HomeMy WebLinkAboutP-24-410 Marengo Industries dba CMA of Sacramento.pdf 1-0 County of Fresno
INTERNAL SERVICES DEPARTMENT
Facilities• Fleet• Graphics• Purchasing •Security•Technology
O� 1$5 O
ORES
PROCUREMENT AGREEMENT
Agreement Number P-24-410
August 5, 2024
Marengo Industries Inc., dba CMA of Sacramento
9269 Survey Road
Elk Grove, CA 95624
The County of Fresno (County) hereby contracts with Marengo Industries Inc., dba CMA of Sacramento
(Contractor)to provide Laundry Chemicals in accordance with the text of this agreement, Attachment"A",
County of Fresno Request for Quotation No: 24-071 and the attached contractors response to County of
Fresno Request for Quotation No: 24-071 by this reference made a part hereof.
TERM: This Agreement shall become effective August 1, 2024, and shall remain in effect through July 31,
2027.
EXTENSION: This Agreement may be extended for two (2) additional one (1)year periods by the mutual
written consent of all parties.
MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County
reserves the right to increase or decrease orders or quantities.
CONTRACTOR'S SERVICES: Contractor shall perform the services as described in Attachment"A"
attached, at the rates set forth in Attachment"A".
ORDERS: Orders will be placed on an as-needed basis by County of Fresno Sheriff's Office, Probation
Department and Internal Services Department— Facilities, under this contract.
PRICES: Prices shall be firm for the contract period.
MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of Two
Hundred Sixty-Five Thousand Dollars ($265,000.00).
ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as
deemed necessary. Such additions shall be made in writing and signed by both parties.
DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be
delivered complete as specified. All orders placed before Agreement expiration shall be honored under the
terms and conditions of this Agreement.
DEFAULT: In case of default by Contractor, the County may procure the articles/services from another
source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any
other legal means available to the County. The prices paid by County shall be considered the prevailing
market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not
meet specifications, will be at the expense of Contractor.
333 W. Pontiac Way,Clovis,CA 93612/(559)600-7110
*The County of Fresno is an Equal Employment Opportunity Employer
PROCUREMENT AGREEMENT NUMBER: P-24-410 Page 2
Marengo Industries Inc., dba CMA of Sacramento
August 5, 2024
INVOICING: An itemized invoice shall be sent to requesting County department in accordance with invoicing
instructions included in each order referencing this Agreement. The Agreement number must appear on all
shipping documents and invoices. Invoice terms shall be Net 45 Days.
INVOICE TERMS: Net forty-five (45) days from the receipt of invoice.
TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30)days written
notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory
services or supplies provided to the date of termination.
LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they
be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel
engaged in service covered by this Agreement.
AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased
goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible
condition all books, documents, papers, data files and other records related to its performance under this
contract. Such records shall be complete and available to Fresno County, the State of California, the federal
government or their duly authorized representatives for the purpose of audit, examination, or copying during
the term of the contract and for a period of at least three years following the County's final payment under the
contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records
must be retained in the manner described above until all pending matters are closed.
LIABILITY: The Contractor agrees to:
Pay all claims for damage to property in any manner arising from Contractor's operations under this
Agreement.
Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and
employees from any and all claims for damage or other liability, including costs, expenses (including
attorney's fees and costs), causes of action, claims or judgments resulting out of or in any way connected
with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this
Agreement, and from any and all costs and expenses (including attorney's fees and costs), damages,
liabilities, claims, and losses occurring or resulting to any person, firm or corporation who may be injured or
damaged by the performance, or failure to perform, of Contractor, its officers, agents, or employees under
this Agreement.
INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any
third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following
insurance policies or a program of self-insurance, including but not limited to, an insurance pooling
arrangement or Joint Powers Agreement(JPA)throughout the term of the Agreement:
A. Commercial General Liability: Commercial general liability insurance with limits of not less than Two
Million Dollars ($2,000,000) 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. Professional Liability: Professional liability insurance with limits of not less than One Million Dollars
($1,000,000) per occurrence and an annual aggregate of Three Million Dollars ($3,000,000). If this is a
claims-made policy, then (1)the retroactive date must be prior to the date on which services began
P-24-410 Marengo Industries dba CMA of Sacramento.docx
PROCUREMENT AGREEMENT NUMBER: P-24-410 Page 3
Marengo Industries Inc., dba CMA of Sacramento
August 5, 2024
under this Agreement; (2)the Contractor shall maintain the policy and provide to the County annual
evidence of insurance for not less than five years after completion of services under this Agreement; and
(3) if the policy is canceled or not renewed, and not replaced with another claims-made policy with a
retroactive date prior to the date on which services begin under this Agreement, then the Contractor shall
purchase extended reporting coverage on its claims-made policy for a minimum of five years after
completion of services under this Agreement.
D. Worker's Compensation: Workers compensation insurance as required by the laws of the State of
California with statutory limits.
Additional Requirements Relatinq to Insurance:
Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of
Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only
insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall
apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers,
agents and employees shall be excess only and not contributing with insurance provided under Contractor's
policies herein. This insurance shall not be cancelled or changed without a minimum of thirty(30) days
advance written notice given to County.
Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts
paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely
responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of
subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not
Contractor obtains such an endorsement.
Within Thirty(30)days from the date Contractor signs and executes this Agreement, Contractor shall provide
certificates of insurance and endorsement as stated above for all of the foregoing policies, as required
herein, to the County of Fresno, Sheriff's Business Office, 2200 Fresno Street, Fresno, CA 93721,
stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its
officers, agents and employees will not be responsible for any premiums on the policies; that such
Commercial General Liability insurance names the County of Fresno, its officers, agents and employees,
individually and collectively, as additional insured, but only insofar as the operations under this Agreement
are concerned; that such coverage for additional insured shall apply as primary insurance and any other
insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only
and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall
not be cancelled or changed without a minimum of thirty (30)days advance, written notice given to County.
Certificates of Insurance are to include the contract number at the top of the first page.
In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County
may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of
such event.
All policies shall be with admitted insurers licensed to do business in the State of California. Insurance
purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or
better.
COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish
proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence.
INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor
under this Agreement, it is mutually understood and agreed that Contractor, including any and all of
Contractor's officers, agents, and employees will at all times be acting and performing as an independent
contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint
venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise
or direct the manner or method by which Contractor shall perform its work and function. However, County
shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations
in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable
P-24-410 Marengo Industries dba CMA of Sacramento.docx
PROCUREMENT AGREEMENT NUMBER: P-24-410 Page 4
Marengo Industries Inc., dba CMA of Sacramento
August 5, 2024
provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over
matters the subject thereof.
Because of its status as an independent contractor, Contractor shall have absolutely no right to employment
rights and benefits available to County employees. Contractor shall be solely liable and responsible for
providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor
shall be solely responsible and save County harmless from all matters relating to payment of Contractor's
employees, including compliance with Social Security, withholding, and all other regulations governing such
matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to
others unrelated to the County or to this Agreement.
NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or
duties under this Agreement without the written consent of the other party.
AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and the County
with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments,
writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature
whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set
forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both
parties.
INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this
Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1)the
text of this Agreement(excluding Attachment"A", County's Request for Quotation No. 24-071 and the
Contractor's Quote in response thereto); (2)Attachment"A"; (3)the County's Request for Quotation No. 24-
071 and (4)the Contractor's quotation made in response to County's Request for Quotation No. 24-071.
GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the
State of California. Venue for any action shall only be in County of Fresno.
ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic
signature as provided in this section.
A. An "electronic signature" means any symbol or process intended by an individual signing this Agreement
to represent their signature, including but not limited to (1) a digital signature; (2)a faxed version of an
original handwritten signature; or(3)an electronically scanned and transmitted (for example by PDF
document) of a handwritten signature.
B. Each electronic signature affixed or attached to this Agreement(1) is deemed equivalent to a valid
original handwritten signature of the person signing this Agreement for all purposes, including but not
limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and
effect as the valid original handwritten signature of that person.
C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in
the Uniform Electronic Transaction Act (Civil Code, Division 3, Part 2, Title 2.5, beginning with section
1633.1).
D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of
Government Code section 16.5, subdivision (a), paragraphs (1)through (5), and agrees that each other
party may rely upon that representation.
This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means
and either party may sign this Agreement with an original handwritten signature.
Please acknowledge your acceptance by returning all pages of this Agreement to my office via email or
USPS.
P-24-410 Marengo Industries dba CMA of Sacramento.docx
PROCUREMENT AGREEMENT NUMBER: P-24-410 Page 5
Marengo Industries Inc., dba CMA of Sacramento
August 5, 2024
Please refer any inquiries in this matter to Susan Walker, Purchasing Technician at 559-600-7111 or
suwalker@fresnocountyca.gov.
FOR THE COUNTY OF FRESNO
Digitally signed by Riley
Riley Blackburn Blackburn
Date:2024.08.07 12:31:22-07'00'
Riley Blackburn
Purchasing Manager
333 W. Pontiac Way
Clovis, CA 93612
RB:slw
P-24-410 Marengo Industries dba CMA of Sacramento.docx
PROCUREMENT AGREEMENT NUMBER: P-24-410 Page 6
Marengo Industries Inc., dba CMA of Sacramento
August 5,2024
CONTRACTOR TO COMPLETE:
Company: / +!evl f Q 1�dli 7''7 e.S� 2;�e NACv'dd
Type of Entity:
❑ Individual ❑ Limited Liability Company
❑ Sole Proprietorship ❑ Limited Liability Partnership
991 Corporation ❑ General Partnership
w v c f Zia . j 4&ae �`A f5 4�7
Address City State Zip
e�er C te-4me-vt,40
ELEPHONE NUMBER FAX NUMBER T E-MAIL ADDRESS
Print Name& n '/�' �J ' �
Title: /��Ail' vPrint Name&Title:
Signature: Signature:
ACCOUNTING USE ONLY
ORG No.: 31114000
Account No.: 7070
Requisition No.: 3111245424
(08/2022)
P-24-410 Marengo Industries dba CMA of Sacramento.docx
PROCUREMENT AGREEMENT NUMBER: P-24-410 Attachment "A" Page 1 of 1
Marengo Industries Inc., dba CMA of Sacramento
August 5, 2024
A TTACHMENT "A "
RFQ 24-071 Laundry Chemicals
Vendor: Merengo Industries Inc.dba CMA of Sacramento
Cost per Cost per Cost per Cost per
Description 2.5 Gallon
55 Gallon Drum 15 Gallon Drum Ounce
Returnable Jug
Breaks $ 660.00 $ 180.00 $ 0.093
Suds $ 825.00 $ 225.00 $ 0.117
Destainer bleach $ 418.00 $ 114.00 $ 0.059
Neutralizer $ 638.00 $ 174.00 $ 0.091
Softener $ 638.00 $ 174.00 $ 0.091
Deter ent 5000 $ 0.253 $ 81.00
Super Dry 5000 $ 0.275 $ 88.00
P-24-410 Marengo Industries dba CMA of Sacramento.docx
Contractor's Response to
County of Fresno
Request for Quotation
No. 24-071
P-24-410 Marengo Industries dba CMA of Sacramento.docx
COUNTY OF FRESNO
CoU��
0 18s6 0
REQUEST FOR QUOTATION
NUMBER: 24-071
LAUNDRY CHEMICALS
Issue Date: June 3, 2024
Closing Date: JURY 1, 2024 AT 10:00 AM
All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase.
For assistance, contact Jennifer Vargas 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.
Marengo Industries Inc., DBA: CMA OF SACRAMENTO
COMPANY
Peter Marengo
CONTACT PERSON
9269 Survey Rd
ADDRESS
Elk Grove CA 95624
CITY STATE ZIP CODE
(916)685-5435 pmarengo@cmasacramento.com
TE ONE NU BER E-MAIL ADDRESS
AOfHORIZED SIGNATURE
Peter Marengo VP
PRINT NAME TITLE
Purchasing Use:Xst ORG/Requisition:31114000/3111245424
24-071 Laundry Chemicals
Quotation No. 24-071 Page 2
TABLE OF CONTENTS
PAGE
KEYDATES .................................................................................................................... 3
OVERVIEW..................................................................................................................... 3
BIDINSTRUCTIONS ...................................................................................................... 5
GENERAL REQUIREMENTS & CONDITIONS............................................................... 6
INSURANCE REQUIREMENTS ................................................................................... 13
PARTICIPATION........................................................................................................... 15
PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS
BUSINESS ENTERPRISE ............................................................................................ 18
REFERENCE LIST........................................................................................................ 20
COMPLY / NOT COMPLY............................................................................................. 21
SCOPEOF WORK........................................................................................................ 22
QUOTATION SCHEDULE............................................................................................. 23
CHECKLIST ................................................................................................................. 24
EXHIBITS...................................................................................................................... 25
24-071 Laundry Chemicals
Quotation No. 24-071 Page 3
KEY DATES
RFQ Issue Date: June 3, 2024
Written Questions for RFQ Due: June 12, 2024 at 10:00 AM
Questions must be submitted on the Bid Page at Public Purchase.
RFQ Closing Date: July 1, 2024 at 10:00 AM
Quotations must be electronically submitted on the Bid Page.
OVERVIEW
The County of Fresno is soliciting bids for Laundry Chemicals that are used by the Sheriff's Office at the
South and West Annex Jail, by the Probation Department at the Juvenile Justice Campus (JJC) and by
Facilities. The Laundry Chemicals must be effective in Hot and Cold Water Temperatures. The laundry
chemicals are to be delivered in 15 or 55 gallon drums.
The awarded bidder shall provide, install, maintain and service all liquid chemical dispensers; that shall be
completely automated and compatible with the equipment used in each facility. Regular scheduled service
shall be required every four(4)weeks. Any requests for emergency service shall be responded to within
twenty-four hours of the request. In the event that the County adds new machines, the awarded bidder shall
provide and install dispensing equipment at no additional charge. The awarded bidder may provide additional
equipment to the system; such as a computer for control. Any additional equipment shall be detailed in the
bidder's proposal and shall be provided at no additional cost to the County. Due to these being detention
facilities, safety and security is a major concern and shall be treated as a high priority. The contractor may at
any time during the contract term be required to take measures to enhance safety and security.
Sheriff's Office -The South Annex Jail
This facility houses a total of six (6)washers. There are four(4) Unimac High Speed Washers (two (2)
UW80PV's and two (2) UV85PV's) and two (2) Electrolux W5350X's)that wash approximately 30—35 loads
daily. The washers currently utilize a system that dispenses five (5) concentrated liquid chemicals;
laundry break, suds, destainer(bleach), softener and neutralizer. These chemicals are automatically
pumped when the washer sends a signal to the dispenser. The dispensers then pump the chemicals into a
multi-backflow-valved manifold. Water then flushes the chemicals out of the manifolds and into a single line
delivery system to the washers.
Sheriff's Office-The West Annex
This facility houses 8 Unimac UWT085 High Speed Washers that wash approximately 25-30 loads daily. The
washers currently utilize a system that dispenses five (5) concentrated liquid chemicals; laundry break,
suds, destainer(bleach), softener and neutralizer. These chemicals are automatically pumped when the
washer sends a signal to the dispenser. The dispensers then pump the chemicals into a multi-backflow-
valved manifold. Water then flushes the chemicals out of the manifolds and into a single line delivery system
to the washers.
Probation Dept. -Juvenile Justice Campus
The Juvenile Justice Campus (JJC) has four(4) Minor Commercial Washers (Model#36026X85)that wash
approximately 15—22 loads a day, seven days a week. The dispensing system dispenses five (5)
concentrated liquid chemicals; laundry break, suds, destainer(bleach), softener and neutralizer. When a
programmed signal is sent to the dispensing system, the system pumps the chemicals to an intake system at
the rear of the machine, where a steam injection system completes the chemical mix to the machine. The
JJC currently does not allow inmates to work in the laundry area. However, the Probation Department may
alter that policy in the future.
24-071 Laundry Chemicals
Quotation No. 24-071 Page 4
Internal Services Department— Facilities
Location of service: ISD Facility Services 4590 E Kings Canyon Road, CA 93702.
24-071 Laundry Chemicals
Quotation No. 24-071 Page 5
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 their
telephone number, and they 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
CountyPurchasinq(a)fresnocountyca.gov. Appeals should address only areas regarding RFQ
contradictions, procurement errors, proposal rating discrepancies, legality of procurement context,
conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ
process.
Purchasing will provide a written response to the complainant within seven (7)working days unless
the complainant is notified more time is required. If the appealing bidder is not satisfied with the
decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office
within seven (7)working days after Purchasing's notification; if the appealing bidder is not satisfied
with CAO's decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if
the appeal will be going to the Board of Supervisors.
24-071 Laundry Chemicals
Quotation No. 24-071 Page 6
GENERAL REQUIREMENTS & CONDITIONS
LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID
PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do
apply to this Request for Quotation.
DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer
to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is
identified on page one of this Request For Quotation (RFQ).
INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications
and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services
required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or
has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from
Purchasing by June 12, 2024 at 10:00 AM, cut-off.
Questions must be submitted on the Bid Page at Public Purchase or contact Jennifer Vargas at (559) 600-
7110.
NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date.
Any change in the Request for Quotation will be made by written addendum issued by the County. The
County will not be responsible for any other explanations or interpretations.
EXCEPTIONS: Please provide any exceptions to the general requirements and conditions taken by the
bidder. If exceptions are not noted, the County will assume that the bidder's quotation meets those
requirements.
AWARD: Award will be made to the vendor(s) offering the services, products, prices, delivery, equipment
and system deemed to be to the best advantage of the County. Past performance (County contracts within
the past seven years) and references may factor into awarding of a contract. The County shall be the sole
judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response
to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written
Purchase Order by Fresno County Purchasing.
RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive
informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested
information could result in rejection of your quotation.
CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and
special district building codes, laws, ordinances, and regulations.
SALES TAX: Fresno County pays California State Sales Tax regardless of 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.
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.
24-071 Laundry Chemicals
Quotation No. 24-071 Page 7
No exceptions to or deviations from this specification will be considered unless each exception or deviation is
specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown, the
bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with
this specification is the responsibility of the bidder.
LITERATURE: Bidders shall submit literature, which fully describes items on which they are bidding, not
later than the closing date of this bid. Any and all literature submitted must be stamped with bidders name
and address.
MERCHANDISE RETURNABLE FOR FULL CREDIT: Bidder agrees to accept for full credit any
merchandise sold by them on contract or award resulting from this bid, if returned in good condition by the
County.
GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and
workmanship and guarantee against breakage and other malfunctions when performing work for which they
are designed.
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. The County may require additional items from
those in bid schedule.
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 five-year contract period, and in the event of a price
decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B.
destination.
CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business
practices and safeguard confidential data which vendor staff may have access to in the course of system
implementation.
NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third
party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno.
BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each
proposer/bidder which may include collection of appropriate criminal history information, contractual and
business associations and practices, employment histories and reputation in the business community. By
submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make
available to the County such books and records the County deems necessary to conduct the inquiry.
ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided
to all agencies and organizations that receive the basic RFQ.
24-071 Laundry Chemicals
Quotation No. 24-071 Page 8
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 them 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.
QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no
minimum amount. The County reserves the right to increase or decrease quantities.
ORDERING: Orders will be placed as required by the various County Departments.
TERMINATION: The County reserves the right to terminate any resulting contract upon written notice.
INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by
Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR,
including any and all of Contractor's officers, agents, and employees will at all times be acting and
performing as an independent contractor, and shall act in an independent capacity and not as an officer,
agent, servant, employee,joint venturer, partner, or associate of the COUNTY. Furthermore, County shall
have no right to control or supervise or direct the manner or method by which Contractor shall perform its
work and function. However, County shall retain the right to administer this Agreement so as to verify that
Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and
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.
24-071 Laundry Chemicals
Quotation No. 24-071 Page 9
Because of its status as an independent contractor, Contractor shall have absolutely no right to employment
rights and benefits available to County employees. Contractor shall be solely liable and responsible for
providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor
shall be solely responsible and save County harmless from all matters relating to payment of Contractor's
employees, including compliance with Social Security, withholding, and all other regulations governing such
matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to
others unrelated to the County or to the Agreement.
SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation
(a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status
to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing
transactions that they are a party to while Contractor is providing goods or performing services under the
agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a
party and in which one or more of its directors has a material financial interest. Members of the Board of
Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a
Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to
commencing with the self-dealing transaction or immediately thereafter.
HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request,
defend the County, its officers, agents and employees, from any and all costs and expenses (including
attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to County in
connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under
this Agreement and from any and all costs and expenses (including attorney's fees and costs), damages,
liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or
damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under
this Agreement.
MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid
will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the
items, which the bidder proposes to furnish, together with full descriptive literature on all items so
enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of
functioning and structural characteristics for those details which differ from the specifications listed herein.
SAFETY DATA SHEETS: With the invoice or within twenty-five (25) days of delivery, the seller must
provide to the County a Safety Data Sheet for each product, which contains any substance on "The List of
800 Hazardous Substances", published by the State Director of Industrial Relations. (See Hazardous
Substances Information and Training Act, California State Labor Code Sections 6360 through 6399.7.)
RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with
documentation) recycled or recyclable products/materials which meet stated specifications.
EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined
the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of
all problems affecting it. No variations or allowance from the contract sum will be made because of lack of
such examination.
DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc., by the
contractor in the performance of their work shall be replaced or repaired and restored to original condition by
the contractor.
CLEAN UP: The Contractor shall at all times, keep the premises clean from accumulation of waste
materials or rubbish caused by their employees or work and shall remove all resulting work debris from the
job site.
WATER, POWER&TOILET FACILITIES: Successful bidder may use County owned water, power and
toilet facilities at job site (when existing) at no expense to the successful bidder. Successful bidder will be
required, however, to provide piping, fittings and other items as necessary to bring water and power from
existing service to job site.
24-071 Laundry Chemicals
Quotation No. 24-071 Page 10
COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the work with the
County so that any interruption to the normal business operations be kept to a minimum.
INSPECTION: All material and workmanship shall be subject to inspection, examination and test by the
County at any and all times during which manufacture and/or construction are carried on. The County shall
have the right to reject defective material and workmanship or require its correction.
SUPERVISION: The Contractor shall give efficient supervision to the work, using therein the skill and
diligence for which they are remunerated in the contract price. They 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 them 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.
COORDINATION AND COMPLETION: The successful bidder shall contact and meet with the County
Coordinator at the job site prior to commencement and completion of any work.
Successful bidder shall complete the job as instructed and described in writing by the contract, bid or
amendment. Any problem or questions that arise in the scope of work, the County must be contacted and
the appropriate written amendment generated.
NOTICE TO PROCEED: Following execution of the agreement by both parties (County and Contractor), the
County will issue a written Notice to Proceed for the project specified herein. The completion period as
defined below, shall commence upon the date that the Notice to Proceed is delivered to the Contractor.
GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period
of one (1)year. Such one (1)year period shall commence upon the date of final acceptance by County. The
guarantee shall include but in no way be limited to workmanship, equipment and materials.
DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California.
Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for
the Eastern District of California in Fresno, CA or in a state court for Fresno County.
DEFAULT: In case of default by the selected bidder, the County may procure the services from another
source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by
any other legal means available to the County.
Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and
materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release
vendor from any obligation hereunder
ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment
or portions of payments without prior written consent of the County of Fresno.
ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil
Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and
all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance
for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The
contractor must also guarantee that services, or workmanship, provided will be performed in compliance with
all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the
nature required under this RFQ. In addition, the contractor may be required to provide evidence
substantiating that their employees have the necessary skills and training to perform the required services or
work.
OBLIGATIONS OF CONTRACTOR: Contractor warrants on behalf of itself and all subcontractors
engaged for the performance of the ensuing contract that only persons authorized to work in the United
24-071 Laundry Chemicals
Quotation No. 24-071 Page 11
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.
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.
24-071 Laundry Chemicals
Quotation No. 24-071 Page 12
BIDDER TO COMPLETE:
GUARANTEED PICK UP AND/OR DELIVERY: Bidder will be considered in award of bid only if they can
guarantee. Enter guarantee on this line (i.e. number of days from receipt of order to delivery):
Delivery - 3 business days
WARRANTY AND SERVICE LOCATION:
State the warranty and/or guarantee provisions applicable to this equipment or attach warranty form with
your bid.
All dispenswers are supplied and maintained at no additional cost
State specific location, where service and/or maintenance can be obtained. Failure to furnish this
information will be cause for rejection of bid.
We have a distribution warehouse in Fresno and a Service Tech that lives in Clovis. Our main
production location is in Elk Grove we deliver to Fresno weekly.
ADDITIONAL ITEMS:
The County may require additional items from those in bid schedule.
Price list for additional items:
A [1 0] percent discount from manufacturer's enclosed price list will be allowed on purchases of all additional
items.
State name of price list, indicate applicable price column and give effective date of price list here:
CMA Price Sheet, effective 6/25/2024
Prices on additional items will be based on successful bidder's firm discount prices from manufacturer's
current published price list. Successful bidder will be required to file any new price list that may become
effective during the life of the contract with the County of Fresno Purchasing Manager within thirty (30) days
of its becoming effective.
State Purchase Order mailing address:
9269 Survey Rd. Elk Grove, CA 95624
MINIMUM ORDER: Bidder to state minimum order quantities and charges for less than minimum order
quantity (if not stated it will be assumed there are none).
no minimums
24-071 Laundry Chemicals
Quotation No. 24-071 Page 13
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) 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. Professional Liability: Professional liability insurance with limits of not less than One Million Dollars
($1,000,000) per occurrence and an annual aggregate of Three Million Dollars ($3,000,000). If this is a
claims-made policy, then (1) the retroactive date must be prior to the date on which services began
under this Agreement; (2) the Contractor shall maintain the policy and provide to the County annual
evidence of insurance for not less than five years after completion of services under this Agreement;
and (3) if the policy is canceled or not renewed, and not replaced with another claims-made policy with
a retroactive date prior to the date on which services begin under this Agreement, then the Contractor
shall purchase extended reporting coverage on its claims-made policy for a minimum of five years
after completion of services under this Agreement.
D. Worker's Compensation: Workers compensation insurance as required by the laws of the State of
California with statutory limits.
Additional Requirements Relatinq to Insurance:
Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of
Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only
insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall
apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers,
agents and employees shall be excess only and not contributing with insurance provided under Contractor's
policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days
advance written notice given to County.
Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts
paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely
responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of
subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not
Contractor obtains such an endorsement.
Within thirty (30)days from the date Contractor executes this Agreement, Contractor shall provide
certificates of insurance and endorsement as stated above for all of the foregoing policies, as required
herein, to the County of Fresno, Sheriff's Department via email at
sheriff.payables(a-)_fresnocountyca.gov, stating that such insurance coverage have been obtained and are
in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any
premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its
officers, agents and employees, individually and collectively, as additional insured, but only insofar as the
operations under this Agreement are concerned; that such coverage for additional insured shall apply as
primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and
employees, shall be excess only and not contributing with insurance provided under Contractor's policies
herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days
24-071 Laundry Chemicals
Quotation No. 24-071 Page 14
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.
24-071 Laundry Chemicals
X
Quotation No. 24-071 Page 15
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)
VP
Title
24-071 Laundry Chemicals
Quotation No. 24-071 Page 16
COUNTY OF FRESNO LOCAL VENDOR BID PREFERENCE
AND
DISABLED VETERAN BUSINESS ENTERPRISE BID
PREFERENCE
The Local Vendor and Disabled Veteran Business Enterprise Preferences apply to this RFQ.
Whenever the CAO purchases supplies, materials and/or equipment for the County through the use of
competitive bids, the CAO, in evaluating the price or bid for such supplies, materials and/or equipment shall
determine if each bidder is a Fresno County Local Vendor(FCLV) and/or a Disabled Veteran Business
Enterprise (DVBE). Bidders that are either an FCLV or a California State Certified DVBE may be granted a
preference when determining the award of a bid. FCLV and DVBE, for the purposes of this section, are
defined below.
A. Fresno County Local Vendor(FCLV)
1. The vendor has its headquarters, distribution point or locally-owned franchise located in or having a
street address within the County for at least six (6) months immediately prior to the issuance of the
request for competitive bids by the CAO; and
2. The vendor holds any required business license by a jurisdiction located in Fresno County; and
3. The vendor employs at least one (1)full-time or two (2) part-time employees whose primary
residence is located within Fresno County, or if the business has no employees, shall be at least
fifty percent (50%) owned by one or more persons whose primary residence(s) is located within
Fresno County.
B. Disabled Veteran Business Enterprise (DVBE)
A vendor must be certified by the State of California as a Disabled Veteran Business Enterprise (DVBE) as
of the close of the competitive bid process in which they are participating. State certification as a DVBE is
issued by the California Department of General Services.
Other Conditions
1. Any vendor claiming to be a FCLV as defined above, or a DVBE shall so certify in writing to the CAO.
The CAO shall not be required to verify the accuracy of any such certifications, and shall have sole
discretion to determine if a vendor meets the definition of a FCLV.
2. Any person or business falsely claiming to be a FCLV or DVBE under this section shall be ineligible to
transact any business with the County for a period of not less than three (3) months and not more
twenty-four(24) months as determined at the sole discretion of the CAO. The CAO shall also have the
right to terminate all or any part of any contract entered into with such person or business.
3. In the event that the CAO rejects a vendor's claim that they are a FCLV and/or a DVBE, and as such
declares them to be ineligible, such vendor shall be entitled to a public hearing before the Board of
Supervisors and a five (5) day notice of the time and place thereof.
4. This section shall not apply to contracts required by state or federal statutes or regulations to be awarded
to the lowest responsible bidder or otherwise exempted from local preference.
Preferences
FCLVs and DVBEs that submit a bid within five percent (5%)of the lowest responsive and responsible bid
will, under certain specified circumstances, qualify to submit a new bid within two County business days of
County's notification. Such new bids must be in an amount less than or equal to the lowest responsive and
responsible bid previously determined by the CAO. If the CAO receives new bids from qualifying FCLVs
and/or DVBEs, they shall award the contract to the FCLV or DVBE that submits the lowest responsive and
responsible bid. If no new bids are received, the contract shall be awarded to the original low bidder as
announced by the CAO. The lowest responsive and responsible bid shall be solely determined by the CAO.
24-071 Laundry Chemicals
Quotation No. 24-071 Page 17
The CAO will consider the following four categories of bidder relative to the Fresno County Local Vendor
Preference and the Disabled Veteran Business Enterprise Preference.
Vendor Preference Categories
1) FCLV—Fresno County Local Vendor as defined above.
2) DVBE— Disabled Veteran Business Enterprise as defined above; a DVBE is not also a FCLV unless
specifically designated as such.
3) FCLV& DVBE—A vendor that is both a Fresno County Local Vendor and Disabled Veteran
Business Enterprise as defined above.
4) VNP—Vendor No Preference; A vendor that is neither a Fresno County Local Vendor nor a Disabled
Veteran Business Enterprise.
The following table identifies the various combinations of vendor preference categories that could be
received in response to an RFQ. It also indicates when a vendor qualifies for a re-bid under either the FCLV
or DVBE Preference.
The first column of the table identifies the Vendor Preference Category of the bidder that the CAO has
determined to be the lowest cost, responsive and responsible bidder. Each vendor preference category is
shown in the columns to the right. The table indicates when a vendor category qualifies for a re-bid relative
to the low bid category in the first column (read left to right).
Low Bid Submitted by FCLV&DVBE FCLV DVBE VNP
Vendor Preference Category (Not a FCLV)
FCLV&DVBE No Re-bid No Re-bid No Re-bid No Re-bid
Award to Low BidNo Re-bid Opportunity Opportunity Opportunity Opportunity
May Re-bid May Re-bid May Re-bid
VNP No Re-bid
when within 5% when within 5% when within 5%
Award Subject to Preference Re-bid of low bid of low bid of low bid Opportunity
FCLV May Re-bid No Re-bid No Re-bid No Re-bid
Award Subject to Preference Re-bid when within 5% Opportunity Opportunity Opportunity
of low bid
DVBE May Re-bid May Re-bid No Re-bid No Re-bid
(Not a FCLV) when within 5% when within 5%
Award Subject to Preference Re-bid of low bid of low bid Opportunity Opportunity
Applying the Preferences
In determining the award of a Request for Quotation (RFQ), the CAO will first identify the lowest cost
responsive and responsible bidder, and award will be made to that vendor when such vendor is both a FCLV
and a DVBE.
If the lowest such bidder is not an FCLV, it will be determined if the Local Vendor Preference and/or the
DVBE Preference are applicable to other bidders. The preferences will then apply to bids submitted by
FCLVs and DVBEs that are within 5% of the designated low bid. The vendors submitting bids that are within
the 5% will be granted an opportunity to submit a new bid. It must be stressed that in the event of a tie
between a FCLV and a DVBE that is not a FCLV, the FCLV shall take precedence in award of the contract.
This condition is necessary to remain consistent with Fresno County Charter Section 12 (h), which
specifically calls for a preference to local vendors.
When the lowest responsive and responsible bidder is a FCLV, other bidders who are both FCLVs and
DVBEs will have the opportunity to re-bid.
When the lowest responsive and responsible bid is from a non-local DVBE, all FCLVs will be offered a re-bid
opportunity.
24-071 Laundry Chemicals
Quotation No. 24-071 Page 18
PREFERENCE CERTIFICATION
LOCAL VENDOR
AND/OR
DISABLED VETERANS BUSINESS ENTERPRISE
The Fresno County Local Vendor Preference (FCLV) and the Disabled Veteran Business Enterprise
Preference (DVBE) are applicable to this Request for Quotation as previously explained.
Qualified Vendors that desire consideration as a FCLV and/or a DVBE under this RFQ must complete the
"Statement of Local Vendor Certification" and/or the "Statement of DVBE Certification", each is included
below, and submit it/them as a part of their quotation. Late submittals of these certification forms will not be
considered. Submission of either or both certifications will qualify the vendor for treatment as a local vendor
or a DVBE for purposes of this RFQ only. The certification(s) made under this RFQ do not qualify the vendor
for a preference under any other RFQ.
NOTIFICATION OF RE-BID
If a vendor's bid qualifies under the Fresno County Local Vendor Preference or the DVBE Preference, the
vendor will be notified of his/her opportunity to re-bid. If so notified, the Vendor must submit his/her re-bid
within two County business days of notification.
Notification will be issued by e-mail or Fax, whichever is preferred by the vendor. Notification to Vendor shall
be considered complete upon County's transmission of e-mail or Fax. It will be the vendor's responsibility to
check his/her e-mail or Fax messages for notification. The vendor's delay in retrieval of his/her notification
will not alter the two (2) County business day period allowed for re-bid submission.
FCLV or DVBE TO COMPLETE:
Indicate ONE method for notification of re-bid opportunity by providing the appropriate e-mail address or Fax
number. Submit this document as a part of your quotation.
peter@cmasacramento.com, Peter Marengo
E-Mail Address or Fax Number(Identify contact person)
24-071 Laundry Chemicals
Quotation No. 24-071 Page 19
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
STATEMENT OF LOCAL VENDOR CERTIFICATION
COUNTY OF FRESNO
Qualified local vendors desiring consideration under the Fresno County Local Vendor Preference must complete the
following and submit with their quotation (print or type).
I Peter Marengo VP
(individual submitting bid) (title)
of/for CMA of Sacramento Certify that CMA of Sacramento
(Company Name) (Company Name)
Is a Fresno County local Vendor as defined within this RFQ and therefore qualifies for the Local Vendor Preference.
1/\�— VP 6/25/2024
Signature Title Date
Peter Marengo
(Print Name)
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
STATEMENT OF DISABLED VETERAN BUSINESS ENTERPRISE
CERTIFICATION
Qualified vendors desiring consideration under the Fresno County DVBE Preference must complete the following and
submit with their quotation (print or type).
I ,
(individual submitting bid) (title)
of/for Certify that
(*Company Name) (Company Name)
Is a Disabled Veteran Business Enterprise certified by the State of California and therefore qualifies for the DVBE
Preference.
State of California DVBE Certification Number:
Signature Title Date
(Print Name)
*Company name on file with the State of California DVBE program.
--------------------------------------------------------------------------------------------------------------------------------------------------------------------------
24-071 Laundry Chemicals
Quotation No. 24-071 Page 20
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: Fresno County Jail Contact: Drake Bell/Supervisor
Address: 1225 M St
City: Fresno State: CA Zip: 93721
Phone No.: ( 559 ) 600-8421 Date: current
Service Provided: Laundry and Dietary Chemicals
Reference Name: Rio Cosumnes Correctional Center Contact: Sharon Gomez
Address: 12500 Bruceville Rd
City: Elk Grove State: CA Zip: 95757
Phone No.: ( 916 ) 874-1985 Date: current
Service Provided: Laundry and Dietary Chemicals
Reference Name: Sacramento County Main Jail Contact: Jeremy Kastl
Address: 651 1 St
City: Sacramento State: CA Zip: 95814
Phone No.: ( 916 ) 874-5320 Date: current
Service Provided: Laundry and Dietary Chemicals
Reference Name: Merced County Jail Contact: J L
Address: 2584 W Sandy Mush Rd
City: Merced State: CA Zip: 95317
Phone No.: ( 209 ) 564-0211 Date: current
Service Provided: Laundry Chemicals
Reference Name: Sal's Mexican Restuarants Contact: Karl Salazar
Address: 2163 Park St
City: Selma State: CA Zip: 93662
Phone No.: ( 559 ) 217-7126 Date: current
Service Provided: Dietary Chemicals and dishmachine service
Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ.
24-071 Laundry Chemicals
Quotation No. 24-071 Page 21
COMPLY / NOT COMPLY
Compliance and understanding of the specifications listed below shall be noted by marking
"COMPLY" on the line provided. Non-compliance is to be indicated by marking "NOT COMPLY"
on the line; a detailed statement explaining why the specification cannot be met must accompany
all non-compliant lines.
DO NOT LEAVE THIS PAGE BLANK. Failure to complete and submit this page may result in the
bid response being deemed non-responsive.
Note: Failure to comply to all specifications listed below will not automatically disqualify
the bid response from being evaluated.
COMPLY/
BIDDER TO COMPLETE THE FOLLOWING: NOT COMPLY
1. Respond to all service calls within twenty-four (24) hours of receipt of call. COMPLY
2. Provide, install and maintain all dispensing equipment. COMPLY
3. Supply, install and maintain dispensing equipment for any new laundry COMPLY
machines added during the contract period at no additional cost.
4. Supply all laundry chemicals, products, to launder items included within this
RFQ to County's satisfaction. COMPLY
24-071 Laundry Chemicals
Quotation No. 24-071 Page 22
SCOPE OF WORK
1. Supply, install and maintain all dispensing equipment required to deliver chemicals automatically to
washers from chemical storage containers.
2. Supply all chemicals, products, etc. to launder clothing, linens, bedding, etc. to County's satisfaction.
Laundry chemicals should be delivered in either 5,15- or 55-gallon containers at request of the County.
3. Respond to all service calls within twenty-four(24) hours of receipt of call.
4. Supply, install and maintain dispensing equipment on any new machines added during the contract
period at no additional cost to the County. Preventative maintenance should be performed monthly.
5. Contractor may incorporate a system that utilizes a desk-top computer if the computer is provided and
maintained at no cost to the County.
6. Remove dispensing equipment at the termination of the contract. The County shall provide notice of
County's intent to have the dispensing equipment removed. The contractor shall coordinate with County
to determine a mutually agreeable date and time for the contractor to remove the equipment. Removal
date shall be within five (5) days of County's notice to remove the equipment.
Liquidated Damages of two hundred dollars ($200.00) per day shall apply for every day past the agreed
to removal date that the equipment remains on site. If contractor fails to agree to removal date that is
within five days of issuance of notice, liquidated damages will begin at the end of the five (5) day period.
24-071 Laundry Chemicals
Quotation No. 24-071 Page 23
QUOTATION SCHEDULE
Please ensure to factor all costs throughout the five-year contract term. Also factor potential future raw
material cost increases. The County will not accept price increases during the entire length of the contract.
Please refer to Exhibit A Quotation Schedule.
24-071 Laundry Chemicals
Quotation No. 24-071 Page 24
CHECK LIST
This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list,
are important requirements and is the responsibility of the bidder to submit with the bid package in order to
make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the
bid in its entirety.
Check off each of the following:
1. V The Request for Quotation (RFQ) has been signed and completed.
2. V Addenda, if any, have been signed and included in the bid package.
3. V The completed Reference List as provided with this RFQ.
4. V The completed Comply/Not Comply page as provided with this RFQ.
5. V The Quotation Schedule as provided with this RFQ has been completed, price reviewed for
accuracy and any corrections initialed.
6. V Indicate all of bidder exceptions to the County's requirements, conditions and specifications
as stated within this RFQ.
7. V The Participation page as provided within this RFQ has been signed and included
8. V The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference
section (if applicable) has been signed and included.
9. V Bidder to Complete page as provided with this RFQ.
10. V Return checklist with RFQ response.
11. V Completed RFQ in pdf format, electronically submitted to the Bid Page on Public
Purchase.
24-071 Laundry Chemicals
Quotation No. 24-071 Page 25
EXHIBITS
A. Quotation Schedule
24-071 Laundry Chemicals
RFQ 24-071 EXHIBIT A
Items: Estimated Annual Loads
Bags 4,370
Jumpsuits 1,450
Whites 2,100
Red bags 250
Mops and rags 380
Blankets 2,560
Grunge 150
Security smocks, security
blankets, misc 185
VENDOR TO COMPLETE
Vendor Name: CMA of Sacramento
CHEMICAL: Cost per 55 gallon drum Cost per 15 gallon drum Cost per ounce
Breaks $ 660.00 $ 180.00 $ 0.093
Suds $ 825.00 $ 225.00 $ 0.117
Destainer (bleach) $ 418.00 $ 114.00 $ 0.059
Neutralizer $ 638.00 $ 174.00 $ 0.091
Softener $ 638.00 $ 174.00 $ 0.091
CHEMICAL: Cost per 2.5 Gallon Returnable Jug Cost per ounce
Detergent 5000 $ 81.00 $ 0.253
Super Dry 5000 $ 88.00 $ 0.275