Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agreement A-25-200 Master Agreement.pdf
25-0419 Agreement No. 25-200 1 MASTER AGREEMENT FOR TRUCKING/HAULING SERVICES 2 3 THIS MASTER AGREEMENT (Agreement) is dated May 20 2025, by and 4 between the COUNTY OF FRESNO, a Political Subdivision of the State of California, hereinafter 5 referred to as "COUNTY", and each CONTRACTOR (each hereinafter referred to as "CONTRACTOR" 6 and collectively as the "CONTRACTORS") identified in Exhibit A to this Agreement, which is attached 7 hereto and incorporated by this reference. The COUNTY and each CONTRACTOR may be referred to 8 as a "Party" or collectively as "Parties" to this Agreement. 9 WITNESSETH: 10 WHEREAS, on October 25, 2024, the COUNTY issued Request for Quotation (RFQ) No. 25- 11 022 for trucking and hauling services. The COUNTY desired to award up to eight (8) CONTRACTORS 12 under one Master Agreement to provide the services described therein. 13 WHEREAS, two (2) CONTRACTORS submitted responsive bids to the RFQ. 14 WHEREAS, the COUNTY desires to enter into an Agreement with each CONTRACTOR listed 15 in Exhibit A to provide for the COUNTY's need for trucking and hauling services as provided herein, 16 and 17 WHEREAS, the CONTRACTORS listed in Exhibit A are qualified and willing to perform such 18 trucking and hauling services. 19 NOW, THEREFORE, in consideration of the mutual covenants, terms, and conditions herein 20 contained, the parties hereto agree as follows: 21 1. OBLIGATIONS OF THE CONTRACTOR 22 A. CONTRACTORS hereby acknowledge their understanding and agree that their inclusion 23 on Exhibit A does not constitute or guarantee or promise that any CONTRACTOR shall provide any 24 work or services to the COUNTY under this Agreement. by executing a signature page, each 25 CONTRACTOR becomes a signatory to this Agreement and agrees that it is party to this Agreement 26 with the COUNTY and bound contractually by its terms. 27 B. Each CONTRACTOR shall provide all labor, materials, equipment, etc. for trucking 28 services on a twenty-four (24) hour advance notice. 1 C. Chargeable/billable time will begin for each specific truck at the scheduled load time and 2 point designated by the COUNTY representative (at the plant or, if in the field, upon arrival at the 3 scheduled time). Chargeable/billable time period will end after each specific truck arrives back at its 4 trucking yard after the final delivery is made for each specific haul day and hauler has obtained a 5 signed acceptance/confirmation by the COUNTY representative. Time units up to and including three 6 (3) minutes shall be rounded down, and time units in excess of three (3) minutes shall be rounded up. 7 Hours are to be billed and quoted in units of one-tenth (1/10) hour. 8 D. Each CONTRACTOR shall adhere to all provision, instructions, and conditions as 9 identified in and pursuant to the terms and conditions listed in the COUNTY's RFQ No. 25-022, a true 10 and correct copy which is attached hereto as Exhibit C and incorporated herein by this reference, and 11 in the corresponding response to the RFQ submitted by each CONTRACTOR, true and correct copies 12 of which (as to each of the respective CONTRACTORS) are attached hereto as Exhibit D and 13 incorporated herein by this reference. 14 E. Each CONTRACTOR shall obtain and have in its possession all required permits and 15 licenses to perform the services to be provided under this Agreement and shall adhere to all applicable 16 Federal, State, COUNTY, and City laws, codes, rules, regulations, and ordinances in its performance 17 thereof. 18 F. All permits and licenses shall be maintained in active and current status by each 19 CONTRACTOR throughout the entire term of this Agreement. Each CONTRACTOR shall ensure that 20 the CONTRACTOR'S subcontractors shall have in their possession all required permits and licenses 21 when performing any services pursuant to this Agreement. Permits and licenses of each subcontractor 22 shall be active and current whenever the CONTRACTOR engages the services of the subcontractor 23 and during the subcontractor's performance of any work pursuant to this Agreement. 24 G. Each CONTRACTOR is solely and fully responsible for all costs and expenses incidental 25 to the performance of the services by such CONTRACTOR, including all instrumentalities, supplies, 26 tools, equipment, staff, or materials necessary to perform the services specified in this Agreement. 27 28 1 H. Each CONTRACTOR shall supply labor, materials, equipment, and any item necessary 2 to perform the services specified in this Agreement with a high degree of proficiency and 3 professionalism in relation to industry standards to the complete satisfaction of the COUNTY. 4 I. Each CONTRACTOR is responsible of the cost to repair, replace, or correct any damage 5 or destruction to property arising during CONTRACTOR'S completion of services. 6 J. CONTRACTORS will not work on or keep their equipment on the COUNTY property 7 without the permission of the COUNTY. 8 K. This Agreement is intended to create contractual rights and obligations only as between 9 the COUNTY and each of the respective CONTRACTORS that are signatories and parties hereto. This 10 Agreement create no contractual rights or obligations as between any of the CONTRACTORS with 11 respect to each other. No CONTRACTOR has any right to receive performance under this Agreement 12 from, or to enforce any part of this Agreement against, any other CONTRACTOR. 13 2. OBLIGATIONS OF THE COUNTY 14 COUNTY shall provide CONTRACTORS a minimum of twenty-four (24) hours advance notice, 15 either verbally or in writing when requesting trucking/hauling services unless otherwise agreed to by 16 both parties under special circumstances. 17 3. TERM 18 The term of this Agreement shall be for a period of approximately three (3) years, commencing 19 as of the effective date through and including March 31, 2028. This Agreement may be extended for 20 two (2) additional consecutive twelve (12) month periods upon written approval of both parties no later 21 than thirty (30) days prior to the first day of the next twelve (12) month extension period. The Director of 22 the Department of Public Works and Planning or his or her designee is authorized to execute such 23 written approval on behalf of COUNTY, based on CONTRACTOR'S satisfactory performance. 24 4. TERMINATION 25 A. Non-Allocation of Funds —The terms of this Agreement and the services to be provided 26 hereunder are contingent on the approval of funds by the appropriating government agency. Should 27 sufficient funds not be allocated, the services provided may be modified or this Agreement terminated 28 at any time by giving the CONTRACTOR thirty (30) days advance written notice. 1 B. Breach of Contract—The COUNTY may immediately suspend or terminate this 2 Agreement in whole or part where in the determination of the COUNTY there is: 3 a. An illegal or improper use of funds; 4 b. A failure to comply with any term of this Agreement; 5 c. A substantial incorrect or incomplete report submitted to the COUNTY; 6 d. Improperly performed service. 7 In no event shall any payment by the COUNTY constitute a waiver by the COUNTY of any 8 breach of this Agreement or any default which may then exist on the part of the CONTRACTOR. 9 Neither shall such payment impair or prejudice any remedy available to the COUNTY with respect to 10 the breach or default. The COUNTY shall have the right to demand of the CONTRACTOR the 11 repayment to the COUNTY of any funds disbursed to the CONTRACTOR under this Agreement, which 12 in the judgement of the COUNTY were not expended in accordance with the terms of this Agreement. 13 The CONTRACTOR shall promptly refund any such funds upon demand. 14 C. Without Cause — Under circumstances other than those set forth above, this Agreement 15 may be terminated by COUNTY upon giving thirty (30) days advance written notice of an intention to 16 terminate to CONTRACTOR. In the event of such termination, CONTRACTOR shall be paid for 17 satisfactory services or supplies provided up until the date of termination. The COUNTY's Division 18 Manager of Road Maintenance and Operations, or their designee, is authorized to execute such letter 19 of termination on behalf of the COUNTY. In the event that the COUNTY terminates this Agreement as 20 to one or more CONTRACTORS, this Agreement shall stay in full force and effect as to the remaining 21 CONTRACTORS. Termination of one or more CONTRACTORS from this Agreement shall not 22 terminate the Agreement as to the remaining CONTRACTOR(s). The COUNTY's Division Manager of 23 Road Maintenance and Operations or their designee shall have the right to apply and implement this 24 Section 4(C) on the COUNTY's behalf. 25 5. COMPENSATION/INVOICING 26 The COUNTY shall provide compensation and payment to each CONTRACTOR only for work 27 specifically authorized by the COUNTY. The COUNTY agrees to pay each CONTRACTOR and each 28 CONTRACTOR agrees to receive compensation in accordance with each CONTRACTOR'S respective 1 rates as listed in the pricing schedule summary attached as Exhibit B hereto and incorporated herein by 2 this reference. CONTRACTOR shall not undertake any services without the advance written 3 authorization of the COUNTY. If the COUNTY requests a service not specified in Exhibit B, then the 4 price for such service(s)will be negotiated between the COUNTY and the CONTRACTOR and shall be 5 based on prices similar to those listed in Exhibit B. 6 The maximum compensation payable to all Contractors, in the aggregate, under this Master 7 Agreement is Six Million Dollars ($6,000,000) for the base term, commencing as of the effective date, 8 for the entire term of the Master Agreement. In the event that an extension, as defined in section 3, 9 "Term", above, of the term is granted for the first optional year, then the maximum compensation 10 payable to all Contractors, in the aggregate, under this Master Agreement for the base term plus the 11 one-year extension is Eight Million Dollars ($8,000,000). In the event that an extension, as defined in 12 section 3, "Term", above, of the term is granted for the second optional year, then the maximum 13 compensation payable to all Contractors, in the aggregate, under this Master Agreement for the base 14 term plus the one-year extension is Ten Million Dollars ($10,000,000). In no event shall the total 15 cumulative amount of compensation paid to all of the CONTRACTORS collectively during the entire 16 potential approximate five-year term of this Agreement exceed the sum of Ten Million Dollars 17 ($10,000,000). 18 Each CONTRACTOR shall submit invoices in accordance with the rates and charges agreed 19 upon for the services provided to the COUNTY by each CONTRACTOR during the previous monthly 20 billing period on the first day of the month. CONTRACTOR shall submit itemized invoices to the 21 requesting COUNTY department. For the Road Maintenance and Operations Division and the Landfill 22 Operations Department, invoices must be submitted electronically to 23 PWPBusinessOffice(a)fresnocountvca.gov. Each invoice shall reference this Agreement number, the 24 responsible COUNTY department, the date and time of service, the cross streets for each site location 25 serviced by CONTRACTOR within the same day, name of service technicians who provided the 26 services, itemization of charges (parts and labor), CONTRACTORS response time, clear description of 27 truck vehicles provided, begin and end times, total billable hours, the Project Number (which shall be 28 provided by the COUNTY), and provide any related backup material that describes the trucking/hauling 1 services performed each day. The COUNTY will pay CONTRACTOR within forty-five (45) days after 2 receipt, verification, and approval of CONTRACTOR'S invoices by COUNTY. 3 6. INDEPENDENT CONTRACTOR 4 In performance of the work, duties, and obligations assumed by CONTRACTOR under this 5 Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of the 6 CONTRACTOR'S officers, agents, and employees will at all times be acting and performing as an 7 independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, 8 employee, joint venturer, partner, or associate of the COUNTY. Furthermore, COUNTY shall have no 9 right to control or supervise or direct the manner or method by which CONTRACTOR shall perform its 10 work and function. However, COUNTY shall retain the right to administer this Agreement so as to verify 11 that CONTRACTOR is performing its obligations in accordance with the terms and conditions thereof. 12 CONTRACTOR and COUNTY shall comply with all applicable provisions of law and the rules 13 and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. 14 Because of its status as an independent contractor, CONTRACTOR shall have absolutely no 15 right to employment rights and benefits available to COUNTY employees. CONTRACTOR shall be 16 solely liable and responsible for providing to, or on behalf of, its employees all legally-required 17 employee benefits. In addition, CONTRACTOR shall be solely responsible and save COUNTY 18 harmless from all matters relating to payment of CONTRACTOR'S employees, including compliance 19 with Social Security withholding and all other regulations governing such matters. It is acknowledged 20 that during the term of this Agreement, CONTRACTOR may be providing services to others unrelated 21 to the COUNTY or this Agreement. 22 7. MODIFICATION 23 A. Any matters of this Agreement may be modified from time to time by the written consent 24 of all the parties without in any way affecting the remainder. 25 B. CONTRACTORS will be allowed to request price adjustments due to the cost of doing 26 business only with the written approval of the Director of Public Works and Planning. Requests 27 regarding fuel cost must include proof and be tied to the California Statewide Fuel Price Index 28 (https://dot.ca.gov/programs/construction/ca-sw-fuel-price-index), which is updated on or about the first 1 business day of the following month by using the posted monthly average diesel price posted by the 2 U.S. Energy Information Administration for the California region. Approved cost adjustments shall not 3 affect the total maximum compensation amount payable to CONTRACTORS, or scope of services, as 4 stated in Section 1 above. 5 8. NON-ASSIGNMENT 6 Neither party shall assign, transfer, or sub-contract this Agreement nor their rights or duties under this 7 Agreement without the prior written consent of either party. 8 9. HOLD HARMLESS 9 CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY's request, defend 10 the COUNTY, its officers, agents, and employees from any and all costs and expenses (including 11 attorney's fees and costs), damages, liabilities, claims, and losses occurring or resulting to COUNTY in 12 connection with the performance, or failure to perform, by CONTRACTOR, its officers, agents, or 13 employees under this Agreement, and from any and all costs and expenses (including attorney's fees 14 and costs), damages, liabilities, claims, and losses occurring or resulting to any person, firm, or 15 corporation who may be injured or damaged by the performance, or failure to perform, of 16 CONTRACTOR, its officers, agents, or employees under this Agreement. The provisions of this Section 17 9 shall survive the termination of this Agreement. 18 10. INSURANCE 19 Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third 20 parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following 21 insurance policies throughout the term of the Agreement: 22 A. Commercial General Liability— Commercial General Liability Insurance with limits of not 23 less than Two Million Dollars ($2,000,000) per occurrence and an annual aggregate of Four Million 24 Dollars ($4,000,000). This policy shall be issued on a per occurrence basis. COUNTY may require 25 specific coverages including completed operations, products liability, contractual liability, Explosion- 26 Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of 27 the nature of this contract. 28 1 B. Automobile Liability — Comprehensive Automobile Liability Insurance with limits of not 2 less than One Million Dollars ($1,000,000) per accident for bodily injury and for property damages. 3 Coverage should include any auto used in connection with this Agreement. 4 C. Professional Liability— If CONTRACTOR employs licensed professional staff, (e.g., 5 Ph.D., R.N., L.C.S.W., M.F.C.C) in providing services, Professional Liability Insurance with limits of not 6 less than One Million Dollars ($1,000,000) per occurrence, Three Million Dollars ($3,000,000) annual 7 aggregate. CONTRACTOR agrees that it shall maintain, at its sole expense, in full force and effect for a 8 period of three (3) years following the termination of this Agreement, one or more policies of 9 professional liability insurance with limits of coverage as specified herein. 10 D. Worker's Compensation —A policy of Worker's Compensation insurance as may be 11 requested by the California Labor Code. 12 E. Additional Requirements Relating to Insurance— CONTRACTOR shall obtain 13 endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, 14 agents, and employees, individually and collectively, as additional insured, but only insofar as the 15 operations under this Agreement are concerned. Such coverage for additional insured shall apply as 16 primary insurance and any other insurance, of self-insurance, maintained by COUNTY, its officers, 17 agents and employees shall be excess only and not contributing with insurance provided under 18 CONTRACTOR'S policies herein. This insurance shall not be cancelled or changed without a minimum 19 of thirty (30) days advance written notice given by the COUNTY. 20 CONTRACTOR hereby waives its right to recover from COUNTY, its officers, agents, and 21 employees any amounts paid by the policy of worker's compensation insurance required by this 22 Agreement. CONTRACTOR is solely responsible to obtain any endorsement to such policy that may be 23 necessary to accomplish such waiver of subrogation, but CONTRACTOR'S waiver of subrogation 24 under this paragraph is effective whether or not CONTRACTOR obtains such an endorsement. 25 Within thirty (30) days from the date CONTRACTOR executes this Agreement, 26 CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of the 27 foregoing policies, as required herein, via email to RDMaint(c�fresnocountyca.gov stating that such 28 insurance coverages have been obtained and are in full force; that the County of Fresno, its officers, 1 agents and employees will not be responsible for any premiums on the policies; that such Commercial 2 General Liability insurance names the County of Fresno, its officers, agents and employees, individually 3 and collectively, as additional insured, but only insofar as the operations under this Agreement are 4 concerned; that such coverage for additional insured shall apply as primary insurance and any other 5 insurance, or self-insurance, maintained by COUNTY, its officers, agents, and employees, shall be 6 excess only and not contributing with insurance provided under CONTRACTOR'S policies herein and 7 that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance 8 written notice given to the COUNTY. 9 In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein 10 provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this 11 Agreement upon the occurrence of such event. 12 All policies shall be issued by admitted insurers licensed to do business in the State of 13 California, and such insurance shall be purchased from companies possessing a current A.M. Best, Incl 14 rating of A FSC VII or better. 15 11. AUDITS AND INSPECTIONS 16 The CONTRACTOR shall at any time during business hours, and as often as COUNTY may 17 deem necessary, make available to the COUNTY for examination all of its records and data with 18 respect to the matters covered by this Agreement. The CONTRACTOR shall, upon request by the 19 COUNTY, permit the COUNTY to audit and inspect all such records and data necessary to ensure 20 CONTRACTOR'S compliance with the terms of this Agreement. 21 If this Agreement exceeds Ten Thousand Dollars ($10,000), CONTRACTOR shall be subject to 22 the examination and audit of the Auditor General for a period of three (3) years after final payment 23 under contract (Government Code Section 8546.7). 24 12. NOTICES 25 The persons and their addresses having authority to give and receive notices under this 26 Agreement include the following: 27 COUNTY CONTRACTOR 28 COUNTY OF FRESNO See Exhibit A for each 1 Division Manager, Road Maintenance CONTRACTOR'S contact person 2 and Operations Division 3 2220 Tulare Street, 10t" Floor 4 Fresno, CA 93721 5 RDMaint(o-)fresnoCOUNTYca.gov 6 All notices between the COUNTY and CONTRACTOR provided for or permitted under this 7 Agreement must be in writing and delivered either by personal service, by first-class United States mail, 8 or by an overnight commercial courier service. A notice delivered by personal service is effective upon 9 service to the recipient. A notice delivered by first-class United States mail is effective three COUNTY 10 business days after deposit in the United States mail, postage prepaid, addressed to the recipient. A 11 notice delivered by an overnight courier service is effective one COUNTY business day after deposit 12 with the overnight commercial courier service, delivery fees prepaid, with delivery instructions given for 13 next day delivery, addressed to the recipient. For all claims arising out of or related to this Agreement, 14 nothing in this section establishes, waives, or modifies any claims presentation requirements or 15 procedures provided by law, including but not limited to the Government Claims Act (Division 3.6 of 16 Title 1 of the Government Code, beginning with section 810). 17 13. GOVERNING LAW 18 Venue for any action arising out of or related to this Agreement shall only be in Fresno 19 COUNTY, California. The rights and obligations of the parties and all interpretation and performance of 20 this Agreement shall be governed in all respects by the laws of the State of California. 21 14. LEGAL AUTHORITY 22 Each individual executing this Agreement on behalf of CONTRACTOR hereby covenants, 23 warrants, and represents: (i) that he or she is duly authorized to execute or attest and deliver this 24 Agreement on behalf of such entity, e.g. (without limitation), corporation, limited liability company, 25 limited partnership, partnership or sole proprietorship, in accordance with all applicable formalities and 26 under California law; (ii) that this Agreement is binding on such entity; and (iii) that CONTRACTOR (as 27 applicable) is a duly organized and legally existing corporation, limited liability company, limited 28 partnership, partnership or sole proprietorship in good standing in the State of California. 1 15. DISCLOSURE OF SELF-DEALING TRANSACTIONS 2 This provision is only applicable if the CONTRACTOR is operating as a corporation (a for-profit 3 or non-profit corporation) or if during the term of the Agreement, the CONTRACTOR changes its status 4 to operate as a corporation. 5 Members of the CONTRACTOR'S Board of Directors shall disclose any self-dealing 6 transactions that they are a party to while CONTRACTOR is providing goods or performing services 7 under this Agreement. A self-dealing transaction shall mean a transaction to which the CONTRACTOR 8 is a party and in which one or more of its directors has a material financial interest. Members of the 9 Board of Directors shall disclose any self-dealing transactions that they are a party to by completing 10 and signing a Self-Dealing Transaction Form, attached hereto as Exhibit E and incorporated herein by 11 this reference, and submitting it to the COUNTY prior to commencing with the self-dealing transaction 12 or immediately thereafter. 13 16. ELECTRONIC SIGNATURES 14 The parties agree that this Agreement may be executed by electronic signature as provided in 15 this section. 16 A. An "electronic signature" means any symbol or process intended by an individual signing 17 this Agreement to represent their signature, including but not limited to (i) a digital signature; (ii) a faxed 18 version of an original handwritten signature; or (iii) an electronically scanned and transmitted (for 19 example by PDF document) version of an original handwritten signature. 20 B. Each electronic signature affixed or attached to this Agreement (i) is deemed equivalent 21 to a valid original handwritten signature of the person signing this Agreement for all purposes, including 22 but not limited to evidentiary proof in any administrative or judicial proceeding, and (ii) has the same 23 force and effect as the valid handwritten signature of that person. 24 C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, 25 subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, Part 2, Title 2.5, 26 beginning with section 1633.1). 27 28 1 D. Each party using a digital signature represents that it has undertaken and satisfied the 2 requirements of Government Code section 16.5, subdivision (a), paragraphs (1) through (5), and 3 agrees that each other party may rely upon that representation. 4 E. This Agreement is not conditioned upon the parties conducting the transactions under it 5 by electronic signature means and either party may sign this Agreement with a handwritten signature. 6 17. COUNTERPARTS 7 This Agreement may be signed in counterparts, each of which is an original, and all of which 8 together constitute this Agreement. 9 18. ENTIRE AGREEMENT 10 This Agreement constitutes the entire agreement between the CONTRACTORS and COUNTY 11 with respect to the subject matter hereof and supersedes all previous Agreement negotiations, 12 proposals, commitments, writings, advertisements, publications, and understanding of any nature 13 whatsoever unless expressly included in this Agreement. In the event of any inconsistency in 14 interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by 15 giving precedence in the following order of priority: (i) the text of this Agreement (excluding COUNTY's 16 RFQ No. 25-022 and the RFQ Responses submitted by the CONTRACTORS), as supplemented by 17 Exhibits A and B hereto; (ii) COUNTY's RFQ No. 25-022 (Exhibit C hereto); and (iii) each 18 CONTRACTOR'S respective RFQ Response to RFQ No. 25-022 (Exhibit D hereto). 19 20 21 22 23 24 25 26 27 28 /// 1 IN WITNESS WHEREOF, the parties have executed this Agreement on the date set forth 2 above. 3 4 5 CONTRACTOR COUNTY OF FRESNO 6 See additional Signature Pages 7 Attached 8 9 Ernest Buddy Mendes, Chairman of 10 the Board of Supervisors of 11 the County of Fresno 12 13 14 ATTEST: 15 Bernice E. Seidel 16 Clerk of the Board of Supervisors 17 County of Fresno, State of California 18 19 By 20 Deputy 21 22 23 24 FOR ACCOUNTING USE ONLY 25 26 ORG No: 45104514 Account No. 7295 27 Fund No. 0010 Subclass No. 11000 28 I By executing this signature page, CONTRACTOR becomes a signatory to the Agreement 2 dated above and agrees that it is a party to the Agreement with the COUNTY and is bound by its terms. 3 4 5 CONTRACTOR 6 CB Roadways, Inc. 7 8 �OhtA �1�e 9 Sonia Cheema, President 10 11 1754 Technology Drive, Suite 200 12 San Jose, CA 95110 13 14 15 16 17 18 19 20 21 22 23 24 FOR ACCOUNTING USE ONLY 25 ORG No: 45104514 Account No. 7295 26 Fund No. 0010 27 Subclass No. 11000 28 1 By executing this signature page, CONTRACTOR becomes a signatory to the Agreement 2 dated above and agrees that it is a party to the Agreement with the COUNTY and is bound by its terms. 3 4 5 CONTRACTOR 6 WTB, Inc. 7 8 9 Christina Tanney, Pry ident 10 11 7093 W. Belmont Ave. 12 Fresno, CA 93723 13 14 15 16 17 1$ 19 20 21 22 23 24 FOR ACCOUNTING USE ONLY 25 ORG No: 45104514 Account No. 7295 26 Fund No. 0010 27 Subclass No. 11000 28 Exhibit A CONTRACTORS Contractor Contact Phone Email CB Roadways, Inc. Sonia Cheema (408) 600-7555 son ia(@cbroadwaysinc.com Mailing Address: Dispatch Locations: 1754 Technology Drive, Suite 200 2733 W. Princeton Ave. San Jose, CA 9510 Fresno, CA 93705 1754 Technology Drive, Suite 200 San Jose, CA 95110 1638 W. Jensen Ave. Fresno, CA 93706 Contractor Contact Phone Email WTB, Inc. Nick Young (559) 275-1998 nick(abwtbinc.org Mailing Address: Dispatch Location: 7093 W. Belmont Ave. 7093 W. Belmont Ave. Fresno, CA 93705 Fresno, CA 93705 Exhibit B - Quotation Schedules QUOTATION SCHEDULE Please ensure to factor all costs throughout the contract term. Price quotes shall include all miscellaneous and related charges. The County will only pay costs expressly included and itemized in the bid. Each hourly rate quoted shall include all labor, materials, equipment, travel time, transportation, fees, permits, insurances, licenses, overhead, taxes, etc. to perform trucking/hauling services as specified. Contractors will be allowed to request price adjustments due to the cost of doing business with the Director's approval. Requests regarding fuel cost must include proof and be tied to the California Statewide Fuel Price Index (httl)s://dot.ca.gov/programs/construction/ca-sw-fuel-price-index), which is updated on or about the first business day of the following month by using the posted monthly average diesel price posted by the U.S. Energy Information Administration for the California region. Approved cost adjustments shall not affect either the annual or total maximum compensation amount payable to Contractor(s), or scope of services, as stated in the agreement resulting from this RFQ. Quantities listed herein are annual estimates based on past usage and are not rante A. Equipment Description and Quantity: Bidder is to list the quantity available of each equipment and tonnage c aci to support the County contract. Please add any other vehicles that may be available for use wi s Agreement. This section is informational only and will not factor into award. Equipment Description Quantity Tonnage Available Capacity 1 Double Bottom Dumps 10+ 26 2 Demolition Trailer Rig 10+ 24 3 Transfer Rig 10+ 24 4 Super 10's 20+ 21 5 Lowbed Rig (16 tire) 2+ 24 6 60' Expando Lowbed 2+ 24 7 8 9 Exhibit B - Quotation Schedules B. Definition of Zones: Any combination of the zones detailed below will be calculated and charged on a proportional basis of the affected rates and usage. Zone Description To be performed 6:00 am - 8:00 pm within the valley area of Fresno County below A Day 1,000-foot elevation A Night To be performed 8:00 pm - 6:00 am within the valley area of Fresno County below 1,000-foot elevation B Day To be performed 6:00 am - 8:00 pm in the foothill and mountain areas of Fresno County above the 1,000-foot elevation B Night To be performed 8:00 pm - 6:00 am in the foothill and mountain areas of Fresno County above the 1,000-foot elevation C. Hourly Rates: Submit hourly rates for the zones listed below and equipment types specified. Annual Total Zone Equipment Type Usage(Estimated Rate (Usage x Hours) Rate) 1 A Day Double Bottom Dump 1800 $ 161.84 $291,312.0 2 A Day Transfer Rigs 180 $ 161.84 $29,131.20 3 A Day Lowbed Rigs (16 tire) 1800 $ 161.84 $291,312.0 4 A Day Super 10's 1800 $ 161.84 $291,312.0 5 A Day Lowbed Rigs (16 tire) 90 $ 161.84 $14,565.60 6 A Day 60' Expando Lowbed 90 $161.84 $14,565.60 7 A Night Double Bottom Dump 150 $ 161.84 $24,276.00 8 A Night Demolition Trailer Rig 15 $161.84 $2,427.60 9 A Night Transfer Rigs 150 $161.84 $24,276.00 10 A Night Super 10's 1800 $ 161.84 $291,312.0 Exhibit B - Quotation Schedules 11 A Night Lowbed Rigs (16 tire) 15 $ 161.84 $2,427.60 12 A Night 60' Expando Lowbed 90 $ 161.84 $14,565.60 13 B Day Double Bottom Dump 900 $ 161.84 $145,656.0 14 B Day Demolition Trailer Rig 90 $ 161.84 $14,565.60 15 B Day Transfer Rigs 900 $ 161.84 $145,656.0 16 B Day Super 10's 1800 $ 161.84 $291,312.0 17 B Day Lowbed Rigs (16 tire) 90 $ 1 .8 $ 14,565.60 18 B Day 60' Expando Lowbed 90 $ 161.84 $14,565.60 19 B Night Double Bottom Dump 150 $ 161.84 $24,276.00 20 B Night Demolition Trailer Rig 15 $161.84 $2,427.60 21 B Night Transfer Rigs 150 $ 161.84 $24,276.00 22 B Night Super 10's 1800 $ 161.84 $291,312.0 23 B Night Lowbed Rigs (16 tire) 15 $ 161.84 $2,427.60 24 B Night 60' Expando Lowbed 90 $ 161.84 $14,565.60 TOTAL: $ $2,277,088 80 Exhibit B - Quotation Schedules D. Other Equipment: Add any other equipment that may be available for use under this agreement (see "A" above). Include Zone and hourly rate. This information is informational and will not factor into award. Zone Equipment Type Hourly Rate 1 1/2 Water Trucks $ 161.84 2 $ 3 $ 4 $ 5 $ 6 $ 7 $ 8 $ Exhibit B - Quotation Schedules Quotation No. 25-022 QUOTATION SCHEDULE Please ensure to factor all costs throughout the contract term. Price quotes shall include all miscellaneous and related charges.The County will only pay costs expressly included and itemized in the bid. Each hourly rate quoted shall include all labor, materials,equipment; travel time, transportation,fees, permits., insurances, licenses, overhead, taxes, etc.to perform trucking/hauling services as specified. Contractors will be allowed to request price adjustments due to the cost of doing business with the Director's approval. Requests regarding fuel cost must include proof and be tied to the California Statewide Fuel Price Index (httgs://dot.ca.gov/prourams/construction/ca-sw-fuel-rice-index), which is updated on or about the first business day of the following month by using the posted monthly average diesel price posted by the U.S. Energy Information Administration for the California region.Approved cost adjustments shall not affect either the annual or total maximum compensation amount payable to Contractor(s), or scope of services, as stated in the agreement resulting from this RFQ. Quantities listed herein are annual estimates based on past usage and are not guaranteed. A. Equipment Description and Quantity: Bidder is to list the quantity available of each equipment and nagJ%wis y to support the County contract. Please add any other vehicles that may be availabl r us Agreement. This section is informational only and will not factor into award. Equipment Description Quantity Tonnage Available Capacity i 1 Double Bottom Du s 67 26-28 tons 2 Demolitio filer Ri 10 21-23.5 tons 3 TrInsfer R111h, OF 20 23.5-26 tons 4 Aer 10's 10 18-22 tons ow Rig (16 tire) % 4% 6 60' Expando Lowbed _ r 8 9 25-022 TrL-cking&Haufng Services Exhibit B - Quotation Schedules Quotation No. 25-022 B. Definition of Zones: Any combination of the zones detailed below will be calculated and charged on a proportional basis of the affected rates and usage. Zone Description A Day To be performed 6:00 am - 8:00 pm within the valley area of Fresno County below 1,000-foot elevation A Night To be performed 8:00 pm -6:00 am within the valley area of Fresno County below 1,000-foot elevation B Day To be performed 6:00 am -8:00 pm in the foothill and mountain as of Fresno . Count' above the 1,000-foot elevation B Night To be performed 8:00 pm -6:00 am in the foothill and mou tain as of Fresno Count, above the 1,000-foot elevation C. Hourly Rates: Submit hourly rates for the zones listed below and equipment t pes specified. Annual Total Zone Equipment Type Usage Hourly(Estimated Rate (Usage x Hours) Rate) 1 A Day Double Bottom Dump 1800 $ 149.75 $ 269,550 00 2 A Day Transfer Rigs 180 $ 149.75 $ 26,955.00 3 A Da Lowbed Rigs (16 tire) 1800 $ $ *CA%Super 10's 1800 $ 149.75 $ 269,550.00 5 Day bed Rigs (16 tire) 90 $ $ y 60' Expando Lowbed 90 $ $ `y 7 A Night Double Bottom Dump 150 $ 155.00 $ 23,250.00 1 8 A Night Demolition Trailer Rig 15 $ 158.00 $ 2,370.00 9 A Night Transfer Rigs 150 $ 1155.01C $ 23,250.0 0 10 A Night Super 10's 1800 $ 155.01C $ 00000 25-022 Trucking&HauYng Services Exhibit B - Quotation Schedules Quotation No. 25-022 11 A Night Lowbed Rigs (16 tire) 15 $ I $ 12 A Night 60' Expando Lowbed 90 $ $ -- 13 B Day Double Bottom Dump 900 $ 175.00 $ 157,500.1110 14 B Day Demolition Trailer Rig 90 $ 180.00 $ 16,200.0 15 B Day Transfer Rigs 900 $ 175,00 $ 157,500 00 16 B Day Super 10's 1800 $ 17 0 $ 315,000 00 17 B Day Lowbed Rigs(16 tire) 90 AN 18 B Day 60'Expando Lowbed 90 $ $ 19 B Night Double Bottom Dump 150 I $ 180.00 $ 27,000.0 I 20 B Night Demolition Trailer Rig 15 $ 185.00 $ 2,775.001 21 B Night Transfer Rigs 150 $ 180.00 8 27,000.010 22 B Night Super 10's 1800 $ 180.00 $ 324,000. 0 I 23 B Night Lowb s (16 tire) 15 $ $ 24 B Night 60' Expando owbed 90 $ $ TOTAL: f $ 2502.25 $ 1,920,90 .00 25-022 Trucking&Haukrg Services Exhibit B - Quotation Schedules Quotation No. 25-022 D. Other Equipment: Add any other equipment that may be available for use under this agreement (see "A" above). Include Zone and hourly rate. This information is informational and will not factor into award. Zone Equipment Type Hourly Rate 1 A Day Demo Super $ 165.00 2 A Day Demo Ten Wheeler $ 165.00 3 A Day Demo Transfer $ 165.00 4 B Day Demo Super $ 185.00 5 B Day Demo Ten Wheeler $ 185.00 6 B Day Demo Transfer $ 185.00 7 $ 8 $ 26-022 Truclang&Hauling Services Exhibit C - RFQ No. 25-022 COUNTY OF FRESNO ADDENDUM NUMBER: TWO (2) RFQ NUMBER: 25-022 TRUCKING & HAULING SERVICES Issue Date: November 12, 2024 CLOSING DATE: NOVEMBER 199 2024 AT 2:OOPM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Yvette Jamison at(559) 600-7110. NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 25-022 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. ➢ The Closing Date and Time are extended to November 19, 2024 at 2:00 PM. ➢ On page 15 of the Request for Quotation, paragraph 4 of the Scope of Work is revised as follows: Chargeable/billable time period will end after each specific truck arrives back at its trucking yard after the final delivery is made for each specific haul day, and hauler has obtained a signed acceptance/confirmation by an authorized County of Fresno representative. ACKNOWLEDGMENT OF ADDENDUM NUMBER TWO (2) TO RFQ 25-022 COMPANY NAME: (PRINT) SIGNATURE: NAME & TITLE: (PRINT) Purchasing Use:YJ:st ORG/Requisition:451014514/5142500036 htlps..//fresnocounty.sharepoint.com/sites/isd/purchasing/Public/RFQ/FY 2024-25/25-022 Trucking Hauling Services/25-022 Addendum 2.docx Exhibit C - RFQ No. 25-022 COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFQ NUMBER: 25-022 TRUCKING & HAULING SERVICES Issue Date: November 4, 2024 CLOSING DATE: NOVEMBER 129 2024 AT 1 0:00 AM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Yvette Jamison at(559) 600-7110. NOTE THE FOLLOWING ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 25-022 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. New Close Date Questions &Answers: Q1. On page 15 chargeable billing time ends at the unload site. Time should not end at dump site but rather be charged back to the load site at end of day. A1. Chargeable/billable time ends at the location and time that work has been completed for the day. If more than one delivery is made by the same truck/vehicle to the same location, chargeable/billable time ends when the last delivery of the day is complete. Q2. Also there needs to be a section for minimum hours charged. A2. Stating the minimum hours to be charged is not a required response for this bid. ACKNOWLEDGMENT OF ADDENDUM NUMBER One (1) TO RFQ 25-022 COMPANY NAME: (PRINT) SIGNATURE: NAME & TITLE: (PRINT) Purchasing Use:YJ:hs ORG/Requisition:45104514/5142500036 HTTPS://FRESNOCOUNTY.SHAREPOINT.COM/SITES/ISD/PURCHASING/PUBLIC/RFQ/FY 2024-25/25-022 TRUCKING HAULING SERVICES/25-022 ADDENDUM 1.D0CX Exhibit C - RFQ No. 25-022 COUNTY OF FRESNO FRCS REQUEST FOR QUOTATION NUMBER: 25-022 TRUCKING & HAULING SERVICES Issue Date: October 25, 2024 Closing Date: NOVEMBER 6, 2024 AT 10:00 AM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Yvette Jamison at Phone (559) 600-7110. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ. Bid must be signed and dated by an authorized officer or employee. COMPANY CONTACT PERSON ADDRESS CITY STATE ZIP CODE TELEPHONE NUMBER E-MAIL ADDRESS AUTHORIZED SIGNATURE PRINT NAME TITLE Purchasing Use:YJ:st ORGIRequisition:45104514/5142500036 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 2 TABLE OF CONTENTS PAGE KEYDATES .................................................................................................................... 3 OVERVIEW..................................................................................................................... 3 BIDINSTRUCTIONS ......................................................................................................4 GENERAL REQUIREMENTS & CONDITIONS............................................................... 5 INSURANCE REQUIREMENTS ................................................................................... 11 PARTICIPATION........................................................................................................... 13 REFERENCE LIST........................................................................................................ 14 SCOPEOF WORK........................................................................................................ 15 QUOTATION SCHEDULE............................................................................................. 16 COMPLY / NOT COMPLY............................................................................................. 21 CHECKLIST ................................................................................................................. 23 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 3 KEY DATES RFQ Issue Date: October 25, 2024 Written Questions for RFQ Due: October 30, 2024 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: November 6, 2024 at 10:00 AM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno on behalf of the Department of Public Works and Planning, Road Maintenance and Operations Division is soliciting bids to establish a Master Agreement under which all responsive bidders will provide trucking/hauling services. 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 4 BID INSTRUCTIONS • Bidders must electronically submit bid package in pdf format, no later than the quotation closing date and time as stated on the front of this document, to the Bid Page on Public Purchase. The County will not be responsible for and will not accept late bids due to slow internet connection or incomplete transmissions. • Bids received after the closing time will NOT be considered. • All quotations shall remain firm for 180 days. • Interpretation: Should any discrepancies or omissions be found in the bid specifications or doubt as to their meaning, the bidder shall notify the Buyer in writing at once. The County shall not be held responsible for verbal interpretations. Questions regarding the bid must be received by Purchasing prior to the date and time stated within this document. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract. • ISSUING AGENT/AUTHORIZED CONTACT: This RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor's sole point of contact with regard to the RFQ, its content, and all issues concerning it. All communication regarding this RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with 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 CountyPurchasingCcDfresnocountvca.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. 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 5 GENERAL REQUIREMENTS & CONDITIONS LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do not apply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing by October 30, 2024 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Yvette Jamison at (559) 600- 7110. NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. EXCEPTIONS: Please provide any exceptions to the general requirements and conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's quotation meets those requirements. AWARD: The County of Fresno reserves the right to make the award on the basis of the entire group or on a per line item basis. The award will be made in a manner determined to be to the best advantage of the County. Past performance (County contracts within the past seven years) and references may factor into awarding of a contract. The County will be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and special district building codes, laws, ordinances, and regulations. SALES TAX: Fresno County pays California State Sales Tax regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. TAXES, CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements. 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 6 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 initial three-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. 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 Department of Public Works & Planning. Each invoice shall reference the purchase order or contract number and the equipment number if applicable. 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. 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 7 CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years. RENEWAL: Agreement may be renewed for a potential of two (2)one (1)year periods, based on the mutual written consent of all parties. QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities. ORDERING: Orders will be placed as required by County of Fresno Department of Public Works & Planning. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. 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. 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 8 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. 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. PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFQ. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. OBLIGATIONS OF CONTRACTOR: Contractor warrants on behalf of itself and all subcontractors engaged for the performance of the ensuing contract that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 9 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. 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 10 BIDDER TO COMPLETE: SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 11 INSURANCE REQUIREMENTS INSURANCE: Without limiting the County's right to obtain indemnification from Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement(JPA) throughout the term of the Agreement: A. Commercial General Liability: Commercial general liability insurance with limits of not less than Two Million Dollars ($2,000,000) 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 Reauirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty (30)days from the date Contractor executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Department of Public Works & Planning at RMOFinancial(cDfresnocountvca.aov, 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 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 12 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. 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 13 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. F7Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. F7No, we will not extend contract terms to any agency other than the County of Fresno. (Authorized Signature) Title 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 14 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. If you have held a contract for these or similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: f Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 15 SCOPE OF WORK The County of Fresno on behalf of the Department of Public Works and Planning, Road Maintenance and Operations Division is soliciting bids to establish a Master Agreement under which successful bidders will provide trucking/hauling services to various locations throughout Fresno County. The County maintains nearly 3,500 miles of roadway. Materials to be hauled include, but are not limited to, sand, base rock, asphalt, and asphalt grindings. Chargeable/billable time will begin for each specific truck at the scheduled load time and point designated by the County representative (at the plant or, if in the field, upon arrival at the scheduled time). Chargeable/billable time period will end after each specific truck arrives at the ending point designated by the County representative for each specific haul day and hauler has obtained a signed acceptance/confirmation by an authorized County of Fresno representative. A. Time units of up to and including three (3) minutes shall be rounded down. B. Time units of excess three (3) minutes shall be rounded up. C. Hours to be billed and quoted in units of one-tenth (1/10) hour. Inability to meet all of the following will cause the Bid to be deemed Nonresponsive: A. Trucking/hauling services will be provided on an as-needed basis when requested by the County. B. Contractors shall obtain and have in possession all required permits and licenses to perform the services described herein and shall adhere to all Federal, State, and local laws and/or ordinances. a. All permits and licenses shall be active and current during the term of this Agreement. C. County shall provide Contractors a minimum of twenty-four(24) hours advance notice, either verbally or in writing, requesting trucking services, unless otherwise agreed to by both parties for special circumstances. Contractors shall be able to deliver trucks to the County designated location within this timeline (twenty-four(24) hours). D. Contractors will be required to haul materials and equipment from specific locations or vendors to particular job sites at differing locations through Fresno County. E. Contractors shall have a method to respond to calls and provide trucking services twenty-four(24) hours per day, seven (7) days per week. F. Contractors shall submit detailed invoices that include the following: a. Detailed description of each job completed (road segments, description of work site, project number). b. Invoice number(s). c. Date and time of request(s). d. First and last name of County employee that requested service. e. Contractor's response time. f. Clear description of truck vehicles provided which matches equipment listed in bidder's response to this RFQ. g. Begin and end times as described above in "E— F". h. Total billable hours. i. Email all invoices to PWPBusinessOfficeafresnocountyca.ciov. 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 16 QUOTATION SCHEDULE Please ensure to factor all costs throughout the contract term. Price quotes shall include all miscellaneous and related charges. The County will only pay costs expressly included and itemized in the bid. Each hourly rate quoted shall include all labor, materials, equipment, travel time, transportation, fees, permits, insurances, licenses, overhead, taxes, etc. to perform trucking/hauling services as specified. Contractors will be allowed to request price adjustments due to the cost of doing business with the Director's approval. Requests regarding fuel cost must include proof and be tied to the California Statewide Fuel Price Index (httl)s://dot.ca.gov/programs/construction/ca-sw-fuel-price-index), which is updated on or about the first business day of the following month by using the posted monthly average diesel price posted by the U.S. Energy Information Administration for the California region. Approved cost adjustments shall not affect either the annual or total maximum compensation amount payable to Contractor(s), or scope of services, as stated in the agreement resulting from this RFQ. Quantities listed herein are annual estimates based on past usage and are not guaranteed. A. Equipment Description and Quantity: Bidder is to list the quantity available of each equipment and tonnage capacity to support the County contract. Please add any other vehicles that may be available for use with this Agreement. This section is informational only and will not factor into award. Equipment Description Quantity Tonnage Available Capacity 1 Double Bottom Dumps 2 Demolition Trailer Rig 3 Transfer Rig 4 Super 10's 5 Lowbed Rig (16 tire) 6 60' Expando Lowbed 7 8 9 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 17 B. Definition of Zones: Any combination of the zones detailed below will be calculated and charged on a proportional basis of the affected rates and usage. Zone Description To be performed 6:00 am - 8:00 pm within the valley area of Fresno County below A Day 1,000-foot elevation A Night To be performed 8:00 pm - 6:00 am within the valley area of Fresno County below 1,000-foot elevation B Day To be performed 6:00 am - 8:00 pm in the foothill and mountain areas of Fresno County above the 1,000-foot elevation B Night To be performed 8:00 pm - 6:00 am in the foothill and mountain areas of Fresno County above the 1,000-foot elevation C. Hourly Rates: Submit hourly rates for the zones listed below and equipment types specified. Annual Total Zone Equipment Type Usage Hourly (Usage x (Estimated Rate Rate) Hours) 1 A Day Double Bottom Dump 1800 $ $ 2 A Day Transfer Rigs 180 $ $ 3 A Day Lowbed Rigs (16 tire) 1800 $ $ 4 A Day Super 10's 1800 $ $ 5 A Day Lowbed Rigs (16 tire) 90 $ $ 6 A Day 60' Expando Lowbed 90 $ $ 7 A Night Double Bottom Dump 150 $ $ 8 A Night Demolition Trailer Rig 15 $ $ 9 A Night Transfer Rigs 150 $ $ 10 A Night Super 10's 1800 $ $ 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 18 11 A Night Lowbed Rigs (16 tire) 15 $ $ 12 A Night 60' Expando Lowbed 90 $ $ 13 B Day Double Bottom Dump 900 $ $ 14 B Day Demolition Trailer Rig 90 $ $ 15 B Day Transfer Rigs 900 $ $ 16 B Day Super 10's 1800 $ $ 17 B Day Lowbed Rigs (16 tire) 90 $ $ 18 B Day 60' Expando Lowbed 90 $ $ 19 B Night Double Bottom Dump 150 $ $ 20 B Night Demolition Trailer Rig 15 $ $ 21 B Night Transfer Rigs 150 $ $ 22 B Night Super 10's 1800 $ $ 23 B Night Lowbed Rigs (16 tire) 15 $ $ 24 B Night 60' Expando Lowbed 90 $ $ TOTAL: $ $ 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 19 D. Other Equipment: Add any other equipment that may be available for use under this agreement (see "A" above). Include Zone and hourly rate. This information is informational and will not factor into award. Zone Equipment Type Hourly Rate 1 $ 2 $ 3 $ 4 $ 5 $ 6 $ 7 $ 8 $ 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 20 E. Trucking Yard Addresses: Note that chargeable/billable time begins at the scheduled load time and point, not the yard trucks are dispatched from. State address of all trucking yards from which trucking/hauling will be dispatched: 1 2 3 4 5 6 7 8 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 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. Trucking/hauling services will be provided on an as-needed basis when requested by the County. 2. Contractors shall obtain and have in possession all required permits and licenses to perform the services described herein and shall adhere to all Federal, State, and local laws and/or ordinances. a. All permits and licenses shall be active and current during the term of this Agreement. 3. County shall provide Contractors a minimum of twenty-four(24) hours advance notice, either verbally or in writing, requesting trucking services, unless otherwise agreed to by both parties for special circumstances. Contractors shall be able to deliver trucks to the County designated location within this timeline (twenty-four(24) hours). 4. Contractors will be required to haul materials and equipment from specific locations or vendors to particular job sites at differing locations through Fresno County. 5. Contractors shall have a method to respond to calls and provide trucking services twenty-four(24) hours per day, seven (7)days per week. 6. Contractors shall submit detailed invoices that include the following: a. Detailed description of each job completed (road segments, description of work site, project number). b. Invoice number(s). c. Date and time of request(s). d. First and last name of County employee that requested service. e. Contractor's response time. f. Clear description of truck vehicles provided which matches equipment listed in bidder's response to this RFQ. 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 22 g. Begin and end times as described above in "E— F. h. Total billable hours. i. Email all invoices to PWPBusinessOffice@fresnocountyca.gov. 25-022 Trucking&Hauling Services Exhibit C - RFQ No. 25-022 Quotation No. 25-022 Page 23 CHECK LIST This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1. The Request for Quotation (RFQ) has been signed and completed. 2. Addenda, if any, have been signed and included in the bid package. 3. The completed Reference List as provided with this RFQ. 4. The completed Comply/Not Comply page as provided with this RFQ. 5. The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 6. Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ. 7. The Participation page as provided within this RFQ has been signed and included 8. The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section (if applicable) has been signed and included. 9. Bidder to Complete page as provided with this RFQ. 10. Verification of Contractor's License and the Department of Consumer Affairs—Contractors' State License Board. 11. Return checklist with RFQ response. 12. Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. 25-022 Trucking&Hauling Services Exhibit D - RFQ Responses COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFQ NUMBER: 25-022 TRUCKING & HAULING SERVICES Issue Date: November 4, 2024 CLOSING DATE: NOVEMBER 129 2024 AT 1 0:00 AM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Yvette Jamison at(559) 600-7110. NOTE THE FOLLOWING ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 25-022 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. New Close Date Questions &Answers: Q1. On page 15 chargeable billing time end t the unload site. Time should not end at dump site but rather be charged back to thesload s+ end of day. Al. Chargeable/billable time ends at the location and time that work has been completed for the day. If more than one delivery is made by the same truck/vehicle to the same location, chargeable/billable time ends when the last delivery of the day is complete. Q2. Also there eed o be a section for minimum hours charged. A2. Stalin 4M um rs to be charged is not a required response for this bid. �� ACKNOWLEDGMENT OF ADDENDUM NUMBER One (1) TO RFQ 25-022 COMPANY NAME: CE Roadways, Inc. { (PRINT) SIGNATURE: NAME & TITLE: Sonia Cheema, President (PRINT) Purchasing Use:YJ:hs ORG/Requisition:45104514/5142500036 HTTPS://FRESNOCOUNTY.SHAREPOINT.COM/SITES/ISD/PURCHASING/PUBLIC/RFQ/FY 2024-25/25-022 TRUCKING HAULING SERVICES/25-022 ADDENDUM 1.D0CX Exhibit D - RFQ Responses COUNTY OF FRESNO ADDENDUM NUMBER: TWO (2) RFQ NUMBER: 25-022 TRUCKING & HAULING SERVICES Issue Date: November 12, 2024 CLOSING DATE: NOVEMBER 199 2024 AT 2:OOPM Submit all Questions and Quotations on the Bid Page at Public Purchase For assistance contact Yvette Jamison at(559) 6007 NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 25-022 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDPM WITH YOUR QUOTATION. ➢ The Closing Date and Time are extended to November 19, 2024 at 2:00 PM. On page 15 of the Request for Quotation, parafraph 4 of the Scope of Work is revised as follows: Chargeable/billable time period will end after e�acTi specific truck arrives back at its trucking yard after the final delivery is made for each specific haul day, d hauler has obtained a signed acceptance/confirmation by an authorized County of Fresno representative W ACKNOWLEDGMENT OF ADDENDUM NUMBER TWO (2 TO RFQ 25-022 COMPANY NAME: CB Roadwa s Inc. /i (PRINT) SIGNATURE: NAME & TITLE: Sonia Cheema, President (PRINT) Purchasing Use:YJ:st ORG/Requisition:451014514/5142500036 Exhibit D - RFQ Responses COUNTY OF FRESNO o� �o ORES REQUEST FOR QUOTATION NUMBER: 25-022 TRUCKING & HAULING SERVICES Issue Date: October 25, 2024 Closing Date: NOVEMBER 6, 2024 AT 10:00 AM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Yvette Jamison at Phone (559) 600-7110. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ. Bid must be signed and dated by an authorized officer or employee. C.B. Roadways, Inc. COMPANY Sonia Cheema, President Contact for Bid:Kristian Laughlin, Niagara Consulting, kristian@niagaraconsulting.net 332-216-2555 CONTACT PERSON 1754 Technology Dr. Ste 200 ADDRESS San Jose CA 95110 CITY STATE ZIP CODE 40 - 600-7555 sonic cbroadwa sinc.com TE PHONE NUMBER E-MAIL ADDRESS A OR SIGNATURE Sonia Cheema President PRINT NAME TITLE Purchasing Use:YJ:st ORGIRequisition:45104514/5142500036 Exhibit D - RFQ Responses COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFQ NUMBER: 25-022 TRUCKING & HAULING SERVICES Issue Date: November 4, 2024 CLOSING DATE: NOVEMBER 129 2024 AT 1 0:00 AM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Yvette Jamison at(559) 600-7110. NOTE THE FOLLOWING ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 25-022 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. New Close Date Questions &Answers: Q1. On page 15 chargeable billing time end t the unload site. Time should not end at dump site but rather be charged back to the load site end of day. Al. Chargeable/billable time ends at the location and time that work has been completed for the day. If more than one delivery is made by the same truck/vehicle to the same location, chargeable/billable time ends when the last delivery of the day is complete. Q2. Also there eed o be a section for minimum hours charged. A2. Stalin 4M um rs to be charged is not a required response for this bid. �� ACKNOWLEDGMENT OF ADDENDUM NUMBER One (1) TO RFQ 25-022 COMPANY NAME: C.B. Roadways, Inc. rr (PRINT) f�� yL4 SIGNATURE: c%" NAME & TITLE: Sonia Cheema, President (PRINT) Purchasing Use:YJ:hs ORG/Requisition:45104514/5142500036 HTTPS://FRESNOCOUNTY.SHAREPOINT.COM/SITES/ISD/PURCHASING/PUBLIC/RFQ/FY 2024-25/25-022 TRUCKING HAULING SERVICES/25-022 ADDENDUM 1.D0CX Exhibit D - RFQ Responses TABLE OF CONTENTS PAGE KEYDATES .................................................................................................................... 3 OVERVIEW..................................................................................................................... 3 BIDINSTRUCTIONS ......................................................................................................4 GENERAL REQUIREMENTS & CONDITIONS.............................................. ......... 5 . INSURANCE REQUIREMENTS ................................................................ ........... . 11 PARTICIPATION..................................................................................... ............ 13 REFERENCE LIST...................................................................... .. .. ...... ........... 14 SCOPEOF WORK............................................................ .... k.... ........................ 15 QUOTATION SCHEDULE........................................ .... .. ..................................... 16 COMPLY / NOT COMPLY.................................... ........ ........................................... 21 CHECKLIST .............................................. .... ..... ................................................ 23 Exhibit D - RFQ Responses KEY DATES RFQ Issue Date: October 25, 2024 Written Questions for RFQ Due: October 30, 2024 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: November 6, 2024 at 10:00 AM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno on behalf of the Department of Public Works and Planning, Road Maintenance and Operations Division is soliciting bids to establish a Master Agreement under which all responsive bidders will provide trucking/hauling services. ` Exhibit D - RFQ Responses 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 CountyPurchasingCc—Dfresnocountyca.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. Exhibit D - RFQ Responses GENERAL REQUIREMENTS & CONDITIONS LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do not apply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing by October 30, 2024 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Yvette Jamison at (559) 600- 7110. ON' NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. EXCEPTIONS: Please provide any exceptions to the general requirements and conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's quotation meets those requirements. AWARD: The County of Fresno reserves the right to make the award on the basis of the entire group or on a per line item basis. The award will be made in a manner determined to be to the best advantage of the County. Past performance (County contracts within the past seven years) and references may factor into awarding of a contract. The County will be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and special district building codes, laws, ordinances, and regulations. SALES TAX: Fresno County pays California State Sales Tax regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. TAXES, CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements. Exhibit D - RFQ Responses 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 initial three-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. 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 Department of Public Works & Planning. Each invoice shall reference the purchase order or contract number and the equipment number if applicable. 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. Exhibit D - RFQ Responses CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years. RENEWAL: Agreement may be renewed for a potential of two (2)one (1)year periods, based on the mutual written consent of all parties. QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities. ORDERING: Orders will be placed as required by County of Fresno Department of Public Works & Planning. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. 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. Exhibit D - RFQ Responses 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. 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. PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFQ. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. OBLIGATIONS OF CONTRACTOR: Contractor warrants on behalf of itself and all subcontractors engaged for the performance of the ensuing contract that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. Exhibit D - RFQ Responses 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-diskgdr'Rfe, portable storage device or remote storage installation unless encrypted according to advancecryon standards (AES of 128 bit or higher). &S 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 it rred as a result of providing the required notification. , � AUDITS AND RETENTION: The C actor all intain 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. Exhibit D - RFQ Responses BIDDER TO COMPLETE: SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: Dragon Material Transport, Inc. Exhibit D - RFQ Responses 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 t One Million Dollars ($1,000,000) per occurrence for bodily injury and for property damages. ov ge 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 Reauirements 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, Department of Public Works & Planning at RMOFinancial(cDfresnocountvca.aov, 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 Exhibit D - RFQ Responses 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. } Exhibit D - RFQ Responses 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. FYes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. `` b No, we will not extend contract terms to air agency other than the County of Fresno.F-1 1` (A hor;;is Sonia Cheema, President itl Exhibit D - RFQ Responses VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: C. B. Roadways, Inc. 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: Santa Clara Valley Water District Contact: R Gilmore Address: 5750 Almaden Exp. rgilmore@valleywater.org City: San Jose State: CA Zip: 95118 Phone No.: ( 408 ) 630-3052 Date: 2017- Ongoing Service Provided: Trucking/ hauling services with annual purchase orders over$1 million. i Reference Name: Gagliasso Trucking Contact: r Donald Gagliasso Address: 415 Aldo Ave. City: Santa Clara State: CA Zip: 95054 Phone No.: ( 408 ) 988-4021 Date: 2017 - Ongoing Service Provided: Trucking/Hauling services with various truck types Reference Name: Team North Construction Services Contact: Donn North Address: 150 Executive Park Blvd #3150 donn.north(a_gmail.com City: San Francisco State: ( A Zip: 94134 Phone No.: ( 415 ) 467-0300 Date: 2017 - Ongoing Service Provided: Trucking/Hauling services, Hauling aggregates etc. Reference Name: Rich Voss Trucking Contact: Steve Martini Address: 12100 Stevens Canyon Rd City: Cupertino State: CA Zip: 95014 Phone No.: ( 408 ) 253-2512 Date: 2018 - Ongoing Service Provided: Trucking/hauling dirt, sand asphalt, rock, gravel and other materials It ML Reference Name: Granite Rock Contact: Brandon Address: 11711 Berryessa Rd City: San Jose State: CA zip: 95133 Phone No.: ( 408 ) 487-3138 Date: April 2021 - Ongoing Service Provided: Trucking/Hauling aggregates with various truck types Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. Exhibit D - RFQ Responses SCOPE OF WORK The County of Fresno on behalf of the Department of Public Works and Planning, Road Maintenance and Operations Division is soliciting bids to establish a Master Agreement under which successful bidders will provide trucking/hauling services to various locations throughout Fresno County. The County maintains nearly 3,500 miles of roadway. Materials to be hauled include, but are not limited to, sand, base rock, asphalt, and asphalt grindings. Chargeable/billable time will begin for each specific truck at the scheduled load time and point designated by the County representative (at the plant or, if in the field, upon arrival at the scheduled time). Chargeable/billable time period will end after each specific truck arrives at the ending point designated by the County representative for each specific haul day and hauler has obtained a signed acceptance/confirmation by an authorized County of Fresno representative. A. Time units of up to and including three (3) minutes shall be rounded down. B. Time units of excess three (3) minutes shall be rounded up. C. Hours to be billed and quoted in units of one-tenth (1/10) hour. Inability to meet all of the following will cause the Bid to be deemed Nonresponsive: A. Trucking/hauling services will be provided on an as-needed basis when requested by the County. B. Contractors shall obtain and have in possession all required permits and licenses to perform the services described herein and shall adhere to all Federal, State, and local laws and/or ordinances. a. All permits and licenses shall be active and current during the term of this Agreement. C. County shall provide Contractors a minimum of twenty-four(24) hours advance notice, either verbally or in writing, requesting trucking services, unless otherwise agreed to by both parties for special circumstances. Contractors shall be able to deliver trucks to the County designated location within this timeline (twenty-four(24) hours). D. Contractors will be required to haul materials and equipment from specific locations or vendors to particular job sites at differing locations through Fresno County. E. Contractors shall have a method to respond to calls and provide trucking services twenty-four(24) hours per day, seven (7) days per week. F. Contractors shall submit detailed invoices that include the following: a. Detailed description of each job completed (road segments, description of work site, project number). b. Invoice number(s). c. Date and time of request(s). d. First and last name of County employee that requested service. e. Contractor's response time. f. Clear description of truck vehicles provided which matches equipment listed in bidder's response to this RFQ. g. Begin and end times as described above in "E— F". h. Total billable hours. i. Email all invoices to PWPBusinessOfficeafresnocountyca.gov. Exhibit D - RFQ Responses QUOTATION SCHEDULE Please ensure to factor all costs throughout the contract term. Price quotes shall include all miscellaneous and related charges. The County will only pay costs expressly included and itemized in the bid. Each hourly rate quoted shall include all labor, materials, equipment, travel time, transportation, fees, permits, insurances, licenses, overhead, taxes, etc. to perform trucking/hauling services as specified. Contractors will be allowed to request price adjustments due to the cost of doing business with the Director's approval. Requests regarding fuel cost must include proof and be tied to the California Statewide Fuel Price Index (httl)s://dot.ca.gov/programs/construction/ca-sw-fuel-price-index), which is updated on or about the first business day of the following month by using the posted monthly average diesel price posted by the U.S. Energy Information Administration for the California region. Approved cost adjustments shall not affect either the annual or total maximum compensation amount payable to Contractor(s), or scope of services, as stated in the agreement resulting from this RFQ. Quantities listed herein are annual estimates based on past usage and are not rante A. Equipment Description and Quantity: Bidder is to list the quantity available of each equipment and tonnage c aci to support the County contract. Please add any other vehicles that may be available for use wi s Agreement. This section is informational only and will not factor into award. Equipment Description Quantity Tonnage Available Capacity 1 Double Bottom Dumps 10+ 26 2 Demolition Trailer Rig 10+ 24 3 Transfer Rig 10+ 24 4 Super 10's 20+ 21 5 Lowbed Rig (16 tire) 2+ 24 6 60' Expando Lowbed 2+ 24 7 8 9 Exhibit D - RFQ Responses B. Definition of Zones: Any combination of the zones detailed below will be calculated and charged on a proportional basis of the affected rates and usage. Zone Description To be performed 6:00 am - 8:00 pm within the valley area of Fresno County below A Day 1,000-foot elevation A Night To be performed 8:00 pm - 6:00 am within the valley area of Fresno County below 1,000-foot elevation B Day To be performed 6:00 am - 8:00 pm in the foothill and mountain areas of Fresno County above the 1,000-foot elevation B Night To be performed 8:00 pm - 6:00 am in the foothill and mountain areas of Fresno County above the 1,000-foot elevation C. Hourly Rates: Submit hourly rates for the zones listed below and equipment types specified. Annual Total Zone Equipment Type Usage(Estimated Rate (Usage x Hours) Rate) 1 A Day Double Bottom Dump 1800 $ 161.84 $291,312.0 2 A Day Transfer Rigs 180 $ 161.84 $29,131.20 3 A Day Lowbed Rigs (16 tire) 1800 $ 161.84 $291,312.0 4 A Day Super 10's 1800 $ 161.84 $291,312.0 5 A Day Lowbed Rigs (16 tire) 90 $ 161.84 $14,565.60 6 A Day 60' Expando Lowbed 90 $161.84 $14,565.60 7 A Night Double Bottom Dump 150 $ 161.84 $24,276.00 8 A Night Demolition Trailer Rig 15 $161.84 $2,427.60 9 A Night Transfer Rigs 150 $161.84 $24,276.00 10 A Night Super 10's 1800 $ 161.84 $291,312.0 Exhibit D - RFQ Responses 11 A Night Lowbed Rigs (16 tire) 15 $ 161.84 $2,427.60 12 A Night 60' Expando Lowbed 90 $ 161.84 $14,565.60 13 B Day Double Bottom Dump 900 $ 161.84 $145,656.0 14 B Day Demolition Trailer Rig 90 $ 161.84 $14,565.60 15 B Day Transfer Rigs 900 $ 161.84 $145,656.0 16 B Day Super 10's 1800 $ 161.84 $291,312.0 17 B Day Lowbed Rigs (16 tire) 90 $ 1 .8 $ 14,565.60 18 B Day 60' Expando Lowbed 90 $ 161.84 $14,565.60 19 B Night Double Bottom Dump 150 $ 161.84 $24,276.00 20 B Night Demolition Trailer Rig 15 $161.84 $2,427.60 21 B Night Transfer Rigs 150 $ 161.84 $24,276.00 22 B Night Super 10's 1800 $ 161.84 $291,312.0 23 B Night Lowbed Rigs (16 tire) 15 $ 161.84 $2,427.60 24 B Night 60' Expando Lowbed 90 $ 161.84 $14,565.60 TOTAL: $ $2,277,088 80 Exhibit D - RFQ Responses D. Other Equipment: Add any other equipment that may be available for use under this agreement (see "A" above). Include Zone and hourly rate. This information is informational and will not factor into award. Zone Equipment Type Hourly Rate 1 1/2 Water Trucks $ 161.84 2 $ 3 $ 4 $ 5 $ 6 $ 7 $ 8 $ Exhibit D - RFQ Responses E. Trucking Yard Addresses: Note that chargeable/billable time begins at the scheduled load time and point, not the yard trucks are dispatched from. State address of all trucking yards from which trucking/hauling will be dispatched: 1 2733 W Princeton Ave., Fresno, CA 93705 2 1754 Technology Dr. Suite 200, San Jose, CA 95110 3 1638 W Jensen Ave. Fresno, CA 93706 4 5 6 7 8 Exhibit D - RFQ Responses 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. Trucking/hauling services will be provided on an as-needed basis whe Z% requested by the County. Comply 2. Contractors shall obtain and have in possession all required per its d licenses to perform the services described herein and shall adh Federal, State, and local laws and/or ordinances. Comply a. All permits and licenses shall be active and current during the term of this Agreement. Comply 3. County shall provide Contractors a minimum of twenty-four(24) hours advance notice, either verbally or in writing, requesting trucking services, unless otherwise agreed to by both parties for special circumstances. Contractors shall be able to deliver trucks to the County designated location within this timeline (twenty-four(24) hours). Comply 4. Contractors will be required to haul materials and equipment from specific locations or vendors to particular job sites at differing locations through Fresno County. Comply 5. Contractors shall have a method to respond to calls and provide trucking services twenty-four hours per day, seven (7)days per week. Comply 6. Contractors shall submit detailed invoices that include the following: Comply a. Detailed description of each job completed (road segments, description of work site, pro. t number). Comply b. Invoice number(s). Comply c. Date and time of request(s). Comply d. First and last name of County employee that requested service. Comply e. Contractor's response time. Comply f. Clear description of truck vehicles provided which matches equipment listed in bidder's response to this RFQ. Comply Exhibit D - RFQ Responses g. Begin and end times as described above in "E— F. Comply h. Total billable hours. Comply i. Email all invoices to PWPBusinessOffice@fresnocountyca.gov. Comply Exhibit D - RFQ Responses 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. X The Request for Quotation (RFQ) has been signed and completed. 2. X Addenda, if any, have been signed and included in the bid package. 3. X The completed Reference List as provided with this RFQ. 4. X The completed Comply/Not Comply page as provided with this RFQ. 5. X The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. - is ,11 6. X Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ. 7. X The Participation page as provided within this RFQ has been signed and included 8. X The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section (if applicable) has been signed and included. 9. X Bidder to Complete page as provide(�ith is RFQ. 10. X Verification of Contractor's License and the Department of Consumer Affairs—Contractors' State License Board. — 11. X Return checklist with RFQ reskonsl 12. X Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. 4/24/24, 11:14 AM Supplier Profile Printed on:4/24/202411:14:51 AM To verify most current certification status go to:https://www.caleprocure.ca.gov Orms CALiFURNiA nGENERAL SERVICES Office of Small Business & DVBE Services Certification ID:1754532 Email Address: Legal Business Name: cbroadwaysinc@gmail.com C.B. ROADWAYS INC Business Web Page: 9 Doing Business As(DBA) Name 1: http://www.cbroadw in om CB ROADWAYS INC Business Phone Number: Doing Business As(DBA) Name 2: 408/�60�0-7555 B nusT es3'rax Nu ber: Address: 408/709-2527 PO BOX 730501 Business Types: SAN JOSE ViTce CA 95173 Certification Type Status From To SB(Micro) Approved 04/18/2024 04/30/2026 Stay informed! KEEP YOUR CERTIFICATION PROFILE UPDATED! -LOG IN at CaleProcure.CA.GOV Questions? Email:OSDSH ELP@DGS.CA.GOV Call OSDS Main Number:916-375-4940 707 3rd Street,1-400,West Sacramento,CA 95605 https://caleprocure.ca.gov/pages/SupplierProfile/supplier-profile-print.html 1/1 •iv1�• Exhibit D - RFQ Responses CITY OF (r A�('1atV T Q5 Finance-Business Tax •� J E 200 Fast Santa Clara Street,13th Floor Tower CAPITAL op siLmN VALLEY San Jose,CA 95 1 13-1905 Your New Business Certificate Enclosed JSD0311A 4000000274 274/1 I�"�I'I�III��IIIII�IIIII�1�1���111��11111�1'III"1�1111�11�1�1�1 C.B.ROADWAYS INC C.B. ROADWAYS INC 2843 GAVILAN DR SAN JOSE CA 95148-2909 200 East Santa Clara Street,San Jose,CA 95oTel(453 - 055 Fax(408)292-6488 www.sanjoseca.gov/businesstax ............................................................................................................................. .... ,..................................................................................,,............................................................................................................... COY OF SAN JOSE CITY OF V7 FINANCE-REVENUE SIW,JosE BUSINESS TAX CERTIFICATE MANAGEMENT MUST BE NOTIFIED OF ANY CAPrrAL OF SILICON VALLEY No. 3200890400 CHANGE IN OWNERSHIP, LOCATION OR BUSINESS CLOSURE. BUSINESS NAME AT E OF BUSINESS NO OF EMPLOYEES/UNITS/SQ.FT EXPIRATION DATE POST IN A C.B. ROADWAYS INC GE L FREIGHT 3/0/0 3/15/2025 CONSPICUOUS PLACE ING,LOCAL IN PUBLIC VIEW (MUST BE PRESENTED BUSINESS ADDRESS RECEIPT ISSUE DATE TAX DISTRICT NO. TOTALAMOUNT PAID UPON REQUEST) 2843 GAVILAN DR 3/15/2024 06 $248.39 THIS BUSINESS This certificate is evidence that the person(s), firm, or corporation named hereon has paid the tax required by Chapter TAX CERTIFICATE IS 4.76 of the San Josh Municipal Code for the type of business,the business address and for the period indicated hereon. NOT TRANSFERABLE P YP P OR ASSIGNABLE This certificate is issues without verification that the taxpayer is subject to or exempted from licensing by local, state, Federal or other agencies. Issuance of this certificate is not an endorsement, nor a certificate of compliance with other ordinances or laws, nor an assurance that the proposed use is in conformance with the City's Building/Fire/Zoning regulations. RENEWAL NOTICE NOT REQUIRED NOTE: IT IS THE BUSINESS OWNER'S RESPONSIBILITY TO MAINTAIN A CURRENT BUSINESS TAX CERTIFICATE.This is a receipt for payment,NOT an invoice.No remittance is required. Questions? Call 408-535-7055 or visit us on our web site at: www.sanjoseca.gov/businesstax OWNER C.B. ROADWAYS INC BUSINESS NAME C.B. ROADWAYS INC MAIL ADDRESS 2843 GAVILAN DR SAN JOSE,CA 95148 CALIFORNIA STATE TRANSPORTATION AGENCY Exhibit D - RFQ Responses DEPARTMENT OF MOTOR VEHICLES o Registration Operations Division MS H875 P.O.BOX 932370 Sacramento,CA.94232-3700 ' (916)657-8153 02/24/2021 C B ROADWAYS INC 2680 N TRACI BLVD STE 4 TRACY, CA 95376 NON-EXPIRING DP49n4W0F90M0VENaES MOTOR CARRIER PERMIT A Public Service Agency Combined Carrier DEPARTMENT OF MOTOR VEHICLES Valid 03/01/2021 Valid Non-Expiring Registration Operations Division From: Throu h: P.O.BOX 932370 Sacramento,CA.94232-3700 CAM 10957 The carrier named on this permit is subject to the Unified Carrier Registration Act (UCRA) of 2005, and is granted anon-expiring permit C B ROADWAYS INC of the following classification:`,• 2680 N TRACI BLVD STE 4 TRACY, CA 95376 `- Corporation,r Pmt Date: NIA Office#: 154 Not Valid for.Intrastate Only Operations Account#: 603559 Tech ID: ## Sequence#: #NNN Amt Paid: No Fee !!!IMPORTANT REMINDERS!!! 1. This non-expiring Motor Carrier Permit(MCP)will remain valid as long as you continue to conduct interstate operations.The Unified Carrier Registration Act(UCRA)of 2005 exempts combined carriers(carriers who operate both intra and interstate)from MCP requirements. 2. Federal Motor Carrier Safety Administration insurance requirements must be maintained. 3. If you commence intrastate only operations,you must renew your MCP. California Relay Telephone Service for the Deaf or Hard of Hearing from TDD Phones: 1-800-735-2929;from Voice Phones: 1-800-735-2922 MC 2200 M(REV.01/2011) A Public Service Agency 11/8/24, 11:42AM C.B.ROADWAYS, INC. Exhibit D - RFQ Responses D ip 411cwDf eCPR Public Search Log in 06".NMI of h du his Runs Public Works Support Contractors P fe b, gister Home > Contractor > C.B. ROADWAt,I C.B. ROADWAYS, INC. Contractor Contractor business email sonia@cbroadwaysinc.com Contractor c ation eff date 2024-07-01 Contractor first name Kulwinder Contractor mailing city San Jose https://services.dir.ca.gov/gsp?id=dir public—form&table=x—cdoi2—letf—core—contractor lookup&sys_id=61 ad3accc3c346106cb75bea2b013111 1/4 11/8/24, 11:42 AM C.B. ROADWAYS, INC. Contractor mailing state Exhibit D - RFQ Responses FCA Contractor mailing zip 195173-0501 Contractor physical city [SAN JOSE Contractor physical state ICA R Contractor physical zip L95110 Contractor certify date 2023-06-27 Contractor company type Corporation Contractor craft legacy Driver On Off Hauling Contractor craft snow I Contractor c ation exp date [2025-06-30 Contractor date deactivated F Contractor dba name CB ROADWAYS, INC. https:Hservices.dir.ca.gov/gsp?id=dir_public_form&table=x_cdoi2_letf_core_contractor_lookup&sys_id=61 ad3accc3c346106cb75bea2b013111 2/4 11/8/24, 11:42 AM C.B. ROADWAYS, INC. Contractor entity number Exhibit D - RFQ Responses FC3354013 Contractor I D 11000035239 Contractor last name [Cheema Contractor mailing address2 R Contractor physical addressl L_1754 Technology Drive, Ste 200 Contractor physical address2 Contractor source SNOW Contractor we cert date 2021-03-22 Contractor we exp date 2024-03-22 Contractor we policy number [BNUWC0153758 Contractor we selection 11nsured by carrier Contractor legal entity name https:Hservices.dir.ca.gov/gsp?id=dir_public_form&table=x_cdoi2_letf_core_contractor_lookup&sys_id=61 ad3accc3c346106cb75bea2b013111 3/4 11/8/24, 11:42AM C.B.ROADWAYS, INC. C.B. ROADWAYS, INC. Contractor mailing addressl PO BOX 730501 Contractor we carrier Carolina Casualty Insurance Co Checked I Terms&Conditions Priva cy„Po I i cy, Disclaimer Nondiscrimination Notice Copyright 2024 State of California .................. Accessibility, dir.ca.gov https://services.dir.ca.gov/gsp?id=dir_public_form&table=x_cdoi2_letf_core_contractor_lookup&sys_id=61 ad3accc3c346106cb75bea2b013111 4/4 WORBCalifornia' Exhibit D - RFQ Responses Objective.Trusted.Integral. California Workers' Compensation Coverage Inquiry Report Your search performed on November 8,2024 produced the following results from the WCIRB's records prepared by the WCIRB's staff in the ordinary course of business at or near the time of the insurers' submission of workers' compensation insurance policy information to the WCIRB. Search Terms Date Searched: 11/8/2024 Employer Name: C B Roadways FEIN: Street Address: City: State and Zip: Employer Selected: CB ROADWAYS,INC. Search Results Employer Name: CB ROADWAYS,INC. FEIN: Street Address: P.O.BOX 730501 City: SAN JOSE State and Zip: CA 95173 Insurer Name: Carolina Casualty Insurance Company Database Last Updated: November 08,202 Disclaimers About the caworkcompcoverage.com Websi This website has been developed b or s'Compensation Insurance Rating Bureau of California(WCIRB)pursuant to California Insurance Code Section 11752.75 and California Code of latio Title 10 Section 2593.The purpose of this website is to assist you in determining whether an employer is insured for I workers'compensation.This site rovtde the name of the insurer that wrote a California workers'compensation policy for a specific employer on a specific date within a 5 year period. o ted ret' is itted. Limitations of C rage Info ation Available The failure of an employe espouse to a query does not mean that the employer does not have insurance or is operating in violation of California law.Some employers are legally self-insure ;inquiries regarding self-insured employers should be directed to the California Office of Self Insurance Plans website (http://www.dir.ca.gov/osip/sip.html). Coverage information may not be available or complete for all employers due to limitations with the policy information,such as similar or duplicate employer names, multiple or alternate locations and addresses for employers,or more than one named insured employer on an insurance policy. This website only provides coverage information for 5 years prior to the date of the query. Search results may not reflect recent changes in information.Insurers have up to thirty(30)days to report policy information to the WCIRB.(See California Workers' Compensation Uniform Statistical Reporting Plan—1995,Part 2,Policy Reporting Requirements).Policy information reported by insurers is available on the h=s://www.caworkcomncovera2e.com within thirty(30)days of being received by the WCIRB.Therefore,your search results may not reflect coverage information changes that have occurred within the last sixty(60)days. The WCIRB's coverage records reflect the employer's name as shown on the insurance policy.If you are searching for an employer name that is not on the policy,your search will return no results. The WCIRB's Federal Employment Identification Number(FEIN)records are not complete.Searches based solely on the FEIN may provide no results. WCIRBCalifornia Exhibit D - RFQ Responses Oh]Frtive.Tnjsted.Integral, Information Displayed is Not Proof of Coverage The results of your query are not evidence or verification of workers'compensation insurance,which should be obtained from or verified by the insurer directly.The results of a query should be confirmed both with the employer and the insurer before it is used for any purpose. Where to Find Insurer Contact Information To look up contact information for California insurance companies,visit the California Department of Insurance website (https://interactive.web.insurance.ca.gov/apex_extprd/Pp=144:1). Exhibit D - RFQ Responses tip tt C A L I F 0 R N IA AIR RESOURCES BOARD Certificate of Reported Compliance With : Advance Clean Fleets Regulation Issued to: C.B. Roadways, Inc. This certiflr_ate confirms that the Fleet owner has attested under penalty of perjury that the st m nd information they provided to the California Air Resources Board (CARB) are true, ac ate, complete regarding all relevant vehicles in the fleet required to show compliance. h y in s that the fleet listed has reported compliance with California Code of Regulations (CCR): Title 13 CCR sections 2013-2016(Advanced Clean Fleets Rellatio If CARS subsequently finds that the statements and information that have been provided are not true, accurate, and cnrnplete, this certificate shall be effectively revoked and the Fleet subject to noncompliance penalties. This certificate is valid until December 31, 2024 Printed on 2024-02-20 TRUCRS Fleet Identification k�u � 40849 lack latowski 4 Vehicles D vision Chief,Mobile Source Control .rlfy the authenticity of this certificate,visit DivislunCalifornia AN Resources Board w,arb,ca,gov/msproglonrdles-Iltbbokup.php 4/24/24,4:25 PM Search I California Secretary of State Exhibit D - RFQ Responses California Secretary of State Business UCC Login Home C.B. ROADWAYS, INC (3354013) Business Search Search The California Business Search Request Certificate Formsprovides access to available _............................................................................................................................................................... information for corporations, Initial Filing Date 03/01/2011 limited liability companies and limited partnerships of record Status Active Help I with the California Secretary of Standing-SOS I Goo State, with free PDF copies of Standing-FTB G over 17 million imaged business entity documents, including the Standing-Agen . o most recent imaged Statements Standing- O F Goo of Information filed for Corporations and Limited Liability o Vi LI NIA Companies. tyck Corporation-CA- i General I Currently, information for Limited al dress 1 1754 TECHNOLOGY DRIVE, LiabilityPartnerships(e. . law STE 200 p g '•. SAN JOSE, CA 95110 firms, architecture firms, engineering arms,public ailing Address i 1754 TECHNOLOGY DRIVE, g gf 1 STE 200 accountancy firms, and Ian SAN JOSE,CA95110 survey firms), General I Statement of 03/31/2024 Partnerships, and other entity " Info Due Date types are not contained in th Business Search. I ou Agent `•: Individual California fy KULWINDER K CHEEMA wish to obtain information about 2843 GAVILAN DRIVE LLPs and GPs, submit a Business SAN JOSE, CA 95148 Entities Order paper form to request copies of filings for these 000 ntity types. Note: This search is Q09 of intended to serve as a name View History Request Access Cyen eservation search. To reserve an - name, select Forms on the panel and select Entity Name eservation ?Corporation, LLC, P. Basic Search A Basic search can be performed using an entity name or entity number. When conducting a search by an entity number, where applicable, remove "C"from the entity number. Note, a basic search will search only ACTIVE entities (Corporations, Limited O �i���Liabilit Co ��n��erat�ves�s1k i E"HAft https://bizfileonline.sos.ca.gov/search/business 1/3 4/24/24,4:25 PM Search I California Secretary of State Name Reservations, Foreign Exhibit D - RFQ Responses California Name Reservations, Secretary of State 13us, ,,!1-,CorporotedLerRimon Interest Developments, and Out of State Associations). C.B. ROADWAYS, I N C (3354013) Home The basic search performs a contains?keyword?search. The Advanced search allows Search for a?starts with?filter. To search entities that have a ° status other than active or to Request refine search criteria, use the certificate FormsAdvanced search feature. ................................................................................................................................................................ Initial Filing Date 03/01/2011 Advanced Search Status Active Help I Standing-SOS Goo An Advanced search is Standing-FTB G required when searching for publicly traded disclosure Standing-Agenl�Goo information or a status other Standing Goo than active. or4ALI NIA An Advanced search allows for searching by specific ty Stock Corporation-CA- entity types(e.g., Nonprofit ; General Mutual Benefit Corporation) al dress 1754 TECHNOLOGY DRIVE, or by entity groups(e.g.,All STE 200 Corporations)as well as SAN DOSE, CA 95110 searching by?begins with? ai7ling Address 1754 TECHNOLOGY DRIVE, specific search criteria. STE 200 SAN JOSE,CA95110 ! Statement 03/31/2024 Disclaimer:Search results a f limited to the 500 entities closest - Info Due Date matching the entered search Agent `•: Individual criteria. I our desired search KULWINDER K CHEEMA fy 2843 GAVILAN DRIVE result is not found within the 500 SAN JOSE, CA 95148 entitiesprovided, please refine ............................................................................................................................................................... the search criteria using the OHO dvanced search function for 3L- 069 dditional results/entities. The alifornia Business Search is View History Request Access !"ot pdated as documents are pproved. The data provided is a complete or certified record. Although every attempt has been made to ensure that the information contained in the database is accurate, the Secretary of State's office is not responsible for any loss, consequence, or damage resulting directly or indirectly from reliance on the accuracy, reliability, or timeliness of the information that is provided.All O such information is provided "as SQv AMjEW e 16pies or https://bizfileonline.sos.ca.gov/search/business 2/3 4/24/24,4:25 PM Search I California Secretary of State certificates of status, (1)locate an Exhibit D - RFQ Responses California en ' usi�ng the search; ?)select Secretary of State Re u �Pwrrti irate in t� righ t- hand detailrawer;and(3) Home complete your request online. C.B. ROADWAYS, INC (3354013) Search CB roadwayE Request Advanced v certificate Forms _............................................................................................................................................................... Results: 1 Initial Filing Date 03/01/2011 Initial Status Active Help Entity V Filing ; Status Entity I Forme Agent Information Date StaFy�-SOS G I Standing FTB I G C.B. StandtnEogenl�Goo ROADWAYS, > Stan �ptrG KULWINDER03/01/2011 Active NIANC A K CHEEMA (3354013) GCuxeraY In NIA "ty r1: LI ock Corporation-CA- I General i al dress 1754 TECHNOLOGY DRIVE, STE 200 SAN JOSE, CA 95110 ailing Address 1754 TECHNOLOGY DRIVE, STE 200 SAN JOSE,CA95110 ! Statement of 03/31/2024 Info Due Date Agent Individual KULWINDER K CHEEMA 2843 GAVILAN DRIVE SAN JOSE, CA 95148 �f View History Request Access O ©2024 CA Secretary of State https://bizfileonline.sos.ca.gov/search/business 3/3 Exhibit D - RFQ Responses COUNTY OF FRESNO co o REQUEST FOR QUOTATION NUMBER: 25-022 TRUCKING & HAULING SERVICES Issue Date: October 25, 2024 Closing Date: NOVEMBER 6, 2024 AT 10:00 AM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Yvette Jamison at Phone (559) 600-7110. BIDDER TO COMPLETE Undersigned a tees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ. Eld must be signed and dated by an authorized officer or employee. Women Truck Brokers,Inc dbia WTB Inc. COMPANY Nick Young CONTACT PERSON 7003 W_Bel montAve. ADDRESS Fresno CA 93723 CITY - STATE ZIP CODE 9 2751998 nickAwtbinc.org E • HONE N MBER E-MAiL ADDRESS HORiZED SIGNATURE Christina Tanney Y President PRINT NAME TITLE Purchasing Use:YJA ORGIRequisition:4510451415142500036 2&=Trdcking&HYUing s6Mw6 Exhibit D - RFQ Responses Quotation No. 25-022 Page 2 TABLE OF CONTENTS PAGE KEYDATES ............................................................................................................... OVERVIEW........................................................................ ... 3 BIDINSTRUCTIONS ......................................................................................................4 GENERAL REQUIREMENTS & CONDITIONS.................................................................5 INSURANCE REQUIREMENTS .......................................................G ......... 11 PARTICIPATION.............................................................................. ....... 13 REFERENCE LIST............................................................. ......... 14 SCOPEOF WORK................................................ .... ..................... 15 QUOTATION SCHEDULE............................................. ........ ...........I......I.......... 16 COMPLY/ NOT COMPLY.................................................... .................................... 21 CHECKLIST...................................,.. .......................................................................23 25-,n22 TnUirc &Hailing SeIVM6 Exhibit D - RFQ Responses Quotation No. 25-022 Page 3 KEY DATES RFQ Issue Date: October 25, 2024 Written Questions for RFQ Due: October 30, 2024 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: November 6, 2024 at 10:00 AM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno on behalf of the Department of Public Works and Planning, Road Maintenance and Operations Division is soliciting bids to establish a Master Agreement under which all responsive bidders will provide truckirglhauling services. :5-G22 Tm*M&Houk p Senkes Exhibit D - RFQ Responses Quotation No. 25-022 Page 4 BID INSTRUCTIONS • Bidders must electronically submit bid package in pdf format, no later than the quotation closing date and time as stated on the front of this document,to the Bid Page on Public Purchase. The County will not be responsible for and will not accept late bids due to slow internet connection or incomplete transmissions. • Bids received after the closing time will NOT be considered. • All quotations shall remain firm for 180 days. • Interpretation: Should any discrepancies or omissions be found in the bid specifications or doubt as to their meaning, the bidder shall notify the Guyer 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 disrrissing 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 othar County representatives, may constitute grounds for rejection by Purchasing of the vendors 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 CourltVPurchas ng_r)fresnocount cv a.Qov. 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. 2S-M Truckle&Haunng Services Exhibit D - RFQ Responses Quotation No. 25-022 Page 5 GENERAL REQUIREMENTS & CONDITIONS LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do not apply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing by October 30, 2024 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Yvette Jamison at (559) 600- 7110. NOTE: Time constraints will prevent County from responding quesWns submitted after the cut-off date. Any change in the Request for Quotation will be made by wnttLlT'Wdendum issued by the County. The County will not be responsible for any other explanations or interpretations. EXCEPTIONS: Please provide any exceptions to the general requirements and conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's quotation meets those requirements. AWARD: The County of Fresno reserves the right to make the award on the basis of the entire group or on a per line item basis. The award will be made in a manner determined to be to the best advantage of the County. Past performance (County contracts within the past seven years) and references may factor into awarding of a contract. The County will be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation_ CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and special district building codes, laws, ordinances, and regulations. SALES TAX: Fresno County pays California State Sales Tax regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein_ TAXES, CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements_ 25-022 7rudlnp&Hwo ng Servlros Exhibit D - RFQ Responses Quotation No. 25-022 Page 6 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 obfigution 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 initial three-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 cess the course of system implementation. NEWS RELEASE: Vendors shall not issue any news release, the V se information to any third party about this RFQ or the vendor's quotation without prior writt rovthe County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct ckgro 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 vWar consents to such an inquinj and agrees to rake available to the County such books and record a County deems necessary to conduct the inquiry. ADDENDA: In the event that it becomes nec ary vise any part of this RFQ. addenda will be provided to all agencies and organizations that receive the basi FQ. CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or enthies 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. Proft-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 Department of Public Works&Planning. Each invoice shall reference the purchase order or contract number and the equipment number if applicable. 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. A-022 rru*rg 8 Ha.ling SoNlcw Exhibit D - RFQ Responses Quotation No. 25-022 Page 7 CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years. RENEWAL: Agreement may be renewed for a potential of two (2) one(1) year periods, based on the mutual written consent of all parties. QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities. ORDERING: Orders will be placed as required by County of Fresno Department of Public Works & Planning. 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. FF Because of its status as an independent contractor, Contractor shall Nbes bsolutely no right to employment rights and benefits available to County employees_ Contractor shall ly 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 Co less from all matters relating to payment of Contractor's employees, including compliance with 5 al 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, memwrs of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party 15 while Contractor is providing goods or performing services under the agreement with the County, A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to any person. firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. 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. 25-02?7rWin9 d H.Wmg SwYm Exhibit D - RFQ Responses Quotation No. 25-022 Page 8 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. 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 r:anufacture 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 tho features or conditions affecting the contract will not excuse them from c ing is provisions to its full intent. STANDARD OF PERFORMANCE: All work shall be perform a go d workmanlike manner. SAFEGUARDS: The contractor shall provide safeguards, in conf4orm44 with all local codes and ordinances as may be required. PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated ifl 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 frorn 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 RFO. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. OBLIGATIONS OF CONTRACTOR: Contractor warrants on behalf of itself and all subcontractors engaged for the performance of the ensuing contract that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 25-C22 Trwho.g A Hauling Services Exhibit D - RFQ Responses Quotation No. 25-022 Page 9 TIE BIDS: VVth 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 RFC} 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 intemally and extemally 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; andlor 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 andlor 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 uired by law or as deemed necessary by County in its sole discretion. Contractor will be respon for a sts incurred as a result of providing the required notification. AUDITS AND RETENTION: a Contrac 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, 26-C22 Trurutg&HauIng SerOcn Exhibit D - RFQ Responses Quotation No. 25-022 Page 10 BIDDER TO COMPLETE: SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: A4 L'-022 Trucking&HmAng Semces Exhibit D - RFQ Responses Quotation No. 25-022 Page 11 INSURANCE REQUIREMENTS INSURANCE: Without limiting the County's right to obtain indemnification from Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect,the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement(JPA)throughout the term of the Agreement: A. Commercial General Liability: Commercial general liability insurance with limits of not less than Two Million Dollars ($2,000,000) 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 Alt 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 Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractors 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,Department of Public Works& Planning at RMOFinancial(d)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 25-G22 Tucking&Hauing Son1m Exhibit D - RFQ Responses Quotation No. 25-022 Page 12 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 bette r. 2"22 TrUceirg&Ffaubg Services Exhibit D - RFQ Responses Quotation No. 25-022 Page 13 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 age ' s within this up as you are proposing to extend to Fresno County. Yes,we will extend contract terms and conditions to all qualified ag wr e C al Valley Purchasing Group and other tax supported agencies. No,we will not extend contract rms to any agency other the my of Fresno. LkAuthorized Signature) S Title 2&022 Truckkg 6 Hauing Sarwm Exhibit D - RFQ Responses Quotation No. 25-022 Page 14 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION Firm: Women Truck Brokers Inc., dha WTB Inc. REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar prod uctslservices. 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: Tri County Excavation, Inc. Contact: Darrin Oliver Address: 7181A Tollhouse Road, _ City: Clovis State: CA Zip: 93619 Phone No.: { 559 ) 297-2256 _ Date: ____Ali Projects-On Going Service Provided: trucking of all aggregates Reference Name: Yarbs Grading&Paylnq, Inc. Contact: Troy Yarbrough address: PO Box 87 CO: Fowler _ _ S We: CA ZiP' 93625 Phone No,: ( 559 } 834-4818 _ Date: Will P(d" is-On Going Service Provided: trucking ofalggre Reference Name: Don Berry/ ^tructh ntact! _Dan Darvai Address: 13701 GoldenstatiMpRIIII city: Kingsburg State: a zip: 93631 Phone No.: { } $96-57 ate: Latest project Tulare County Overlay-2024 Service Provided'. trucking of all a)gregate materials Reference Name: �.. Central Valley Asphalt, Inca Contact: Nick Strange Address: 23494 Road 196 City: Lindsay State; CA Zip: 93247 Phone No.: ( 559 ) 562-7802 Date: All Projects-On Going Service Provided: trucking of all aggregates Reference Name: Pirk rspv ,Ir,wkqnq &Co psto lctidpPntact: Rick Carsey Address: 31-ME Marinirig Ave uite 201 City: _ Foiw ,a State: CA Zip: Phone No.: ( 559 } 834-5385 Date: All Projects-On Going Service Provided: trucking of all aggregate materials Failure to provide a list of at least five(5) customers may be cause for rejection of this RFQ. 25422 Tmking 84auNng Services Exhibit D - RFQ Responses Quotation No. 25-022 Page 15 SCOPE OF WORK The County of Fresno on behalf of the Department of Public Works and Planning, Road Maintenance and Operations Division is soliciting bids to establish a Master Agreement under which successful bidders will provide trucking/hauling services to various locations throughout Fresno County. The County maintains nearly 3,500 miles of roadway. Materials to be hauled include, but are not limited to, sand, base rock, asphalt, and asphalt grindings. Chargeablelbillable time will begin for each specific truck at the scheduled load time and point designated by the County representative (at the plant or, if in the field, upon arrival at the scheduled time). Chargeablelbillable time period will end after each specific truck arrives at the ending point designated by the County representative for each specific haul day and hauler has obtained a signed acceptance/confirmation by an authorized County of Fresno representative. A. Time units of up to and including three(3) minutes shall-be rounded down. B. Time units of excess three(3) minutes shall be rounded up. C. Hours to be billed and quoted in units of one-tenth (1/10) hour. Inability to meet all of the following will cause the Bid to be deemed Nonresponsive: A. Truckinglhauling services will be provided on an as-needed basis when requested by the County. B. Contractors shall obtain and have in possession all required permits and licenses to perform the services described herein and shall adhere to all Federal, State, and local laws and/or ordinances. a. All permits and licenses shall be active and current during the term of this Agreement. C. County shall provide Contractors a minimum of twenty-four(24) hours advance notice, either verbally or in writing, requesting trucking services, unless otherwise agreed to by both parties for special circumstances. Contractors shall be able to deliver trucks to the County designated location within this timeline(twenty-four(24) hours). D. Contractors will be required to haul materials and equipment from specific locations or vendors to particular job sites at differing locations through Fresno County. E. Contractors shall have a method to respond to calls and provide trucking services twenty-four(24) hours per day, seven (7)days per week. F. Contractors shall submit detailed invoices that include the following: a. Detailed description of each job completed (road segments, description of work site, project number). b. Invoice number(s). c. Date and time of request(s). d. First and last name of County employee that requested service. e. Contractor's response time. f. Clear description of truck vehicles provided which matches equipment listed in bidder's response to this RFQ. g. Begin and end times as described above in"E—F". h. Total billable hours. i. Email all invoices to PWPBusinessOffice(c-Dfresnocountyca,gov. 25022 Trucking a Hauing SmIces Exhibit D - RFQ Responses Quotation No. 25.022 Page 16 QUOTATION SCHEDULE Please ensure to factor all costs throughout the contract term. Price quotes shall include all miscellaneous and related charges. The County will only pay costs expressly included and itemized in the bid. Each hourly rate quoted shall include all labor, materials, equipment, travel time, transportation,fees, permits, insurances, licenses, overhead, taxes, etc, to perform trucking/hauling services as specified. Contractors will be allowed to request price adjustments due to the cost of doing business with the Director's approval, Requests regarding fuel cost must include proof and be tied to the California Statewide Fuel Price Index (https://dot.ca.aov/programs/construction/ca-sw-fuel-price-index),which is updated on or about the first business day of the following month by using the posted monthly average diesel price posted by the U.S. Energy Information Administration for the California region.Approved cost adjustments shall not affect either the annual or total maximum compensation amount payable to Contractor(s), or scope of services, as stated in the agreement resulting from this RFQ. Quantities listed herein are annual estimates based on past usage and are not guaranteed. A. Eaulpment Description and Quantity: Bidder is to list the quantity available of each equipment and tonnage capacity to support the County contract. Please add any other vehicles that may be available for use with this Agreement. This section is informational only and will not factor into award. 4 Equipment Description Quantity Tonnage Available Capacity 1 Double Bottom Dumps t 26-28 tons 2 Demolition ll 21-23,5tons 3 Transfer Rig 23.5-26 tons 4 per 10's 'Wililil10 18-22 tons Lo d Rig (16 tire) 6 o Lowbed i 7 8 I 9 25-022 Trccking&Hauling Sardcas Exhibit D - RFQ Responses Quotation No. 2"22 Page 17 S. Definition of Zones: Any combination of the zones detailed below will be calculated and charged on a proportional basis of the affected rates and usage. Zone Description A Day To be performed 6:00 am-8:00 pm within the valley area of Fresno County below 1,000-foot elevation A Night To be performed 8:00 pm-6:00 am within the valley area of Fresno County below 1,000-foot elevation B Day To be performed 6:00 am-8:00 pm in the foothill and mountain a of resno County above the 1,000-foot elevation � B Night To be performed 8:00 pm-6:00 am in the foothill and mou ar Fre County above the 1,000-foot elevation C. Hourly Rates: Submit hourly rates for the zones listed below and equipment types specified. Annual Total Zone Equipment Type Usage Ikourty(Estimated Rate (Usage x Hours) Rate} 1 A Day Doubl@Vm D 1800 $ 149.75 $ 269,550 00 2 A Day ksfeg 180 $ 149.75 $ 26,955. 0 3 g Ws(16 tire) 1800 $ $ -j A Da Super 10's 1800 $ 149.75 $ 269,550. 0 5 A bed Rigs(16 tire) 90 $ J $ *%Zay 60' Expand❑ Lowbed 90 $ �. $ 7 A Night Double Bottom Dump 150 $ 155.00 $ 23,250.0 0 8 A Night Demolition Trailer Rig 15 $ 158.00 $ 2,370.0 9 A Night Transfer Rigs 150 $ 155-00 $ 23,250. 0 10 A Night Super 10's 1800 $ 155.0 $ 279,000 00 25422 Trucking a HauNng Servicat Exhibit D - RFQ Responses Quotation No. 25-022 Page 18 11 A Night Lowbed Rigs (16 tire) 15 $ $ 12 A Night 60' Expando Lowbed 90 $ 5 r 13 B Day Double Bottom Dump 900 $ 175.00 $ 157,500.00 14 B Day Demolition Trailer Rig 90 $ 1$0.00 $ 16,200.00 15 B Day Transfer Rigs 900 $ 175.00 $ 157,500 00 16 B Day Super 10's 1800 $ 175.00 $ 31J,000 00 17 B Day Lowbed Rigs (16 tire) 90 $ — $ 18 B Day 60'Expando Lowbed 90 $ $ 19 B Night ` Double Bottom Dump 150 f $ 180.00 $ 27,000.0� I 20 B Night Demolition Trailer Rig 15 $ 185.00 $ 2'775'0 21 B Night Transfer Rigs - 150 $ 180.00 S 27,000.00 22 B Night per 10's 1800 $ 180.00 $ 324,000. 0 23 B Ni t L d Rigs (16 tire) 15 $ $ 24 B Night 60' Expando Lowbed 90 $ $ TOTAL: $ 2502.25 $ 1,920,9 0.00 i—kvv 1 1 25-022 Trucking&haulirg Services Exhibit D - RFQ Responses Quotation No. 25-022 Page 19 D. Other Equipment: Add any other equipment that may be available for use under this agreement (see "A" above). Include Zone and hourly rate. This information is informational and will not factor into award. Zone Equipment Type Hourly Rate 1 A Day Demo Super $ 165.00 2 A Day Demo Ten Wheeler $ 165.00 3 A Day Demo Transfer $ 65.00 4 B Day Demo Super 1 5 B Day Demo Ten Wheeler $ 185.00 6 B Day Demo Transfer $ 185.00 7 $ 8 $ 25-022 TuAing R HauNng Services Exhibit D - RFQ Responses Quotation No. 25-022 Page 20 E. Trucking Yard Addresses: Note that chargeabletbillable time begins at the scheduled load time and point, not the yard trucks are dispatched from. State address of all trucking yards from which trucking/hauling will be dispatched: 1 7093 W. Belmont Ave., Fresno, CA 93723 2 3 4 5 ` 6 7 8 - 26422 Tm-k.ng 3 Hauhrog semms Exhibit D - RFQ Responses Quotation No. 25-022 Page 21 COMPLY 1 NOT COMPLY Compliance and understanding of the specifications listed below shall be noted by marking "COMPLY" on the line provided. Nan-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. Trucking/hauling services will be provided on an as-needed basis when Comply requested by the County. 2. Contractors shall obtain and have in possession all required permits and licenses to perform the services described herein and shall adhere to all Federal, State, and local laws and/or ordinances. Comply a. All permits and licenses shall be active and current during the term of this Agreement. Comply 3. County shall provide Contractors a minimum of twenty-four(24)hours advance notice, either verbally or in writing, requesting trucking services, unless otherwise agreed to by both parties for special circumstances. Contractors shall be able to deliver trucks to the County designated location within this timeline (twenty-four(24) hours). Comply 4. Contractors will be required to haul materials and equipment from specific locations or vendors to particular job sites at differing locations through Fresno County. IV Comply 5. Contractors shall have a method to respond to calls and provide trucking services twenty-four(24)hours per day, seven (7)days per week. Comply 6. Contractors shall submit detailed invoices that include the following: Comply a. Detadescription of each job completed (road segments, description of worts project number). Comply b. Invo ce number(s). Comply c. Date and time of request(s). Comply d. First and last name of County employee that requested service. Comply e. Contractor's response time. Comply f. Clear description of truck vehicles provided which matches equipment listed in bidder's response to this RFQ. Comply 25422 Trudiig H Haufng Services Exhibit D - RFQ Responses Quotation No. 25-022 Page 22 g. Begin and end times as described above in °E—F". Comply h. Total billable hours. Comply i. Email all invoices to PWPBusinessOffice@fresnocountyca.gov. Comply A4 25-022 huek.ng A Haulnp Somaes Exhibit D - RFQ Responses Quotation No. 25-022 Page 23 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. L",e�/ The Request for Quotation {RFQ) has been signed and completed. 2. ;/ Addenda, if any, have been signed and included in the bid package. 1 The completed Reference List as provided with this RFQ. 4. The completed Comply/Not Comply page as provided with this RF 5. b/ The Quotation Schedule as provided with this RFQ has be 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. ! The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section (if applicable) has been signed and included. 9 Bidder to Complete page as provided with this RFQ. 10. Verification of Contractor's License and the Department of Consumer Affairs—Contractors' State License Board. 11. Return checklistwith RFQ response. 12. Completed RFQ in pdf format,electronically submitted to the Bid Page on Public Purchase. 256:2 Trucking&H.I,g S.ry- Exhibit D - RFQ Responses COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFQ NUMBER: 25-022 TRUCKING & HAULING SERVICES Issue Date: November 4, 2024 CLOSING DATE: NOVEMBER 12, 2024 AT 10:00 AM 1 Submit all Questions and Quotations on the Bid Page at Public P e. For assistance contact Yvette Jamison at(559) 500-7110:'& NOTE THE FOLLOWING ADDITIONS, DELETIONS ANDIOR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 26-022 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. v New Close Date Questions &Answers: Q1. On page 15 chargeable billing ends at the unload site. Time should not end at dump site but rather be charged back to the load site at end of day. A1. Chargeable/billable time ends at the location and time that work has been completed for the day. If more than one delivery is made by the same truck/vehicle to the same location, chargeable billable time ends when the last delivery of the day is complete. Q2. Also there needs to be a section for minimum hours charged. A2. Stating the minimum hours to be charged is not a required response for this bid. 11141 KNO LEDGMENT OF ADDENDUM NUMBER One (1) TO RFQf 26-022 COMPANY NAME. (PRIN ) SIGNATURE: NAME & TITLE: (PRINT) Purchasing Use:YJ:hs ORG/Requisition:451n4.5141514250OC36 HTTPS:I/FRESNOCOUNT_Y_SHARE POINT.COMISI7ESIISDIPURCHASING/PUBLICIRFQIFY 2024-25125-022 TRUCKING HAULING SERVICES/25-022 ADDENDUM 1,DOCX Exhibit D - RFQ Responses COUNTY OF FRESNO ADDENDUM NUMBER: TWO (2) RFQ NUMBER: 25-022 TRUCKING & HAULING SERVICES Issue Date: November 12, 2024 CLOSING DATE: NOVEMBER 19, 2024 AT 2:OOPM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Yvette Jamison at(559)600-7110. NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 25-022 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. The Closing Date and Time are extended to November 19, 2024 at 2:00 PM. y On page 15 of the Request for Quotation, paragraph 4 of the Scope of Work is revised as follows: Chargeable/billable time period will end after each specific truck arrives back at its trucking yard after the final delivery is made for each specific haul day, and hauler has obtained a signed acceptance/confirmation by an authorized County of Fresno representative. ACKNOWLEDGMENT OF ADDENpUM NUMBER TWO (2)TO RFQ 25-02 COMPANY NAME: _ (PRINT) SIGNATURE: _ NAME & TITLE: (PRINT) Purchasing Use:YJ:st QRG1Requisition:451014b14,'514,1500036 hf�s, reanomunty_shsrepootcormib&�iodipurchowLg,PubkrdRFWY'L024?6O25-U72Trucking Haufng 6wvkmWZ022 Addendum 2,doc+ Exhibit D - RFQ Responses WTBINCO-01 DVARA ACORO" CERTIFICATE OF LIABILITY INSURANCE DATIFIMNInDnYYYI 11/1812024 TH13 CERT1FiCATE IS 1$5VIED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BYTHE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(lies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorse merrt(s). PRODUCER NAMES CONTACT Denise Vara,CISR CoreMark Insurance Services Inc. PHONE 286-0809 FAx 4430 Duckhorn Drive LAIC,No,Extl:(916) (A)C.Nel:(916)923-2797� Sacramento,CA 95834 ADDRIE .dvara@coremarklns.com INSURE PAS)AFFORDING COVERAGE NAIC i INSURER A:1-I003 Of London 112200 INSURED INSURER B_:Securi National Insurance Company 19879 W.T.B.Incorporated INSURERC:Upland Specialty Insurance Company, 16988 7093 W.Belmont Avenue INSURER D:Endurance Assurance Corporation 111551 Fresno,CA 93723 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIM INS- TYPE OF INSURANCE ADOL SUER POLICY NUMBER I :DU! nY rnErr MMJDD EXP LIMITS A x COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS-MADE �OCCUR X X SCO1507424 211712024 21 171 DAMAGE To REntTLD S 50,000 MEU EXP A oneDorton) s Excluded PERSONAL&ADV INJURY 5 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER- GENERAL AGGREGATE S 2,000,000 JE C1 LOC PRODUCTS-COM PLOP AGG S 2,000,000 POLICY I X I OTHER: $ B AUTOMOBILE LIABILITY ' NBIrU,DSu SINGLE $ 11000,000 ANY AUTO SMC1a1884900 211712024 211712025 BODILY INJURY Per arson S :OYRVE❑ X SCHEDULED AUTOS ONLY AUTOS I BODILY INJURY Per Readert' S JVe PROPERTY AMAGE X I AUTOS ONLY X AUTOS ONLY (per accldent $ 4 C UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2.000,000 X EXCESS LIAB CLAIMS-MADE US?CTL0559424 211712024 2/17/2025 "_RELATE $ 2.000,000 DED RETENTIONS $ D WORKERS COMPENSATION X TTATUTE EP.H AND EMPLOYERS'UAB{LrfY ANY PROPPIETOR'PARTNERJEXECUTIVE Y X EAWOOD01297-00 511=24 611/2025 1,000,000 FFIG.PwI,ME 6ER EXCLUD '. Y A E-L.EACH ACCIDENT_. $ llandatoryEnNH) -- EL DISEASE-,EAEMPLOYE_E_$ 1,000,000 R qqes,describe under 1,0005000 DESCRIPTIONCFOPERATIONSbrlow EL_DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101,Additional Remarks 5chadule,may be attached If nwre apace Is required) Re:Fresno County Placement Project County of Fresno, its officers,agents,employees and volunteers,indlvidually and collectively are named as additional Insured with waiver of subrogation, primary non-contributory wording per attached CG2010 0413,CG2001 0413&CO2404 0509. Workers'compensation waiver of subrogation applies per attached endorsement. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, County of Fresno, Do partmentof Public Works&Planni ng ACCORDANCE VffrH THE POLICY PROVISO SICE WILL BE DELIVERED IN AUTHORIZED REPRESENTATIVE +1,/Gflt ACORD 25(2016103) ©1988.2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Exhibit D - RFQ Responses WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. Ole will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work Linder a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional prernium fa- this endorsement shall be 2_5% of the California worke ' compensation premium otherwise due on such remuneration, Schedule Person or Organization Job Description Blanket Waiver of Subrogation As respects to all CA jobs performed by the named insured during the policy period where by written contract a waiver of subrogation is required prior to the commencement of work. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated (The inform- i below Is inquired only when this endorsement Is issued subsequent to preparation of the policy.) Endorsement Effectiv . 024 Policy No.EAW00001297-00 Endorsement No, Insured Women Truck Broke nc.(a Corp) Insurance Company Endurance Assurance Corporation Countersigned By *1998 by the Workers'Compensation Insurance Rating Bureau of California.All rights reserved. Exhibit D - RFQ Responses COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART AOM The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement th�t this insurance would be contrary: primary and ould not seek contribution Primary And Noncontributory Insurance from any other insurance available to the This insurance is primary to and will not seek additional insured. contribution from any other insurance available ` to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and 4% CG 20 01 0413 ©Insurance Services Office, Inc., 2012 Page 1 of 1 Exhibit D - RFQ Responses PCLICY NUMBER: COMMERCIAL GENERAL LIABILITY SCG 1507424 CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRCDUCTS1CCMPLFTFD OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8.Transfer Of Flights Of Recovery Against Others To Us of Section IV -Conditions: We waive any right of recovery we may have against the person or organization shown in the SchedulF above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and Included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 9 Insurance Services Office, Inc 2008 Page 1 of 1 �J` Exhibit D - RFQ Responses POLICY NUMBER: COMMERCIAL GENERAL LIABILITY SCG 1507424 CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s)Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused, in whole or in part,by. 1. All work, including materials, parts or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs)to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the locabon(s) location of the covered operations has been designated above. completed; or However: 2. That portion of"your work" out of which the injury or damage arises has been put to its 1.The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 0413 Cc Insurance Services Office, Inc., 2012 Page 1 of 2 Exhibit D - RFQ Responses C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations: Section III-Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of insurance shown in the will pay on behalf of the additional insured is the Declarations, amount of insurance- 1. Required by the contract or agreement: or Page 2 of 2 0 Insurance Services Office, Inc„2012 CG 20 10 0413 Exhibit D - RFQ Responses CALIFORNIA STATE TRANSPORTATION AGENCY OEPARTM ENT OF MOTOR VEHICLES Registration Operations Division MS HB75 P.O.BOX 932370 Sac-amento,CA.94232-3700 (916)657-8153 02/08/2024 WOMEN TRUCK BROKERS INC 7093 WEST BELMONT AVENUE FRESNO, CA 93723 - Wll~ N10T0RVRR[E1R PERMIT A Public Service Agaicy DEPARTMENT OF MOTOR VEHICLES valid 03/01/2024 Valid 02/28/2025 Registration Operations Division From: Through: P.O.SOX 932370 Sacramento,CA.94232-3700 CA##: 049-1677 The ca rri er n arned en this permit,httving made written application to the Department of Motor Vehicles for a permit to operate as a motor carrier of property w defined in vehicle code section 34601,and hating WOMEN TRUCK BROKERS INC et the requirements and paid the appropriate ftes,is granted apermit 7093 WEST BELMON'T AVENUE the fblii 'wing classification. FRESNO. CA 93723 LL ` For Hire Pmt Da J21P- Office-a#; 154 Full Year Account#: 6689 Tecf', ID; R3 Corporation Sequence#: 001 g Amt Paid: $2,M-00 !!lrnrnORTANT REZZIIvDERSIN 1. Your permit will expire at midnight on the'Valid Through'datm if you do not receive a renewal notice 30 days prior to the expiration date,please submit an original application and check the"Rcuewal"box. 2. Your insurance must remain valid through the term of your permit or a suspension action could occur. 3. Changes to your fleet arc not required to be repotted until your renewal. 4. Changes to your business entity may require a new CA#and application for another Motor Carrier Permit, 5. If you decide to no longer operate as a motor carrier of property,you must submit a'Voluntary With draw a I'form. 6. For changes to the address,business name,officers,or authorized representatives name,please complete the Notice of Charge form.Changes during your renewal period may be submitted on your renewal application. 7. You may download forms from the Internet at www.dmv.ea.gov or receive further information by calling(916)657-8153. California Relay Telephone Service for the Deaf or Hard of Hearing from TDD Phones: I-800-735-2929,from Voice Phones: 1-800-735-2922 Me:2100M(REV. MA11) APublic Se Mce Agency Exhibit E Self-Dealing Transaction Disclosure Form In order to conduct business with the County of Fresno ("County"), members of a contractor's board of directors ("County Contractor"), must disclose any self-dealing transactions that they are a party to while providing goods, performing services, or both for the County. A self-dealing transaction is defined below: "A self-dealing transaction means a transaction to which the corporation is a party and in which one or more of its directors has a material financial interest." The definition above will be used for purposes of completing this disclosure form. Instructions (1) Enter board member's name, job title (if applicable), and date this disclosure is being made. (2) Enter the board member's company/agency name and address. (3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the County. At a minimum, include a description of the following: a. The name of the agency/company with which the corporation has the transaction; and b. The nature of the material financial interest in the Corporation's transaction that the board member has. (4) Describe in detail why the self-dealing transaction is appropriate based on applicable provisions of the Corporations Code. The form must be signed by the board member that is involved in the self-dealing transaction described in Sections (3) and (4). Exhibit E (1) Company Board Member Information: Name: Date: Job Title: (2) Company/Agency Name and Address: (3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to) (4) Explain why this self-dealing transaction is consistent with the requirements of Exhibit E Corporations Code § 5233 (a) (5) Authorized Signature Signature: Date: