Loading...
HomeMy WebLinkAbout15293 V R*' . ;,' 05- 00C2 1 AGREEMENT 2 3 THIS AGREEMENT is made and entered into this \ \ day of 4 2005, by and between the COUNTY OF FRESNO, a Political Subdivision of the State of 5 Califomia, hereinafter referred to as "COUNTY", and Scrap Tire Company whose address is Post 6 Office Box 1, 13000 Newport Road, Ballico, Califomia 95303, hereinafter referred to as 7 "CONTRACTOR". 8 WITNESSETH: 9 1 . OBLIGATIONS OF THE CONTRACTOR 10 A. CONTRACTOR shall fumish trailer containers at each of the following sites for 11 the loading of tires by COUNTY staff. 12 1) Biola Maintenance Yard (Area 4) at 12855 W. "G" Street, Biola, Califomia 13 2) Sanger Maintenance Yard (Area 8) at 9525 E. Olive Avenue, Sanger, 14 Califomia and, 15 3) Keamey Park at 6725 W. Keamey Boulevard, Fresno, Califomia. 16 B. CONTRACTOR shall furnish trailer containers, equipment, and labor to load tires 17 at the following sites: 18 1) Coalinga Disposal Site at 30825 Lost Hills Road, Coalinga Califomia and, 19 2) American Avenue Disposal Site at 18950 W. Amercan Avenue, Kerman, 20 Califomia, 21 C. CONTRACTOR shall provide all labor, material, equipment, transportation to 22 collect, remove, or pick up and transport tires and/or trailers loaded with tires from the specified 23 COUNTY areas as identified above, have the tires disposed of, incinerated, recycled, or stored in 24 the interim between pickup and disposal, and pay any fees or taxes related thereto. 25 D. CONTRACTOR shall adhere to all provisions, instructions, and conditions as 26 identified in and pursuant to the terms and conditions of the COUNTY's Request for Quotation 27 No. 9884010, shown as Attachment "A" and incorporated herein by reference, and 28 CONTRACTOR's Quotation made in response to COUNTY's Request for Quotation No. 988- 1 4010, unless otherwise agreed to by both parties in writing. 2 E. CONTRACTOR shall obtain and have in possession all required permits and 3 licenses to perform the services described herein. All permits and licenses shall be active and 4 not expired. 5 2. OBLIGATIONS OF THE COUNTY 6 A. COUNTY shall furnish labor and equipment to load tires into containers furnished 7 by CONTRACTOR at all areas except Disposal Sites. 8 B. COUNTY shall give CONTRACTOR a minimum of five (5) calendar days notice 9 verbally or in writing requesting removal and/or replacement of a container filled with tires or 10 having an empty container placed at a requested location. 11 3. TERM 12 This Agreement shall continue in full force and effect from the date of the execution 13 hereof by both parties for a period of one year. This Agreement shall automatically renew for an 14 additional one (1) year period except when written notice is delivered by either party to the other 15 expressing intent not to renew. Such notice must be delivered a minimum of sixty (60) calendar 16 days prior to the next expiration date of this agreement. The maximum number of automatic one 17 (1) year renewal periods under this Agreement is two (2). 18 4. TERMINATION 19 A. Non-Allocation of Funds - The terms of this Agreement, and the services to be 20 provided thereunder, are contingent on the approval of funds by the appropriating government 21 agency. Should sufficient funds not be allocated, the services provided may be modified, or this 22 Agreement terminated, at any time by giving the CONTRACTOR thirty (30) days advance written 23 notice. 24 B. Breach of Contract - The COUNTY may immediately suspend or terminate this 25 Agreement in whole or in part, where in the determination of the COUNTY there is- 26 1) An illegal or improper use of funds; 27 2) A failure to comply with any term of this Agreement; 28 3) A substantially incorrect or incomplete report submitted to the COUNTY; -2- 1 4) Improperly performed service. 2 in no event shall any payment by the COUNTY constitute a waiver by the COUNTY of any 3 breach of this Agreement or any default which may then exist on the part of the CONTRACTOR. 4 Neither shall such payment impair or prejudice any remedy available to the COUNTY with 5 respect to the breach or default. The COUNTY shall have the right to demand of the 6 CONTRACTOR the repayment to the COUNTY of any funds disbursed to the CONTRACTOR 7 under this Agreement, which in the judgment of the COUNTY were not expended in accordance 8 with the terms of this Agreement. The CONTRACTOR shall promptly refund any such funds 9 upon demand. 10 C. Without Cause - Under circumstances other than those set forth above, this 11 Agreement may be terminated by COUNTY upon the giving of thirty (30) days advance written 12 notice of an intention to terminate to CONTRACTOR. 13 5. COMPENSATION / INVOICING: COUNTY agrees to pay CONTRACTOR and 14 CONTRACTOR agrees to receive compensation as follows: 15 A. Ninety-Five Dollars ($95.00) per ton of tires (based on 90 passenger tires per 16 ton), if CONTRACTOR also provides labor for loading containers: 17 B. Eight Hundred and Twenty-Five Dollars ($825.00) per Forty-Five Foot (45') 18 Container Trailer (having 2880 cubic feet) filled with tires. 19 CONTRACTOR shall submit monthly invoices in triplicate to the applicable County 20 Departments as identified in Attachment "B" attached hereto. 21 In no event shall services performed under this Agreement be in excess of the 22 following amounts in any one of the twelve (12) month periods, except when a Maintenance 23 Service increase is authorized by written amendment to this Agreement during the term or 24 renewal periods of this Agreement: 2 5 11 26 11 27 11 28 -3- 1 Location Maximum Service 2 American Avenue Disposal Site $ 75,000 3 Coalinga Disposal Site $ 5,000 4 Kearney Park $ 15,000 5 Maintenance & Operations 35,000 6 Total $130,000 7 In no event shall the total Maximum Service amount exceed $130,000.00 in any single contract 8 year. 9 6. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations 10 assumed by CONTRACTOR under this Agreement, it is mutually understood and agreed that 11 CONTRACTOR, including any and all of the CONTRACTOR'S officers, agents, and employees 12 will at all times be acting and performing as an independent contractor, and shall act in an 13 independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or 14 associate of the COUNTY. Furthermore, COUNTY shall have no right to control or supervise or 15 direct the manner or method by which CONTRACTOR shall perform its work and function. 16 However, COUNTY shall retain the right to administer this Agreement so as to verify that 17 CONTRACTOR is performing its obligations in accordance with the terms and conditions thereof. 18 CONTRACTOR and COUNTY shall comply with all applicable provisions of law and 19 the rules and regulations, if any, of governmental authorities having jurisdiction over matters the 20 subject thereof. 21 Because of its status as an independent contractor, CONTRACTOR shall have 22 absolutely no right to employment rights and benefits available to COUNTY employees. 23 CONTRACTOR shall be solely liable and responsible for providing to, or on behalf of, its 24 employees all legally-required employee benefits. In addition, CONTRACTOR shall be solely 25 responsible and save COUNTY harmless from all matters relating to payment of 26 CONTRACTOR' employees, including compliance with Social Security withholding and all other 27 regulations governing such matters. It is acknowledged that during the term of this Agreement, 28 CONTRACTOR may be providing services to others unrelated to the COUNTY or to this -4- 1 Agreement. 2 7. MODIFICATION: Any matters of this Agreement may be modified from time to time 3 by the written consent of all the parties without, in any way, affecting the remainder. 4 8. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this 5 Agreement nor their rights or duties under this Agreement without the prior written consent of the 6 other party. 7 9. HOLD HARMLESS: CONTRACTOR agrees to indemnify, save, hold harmless, and 8 at COUNTY'S request, defend the COUNTY, its officers, agents, and employees from any and all 9 costs and expenses, damages, liabilities, claims, and losses occurring or resulting to COUNTY in 10 connection with the performance, or failure to perform, by CONTRACTOR, its officers, agents, or 11 employees under this Agreement, and from any and all costs and expenses, damages, liabilities, 12 claims, and losses occurring or resulting to any person, firm, or corporation who may be injured 13 or damaged by the performance, or failure to perform, of CONTRACTOR, its officers, agents, or 14 employees under this Agreement. 15 10. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from 16 CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full 17 force and effect the following insurance policies throughout the term of this Agreement: 18 A. Commercial General Liability 19 Commercial General Liability Insurance with limits of not less than One Million 20 Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars 21 ($2,000,000). This policy shall be issued on a per occurrence basis. COUNTY may require 22 specific coverages including completed operations, products liability, contractual liability, 23 Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed 24 necessary because of the nature of this contract. 25 B. Automobile Liability 26 Comprehensive Automobile Liability Insurance with limits for bodily injury of not 27 less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred 28 Thousand Dollars ($500,000.00) per accident and for property damages of not less than Fifty 1 Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred 2 Thousand Dollars ($500,000.00). Coverage should include owned and non-owned vehicles used 3 in connection with this Agreement. 4 C. Professional Liabilit�r 5 If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N_, 6 L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less 7 than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) 8 annual aggregate. 9 D. Worker's Compensation 10 A policy of Worker's Compensation insurance as may be required by the 11 California Labor Code. 12 CONTRACTOR shall obtain endorsements to the Commercial General Liability 13 insurance naming the County of Fresno, its officers, agents, and employees, individually and 14 collectively, as additional insured, but only insofar as the operations under this Agreement are 15 concerned. Such coverage for additional insured shall apply as primary insurance and any other 16 insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees shall be 17 excess only and not contributing with insurance provided under CONTRACTOR's policies herein. 18 This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance 19 written notice given to COUNTY. 20 Within thirty (30) days from the date CONTRACTOR executes this Agreement, 21 CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of 22 the foregoing policies, as required herein, to the COUNTY's representatives identified in 23 Attachment "B" herein stating that such insurance coverage have been obtained and are in full 24 force; that the County of Fresno, its officers, agents and employees will not be responsible for any 25 premiums on the policies; that such Commercial General Liability insurance names the County of 26 Fresno, its officers, agents and employees, individually and collectively, as additional insured, but 27 only insofar as the operations under this Agreement are concemed; that such coverage for 28 additional insured shall apply as primary insurance and any other insurance, or self-insurance, -s- 1 maintained by COUNTY, its officers, agents and employees, shall be excess only and not 2 contributing with insurance provided under CONTRACTOR's policies herein-, and that this 3 insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, 4 written notice given to COUNTY. 5 In the event CONTRACTOR fails to keep in effect at all times insurance coverage as 6 herein provided, the COUNTY may, in addition to other remedies it may have, suspend or 7 terminate this Agreement upon the occurrence of such event. 8 All policies shall be with admitted insurers licensed to do business in the State of 9 California. Insurance purchased shall be purchased from companies possessing a current A.M. 10 Best, Inc. rating of B+ 1`SC VIII or better. 11 11. AUDITS AND INSPECTIONS: The CONTRACTOR shall at any time during 12 business hours, and as often as the COUNTY may deem necessary, make available to the 13 COUNTY for examination all of its records and data with respect to the matters covered by this 14 Agreement. The CONTRACTOR shall, upon request by the COUNTY, permit the COUNTY to 15 audit and inspect all of such records and data necessary to ensure CONTRACTOR's compliance 16 with the terms of this Agreement. 17 If this Agreement exceeds ten thousand dollars ($10,000.00), CONTRACTOR shall 18 be subject to the examination and audit of the Auditor General for a period of three (3) years after 19 final payment under contract (Government Code Section 8546.7). 20 12. NOTICES: The persons and their addresses having authority to give and receive 21 notices under this Agreement include the Contractor below and County Contacts as identified in 22 Attachment "B". 23 CONTRACTOR 24 Scrap Tire Company P.O. Box 1, 13000 Newport Road 25 Ballico, CA 95303 Rob Naim 26 27 28 -7- 1 Any and all notices between the COUNTY and the CONTRACTOR provided for or 2 permitted under this Agreement or by law shall be in writing and shall be deemed duly served 3 when personally delivered to one of the parties, or in lieu of such personal services, when 4 deposited in the United States Mail, postage prepaid, addressed to such party. 5 13. GOVERNING LAW: Venue for any action arising out of or related to this Agreement 6 shall only be in Fresno County, California. 7 The rights and obligations of the parties and all interpretation and performance of this 8 Agreement shall be governed in all respects by the laws of the State of California. 9 14. ENTIRE AGREEMENT: This Agreement constitutes the entire agreement between 10 the CONTRACTOR and COUNTY with respect to the subject matter hereof and supersedes all 11 previous Agreement negotiations, proposals, commitments, writings, advertisements, 12 publications, and understanding of any nature whatsoever unless expressly included in this 13 Agreement. In the event of any inconsistency in interpreting the documents which constitute this 14 Agreement, the inconsistency shall be resolved by giving precedence in the following order of 15 priority: (1) the text of this Agreement (excluding Attachment "A", COUNTY's Request for 16 Quotation No. 988-4010 and CONTRACTOR's Quote in response thereto); (2) COUNTY's 17 Request for Quotation No. 988-4010 and (3) CONTRACTOR's quotation made in response to 18 COUNTY's Request for Quotation No. 988-4010. 19 11 20 21 22 23 24 25 26 27 28 -e- 1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and 2 year first hereinabove written. 3 CONTRACTOR COUNTY OF FRESNO 4 ` 5 Pam- Authorized Signature ChaiV Board of upervisors 6 7 � ��r�/V V , A1 i Print Name & Title 8 BFP.NICE E. SEIDEL, Clerk SCRAP TIRE COMPANY Board of Supervisors 9 P.O. Box 1, 13000 NEWPORT ROAD BALLICO, CA 95303 By 10 Mailing Address a__��eputy 11 12 DATE: REVIEWED & RECOMMENDED FOR 13 APPROVAL FEDERAL TAX I.D. No. 14 94-1665284 15 Cecil Leonardo, Interim Director Department of Public Works and Planning 16 17 APPROVED AS TO ACCOUNTING FORM APPROVED AS TO LEGAL FORM; Vicki Crow CPA Auditor-Controller/ 18 DENNIS MARSHALL, COUNTY COUNSEL Treasurer-Tax Collector 19 20 By: By: Deputy 21 22 23 24 FOR ACCOUNTING USE ONLY: 25 ORG No.: 4510 7910 9026 9028 26 Account No.: 7295 7295 7295 7295 Requisition No.: 5105000030 27 Fund/Subclass: 0010/11000 0001/10000 0700/15000 0710/15000 28 G:14510RdMaint\AGEN0AS1Fina1ed Al 2005\Waste Tire Agmt 1-05.doc -9- a Attachment "A" COUNTY OF FRESNO REQUEST FOR QUOTATION NUMBER: 988-4010 TIRE DISPOSAL - RECYCLING SERVICES September 15, 2004 PURCRASING USE -- OFORGfREOUISIPON:4510/5105000030 _ _ ,i� GiRFG,988-4010 TIRE DISPOSAL-RECYCLING SVCS DOC_I IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER'S NAME MARKED CLEARLY ON THE OUTSIDE TO: COUNTY OF FRESNO, Purchasing 4525 EAST HAMILTON AVENUE FRESNO,CA 93702-4599 CLOSING DATE,9F B!D WILL 13E;'AT.2000' 0.m., -.dW0CT0BER�14; :2004`: QUOTES WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M. Quotes will be opened and publicly read at that time. Ali quotation information will be available for review after contract award. Clarification of specifications are to be directed to: Cathi J. Peters, phone (559) 456-7110, FAX (559)456-7831. GENERAL CONDITIONS See "County Of Fresno Purchasing Standard Instructions And Conditions For Request For Proposals (RFP'S) and Requests for Quotations (RFQ'S)" attached. BIDDER TO COMPLETE UNDERSIGNED AGREES TO FURNISH THE COMMODITY OR SERVICE STIPULATED IN THE ATTACHED QUOTATION SCHEDULE AT THE PRICES AND TERMS STATED, SUBJECT TO THE'COUNTY OF FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUEST FOR PROPOSALS(RFP'S)AND REQUESTS FOR QUOTATIONS (RFQ'S)"ATTACHED. Except as noted on individual items, the following will apply to all items in the Quotation Schedule. 1. Complete delivery will be made within 4 calendar days after receipt of Order. 2. A cash discount of r;�_ _ % n/a_—_ days will apply- _ Golden Ef_Products, Inc. dba ScraL' ire Company_ GONAPANY F.O. Box 1, 13000 New�or_i_ Road ADDRESS _ Ba l l i co — CITY S1'ATE ZIP CODE ,209 66B-4855 -- (LO 667-4854 —.—. �- �a��( lden;;�raptir�.rom— TELEPHONE NUMBER~ FACSIMILE NUMBER E-MAIL ADDRESS TAXPAYER FFDEE(RRA(I I .JINX 94-1665284 SIGNED 8Y Rob Nairn _— — General N,an7gP�—.—_ RINT NAME TI1LE SRfOl96E-4010 TIRE DISPOSAL-RECYCLING SVCS DOC ^"^ J Quotafion No. 988-4010 Page 13 BIDDER TO COMPLETE Name of Insurance Carrier: (Agent) Winton Ireland Strom & Green, Turlock, CA Commercial General Liability: Ace Property & Casualty Expires 8-30-05 Automobile Liability: Ace Property & Casualty Expires: 8-30-05 Workman's Compensation: State Camp Ins Fund Expires: 1-1-05 GUARANTEED RESPONSE TIME: Bidder will be considered in award of bid only if they can guarantee response. Enter guarantee on this line (i.e., number of days to response to County request for removal of tires, trailers, etc.) Golden By-Products guarantees response Within 4 business days of purchase order placed by phone by authorized Fresno County personnel. BY �$ob Nairn. General Minager PURCHASE ORDER MAILING ADDRESS: P.O. Box 1, Ballico, CA 95303 Standard practice is for purchase orders (tire pick up r ests). to, be: phoned in during regular business hours M-F Sam - 4:30pm. The phone number is 209-668-4855 (message service is available). G'XRF01968AOIO TIRE DISPOSAL-RECYCLING SVCS DOC Quotation No. 988-4010 Page 14 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 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. No, we will not extend contract terms to any age other than the County of Fresno. Authonie-dSignature) Ger:era2 Manager Tine G 1RF019884010 TIRE DISPOSAL RECYCLING SVCS DOC Quotation: No. 988-4010 Page 15 V>rNWR�Il�1ST C�MPLET�AN� RETURN WIT�i RE(�IfE�T FO�QUOTATION^ Firm: Golden By-products,_ Inc._ ` REFERENCE LIST The bidder shall submit a list of at least five (5) customer references. Such references shali be customers for whom the vendor has recently performed similar services. Reference Name: Kern County Waste Mgmt City: _ Bakersfield Contact: Chuck McGee Phone No.: 661-862-8915 Date and Service Provided: Since August 2002, Trailer service Reference Name: City of Fresno Citv: _Fresno Contact: Barbara Miller Phone No.. 559-621-8423 Date and Service Provided: — Since Sept 2002, Trailer and Route Service Reference Name: Stanislaus County Citv: Crows Landing Contact: L. Summerlot Phone No.: _ 209-837-4814 Date and Service Provided: Since 1999, Trailer service Reference Name: CitQ{K&del-a__ Citv: _"eta Contact: Manual Ruiz _ Phone No.: 559-661-SIIS Date and Service Provided: Since 2002� Trailer Service Reference Name: Tulare Count ____ City: _ Tul are Contact: Al Guzman_ ___ Phone No.: _ 559-733-_6286 Date and Service Provided: Since 2002 Route Service FAILURE TO PROVIDE A LIST OF AT LEAST FIVE(5) CUSTOMERS MAY BE CAUSE FOR REJECTION OF THIS RFQ. G 1RFC1088-4010 TIRE DISPOSAL-RECYCLING SVCS,DOC Quotation No. 988-4010 Page 16 BIDDER QUESTIONNAIRE Bidder to complete and return with quotation. 1. Does your facility have all required permits and license to perform the services described herein? YES 0 NO If NO, explain: 2. How are the junk tires used? Asphalt --- Incinerated Fuel _ X =21' chips to Air Products, Stockton CoGen Re-Refined _ X= Rggycled into various sizes/specs of rubber Other pieceE for playground/landscape material*and --crtnnirrnbber for molded rubber products. 3. In your process, are any wastes generated? *Attached is a flier of just one of the products made from tires recycled by YES NO Golden By-Products. If so, please list. — Less than 5% of total tire throuc ut is tires that are MR 14 ply and greater — that we are not able to recycle, the are sn ed into small J�ieces and landfilled as Wastes ^ --- -- - -- - -- -- -- --- --------� — G\RFCM88-4010 TIRE DISPDSAL-RECYCLNG S'JCS DCC Quotation No. 988-4010 Page 17 4. Does your company process other than junk tires? YES 13 NO 01 If so, please list: 5. Please describe how used tires are handled, stored, and separated. Tires are collected in 45' dry vans where they remain until being delivered for unloading a our J�dZlico facility,_Tires, are uLloaded and s xt-t:d based on size, , and quality. Recoveted used tires are stored in stacks o�ctirs _ accessable for wholesale resale. Junk tire$. are_processed it>mediatPly_tbrnugh 3 consecutive st'.redders to make _the 2" comps for fuel an fcr further processing. 6. Does your company have quality assurance/quality control procedures for wastes in-transit and at your facility? YES � NO Please describe'. Every prcdugt. that�Gc•1den Make.9 w t of rpgcClPe scr_ap ti rPs ham_a partjr-utar specification. . Careful monitoring and maintaining of those quality si:kcifications is done on a regular basis to insure the satisfaction of OVI customers ar:d _l_onqevity of those markets. G 1RFQ1988 4010 TIRE CISPOSAL-RECYCLING SVCS DOC Quotation No. 988-4010 Page 18 7. Does your facility have pollution insurance? YES 11 NO 01 Insurance Company Name: Policy No.: _ *Per requirements as a major Amount of coverage: waste tire facility, Golden maintains a financial assurance Deductible: _ bond consistent with the allowable Expiration Date: number of tires within our permit. That Land is for the clean-up of our il.ity should we shut dovn. Bidder to respond to each item listed below in Full Detail. Tote: Failure o respon in full detail may be considered as cause to reject bid.) 8. List all facilities at which junk tires will be stored between the time of pick up at County facility and arrival at final destination. This must include all interim (temporary) storage facilities. Provide addresses, ownership and licensing for each facility. Not auplic��Le• _ -- G-+RFO\968d010 TIRE DISPOSAL-RECYCLI.V(i SVCS DOC Quotation No. 988-4010 Page 19 9. State names, addresses and licensing for each transportation company used in the hauling and handling of junk tires from point of pick up to final destination. Golden %--Products: Inca P.O. Box 1, 13000 New �ort Road, Ballico, CA 9530:1 290-6668-4855 Licensed Tire Hauler #C-764 Tare Hauler Bond_.# 3S306C2400 10. List all current federal, state and local licenses and permits your company carries in order to perform the type of work requested herein. Licenses and permits should pertain to all aspects of disposal (i.e. pick up, transport, storage, recycling, incineration, etc.). Merced Ccunty Conditional Use Permit #97003/Mod.2014 Major Waste Tite Facility (CIWMB) #24-TI-0656, TPID# 1003314 Tire Facility Bond # 9562757 Cal ESA # CAW00236225 Small Business Certification # 0029309 Ccpiee c•f Credentials are available upon re ueq st. G',R=Q!988A010 TIRE DISPOSAL-RECYCLING SVCs DOC J 1 Quotation No. 988-4010 Page 20 11. Describe complete process of junk tires disposal, beginning with pick up at County of Fresno locations to the final recycling of tires. Include all documentation that will be provided to the County of Fresno. Explain how the tires will be recycled and what proof will be provided to the County of Fresno indicating appropriate recycling. Does your company have more than one recycling point, if so list them. Golden -Products is one of two_ companies in CA that is authorized by the CIWMB to report all manifest data electronically. Golden provides a service to all of its customers of reporting all necessary data to the CIWMB on its behalf. This eliminates any and all reporting for our customers as "gen(-rators" of scrap tirf c . Note: Custtcmers are. stil 1 respon:,ible for rerort_ i�nc. for their collection activities. Upon pick-up of a full trailer of scrap tires from a Fresno County, authorized personnel will be asked to sign/date the Golden By-Products receipt/manifest. They will be given one copy of that document that should be retained as the official document of proof (manifest) for audit purposes. The tires themselves are transported to our Ballico, CA facility where they are unloaded, sorted and recycled through extensive tire grinding equipment to make 2" chips for tire chip fuel , steel free 3/4" playground/landscape material and fine mesh crumb for molded rubber products and rubberized asphalt. The paperwork correlating to each load is delivered to our office whereby an invoice is generated and the necessary data is entered into our database for monthly electronic reporting. Golden can provide any necessary documentation certifying therrecycling of its scrap tires as necessary to ittscustomers. Tours of our facility are also available. G SR W8840i0 TIRE DISPOSAL-RECYCLING SVCS DOC Quotation No. 988-4010 Page 22 QUOTATION SCHEDULE "A" Bidder to complete by filling in the blank lines. Successful bidder to perform tire disposal/recycle as specified, including all labor to load tire for removal. Tires to be disposed of will include: passenger car tires, truck tires and tractor tires. VENDOR TO SUPPLY LABOR TO LOAD TRAILERS ESTIMATED TOTAL COST TOTAL COST COUNTY OF FRESNO LOCATIONS TONS PER TON ANNUALLY 1. Coalinga Disposal Site 30825 Lost Hills Road, Coalinga, CA 13 _ $95/ton $ 1,235.00 2. American Avenue Disposal Site 18950 W. American Kerman, CA 219 $95/ton $20,805.00 TOTAL $22,040.00 G,W019 88 4 01 0 TIRE DISPOSAL RECYCI.ING SVCS.DOC r Quotation No. 988-4010 Page 23 QUOTATION SCHEDULE "B" Bidder to complete by filling in the blank lines. Successful bidder to perform tire disposal/recycle as specified, except that the County will supply labor to load containers with tires. Tonnage calculation based on 90 passenger tires per ton. Tires to be disposed of will include: passenger car tires, truck tires, tractor tires and earthmover tires. FRESNO COUNTY TO SUPPLY LABOR TO LOAD TRAILERS TRAILER COST PER FREQUENCY COUNTY OF FRESNO SIZE TRAILER OF TOTAL COST LOCATIONS REMOVAL ANNUALLY 1. Biola (Area 4) 45' _ _$825 Monthly $ 9,900.00 12855 W. "G" Street _ Monthly $ Biola, CA Monthly $ 2. Sanger (Area 8) —.45' — $825 _ Monthly $ 9,900.00 9525 E. Olive — . — Monthly $ Sanger, CA Monthly $ 3. Kearney Park 45' —_$825 — Monthly $ 9,900.00 6725 W. Kearney Blvd. �_. _ — Month_ ly $ Fresno, CA — _ Monthly $ TOTAL $ 29, 700.00 G%RF0196S 4010 TIRE DISPOSAL-RECYCLING SVCS DOC • t►7��t �� t t i t•; � :!'•��F�.� r: qrs.. r.' :c'-'r -t�`.�,'.•::;._. ••r •I,•;'•Yt.,1. y`•',�it'y.� •,rir. cj;�i„1 i.l. jr..r i.•D1`: _ ♦:�,,..: rtit..� ~�l'� `. '-i .�:.�,;,+•�l` :i .� .`4t;":::•' 'lts; v•i+~� r, .. ). x-•+:. t', '�� ;•S.'o !y :,+ ' :i`'•v ^in• 't .,a. •tom .e;•• �'' '^��1.'1'V +24 t �:;.«,ats.:. .t ..�'`'�., Y Y•�'t• iS: '[�:; ,.t'. �;,.,L. Ss"::`� t�.�:� ,i�Y...:t,';, r -E*: .t,:•., t..y,..ysr:3.�;, aj . � saTt •Z' �vv. 1 ��,t2" `� *:i ii' -.jCi`T•a t�:,W -.�;j`C.+<.r� ;��'r� `r•..�, "s,: 'lr;��,.,�,� .fn ,�. L'rilr'.r• 'y ,'./ :•: .>7:'L '• °'7y.S-,S�J .,�,t t,'rt� .+,t•-.; A I:'�r• ^4: ' tip-�..' �iL. IA qj IV ca Ic 40 ca io CIO co co CID Co cm to 1: .'/•".'�9� _'�r "t '11 :'��,t.�• *�./•t .•�+•..f t i•�4�::�~'�Z tppp�yyy,,+ee{�F F�ti��f (-' ` • ;``'h�.�y�,.? .:'_•?,i:t,;f', ';t ;:t`+t.`..�: •`'+' `�`e'''•S:\'n�`•' .1..:•.y�lir�:.:' �•7�' �W.�1�'":"L.<. .�i,,. «..... i A.•;V t`f). f�y:G�V.-r.'• j k,• �ti `!rky':iS�'F ':cS'-^ •:'+`;^.'-•: :. •.�Y'•:`i v� '4: F 1'�a •, � <�t�.i'rt t:' t,-. ..•'? a-:5.,.,.,'r, `ti.•�i„ ,.4• ).!w.i.. ,'::;+,fit: ty,. .t:��� �.t.,yt,q.,• i.r ;::'..'•, •`ta., +.)`� �r^;`..C• ,. ,-.:� � "!� r�"t :i f.'. �<J.;+:i�'r.r`k:,,�i.r'Jr t !!e'[-.�. •;Y'• i:S.;,rr,it:'}t rJ•�, -. it�:'•\.••'.;. y x�.lr+3�,'.f;v �t ;rZ'• .. �.� �Ftty�Zd�:. • .S'•'ti• :.s;u..� ;r' ?w' t, +�tr+•r�....le::fl�,�� .tip J• .{•',� +p.• .'r., .s'-�-- '�'t, apt �'� :��'.;� .w�,,k•ti�.�:,t,t�•�.ii.,y,�, .N�i�••'��;,.'�; .:+i;��',rf;.Yy�n��'p::..:k� ,�.c,v' wt•<is'+�j�4)i 1-cS •.�` ,,;,�,♦ �'y.�•t f-•Y=-t:C.,`r. �����r•V `iR,S'-c}fin �ts a r i" . �1 s^+� �r '.i �' < �aK2:• .'t•• {,♦t-'r ?>. rti tg0!.t•....v r ,� 1 •. �.. ,k,a�'.„"..rY-r�n.t.) �tr'Rr7..,'••.. C •�` ��� ��4..•a' ^fit ',<• •, �.•�.\ ..r' ,, .,�...,t,.•.,. .Y."y'; t•, \t" '• '�,�_ .��;::,�<:}�f' •` _:�w i `,r�!:_.!"•`�Z�jgt-A •�,.fk�'. -• .,(�Yy� � F{�;� _- ,,� l� C� 1�. ," :v�' :t ..�h,:l '��tyyt,<ya. x �'���.r• //' y��:•.��J.,(,dr 'A t£•.' }r.:.•�1- :��t • � .T ,,:. L,1� :�t si �L_ •: �:lti :r; :a'"?.ii'•�-.-� �vw/yr, a i9'O.r.}'t'"�•..''r•-,�r''•;�;4•`. �•3 `" •� /� it '. - Q,_:.` :^rFt,r sI- er.:.•.:��'_:'i,3 -►c:.�,..,-i• h ^;;2tw ;.�� i ,� , '�'>.:..v r�``..,)�"•1�,�•.`• 4 .i� I r�`';�K+ci+:/• y:{i»{q1'•.. 1. �'C:t •��:e•. 'Y,a''rt• �-,'•'��t"' '•�!k1.'.►. w �},- '-'r. '•t�>'���: r- a iC •,�fij�I�'� • ; ''FC'�:.'�i�•-�`r.� .' 1�''��AlL r,t' � }•lr^.Y�x. <j,.'l:.� W,.� et•;t:,• r 1'r>, •� ,t,.::�i. .';="l.:"�':<,;�Z��y-'t �.� '; ,�r'' `t��. ..r;i• S7t:t•, ti�':t:l,. �{i:'•ty�...a' �'ter Attachment "B" COUNTY CONTACTS Disposal Sites c/o Resources Division 2220 Tulare Street, 6"' Floor Fresno, CA 93721 Margie McHenry Phone (559) 262-4259 (Sanger area-8 yard) and (Biota area-4 yard) c/o Road Maintenance and Operations Division 2220 Tulare Street, 6`t' Floor Fresno, CA 93721 Jim Hodge Phone (559) 2624102 Kearney Park c/o Resources Division Parks and Grounds 2220 Tulare Street, 6`h Floor Fresno, CA 93721 Charles Janiel Phone (559) 488-3004