”
The definition above will be utilized for purposes of completing this disclosure form.
INSTRUCTIONS
(1) Enter board member’s name, job title (if applicable), and date this disclosure is being made.
(2) Enter the board member’s company/agency name and address.
(3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the
County. At a minimum, include a description of the following:
a. The name of the agency/company with which the corporation has the transaction; and
b. The nature of the material financial interest in the Corporation’s transaction that the
board member has.
(4) Describe in detail why the self-dealing transaction is appropriate based on applicable
provisions of the Corporations Code.
(5) Form must be signed by the board member that is involved in the self-dealing transaction
described in Sections (3) and (4).
Exhibit C
(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: