Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
P-25-559 Master Agreement.pdf
CO,U County of Fresno GENERAL SERVICES DEPARTMENT Facilities• Fleet• Purchasing •Security O� 185�O ORES MASTER PROCUREMENT AGREEMENT Agreement Number P-25-559 November 4, 2025 The County of Fresno (County) hereby contracts with various vendors (Contractors)to Asphalt, Concrete, and Aggregate Materials in accordance with the text of this agreement, the vendor's corresponding MA Attachment, County of Fresno Request for Quotation No: Bid 26-015 and the attached contractors response to County of Fresno Request for Quotation No: 26-015 by this reference made a part hereof. TERM: This Agreement shall become effective November 1, 2025 and shall remain in effect through October 31, 2028. EXTENSION: This Agreement may be extended for two (2) additional one (1)year periods by the mutual written consent of all parties. MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County reserves the right to increase or decrease orders or quantities. CONTRACTOR'S SERVICES: Contractor shall perform the services as described in the vendor's corresponding Attachment"A" attached, at the rates set forth in the vendor's corresponding Attachment"A". ORDERS: Orders will be placed on an as-needed basis by Department of Public Works and Planning under this contract. PRICES: Prices shall be firm for the contract period. In accordance with Caltrans Standard Specifications, price adjustments are required whenever the California statewide crude oil price index for the month the material is placed is more than 5 percent higher or lower than the price index at the time. MAXIMUM: In no event shall services performed and/or fees paid under this Master Agreement be in excess of Seventy-Six Million Three Hundred Fifty Thousand Dollars ($76,350,000.00). ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as deemed necessary. Such additions shall be made in writing and signed by both parties. DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be delivered complete as specified. All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. DEFAULT: In case of default by Contractor, the County may procure the articles/services from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County. The prices paid by County shall be considered the prevailing market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not meet specifications, will be at the expense of Contractor. INVOICING: An itemized invoice shall be sent to requesting County department in accordance with invoicing instructions included in each order referencing this Agreement. The Agreement number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days. Purchasing Services/333 W Pontiac Way/Clovis, California 93612/(559)600-7110 *The County of Fresno is an Equal Employment Opportunity Employer* PROCUREMENT AGREEMENT NUMBER: P-25-559 Page 2 November 4, 2025 INVOICE TERMS: Net forty-five (45)days from the receipt of invoice. TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30)days written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. LIABILITY: The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and employees from any and all claims for damage or other liability, including costs, expenses (including attorney's fees and costs), causes of action, claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this Agreement, and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims, and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents, or employees under this Agreement. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement(JPA)throughout the term of the Agreement: A. Commercial General Liability: Commercial general liability insurance with limits of not less than Two Million Dollars ($2,000,000) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000). This policy must be issued on a per occurrence basis. Coverage must include products, completed operations, property damage, bodily injury, personal injury, and advertising injury. The Contractor shall obtain an endorsement to this policy naming the County of Fresno, its officers, agents, employees, and volunteers, individually and collectively, as additional insureds, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insureds will apply as primary insurance and any other insurance, or self-insurance, maintained by the County is excess only and not contributing with insurance provided under the Contractor's policy. B. Automobile Liability: Automobile liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence for bodily injury and for property damages. Coverage must include any auto used in connection with this Agreement. C. Professional Liability: Professional liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Three Million Dollars ($3,000,000). If this is a claims-made policy, then (1)the retroactive date must be prior to the date on which services began 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 P-25-559 Master Agreement.docx PROCUREMENT AGREEMENT NUMBER: P-25-559 Page 3 November 4, 2025 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 Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30)days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within Thirty(30) days from the date Contractor signs and executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Department of Public Works and Planning, 2220 Tulare Street., 6th Floor, Fresno, CA 93721, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30)days advance, written notice given to County. Certificates of insurance are to include the contract number at the top of the first page. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor under this Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. P-25-559 Master Agreement.docx PROCUREMENT AGREEMENT NUMBER: P-25-559 Page 4 November 4, 2025 Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to others unrelated to the County or to this Agreement. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractors and the County with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1)the text of this Agreement(excluding the Contractor's corresponding Attachment, County's Request for Quotation No. 26-015 and the Contractor's quote in response thereto); (2)the Contractor's corresponding Attachment (3)the County's Request for Quotation No. 26-015 and (4)the Contractor's quotation made in response to County's Request for Quotation No. 26-015. GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the State of California. Venue for any action shall only be in County of Fresno. ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic signature as provided in this section. A. An "electronic signature" means any symbol or process intended by an individual signing this Agreement to represent their signature, including but not limited to (1) a digital signature; (2) a faxed version of an original handwritten signature; or(3)an electronically scanned and transmitted (for example by PDF document)of a handwritten signature. B. Each electronic signature affixed or attached to this Agreement(1) is deemed equivalent to a valid original handwritten signature of the person signing this Agreement for all purposes, including but not limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and effect as the valid original handwritten signature of that person. C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, Part 2, Title 2.5, beginning with section 1633.1). D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs (1)through (5), and agrees that each other party may rely upon that representation. This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means and either party may sign this Agreement with an original handwritten signature. Please acknowledge your acceptance by returning your corresponding signature page of this Agreement to my office via email or USPS. P-25-559 Master Agreement.docx PROCUREMENT AGREEMENT NUMBER: P-25-559 Page 5 November 4, 2025 Please refer any inquiries in this matter to Susan Walker, Purchasing Technician, at 559-600-7111 or suwalker@fresnocountyca.gov. FOR THE COUNTY OF FRESNO Digitally signed by Riley Ilacklurn Riley Blackburn Date:2025.12.2315:46:36 -08'00' Riley Blackburn Purchasing Manager 333 W. Pontiac Way Clovis, CA 93612 P-25-559 Master Agreement.docx PROCUREMENT AGREEMENT NUMBER: P-25-559 Page 7 November 4, 2025 CONTRACTOR TO COMPLETE: Company: GRANITE CONSTRUCTION COMPANY Type of Entity: ❑ Individual ❑ Limited Liability Company ❑ Sole Proprietorship ❑ Limited Liability Partnership ■❑ Corporation Q General Partnership 2716 S. Granite Ct. Fresno CA 93706 Address City State Zip 559-310-3832 N/A bobby.barlow@gcinc.com TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS Print Name & .Jacob Hinchey, Director of Sales Ian Firth, VP Operations California Title: Print Name &Title: Signature: ./ Signature: Print Name& Ian Firth Title: District Vice President Print Name &Title: ® a Signature: Signature: P-25-559 Master Agreement.docx PROCUREMENT AGREEMENT NUMBER: P-25-559 Page 8 November 4, 2025 CONTRACTOR TO COMPLETE: Company: JAXON ENTERPRISES 1 MADERA QUARRY, INC. Type of Entity: ❑ Individual ❑ Limited Liability Company Q Sole Proprietorship ❑ Limited Liability Partnership ((Corporation ❑ General Partnership E- le�0?� �I+ A- 4, iV VA IWO Address City State Zip TELEPHONE NUMBER - ,R�X NUMBER E-MAIL ADPgESS Print Name& Title: ���y (� /�, pye--jl 66 Print Name&Title: D Q Signature: Signature: P-25-559 Master Agreement.docx PROCUREMENT AGREEMENT NUMBER: P-25-559 Page 9 November 4,2026 CONTRACTOR TO COMPLETE: Company: MARTIN MARIETTA tA,4rC 9-inL5� .rnlC- " Type of Entity: ❑ Individual ❑ Limited Liability Company [3 Sole Proprietorship CI Limited Liability Partnership ® Corporation [ General Partnership 114E Shaw Ave, Ste 100 Fresno CA 93710 Address City State Zip (858)513.0611 TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS Print Name& Bryan Forgey Title: VP/GM PacificRegion Print Name&Title: G'e�'�� �d�rNSIL "� Signature: / Signature: P-25-559 Master Agreement.docx PROCUREMENT AGREEMENT NUMBER: P-25-559 Page 10 November 4,2025 CONTRACTOR TO COMPLETE: Company: VULCAN MATERIALS COMPANY 1 CALMAT Type of Entity: Individual Cx Limited Liability Company [� Sole Proprietorship D Limited Liability Partnership corporation Q General Partnership Address City State Zip 5501-`I,D k-&A Ll SLt Ste, k fN G 8%^C.+�.� � •G a wti TELEPHONE NUMBER FAX NUMBER EAVIL ADD ESS Print Name& Title: Print Name &Title: S�-p� Signature: 1 Signature: r ACCOUNTING USE ONLY ORG No.: 45104514,9026 Account No.: 7260,7220 Requisition No.: 5142600052,9262600065 (7/2024) P-25-559 Master Agreement.docx GRANITE CONSTRUCTION COMPANY ATTACHMENT"A" Part A:Slow Cure(SC)Asphalt Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Plant Location 1 3/8"SC-800 1000 tons $95.00 per ton Coalinga Plant 2 3/8"SC-3000 7000 tons $95.00 per ton Coalinga Plant 3 $ per ton 4 $ per ton 5 $ per ton 6 $_ per ton 7 Environmental Fee $ per load Part B:Performance Graded(PG)Asphalt Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Plant Location 1 PG 64-10,%"Max 25,000 tons $72.00 per ton Coalinga Plant 2 PG 64-10,%"Max 100,000 tons $72.00 per ton Coalinga Plant 3 PG 64-10,3/8"Max 20,000 tons $75.00 per ton Coalinga Plant 4 PG 64-10,ST 1/2"Max Medium 150 tons $72.00 per ton Coalinga Plant 5 PG 64-10,ST 3/8"Max 150 tons $75.00 per ton Coalinga Plant 6 P1364-10,Sheet Mix 150 tons $100.00 per ton Coalinga Plant 7 PG 70-10,%"Max 10,000 tons $75.00 per ton Coalinga Plant 8 PG 70-10,%"Max 15,000 tons $75.00 per ton Coalinga Plant 9 PG 70-10,3/8"Max 10,000 tons $81.00 per ton Coalinga Plant 10 PG 64-28,3/4"Max 4,000 tons $80.00 per ton Coalinga Plant 11 PG 64-28,1/2"Max 4,000 tons $80.00 per ton Coalinga Plant 12 PG 64-28,3/8"Max 4,000 tons $81.00 per ton Coalinga Plant 13 PG 64-16,3/4"Max 4,000 tons $72.00 per ton Coalinga Plant 14 PG 64-16,1/2"Max 4,000 tons $72.00 per ton Coalinga Plant 15 PG 64-16,3/8"Max 4,000 tons $81.00 per ton Coalinga Plant 16 ST 1/2"HMA Type A 6,000 tons $72.00 per ton Coalinga Plant 17 %"HMA Commercial 30 tons $72.00 per ton Coalinga Plant 18 112"HMA 64-10R15 20,000 tons $72.00 per ton Coalinga Plant 19 %"HMA 64-10R15LAS B 5 tons $75.00 per ton Coalinga Plant 20 Warm Mix Asphalt 10,000 tons $75.00 per ton Coalinga Plant 21 1/2"HMA 64-10R25 $72.00 per ton Coalinga Plant 22 $ _per ton 23 $ _per ton 24 $ _per ton 25 $ _per ton 26 Environmental Fee $15.00 per load Part C:Aggregates For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Plant Location 1 '/."Max Aggregate Base,Class 2 65,000 tons $15.50 per ton Coalinga Plant 2 Permeable Material Class I,Type B 5,000 tons $ per ton 3 Permeable Material Class 2 5,000 tons $ _per ton 4 Concrete Sand 5,000 ton $16.00 per ton Coalinga Plant 5 Skid Sand(50%Y."Crushed Rock, 5,000 tons $25.00 per ton Coalinga Plant 50%Concrete Sand) 6 Plaster Sand 5,000 tons $ per ton 7 Pit Surge 1,000 tons $25.00 per ton Coalinga Plant 8 Crushed Rock 1,000 tons $19.00 per ton Coalinga Plant 9 Cobble Stone,6"Max/Cobble Stone,4"-6" 5,000 tons $ _per ton 10 Cobble Stone,12"Max,Cobble Stone 6"-12" 5,000 tons $_..-_ per ton 11 Snow Sand 707 tons $ _per ton 12 Rock Dust 76 tons $25.00 per ton Coalinga Plant 13 Y.."Caltrans Class 2 AB 5,000 tons $15.50 per ton Coalinga Plant 14 Rock Slope Protection Type 1 $44.00 per ton Orosi Plant 15 Rock Slope Protection Type II $44.00 per ton Orosi Plant 16 Rock Slope Protection Type III $46.00 per ton Orosi Plant 17 Rock Slope Protection Type IV $48.00 per ton Orosi Plant 18 Rock Slope Protection Type V $50.00 per ton Orosi Plant 19 $ per ton 20 $ _per ton 21 $ _per ton 22 Environmental Fee $15.00 per load Part D:Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer. Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price 1 Minor Concrete 100 cu yds $ per cu yd 2 1-Sack Slurry 25 cu yds $ _per cu yd 3 2-Sack Slurry 25 cu yds $ _per cu yd 4 Rapid Strength Concrete 25 cu yds $ _per cu yd 5 $ _per ton 6 $ _per ton 7 $ _per ton 8 Environmental Fee $ _per load Part E:Asphalt Release Agent For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Unit 1 Asphalt Release Agent 1000 gallons $_ __per 2 $_ _per 3 $_ —per JAXON ENTERPRISES(MADERA QUARRY,INC.) ATTACHMENT"A" Part A:Slow Cure(SC)Asphalt Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Plant Location 1 3/8"SC-800 1000 tons $75.00 per ton MADERA QUARRY 2 3/8"SC-3000 7000 tons $75.00 per ton MADERA QUARRY 3 $ _per ton 4 $ _per ton 5 $ _per ton 6 $ _per ton 7 Environmental Fee $ _per load Part B:Performance Graded(PG)Asphalt Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Plant Location 1 PG 64-10,V Max 25,000 tons $67.50 per ton MADERA QUARRY 2 PG 64-10,Yi'Max 100,000 tons $71.00 per ton MADERA QUARRY 3 PG 64-10,3/8"Max 20,000 tons $71.00 per ton MADERA QUARRY 4 PG 64-10,ST 1/2"Max Medium 150 tons $71.00 per ton MADERA QUARRY 5 PG 64-10,ST 3/8"Max 150 tons $71.00 per ton MADERA QUARRY 6 PG64-10,Sheet Mix 150 tons No bid 7 PG 70-10,V Max 10,000 tons $67.50 per ton MADERA QUARRY 8 PG 70-10,Yi'Max 15,000 tons $71.00 per ton MADERA QUARRY 9 PG 70-10,3/8"Max 10,000 tons $71.00 per ton MADERA QUARRY 10 PG 64-28,3/4"Max 4,000 tons $78.00 per ton MADERA QUARRY 11 PG 64-28,1/2"Max 4,000 tons $80.50 per ton MADERA QUARRY 12 PG 64-28,3/8"Max 4,000 tons $80.50 per ton MADERA QUARRY 13 PG 64-16,3/4"Max 4,000 tons $67.50 per ton MADERA QUARRY 14 PG 64-16,1/2"Max 4,000 tons $71.00 per ton MADERA QUARRY 15 PG 64-16,3/8"Max 4,000 tons $71.00 per ton MADERA QUARRY 16 ST 1/2"HMA Type A 6,000 tons $71.00 per ton MADERA QUARRY 17 1/F HMA Commercial 30 tons $7 1.00 per ton MADERA QUARRY 18 1/2"HMA 64-10R15 20,000 tons $71.00 per ton MADERA QUARRY 19 '/<'HMA 64-10R15LAS B 5 tons No bid 20 Warm Mix Asphalt 10,000 tons No bid 21 $ _per ton 22 $ _per ton 23 $ _per ton 24 $ _per ton 25 $ _per ton 26 Environmental Fee $10.00 per load Part C:Aggregates For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Plant Location 1 '/:'Max Aggregate Base,Class 2 65,000 tons $14.00 per ton MADERA QUARRY 2 Permeable Material Class I,Type B 5,000 tons No bid MADERA QUARRY 3 Permeable Material Class 2 5,000 tons No bid MADERA QUARRY 4 Concrete Sand 5,000 ton $16.00 per ton MADERA QUARRY 5 Skid Sand(50%'/4"Crushed Rock, 5,000 tons $18.00 per ton MADERA QUARRY 50 Concrete Sand 6 Plaster Sand 5,000 tons No bid 7 Pit Surge 1,000 tons $10.00 per ton MADERA QUARRY 8 3/4"Crushed Rock 1,000 tons $16.00 per ton MADERA QUARRY 9 Cobble Stone,6"Max/Cobble Stone,4"-6" 5,000 tons No bid 10 Cobble Stone,12"Max,Cobble Stone 6"-12' 5,000 tons No bid 11 Snow Sand 707 tons No bid 12 Rock Dust 76 tons $16.00 per ton MADERA QUARRY 13 W Caltrans Class 2 AB 5,000 tons $14.00 per ton MADERA QUARRY 14 Rock Slope Protection Type 1 $30.00 per ton MADERA QUARRY 15 Rock Slope Protection Type 11 $40.00 per ton MADERA QUARRY 16 Rock Slope Protection Type III $50.00 per ton MADERA QUARRY 17 Rock Slope Protection Type IV $50.00 per ton MADERA QUARRY 18 Rock Slope Protection Type V $50.00 per ton MADERA QUARRY 19 1/2"Crushed Rock $18.00 per ton MADERA QUARRY 20 3/8"Crushed Rock $18.00 per ton MADERA QUARRY 21 $ _per ton 22 Environmental Fee $10.00 per load Part D:Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer. Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price 1 Minor Concrete 100 cu yds No bid 2 1-Sack Slurry 25 cu yds No bid 3 2-Sack Slurry 25 cu yds No bid 4 Rapid Strength Concrete 25 cu yds No bid 5 $ _per ton 6 $ _per ton 7 $ _per ton 8 Environmental Fee $ _per load Part E:Asphalt Release Agent For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Unit 1 Asphalt Release Agent 1000 gallons No bid 2 $_._per I 3 I I I $ per I I MARTIN MARIETTA ATTACHMENT"A" Part A:Slow Cure(SC)Asphalt Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials, insurance,and miscellaneous fees per ton. item Description Anticipated Yearly Use Unit.Price Plant Location 1 3/8"SC-800 1000 tons $ 95.00 per ton 2095 E Central Ave 2 3/8'SC-3000 7000 tons $ 95.00 per ton 2095 E Central Ave 3 $ _ per ton 4 $ _per ton 5 $ —per ton 6 $ _per ton 7 Environmental Fee $ 10.00 per load 2095 E Central Ave Part B:Performance Graded(PG)Asphalt Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees perton. Item Description Anticipated Yearly Use Unit Price Plant Location 1 PG 64-10,'/."Max 25,000 tons $ 68.00 per ton 2095 E Central Ave 2 PG 64-10, Max 100,000 tons $_ 69.00 per ton 2095 E Central Ave 3 PG 64-10,3/8"Max 20,000 tons $ 75.00 per ton 2095 E Central Ave 4 PG 64-10,ST 112"Max Medium 150 tons $ 69.00 per ton 2095 E Central Ave 5 PG 64-10,ST 3/8'Max 150 tons $ 75.00 per ton 2095 E Central Ave 6 PG64-10,Sheet Mix 150 tons $ 85.00 per ton 2095 E Central Ave 7 PG 70-10,%'Max 10,000 tons $ 68.00 per ton 2095 E Central Ave 8 PG 70-10,%*Max 15,000 tons $ %%per ton 2095 E Central Ave 9 PG 70-10,3/8"Max 10,000 tons $ 75.00 per ton 2095 E Central Ave 10 PG 64-28,3/4"Max 4,000 tons $ 80.00 per ton 2095 E Central Ave 11 PG 64-28,1/2"Max 4,000 tons $ 82_00 per ton 2095 E Central Ave 12 PG 64-28,3/8"Max 4,000 tons $ 85.00 per ton 2095 E Central Ave 13 PG 64-16,3/4"Max 4,000 tons $ 68.A per ton 2095 E Central Ave 14 PG 64-16,1/2"Max 4,000 tons $ 69.0 per ton 2095 E Central Ave 15 PG 64-16,3/8"Max 4,000 tons $ 75.00 per ton 2095 E Central Ave 16 ST 1/2"HMA Type A 6,000 tons $ 69.00 per ton 2095 E Central Ave 17 % HMA Commercial 30 tons $ 69.00 per ton 2095 E Central Ave 18 1/2"HMA 64-10R15 20,000 tons $ 69.00 per ton 2095 E Central Ave 19 %"HMA 64-10R151AS B 5 tons $__68_00 per ton 2095 E Central Ave 20 Warm Mix Asphalt 10,000 tons $ 5.00 Adder per mix/ton 2095 E Central Ave 21 $ _per ton 22 $ _per ton 23 $ _per ton 24 $ _per ton 25 $ _per ton 26 Environmental Fee $ 1000 per load 2095 E Central Ave Part C:Aggregates For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Plant Location 1 1W Max Aggregate Base,Class 2 65,000 tons $ 17.00 per ton 15733 E Goodfellow Ave 2 Permeable Material Class I,Type B 5,000 tons $ 20.0 per ton 15733 E Goodfellow Ave 3 Permeable Material Class 2 5,000 tons $ 20.00 per ton 15733 E Goodfellow Ave 4 Concrete Sand 5,000 ton $ _ 18.00 per ton 15733 E Goodfellow Ave 5 Skid Sand(50%%"Crushed Rock. 5,000 tons N/A Concrete S A 6 Plaster Sand 5,000 tons NA 7 Pit Surge 1,000 tons NA 8 Crushed Rock 1,000 tons $ 20.00 per ton 15733 E Goodfellow Ave 9 Cobble Stone,6"Max/Cobble Stone,4"-6" 5,000 tons N/A 10 Cobble Stone,12"Max,Cobble Stone 6"-12" 5,000 tons NIA 11 Snow Sand 707 tons $ 18.00 per ton 15733 E Goodfellow Ave 12 Rock Dust 76 tons $_ 20.00 per ton 15733 E Goodfellow Ave 13 1W Caltrans Class 2 AB 5,000 tons $ 17.00 per ton 15733 E Goodfellow Ave 14 Rock Slope Protection Type I N/A 15 Rock Slope Protection Type II N/A 16 Rock Slope Protection Type III N/A 17 Rock Slope Protection Type IV N/A 18 Rock Slope Protection Type V N/A 19 $ per ton 20 $ per ton 21 $__ per ton on Environmental Fee $ 10.00 per load 15733 E Goodfellow Ave Part D:Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer. Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price 1 Minor Concrete 100 cu yds N/A 2 1-Sack Slurry 25 cu yds N/A 3 2-Sack Slurry 25 cu yds N/A 4 Rapid Strength Concrete 25 cu yds NIA 5 $ per ton 6 $ per ton 7 $ per ton 8 Environmental Fee $ per load Part E:Asphalt Release Agent For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer,Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Unit 1 Asphalt Release Agent 1000 gallons N/A 2 $ . per 3 $ per VULCAN MATERIALS COMPANY(CALMAT) ATTACHMENT"A" Part A:St*w Cure($C)Asphalt Concrete For the specified material firelovs,please lis',the cost per ton to. plant pick-up and list any ed0ional materials you can offer.Cost shall exclude sales tax and InciuOe all tabor,materials,Insurance.antl miscellaneous fees Rer ton. Itom Description Anticipated Yearly Use Unit PrI66 Platif LocsItch 1 3l8"SC-800 1000 tons 3?.00 per ton Sanger/Madera 2 3fw*SC-3000 7000 tons $�92,00 per ton Saige(lMadera 3 —.—per ton a — _ per ton 5 $ .,_per ton 6 $' _-per tor. 7 Environmental Fee $0,80 per ton Sapper/Madera Part 8:Performance Graded(PG)Asphalt Concrete For the specified material below,please list the coot par ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and Include, air labor,materials,insurance,and miscellanaous fees per ton. lbem Description Anticipated Yearly Use U61:Price Plant Lodatlon 1 PG 64-10,W Max 26,000 tons $68.00 per ton SangerlAshlaniMadera 2 PG 64-10,'/"Max 110,000 tons $67,00 pe,ton Sanger/Ashlan/Madera 3 PG 64-10,3/8'Max 20,001)tons $71.00 per ton SangertAshlanif.adera d PG 64-10,ST 112"Max Medium 150 tons $70.00 per ton Sanger/AshlanlAnadera 5 PG 641-10,ST 318"Max 150 tans $71.00 per ton Sanger[Ashlan/tvladera 6 PG64.10,Sheet Mir. 150 tons $80.00 per ton Sanger/Ashtanlltt,adera 7 Fe 70-10,'A,Max 10,000 tons $68.00 per ton Sanperlhshtan/Madera 8 PG 70-10,Y2"Max 15,000 tons $69,Oi,per ton 5angerlAshlanlMadera 9 PG 70-10,3/8"Max 10,000 tons $75.00 per ton Sanger/Ashlan/Madera 10 PG 64-28,3/4"iftx 4,000 tons $88.00 per ton Sanger/Ashlan/Madera 11 PG 64-26,1/2"Max 4.000 tons $89.00 per ton SangerlAshlan/Madera '12 PG 64-28,3/8'Max 4,000 tons $91.00 por ton Sanger/Ashlan/Madera 13 PG 64-16,3/4"Max 4,000 tons $68.00 per ton Sanger/Ashlenikiaaera 14 PG 64-16,1/2'Max 4,000 tons $68.00 per ton SangerlAshlan/Madera 15 PG 94-16,318"Max 4,000 tons $71.00 per ton San ger,'Ashlan/P.iadera 16 ST 112"HMA Type A 6,000 tons $67.00 per ton Sanger/Ashlan/Madera 17 W IiMA Commercial 30 tons $66.00 per ton SangerlAshlanlivladera 18 112"HMA 64-1OR15 20,000 tons $68.00 per ton Sang/AshlaruMadera 19 M'HMA 64.10R15LAS 8 5 tens $87.00 per ten SangerlAshian/Madera 20 Warm%Aix Asphalt 10,000 tons $80,00 per ton Sanger/AshlanAladera 21 $_;—per ton 22 $, per ton 23 $�, _per ton 24 $,_•___per ton 25 $ T per ton 26 Environmental Fee $0.80 per ton Part C.,Aggregates For the specified material below,please list the cast per ton for plant pick-up and list any additional materials you can offer,Cost shall exclude sales tax and Include all labor,materials,insurance.and miscellaneous fees per tan. Item Description Antioipated Yearly Use tUh f Prce Plant Location 1 'J"Max Aggregate Base,Class 2 65,000 tons $13.50 per ton Austin Quarry 2 Permeable Material Class I,Type a 5,000 tons $$20.00 per ton Austin Quarry 3 Permeable Material Class 2 5,000 tans $21.00 per tan Austin Quarry 4 Concrete Sand 5.000 ton $15.00 perton Sanger Agg Skid Sand(50%A"Crushed Pock,5 50%Concrete Sand) 5.000(4n& $18.00 per ton Sanger Agg 6 Plaster Sand 5,000 tons $22.03 per ton Samili gg 7 Pit Surge 1,000 tans $12,00 per ton Sanger Agg 8 Crushed Rock 1,000 tons $25.00 per ton Austin Quarryt$afiger Agg 9 Cobble Stine,6"Max/Cobble Stone,4"-6" 5,001 tons N/A NIA 10 Cobble Stone.12'Max,Cobble Stone 6"12" 5,000 tons $55 per tors Sanger Agg 11 Snow Sand 707 tons $18.00 per ton Sanger Agg 12 Rock Dust 76 tons $16.00 per ton Austin Quarry/Sanger Agg 13 'W'Calfrans Class 2 AB 5,000 tons $17.50 per ton Sanger Agg 14 Rock Slope Protection Type 1 $75.00 per ton Austin Quarry 15 Rack Slope Protection Type III 111A 16 Rock Slope Protection Type ill NIA 17 Rock Slope Protection Type 1V NIA is Rock Slope Protection Type V NIA 19 $,- per ion 21 3_.___per ton 21 $ __.per ton 22 Environmental Fee $0.50 per ton Austin Quarry/Sanger Agg Part D:Concrete For the specified material Vrelow,please list the cost per ton for plant pick-up and list any additonat materials you can offer.Cost shall exclurte sales fax and include all labor,materials,insurance,and miscellaneous fees per tan. Item Description Anticipated Yearly Use Unit Prlde 1 Minor Concrete 100 cu yds NrA 2 1-Sack Slurry 25 cu yds N,A a 2-Sack Slurry 25 cu yds WA 4 Rapid Strength Concrete 25 cu yds N,A 5 $ _per ton 6 $, per ton 7 $ __per ton B Environmental Fee $ per load Part E:Asphalt Release Agent For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and inoludo all labor,materials,insurance,and miscellaneous fees per tat, Item Description Anticipated Yearly Use Unit Price Unit 1 Asphalt Release Agent 1000 gallons NIA 2 S per 3 $... _per Granite Construction Company Response to County of Fresno Request for Quotation No. 26-015 P-25-559 Master Agreement.docx COUNTY OF FRESNO F`b4 co O� �O FR$5 REQUEST FOR QUOTATION NUMBER: 26-015 ASPHALT, CONCRETE AND AGGREGATE MATERIALS Issue Date: September 11, 2025 Closing Date: OCTOBER 2, 2025 AT 10:00 AM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Susan Walker 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. Granite Construction Company COMPANY Bobby Barlow CONTACT PERSON 38940 Hwy 33 ADDRESS Coalinga CA 93210 CITY STATE ZIP CODE (559) 310-3832 bobby.barlow@gcinc.com TELEPHONE NUMBER E-MAIL ADDRESS o AUTHORIZED S1Cj&,A7-rUAE Jacob Hinchey Director of Sales, CA PRINT NAME TITLE Purchasing Use:SW:st 26415 Asphalt,Concrete and Aggregate Materials.dou Quotation No. 26-015 Page 2 TABLE OF CONTENTS PAGE KEYDATES ....................................................................................................................3 OVERVIEW.....................................................................................................................3 BIDINSTRUCTIONS ......................................................................................................4 GENERAL REQUIREMENTS & CONDITIONS...............................................................5 INSURANCE REQUIREMENTS ................................................................................... 11 PARTICIPATION........................................................................................................... 13 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE ............................................................................................ 16 TRADE SECRET ACKNOWLEDGEMENT ................................................................... 18 REFERENCELIST........................................................................................................ 19 SCOPEOF WORK........................................................................................................20 SPECIFICATIONS ........................................................................................................21 COMPLY/ NOT COMPLY.............................................................................................23 QUOTATION SCHEDULE.............................................................................................25 CHECKLIST.................................................................................................................26 EXHIBITS......................................................................................................................27 2"15 Asphalt,Concrete andAg grog ate Matedals.doc Quotation No. 26-015 Page 3 KEY DATES RFQ Issue Date: September 11,2025 Written Questions for RFQ Due: September 22, 2025 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: October 2,2025 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 is requesting quotations to establish a contract with multiple qualified vendors for Slow Cure(SC) Asphalt Concrete, Performance Graded (PG)Asphalt Concrete, and various aggregate materials. Orders will be placed on an as-needed basis. The County anticipates awarding contracts to several vendors with selection criteria based on material quality, pricing, supply capability, and compliance with all terms and conditions. Bidders must be local to ensure timely completion of Public Works projects. 26-015 Asphalt,Concrete and Aggregate Materiak.dom Quotation No. 26-015 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 County Purchasing(a)fresnocountyca.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, 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. 26-015 Asphalt,Concrete�d Aggregate MateriaKdocx Quotation No. 26-015 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 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 September 22, 2025 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Susan Walker at(559)600- 7110. NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. EXCEPTIONS: Please provide any exceptions to the general requirements and conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's quotation meets those requirements. AWARD: Award will be made to the vendor(s)offering the services, products, prices, delivery, equipment and system deemed to be to the best advantage of the County. Past performance(County contracts within the past seven years) and references may factor into awarding of a contract. The County shall be the sole judge in making such determination. Award Notices are tentative:Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and special district building codes, laws, ordinances, and regulations. SALES TAX: Fresno County pays California State Sales Tax regardless of vendor's place of doing business. TAXES, PERMITS& FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. TAXES,CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature,which fully describes items that you are bidding. 26-015 Asphalt,Concrete and Aggregate Materials.dDu Quotation No. 26-015 Page 6 No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown, the bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder. LITERATURE: Bidders shall submit literature, which fully describes items on which they are bidding, not later than the closing date of this bid. Any and all literature submitted must be stamped with bidders name and address. MERCHANDISE RETURNABLE FOR FULL CREDIT: Bidder agrees to accept for full credit any merchandise sold by them on contract or award resulting from this bid, if returned in good condition by the County. GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. The County may require additional items from those in bid schedule. BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation,whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract,without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are for the 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. 26-015 Asphalt,Concrete and Aggregate Matedals.dmx Quotation No. 26-015 Page 7 CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders. 3. Persons who,within the immediately preceding twelve(12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders. 5. No County employee whose position in the County enables them to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be delivered to the ordering department. Each invoice shall reference the purchase order or contract number and the equipment number if applicable. The contractor shall obtain the "invoice to"address when receiving the order. PAYMENT: County will make partial payments for all purchases made under the contract/purchase order and accumulated during the month. Terms of payment will be net forty-five(45)days. 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 and 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. 26-015 Asphatt,Concrete and Aggregate Matenals.docz Quotation No. 26-015 Page 8 Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees,from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the items,which the bidder proposes to furnish, together with full descriptive literature on all items so enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of functioning and structural characteristics for those details which differ from the specifications listed herein. SAFETY DATA SHEETS: With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Safety Data Sheet for each product, which contains any substance on"The List of 800 Hazardous Substances", published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act, California State Labor Code Sections 6360 through 6399.7.) RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications. EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc., by the contractor in the performance of their work shall be replaced or repaired and restored to original condition by the contractor. CLEAN UP: The Contractor shall at all times, keep the premises clean from accumulation of waste materials or rubbish caused by their employees or work and shall remove all resulting work debris from the job site. WATER, POWER&TOILET FACILITIES: Successful bidder may use County owned water, power and toilet facilities at job site(when existing) at no expense to the successful bidder. Successful bidder will be required, however, to provide piping, fittings and other items as necessary to bring water and power from existing service to job site. 26-015 Asphalt,Concrete and Aggregate Matadals.doox Quotation No. 26-015 Page 9 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 successful bidder shall provide, in conformity with all local codes and ordinances and as may be required, such temporary walls, fences, guardrails, barricades, lights, danger signs, enclosures, etc., and shall maintain such safeguards until all work is completed. COORDINATION AND COMPLETION: The successful bidder shall contact and meet with the County Coordinator at the job site prior to commencement and completion of any work. Successful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one (1)year. Such one(1)year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFQ. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. OBLIGATIONS OF CONTRACTOR: Contractor warrants on behalf of itself and all subcontractors engaged for the performance of the ensuing contract that only persons authorized to work in the United 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. 2M15 Asphalt,Concrete and Aggregate Materials.dou Quotation No. 26-015 Page 10 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. 26-015 Asphalt,Concrete and Aggregate MateriaKdDu Quotation No. 26-015 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 Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty (30)days from the date Contractor executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Department of Public Works and Planning, 2220 Tulare Street.,61h Floor, Fresno, CA 93721, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance,written notice 26-015 Asphalt,Concrete and Aggregate MateriaUoox Quotation No. 26-015 Page 12 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. 2MI5 Asphalt,Concrete and Aggregate Matenals.docx Quotation No. 26-015 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. x Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. F] No,we will not extend contract terms to any agency other than the County of Fresno.Ot�- - I X�i __k� (Authorized Signature) Director of Sales, CA Title 26-015 Asphalt,Concrete and Aggregate Materia&docx Quotation No. 26-015 Page 14 COUNTY OF FRESNO LOCAL VENDOR BID PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE The Local Vendor and Disabled Veteran Business Enterprise Preferences apply to this RFQ. Whenever the CAO purchases supplies, materials and/or equipment for the County through the use of competitive bids,the CAO, in evaluating the price or bid for such supplies, materials and/or equipment shall determine if each bidder is a Fresno County Local Vendor(FCLV) and/or a Disabled Veteran Business Enterprise(DVBE). Bidders that are either an FCLV or a California State Certified DVBE may be granted a preference when determining the award of a bid. FCLV and DVBE, for the purposes of this section, are defined below. A. Fresno County Local Vendor(FCLV) 1. The vendor has its headquarters, distribution point or locally-owned franchise located in or having a street address within the County for at least six(6) months immediately prior to the issuance of the request for competitive bids by the CAO; and 2. The vendor holds any required business license by a jurisdiction located in Fresno County; and 3. The vendor employs at least one(1)full-time or two(2) part-time employees whose primary residence is located within Fresno County, or if the business has no employees, shall be at least fifty percent(50%) owned by one or more persons whose primary residence(s) is located within Fresno County. B. Disabled Veteran Business Enterprise(DVBE) A vendor must be certified by the State of California as a Disabled Veteran Business Enterprise(DVBE)as of the close of the competitive bid process in which they are participating. State certification as a DVBE is issued by the California Department of General Services. Other Conditions 1. Any vendor claiming to be a FCLV as defined above, or a DVBE shall so certify in writing to the CAO. The CAO shall not be required to verify the accuracy of any such certifications, and shall have sole discretion to determine if a vendor meets the definition of a FCLV. 2. Any person or business falsely claiming to be a FCLV or DVBE under this section shall be ineligible to transact any business with the County for a period of not less than three(3) months and not more twenty-four(24) months as determined at the sole discretion of the CAO. The CAO shall also have the right to terminate all or any part of any contract entered into with such person or business. 3. In the event that the CAO rejects a vendor's claim that they are a FCLV and/or a DVBE, and as such declares them to be ineligible, such vendor shall be entitled to a public hearing before the Board of Supervisors and a five (5) day notice of the time and place thereof. 4. This section shall not apply to contracts required by state or federal statutes or regulations to be awarded to the lowest responsible bidder or otherwise exempted from local preference. Preferences FCLVs and DVBEs that submit a bid within five percent(5%) of the lowest responsive and responsible bid will, under certain specified circumstances, qualify to submit a new bid within two County business days of County's notification. Such new bids must be in an amount less than or equal to the lowest responsive and responsible bid previously determined by the CAO. If the CAO receives new bids from qualifying FCLVs and/or DVBEs, they shall award the contract to the FCLV or DVBE that submits the lowest responsive and responsible bid. If no new bids are received, the contract shall be awarded to the original low bidder as announced by the CAO. The lowest responsive and responsible bid shall be solely determined by the CAO. 26-015 Asphalt Concrete and Aggregate Matedals.doox Quotation No. 26-015 Page 15 The CAO will consider the following four categories of bidder relative to the Fresno County Local Vendor Preference and the Disabled Veteran Business Enterprise Preference. Vendor Preference Categories 1) FCLV—Fresno County Local Vendor as defined above. 2) DVBE—Disabled Veteran Business Enterprise as defined above; a DVBE is not also a FCLV unless specifically designated as such. 3) FCLV& DVBE—A vendor that is both a Fresno County Local Vendor and Disabled Veteran Business Enterprise as defined above. 4) VNP—Vendor No Preference;A vendor that is neither a Fresno County Local Vendor nor a Disabled Veteran Business Enterprise. The following table identifies the various combinations of vendor preference categories that could be received in response to an RFQ. It also indicates when a vendor qualifies for a re-bid under either the FCLV or DVBE Preference. The first column of the table identifies the Vendor Preference Category of the bidder that the CAO has determined to be the lowest cost, responsive and responsible bidder. Each vendor preference category is shown in the columns to the right. The table indicates when a vendor category qualifies for a re-bid relative to the low bid category in the first column (read left to right). Low Bid Submitted by FCLV&DVBE FCLV DVBE VNP Vendor Preference Category (Not a FCLV) FCLV&DVBE No Re-bid No Re-bid No Re-bid No Re-bid Award to Low BidNo Re-bid Opportunity Opportunity Opportunity Opportunity Opportunity May Re-bid May Re-bid May Re-bid VNP No Re-bid when within 5% when within 5% when within 5% Award Subject to Preference Re-bid of low bid of low bid of low bid Opportunity May Re-bid FCLV when within 5% No Re-bid No Re-bid No Re-bid Award Subject to Preference Re-bid of low bid Opportunity Opportunity Opportunity DVBE May Re-bid May Re-bid (Not a FCLV) when within 5% when within 5% Rebid No Re-bid Award Subject to Preference Re-bid of low bid of low bid Opportunity Opportunity Applying the Preferences In determining the award of a Request for Quotation (RFQ), the CAO will first identify the lowest cost responsive and responsible bidder, and award will be made to that vendor when such vendor is both a FCLV and a DVBE. If the lowest such bidder is not an FCLV, it will be determined if the Local Vendor Preference and/or the DVBE Preference are applicable to other bidders. The preferences will then apply to bids submitted by FCLVs and DVBEs that are within 5%of the designated low bid. The vendors submitting bids that are within the 5%will be granted an opportunity to submit a new bid. It must be stressed that in the event of a tie between a FCLV and a DVBE that is not a FCLV, the FCLV shall take precedence in award of the contract. This condition is necessary to remain consistent with Fresno County Charter Section 12 (h),which specifically calls for a preference to local vendors. When the lowest responsive and responsible bidder is a FCLV, other bidders who are both FCLVs and DVBEs will have the opportunity to re-bid. When the lowest responsive and responsible bid is from a non-local DVBE, all FCLVs will be offered a re-bid opportunity. 26-015 Asphalt,Concrete and Aggregate Materials.docx Quotation No. 26-015 Page 16 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE The Fresno County Local Vendor Preference (FCLV)and the Disabled Veteran Business Enterprise Preference (DVBE) are applicable to this Request for Quotation as previously explained. Qualified Vendors that desire consideration as a FCLV and/or a DVBE under this RFQ must complete the "Statement of Local Vendor Certification"and/or the"Statement of DVBE Certification", each is included below, and submit it/them as a part of their quotation. Late submittals of these certification forms will not be considered. Submission of either or both certifications will qualify the vendor for treatment as a local vendor or a DVBE for purposes of this RFQ only. The certification(s) made under this RFQ do not qualify the vendor for a preference under any other RFQ. NOTIFICATION OF RE-BID If a vendor's bid qualifies under the Fresno County Local Vendor Preference or the DVBE Preference,the vendor will be notified of his/her opportunity to re-bid. If so notified, the Vendor must submit his/her re-bid within two County business days of notification. Notification will be issued by e-mail or Fax, whichever is preferred by the vendor. Notification to Vendor shall be considered complete upon County's transmission of e-mail or Fax. It will be the vendor's responsibility to check his/her e-mail or Fax messages for notification. The vendor's delay in retrieval of his/her notification will not alter the two(2)County business day period allowed for re-bid submission. FCLV or DVBE TO COMPLETE: Indicate ONE method for notification of re-bid opportunity by providing the appropriate e-mail address or Fax number. Submit this document as a part of your quotation. bobby.barlow@gcinc.com E-Mail Address or Fax Number(Identify contact person) 26-015 Asphak Concrete and Aggregate Materials.docx Quotation No. 26-015 Page 17 STATEMENT OF LOCAL VENDOR CERTIFICATION COUNTY OF FRESNO Qualified local vendors desiring consideration under the Fresno County Local Vendor Preference must complete the following and submit with their quotation(print or type). Bobby Barlow Sales Manager (individual submitting bid) (title) of/for Granite Construction Certify that Granite Construction (Company Name) (Company Name) Is a Fresno County local Ve dor as defined within this RFQ and therefore qualifies for the Local Vendor Preference. Sales Manager 10/01/2025 ignature Title Date Bobby Barlow (Print Name) STATEMENT OF DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION Qualified vendors desiring consideration under the Fresno County DVBE Preference must complete the following and submit with their quotation(print or type). (individual submitting bid) (title) -nfN'nr r`o rtifii thot (`Company Name) (Company Name) Is a Disabled Veteran Business Enterprise certified by the State of California and therefore qualifies for the DVBE Preference. —�aiwe�Ga♦�r�ia�LDZGor�if+�ai+a�A4aw�^.. Signature Title Date (Print Name) `Company name on file with the State of California DVBE program. 26-015 Asphalt,Concrete and Aggregate Matenals.doex Quotation No. 2 j-015 Page 18 TRADE SECRET ACKNOWLEDGEMENT Each proposal submitted is public record under the California Public Records Act(Cal. Gov. Code, secs. 7920.000 and following)and is therefore open to inspection by the public as required by Section 7922.525 of the California Government Code. This section generally states that"every person has a right to inspect any public record". The County will not exclude any proposal or portion of a proposal from treatment as a public record except information that it is properly submitted as a"trade secret" (defined below), and determined by the County to be a"trade secret"(if not otherwise subject to disclosure, as stated below). Information submitted as"proprietary", "confidential"or under any other terms that might state or suggest restricted public access will not be excluded from treatment as public record. "Trade secrets"as defined by Section 7924.510 of the California Government Code are not treated as a public record under that section.This section defines trade secrets as: "...Trade secrets,"as used in this section,may include,but are not limited to, any formula,plan,pattern,process,tool, mechanism,compound,procedure,production data or compilation of information that is not patented, which is known only to certain individuals within a commercial concem who are using it to fabricate,produce,or compound an article of trade or a service having commercial value and which gives its user an opportunity to obtain a business advantage over competitors who do not know or use it.' Such information must be submitted in a separate PDF file named"Trade Secret"and marked as"Confidential" in the Public Purchase system. Bidders must include a clear and concise statement that sets out the reasons for confidentiality in accordance with the foregoing definition of"trade secret." Examples of information not considered trade secrets are pricing, cover letter, promotional materials, references, and the like. Information submitted by a bidder as"trade secret"will be reviewed by County of Fresno's Purchasing Division,with the assistance of the County's legal counsel,to determine conformance or non-conformance to the foregoing definition. Information that is properly identified as"trade secret"and which the County determines to conform to the definition will not become public record(if not otherwise subject to disclosure, as stated below).The County will safeguard this information in an appropriate manner, provided however, in the event of a request, demand, or legal action by any person or entity seeking access to the"trade secret" information,the County will inform the bidder of such request, demand, or legal action,and the bidder shall defend, indemnify, and hold harmless the County, including its officers and employees, against any and all claims, liabilities,damages, or costs or expenses, including attorney's fees and costs, relating to such request,demand or legal action, seeking access to the"trade secret" information. Information submitted by bidder as trade secret and determined by the County not to be in conformance with the foregoing California Government Code definition shall be excluded from the proposal and deleted by the County. The County shall not in any way be liable or responsible for the disclosure of any proposals or portions thereof, if(1)they are not electronically submitted in a separate PDF that is marked"Trade Secret"and marked as Confidential in the Public Purchase system; or(2)disclosure thereof is required or allowed under the law or by order of court. Bidders are advised that the County does not wish to receive trade secrets and that bidders are not to supply trade secrets unless they are absolutely necessary. I have read and understand, and agree to the above"Trade Secret Acknowledgement." BIDDER MUST CHECK ONE OF THE FOLLOWING: Has bidder submitted certain bid information that is a"trade secret,"as defined by Section 7924.510 of the California Government Code, and in compliance with the requirements of this Trade Secrets Acknowledgement? By marking"NO", bidder es not claim any confidentiality of any bid information submitted to the County YES NO ACKNO EDGED AND AGREED BY BIDDER: Signature Date r Print me Title 26-015 Asphalt,Concrete and Aggregate Matari2!s dccx Quotation No. 26-015 Page 19 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: Granite Construction Contact: Nathan Hayes Address: 2716 Granite Court City: Fresno State: CA Zip: 93706 Phone No.: ( 559 ) 318-6211 Date: 2025 Service Provided: Supplied Asphalt, Rubberized Asphalt,Cold Mix,Class II Base Rock to many State and County projects in and around Fresno County over the past several years Reference Name: Fresno County Contact: Susan Walker Address: 333 W Pontiac Way City: Clovis State: CA Zip: 93612 Phone No.: ( 559 ) 600-7111 Date: 2025 Service Provided: Supplied Fresno County with Asphalt, Cold Mix,and Class II Base Rock on many road projects in Fresno County over the past several years Reference Name: Agee Construction Contact: Alan Dirlam Address: 1039 Hoblitt Avenue City: Clovis State: CA Zip: 93612 Phone No.: ( 559 ) 299-3290 Date: 2025 Service Provided: Supplied Agee Construction with Asphalt and Class II Base Rock on Two projects in 2025 Reference Name: Teichert Construction Contact: Nathan Rinaldi Address: 5771 S Toyota Avenue City: Fresno State: CA Zip: 93725 Phone No.: ( 559 ) 259-9213 Date: 2025 Service Provided: Supplied Asphalt Rubberized Asphalt Cold Mix and Class II base rock to several State and County projects over the past several years Reference Name: Avison Construction Contact: Curtis Short Address: 40434 Brickyard Drive City: Madera State: CA Zip: 93636 Phone No.: ( 559 ) 930-1660 Date: 2025 Service Provided: Supplied Asphalt,Cold Mix,and Class II Base rock to projects at the Lemoore Naval Air Base as well as City and County projects throughout the San Joaquin Valley Failure to provide a list of at least five(5) customers may be cause for rejection of this RFQ. 26-015 Asphalt,Concrete and Aggregate Materials.docx Quotation No. 26-015 Page 20 SCOPE OF WORK The County of Fresno(County), on behalf of the Department of Public Works and Planning, seeks quotations to establish a Master Agreement with multiple qualified vendors for the provision of Slow Cure (SC)Asphalt Concrete, Performance Graded (PG)Asphalt Concrete, and various aggregate materials. It is anticipated that the County will haul the materials from the Contractor's plant, utilizing County or contracted vehicles for transportation. Bidders must be local to ensure timely completion of Public Works projects. The quantities listed in the Pricing Schedule are estimates and do not represent guaranteed purchase amounts. The County reserves the right to adjust quantities as necessary, increasing or decreasing them based on project requirements. Vendors must adhere to all applicable Federal, State, and local regulations. Non-compliance may result in reduced order requests or termination of the agreement. Materials requested under this RFQ include, but are not limited to: • Performance Graded (PG)Asphalt Concrete—"Fresno County Mix" • State Standard mix designs approved by Fresno County's Materials Lab • Warm Mix Asphalt Concrete • Slow Cure (SC)Asphalt Concrete • Various aggregate materials such as sand, gravel, and crushed rock • Rock Slope Protection • Various cement concrete materials • Asphalt release agent 2"15 Asphak,Concrete and Aggregate Materials.docx Quotation No. 26-015 Page 21 SPECIFICATIONS The County of Fresno will certify acceptance of the product produced upon independent laboratory analysis obtained by the vendor and certified by the County. The frequency of such laboratory analysis shall be determined and requested by the County to assure compliance to specifications. The vendor shall not draw material from other than the certified refinery without prior approval from the County. All materials provided under this agreement must meet the current State of California Department of Transportation Standard Specifications, and all Fresno County Materials Laboratory requirements. Materials to Be Supplied: A. Hot Mix Asphalt Concrete: suitable for road paving and patching projects. Required mix designs are '/-inch, %-inch, and 3/8-inch per Caltrans Section 39 of Standard Specifications annually approved by Fresno County's Materials Lab B. Warm Mix Asphalt Concrete: suitable for road paving and patching projects. Required mix designs are 1/2-inch, %-inch, and 3/8-inch per Caltrans Section 39 of Standard Specifications annually approved by Fresno County's Materials Lab C. Slow Cure Asphalt Concrete: suitable for road patching projects. Asphalt binder shall be liquid asphalt, grade SC-800 or SC-3000. The Kinematic Viscosity of the SC-800 at 140 F shall be 1200 to 1600 as determined by the AASHTO T-201 Test Method D. Aggregates: crushed rock, gravel, and sand in specified sizes for road base, surface applications, and other related uses).All gradation shall satisfy State Standard Specifications E. Rock Slope Protection: per Section 72 of Caltrans Standard Specifications, Classes I through V F. Concrete: per Section 90 of Caltrans Standard Specifications, Minor Concrete and 2-sack slurry G. Asphalt Release Agent: suitable for removing excess asphalt materials from tools and equipment Vendor Requirements: A. Accessibility: a. Vendors must provide designated operating hours and ensure accessibility of the facility b. Vendors must provide a certificate of compliance of material if required B. Timely Delivery: a. Supply schedules must be adhered to, ensuring no delays to County projects. C. Compliance: a. All materials provided must conform to applicable State of California and local standards for road maintenance and construction. Vendor must cooperate with Fresno County's Materials Lab for acceptance testing for all applicable materials. Orders for asphalt concrete material are subject to immediate cancellation upon failure of the supplier to comply with the requirements of these specifications. D. Pricing and Documentation: a. A comprehensive pricing schedule must be submitted, listing costs per unit(ton, cubic yard, etc.)for all materials offered. Vendor is not required to be able to provide all listed materials. E. Quality Assurance: a. Quality Assurance should be provided by vendor, County reserves the right to verify all materials. 26-015 Asphak,Concrete and Aggregate Material.Aocx Quotation No. 26-015 Page 22 F. Permits and Certifications: a. Vendors must obtain and maintain all permits and certifications required for the production and supply of materials throughout the duration of the agreement. G. Quotation Details: a. Quotations must include detailed pricing for each material type to be provided. Vendors are not required to bid on all material types. H. Invoice Requirements: Vendors must include the following details on all invoices: a. Detailed descriptions of materials provided, including type, quantity, and applicable specifications, including approved mix design if applicable. b. Date and time of material pick-up by County vehicles, along with corresponding County vehicle identification number. c. Reference to the project number or job name associated with the materials. d. Vendor's name, address, contact information, invoice number, and date of issuance. e. Itemized costs for each material type(per unit, ton, cubic yard, etc.), including delivery charges, if applicable. f. Authorized signatures from both the vendor and a County representative verifying receipt of materials. 26-015 Asphalt,Concrete and Aggregate Matarials.docx Quotation No. 26-015 Page 23 COMPLY / NOT COMPLY Compliance and understanding of the specifications listed below shall be noted by marking "YES" on the line provided. Non-compliance is to be indicated by marking "NO" on the line; a detailed statement explaining why the specification cannot be met must accompany all non- compliant lines. DO NOT LEAVE THIS PAGE BLANK. Failure to complete and submit this page may result in the bid response being deemed non-responsive. Note: Failure to comply to all specifications listed below will not automatically disqualify the bid response from being evaluated. BIDDER TO COMPLETE THE FOLLOWING: Specifications Comply/Not-Comply 1 Materials will be provided by the vendor for any minimum quantity required by the County. If unable to comply, please Not Comply specify the minimum quantity. 2 Hot Mix Asphalt can be provided with 48 hours notice. If unable to comply, provide the minimum required notice. Comply 3 Slow Cure Asphalt can be provided with 48 hours notice. If unable to comply, provide the minimum required notice. comply 4 Aggregate Base can be provided with 48 hours notice. If unable to comply, provide the minimum required notice. Comply - 5 Dike Mix Asphalt can be provided with 48 hours notice. If Comply unable to comply, provide the minimum required notice. 6 Vendor will adhere to scheduled product production once order is placed subject to penalty fees in the amount of one hundred ($100.00) per load ordered. Penalty fees to be deductive line Comply items on invoices. Modified schedules are allowed with County and Vendor agreement. 7 Materials can be provided during Normal Business Hours, defined as Mondaythrough Friday, 7:00am—5:00 m. comply 8 Materials can be provided outside of Normal Business Hours, defined as Monday through Friday 5:00 pm—7:00 am, weekends or County holidays. If not able to comply, provide any Not Comply fees required to comply. 9 The County of Fresno will certify acceptance of the product produced upon independent laboratory analysis obtained by the vendor and verified by the County. The frequency of such laboratory analysis shall be determined and requested by the County to assure compliance with required specifications. The Comply vendor shall not draw material from other than the material source approved by both parties without prior approval from the County. 10 The successful bidder must have the capability to provide up to Comply 2500 tons of hot mix asphalt per County working day. 26-015 Asphalt,Concrete and Aggregate MaMals.docz Quotation No. 26-015 Page 24 Not-Comply Statements: Vendor to state reasons why non-compliant lines cannot be met. Specification#1 -Granite Construction Coalinga Asphalt Plant has a minimum tonnage requirement of 250 tons to operate the Asphalt Plant, unless,when order is requested and we are operating for another contractor with the same product Granite can accommodate a minimum tonnage requirement.Granite Coalinga aggregate Plant has no minimum requirement. Specification#8-Granite has an opening fee outside of regular business hours to open the asphalt and aggregate Plant. The opening fee for Monday to Friday 5:00pm to 5:00 am is$3,000.00 per shift The opening fee for Weekends days or nights is$5,000.00 per shift The opening fee for Holidays is$5,000.00 per shift Plant Location Vendor to state location(s) of plant(s)which will be providing material quoted. Granite Construction Coalinga Plant-38940 Hwy 33, Coalinga, Ca.93210 Granite Construction Orosi Plant - 14600 Avenue 420, Orosi, Ca. 93647 2"15 Asphalt,Concrete and Aggregate Materials.doox Quotation No. 26-015 Page 25 QUOTATION SCHEDULE Please reference Exhibit A—Quotation Schedule. Please ensure to factor all costs throughout the five-year contract term.Also factor Prevailing and Labor Wage increases as well as potential future raw material cost increases. Vendors are required to submit detailed quotes that include all relevant costs, ensuring transparency and accuracy. Each quotation must account for all labor, materials, transportation,fees, permits, insurances, licenses, taxes, and overhead associated with supplying the materials as specified in this agreement. Vendors will be allowed to request price adjustments on any product or fee due to fluctuations in business costs, including fuel expenses, provided such adjustments are accompanied by appropriate documentation. All price adjustments are subject to County approval and must comply with the terms outlined within the agreement. Price adjustments for asphalt-containing materials such as HMA, tack coat, asphaltic emulsions, bituminous seals, asphalt binders, and modified asphalt may be requested by vendor or County per the Asphalt Price Index. The California Department of Transportation determines the California statewide crude oil price index each month on or about the 1 st business day of the month using the average of the posted prices in effect for the previous month as posted by Chevron, ExxonMobil, and ConocoPhillips for the Buena Vista and Midway Sunset fields. If a company discontinues posting its prices for a field, the Department determines the index from the remaining posted prices. The Department may include additional fields to determine the index. For the California statewide crude oil price index, go to the California Department of Transportation Division of Construction Web site. https://dot ca gov/programs/construction/california-statewide-crude-oil-price-index Price adjustments for products containing asphalt may be requested whenever the California statewide crude oil price index fluctuates more than 5 percent up or down from the initial price index at the time this contract is approved, and subsequent indices following any approved adjustments. Price quotes must include all miscellaneous and related charges. The County will only pay costs that are expressly itemized in the quotation. To ensure a complete and responsive quotation, vendors must provide the following documents and details: A. A detailed breakdown of costs for each material type B. Transportation and delivery fees, when applicable C. All applicable taxes and other fees A. Copies of all active and relevant permits and certifications required for material production and supply. The County will evaluate all submissions based on the following factors to ensure the selection of the most qualified vendors: A. Materials must meet all specifications and quality standards outlined in the RFQ. B. Quotations will be assessed for cost-effectiveness and alignment with County budgets. C. The ability to meet delivery schedules and handle the required quantities efficiently. D. Adherence to all submission requirements, permits, certifications, and applicable regulations. 26-015 Asphat Concrete and Aggregate MateriaLs.docx Quotation No. 26-015 Page 26 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. V Addenda, if any, have been signed and included in the bid package. Signed Trade Secret Form as provided with this RFQ (Trade Secret Information, if provided, 3. V must be electronically submitted in a separate PDF file and marked as Confidential.) 4. The completed Reference List as provided with this RFQ. 5. The completed Comply/Not Comply page as provided with this RFQ. 6. _ The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 7. V Indicate all of bidder exceptions to the County's requirements,conditions and specifications as stated within this RFQ. 8. The Participation page as provided within this RFQ has been signed and included 9. The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section (if applicable) has been signed and included. 10. _ Bidder to Complete page as provided with this RFQ. 11. - Return checklist with RFQ response. 12. Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. 26-015 Asphalt,Concrete and Aggregate Wterials.docx Quotation No. 26-015 Page 27 EXHIBITS A. Quotation Schedule 26-015 Asphalt,Concrete and Aggregate Materials.docx COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFQ NUMBER: 26-015 ASPHALT, CONCRETE, AND AGGREGATE MATERIALS Issue Date: September 24, 2025 CLOSING DATE: OCTOBER 25 2025 AT 10:00 AM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Susan Walker at(559) 600-7110. NOTE THE ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 26-016 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. ➢ Questions and Answers ACKNOWLEDGMENT OF ADDENDUM NUMBER One (1)TO RFQ 26-016 COMPANY NAME: Granite Construction Company / (PRINT) SIGNATURE: 0� 1-- - NAME & TITLE: :;acob Hinchey Director of Sales, CA (PRINT) Purchasing Use:SW:hs 2"15 Addendum 1 Addendum No. One (1) Page 2 Request for Quotation Number: 26-016 September 24, 2025 QUESTIONS AND ANSWERS 01. Could you please confirm if these materials are to be delivered to 2220 Tulare St, Fresno,CA 93721? A1. It is anticipated that the County will haul the materials from the Contractor's plant utilizing County or contracted vehicles for transportation. Materials will never be delivered to 2220 Tulare Street. Q2. For accurate pricing, please provide your estimated order frequency and quantity per order over the contract term. A2. Page 3 of RFQ 26-015 states that orders will be placed on an as-needed basis. The quantities listed in the Quotation Schedule are estimates and do not represent guaranteed purchase amounts. However, the majority of orders will be placed during the summer months. 26-015 Addendum 1 RFQ 26-015 EXHIBIT A RFQ 26-015 Asphalt,Concrete and Aggregate Materials Quotation Schedule Part A:Slow Cure(SC)Asphalt Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Pnoe Plant Location 1 318"SC-800 1000 tons $95.00 per ton Coalinga Plant 2 3/8"SC-3000 7000 tons $95.00 per ton Coalinga Plant 3 $ _per ton 4 $ _per ton 5 $ _per ton 6 $ _per ton 7 Environmental Fee $ _per load Part B:Performance Graded(PG)Asphalt Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Plant Location 1 PG 64-10,Y."Max 25,000 tons $72.00 per ton Coalinga Plant 2 PG 64-10,Y2"Max 100,000 tons $72.00 per ton Coalinga Plant 3 PG 64-10,3/8"Max 20,000 tons $75.00 per ton Coalinga Plant 4 PG 64-10,ST 1/2"Max Medium 150 tons $72.00 per ton Coalinga Plant 5 PG 64-10.ST 3/8"Max 150 tons $75.00 per ton Coalinga Plant 6 PG64-10,Sheet Mix 150 tons $100.00 per ton Coalinga Plant 7 PG 70-10,%"Max 10,000 tons $75.00 per ton Coalinga Plant 8 PG 70-10.1W Max 15,000 tons $75.00 per ton Coalinga Plant 9 PG 70-10,3/8"Max 10,000 tons $81.00 per ton Coalinga Plant 10 PG 64-28,3/4"Max 4,000 tons $80.00 per ton Coalinga Plant 11 PG 64-28,1/2"Max 4,000 tons $80.00 per ton Coalinga Plant 12 PG 64-28,3/8"Max 4,000 tons $81.00 per ton Coalinga Plant 13 PG 64-16,3/4"Max 4,000 tons $72.00 per ton Coalinga Plant 14 PG 64-16,1/2"Max 4,000 tons $72.00 per ton Coalinga Plant 15 PG 64-16,3/8"Max 4,000 tons $81.00 per ton Coalinga Plant 16 ST 112"HMA Type A 6,000 tons $72.00 per ton Coalinga Plant 17 %"HMA Commercial 30 tons $72.00 per ton Coalinga Plant 18 1/2"HMA 64-10R15 20,000 tons $72.00 per ton Coalinga Plant 19 V HMA 64-10R15LAS B 5 tons $75.00 per ton Coalinga Plant 20 Warm Mix Asphalt 10,000 tons $75.00 per ton Coalinga Plant 21 112"HMA 64-1 OR25 $72.00 per ton Coalinga Plant 22 $ _per ton 23 $ _per ton 24 $ _per ton P5 $ _per ton 26 Environmental Fee $15.00 per load RFQ 26-015 EXHIBIT A Part C:Aggregates For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Plant Location 1 3/4"Max Aggregate Base,Class 2 65,000 tons $15.50 per ton Coalinga Plant 2 Permeable Material Class I,Type B 5,000 tons $ _per ton 3 Permeable Material Class 2 5,000 tons $ _per ton 4 Concrete Sand 5,000 ton $16.00 per ton Coalinga Plant 5 Skid Sand(50%'/4"Crushed Rock, 5,000 tons $25.00 per ton Coalinga Plant ° Concrete an 6 Plaster Sand 5,000 tons $ _per ton 7 Pit Surge 1,000 tons $25.00 per ton Coalinga Plant 8 Crushed Rock 1,000 tons $19.00 per ton Coalinga Plant 9 Cobble Stone,6"Max/Cobble Stone,4"-6" 5,000 tons $ _per ton 10 Cobble Stone,12"Max,Cobble Stone 6"-12" 5,000 tons $ _per ton 11 Snow Sand 707 tons $ _per ton 12 Rock Dust 76 tons $25.00 per ton Coalinga Plant 13 %"Caltrans Class 2 AB 5,000 tons $15.50 per ton Coalinga Plant 14 Rock Slope Protection Type 1 $44.00 per ton Orosi Plant 15 Rock Slope Protection Type II $44.00 per ton Orosi Plant 16 Rock Slope Protection Type III $46.00 per ton Orosi Plant 17 Rock Slope Protection Type IV $48.00 per ton Oros!Plant 18 Rock Slope Protection Type V $50.00 per ton Orosi Plant 19 $ _per ton 20 $ _per ton 21 $ _per ton 22 Environmental Fee $15.00 per load Part D:Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer. Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price 1 Minor Concrete 100 cu yds $ _per cu yd 2 1-Sack Slurry 25 cu yds $ _per cu yd 3 2-Sack Slurry 25 cu yds $ _per cu yd 4 Rapid Strength Concrete 25 cu yds $ _per cu yd 5 $ _per ton 6 $ _per ton 7 $ _per ton 8 Environmental Fee $ _per load Part E:Asphalt Release Agent For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Unit 1 Asphalt Release Agent 1000 gallons $ _per 2 $ _per 3 $ _per Jaxon Enterprises (Madera Quarry, Inc.) Response to County of Fresno Request for Quotation No. 26-015 P-25-559 Master Agreement.docx COUNTY OF FRESNO a Quarry, Inc. o� �o FR$5 REQUEST FOR QUOTATION NUMBER: 26-015 ASPHALT, CONCRETE AND AGGREGATE MATERIALS Issue Date: September 11, 2025 Closing Date: OCTOBER 2, 2025 AT 10:00 AM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Susan Walker 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. Madera Quarry, Inc. COMPANY Bonnie Ostini CONTACT PERSON 23050 Road 209 ADDRESS Madera CA 93636 CITY STATE ZIP CODE (559) 536-0058 bostini@jaxonaggregates.com TEL NUM E-MAIL ADDRESS-4 AUTHORIZED SIGNATURE Bonnie Ostini, Sales Manager PRINT NAME TITLE Purchasing Use:SW:st 26-015 Asphalt,Concrete and Aggregate Matenals.docx Quotation No. 26-015 Page 2 TABLE OF CONTENTS PAGE KEYDATES ....................................................................................................................3 OVERVIEW.....................................................................................................................3 BIDINSTRUCTIONS ......................................................................................................4 GENERAL REQUIREMENTS & CONDITIONS...............................................................5 INSURANCE REQUIREMENTS ................................................................................... 11 PARTICIPATION........................................................................................................... 13 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE ............................................................................................ 16 TRADE SECRET ACKNOWLEDGEMENT ................................................................... 18 REFERENCELIST........................................................................................................ 19 SCOPEOF WORK........................................................................................................20 SPECIFICATIONS ........................................................................................................21 COMPLY / NOT COMPLY.............................................................................................23 QUOTATIONSCHEDULE.............................................................................................25 CHECKLIST .................................................................................................................26 EXHIBITS......................................................................................................................27 26-015 Asphalt,Concrete and Aggregate Materials.docx Quotation No. 26-015 Page 3 KEY DATES RFQ Issue Date: September 11, 2025 Written Questions for RFQ Due: September 22, 2025 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: October 2, 2025 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 is requesting quotations to establish a contract with multiple qualified vendors for Slow Cure (SC)Asphalt Concrete, Performance Graded (PG)Asphalt Concrete, and various aggregate materials. Orders will be placed on an as-needed basis. The County anticipates awarding contracts to several vendors with selection criteria based on material quality, pricing, supply capability, and compliance with all terms and conditions. Bidders must be local to ensure timely completion of Public Works projects. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 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 CountyPurchasing(a)fresnocountyca.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, 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. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 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 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 September 22, 2025 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Susan Walker at(559) 600- 7110. NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. EXCEPTIONS: Please provide any exceptions to the general requirements and conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's quotation meets those requirements. AWARD: Award will be made to the vendor(s) offering the services, products, prices, delivery, equipment and system deemed to be to the best advantage of the County. Past performance (County contracts within the past seven years) and references may factor into awarding of a contract. The County shall be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and special district building codes, laws, ordinances, and regulations. SALES TAX: Fresno County pays California State Sales Tax regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. TAXES, CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully describes items that you are bidding. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 6 No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown, the bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder. LITERATURE: Bidders shall submit literature, which fully describes items on which they are bidding, not later than the closing date of this bid. Any and all literature submitted must be stamped with bidders name and address. MERCHANDISE RETURNABLE FOR FULL CREDIT: Bidder agrees to accept for full credit any merchandise sold by them on contract or award resulting from this bid, if returned in good condition by the County. GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. The County may require additional items from those in bid schedule. BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are for the 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. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 7 CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders. 3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3)serve as officers, principals, partners or major shareholders. 5. No County employee whose position in the County enables them to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be delivered to the ordering department. Each invoice shall reference the purchase order or contract number and the equipment number if applicable. The contractor shall obtain the "invoice to" address when receiving the order. PAYMENT: County will make partial payments for all purchases made under the contract/purchase order and accumulated during the month. Terms of payment will be net forty-five (45) days. 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 and 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. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 8 Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the items, which the bidder proposes to furnish, together with full descriptive literature on all items so enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of functioning and structural characteristics for those details which differ from the specifications listed herein. SAFETY DATA SHEETS: With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Safety Data Sheet for each product, which contains any substance on "The List of 800 Hazardous Substances", published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act, California State Labor Code Sections 6360 through 6399.7.) RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications. EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc., by the contractor in the performance of their work shall be replaced or repaired and restored to original condition by the contractor. CLEAN UP: The Contractor shall at all times, keep the premises clean from accumulation of waste materials or rubbish caused by their employees or work and shall remove all resulting work debris from the job site. WATER, POWER&TOILET FACILITIES: Successful bidder may use County owned water, power and toilet facilities at job site (when existing)at no expense to the successful bidder. Successful bidder will be required, however, to provide piping, fittings and other items as necessary to bring water and power from existing service to job site. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 9 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 successful bidder shall provide, in conformity with all local codes and ordinances and as may be required, such temporary walls, fences, guardrails, barricades, lights, danger signs, enclosures, etc., and shall maintain such safeguards until all work is completed. COORDINATION AND COMPLETION: The successful bidder shall contact and meet with the County Coordinator at the job site prior to commencement and completion of any work. Successful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one (1)year. Such one (1)year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFQ. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. OBLIGATIONS OF CONTRACTOR: Contractor warrants on behalf of itself and all subcontractors engaged for the performance of the ensuing contract that only persons authorized to work in the United 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. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 10 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. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 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 Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty (30)days from the date Contractor executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Department of Public Works and Planning, 2220 Tulare Street., 9h Floor, Fresno, CA 93721, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 12 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. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 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. Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. No, we will not extend contract terms to any agency other than the County of Fresno. �) (Authorized Signature) Sales Manager Title 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 14 COUNTY OF FRESNO LOCAL VENDOR BID PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE The Local Vendor and Disabled Veteran Business Enterprise Preferences apply to this RFQ. Whenever the CAO purchases supplies, materials and/or equipment for the County through the use of competitive bids, the CAO, in evaluating the price or bid for such supplies, materials and/or equipment shall determine if each bidder is a Fresno County Local Vendor(FCLV) and/or a Disabled Veteran Business Enterprise (DVBE). Bidders that are either an FCLV or a California State Certified DVBE may be granted a preference when determining the award of a bid. FCLV and DVBE, for the purposes of this section, are defined below. A. Fresno County Local Vendor(FCLV) 1. The vendor has its headquarters, distribution point or locally-owned franchise located in or having a street address within the County for at least six (6) months immediately prior to the issuance of the request for competitive bids by the CAO; and 2. The vendor holds any required business license by a jurisdiction located in Fresno County; and 3. The vendor employs at least one (1)full-time or two (2) part-time employees whose primary residence is located within Fresno County, or if the business has no employees, shall be at least fifty percent (50%) owned by one or more persons whose primary residence(s) is located within Fresno County. B. Disabled Veteran Business Enterprise (DVBE) A vendor must be certified by the State of California as a Disabled Veteran Business Enterprise (DVBE) as of the close of the competitive bid process in which they are participating. State certification as a DVBE is issued by the California Department of General Services. Other Conditions 1. Any vendor claiming to be a FCLV as defined above, or a DVBE shall so certify in writing to the CAO. The CAO shall not be required to verify the accuracy of any such certifications, and shall have sole discretion to determine if a vendor meets the definition of a FCLV. 2. Any person or business falsely claiming to be a FCLV or DVBE under this section shall be ineligible to transact any business with the County for a period of not less than three (3) months and not more twenty-four(24) months as determined at the sole discretion of the CAO. The CAO shall also have the right to terminate all or any part of any contract entered into with such person or business. 3. In the event that the CAO rejects a vendor's claim that they are a FCLV and/or a DVBE, and as such declares them to be ineligible, such vendor shall be entitled to a public hearing before the Board of Supervisors and a five (5)day notice of the time and place thereof. 4. This section shall not apply to contracts required by state or federal statutes or regulations to be awarded to the lowest responsible bidder or otherwise exempted from local preference. Preferences FCLVs and DVBEs that submit a bid within five percent (5%) of the lowest responsive and responsible bid will, under certain specified circumstances, qualify to submit a new bid within two County business days of County's notification. Such new bids must be in an amount less than or equal to the lowest responsive and responsible bid previously determined by the CAO. If the CAO receives new bids from qualifying FCLVs and/or DVBEs, they shall award the contract to the FCLV or DVBE that submits the lowest responsive and responsible bid. If no new bids are received, the contract shall be awarded to the original low bidder as announced by the CAO. The lowest responsive and responsible bid shall be solely determined by the CAO. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 15 The CAO will consider the following four categories of bidder relative to the Fresno County Local Vendor Preference and the Disabled Veteran Business Enterprise Preference. Vendor Preference Categories 1) FCLV— Fresno County Local Vendor as defined above. 2) DVBE—Disabled Veteran Business Enterprise as defined above; a DVBE is not also a FCLV unless specifically designated as such. 3) FCLV& DVBE—A vendor that is both a Fresno County Local Vendor and Disabled Veteran Business Enterprise as defined above. 4) VNP—Vendor No Preference; A vendor that is neither a Fresno County Local Vendor nor a Disabled Veteran Business Enterprise. The following table identifies the various combinations of vendor preference categories that could be received in response to an RFQ. It also indicates when a vendor qualifies for a re-bid under either the FCLV or DVBE Preference. The first column of the table identifies the Vendor Preference Category of the bidder that the CAO has determined to be the lowest cost, responsive and responsible bidder. Each vendor preference category is shown in the columns to the right. The table indicates when a vendor category qualifies for a re-bid relative to the low bid category in the first column (read left to right). Low Bid Submitted by FCLV& DVBE FCLV DVBE VNP Vendor Preference Category (Not a FCLV) FCLV& DVBE No Re-bid No Re-bid No Re-bid No Re-bid Award to Low BidNo Re-bid Opportunity Opportunity Opportunity Opportunity May Re-bid May Re-bid May Re-bid VNP No Re-bid when within 5% when within 5% when within 5% Award Subject to Preference Re-bid of low bid of low bid of low bid Opportunity FCLV May Re-bid No Re-bid No Re-bid No Re-bid Award Subject to Preference Re-bid when within 5% Opportunity Opportunity Opportunity of low bid DVBE May Re-bid May Re-bid No Re-bid No Re-bid (Not a FCLV) when within 5% when within 5% Award Subject to Preference Re-bid of low bid of low bid Opportunity Opportunity Applying the Preferences In determining the award of a Request for Quotation (RFQ), the CAO will first identify the lowest cost responsive and responsible bidder, and award will be made to that vendor when such vendor is both a FCLV and a DVBE. If the lowest such bidder is not an FCLV, it will be determined if the Local Vendor Preference and/or the DVBE Preference are applicable to other bidders. The preferences will then apply to bids submitted by FCLVs and DVBEs that are within 5% of the designated low bid. The vendors submitting bids that are within the 5% will be granted an opportunity to submit a new bid. It must be stressed that in the event of a tie between a FCLV and a DVBE that is not a FCLV, the FCLV shall take precedence in award of the contract. This condition is necessary to remain consistent with Fresno County Charter Section 12 (h), which specifically calls for a preference to local vendors. When the lowest responsive and responsible bidder is a FCLV, other bidders who are both FCLVs and DVBEs will have the opportunity to re-bid. When the lowest responsive and responsible bid is from a non-local DVBE, all FCLVs will be offered a re-bid opportunity. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 16 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE The Fresno County Local Vendor Preference (FCLV) and the Disabled Veteran Business Enterprise Preference (DVBE) are applicable to this Request for Quotation as previously explained. Qualified Vendors that desire consideration as a FCLV and/or a DVBE under this RFQ must complete the "Statement of Local Vendor Certification"and/or the"Statement of DVBE Certification", each is included below, and submit it/them as a part of their quotation. Late submittals of these certification forms will not be considered. Submission of either or both certifications will qualify the vendor for treatment as a local vendor or a DVBE for purposes of this RFQ only. The certification(s) made under this RFQ do not qualify the vendor for a preference under any other RFQ. NOTIFICATION OF RE-BID If a vendor's bid qualifies under the Fresno County Local Vendor Preference or the DVBE Preference, the vendor will be notified of his/her opportunity to re-bid. If so notified, the Vendor must submit his/her re-bid within two County business days of notification. Notification will be issued by e-mail or Fax, whichever is preferred by the vendor. Notification to Vendor shall be considered complete upon County's transmission of e-mail or Fax. It will be the vendor's responsibility to check his/her e-mail or Fax messages for notification. The vendor's delay in retrieval of his/her notification will not alter the two (2) County business day period allowed for re-bid submission. FCLV or DVBE TO COMPLETE: Indicate ONE method for notification of re-bid opportunity by providing the appropriate e-mail address or Fax number. Submit this document as a part of your quotation. bostini@jaxonaggregates.com E-Mail Address or Fax Number(Identify contact person) 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 17 \Qualified ------------------------------------------------------------------------------------------------------------------------------------------ -- ATEMENT OF LOCAL VENDOR CERTIFICATION COUNTY OF FRESNO ors desiring consideration under the Fresno County Local Vendor Preference must co lete theit with their quotation (print or type). , ndividual submitting bid) (title) of/for Certify that (C pany Name) ompany Name) Is a Fresno County local Vendo s defined within this RFQ and therefore qualifies fo he Local Vendor Preference. Signature it Date (Print Name) ----------------------------------------------------------------),(N/A --- -------------------------------------------------------------------------- STATEMENT OF DISABAN BUSINESS ENTERPRISE TION Qualified vendors desiring consideration undty VBE Preference must complete the following and submit with their quotation (print or type). I (individual submitting bid) (title) of/for Certify that _ \ /ertification e) (Company Name) Is a Disabled Vetrise certified by the State of California and therefo qualifies for the DVBE Preference. State of CaliforniaNumber: Signature Title Date (Print Name) /*Copany name on file with the State of California DVBE program. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 18 TRADE SECRET ACKNOWLEDGEMENT Each proposal submitted is public record under the California Public Records Act(Cal. Gov. Code, secs. 7920.000 and following)and is therefore open to inspection by the public as required by Section 7922.525 of the California Government Code. This section generally states that"every person has a right to inspect any public record".The County will not exclude any proposal or portion of a proposal from treatment as a public record except information that it is properly submitted as a"trade secret"(defined below), and determined by the County to be a"trade secret" (if not otherwise subject to disclosure, as stated below). Information submitted as"proprietary", "confidential"or under any other terms that might state or suggest restricted public access will not be excluded from treatment as public record. "Trade secrets"as defined by Section 7924.510 of the California Government Code are not treated as a public record under that section.This section defines trade secrets as: "...Trade secrets,"as used in this section, may include, but are not limited to, any formula,plan,pattern,process, tool, mechanism, compound,procedure,production data or compilation of information that is not patented, which is known only to certain individuals within a commercial concern who are using it to fabricate,produce, or compound an article of trade or a service having commercial value and which gives its user an opportunity to obtain a business advantage over competitors who do not know or use it." Such information must be submitted in a separate PDF file named "Trade Secret"and marked as"Confidential"in the Public Purchase system. Bidders must include a clear and concise statement that sets out the reasons for confidentiality in accordance with the foregoing definition of"trade secret." Examples of information not considered trade secrets are pricing, cover letter, promotional materials, references, and the like. Information submitted by a bidder as"trade secret"will be reviewed by County of Fresno's Purchasing Division, with the assistance of the County's legal counsel,to determine conformance or non-conformance to the foregoing definition. Information that is properly identified as"trade secret"and which the County determines to conform to the definition will not become public record (if not otherwise subject to disclosure, as stated below). The County will safeguard this information in an appropriate manner, provided however, in the event of a request, demand, or legal action by any person or entity seeking access to the"trade secret" information, the County will inform the bidder of such request, demand, or legal action, and the bidder shall defend, indemnify, and hold harmless the County, including its officers and employees, against any and all claims, liabilities, damages, or costs or expenses, including attorney's fees and costs, relating to such request, demand or legal action, seeking access to the"trade secret"information. Information submitted by bidder as trade secret and determined by the County not to be in conformance with the foregoing California Government Code definition shall be excluded from the proposal and deleted by the County. The County shall not in any way be liable or responsible for the disclosure of any proposals or portions thereof, if(1)they are not electronically submitted in a separate PDF that is marked "Trade Secret"and marked as Confidential in the Public Purchase system; or(2)disclosure thereof is required or allowed under the law or by order of court. Bidders are advised that the County does not wish to receive trade secrets and that bidders are not to supply trade secrets unless they are absolutely necessary. I have read and understand, and agree to the above"Trade Secret Acknowledgement." BIDDER MUST CHECK ONE OF THE FOLLOWING: Has bidder submitted certain bid information that is a"trade secret,"as defined by Section 7924.510 of the California Government Code, and in compliance with the requirements of this Trade Secrets Acknowledgement? By marking "NO", bidder does not claim any confidentiality of any bid information submitted to the County. YES X NO ACKNOWLEDGED AND AGREED BY BIDDER: 4"") 10/01/2025 Signature Date Bonnie Ostini, Sales Manager Print Name Title 26-015 Asphalt,Concrete and Aggregate Matenals.docx Quotation No. 26-015 Page 19 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: Madera Quarry, 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: Tulare County Contact: Elaine Anderson Address: 5961 South Mooney Blvd. City: Visalia State: CA Zip: 93291 Phone No.: ( 559 ) 636-5245 Date: 9/29/2025 Service Provided: cold mix, chip rock, asphalt, aggregates Reference Name: City of Tulare Contact: Gonzalo Ramirez Address: 411 E. Kern Ave. City: Tulare State: CA Zip: 93274 Phone No.: ( 559 ) 685-2300 Date: 09/25/2025 Service Provided: cold mix, chip rock, asphalt, aggregates Reference Name: City of Porterville Contact: Joe Baeza Address: 291 N. Main St. City: Porterville State: CA Zip: 93257 Phone No.: ( 559 )782-7456 Date: 09/30/2025 Service Provided: cold mix, chip rock, asphalt, aggregates Reference Name: Madera County Contact: Javier Tovar Address: 2037 W. Clevland Ave. City: Madera State: CA Zip: 93637 Phone No.: ( 559 ) 675-7811 Date: 09/29/2025 Service Provided: cold mix, crushed rock, asphalt, aggregates Reference Name: Merced County Contact: David Engbrecht Address: 715 Martin Luther King Jr. Way, Bldg 3 City: Merced State: CA Zip: 95340 Phone No.: ( 209 ) 385-7602 Date: 09/25/2025 Service Provided: cold mix, crushed rock, asphalt, aggregates Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 20 SCOPE OF WORK The County of Fresno (County), on behalf of the Department of Public Works and Planning, seeks quotations to establish a Master Agreement with multiple qualified vendors for the provision of Slow Cure (SC)Asphalt Concrete, Performance Graded (PG)Asphalt Concrete, and various aggregate materials. It is anticipated that the County will haul the materials from the Contractor's plant, utilizing County or contracted vehicles for transportation. Bidders must be local to ensure timely completion of Public Works projects. The quantities listed in the Pricing Schedule are estimates and do not represent guaranteed purchase amounts. The County reserves the right to adjust quantities as necessary, increasing or decreasing them based on project requirements. Vendors must adhere to all applicable Federal, State, and local regulations. Non-compliance may result in reduced order requests or termination of the agreement. Materials requested under this RFQ include, but are not limited to: • Performance Graded (PG)Asphalt Concrete—"Fresno County Mix" • State Standard mix designs approved by Fresno County's Materials Lab • Warm Mix Asphalt Concrete • Slow Cure (SC)Asphalt Concrete • Various aggregate materials such as sand, gravel, and crushed rock • Rock Slope Protection • Various cement concrete materials • Asphalt release agent 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 21 SPECIFICATIONS The County of Fresno will certify acceptance of the product produced upon independent laboratory analysis obtained by the vendor and certified by the County. The frequency of such laboratory analysis shall be determined and requested by the County to assure compliance to specifications. The vendor shall not draw material from other than the certified refinery without prior approval from the County. All materials provided under this agreement must meet the current State of California Department of Transportation Standard Specifications, and all Fresno County Materials Laboratory requirements. Materials to Be Supplied: A. Hot Mix Asphalt Concrete: suitable for road paving and patching projects. Required mix designs are 1/2-inch, 3/4-inch, and 3/8-inch per Caltrans Section 39 of Standard Specifications annually approved by Fresno County's Materials Lab B. Warm Mix Asphalt Concrete: suitable for road paving and patching projects. Required mix designs are '/2-inch, %-inch, and 3/8-inch per Caltrans Section 39 of Standard Specifications annually approved by Fresno County's Materials Lab C. Slow Cure Asphalt Concrete: suitable for road patching projects. Asphalt binder shall be liquid asphalt, grade SC-800 or SC-3000. The Kinematic Viscosity of the SC-800 at 140 F shall be 1200 to 1600 as determined by the AASHTO T-201 Test Method D. Aggregates: crushed rock, gravel, and sand in specified sizes for road base, surface applications, and other related uses). All gradation shall satisfy State Standard Specifications E. Rock Slope Protection: per Section 72 of Caltrans Standard Specifications, Classes I through V F. Concrete: per Section 90 of Caltrans Standard Specifications, Minor Concrete and 2-sack slurry G. Asphalt Release Agent: suitable for removing excess asphalt materials from tools and equipment Vendor Requirements: A. Accessibility: a. Vendors must provide designated operating hours and ensure accessibility of the facility. b. Vendors must provide a certificate of compliance of material if required B. Timely Delivery: a. Supply schedules must be adhered to, ensuring no delays to County projects. C. Compliance: a. All materials provided must conform to applicable State of California and local standards for road maintenance and construction. Vendor must cooperate with Fresno County's Materials Lab for acceptance testing for all applicable materials. Orders for asphalt concrete material are subject to immediate cancellation upon failure of the supplier to comply with the requirements of these specifications. D. Pricing and Documentation: a. A comprehensive pricing schedule must be submitted, listing costs per unit (ton, cubic yard, etc.)for all materials offered. Vendor is not required to be able to provide all listed materials. E. Quality Assurance: a. Quality Assurance should be provided by vendor, County reserves the right to verify all materials. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 22 F. Permits and Certifications: a. Vendors must obtain and maintain all permits and certifications required for the production and supply of materials throughout the duration of the agreement. G. Quotation Details: a. Quotations must include detailed pricing for each material type to be provided. Vendors are not required to bid on all material types. H. Invoice Requirements: Vendors must include the following details on all invoices: a. Detailed descriptions of materials provided, including type, quantity, and applicable specifications, including approved mix design if applicable. b. Date and time of material pick-up by County vehicles, along with corresponding County vehicle identification number. c. Reference to the project number or job name associated with the materials. d. Vendor's name, address, contact information, invoice number, and date of issuance. e. Itemized costs for each material type (per unit, ton, cubic yard, etc.), including delivery charges, if applicable. f. Authorized signatures from both the vendor and a County representative verifying receipt of materials. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 23 COMPLY / NOT COMPLY Compliance and understanding of the specifications listed below shall be noted by marking "YES" on the line provided. Non-compliance is to be indicated by marking "NO" on the line; a detailed statement explaining why the specification cannot be met must accompany all non- compliant lines. DO NOT LEAVE THIS PAGE BLANK. Failure to complete and submit this page may result in the bid response being deemed non-responsive. Note: Failure to comply to all specifications listed below will not automatically disqualify the bid response from being evaluated. BIDDER TO COMPLETE THE FOLLOWING: Specifications Comply/Not-Comply 1 Materials will be provided by the vendor for any minimum quantity required by the County. If unable to comply, please Aggregates = yes specify the minimum quantity. Asphalt= no 2 Hot Mix Asphalt can be provided with 48 hours notice. If unable to comply, provide the minimum required notice. No 3 Slow Cure Asphalt can be provided with 48 hours notice. If Yes unable to comply, provide the minimum required notice. 4 Aggregate Base can be provided with 48 hours notice. If unable to comply, provide the minimum required notice. Yes 5 Dike Mix Asphalt can be provided with 48 hours notice. If No unable to comply, provide the minimum required notice. 6 Vendor will adhere to scheduled product production once order is placed subject to penalty fees in the amount of one hundred ($100.00) per load ordered. Penalty fees to be deductive line No items on invoices. Modified schedules are allowed with County and Vendor agreement. 7 Materials can be provided during Normal Business Hours, defined as Monday through Friday, 7:00am — 5:00 m. No 8 Materials can be provided outside of Normal Business Hours, defined as Monday through Friday 5:00 pm — 7:00 am, weekends or County holidays. If not able to comply, provide any No fees required to comply. 9 The County of Fresno will certify acceptance of the product produced upon independent laboratory analysis obtained by the vendor and verified by the County. The frequency of such laboratory analysis shall be determined and requested by the Yes County to assure compliance with required specifications. The vendor shall not draw material from other than the material source approved by both parties without prior approval from the County. 10 The successful bidder must have the capability to provide up to 2500 tons of hot mix asphalt per County working day. Yes 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 24 Not-Comply Statements: Vendor to state reasons why non-compliant lines cannot be met. 1) 300 ton minimum for HMA, unless the plant is already in operation then county to receive what is being made 2) 72 business hours 5) MQ is not currently offering CT dike mix 6) This is a one way penalty and not accepted unless mutual penalties are agreed upon T) Business hours are 6am - 3pm Monday - Friday, except for holidays 8) Outside normal business hours = $3000/shift, shift times to be negotiated; any time beyond the outside normal business hours, and/or shift time, a $400/hr OT charge applies. Plant Location Vendor to state location(s) of plant(s) which will be providing material quoted. Madera Quarry, 23050 Road 209, Madera, CA 93636 26-015 Asphalt,Concrete and Aggregate Materials.docx Quotation No. 26-015 Page 25 QUOTATION SCHEDULE Please reference Exhibit A—Quotation Schedule. Please ensure to factor all costs throughout the five-year contract term. Also factor Prevailing and Labor Wage increases as well as potential future raw material cost increases. Vendors are required to submit detailed quotes that include all relevant costs, ensuring transparency and accuracy. Each quotation must account for all labor, materials, transportation, fees, permits, insurances, licenses, taxes, and overhead associated with supplying the materials as specified in this agreement. Vendors will be allowed to request price adjustments on any product or fee due to fluctuations in business costs, including fuel expenses, provided such adjustments are accompanied by appropriate documentation. All price adjustments are subject to County approval and must comply with the terms outlined within the agreement. Price adjustments for asphalt-containing materials such as HMA, tack coat, asphaltic emulsions, bituminous seals, asphalt binders, and modified asphalt may be requested by vendor or County per the Asphalt Price Index. The California Department of Transportation determines the California statewide crude oil price index each month on or about the 1 st business day of the month using the average of the posted prices in effect for the previous month as posted by Chevron, ExxonMobil, and ConocoPhillips for the Buena Vista and Midway Sunset fields. If a company discontinues posting its prices for a field, the Department determines the index from the remaining posted prices. The Department may include additional fields to determine the index. For the California statewide crude oil price index, go to the California Department of Transportation Division of Construction Web site. https:Hdot.ca.aov/programs/construction/california-statewide-crude-oil-price-index Price adjustments for products containing asphalt may be requested whenever the California statewide crude oil price index fluctuates more than 5 percent up or down from the initial price index at the time this contract is approved, and subsequent indices following any approved adjustments. Price quotes must include all miscellaneous and related charges. The County will only pay costs that are expressly itemized in the quotation. To ensure a complete and responsive quotation, vendors must provide the following documents and details: A. A detailed breakdown of costs for each material type B. Transportation and delivery fees, when applicable C. All applicable taxes and other fees A. Copies of all active and relevant permits and certifications required for material production and supply. The County will evaluate all submissions based on the following factors to ensure the selection of the most qualified vendors: A. Materials must meet all specifications and quality standards outlined in the RFQ. B. Quotations will be assessed for cost-effectiveness and alignment with County budgets. C. The ability to meet delivery schedules and handle the required quantities efficiently. D. Adherence to all submission requirements, permits, certifications, and applicable regulations. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 26 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. Signed Trade Secret Form as provided with this RFQ (Trade Secret Information, if provided, 3. X must be electronically submitted in a separate PDF file and marked as Confidential.) 4. X The completed Reference List as provided with this RFQ. 5. X The completed Comply/Not Comply page as provided with this RFQ. 6. X The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 7. X Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ. 8. X The Participation page as provided within this RFQ has been signed and included 9. X The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section (if applicable) has been signed and included. 10. X Bidder to Complete page as provided with this RFQ. 11. X Return checklist with RFQ response. 12. X Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. 26-015 Asphalt,Concrete and Aggregate Matedals.docx Quotation No. 26-015 Page 27 EXHIBITS A. Quotation Schedule 26-015 Asphalt,Concrete and Aggregate Matedals.docx COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFQ NUMBER: 26-015 ASPHALT, CONCRETE, AND AGGREGATE MATERIALS Issue Date: September 24, 2025 CLOSING DATE: OCTOBER 29 2025 AT 1 0:00 AM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Susan Walker at(559) 600-7110. NOTE THE ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 26-015 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. Questions and Answers ACKNOWLEDGMENT OF ADDENDUM NUMBER One (1) TO RFQ 26-015 COMPANY NAME: Madera Quarry, Inc. �) (PRINT) SIGNATURE: NAME & TITLE: Bonnie Ostini, Sales Manager (PRINT) Purchasing Use:SW:hs 26-015 Addendum 1 Addendum No. One (1) Page 2 Request for Quotation Number: 26-015 September 24, 2025 QUESTIONS AND ANSWERS Q1. Could you please confirm if these materials are to be delivered to 2220 Tulare St, Fresno, CA 93721? A1. It is anticipated that the County will haul the materials from the Contractor's plant utilizing County or contracted vehicles for transportation. Materials will never be delivered to 2220 Tulare Street. Q2. For accurate pricing, please provide your estimated order frequency and quantity per order over the contract term. A2. Page 3 of RFQ 26-015 states that orders will be placed on an as-needed basis. The quantities listed in the Quotation Schedule are estimates and do not represent guaranteed purchase amounts. However, the majority of orders will be placed during the summer months. 26-015 Addendum 1 JAXOENT-01 TTAGANAP ,a►coRo CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 9/29/2025 THIS CERTIFICATE IS ISSUED 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 BY THE 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(ies)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 endorsement(s). PRODUCER License#OC36861 CONTACT Korinne Kromydas NAME Alliant Insurance Services, Inc. PHONE 415 455-7401 FAX 415 874-4818 560 Mission St 6th FI (A/C,No,Ext):( ) (A/C,No):( San Francisco,CA 94105 ADDD AIL korinne.kromydas@alliant.com INSURERS AFFORDING COVERAGE NAIC# INSURER A:BITCO General Insurance Corp20095 INSURED INSURER B:Allied World Assurance Company U.S. Inc 19489 Jaxon Enterprises INSURER C: PO Box 994248 INSURER D: Redding,CA 96099 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 CLAIMS. INSRADDLSUBR LTR INSD VD TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR CLP3762717 10/1/2025 10/1/2026 DAMAGE ( RENTED 1OO,000 X PREMISES Ea occurrence) $ MED EXP(Any oneperson) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X PECOT- LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ X ANY AUTO CAP3762716 10/1/2025 10/1/2026 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ X HIRED X NON-OWNED parOaccitlentDAMAGE $ AUTOS ONLY AUTOS ONLY B X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE 03059273 10/1/2025 10/1/2026 AGGREGATE $ 5,000,000 DED RETENTION$ A WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER WC3762718 10/1/2025 1011/2026 1,000,000 ANY PROPRIETOR P /EXECUTIVE ❑ X E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re: Bid E-RFQ#26-015-Asphalt,Concrete and Aggregate Materials County of Fresno,its officers,agents,employees,and volunteers,individually and collectively,are included as additional insured,but only insofar as the operations under this Agreement are concerned,as respects General Liability on a primary and non-contributory basis,per the attached endorsements. Workers'Compensation waiver of subrogation applies in favor of the above referenced additional insureds,per the attached endorsement.Excess/Umbrella follows form over GL,Auto and Employers Liability.30 Days Notice of Cancellation for Non-Renewal and 10 Days Notice of Cancellation for Non-Payment of Premiums CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Count of Fresno THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y ACCORDANCE WITH THE POLICY PROVISIONS. Department of Public Works and Planning 2220 Tulare Street.,6th Floor Fresno,CA 93721 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: CLP3762717 *** B. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE—ONGOING OPERATIONS SECTION II — WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the project(s) designated in the written contract. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to"bodily injury" or"property damage"occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of"your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. C. AUTOMATIC WAIVER OF SUBROGATION Item 8. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, is deleted and replaced with the following: 8. Transfer of Rights of Recovery Against Others to Us and Automatic Waiver of Subrogation. a. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. b. If required by a written contract executed prior to loss, we waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of"your work"for that person or organization. D. EXTENDED NOTICE OF CANCELLATION, NONRENEWAL Item A.2.b. of the COMMON POLICY CONDITIONS, is deleted and replaced with the following: A.2.b. 60 days before the effective date of the cancellation if we cancel for any other reason. GL-3087 (10/19) -2- POLICY NUMBER: CLP3762717 Coverage afforded by this endorsement does not apply to any Consolidated Insurance Program involving a "residential project" or any deductible or insured retention, specified in the Consolidated Insurance Program. The following is added to Section V—Definitions "Residential project" means any project where 30% or more of the total square foot area of the structures on the project is used or is intended to be used for human residency. This includes but is not limited to single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments and appurtenant structures (including pools, hot tubs, detached garages, guest houses or any similar structures). A "residential project' does not include military owned housing, college/university owned housing or dormitories, long term care facilities, hotels, motels, hospitals or prisons. All other terms, provisions, exclusions and limitations of this policy apply. *** Q. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE—COMPLETED OPERATIONS SECTION II — WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy for completed operations, but only with respect to liability for "bodily injury" or"property damage" caused, in whole or in part, by "your work" at the project designated in the contract, performed for that additional insured and included in the"products-completed operations hazard". This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. R. ADDITIONAL INSURED— ENGINEERS,ARCHITECTS OR SURVEYORS SECTION II — WHO IS AN INSURED is amended to include as an additional insured any architect, engineer or surveyor who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. This includes such architect, engineer or surveyor, who may not be engaged by you, but is contractually required to be added as an additional insured to your policy. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or"personal and advertising injury" arising out of the rendering of or the failure to render any professional services, including: 1. The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or 2. Supervisory, inspection or engineering services. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be GL-3087 (10/19) -8- BITCO GENERAL INSURANCE CORPORATION BITCO NATIONAL INSURANCE COMPANY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE We have the right to recover our payments from anyone liable for an injury covered by this policy. We 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 under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHEN REQUIRED BY WRITTEN CONTRACT. The premium charge for this endorsement is $ Named Insured JAXON ENTERPRISES Policy Number WC3762718 Endorsement No. Policy Period 10/01/2025 to 10/01/2026 Endorsement Effective Date: 10/01/2025 Producer's Name: ALLIANT INSURANCE SERVICES, INC. Producer Number: WC 99 03 15 (09/21) RFQ 26-015 EXHIBIT A RFQ 26-015 Asphalt,Concrete and Aggregate Materials Quotation Schedule Part A:Slow Cure(SC)Asphalt Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Plant Location 1 3/8"SC-800 1000 tons $75.00 per ton MADERA QUARRY 2 3/8"SC-3000 7000 tons $75.00 per ton MADERA QUARRY 3 $ _per ton 4 $ _per ton 5 $ _per ton 6 $ _per ton 7 Environmental Fee $ _per load Part B:Performance Graded(PG)Asphalt Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Plant Location 1 PG 64-10,%"Max 25,000 tons $67.50 per ton MADERA QUARRY 2 PG 64-10,'/i'Max 100,000 tons $71.00 per ton MADERA QUARRY 3 PG 64-10,3/8"Max 20,000 tons $71.00 per ton MADERA QUARRY 4 PG 64-10,ST 1/2"Max Medium 150 tons $71.00 per ton MADERA QUARRY 5 PG 64-10,ST 3/8"Max 150 tons $71.00 per ton MADERA QUARRY 6 PG64-10,Sheet Mix 150 tons No bid 7 PG 70-10,'/<"Max 10,000 tons $67.50 per ton MADERA QUARRY 8 PG 70-10,''/z'Max 15,000 tons $71.00 per ton MADERA QUARRY 9 PG 70-10,3/8"Max 10,000 tons $71.00 per ton MADERA QUARRY 10 PG 64-28,3/4"Max 4,000 tons $78.00 per ton MADERA QUARRY 11 PG 64-28,1/2"Max 4,000 tons $80.50 per ton MADERA QUARRY 12 PG 64-28,3/8"Max 4,000 tons $80.50 per ton MADERA QUARRY 13 PG 64-16,3/4"Max 4,000 tons $67.50 per ton MADERA QUARRY 14 PG 64-16,1/2"Max 4,000 tons $71.00 per ton MADERA QUARRY 15 PG 64-16,3/8"Max 4,000 tons $71.00 per ton MADERA QUARRY 16 ST 1/2"HMA Type A 6,000 tons $71.00 per ton MADERA QUARRY 17 /z"HMA Commercial 30 tons $71.00 per ton MADERA QUARRY 18 1/2"HMA 64-10R15 20,000 tons $71.00 per ton MADERA QUARRY 19 '/<"HMA 64-10R15LAS B 5 tons No bid 20 Warm Mix Asphalt 10,000 tons No bid 21 $ _per ton 22 $ _per ton 23 $ _per ton 24 $ _per ton 25 $ _per ton 26 Environmental Fee $10.00 per load RFQ 26-015 EXHIBIT A Part C:Aggregates For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Plant Location 1 '/d'Max Aggregate Base,Class 2 65,000 tons $14.00 per ton MADERA QUARRY 2 Permeable Material Class I,Type B 5,000 tons No bid MADERA QUARRY 3 Permeable Material Class 2 5,000 tons No bid MADERA QUARRY 4 Concrete Sand 5,000 ton $16.00 per ton MADERA QUARRY 5 Skid Sand(50%'/4"Crushed Rock, 5,000 tons $18.00 per ton MADERA QUARRY 50/o Concrete Sand 6 Plaster Sand 5,000 tons No bid 7 Pit Surge 1,000 tons $10.00 per ton MADERA QUARRY 8 3/4"Crushed Rock 1,000 tons $16.00 per ton MADERA QUARRY 9 Cobble Stone,6"Max/Cobble Stone,4"-6" 5,000 tons No bid 10 Cobble Stone,12"Max,Cobble Stone 6"-12" 5,000 tons No bid 11 Snow Sand 707 tons No bid 12 Rock Dust 76 tons $16.00 per ton MADERA QUARRY 13 '/a'Caltrans Class 2 AB 5,000 tons $14.00 per ton MADERA QUARRY 14 Rock Slope Protection Type 1 $30.00 per ton MADERA QUARRY 15 Rock Slope Protection Type II $40.00 per ton MADERA QUARRY 16 Rock Slope Protection Type III $50.00 per ton MADERA QUARRY 17 Rock Slope Protection Type IV $50.00 per ton MADERA QUARRY 18 Rock Slope Protection Type V $50.00 per ton MADERA QUARRY 19 1/2"Crushed Rock $18.00 per ton MADERA QUARRY 20 3/8"Crushed Rock $18.00 per ton MADERA QUARRY 21 $ _per ton 22 Environmental Fee $10.00 per load Part D:Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer. Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price 1 Minor Concrete 100 cu yds No bid 2 1-Sack Slurry 25 cu yds No bid 3 2-Sack Slurry 25 cu yds No bid 4 Rapid Strength Concrete 25 cu yds No bid 5 $ _per ton 6 $ _per ton 7 $ _per ton 8 Environmental Fee $ _per load Part E:Asphalt Release Agent For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Unit 1 Asphalt Release Agent 1000 gallons No bid 2 S per 3 S per Martin Marietta Response to County of Fresno Request for Quotation No. 26-015 P-25-559 Master Agreement.docx COUNTY OF FRESNO �COU� { O� O REQUEST FOR QUOTATION NUMBER: 26-015 ASPHALT, CONCRETE AND AGGREGATE MATERIALS Issue Date: September 11, 2025 Closing Date: OCTOBER 2, 2025 AT 10:00 AM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Susan Walker at Phone (559) 600-7110. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terns stated in this RFQ. Bid must be signed and dated by an authorized officer or employee. lqar�1-11 � COMPANY CONTACT PERSON / / S/ ADDR SS Cno A 9-1 7 /© CITY STATE ZIP CODE r TELEPHONE N R E-MA L ADDRESS ALITHORI /-c© s li PRINT NAME TITLE Purchasing Use:SW:st 2H15 Asphak,Concrete and Aggregate Matedals.dooz Quotation No. 26-015 Page 2 TABLE OF CONTENTS PAGE KEYDATES................................................................................................................... 3 OVERVIEW..................................................................................................................... 3 BIDINSTRUCTIONS ......................................................................................................4 GENERAL REQUIREMENTS & CONDITIONS...............................................................5 INSURANCE REQUIREMENTS ................................................................................... 11 PARTICIPATION........................................................................................................... 13 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESSENTERPRISE ............................................................................................ 16 TRADE SECRET ACKNOWLEDGEMENT ................................................................... 18 REFERENCELIST........................................................................................................ 19 SCOPEOF WORK........................................................................................................20 SPECIFICATIONS .....................:..................................................................................21 COMPLY / NOT COMPLY.............................................................................................23 QUOTATIONSCHEDULE.............................................................................................25 CHECKLIST.................................................................................................................26 EXHIBITS......................................................................................................................27 t E 26-015 Asphak,Concrete and Aggregate Materia&docx Quotation No. 26-015 Page 3 KEY DATES RFQ Issue Date: September 11,2025 Written Questions for RFQ Due: September 22,2025 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: October 2, 2025 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 is requesting quotations to establish a contract with multiple qualified vendors for Slow Cure (SC)Asphalt Concrete, Performance Graded (PG)Asphalt Concrete, and various aggregate materials. Orders will be placed on an as-needed basis. The County anticipates awarding contracts to several vendors with selection criteria based on material quality, pricing, supply capability, and compliance with all terms and conditions. Bidders must be local to ensure timely completion of Public Works projects. 26-015 Asphal5 Concrete and Aggregate Materials.doex Quotation No. 26-015 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 County Purchasin4Ca)fresnocountvca.4ov. Appeals should address only areas regarding RFQ contradictions, procurement errors, 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. 26-015 Asphalt,Concrete and Aggregate Wderials.docx Quotation No. 26-015 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 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 September 22, 2025 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Susan Walker at(559)600- 7110. NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. EXCEPTIONS: Please provide any exceptions to the general requirements and conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's quotation meets those requirements. AWARD: Award will be made to the vendor(s)offering the services, products, prices, delivery, equipment and system deemed to be to the best advantage of the County. Past performance (County contracts within the past seven years) and references may factor into awarding of a contract. The County shall be the sole judge in making such determination. Award Notices are tentative:Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and special district building codes, laws, ordinances, and regulations. SALES TAX: Fresno County pays California State Sales Tax regardless of vendor's place of doing business. TAXES, PERMITS&FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. TAXES, CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully describes items that you are bidding. 26-015 Asphalt,Concrete and Aggregate Materials.dou Quotation No. 26-015 Page 6 No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown, the bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder. LITERATURE: Bidders shall submit literature,which fully describes items on which they are bidding, not later than the closing date of this bid. Any and all literature submitted must be stamped with bidders name and address. MERCHANDISE RETURNABLE FOR FULL CREDIT: Bidder agrees to accept for full credit any merchandise sold by them on contract or award resulting from this bid, if returned in good condition by the County. GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. The County may require additional items from those in bid schedule. BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation,whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract,without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are for the 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. 2M15 Asphatl,Concrete and Aggregate Materials.dxx Quotation No. 26-015 Page 7 CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders. 3. Persons who, within the immediately preceding twelve(12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders. 5. No County employee whose position in the County enables them to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be delivered to the ordering department. Each invoice shall reference the purchase order or contract number and the equipment number if applicable. The contractor shall obtain the "invoice to"address when receiving the order. PAYMENT: County will make partial payments for all purchases made under the contract/purchase order and accumulated during the month. Terms of payment will be net forty-five(45) days. 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 and 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. 2M15 Asphalt,Concrete and Aggregate Materials.doax Quotation No. 26-015 Page 8 Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security,withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor-is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees,from any and all costs and expenses(including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses(including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to any person,firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the items,which the bidder proposes to furnish, together with full descriptive literature on all items so enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of functioning and structural characteristics for those details which differ from the specifications listed herein. SAFETY DATA SHEETS: With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Safety Data Sheet for each product, which contains any substance on "The List of 800 Hazardous Substances", published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act, California State Labor Code Sections 6360 through 6399.7.) RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications. EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc., by the contractor in the performance of their work shall be replaced or repaired and restored to original condition by the contractor. CLEAN UP: The Contractor shall at all times, keep the premises clean from accumulation of waste materials or rubbish caused by their employees or work and shall remove all resulting work debris from the job site. WATER, POWER&TOILET FACILITIES: Successful bidder may use County owned water, power and toilet facilities at job site(when existing) at no expense to the successful bidder. Successful bidder will be required, however, to provide piping, fittings and other items as necessary to bring water and power from existing service to job site. 26415 Asphalt,Concrete and Aggregate Matedals.dou Quotation No. 26-015 Page 9 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 successful bidder shall provide, in conformity with all local"codes and ordinances and as may be required, such temporary walls,fences, guardrails, barricades, lights, danger signs, enclosures, etc., and shall maintain such safeguards until all work is completed. COORDINATION AND COMPLETION: The successful bidder shall contact and meet with the County Coordinator at the job site prior to commencement and completion of any-work. Successful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one(1)year. Such one(1)year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder,the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFQ. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. OBLIGATIONS OF CONTRACTOR: Contractor warrants on behalf of itself and all subcontractors engaged for the performance of the ensuing contract that only persons authorized to work in the United 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. 26-015 Asphalt Concrete and Aggregate Materials.dom Quotation No. 26-015 Page 10 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. 26-015 Asphalt,Concrete and Aggregate Materials.dom Quotation No. 26-015 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 Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty (30)days from the date Contractor executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Department of Public Works and Planning,2220 Tulare Street.,ben Floor, Fresno,CA 93721, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30)days advance,written notice 26-015 Asphalt,Concrete and Aggregate Materials.docx Quotation No. 26-015 Page 12 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 26-015 Asphak Concrete and Aggregate Materials.doox Quotation No. 26-015 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. Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. r ENo,we will not extend contract t o any agency other than the County of Fresno. (Authorized Signature) Title 2"15 Asphalt Concrete and Aggregate Materials.dom Quotation No. 26-015 Page 14 COUNTY OF FRESP O LOCAL VENDOR BID PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE The Local Vendor and Disabled Veteran Business Enterprise Preferences apply to this RFQ. Whenever the CAO purchases supplies, materials and/or equipment for the County through the use of competitive bids, the CAO, in evaluating the price or bid for such supplies, materials and/or equipment shall determine if each bidder is a Fresno County Local Vendor(FCLV)and/or a Disabled Veteran Business Enterprise(DVBE). Bidders that are either an FCLV or a California State Certified DVBE may be granted a preference when determining the award of a bid. FCLV and DVBE,for the purposes of this section, are defined below. A. Fresno County Local Vendor(FCLV) 1. The vendor has its headquarters, distribution point or locally-owned franchise located in or having a street address within the County for at least six(6) months immediately prior to the issuance of the request for competitive bids by the CAO; and 2. The vendor holds any required business license by a jurisdiction located in Fresno County; and 3. The vendor employs at least one(1)full-time or two(2)part-time employees whose primary residence is located within Fresno County, or if the business has no employees, shall be at least fifty percent (50%)owned by one or more persons whose primary residence(s) is located within Fresno County. B. Disabled Veteran Business Enterprise (DVBE) A vendor must be certified by the State of California as a Disabled Veteran Business Enterprise(DVBE)as of the close of the competitive bid process in which they are participating. State certification as a DVBE is issued by the California Department of General Services. Other Conditions 1. Any vendor claiming to be a FCLV as defined above, or a DVBE shall so certify in writing to the CAO. The CAO shall not be required to verify the accuracy of any such certifications, and shall have sole discretion to determine if a vendor meets the definition of a FCLV. 2. Any person or business falsely claiming to be a FCLV or DVBE under this section shall be ineligible to transact any business with the County for a period of not less than three (3) months and not more twenty-four(24) months as determined at the sole discretion of the CAO. The CAO shall also have the right to terminate all or any part of any contract entered into with such person or business. 3. In the event that the CAO rejects a vendor's claim that they are a FCLV and/or a DVBE, and as such declares them to be ineligible, such vendor shall be entitled to a public hearing before the Board of Supervisors and a five (5) day notice of the time and place thereof. 4. This section shall not apply to contracts required by state or federal statutes or regulations to be awarded to the lowest responsible bidder or otherwise exempted from local preference. Preferences FCLVs and DVBEs that submit a bid within five percent(5%) of the lowest responsive and responsible bid will, under certain specified circumstances, qualify to submit a new bid within two County business days of County's notification. Such new bids must be in an amount less than or equal to the lowest responsive and responsible bid previously determined by the CAO. If the CAO receives new bids from qualifying FCLVs and/or DVBEs,they shall award the contract to the FCLV or DVBE that submits the lowest responsive and responsible bid. If no new bids are received, the contract shall be awarded to the original low bidder as announced by the CAO. The lowest responsive and responsible bid shall be solely determined by the CAO. 2"15 Asphalt,Concrete and Aggregate Materials.doex Quotation No. 26-015 Page 15 The CAO will consider the following four categories of bidder relative to the Fresno County Local Vendor Preference and the Disabled Veteran Business Enterprise Preference. Vendor Preference Categories 1) FCLV—Fresno County Local Vendor as defined above. 2) DVBE—Disabled Veteran Business Enterprise as defined above; a DVBE is not also a FCLV unless specifically designated as such. 3) FCLV& DVBE—A vendor that is both a Fresno County Local Vendor and Disabled Veteran Business Enterprise as defined above. 4) VNP—Vendor No Preference;A vendor that is neither a Fresno County Local Vendor nor a Disabled Veteran Business Enterprise. The following table identifies the various combinations of vendor preference categories that could be received in response to an RFQ. It also indicates when a vendor qualifies for a re-bid under either the FCLV or DVBE Preference. The first column of the table identifies the Vendor Preference Category of the bidder that the CAO has determined to be the lowest cost, responsive and responsible bidder. Each vendor preference category is shown in the columns to the right. The table indicates when a vendor category qualifies for a re-bid relative to the low bid category in the first column (read left to right). Low Bid Submitted by FCLV&DVBE FCLV DVBE VNP Vendor Preference Category (Not a FCLV) FCLV&DVBE No Re-bid No Re-bid No Re-bid No Re-bid Award to Low BidNo Re-bid Opportunity Opportunity Opportunity Opportunity Opportunity May Re-bid May Re-bid May Re-bid VNP No Re-bid when within 5% when within 5% when within 5% Award Subject to Preference Re-bid of low bid of low bid of low bid Opportunity May Re-bid FCLV when within 5% No Re-bid No Re-bid No Re-bid Award Subject to Preference Re-bid of low bid Opportunity Opportunity Opportunity DVBE May Re-bid May Re-bid (Not a FCLV) when within 5% when within 5% No Re-bid No bid Award Subject to Preference Re-bid of low bid of low bid Opportunity Opportunity Applying the Preferences In determining the award of a Request for Quotation (RFQ), the CAO will first identify the lowest cost responsive and responsible bidder, and award will be made to that vendor when such vendor is both a FCLV and a DVBE. If the lowest such bidder is not an FCLV, it will be determined if the Local Vendor Preference and/or the DVBE Preference are applicable to other bidders. The preferences will then apply to bids submitted by FCLVs and DVBEs that are within 5% of the designated low bid. The vendors submitting bids that are within the 5%will be granted an opportunity to submit a new bid. It must be stressed that in the event of a tie between a FCLV and a DVBE that is not a FCLV, the FCLV shall take precedence in award of the contract. This condition is necessary to remain consistent with Fresno County Charter Section 12 (h), which specifically calls for a preference to local vendors. When the lowest responsive and responsible bidder is a FCLV, other bidders who are both FCLVs and DVBEs will have the opportunity to re-bid. When the lowest responsive and responsible bid is from a non-local DVBE, all FCLVs will be offered a re-bid opportunity 26-015 Asphalt,Concrete and Aggregate Materials.doox Quotation No. 26-015 Page 16 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE The Fresno County Local Vendor Preference (FCLV)and the Disabled Veteran Business Enterprise Preference(DVBE) are applicable to this Request for Quotation as previously explained. Qualified Vendors that desire consideration as a FCLV and/or a DVBE under this RFQ must complete the "Statement of Local Vendor Certification"and/or the"Statement of DVBE Certification", each is included below, and submit it/them as a part of their quotation. Late submittals of these certification forms will not be considered. Submission of either or both certifications will qualify the vendor for treatment as a local vendor or a DVBE for purposes of this RFQ only. The certification(s) made under this RFQ do not qualify the vendor for a preference under any other RFQ. NOTIFICATION OF RE-BID If a vendor's bid qualifies under the Fresno County Local Vendor Preference or the DVBE Preference, the vendor will be notified of his/her opportunity to re-bid. If so notified, the Vendor must submit his/her re-bid within two County business days of notification. Notification will be issued by e-mail or Fax, whichever is preferred by the vendor. Notification to Vendor shall be considered complete upon County's transmission of e-mail or Fax. It will be the vendor's responsibility to check his/her e-mail or Fax messages for notification. The vendor's delay in retrieval of his/her notification will not alter the two(2)County business day period allowed for re-bid submission. FCLV or DVBE TO COMPLETE: Indicate ONE method for notification of re-bid opportunity by providing the appropriate e-mail address or Fax number. Submit this document as a part of your quotation. E-Mail Address or Fax Number(Identify contact person) 26-015 Asphalt,Concrete and Aggregate Materials.dou Quotation No. 26-015 Page 17 STATEMENT OF LOCAL VENDOR CERTIFICATION . COUNTY OF FRESNO Qualified local vendors desiring consideration under the Fresno County Local Vendor Preference must complete the following and submit with eir++quotation(print or type). 0� (individual submitting bid) (title) of/for Ab fk n ff�A-f e44n Certify that (Company Name) V �( (Company)Name) 1� Is a Fresno County loc endor as defined within this RFQ and therefore llqualifies for the Local Vendor Preference. Signature Title Date (Print Name) -------------------------------------------------------------------------------------------------------------------------------------------------------- STATEMENT OF DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION Qualified v�en desiring consideration under the Fresno County DVBE Preference must complete the following and submit with their q tion(print or type). I , (individual su tting bid) (title) of/for Certify that (*Company Name) (Company Name) Is a Disabled Veteran Business Enterprise certifie y the State of California and therefore qualifies for the DVBE Preference. State of California DVBE Certification Number - — —"'\\ .4' Signature Title Date (Print Name) *Company name on file with the State of California DVBE program. --------------------------------------------------------------------------------------------------------------------------------------------------------------- 26-015 Asphalt,Concrete and Aggregate Materials.doox Quotation No. 26-015 Page 18 TRADE SECRET ACKNOWLEDGEMENT Each proposal submitted is public record under the California Public Records Act(Cal. Gov. Code, secs. 7920.000 and following)and is therefore open to inspection by the public as required by Section 7922.525 of the California Government Code. This section generally states that"every person has a right to inspect any public record".The County will not exclude any proposal or portion of a proposal from treatment as a public record except information that it is properly submitted as a"trade secret"(defined below), and determined by the County to be a"trade secret"(if not otherwise subject to disclosure, as stated below). Information submitted as"proprietary", "confidential"or under any other terms that might state or suggest restricted public access will not be excluded from treatment as public record. "Trade secrets"as defined by Section 7924.510 of the California Government Code are not treated as a public record under that section.This section defines trade secrets as: "...Trade secrets,"as used in this section,may include,but are not limited to,any formula,plan,pattern,process,tool, mechanism,compound,procedure,production data or compilation of information that is not patented, which is known only to certain individuals within a commercial concern who are using it to fabricate,produce,or compound an article of trade or a service having commercial value and which gives its user an opportunity to obtain a business advantage over competitors who do not know or use it." Such information must be submitted in a separate PDF file named"Trade Secret"and marked as"Confidential"in the Public Purchase system. Bidders must include a clear and concise statement that sets out the reasons for confidentiality in accordance with the foregoing definition of"trade secret." Examples of information not considered trade secrets are pricing, cover letter, promotional materials, references, and the like. Information submitted by a bidder as"trade secret"will be reviewed by County of Fresno's Purchasing Division,with the assistance of the County's legal counsel,to determine conformance or non-conformance to the foregoing definition. Information that is properly identified as"trade secret"and which the County determines to conform to the definition will not become public record(if not otherwise subject to disclosure,as stated below). The County will safeguard this information in an appropriate manner, provided however, in the event of a request, demand, or legal action by any person or entity seeking access to the"trade secret"information,the County will inform the bidder of such request, demand, or legal action, and the bidder shall defend, indemnify,and hold harmless the County, including its officers and employees,against any and all claims, liabilities, damages, or costs or expenses, including attorney's fees and costs, relating to such request, demand or legal action,seeking access to the"trade secret" information. Information submitted by bidder as trade secret and determined by the County not to be in conformance with the foregoing California Government Code definition shall be excluded from the proposal and deleted by the County. The County shall not in any way be liable or responsible for the disclosure of any proposals or portions thereof, if(1)they are not electronically submitted in a separate PDF that is marked"Trade Secret"and marked as Confidential in the Public Purchase system; or(2)disclosure thereof is required or allowed under the law or by order of court. Bidders are advised that the County does not wish to receive trade secrets and that bidders are not to supply trade secrets unless they are absolutely necessary. I have read and understand, and agree to the above"Trade Secret Acknowledgement." BIDDER MUST CHECK ONE OF THE FOLLOWING: Has bidder submitted certain bid information that is a"trade secret,"as defined by Section 7924.510 of the California Government Code,and in compliance with the requirements of this Trade Secrets Acknowledgement? By marking"NO", bidder does not claim any confidentiality of any bid information submitted to the County. YES NO ACKNOWLE ED ND AGREED BY BIDDER: Signature D le C C Print Name it e 2"15 Asphalt,Concrete and Aggregate Materials.dou Quotation No. 26-015 Page 19 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm:M�Y � 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: 1 L �OUnj�j Mn` \, � Contact: S�cahQh Q��f e� Address: Mt 3 E \Q'(Yll MLk y13 City: �Yr�m) State: zip: �314 Phone No.: ( � ) �0 d�' 1 °� Date: �I �\ Service Provided: m Q \ 1X RnAC Reference Name: MUM Contact: ��� �(� "MaNu Address: City: �W%m state: R zip: - -13 21 Phone No.: ( ) `� Date: �� 15 Service Provided: Reference Name: Contact: YVO►Y1 PISY� Address: ��5t W M)N City: "?' ) State: Zip: O�?�1 Phone No.: O Date: Service Provided: p 1 C YO `s1 \ MIMV- Reference Name: Contact: Address: City: YQWl ,State: � Zip: ��\Q Phone No.: ( ) Z Date: Service Provided: (, \ \hN W, 1 \ Reference Name: m %A MXM %1 Contact: Address: M W City: M '( State: Q} Zip: Phone No.: Date: 1 Service Provided: W\ WAA A ITO Mk M Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. 26-015 Asphak Concrete and Aggregate Materials.docx Quotation No. 26-015 Page 20 SCOPE OF WORK The County of Fresno(County), on behalf of the Department of Public Works and Planning, seeks quotations to establish a Master Agreement with multiple qualified vendors for the provision of Slow Cure(SC)Asphalt Concrete, Performance Graded (PG)Asphalt Concrete, and various aggregate materials. It is anticipated that the County will haul the materials from the Contractor's plant, utilizing County or contracted vehicles for transportation. Bidders must be local to ensure timely completion of Public Works projects. The quantities listed in the Pricing Schedule are estimates and do not represent guaranteed purchase amounts. The County reserves the right to adjust quantities as necessary, increasing or decreasing them based on project requirements. Vendors must adhere to all applicable Federal, State, and local regulations. Non-compliance may result in reduced order requests or termination of the agreement. Materials requested under this RFQ include, but are not limited to: • Performance Graded (PG)Asphalt Concrete—"Fresno County Mix" • State.Standard mix designs approved by Fresno County's Materials Lab • Warm Mix Asphalt Concrete • Slow Cure(SC)Asphalt Concrete • Various aggregate materials such as sand, gravel, and crushed rock • Rock Slope Protection 4 • Various cement concrete materials • Asphalt release agent 26-015 Asphalt,Concrete and Aggregate Materials.dom Quotation No. 26-015 Page 21 SPECIFICATIONS The County of Fresno will certify acceptance of the product produced upon independent laboratory analysis obtained by the vendor and certified by the County. The frequency of such laboratory analysis shall be determined and requested by the County to assure compliance to specifications. The vendor shall not draw material from other than the certified refinery without prior approval from the County. All materials provided under this agreement must meet the current State of California Department of Transportation Standard Specifications, and all Fresno County Materials Laboratory requirements. Materials to Be Supplied: A. Hot Mix Asphalt Concrete: suitable for road paving and patching projects. Required mix designs are '/-inch, %-inch, and 3/8-inch per Caltrans Section 39 of Standard Specifications annually approved by Fresno County's Materials Lab B. Warm Mix Asphalt Concrete: suitable for road paving and patching projects. Required mix designs are'/2—inch, '/-inch, and 3/8-inch per Caltrans Section 39 of Standard Specifications annually approved by Fresno County's Materials Lab C. Slow Cure Asphalt Concrete: suitable for road patching projects. Asphalt binder shall be liquid asphalt, grade SC-800 or SC-3000. The Kinematic Viscosity of the SC-800 at 140 F shall be 1200 to 1600 as determined by the AASHTO T-201 Test Method D. Aggregates: crushed rock, gravel, and sand in specified sizes for road base, surface applications, and other related uses).All gradation shall satisfy State Standard Specifications E. Rock Slope Protection: per Section 72 of Caltrans Standard Specifications, Classes I through V F. Concrete: per Section 90 of Caltrans Standard Specifications, Minor Concrete and 2-sack slurry G. Asphalt Release Agent: suitable for removing excess asphalt materials from tools and equipment Vendor Requirements: A. Accessibility: a. Vendors must provide designated operating hours and ensure accessibility of the facility. b. Vendors must provide a certificate of compliance of material if required B. Timely Delivery: a. Supply schedules must be adhered to, ensuring no delays to County projects. C. Compliance: a. All materials provided must conform to applicable State of California and local standards for road maintenance and construction.Vendor must cooperate with Fresno County's Materials Lab for acceptance testing for all applicable materials. Orders for asphalt concrete material are subject to immediate cancellation upon failure of the supplier to comply with the requirements of these specifications. D. Pricing and Documentation: a. A comprehensive pricing schedule must be submitted, listing costs per unit(ton, cubic yard, etc.)for all materials offered. Vendor is not required to be able to provide all listed materials. E. Quality Assurance: a. Quality Assurance should be provided by vendor, County reserves the right to verify all materials. 26-015 Asphatt,Concrete and Aggregate Matedals.doex Quotation No. 26-015 Page 22 F. Permits and Certifications: a. Vendors must obtain and maintain all permits and certifications required for the production and supply of materials throughout the duration of the agreement. G. Quotation Details: a. Quotations must include detailed pricing for each material type to be provided. Vendors are not required to bid on all material types. H. Invoice Requirements: Vendors must include the following details on all invoices: a. Detailed descriptions of materials provided, including type, quantity, and applicable specifications, including approved mix design if applicable. b. Date and time of material pick-up by County vehicles, along with corresponding County vehicle identification number. c. Reference to the project number or job name associated with the materials. d. Vendor's name, address, contact information, invoice number, and date of issuance. e. Itemized costs for each material type(per unit, ton, cubic yard, etc.), including delivery charges, if applicable. f. Authorized signatures from both the vendor and a County representative verifying receipt of materials. 2U15 Asphalt,Concrete and Aggregate Materials.doex Quotation No. 26-015 Page 23 COMPLY / NOT COMPLY Compliance and understanding of the specifications listed below shall be noted by marking "YES" on the line provided. Non-compliance is to be indicated by marking "NO" on the line; a detailed statement explaining why the specification cannot be met must accompany all non- compliant lines. DO NOT LEAVE THIS PAGE BLANK. Failure to complete and submit this page may result in the bid response being deemed non-responsive. Note: Failure to comply to all specifications listed below will not automatically disqualify the bid response from being evaluated. BIDDER TO COMPLETE THE FOLLOWING: Specifications Comply/Not-Comply 1 Materials will be provided by the vendor for any minimum quantity required by the County. If unable to comply, please in ply specify the minimum quantit . 2 Hot Mix Asphalt can be provided with 48 hours notice. If unable to comply, rovide the minimum required notice. 3 Slow Cure Asphalt can be provided with 48 hours notice. If unable to comply, provide the minimum required notice. 4 Aggregate Base can be provided with 48 hours notice. If unable to comply, rovide the minimum required notice. 5 Dike Mix Asphalt can be provided with 48 hours notice. If unable to comply rovide the minimum required notice. ��^� l 6 Vendor will adhere to scheduled product production once order is placed subject to penalty fees in the amount of one hundred ($100.00) per load ordered. Penalty fees to be deductive line items on invoices. Modified schedules are allowed with County (� Y and Vendor agreement. 7 Materials can be provided during Normal Business Hours, defined as Monday through Friday, 7:00am—5:00 m. G �� 8 Materials can be provided outside of Normal Business Hours, defined as Monday through Friday 5:00 pm—7:00 am, weekends or County holidays. If not able to comply, provide any C `� fees required to comply. 9 The County of Fresno will certify acceptance of the product produced upon independent laboratory analysis obtained by the vendor and verified by the County. The frequency of such laboratory analysis shall be determined and requested by the County to assure compliance with required specifications. The aM 7 vendor shall not draw material from other than the material source approved by both parties without prior approval from the County. _ 10 The successful bidder must have the capability to provide up to / 2500 tons of hot mix asphalt per County working day. G✓r► r 2"15 Asphalt,Concrete and Aggregate Materials.dou Quotation No. 26-015 Page 24 Not-Comply Statements: Vendor state reasons why non-compliant lines cannot be met. Plant Location Vendor to state location(s) of plant(s)which will be providing material quoted. aA O� AA J 4-� gl,/e 110k.Ae 9� 6 .T7 2"15 Asphalt.Concrete and Aggregate Matenals.doex Quotation No. 26-015 Page 25 QUOTATION SCHEDULE Please reference Exhibit A—Quotation Schedule. Please ensure to factor all costs throughout the five-year contract term. Also factor Prevailing and Labor Wage increases as well as potential future raw material cost increases. Vendors are required to submit detailed quotes that include all relevant costs, ensuring transparency and accuracy. Each quotation must account for all labor, materials,transportation, fees, permits, insurances, licenses,taxes, and overhead associated with supplying the materials as specified in this agreement. Vendors will be allowed to request price adjustments on any product or fee due to fluctuations in business costs, including fuel expenses, provided such adjustments are accompanied by appropriate documentation. All price adjustments are subject to County approval and must comply with the terms outlined within the agreement. Price adjustments for asphalt-containing materials such as HMA, tack coat, asphaltic emulsions, bituminous seals, asphalt binders, and modified asphalt may be requested by vendor or County per the Asphalt Price Index. The California Department of Transportation determines the California statewide crude oil price index each month on or about the 1 st business day of the month using the average of the posted prices in effect for the previous month as posted by Chevron, ExxonMobil, and ConocoPhillips for the Buena Vista and Midway Sunset fields. If a company discontinues posting its prices for a field, the Department determines the index from the remaining posted prices. The Department may include additional fields to determine the index. For the California statewide crude oil price index, go to the California Department of Transportation Division of Construction Web site. https:/Idot.ca.gov/programs/construction/california-statewide-crude-oil-price-index Price adjustments for products containing asphalt may be requested whenever the California statewide crude oil price index fluctuates more than 5 percent up or down from the initial price index at the time this contract is approved, and subsequent indices following any approved adjustments. Price quotes must include all miscellaneous and related charges. The County will only pay costs that are expressly itemized in the quotation. To ensure a complete and responsive quotation, vendors must provide the following documents and details: A. A detailed breakdown of costs for each material type B. Transportation and delivery fees, when applicable C. All applicable taxes and other fees A. Copies of all active and relevant permits and certifications required for material production and supply. The County will evaluate all submissions based on the following factors to ensure the selection of the most qualified vendors: A. Materials must meet all specifications and quality standards outlined in the RFQ. B. Quotations will be assessed for cost-effectiveness and alignment with County budgets. C. The ability to meet delivery schedules and handle the required quantities efficiently. D. Adherence to all submission requirements, permits, certifications, and applicable regulations. 2"IS Asphalt,Concrete and Aggregate Materials.docz Quotation No. 26-015 Page 26 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. 1/ The Request for Quotation (RFQ) has been signed and completed. 2. Addenda, if any, have been signed and included in the bid package. igned Trade Secret Form as provided with this RFQ (Trade Secret Information, if provided, 3. must be electronically submitted in a separate PDF file and marked as Confidential.) 4. (, The completed Reference List as provided with this RFQ. 5. _The completed Comply/Not Comply page as provided with this RFQ. 6. The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 7. Indicate all of bidder exceptions to the County's requirements, conditions and specifications 8. Zstated within this RFQ. The Participation page as provided within this RFQ has been signed and included 9. The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section (if applicable) has been signed and included. 10. Bidder to Complete page as provided with this RFQ. 11. Rturn checklist with RFQ response. 12. ( 'Completed RFQ in pdf format,electronically submitted to the Bid Page on Public Purchase. 26-015 Asphalt,Concrete and Aggregate Materials.dom Quotation No. 26-015 Page 27 EXHIBITS A. Quotation Schedule 2"15 Asphalt,Concrete and Aggregate Materials.docx RFQ 26-015 EXHIBIT A RFQ 26-015 Asphalt,Concrete and Aggregate Materials Quotation Schedule Part A:Slow Cure(SC)Asphalt Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit;Price Plant Location 1 318"SC-800 1000 tons $ 95.00 per ton 2095 E Central Ave 2 3/8'SC-3000 7000 tons $ 95.00 per ton 2095 E Central Ave 3 $ _per ton 4 $ _per ton 5 $ _per ton 6 $ _per ton 7 Environmental Fee $ 10.00 per load 2095 E Central Ave Part B:Performance Graded(PG)Asphalt Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Plant Location 1 PG 64-10,'/V Max 25,000 tons $ 68.00 per ton 2095 E Central Ave 2 PG 64-10,'V Max 100,000 tons $ 69.00 per ton 2095 E Central Ave 3 PG 64-10,3/8"Max 20,000 tons $ 75.00 per ton 2095 E Central Ave 4 PG 64-10,ST 1/2"Max Medium 150 tons $ 69.00 per ton 2095 E Central Ave 5 PG 64-10,ST 3/8"Max 150 tons $ 75.00 per ton 2095 E Central Ave 6 PG64-10,Sheet Mix 150 tons $ 85.00 per ton 2095 E Central Ave 7 PG 70-10,%"Max 10,000 tons $ 68.00 per ton 2095 E Central Ave 8 PG 70-10,'/z Max 15,000 tons $ 69.00 per ton 2095 E Central Ave 9 PG 70-10,3/8"Max 10,000 tons $ 75.00 per ton 2095 E Central Ave 10 PG 64-28,3/4'Max 4,000 tons $ 80.00 per ton 2095 E Central Ave 11 PG 64-28,1/2"Max 4,000 tons $ 82.00 per ton 2095 E Central Ave 12 PG 64-28,3/8"Max 4,000 tons $ 85.00 per ton 2095 E Central Ave 13 PG 64-16,314"Max 4,000 tons $ 68.00 per ton 2095 E Central Ave 14 PG 64-16,1/2"Max 4,000 tons $ 69.00 per ton 2095 E Central Ave 15 PG 64-16,3/8"Max 4,000 tons $ 75.00 per ton 2095 E Central Ave 16 ST 1/2"HMA Type A 6,000 tons $ 69.00 per ton 2095 E Central Ave 17 %"HMA Commercial 30 tons $ 69.00 per ton 2095 E Central Ave 18 1/2"HMA 64-10R15 20,000 tons $ 69.00 per ton 2095 E Central Ave 19 %"HMA 64-10R15LAS B 5 tons $ 68.00 per ton 2095 E Central Ave 20 Warm Mix Asphalt 10,000 tons $ 5.00 Adder per mix/ton 2095 E Central Ave 21 $ _per ton 22 $ _per ton 23 $ _per ton 24 $ _per ton 25 $ _per ton 26 Environmental Fee $ 10.00 per load 2095 E Central Ave RFQ 26-015 EXHIBIT A Part C:Aggregates For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item.Description Anticipated Yearly Use Unit.Price Plant Location 1 %"Max Aggregate Base,Class 2 65,000 tons $ 17.00 per ton 15733 E Goodfellow Ave 2 Permeable Material Class I,Type B 5,000 tons $ 20.00 per ton 15733 E Goodfellow Ave 3 Permeable Material Class 2 5,000 tons $ 20.00 per ton 15733 E Goodfellow Ave 4 Concrete Sand 5,000 ton $ 18.00 per ton 15733 E Goodfellow Ave 5 Skid Sand(50%W Crushed Rock, 5,000 tons N/A 50%Concrete Sand1 6 Plaster Sand 5,000 tons NA 7 Pit Surge 1,000 tons NA 8 Crushed Rock 1,000 tons $ 20.00 per ton 15733 E Goodfellow Ave 9 Cobble Stone,6"Max/Cobble Stone,4"-6" 5,000 tons NIA 10 Cobble Stone,12"Max,Cobble Stone 6"-12" 5,000 tons NIA 11 Snow Sand 707 tons $_ 18.00 per ton 15733 E Goodfellow Ave 12 Rock Dust 76 tons $ 20.00 per ton 15733 E Goodfellow Ave 13 W Caltrans Class 2 AB 5,000 tons $ 17.00 per ton 15733 E Goodfellow Ave 14 Rock Slope Protection Type I N/A 15 Rock Slope Protection Type II N/A 16 Rock Slope Protection Type III N/A 17 Rock Slope Protection Type IV NIA 18 Rock Slope Protection Type V N/A 19 $ _per ton 20 $ _per ton 21 $ _per ton 22 Environmental Fee $ 10.00 per load 15733 E Goodfellow Ave Part D:Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer. Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price 1 Minor Concrete 100 cu yds N/A 2 1-Sack Slurry 25 cu yds N/A 3 2-Sack Slurry 25 cu yds N/A 4 Rapid Strength Concrete 25 cu yds NIA 5 $ _per ton 6 $ _per ton 7 $ _per ton 8 Environmental Fee $ _per load Part E:Asphalt Release Agent For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Unit 1 Asphalt Release Agent 1000 gallons N/A 2 $ _per 3 $ _per COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFC NUMBER: 26-015 ASPHALT, CONCRETE, AND AGGREG ' TE MATERIALS Issue Date: September 24, 2025 CLOSING DATE: OCTOBER 212025 AT 10:00 AM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Susan Walker at(559)600-7110. NOTE THE ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 26-015 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. ➢ Questions and Answers ACKNOWLEDGMENT OF ADDENDUM NUMBER One (1) TO RFQ 26-01-5 COMPANY NAME: - (PRINT) SIGNATURE: NAME &TITLE: A !d14tll- 2 (PRINT) Purchasing Use;SW:hs 2&015 Addendum i Addendum No. One(1) Page 2 Request for Quotation Number: 26-015 September 24, 2025 QUESTIONS AND ANSWERS Q1. Could you please confirm if these materials are to be delivered to 2220 Tulare St, Fresno,CA 93721? A 1. It is anticipated that the County will haul the materials from the Contractor's plant utilizing County or contracted vehicles for transportation. Materials will never be delivered to 2220 Tulare Street. Q2. For accurate pricing, please provide your estimated order frequency and quantity per order over the contract term. A2. Page 3 of RFQ 26-015 states that orders will be placed on an as-needed basis. The quantities listed in the Quotation Schedule are estimates and do not represent guaranteed purchase amounts. However, the majority of orders will be placed during the summer months. 26-015 Addendum 1 Vulcan Materials Company (CalMat) Response to County of Fresno Request for Quotation No. 26-015 P-25-559 Master Agreement.docx COUNTY OF FRESNO Cotes REQUEST FOR QUOTATION NUMBER: 26-015 ASPHALT, CONCRETE AND AGGREGATE MATERIALS Issue Date: September 11, ?V,75 Closinc q Date: OCTOBER 2, 2025 ATI 0:00 AM All Questions and Responses rnusi.be electronically submitted on the Bid Page on Public P,.jrchase. For assistance,contact Susan Walker at Phone(559)600-7110. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity 2jr ije vice sApulatod in the atta bed at thop ices qA forms stated!rL this Rr-.Q. L_ -�— Bid Must be signed and dated by a An authorized off! - n officer or o rnImo qq. ev COMPANY CONTACT PERSPI3 I C1 TA-W-41'1- ODaA L CITY STATE ZIP CODE L TELEPHON M I K 11.ADDRESS Al1THORIZEU SIGN 11 Ck A PRINT AME) TITLE Purchasing Use:SW:st 2r.015 A.,ph.11.C.-M.mid Aftgrogot.WOMNA.. COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFQ NUMBER: 26-015 ASPHALT, CONCRETE, AND AGGREGATE MATERIALS Issue Date: September 24, 2025 CLOSING DATE: OCTOBER 2, 2025 AT 10:00 AM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Susan Walker at(559)600-7110. NOTE THE ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER:26.015 AND INCLUDE THEM IN YOUR RESPONSE, PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION, Y Questions and Answers ACKNOWLEDGMENT OF ADDENDUM NUMB ne(1}TO RFQ 26-015 COMPANY NAME: (PRINT) SIGNATURE: NAME&TITLE: 1 (PRINT) Purchasing Use:SW:hs 25.915 Addendum 1 Addendum No.One(1) Page 2 Request for Quotation Number: 26-015 September 24,2025 QUESTIONS AND ANSWERS 01. Could you please confirm if these materials are to be delivered to 2220 Tulare St, Fresno,CA 93721? Al, It is anticipated that the County will haul the materials from the Contractor's plant utilizing County or contracted vehicles for transportation. Materials will never be delivered to 2220 Tulare Street. Q2. For accurate pricing, please provide your estimated order frequency and quantity per order over the contract term. A2. Page 3 of RFQ 26-015 states that orders will be placed on an as-needed basis. The quantities listed in the Quotation Schedule are estimates and do not represent guaranteed purchase amounts.However, the majority of orders will be placed during the summer months. 26.015 Addendum i Quotation No, 26-015 Page 18 TRADE SECRET ACKNOWLEDGEMENT Each proposal submitted is public record under the California Public Records Act(Cal.Gov,Code,secs,7920.000 and following)and Is therefore open to inspectfon by the public as required by Section 7922.525 of the California Government Code, This section generally stales that`every person has a right to Inspect any public record".The County will not exclude any proposal or portion of a proposal from treatment as a public record except information that it is properly submitted as a"trade secret"(defined below),and determined by the County to be a"trade secret"(if not otherwise subject to disclosure,as stated below),Information submitted as"proprietary","confidential"or under any other terms that might state or suggest restricted public access will not be excluded from treatment as public,record, "Trade secrets"as defined by Section 7924.510 of the California Government Code are not treated as a public record under that section.This section defines trade secrets as: "..,7Trada secrets,"as used in this section,may include,but arc not limited to,any formula,ptan,pattern,process,tool, mechanism,compound,procedure,production data or compilation of information Chef is not patented,which is known only to certain individuals within a commercial concern who are using It to fabricate,produce,or compound an article of trade or- a service having commercial value and which gives its usar an opportunity to obtain a business advantage over compeiitors who do not know or use it," Such information must be submitted in a separate PDF file named"Trade Secret"and marked as"Confidential"In the Public Purchase systern.Bidders must Include a clear and concise statement that sets out the reasons for confidentiality in accordance with the foregoing definition of"trade secret." Examples of information not considered trade secrets are pricing,cover letter,promotional materials,references,and the like. Information submitted by a bidder as"trade secret"will be reviewed by County of Fresno's Purchasing Division,with the assistance of the County's legal counsel,to determine conformance or non-conformance to the foregoing definition. Information that is properly identified as"trade secret"and which the County determines to conform to the definition will not become public,record(if not otherwise subject to disclosure,as stated below).The County will safeguard this information in an appropriate manner,provided however,In the event of a request,demand,or legal action by any person or entity seeking access 10 the"trade secret"information,the County will Inform the bidder of such request, demand,or legal action,and the bidder shall defend,indemnity,and hold harmless the County,Including its officers and employees,against any and all claims,liabilities,damages,or costs or expenses,including attorney's fees and costs, relating to such request,demand or legal action,seeking access to the'trade secret"Information, Information submitted by bidder as trade secret and determined by the County not to be in conformance with the foregoing California Government Code definition shall be excluded from the proposal and deleted by the County, The County shall not In any way be liable or responsible for the disclosure of any proposals or portions thereof,if(1)they are not electronically submitted in a separate PDF that is marked"Trade Secret"and marked as Confidential in the Public Purchase system;or(2)disclosure thereof is required or allowed under the law or by order of court. Bidders are advised that the County does not wish to receive trade secrets and that bidders are riot to supply trade secrets unless they are absolutely necessary. I I have read and understand,and agree to the above"Trade Secret Acknowledgement." BIDDER MUST CHECK ONE OF THE FOLLOWING: Has bidder submitted certain bid Information that is a"trade secret,"as defined by Section 7924,510 of(he California Government Code,and in compliance with the requirements of this Trade Secrets Acknowledgement? By marking"NO",bidder does not claim any confidentiality of any bid Information submitted to the County, YES -/-Ii No ACKNO E GREED BY BIDDER: Slgnalur Prim!Name Tillo 29.615 Asphnh,Cwer08 and Agpromi,Mnl"dnb.d"cr I Quotation No. 26-015 Page 19 NbdR Firm: REFERENCE LIST Provide a list of at least five(5)customers for whom you have recently provislell 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 ali requested Information. Reference Name; contact: Address: City; _lW.v.���Jkl b State; L' C.ip; _ Phone No: (5 5`1_ ) _. , �i,- ;s10�n Date: _t 1 Service Provided; Reference Name: ��1�-�ctc,C+;. � ���'7 Contact: "`^ LS �J`.'_':_'_ Address: -STD-9 1`5., C,o1rA4 .-t --- City: N 0 Slate: _ ZIP: Phone No,: ( a''� ) � --_ Date: -.-_Li l 12-2, pv-e_Z�v Service Provided: Reference Name: Q U ( Contact: Address: A7•C, f k- �'`1 -- City: —(' .LU y,S - - Slate: ��' 7_ip: Phone No.: Date; _i li ;;xQ (0 -1 kVg li)� Service Provided: _ _ Reference Name: KIICf to 'T1fA9( _ Contact: f Address: _ R�City: t✓re!� 11�_ _ c Slate: 7ip: Phone No.: ( ) - `i�i� �c�.5� Date; _ Se ru ce Provided: PALA Reference Name: MULM, On Contact; 'PA) City: _ C State: f- 1- Zip; "1 _hfy 3' _ Phone No.: Ej A(n- b '�--J�._ Date: Service Provided; — Failure to provide a list of at least five(5) customers may be cause for rejection of this RFQ. 2&015 Asplmll.CO-W mIA ANW9,1lu W1011his.,I= Quotation No. 26m015 Page 23 COMPLY NOT COMPLY Compliance and understanding of the specifications listed below shall be noted by marking "YES"on the line provided, Non-compliance is to be indicated by marking"NO"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, BlC3DER TO COMPLETE THE FOLLOWING: Specifications Co_m Ip y1Not'C2Tply_ 1 Materials will be provided by the vendor for a7minimumquantity required by the County, If unable to es ecif the minimum uantity. 2 Hot Mix Asphalt can be provided with 48 houable—to com i , rovide the minimum re uired no 3 Slow Cure Asphalt can be provided with 48 hours notice, if unable to comply, provide the minimum required notice, 4 Aggregate Base can be provided with 48 hours notice. If unable to comply, provide the minimum required notice. (! 5 Dike Mix Asphalt can be provided with 48 hours notice. If unable to comply, rovide the minimum re uired notice. ti Vendor will adhere to scheduled product production once order is placed subject to penalty fees in the amount of one hundred ($100,00)per,load ordered, Penalty fees to be deductive fine items on invoices. Modified schedules are allowed with County and Vendor agreement. 7 Materials can be provided during Normal Business Hours, defined as Monday through Fes, 7:00am 5:00 m. _\t 1> 8 Materials can be provided outside of Normal Business I-lours, T defined as Monday through Friday 5:00 pm—7:00 am, weekends or County holidays. if not able to comply, provide any fees required to comply, 9 The County of Fresno will certify acceptance of the product produced upon independent laboratory analysis obtained by the vendor and verified by the County.The frequency of such laboratory analysis shall be determined and requested by the County to assure compliance with required specifications.The vendor shall not draw material from other than the material source approved by both parties without prior approval from the County, 10 The successful bidder must have the capability to provide up to - 2500 tons of hot mix asphalt per County workinc�da . 2B.616 Aephn14 Ooncrelo n 1 Agpregnlo Mnlednh.Aocx Quotation No, 26-015 Rage 24 Not-Com I Statements: Vendor to state reasons why non-compliant lines cannot be met. Plant— ovat -- ion Vendor to state location(s)of plant(s)which will be providing material quoted. OrS 28.414 A,ph.,M,Con,..anA Apprglnlo MMM.K.d., Quotation No. 26�015 Page 25 QUOTATION SCHEDULE Please reference Exhibit A—Quotation Schedule, Please ensure to factor all costs throughout the five-year contract term,Also factor Prevailing and Labor Wage increases as well as potential future raw material cost increases. Vendors are required to submit detailed quotes that include all relevant costs,ensuring transparency and accuracy.Each quotation must account for all labor,materials,transportation,fees,permits,insurances, licenses,taxes,and overhead associated with supplying the materials as specified in this agreement. Vendors will be allowed to request price adjustments on any product or fee-,due to fluctuations in business costs,including fuel expenses,provided such adjustments are accompanied by appropriate documentation. All price adjustments are subject to County approval and must comply with the terms outlined within the agreement. Price adjustments for asphalt-containing materials such as I-IMA,tack coat,asphaltic emulsions,bituminous seals,asphalt binders,and modified asphalt may be requested by vendor or County per the Asphalt Price Index, The California Department of Transportation determines the California statewide crude oil price index each month on or about the 9st business day of the month using the average of the posted prices in effect for the previous month as posted by Chevron,ExxonMobll,and ConocoPhfilips for the Buena Vista and Midway Sunset fields,If a company discontinues posting its prices for a field,the Department determines the index from the remaining posted prices.The Department may include additional fields to determine the index,For the California statewide crude oil price index,go to the California Department of Transportation Division of Construction Web site.htt�:Ndot. aa.goytprograms/construction/california state wide-crude-oil- rice•.In ex Price adjustments for products containing asphalt may be requested whonever the California statewide crude oil price index fluctuates more then 5 percent up or down from the initial price index at the time this contract Is approved,and subsequent indices following any approved adjustments. Price quotes must include all miscellaneous and related charges,The County will only pay costs that are expressly itemized in the quotation.To ensure a complete and responsive quotation,vendors must provide the following documents and details: A. A detailed breakdown of costs for each material type B, Transportation and delivery fees,when applicable C. All applicable taxes and other fees A. Copies of all active and relevant permits and certifications required for material production and supply. The County will evaluate all submissions based on the following factors to ensure the selection of the most qualified vendors: A, Materials must meet all specifications and quality standards outlined in the RFQ. B. Quotations will be assessed for cost-effectiveness and alignment with County budgets. C. The ability to meet delivery schedules and handle the required quantities efficiently. D. Adherence to all submission requirements,permits,certifications,and applicable regulations, 20-016 Aerhnll,Conuolo and AVpTgrla Maledrle.daoe RFQ 26-015 EXHIBIT A RFQ 26-015 Asphalt,Concrete and Aggregate Materials Quotation Schedule Part A:Slow Cure(SC)Asphalt Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Pride Plant Location 1 318"SC-800 1000 tons $`92.00 per ton Sanger/Madera 2 3/8"SC-3000 7000 tons $_92.00 per ton Sanger/Madera 3 $ _per ton 4 $ per ton 5 $ per ton 6 $ per ton 7 Environmental Fee $0.80 per ton Sanger/Madera Part B:Performance Graded(PG)Asphalt Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unk Prlce Plant Looatlon 1 PG 64-10,1W Max 25,000 tons $68.00 per ton Sanger/Ashlan/Madera 2 PG 64-10,'/"Max 100,000 tons $67.00 per ton SangedAshlan/Madera 3 PG 64-10,3/8"Max 20,000 tons $71.00 per ton Sanger/Ashlan/Madera 4 PG 64-10,ST 1/2"Max Medium 150 tons $70.00 per ton Sanger/Ashlan/Madera 5 PG 64-10.ST 3/8"Max 15O tons $71.00 per ton SangedAshlan/Madera 6 PG64-10,Sheet Mix 150 tons $80.00 per ton SangedAshlan/Madera 7 PG 70-10,'/e"Max 10,000 tons $68.00 per ton Sanger/Ashlan/Madera s PG 70-10,'/x"Max 15.000 tons $69.00 per ton Sanger/Ashlan/Madera 9 PG 70-10,3/8"Max 10,000 tons $75.00 per ton SangedAshlan/Madera 10 PG 64-28,3/4"Max 4,000 tons $88.00 per ton Sanger/Ashlan/Madera 11 PG 64-28,1/2"Max 4,000 tons $89.00 per ton Sanger/Ashlan/Madera 12 PG 64-28,3/8"Max 4,000 tons $91.00 per ton Sanger/Ashlan/Madera 13 PG 64-16,3/4"Max 4,000 tons $68.00 per ton Sanger/Ashlan/Madera 14 PG 64-16,1/2"Max 4,000 tons $68.00 per ton Sanger/Ashlan/Madera 15 PG 64-16,3/8"Max 4,000 tons $71.00 per ton Sanger/AshlanlMadera 16 ST 1/2"HMA Type A 6,000 tons $67.00 per ton Sanger/Ashlan/Madera 17 Y:"HMA Commercial 30 tons $66.00 per ton Sanger/Ashlan/Madera 18 112"HMA 64-1OR15 20,000 tons $68.00 per tan Sanger/AshlanlMadera 19 W HMA 64.IOR15LAS 8 5 tons $87.00 per ton Sanger/Ashlan/Madera 20 Warm Mix Asphalt 10,000 tons $80.00 per ton Sanger/Ashlan/Madera 21 $ _per ton 22 $ _per ton 23 $ per ton 24 $ ._per ton 25 $ _perton 26 Environmental Fee $0.80 per ton Part C:Aggregates RFQ 26-015 EXHIBIT A For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees Parton, Item Description Anticipated Yearly Use On It Price Plant Loceti6n 1 3/"Max Aggregate Base,Class 2 65,000 tons $13.50 per ton Austin Quarry 2 Permeable Material Class I,Type B 5,000 tons $20.00 per ton Austin Quarry 3 Permeable Material Class 2 5,000 tons $21.00 per ton Austin Quarry 4 Concrete Sand 5,000 ton $15.00 per ton Sanger Agg 5 Skid Sand(50%V4"Crushed Rock,50%Concrete Sand) 5,000 tons $18.00 per ton Sanger Agg 6 Piaster Sand 5,000 tons $22.00 per ton Sanger Agg 7 Pft Surge 1,000 tons $12.00 per ton Sanger Agg 8 Crushed Rock 1,000 tons $25.00 per ton Austin Quarry/Sanger Agg 9 Cobble Stone,6"Max/Cobble Stone,4"-6" 5,000 tons N/A NIA 10 Cobble Stone,12"Max,Cobble Stone 6"-12" 5,000 tons $55 per ton Sanger Agg 11 Snow Sand 707 tons $18.00 per ton Sanger Agg 12 Rock Dust 761ons $16.00 per ton Austin Quarry/Sanger Agg 13 3/"Caltrans Class 2 AB 5,000 tons $17.60 per ton Sanger Agg 14 Rock Slope Protection Type 1 $75.00 per ton Austin Quarry 15 Rock Slope Protection Type II NIA 16 Rock Slope Protection Type III N/A 17 Rock Slope Protection Type IV N/A 18 Rock Slope Protection Type V NIA 19 $ per ton 20 $ _per ton 21 $ per ton 22 Environmental Fee $0.50 per ton Austin Quarry/Sanger Agg Part D:Concrete For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price 1 Minor Concrete 100 cu yds NIA 2 1-Sack Slurry 25 cu yds N.IA 3 2-Sack Slurry 25 cu yds WA 4 Rapid Strength Concrete 25 cu yds N,A 5 $ _per ton 6 $ _per ton 7 $ _per ton 8 Environmental Fee $__per load Part E:Asphalt Release Agent For the specified material below,please list the cost per ton for plant pick-up and list any additional materials you can offer.Cost shall exclude sales tax and include all labor,materials,insurance,and miscellaneous fees per ton. Item Description Anticipated Yearly Use Unit Price Unit 1 Asphalt Release Agent 1000 gallons NIA 2 $ _per 3 $ _per Quotation No. 26-015 Page 27 EXHIBIT A. Quotation Schedule 20415 Asphn4,Corm,[*and A99mplo Mnlarlals,do Quotation No, 26-015 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 plane by one of the other agencies, Any agency choosing to avail itself of this opportunity,will make purchases in their own name,make payment directly to the contractor,be liable to the contractor and vice versa,per the terms of the original contract,all the while holding the County of Fresno harmless. If awarded this contract,please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. Yes,we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. o,we will not extPcoactms to any age other ttian the County of Fresno. (Aut orized Ignature) Titlo 20d16AaDhrll,Cane ioand Aggmgaln MModnlg,dacx Quotation No, 26-015 Page 16 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE The Fresno County Local Vendor Preference(FCLV)and the Disabled Veteran Business Enterprise Preference(DVBE)are applicable to this Request for Quotation as previously explained. Qualified Vendors that desire consideration as a FCLV and/or a DVBE under this RFQ must compl-ate the "Statement of Local Vendor Certification"and/or the"Statement of DVBE Certification",each is included below,and submit it/them as a part of their quotation. Late submittals of these certification forms will not be considered. Submission of either or both certifications will quality the vendor for treatment as a local vendor or a DVBE for purposes of this RFQ only. The certification(s)made under this RFQ do not qualify the vendor for a preference under any other RFQ. NOTIFICATION OF RE-BID If a vendor's bid qualifies under the Fresno County Local Vendor Preference or the DVBE Preference,tale vendor will be notified of his/her opportunity to re-bid. If so notified,the Vendor must submit his/her re-bid within two County business days of notification.. Notification will be issued by e-mail or Fax,whichever is preferred by the vendor. Notification to Vendor shall be considered complete upon County's transmission of e-mail or Fax. It will be the vendor's responsibility to check his/her e-mail or Fax messages for notification. The vendor's delay in retrieval of his/her notification will not alter the two(2)County business day period allowed for re-bid submission. FCLV or DVBE TO COMPLETE: Indicate ONE method for notification of re-bid opportunity by providing the appropriate e-mail address or Fax number. Submit this document as a part of your quotation. CA A4 Ur CfXY\ --Mail A dress or Fax Nu er(lde)fify contact person) 38 015 Asph.N,foncrela and�p9rogah hlnmdnh.docR Quotation No. 26-015 page 17 ------- STATEMENT OF LOCAL VENDOR CERTIFICATION COUNTY OF FRESNO Qualified local vendors desiring consideration under the Fresno County Local Vendor Preference must complete,the following and submit with their quotation(print or type), < (indivi ual submi ing bfd) {lipe) of/for Certify 1 GI�Q G C�\ that NN GG �v'i;C (Company Name) (Company Name) Is a Fres County local Vendor as defined within this RFQ and therefore qualifies for the Local Vendor Preference, Signature Title iV Dale L�W , M ' A, (Print Na e) �. STATEMENT" OF DISABLED VETERAN BUSINESS ENTERPRISE " ;ifia�d CERTIFICATION Quavbn$ors desiring consideration under the Fresno County DVBE Preference must cor ete t" he follo'Nin and submit with Ihei�,cloo`tatlon(print or type). g (individual sbbr�1'Itting bid) W (title) of/for �' Certify that ("Company Name) `*q (Company Name) Is a Disabled Veteran Business Enterprise certified b e to of California and therefore qualifes for the DVBE Preference. State of California DVBE Certification Number: Signalure Via Dele (P' Name) 'Company name ile with the State of California DVBF program. *015 Asphae,Covmle and Aggr ple Mnledn*,tm Quotation No. 26-015 sago 26 CHECK LISP" 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• 1/ Addenda,if any,have been signed and included in the bid package. Signed Trade Secret Dorm as provided with this RFQ(Trade Secret Information,if provided, 3. ✓ must be electronically submitted in a separate PDF file and marked as Confidential.) 4, +/ The completed Reference List as provided with this RFQ. 5. The completed Comply/Not Comply page as provided with this RFQ. 6, ✓ The Quotation Schedule as provided with this RFQ has been completed,price reviewed for accuracy and any corrections initialed, 7. Indicate all of bidder exceptions to the County's requirements,conditions and specifications as stated within this RFQ. 8. VO"_ The Participation page as provided within this RFQ has been signed and included g. The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section(if applicable)has been signed and included. 10, ✓* Bidder to Complete page as provided with this RFQ. 11. % Return checklist with RFQ response. 12, _1/ Completed RFQ in pdf format,electronically submitted to the Bid Page on Public Purchase. MM h plx h,fonerola ,,d hggr gpM Mn.&I,,t—