Loading...
HomeMy WebLinkAboutP-20-109Amend1_MasterAgreement..pdfCONTRACT INFORMATION SHEET DATE: August 13, 2020 Contract No.: P-20-109 Vendor Number: Multiple (Please see Attachment A) Contract Title: Master Agreement- Name/Address: Multiple (Please see Attachment A) Maintenance Services to Traffic Signals, Highway Lighting, and Other Lighted Facilities. Contract Period: 7/01/2020 – 6/30/2023 Contact: Multiple (Please see Attachment A) Using Agencies: PWP-Roads Maintenance & Operations Email: Multiple (Please see Attachment A) Terms: 45 days Total Contract Amt.: $199,999.00 Buyer Name: Chanvathei Lonh Requisition No: 5102000384 (Conversion) Org: 4510 5102000143 (Orig) Supersedes: NEW RENEWAL x AMENDMENT x TICK DATE 3/01/23 REFERENCE (RFQ# / RFP#) RFQ# 20-020 DESCRIPTION: 3/20/2020 : Contract to provide non-scheduled services on an as-needed basis. Non-scheduled services include Emergency maintenance service and additional improvement, testing, or inspection service. 8/13/2020: Amendment One to convert PA into a Master Agreement with Stipulation as detailed in Attachment A. New contract period 7/01/20-6/30/23. SPECIAL INSTRUCTIONS: 3 + 1 + 1 Initial contract period of 3 years with two optional one year extensions. DISTRIBUTION: Completed By: Date: Completed By: Date DEPARTMENT: PWP-Roads REQUISITIONER: Thomas Hunt Gabriela Rodriguez- Noland CL 8/07/20 Rev 1/3/2017 333 W. Pontiac Way, Clovis, CA 93612 / (559) 600-7110 * The County of Fresno is an Equal Employment Opportunity Employer * County of Fresno INTERNAL SERVICES DEPARTMENT AMENDMENT NUMBER ONE (1) Agreement Number P-20-109 July 17, 2020 MASTER AGREEMENT The County of Fresno (County) hereby contracts with various vendors (Contractors) to provide non- scheduled and emergency response services to traffic signals, highway lighting, and other lighted facilities in accordance with the text of this agreement, Attachment A Exhibits A, B, and C , County of Fresno Request for Quotation No: 20-020 and the attached contractors response to County of Fresno Request for Quotation No: 20-020 by this reference made a part hereof. TERM: This Agreement shall become effective July 1, 2020 and shall remain in effect through June 30, 2023. 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: attached, at the rates set forth in the Attachment. ORDERS: Orders will be placed on an as-needed basis by County of Fresno Department of Public Works & Planning- Roads Maintenance and Operations under this contract and in accordance with Attachment A . PRICES: Prices shall be firm for the contract period. Any pricing changes which may take place during the life of the contract must be submitted in writing to the County of Fresno Purchasing Manager and received no less than thirty (30) days prior to becoming effective. MAXIMUM: In no event shall services performed and/or fees paid under this Master Agreement be in excess of One Hundred Ninety-Nine Thousand Nine Hundred Ninety-Nine Dollars ($199,999.00). 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 MASTER AGREEMENT NUMBER: P-20-109 Page 2 July 17, 2020 G:\PUBLIC\CONTRACTS & EXTRACTS\2020 CONTRACTS\20-109 MASTER AGREEMENT MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\P-20-109 MASTER AGREEMENT.DOCX 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 in duplicate shall be mailed to requesting County department in accordance with invoicing instructions included in each order referencing this Agreement. The Agreement number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days. INVOICE TERMS: Net forty-five (45) days from the receipt of invoice. TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30) days written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. LIABILITY: The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and employees from any and all claims for damage or other liability, including costs, expenses (including 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 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 ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse- Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. MASTER AGREEMENT NUMBER: P-20-109 Page 3 July 17, 2020 G:\PUBLIC\CONTRACTS & EXTRACTS\2020 CONTRACTS\20-109 MASTER AGREEMENT MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\P-20-109 MASTER AGREEMENT.DOCX D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. 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 responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of 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, Public Works & Planning-Road Maintenance and Operations Manager, 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. 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. 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 MASTER AGREEMENT NUMBER: P-20-109 Page 4 July 17, 2020 G:\PUBLIC\CONTRACTS & EXTRACTS\2020 CONTRACTS\20-109 MASTER AGREEMENT MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\P-20-109 MASTER AGREEMENT.DOCX 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 Attachment A , Exhibits A, B, and C , County's Request for Quotation No. 20-020 and the Contractor's Quote in response thereto); (2) Attachment A ; (3) Exhibits A ,B , and C ; (4) the County's Request for Quotation No. 20-020 and (5) the Contractor's quotation made in response to County's Request for Quotation No. 20-020. 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. Please acknowledge your acceptance by returning your corresponding signature page of this Agreement to my office via email or USPS. Please refer any inquiries in this matter to Chanvathei Lonh, Purchasing Technician, at 559-600-7119 or clonh@fresnocountyca.gov . FOR THE COUNTY OF FRESNO Gary E. Cornuelle Purchasing Manager 333 W. Pontiac Way Clovis, CA 93612 GEC:CL MASTER AGREEMENT NUMBER: P-20-109 Page 5 July 17, 2020 G:\PUBLIC\CONTRACTS & EXTRACTS\2020 CONTRACTS\20-109 MASTER AGREEMENT MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\P-20-109 MASTER AGREEMENT.DOCX CONTRACTOR TO COMPLETE: Company: Type of Entity: Individual Limited Liability Company Sole Proprietorship Limited Liability Partnership Corporation General Partnership Address City State Zip TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS Print Name & Title:Print Name & Title: Signature:Signature: ACCOUNTING USE ONLY ORG No.: 4510 Account No.: 7295 Requisition No.: 5102000384 (1/2020) SEBASTIAN X 7600 North Palm Avenue Fresno CA 93711 559-432-5800 559-432-5858 pw@sebastiancorp.com Ron Cato - Vice President of Operations DocuSign Envelope ID: 3309D494-DBC5-47C3-A606-CC18CAA39657DocuSign Envelope ID: 9C52F628-59C9-4A5A-8F18-41D032E33762 CEOBill Barcus July 17, 2020 A. The Electric Motor Shop, Inc. (EMS) shall act as the primary contact for County for any streetlight related services. The EMS shall acknowledge and respond to any non- scheduled and emergency response services as stipulated in RFQ # 20-020. It stipulates that EMS shall acknowledge the request within two (2) hours and inform if the request can be fulfilled. If EMS can fulfill the request, the EMS must provide onsite services within four (4) hours. B. A-C Electric Company and Sebastian Corp. shall act as the primary contacts for County for any non-streetlight related services in accordance with all non-scheduled and emergency response services as stipulated in RFQ #20-020. 253 Fulton St. Fresno, CA 93721 Raymond Keith Electrical Services Manager (559) 650-1128 Ray.keith@electricmotorshop.com 2560 S. East Avenue Fresno, CA 93706 Jim McGurk Division Manager (559) 233-2208 JimMcGurk@a-celectric.com 7600 N. Palm Avenue Fresno, CA 93711 Kelly Yost Director (559) 261-8235 MASTER AGREEMENT NUMBER: P-20-109 July 17, 2020 G:\PUBLIC\CONTRACTS & EXTRACTS\2020 CONTRACTS\20-109 MASTER AGREEMENT MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\P-20-109 MASTER AGREEMENT.DOCX Response to County of Fresno Request for Quotation No. # 20-020 Exhibits A, B, and C Cost Proposals PART Ill:NON-SCHEDULE D SERVICES Services will be requested on an as-needed basis only. The Contractor must provide rates for on-site technician services only. The Contractorwill bill the County at the below rates below for on-site time workedonly. A. LABOR JOB CLASSIFICATION NORMAL WORKING HOURS (M·F,6am-5pm) AFTER NORMAL WORKING HOURS 1.Journeyman Electrician $102.00 per hour $145.00 per hour 2.$per hour $per hour 3.$per hour $per hour 4.$per hour $per hour 5.$per hour $per hour B.EQUIPMENT EQUIPMENT TYPE DESCRIPTION BILLED RATE ($PER MILE/HOUR) 1.Tow Man Lift Tow ManLift $225.00 per Day 2.Service Truck Servi ce Truck Fee $75.00 per Day 3. $per 4. $per 5. $per C .OTHER COSTS State all other charges or fees that will apply.State the amount of the charge or the pricing methodology. Charges,fees,reimbursements,etc.not identified in this Quotation Form will not be allowed. DESCRIPTION COST All Rental equip - Cost +10%$See Mark-up rate per hour $per hour $per hour D.PARTS Costs for parts shall be actual cost plus a percentage markup.The Contrac tor must provide a copy of their supplier invoices showing parts used and prices. State mark up percentage:_10 %(should not exceed 10%) RFQ # 20-020 EXHIBIT A ELECTRIC MOTOR SHOP, INC 1 of 1 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 1 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 2 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 3 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 4 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 5 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 6 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 7 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 8 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 9 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 10 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 11 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 12 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 13 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 14 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 15 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 16 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 17 of 18 RFQ # 20-020 EXHIBIT B A-C ELECTRIC COMPANY 18 of 18 Cost Proposal Part I – Preventative Maintenance Inspection Services GROUP 1 – OUTLYING AREAS Group 1 – Outlying Areas TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 1 of 17 Cost Proposal Group 1 – Outlying Areas TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 2 of 17 Cost Proposal Group 1 – Outlying Areas TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 3 of 17 Cost Proposal Group 1 – Outlying Areas TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year TOTAL FOR GROUP 1 = RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 4 of 17 Cost Proposal GROUP 2 – SOUTH WEST FRESNO Group 2 – South West Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 5 of 17 Cost Proposal Group 2 – South West Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year TOTAL FOR GROUP 2 = RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 6 of 17 Cost Proposal GROUP 3 – SOUTH EAST FRESNO Group 3 – South East Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 7 of 17 Cost Proposal Group 3 – South East Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 8 of 17 Cost Proposal Group 3 – South East Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year TOTAL FOR GROUP 3 = RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 9 of 17 Cost Proposal GROUP 4 – NORTH FRESNO Group 4 – North Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 10 of 17 Cost Proposal Group 4 – North Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 11 of 17 Cost Proposal Group 4 – North Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year TOTAL FOR GROUP 4 = RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 12 of 17 Cost Proposal GROUP 5 – EAST FRESNO Group 5 – East Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 13 of 17 Cost Proposal Group 5 – East Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year TOTAL FOR GROUP 5 = RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 14 of 17 Cost Proposal TOTAL ANNUAL COST TOTAL=$ RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 15 of 17 Cost Proposal Part II – Additional Services & Miscellaneous Forms A. Labor Job Classification Normal Working Hours (M-F 6am-5pm) After Normal Working Hours B. Equipment Equipment Type Description Billed Rate per Mile/Hour RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 16 of 17 Cost Proposal C. Other Costs State all other charges or fees that will apply. State the amount of the charge or the pricing methodology. Charges, fees, reimbursements, etc. not identified in this pricing section will not be allowed. Description Cost D. Parts RFQ # 20-020 EXHIBIT C SEBASTIAN CORPORATION 17 of 17 G:\PUBLIC\CONTRACTS & EXTRACTS\2020 CONTRACTS\20-109\CONTRACT & AMENDMENTS\RFQ # 20-020 TITLE SHEET .DOCX County of Fresno Request for Quotation No. # 20-020 RFQ # 20-020 Bid Electric Motor Shop, Inc. 1 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 2 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 3 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 4 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 5 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 6 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 7 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 8 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 9 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 10 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 11 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 12 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 13 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 14 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 15 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 16 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 17 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 18 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 19 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 20 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 21 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 22 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 23 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 24 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 25 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 26 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 27 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 28 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 29 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 30 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 31 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 32 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 33 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 34 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 35 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 36 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 37 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 38 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 39 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 40 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 41 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 42 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 43 of 44 RFQ # 20-020 Bid Electric Motor Shop, Inc. 44 of 44 RFQ # 20-020 Bid A-C Electric Company 1 of 25 RFQ # 20-020 Bid A-C Electric Company 2 of 25 RFQ # 20-020 Bid A-C Electric Company 3 of 25 RFQ # 20-020 Bid A-C Electric Company 4 of 25 RFQ # 20-020 Bid A-C Electric Company 5 of 25 RFQ # 20-020 Bid A-C Electric Company 6 of 25 RFQ # 20-020 Bid A-C Electric Company 7 of 25 RFQ # 20-020 Bid A-C Electric Company 8 of 25 RFQ # 20-020 Bid A-C Electric Company 9 of 25 RFQ # 20-020 Bid A-C Electric Company 10 of 25 RFQ # 20-020 Bid A-C Electric Company 11 of 25 RFQ # 20-020 Bid A-C Electric Company 12 of 25 RFQ # 20-020 Bid A-C Electric Company 13 of 25 RFQ # 20-020 Bid A-C Electric Company 14 of 25 RFQ # 20-020 Bid A-C Electric Company 15 of 25 RFQ # 20-020 Bid A-C Electric Company 16 of 25 RFQ # 20-020 Bid A-C Electric Company 17 of 25 RFQ # 20-020 Bid A-C Electric Company 18 of 25 RFQ # 20-020 Bid A-C Electric Company 19 of 25 RFQ # 20-020 Bid A-C Electric Company 20 of 25 RFQ # 20-020 Bid A-C Electric Company 21 of 25 RFQ # 20-020 Bid A-C Electric Company 22 of 25 RFQ # 20-020 Bid A-C Electric Company 23 of 25 RFQ # 20-020 Bid A-C Electric Company 24 of 25 RFQ # 20-020 Bid A-C Electric Company 25 of 25 Cost Proposal Page 1 of 33 The County of Fresno is soliciting bids from qualified electrical contractors to provide traffic signal, highway lighting, and other lighted traffic facilities preventative maintenance inspection, repair, and emergency services countywide. The County owns, operates, and maintains 167 locations of lighted traffic facilities. The County is looking to award various electrical contractors whose combination of experience and personnel will provide timely, cost-effective, and quality professional services. This Cost Proposal is divided into two (2) parts: Part I and Part II. Part I lists 167 facility locations that require preventative maintenance inspection services. The facilities are divided into five (5) groups: Group 1, 2, 3, 4, & 5. All quotations shall include all labor, travel, taxes, permits, etc. Prices quoted shall be fixed costs for the entire term of the contract, which includes a three (3) year base term and the option for two (2) one (1) year periods. Part II asks contractors to submit pricing for Additional Services including Labor, Equipment, Other Costs, Parts, Comply/NonComply, and Reference List, as well as an Appendix Checklist section that contractors should complete. At the end of this Cost Proposal are five (5) maps, one for each of the 5 groups listed above. Each map shows the facility locations in that area of Fresno County. Contractors are encouraged to submit a bid on any number of group(s). Contractors are not required to submit a bid on all five (5) groups in order to be considered for award. If a contractor is not interested in providing services to facility locations within a group, the contractor should mark "N/A" on the Cost per Frequency and Cost per Year column. The County reserves the right to award each group(s) separately. Please see Appendix Checklist attached for preventative maintenance inspection services requested by the County. Please see Maps attached for location of the traffic facilities in Fresno County. NOTES: For items in Groups 1 through 5 below without an asterisk (*) in the “Frequency” column, these facility locations require services upon contract execution. For items in Groups 1 through 5 below with an asterisk (*) in the "Frequency" column, these facility locations currently have an unknown effective service date. RFQ # 20-020 Bid Sebastian Corporation 1 of 33 Cost Proposal Part I – Preventative Maintenance Inspection Services GROUP 1 – OUTLYING AREAS Group 1 – Outlying Areas TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 Bid Sebastian Corporation 2 of 33 Cost Proposal Group 1 – Outlying Areas TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 Bid Sebastian Corporation 3 of 33 Cost Proposal Group 1 – Outlying Areas TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 Bid Sebastian Corporation 4 of 33 Cost Proposal Group 1 – Outlying Areas TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year TOTAL FOR GROUP 1 = RFQ # 20-020 Bid Sebastian Corporation 5 of 33 Cost Proposal GROUP 2 – SOUTH WEST FRESNO Group 2 – South West Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 Bid Sebastian Corporation 6 of 33 Cost Proposal Group 2 – South West Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year TOTAL FOR GROUP 2 = RFQ # 20-020 Bid Sebastian Corporation 7 of 33 Cost Proposal GROUP 3 – SOUTH EAST FRESNO Group 3 – South East Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 Bid Sebastian Corporation 8 of 33 Cost Proposal Group 3 – South East Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 Bid Sebastian Corporation 9 of 33 Cost Proposal Group 3 – South East Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year TOTAL FOR GROUP 3 = RFQ # 20-020 Bid Sebastian Corporation 10 of 33 Cost Proposal GROUP 4 – NORTH FRESNO Group 4 – North Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 Bid Sebastian Corporation 11 of 33 Cost Proposal Group 4 – North Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 Bid Sebastian Corporation 12 of 33 Cost Proposal Group 4 – North Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year TOTAL FOR GROUP 4 = RFQ # 20-020 Bid Sebastian Corporation 13 of 33 Cost Proposal GROUP 5 – EAST FRESNO Group 5 – East Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year RFQ # 20-020 Bid Sebastian Corporation 14 of 33 Cost Proposal Group 5 – East Fresno TSSL ID Location Facility Type Facility Detail Pole # Appendix Frequency Cost per Frequency Cost per Year TOTAL FOR GROUP 5 = RFQ # 20-020 Bid Sebastian Corporation 15 of 33 Cost Proposal TOTAL ANNUAL COST TOTAL=$ RFQ # 20-020 Bid Sebastian Corporation 16 of 33 Cost Proposal Part II – Additional Services & Miscellaneous Forms A. Labor Job Classification Normal Working Hours (M-F 6am-5pm) After Normal Working Hours B. Equipment Equipment Type Description Billed Rate per Mile/Hour RFQ # 20-020 Bid Sebastian Corporation 17 of 33 Cost Proposal C. Other Costs State all other charges or fees that will apply. State the amount of the charge or the pricing methodology. Charges, fees, reimbursements, etc. not identified in this pricing section will not be allowed. Description Cost D. Parts RFQ # 20-020 Bid Sebastian Corporation 18 of 33 Cost Proposal E. Comply/Non-Comply Description Comply/Non-Comply RFQ # 20-020 Bid Sebastian Corporation 19 of 33 REFERENCE LIST Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name:Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name:Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name:Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name:Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: RFQ # 20-020 Bid Sebastian Corporation 20 of 33 Able to Perform Not Able to Perform Reason for Not Able to PerformServices Cabinet: Controller: Conflict Monitor: RFQ # 20-020 Bid Sebastian Corporation 21 of 33 Able to Perform Not Able to Perform Reason for Not Able to Perform Switch Packs: Services Relays: Clocks: Preemption for Railroad: Coordination: Signal Heads, Pedestrian Heads, Blank-Out Heads, and Safety Lights: Poles & Mast arms (for Signal Heads and for Safety Lights): Flashers: RFQ # 20-020 Bid Sebastian Corporation 22 of 33 Able to Perform Not Able to Perform Reason for Not Able to Perform Electrical Service: Services Pedestrian Push Buttons: Detector Loops: Detector Amplifiers: Pull Boxes: RFQ # 20-020 Bid Sebastian Corporation 23 of 33 Services Able to Perform Not Able to Perform Reason for Not Able to Perform General: RFQ # 20-020 Bid Sebastian Corporation 24 of 33 Services Able to Perform Not Able to Perform Reason for Not Able to Perform General: Blank-Out Heads: RFQ # 20-020 Bid Sebastian Corporation 25 of 33 Services Able to Perform Not Able to Perform Reason for Not Able to Perform Push Buttons (for Rapid Flashing Beacon or LED Sign): General: Electrical Service: Battery Backup System (BBS): Solar Powered System: Cabinet: Illumination Windows / Signs (for Rapid Flashing Beacon or LED Sign): RFQ # 20-020 Bid Sebastian Corporation 26 of 33 Appendix 'E' Checklist (Every 12 months) Services Able to Perform Not Able to Perform Reason for Not Able to Perform · Check for broken lenses. · Check for burned out lamps/LEDs. · Check for evidence of water leakage (caulk/seal as needed). · Check gaskets & seals (lubricate as needed). · Check luminaire. · Inspect alignment and visibility. · Check for missing or damaged visors. · Remove graffiti, tape, residue, signs, etc. · Spot paint/prime as needed. · Inspect wiring and terminations for burnt terminals and/or damaged insulation. · Check photocell operation. · Check for missing/damaged H/H covers. · Check anchor bolt hardware for tightness. · Check condition of grout. · Check plumb of pole. · Check for damage/dents etc. · If painted, spot paint/primer as needed. · Remove graffiti, tape residue, signs etc. · Verify pole is marked with the assigned pole number provided. · Check box and lid for proper fit and legend. · Check box and lid for breakage/cracking. · Check cables/wires for damaged insulation. · Remove accumulated dirt/water. · Treat for insects if needed. · Check condition of grout. · Check for missing or damaged delineator posts. · Check conduit sealant. · Check lock for serviceability. · If pedestal; check meter window for clarity. · Remove graffiti, tape residue, signs etc. · Check conduit sealant. · If pole mounted; a) inspect conduit for damage, b) check ground connection for tightness. General: Poles & Mast arms: Pull Boxes: Electrical Service: Appendix E lists preventative maintenance services being requested by the County from Contractor. Contractor, please review the services being requested below and identify your ability to perform, or not perform, the services. For services Contractor is not able to Perform, please state reason for to perform the service. Ability to perform all the services below is desired, but not required. County may consider Contractor's who are unable to perform the services described below. Services listed below are for the following facility types: Street Light (NOT on same pole as Traffic Control Signal). RFQ # 20-020 Bid Sebastian Corporation 27 of 33 Services Able to Perform Not Able to Perform Reason for Not Able to Perform General: Electrical Service: RFQ # 20-020 Bid Sebastian Corporation 28 of 33 ÄÅ168 ÄÅ33 ÄÅ180 ÄÅ245 ÄÅ198 ÄÅ63 ÄÅ33 ÄÅ43 ÄÅ180 ÄÅ145 ÄÅ41 ÄÅ33 ÄÅ5 ÄÅ41 ÄÅ33 ÄÅ198 ÄÅ198 ÄÅ33 ÄÅ269 ÄÅ145 ÄÅ168 ÄÅ180 ÄÅ99 ÄÅ180 Clovis Huron Mendota San Joaquin Orange Cove Coalinga Reedley Firebaugh Sanger Selma Kingsburg Fowler Kerman Fresno 71 72 7495 96141 156158159 160 166 167 169 174 445 443 444 454 County of Fresno Public Works and Planning Public Works and Planning Computer Data Systems \\pacific\pwp\4360CDS\tsrisukwatana\GIS Projects\Traffic_RFQ\Map5_Outlying\Maintenance Services for Traffic Signals Map 5.mxd 12/18/2019 - Outlying Areas ² 96 95 72 71 174 169 167 166 160159158 156 141 1024 Selma ReedleyParlier Kingsburg Fowler ÄÅ43 TSSL ID LOCATION 71 ACADEMY & MANNING 72 ACADEMY & MOUNTAIN VIEW 74 ALTA & MANNING 95 BETHEL & MANNING 96 INDIANOLA & MOUNTAIN VIEW 141 GOLDEN STATE & MOUNTAIN VIEW 156 LAC JAC & MANNING 158 MANNING & MCCALL 159 MANNING & NEWMARK 160 MANNING & ZEDIKER 166 MENDOCINO & MOUNTAIN VIEW 167 MENDOCINO & PARLIER 169 MOUNTAIN VIEW & ZEDIKER 174 PARLIER & SMYRNA 443 BNSF RAILROAD & CONEJO 444 BNSF RAILROAD & ELKHORN 445 BNSF RAILROAD & MANNING 454 JAYNE & STATE HOSPITAL ENTRANCE 1024 BETHEL & MOUNTAIN VIEW RFQ # 20-020 Bid Sebastian Corporation 29 of 33 ÄÅ41 ÄÅ41 ÄÅ41 ÄÅ180 ÄÅ99 ÄÅ180 Fresno BLYTHEWESTVALENTINEOLIVE BELMONT NORTH CLAYTON LINCOLN KEARNEY MCKENZIEABBY CHURCHTHORNESHIELDSVENTU RACALIFORNIA STANISLAUSP TULARECORNELIAOLIVE WE B E R MCMULLININYOAMERICAN MWHITES BRIDGE FRUITCLINTON HR MCKINLEY ELMANNADALEDICKENSONJENSENVALENTINEWEBERH U G H E S H E N D E R S O NJA MESONNORTH NIELSEN HUGHESWHITES BRIDGE POLKWHITESBRIDGE 130 181 182 185 191 233 236 327 328 330 339 347 379 358355371 389393387384 377 373 378 397 401409 413 414 1025 1026 1027 County of Fresno Public Works and Planning Public Works and Planning Computer Data Systems \\pacific\pwp\4360CDS\tsrisukwatana\GIS Projects\Traffic_RFQ\Map4_SouthWestFresno\Maintenance Services for Traffic Signals Map 4.mxd 12/11/2019 South West Fresno ² 414 413 409 401 397 377 384 387 389 371 379 330 328 236191 BELMONT BELMONTBELMONT Fresno TSSL ID LOCATION 130 DICKENSON & JENSEN 181 BELMONT & MARKS 182 FRUIT & JENSEN 185 CHERRY & NORTH 191 BELMONT & MARKS 233 HUGHES & OLIVE 236 BELMONT & MARKS 327 MARKS & PRINCETON 328 MARKS & NIELSEN 330 BELMONT & MARKS 339 ELM & NORTH 347 CALIFORNIA & CRYSTAL 355 BELMONT & MARKS 358 BELMONT & MARKS 371 BELMONT & MARKS 373 MARKS & PRINCETON 377 BELMONT & MARKS 378 FIG & NORTH 379 BELMONT & MARKS 384 BELMONT & MARKS 387 BELMONT & MARKS 389 BELMONT & MARKS 393 BELMONT & MARKS 397 BELMONT & MARKS 401 BELMONT & MARKS 409 BELMONT & MARKS 413 BELMONT & MARKS 414 BELMONT & MARKS 1025 CENTRAL & ELM 1026 AMERICAN & ELM 1027 AMERICAN & ELM RFQ # 20-020 Bid Sebastian Corporation 30 of 33 ÄÅ41 ÄÅ99 ÄÅ180ÄÅ168 ÄÅ180 Fresno CENTRAL NORTHCEDARBUTLER BUTLER CALIFORNIAVANNESSH A Z E L WOOD C A L I F O R N I A BELMONT KINGS CANYON SUNNYSIDECA-180 O VENTURA HAMILTON LANE CLOVISJENSEN TULARE KINGS CANYON KINGS CANYON ANNADALE JENSEN G O L D E N S T A T E CHURCH KINGS CANYON JENSEN G O L D E N S T A T E JENSENWILLOW CLOVIS34 3537 3638 183 186 188 194 199 205 214 220 225 232 242 248 249 260 291 309 310 332 342 344 357 359 367 381 370 368 392 417 459 986 2150 County of Fresno Public Works and Planning Public Works and Planning Computer Data Systems \\pacific\pwp\4360CDS\tsrisukwatana\GIS Projects\Traffic_RFQ\Map3_SouthEastFresno\Maintenance Services for Traffic Signals Map 3.mxd 12/16/2019 - South East Fresno ² TSSL ID LOCATION 34 JENSEN BYPASS & PULLMAN 35 JENSEN BYPASS & PULLMAN 36 JENSEN BYPASS & PULLMAN 37 JENSEN BYPASS & PULLMAN 38 JENSEN BYPASS & PULLMAN 183 JENSEN BYPASS & PULLMAN 186 GARRETT & ORANGE 188 BURNS & CEDAR 194 CHURCH & GEARHART 199 CHESTNUT & JENSEN 205 BELMONT & PEACH 214 BELMONT & SUNNYSIDE 220 CEDAR & JENSEN 225 CLOVIS & PARK CIRCLE 232 CALIFORNIA & CEDAR 242 CLOVIS & KINGS CANYON 248 BELMONT & WILLOW 249 BELMONT & PEACH 260 BELMONT & CLOVIS 291 FOWLER & KINGS CANYON 309 CLOVIS & JENSEN 310 CLOVIS & JENSEN 332 CHESTNUT & JENSEN 342 BURNS & NINTH 344 CHESTNUT & JENSEN 357 CHESTNUT & JENSEN 359 CHESTNUT & JENSEN 367 CHESTNUT & JENSEN 368 BURNS & ELEVENTH 370 CHESTNUT & JENSEN 381 CHESTNUT & JENSEN 392 CALWA & CEDAR 417 BELMONT & WILLOW 459 SR 180 & WINERY 986 JENSEN & PULLMAN 2150 SP RAILROAD & CENTRAL RFQ # 20-020 Bid Sebastian Corporation 31 of 33 ÄÅ99 ÄÅ41 Fresno ALLUVIAL BRAWLEYHERNDON BULLARD EMERSON BU LL ARD BARSTOW SHAW WESTGETTYSBURG F I G A R D E N ASHLANPALMMAROASIERRAMARKSSHAWSHAW FRESNOALLUVIAL GATESCECELIAMINARETS BLYTHEASHLAN FIRSTS A N TA F E SWIFTMARTYSAN JOSE GOL D E N S T A T EBLYTHE 184 187 189195 197 203204 210 223 228 323 324 329 331 334 341 349 353 363 374 375 380 383 385 386 388 391 394 400404 405 412 21512152 County of Fresno Public Works and Planning Public Works and Planning Computer Data Systems \\pacific\pwp\4360CDS\tsrisukwatana\GIS Projects\Traffic_RFQ\Map1_NorthFresno\Maintenance Services for Traffic Signals Map 1.mxd 12/11/2019 - North Fresno ² TSSL ID LOCATION 184 FRUIT & HOLLAND 187 BARSTOW & LAFAYETT 189 BARSTOW & KAVANAGH 195 BARSTOW & PLEASANT 197 BARSTOW & BRIARWOOD 203 BARSTOW & FORKNER 204 BARSTOW & TAHAN 210 BARSTOW & KAVANAGH 223 BARSTOW & WILSON 228 ALLUVIAL & MARKS 323 PAUL & WISHON 324 CHANNING & ROBERTS 329 BROOKS & DOVEWOOD 331 CHANNING & MORRIS 334 FORKNER & SIERRA 341 ESCALON & SAN PABLO 349 TEILMAN & TWAIN 353 CHANNING & ROBERTS 363 GLENN & SWIFT 374 GRIFFITH & WISHON 375 BROWNING & CHANNING 380 CELESTE & CHANNING 383 BARSTOW & FORKNER 385 HERNDON & VAN NESS 386 FORKNER & SAN BRUNO 388 CELESTE & CHANNING 391 PALM & SHAW 394 GRIFFITH & MAROA 400 MAROA & SAN JOSE 404 MARKS & SAN JOSE 405 BROWNING & WOODSON 412 HERNDON & VAN NESS 2151 ASHLAN & VAN NESS 2152 ASHLAN & VAN NESS RFQ # 20-020 Bid Sebastian Corporation 32 of 33 ÄÅ168 Clovis Fresno CEDARSUNNYSIDECLINTON GETTYSBURG RALL CHESTNUTFIRSTASHLAN DAKOTA WILLOWPEACHMILLBROOKGETTYSBURG TERRAZOPIAZZA SHIELDS CLINTONCLOVISSHIELDS MCKINLEY OLIVE AIR WAYS 79 82 213 224 230 322 326 335 337 338 340 345346 356 360 361 362 365 395 398 399 403 408 410 411 457 458 County of Fresno Public Works and Planning Public Works and Planning Computer Data Systems \\pacific\pwp\4360CDS\tsrisukwatana\GIS Projects\Traffic_RFQ\Map2_EastFresno\Maintenance Services for Traffic Signals Map 2.mxd 12/18/2019 - East Fresno ² TSSL ID LOCATION 79 ASHLAN & CLOVIS 82 ASHLAN & MINNEWAWA 213 CLINTON & GARDEN 224 CEDAR & HARVARD 230 CLINTON & WINERY 322 FAIRFAX & MCKINLEY 326 BOND & PRINCETON 335 MAYFAIR & NORRIS 337 PRINCETON & ROWELL 338 MAYFAIR & SECOND 340 CEDAR & HARVARD 345 CEDAR & UNION 346 BOND & CLINTON 356 BOND & BROWN 360 ANDREWS & RECREATION 361 FOUNTAIN & RECREATION 362 CHANCE & YALE 365 BOND & TERRACE 395 MAYFAIR & NORMAL 398 PRINCETON & SIERRA VISTA 399 FAIRFAX & MCKINLEY 403 BOND & TERRACE 408 BOND & HARVARD 410 BOND & HARVARD 411 BOND & BROWN 457 SR 168 & PRINCETON 458 SR 168 & WELDON RFQ # 20-020 Bid Sebastian Corporation 33 of 33 G:\PUBLIC\CONTRACTS & EXTRACTS\2020 CONTRACTS\20-109\CONTRACT & AMENDMENTS\RFQ # 20-020 TITLE SHEET .DOCX G:\Public\RFQ\FY 2019-20\20-020 Maintenance Services for Traffic Signals, Highway Lighting and Other Lighted Traffic Facilities\20-020 Maintenance Services for Traffic Signals, Highway Lighting and Other Lighted Traffic Facillities.doc COUNTY OF FRESNO REQUEST FOR QUOTATION NUMBER: 20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES Issue Date: October 15, 2019 Closing Date: NOVEMBER 15, 2019 AT 2:00 P.M. All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Chanvathei Lonh at Phone (559) 600-7119. 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. Except as noted on individual items, the following will apply to all items in the Quotation Schedule: A cash discount of % days will apply. County does not accept terms less than 15 days. COMPANY CONTACT PERSON ADDRESS CITY STATE ZIP CODE ( ) TELEPHONE NUMBER E-MAIL ADDRESS AUTHORIZED SIGNATURE PRINT NAME TITLE Purchasing Use:CL:st ORG/Requisition:4510 /5102000143 Quotation No. 20-020 Page 2 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC TABLE OF CONTENTS PAGE KEY DATES....................................................................................................................3 OVERVIEW.....................................................................................................................3 BID INSTRUCTIONS ......................................................................................................4 GENERAL REQUIREMENTS & CONDITIONS...............................................................5 INSURANCE REQUIREMENTS ...................................................................................14 PARTICIPATION...........................................................................................................16 DIR ACKNOWLEDGEMENT.........................................................................................16 REFERENCE LIST........................................................................................................17 SCOPE OF WORK........................................................................................................18 QUOTATION SCHEDULE.............................................................................................36 CHECK LIST.................................................................................................................40 CHECKLIST APPENDIX A-F ........................................................................................41 Quotation No. 20-020 Page 3 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC KEY DATES RFQ Issue Date: October 15, 2019 Written Questions for RFQ Due: October 28, 2019 at 10:00 A.M. Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: November 15, 2019 at 2:00 P.M. Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno is soliciting bids from qualified electrical contractors to provide traffic signal, highway lighting, and other lighted traffic facilities preventative maintenance, repair, and emergency services countywide. The County owns, operates, and maintains over 169 lighted traffic facilities. The County is seeking up to three (3) electrical contractors whose combination of experience and personnel will provide timely, cost-effective, and quality professional services to the 169 County lighted traffic facilities in this Request for Quotation (RFQ). Quotation No. 20-020 Page 4 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC 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 his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ, 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 gcornuelle@FresnoCountyCA.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ process. Purchasing will provide a written response to the complainant within seven (7) working days unless the complainant is notified more time is required. If the appealing bidder is not satisfied with the decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office within seven (7) working days after Purchasing’s notification; if the appealing bidder is not satisfied with CAO’s decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal will be going to the Board of Supervisors. Quotation No. 20-020 Page 5 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC GENERAL REQUIREMENTS & CONDITIONS LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE:The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do not apply to this Request for Quotation. DEFINITIONS:The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing by October 28, 2019 at 10:00 A.M., cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Chanvathei Lonh at (559) 600- 7119. NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. AWARD:The County of Fresno reserves the right to make the award on the basis of the entire group or on a per line item basis. The award will be made in a manner determined to be to the best advantage of the County. Past performance (County contracts within the past seven years) and references may factor into awarding of a contract. The County will be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS:The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. CODES AND REGULATIONS:All work and material to conform to all applicable Federal, State, local and special district building codes, laws, ordinances, and regulations. SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.975% 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. Quotation No. 20-020 Page 6 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC 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 him 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. 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. HIPAA: All services performed by vendor shall be in strict conformance with all applicable Federal, State of California and/or local laws and regulations relating to confidentiality, including but not limited to, California Civil Code, California Welfare and Institutions Code, Health and Safety Code, California Code of Regulations, Code of Federal Regulations. Vendor shall submit to County’s monitoring of said compliance. Vendor may be a business associate of County, as that term is defined in the “Privacy Rule” enacted by the Health Insurance Portability and Accountability Act of 1996 (HIPAA). As a HIPAA Business Associate, vendor may use or disclose protected health information (“PHI”) to perform functions, activities or services for or on behalf of County as specified by the County, provided that such use or disclosure shall not violate HIPAA and its implementing regulations. The uses and disclosures if PHI may not be more expansive than those applicable to County, as the “Covered Entity” under HIPAA’s Privacy Rule, except as authorized for management, administrative or legal responsibilities of the Business Associate. Vendor shall not use or further disclose PHI other than as permitted or required by the County, or as required by law without written notice to the County. Quotation No. 20-020 Page 7 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC Vendor shall ensure that any agent, including any subcontractor, to which vendor provides PHI received from, or created or received by the vendor on behalf of County, shall comply with the same restrictions and conditions with respect to such information. NEWS RELEASE:Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW:The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. ADDENDA:In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. CONFLICT OF INTEREST:The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1.Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2.Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders. 3.Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4.Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders. 5.No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING:All invoices are to be delivered in duplicate to Department of Public Works & Planning – Road Maintenance and Operations Division, 2220 Tulare Street, 6 th Floor, Fresno, CA 93721. Reference shall be made to the purchase order/contract number and equipment number if applicable on the invoice. PAYMENT:County will make partial payments for all purchases made under the contract/purchase order and accumulated during the month. Terms of payment will be net forty-five (45) days. County will consider the Bidder’s Cash discount Offer, in lieu of the net forty-five (45) days payment terms. CONTRACT TERM: It is County’s intent to contract with the successful bidder for a term of three (3) years. RENEWAL:Agreement may be renewed for a potential of two (2) one (1) year periods, based on the mutual written consent of all parties. QUANTITIES:Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities. ORDERING: Orders will be placed as required by County of Fresno Department of Public Works & Planning. TERMINATION:The County reserves the right to terminate any resulting contract upon written notice. Quotation No. 20-020 Page 8 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC INDEPENDENT CONTRACTOR:In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor’s officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE:Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor’s Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses (including attorney’s fees and costs), damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses (including attorney’s fees and costs), damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. 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. Quotation No. 20-020 Page 9 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC DAMAGE TO EXISTING WORK:Damage to existing construction, equipment, planting, etc., by the contractor in the performance of his work shall be replaced or repaired and restored to original condition by the contractor. CLEAN UP:The Contractor shall at all times, keep the premises clean from accumulation of waste materials or rubbish caused by his employees or work and shall remove all resulting work debris from the job site. WATER, POWER & TOILET FACILITIES:Successful bidder may use County owned water, power and toilet facilities at job site (when existing) at no expense to the successful bidder. Successful bidder will be required, however, to provide piping, fittings and other items as necessary to bring water and power from existing service to job site. COORDINATE WORK WITH OWNER:Successful bidder shall coordinate and schedule the work with the County so that any interruption to the normal business operations be kept to a minimum. INSPECTION:All material and workmanship shall be subject to inspection, examination and test by the County at any and all times during which manufacture and/or construction are carried on. The County shall have the right to reject defective material and workmanship or require its correction. SUPERVISION:The Contractor shall give efficient supervision to the work, using therein the skill and diligence for which he is remunerated in the contract price. He 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 him 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. SB 854: California law (SB854) now requires public works contractors subject to prevailing wage requirements to register annually with the Department of Industrial Relations (DIR) and pay an annual fee. The County of Fresno will not accept public works bids from contractors and subcontractors who have not registered with the DIR and have not met this requirement. Please refer to http://www.dir.ca.gov/Public- Works/PublicWorksSB854.html for more information. This requirement, found in Labor Code Sections 1725.5 and 1770-1777.7, now applies to all public works projects. Contractor must submit verification of DIR registration with their quotation. Failure to submit verification may result in their quotation being considered non-responsive. PREVAILING WAGES:The work to be done on this project will involve the repair, alteration, maintenance, installation, rehabilitation, demolition, construction or reconstruction of public buildings, streets, utilities, and/or other public works. In accordance with Labor Code section 1770, et seq., the Director of the Department of Industrial Relations of the State of California has determined the general prevailing wages rates and employer payments for health and welfare pension, vacation, travel time and subsistence pay as provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and similar purposes applicable to this public work project. The prevailing wage rates for all hours worked, including holiday and overtime rates, on this project are on file with the Purchasing Department, 333 W. Pontiac Way, Clovis, CA 93612, and are herein incorporated by this reference. Information pertaining to applicable Prevailing Wage Rates may be found on the website for the State of California – Department of Industrial Relations:http://www.dir.ca.gov/oprl/PWD/index.htm. Information pertaining to applicable prevailing wage rates for apprentices may be found on the website for the State of California – Department of Industrial Relations: http://www.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp Quotation No. 20-020 Page 10 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC It shall be mandatory upon the Contractor herein and upon any subcontractor to pay not less than the prevailing wage rates, including overtime and holiday rates, to all workers, laborers, or mechanics employed on this public work project, including those workers employed as apprentices. Further, Contractor and each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the Contractor at the job site where it will be available to any interested party. Contractor shall comply with Labor Code section 1775 and forfeit as a penalty to County Two Hundred Dollars ($200.00) for each calendar day or portion thereof, for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work done under this project by Contractor or by any subcontractor under Contractor in violation of Labor Code section 1770, et seq. In addition to the penalty, the difference between the prevailing wage rates and amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor or subcontractor. Contractor and each subcontractor shall keep an accurate record showing the names, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with this public work project. In accordance with Labor Code section 1776, each payroll record shall be certified and verified by a written declaration under penalty of perjury stating that the information within the payroll record is true and correct and that the Contractor or subcontractor complied with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work project. These records shall be open at all reasonable hours to inspection by the County, its officers and agents, and to the representatives of the State of California – Department of Industrial Relations, including but not limited to the Division of Labor Standards Enforcement. BONDS: PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. BONDING COMPANY:The company issuing bonds shall be a corporate surety admitted by the California Insurance Commissioner to do business in the State of California with an A.M Best rating of B++ VIII or better. COORDINATION AND COMPLETION:The successful bidder shall contact and meet with the County Coordinator at the job site prior to commencement and completion of any work. Successful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. NOTICE TO PROCEED: Following execution of the agreement by both parties (County and Contractor), the County will issue a written Notice to Proceed for the project specified herein. The completion period as defined below, shall commence upon the date that the Notice to Proceed is delivered to the Contractor. GUARANTEE:The successful bidder shall fully guarantee all aspects of the project for the minimum period of one (1) year. Such one (1) year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials. DISPUTE RESOLUTION:The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT:In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. Quotation No. 20-020 Page 11 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC 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. 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 Quotation No. 20-020 Page 12 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC 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. Quotation No. 20-020 Page 13 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC BIDDER TO COMPLETE: WARRANTY AND SERVICE LOCATION: State the warranty and/or guarantee provisions applicable to this equipment or attach warranty form with your bid. State specific location, where service and/or maintenance can be obtained. Failure to furnish this information will be cause for rejection of bid. SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: CONTRACTOR'S LICENSE: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. The bidder shall possess a current State of California contractor’s License, Class C-10 or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license is other than a Class C-10, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: Date of Issue: Bidder must also submit verification of Contractor’s License from the Department of Consumer Affairs – Contractors’ State License Board. Failure to submit verification may result in bidder’s response being considered non-responsive. Public Contract Code Section 7028.15:Where the State of California requires a Contractor’s license, it is a misdemeanor for any person to submit a bid unless specifically exempted. Quotation No. 20-020 Page 14 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC 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 ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse- Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a period of three years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specified herein. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. 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, Road Maintenance and Operations Division Manager, 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. Quotation No. 20-020 Page 15 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC 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. Quotation No. 20-020 Page 16 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC BIDDER TO COMPLETE THE FOLLOWING: PARTICIPATION The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties. Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by one of the other agencies. Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. No, we will not extend contract terms to any agency other than the County of Fresno. (Authorized Signature) Title DIR ACKNOWLEDGEMENT I acknowledge in accordance with labor Code Sections 1725.5 and 1770-1777.7, that I have registered with the Department of Industrial Relations (DIR) and all Certified Payroll Records will be uploaded to the DIR Website. Any additional requirements that materialize from the SB854 legislation will be complied with. Attached is verification of the DIR registration. (Authorized Signature) Title DIR Number Quotation No. 20-020 Page 17 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name:Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name:Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name:Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name:Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. Quotation No. 20-020 Page 18 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC SCOPE OF WORK The County of Fresno’s Public Works and Planning Department, Road Maintenance and Operations Division (PW&P Roads) is responsible for providing maintenance, repair, and emergency services to traffic signals, highway lighting, and other lighted traffic facilities at various locations throughout Fresno County. The County of Fresno is soliciting quotations from qualified electrical contractors to provide labor, materials, equipment, parts, permits, fees, taxes, insurance, etc. to perform such services in accordance with the requirements stated within this RFQ. Locations may be added or deleted, services may be modified, and frequencies may be increased or decreased at any time during the contract period for Group 1, Group 2, or the Checklist Appendices. Cost of services for an added location will be negotiated with the Manager of the Road Maintenance & Operations Division or his/her designee. A. SCHEDULED SERVICES Scheduled services shall be performed at regular frequencies pre-determined by the County (e.g. annually, semi-annually, monthly, etc.). Scheduled services include routine maintenance, testing, inspection, and/or improvement service. Scheduled services will begin after award of the contract and after coordination with the Manager of the Road Maintenance & Operations Division or his/her designee. Routine maintenance service is intended to ensure reliable mechanical and electrical operation of the traffic signals, highway lighting, and other lighted traffic facilities. The Contractor shall provide quotations for this type of work in the Quotation section of this RFQ, Part I and Part II. B. NON-SCHEDULED SERVICES Non-Scheduled services shall be performed on an as-needed basis. Non-Scheduled services include emergency maintenance service, and additional improvement, testing, or inspection service. The Contractor shall not perform any Non-Scheduled services unless directed by the Manager of the Road Maintenance and Operations Division, or his/her designee. The Contractor shall provide quotations for these services in the Quotation section of this RFQ, Part III. 1. EMERGENCY MAINTENANCE SERVICE The Contractor shall provide and maintain emergency service response on a twenty-four (24) hour a day, seven (7) days per week basis, including all holidays. Emergency Response Services are defined as situations that may pose an immediate risk to County employees, citizens, business processes, and property. They require urgent intervention to prevent a worsening of a situation. Emergency Response Services will be requested on an as-needed basis. When emergency response services are requested by the County, the Contractor shall acknowledge the request within two (2) hours and inform if the request can be fulfilled. If the Contractor can fulfill the request, the Contractor must provide onsite services within four (4) hours. If the Contractor fails to deliver call-back and/or emergency response services as described above, the County shall have the right to obtain the service from another Contractor. Emergency Maintenance Service involves any repairs, replacements, or changes necessary to return the facility to normal or operable condition. The work includes repair of facilities due to minor or major malfunctions, minor to major damage, minor or major changes to equipment, or normal wear. This work (up to a maximum of $2,500) shall be done when authorized and directed by the Manager of the Road Maintenance and Operations Division, or his/her designee. The Contractor shall notify if this work exceeds $2,500 and shall receive additional approval from the Manager of the Road Maintenance and Operations Division, or his/her designee, before proceeding with such work. Quotation No. 20-020 Page 19 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC 2. ADDITIONAL IMPROVEMENT, TESTING, AND INSPECTION SERVICE This work includes minor or major changes to facility equipment, materials or operations that are requested by the County to improve operations on an as-needed basis in addition to scheduled maintenance services. This work includes inspecting and testing new and repaired traffic signal circuits and equipment. Circuits can include but are not limited to ground, control, lighting, signal and detector circuits. Equipment can include, but is not limited to, conflict monitors, detector amplifiers, switch packs, controllers, flashers, relays, and cabinets. When additional improvement, testing, and inspection service are requested by the County, the Contractor shall fulfill the request within fourteen (14) business days, unless otherwise approved by the Manger of the Road Maintenance & Operations Division, or his/her designee. C. CONTRACTOR RESPONSIBILITIES 1. Lighting facilities may be added and or deleted, services may be modified, and frequencies may be increased or decreased at any time during the contract period. Cost of services for an added lighting facility will be negotiated with the Manager of the Road Maintenance & Operations Division or his/her designee and shall be similarly priced to the quotations provided by the Contractor in this RFQ. 2. The Contractor shall supply labor, materials, equipment, parts, taxes, fees, and permits necessary to perform the task with a high degree of proficiency and professionalism in relation to industry standards. 3. The Contractor shall have sufficient equipment and staff to meet the required maintenance services specified in this RFQ. The Contractor should have a flexible organization and be capable of performing multiple assignments simultaneously for scheduled and non- scheduled services. 4. The Contractor must notify the County in advance of any traffic signal deactivations that may be required to provide the requested services. Traffic signal deactivations shall not be scheduled without the approval of the Manager of the Road Maintenance & Operations Division or his/her designee. All traffic signal controller equipment shall be maintained as recommended by the manufacturer. 5. The Contractor shall at all times maintain on file with the County a current list of all employees who may perform work on County facilities. The Contractor’s employees, or the Contractor’s qualified sub-contractor, who perform work on County facilities in this RFQ, shall wear a uniform with the Contractor’s name easily identifiable on the uniform or name tag. 6. The Contractor must possess a valid State of California “C-10” Contractor’s License or other appropriate license that covers the work to be performed in this RFQ. Any “crane operator” used by the Contractor when performing work specified in this RFQ must have a current certification that is recognized by the State of California. 7. The Contractor acknowledges that if any work performed does not conform to this RFQ, the County shall have the right to require the Contractor to perform the work again in conformity with the requirements of this RFQ at no additional increase in the Contractor’s fees for service. Remedy for non-compliance or non-performance shall occur within 24 hours of notice. The County shall also have the right to require the Contractor to take all necessary steps to ensure future performance of the work is in conformity with the requirements of the specifications identified in this RFQ. In the event the Contractor fails to perform the work again or fails to take necessary steps to ensure that the future performance of the work is in conformity with the requirements of this RFQ as deemed by the County, the County shall have the right to terminate the Agreement with the non-performing Contractor only. The Director of The Public Works and Planning Department or his/her designee may execute this action. 8. The Contractor must comply with all Federal, State, and local laws and regulations that apply to the work specified in this RFQ. Quotation No. 20-020 Page 20 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC 9. The Contractor shall provide materials that are new and of merchantable grade, and free from defect. 10. The Contractor shall furnish temporary flashing beacons or portable replacement equipment for non-operational traffic signals. The Contractor’s temporary or replacement equipment shall be equivalent in manufacture, make, and model. Additionally, the Contractor shall provide traffic control and/or lane closures that conform to the Federal Highway Administration (FHWA) – California Manual on Uniform Traffic Control Devices (CAMUTCD). 11. The Contractor shall cooperate with the County in recalibrating traffic signal coordination timing and progression. The Contractor shall change the timing of traffic signal only upon the direction or advance written approval of the County. During emergency conditions, the Contractor shall assure full cooperation with the County and those employees of the County and other agencies. 12. The Contractor must possess, and have readily available in functioning order, all required tools, equipment, apparatus, facilities, and materials needed to perform all work in this RFQ. 13. The Contractor shall adhere to the standards and specifications of the following entities in the following order: (1) City of Fresno, (2) State of California, and (3) the Federal Government. In the event that materials are obsolete to meet these standards and specifications, then the Contractor may incorporate best industry practices and standards. 14. UNDERGROUND SERVICE ALERT (USA). This is to be in accordance with current USA procedures, the Common Ground Alliance, and California Excavation Law. This is required when work is to be performed at a facility location whenever digging or excavating is involved. This may involve delineating, requesting a locate ticket, collecting responses, and understanding utility member’s markings. This also involves responding to a ticket by locating and/or marking the underground utilities pertaining to the facilities in this RFQ, when notified by USA, or when notified by the Manager of Road Maintenance & Operations or his/her designee. 15. The Contractor shall maintain records of completed work and shall provide copies of said records to the Manager of the Road Maintenance and Operations Division, or his/her designee, prior to or included with submittal of payment invoices. Any changes to controller timing shall be made on the timing card within the controller cabinet. The Contractor shall note any changes, inspections, or tests performed to traffic signal facilities on the Cabinet Maintenance Log in the controller cabinet, and shall provide detailed notes included with submittal of payment invoices. Notes shall include the date(s) of the work, the identification of the Contractor’s employee, or qualified sub-contractor, who performed the work, the facility information including TSSL ID, Location, Facility Type, Pole Number, and Checklist Appendix used (if applicable). 16. All work shall include the lawful removal and proper disposal of damaged and/or inoperable equipment and/or materials that are beyond repair. 17. The Contractor shall provide all vehicles necessary to provide the services required in this RFQ. The vehicles include a service vehicle, a bucket truck, and a crane or boom truck. A service vehicle may be used to carry testing, repair, or replacement equipment to the facility location. A bucket truck may be necessary for maintenance of facilities on mast arms. A crane or boom truck may be necessary for the replacement of poles or mast arms. 18. The Contractor shall provide all equipment necessary to repair and test new circuits, all equipment to verify compliance and to troubleshoot all electrical circuits, and all equipment to determine problems, including a conflict monitor tester. All testing equipment shall be calibrated as required by Code. Quotation No. 20-020 Page 21 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC 19. All abnormal conditions should be repaired as a part of the inspection. If this is not practical, it may be deferred. All deferred work must be listed on the inspection work order. The Contractor is responsible for following up and completing the deferred items in a timely manner. If additional support or materials are needed, the Contractor will coordinate with the Supervisor and the Manager of the Road Maintenance and Operations Division, or his/her designee. 20. All documentation (records, logs, work orders, invoicing, written correspondence, etc.) produced by the Contractor shall be clearly printed so that it is legible by the Contractor and by the County. When completed, the maintenance service shall be on the appropriate work order form and in the Cabinet Maintenance Log. Any changes to controller timing shall be made on the timing card within the controller cabinet. The Contractor shall note any changes, inspections, or tests performed to traffic signal facilities on the Cabinet Maintenance Log in the controller cabinet, and the Contractor shall provide detailed notes to the Road Maintenance and Operations Division, or his/her designee. Notes shall include the date(s) of the work, the identification of the Contractor’s employee, or qualified sub- contractor, who performed the work, the applicable facility information including TSSL ID, Location, Facility Type, Pole Number, and the Checklist Appendix used (if applicable). 21. The Contractor shall purchase equipment as needed to allow for a timely replacement of damaged or malfunctioning equipment. Equipment shall be of the same manufacturer as existing unless the existing is obsolete or the Manager of the Road Maintenance and Operations Division, or his/her designee authorizes replacement with a different manufacturer. The following is a list of typical equipment and materials that may be needed for repairs, replacements, or changes, but is not an exhaustive list: Poles, mast arms, lamps, lenses, luminares, fixtures, conduits, pull boxes, conductors, conductor cable, cabinets, control equipment, communication equipment, filters, sign, batteries, solar panels, push buttons, mounting hardware, foundations, sidewalk, pavement, and paint. 22. Invoices must identify the following: contract number, facility information (TSSL ID, Location, Facility Type, Pole Number, and the Checklist Appendix if used), date and time of service, service as either “Scheduled” or “Non-Scheduled”, name of service technician who provided the service, itemization of charges (parts and labor), and printed name of the Manager of the Road Maintenance & Operations Division or his/her designee authorizing the work. D. COUNTY OF FRESNO RESPONSIBILITIES 1. The County shall provide to the Contractor the names and phone numbers of the Manager of the Road Maintenance and Operations Division, and/or his/her designees, as well as a call- out list of other authorized County staff. The Manager of the Road Maintenance and Operations Division, and/or his/her designees shall be available to the Contractor during normal work hours for consultation, clarification of task assignments, etc. After hours, authorized County staff, on the call-out list, may be contacted in emergency situations. 2. The County shall provide the Contractor access to all facilities covered by this RFQ. SPECIFICATIONS The maintenance service Specifications are intended to provide the County with a full maintenance service contract to provide complete, fully maintained, and functional systems for the traffic signals, highway lighting, and other lighted traffic facilities listed in this RFQ. During the course of this contract, the County of Fresno’s Road Maintenance and Operations Division may add, remove, or modify facilities and/or locations to/from/on the Group 1 and Group 2 lists of facility locations. A detailed checklist for each facility type is found in the maintenance checklist Appendices ‘A’ through ‘F’. The use of the checklists when performing maintenance service will ensure a comprehensive inspection. While the checklists are comprehensive, they are not in order of maintenance service. Quotation No. 20-020 Page 22 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC GROUP 1 FACILITY LOCATIONS Group 1 facility locations will be serviced by the Contractor according to the Scheduled Services section and are listed below. GROUP 1 – Scheduled Services TSSL ID LOCATION FACILITY TYPE CHECKLIST APPENDIXFREQUENCY (MONTHS)FACILITY DETAIL POLE # 454 JAYNE & STATE HOSPITAL ENTRANCE Conflict Monitor Unit B 6 Southwest corner. N/A 454 JAYNE & STATE HOSPITAL ENTRANCE Traffic Control Signal A 12 On Jayne, at entrance to State Hospital in Coalinga at 24511 W. Jayne Ave. N/A 141 GOLDEN STATE & MOUNTAIN VIEW Battery Backup for Railroad Preempt Traffic Control Signal C 12 BATTERY BACKUP ONLY for signal east of railroad tracks for westbound traffic. Intersection Signal west of railroad tracks maintained by City of Fresno. N/A 141 GOLDEN STATE & MOUNTAIN VIEW Blank-Out for Railroad Preempt Traffic Control Signal C 12 1x blank-out "No Right Turn" for northbound Golden State traffic turning east onto Mountain View. N/A 454 JAYNE & STATE HOSPITAL ENTRANCE Flashing Beacon for Traffic Control Signal D 12 2x pole & mast mounted Signal Ahead Flashing Beacons on Jayne, 1 for eastbound and 1 for westbound traffic. N/A 2152 ASHLAN & VAN NESS LED Sign D 12 2x pole mounted crosswalk signs. N/A 443 BNSF RAILROAD & CONEJO Railroad Preempt Flashing Beacon D 12 Burlington Northern Santa Fe Railroad. 2x pole mounted solar battery backup Flashing Beacons on Conejo, 1 for eastbound and 1 for westbound traffic. Between Willow and Peach. N/A 444 BNSF RAILROAD & ELKHORN Railroad Preempt Flashing Beacon D 12 Burlington Northern Santa Fe Railroad. 2x pole mounted solar battery backup Flashing Beacons on Elkhorn, 1 for eastbound and 1 for westbound traffic. Between Cedar and Clovis. N/A Quotation No. 20-020 Page 23 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC GROUP 1 – Scheduled Services TSSL ID LOCATION FACILITY TYPE CHECKLIST APPENDIXFREQUENCY (MONTHS)FACILITY DETAIL POLE # 445 BNSF RAILROAD & MANNING Railroad Preempt Flashing Beacon D 12 Burlington Northern Santa Fe Railroad. 2x pole mounted solar battery backup Flashing Beacons on Manning, 1 for eastbound and 1 for westbound traffic. In Bowles between Boyd and Maple. N/A 2150 SP RAILROAD & CENTRAL Railroad Preempt Flashing Beacon D 12 Southern Pacific Railroad. 1x pole mounted Railroad Preempt Flashing Beacon, north side of Central, east of Golden State, northeast corner of Central & Ward. N/A 448 DUNLAP & DUNLAP SCHOOL Rapid Flashing Beacon D 12 School crosswalk in Dunlap. 2x pole mounted solar powered LED school signs. N/A 449 FELAND & MOUNT WHITNEY Rapid Flashing Beacon D 12 School crosswalk in Riverdale. 2x pole mounted solar powered LED school signs. N/A 228 ALLUVIAL & MARKS Street Light E 12 West side of Marks at Alluvial. 39675 1027 AMERICAN & ELM Street Light E 12 Southwest corner. 1899 1026 AMERICAN & ELM Street Light E 12 Northeast corner. 1900 360 ANDREWS & RECREATION Street Light E 12 Northeast corner. 39399 2151 ASHLAN & VAN NESS Street Light E 12 2x decorative fixtures in calming median. TBD 197 BARSTOW & BRIARWOOD Street Light E 12 Southwest corner. 40129 383 BARSTOW & FORKNER Street Light E 12 West side of Forkner, 170 feet south of Barstow. 36618 Quotation No. 20-020 Page 24 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC GROUP 1 – Scheduled Services TSSL ID LOCATION FACILITY TYPE CHECKLIST APPENDIXFREQUENCY (MONTHS)FACILITY DETAIL POLE # 203 BARSTOW & FORKNER Street Light E 12 Northwest corner. 36619 189 BARSTOW & KAVANAGH Street Light E 12 South side of Barstow, 140 feet east of Kavanagh. 40132 210 BARSTOW & KAVANAGH Street Light E 12 South side of Barstow, 390 feet east of Kavanagh. 40133 187 BARSTOW & LAFAYETT Street Light E 12 South side of Barstow, 75 feet east of Lafayett. 40131 195 BARSTOW & PLEASANT Street Light E 12 South side of Barstow, 120 feet west of Pleasant. 40130 204 BARSTOW & TAHAN Street Light E 12 South side of Barstow at Tahan. 40128 260 BELMONT & CLOVIS Street Light E 12 East side of Clovis, 440 feet north of Belmont. 69710 181 BELMONT & MARKS Street Light E 12 Northeast corner. 69952 236 BELMONT & MARKS Street Light E 12 Southeast corner. 69953 191 BELMONT & MARKS Street Light E 12 Southwest corner. 69954 401 BELMONT & MARKS Street Light E 12 East side of Marks, 120 feet south of Belmont. 69955 409 BELMONT & MARKS Street Light E 12 West side of Marks, 230 feet south of Belmont. 69956 379 BELMONT & MARKS Street Light E 12 East side of Marks, 300 feet south of Belmont. 69957 Quotation No. 20-020 Page 25 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC GROUP 1 – Scheduled Services TSSL ID LOCATION FACILITY TYPE CHECKLIST APPENDIXFREQUENCY (MONTHS)FACILITY DETAIL POLE # 371 BELMONT & MARKS Street Light E 12 West side of Marks, 400 feet south of Belmont. 69958 358 BELMONT & MARKS Street Light E 12 East side of Marks, 480 feet south of Belmont. 69959 330 BELMONT & MARKS Street Light E 12 West side of Marks, 560 feet south of Belmont. 69960 413 BELMONT & MARKS Street Light E 12 East side of Marks, 630 feet south of Belmont. 69961 393 BELMONT & MARKS Street Light E 12 West side of Marks, 730 feet south of Belmont. 69962 355 BELMONT & MARKS Street Light E 12 East side of Marks, 780 feet south of Belmont. 69963 387 BELMONT & MARKS Street Light E 12 West side of Marks, 880 feet south of Belmont. 69964 414 BELMONT & MARKS Street Light E 12 East side of Marks, 960 feet south of Belmont. 69965 397 BELMONT & MARKS Street Light E 12 West side of Marks, 1060 feet south of Belmont. 69966 377 BELMONT & MARKS Street Light E 12 East side of Marks, 1130 feet south of Belmont. 69967 384 BELMONT & MARKS Street Light E 12 West side of Marks, 1200 feet south of Belmont. 69968 389 BELMONT & MARKS Street Light E 12 East side of Marks, 1270 feet south of Belmont. 69969 249 BELMONT & PEACH Street Light E 12 South side of Belmont, 270 feet west of Peach. 21561 Quotation No. 20-020 Page 26 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC GROUP 1 – Scheduled Services TSSL ID LOCATION FACILITY TYPE CHECKLIST APPENDIXFREQUENCY (MONTHS)FACILITY DETAIL POLE # 205 BELMONT & PEACH Street Light E 12 North side of Belmont, 270 feet east of Peach. 41991 214 BELMONT & SUNNYSIDE Street Light E 12 Northeast corner. 25988 248 BELMONT & WILLOW Street Light E 12 South side of Belmont, 270 feet west of Willow. 21607 417 BELMONT & WILLOW Street Light E 12 North side of Belmont, 240 feet east of Willow. 39168 356 BOND & BROWN Street Light E 12 East side of Bond, 170 feet north of Brown. 45359 411 BOND & BROWN Street Light E 12 Northeast corner. 45360 346 BOND & CLINTON Street Light E 12 East side of Bond, 180 feet north of Clinton. 45365 408 BOND & HARVARD Street Light E 12 East side of Bond, 180 feet north of Harvard. 45361 410 BOND & HARVARD Street Light E 12 Northeast corner. 45362 326 BOND & PRINCETON Street Light E 12 Northeast corner. 45358 403 BOND & TERRACE Street Light E 12 East side of Bond, 170 feet north of Terrace. 45363 365 BOND & TERRACE Street Light E 12 Northeast corner. 45364 329 BROOKS & DOVEWOOD Street Light E 12 South side of Dovewood, 300 feet east of Brooks, at Channing. 45475 375 BROWNING & CHANNING Street Light E 12 East side of Channing, 170 feet south of Browning. 45474 Quotation No. 20-020 Page 27 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC GROUP 1 – Scheduled Services TSSL ID LOCATION FACILITY TYPE CHECKLIST APPENDIXFREQUENCY (MONTHS)FACILITY DETAIL POLE # 405 BROWNING & WOODSON Street Light E 12 North side of Browning, 350 feet west of Woodson. 44230 188 BURNS & CEDAR Street Light E 12 South side of Burns, 170 feet west of Cedar. 43793 368 BURNS & ELEVENTH Street Light E 12 South side of Burns, 180 feet west of Eleventh. 43646 342 BURNS & NINTH Street Light E 12 South side of Burns, 180 feet east of Ninth. 43645 232 CALIFORNIA & CEDAR Street Light E 12 East side of Cedar, at California. 4438 347 CALIFORNIA & CRYSTAL Street Light E 12 West side of Crystal, 650 feet north of California. 37037 392 CALWA & CEDAR Street Light E 12 East side Cedar at Calwa, 380 feet south of Jensen Bypass. 17969 224 CEDAR & HARVARD Street Light E 12 Northeast corner. 3460 340 CEDAR & HARVARD Street Light E 12 East side of Cedar, 150 feet south of Harvard. 66187 220 CEDAR & JENSEN Street Light E 12 Southwest corner. 43615 345 CEDAR & UNION Street Light E 12 North side of Union, 485 feet east of Cedar. 13702 388 CELESTE & CHANNING Street Light E 12 East side of Channing, 170 feet south of Celeste. 45465 380 CELESTE & CHANNING Street Light E 12 Southeast corner. 45470 1025 CENTRAL & ELM Street Light E 12 Southwest corner. 2_00 Quotation No. 20-020 Page 28 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC GROUP 1 – Scheduled Services TSSL ID LOCATION FACILITY TYPE CHECKLIST APPENDIXFREQUENCY (MONTHS)FACILITY DETAIL POLE # 362 CHANCE & YALE Street Light E 12 Northwest corner. 60216 331 CHANNING & MORRIS Street Light E 12 East side of Channing, 160 feet south of Morris. 45464 324 CHANNING & ROBERTS Street Light E 12 Southeast corner. 45466 353 CHANNING & ROBERTS Street Light E 12 East side of Channing, 160 feet south of Roberts. 45467 185 CHERRY & NORTH Street Light E 12 Southside of North, 750 feet west of Cherry. 38084 199 CHESTNUT & JENSEN Street Light E 12 West side of Chestnut, 50 feet north of Vine, east of canal. 43672 381 CHESTNUT & JENSEN Street Light E 12 West side of Chestnut, 270 feet north of Vine, east of canal. 43676 357 CHESTNUT & JENSEN Street Light E 12 West side of Chestnut, 470 feet north of Vine, east of canal. 43677 370 CHESTNUT & JENSEN Street Light E 12 South of Chestnut & Jensen. 43682 359 CHESTNUT & JENSEN Street Light E 12 West side of Chestnut, 370 feet north of Vine, east of canal. 43688 367 CHESTNUT & JENSEN Street Light E 12 West side of Chestnut, 600 feet north of Vine, east of canal. 43690 332 CHESTNUT & JENSEN Street Light E 12 West side of Chestnut, 700 feet north of Vine, east of canal. 43691 344 CHESTNUT & JENSEN Street Light E 12 West side of Chestnut, 325 feet south of Jensen, east of canal. 43692 213 CLINTON & GARDEN Street Light E 12 North side Clinton at Garden. 4268 Quotation No. 20-020 Page 29 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC GROUP 1 – Scheduled Services TSSL ID LOCATION FACILITY TYPE CHECKLIST APPENDIXFREQUENCY (MONTHS)FACILITY DETAIL POLE # 230 CLINTON & WINERY Street Light E 12 North side of Clinton, 420 feet west of Winery. 13710 310 CLOVIS & JENSEN Street Light E 12 In median on Jensen, east of Clovis, next to left turn pocket. 25162 309 CLOVIS & JENSEN Street Light E 12 In median on Clovis, south of Jensen, next to left turn pocket. 25164 242 CLOVIS & KINGS CANYON Street Light E 12 South side of Kings Canyon, 270 feet west of Clovis. 411431 225 CLOVIS & PARK CIRCLE Street Light E 12 East side of Clovis, 530 feet north of Park Circle. 44593 339 ELM & NORTH Street Light E 12 South side of North, 580 feet east of Elm. 6243 341 ESCALON & SAN PABLO Street Light E 12 West side of San Pablo, 440 feet north of Escalon. 45622 399 FAIRFAX & MCKINLEY Street Light E 12 North side of Fairfax, 480 feet north of McKinley. 43207 322 FAIRFAX & MCKINLEY Street Light E 12 North side of Fairfax, 170 feet north of McKinley. 43209 378 FIG & NORTH Street Light E 12 West side of Fig, 280 feet south of North. 6233 386 FORKNER & SAN BRUNO Street Light E 12 West side of Forkner at San Bruno. 39201 334 FORKNER & SIERRA Street Light E 12 Northwest corner. 32153 361 FOUNTAIN & RECREATION Street Light E 12 Southeast corner. 39400 291 FOWLER & KINGS CANYON Street Light E 12 South side of Kings Canyon, 150 feet west of Fowler. 411434 Quotation No. 20-020 Page 30 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC GROUP 1 – Scheduled Services TSSL ID LOCATION FACILITY TYPE CHECKLIST APPENDIXFREQUENCY (MONTHS)FACILITY DETAIL POLE # 184 FRUIT & HOLLAND Street Light E 12 Northeast corner. 39607 182 FRUIT & JENSEN Street Light E 12 Southeast corner. 39523 186 GARRETT & ORANGE Street Light E 12 East side of Orange at Garrett. 39427 363 GLENN & SWIFT Street Light E 12 Southeast corner. 4842 394 GRIFFITH & MAROA Street Light E 12 North side of Griffith, 140 feet west of Maroa. 15789 374 GRIFFITH & WISHON Street Light E 12 Southwest corner. 1630 412 HERNDON & VAN NESS Street Light E 12 South side of Herndon, 110 feet west of Van Ness. 48216 385 HERNDON & VAN NESS Street Light E 12 South side of Herndon, 290 feet west of Van Ness. 48217 233 HUGHES & OLIVE Street Light E 12 South side of Olive, 640 feet west of Hughes. 39702 454 JAYNE & STATE HOSPITAL ENTRANCE Street Light E 12 Southwest corner. N/A 34 JENSEN BYPASS & PULLMAN Street Light E 12 South side of Jensen Bypass, 240 feet west of Pullman. 17752 35 JENSEN BYPASS & PULLMAN Street Light E 12 Northwest corner. 17753 36 JENSEN BYPASS & PULLMAN Street Light E 12 South side of Jensen Bypass, 600 feet west of Pullman. 17754 Quotation No. 20-020 Page 31 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC GROUP 1 – Scheduled Services TSSL ID LOCATION FACILITY TYPE CHECKLIST APPENDIXFREQUENCY (MONTHS)FACILITY DETAIL POLE # 37 JENSEN BYPASS & PULLMAN Street Light E 12 North side of Jensen Bypass, 420 feet west of Pullman. 17755 38 JENSEN BYPASS & PULLMAN Street Light E 12 South side of Jensen Bypass, 970 feet west of Pullman. 17756 183 JENSEN BYPASS & PULLMAN Street Light E 12 North side of Jensen Bypass, 740 feet west of Pullman. 17757 328 MARKS & NIELSEN Street Light E 12 West side of Marks, 1220 feet north of Nielsen. 69988 373 MARKS & PRINCETON Street Light E 12 South side of Princeton, 1200 feet west of Marks. 16514 327 MARKS & PRINCETON Street Light E 12 South side of Princeton, 900 feet west of Marks. 16515 404 MARKS & SAN JOSE Street Light E 12 Southeast corner. 68466 400 MAROA & SAN JOSE Street Light E 12 North side of San Jose, 650 feet west of Maroa. 60860 395 MAYFAIR & NORMAL Street Light E 12 In Normal/Norris Alley north of Mayfair Dr S, southeast of Mayfair Blvd. 45308 335 MAYFAIR & NORRIS Street Light E 12 Northwest side of Mayfair Blvd, 140 feet southwest of Norris, on northeast side of Normal/Norris alley. 45309 338 MAYFAIR & SECOND Street Light E 12 East side of Mayfair at Second. 43476 391 PALM & SHAW Street Light E 12 East side of Palm, 180 feet south of Shaw. 67250 323 PAUL & WISHON Street Light E 12 West side of Wishon, 140 feet south of Paul. 40947 Quotation No. 20-020 Page 32 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC GROUP 1 – Scheduled Services TSSL ID LOCATION FACILITY TYPE CHECKLIST APPENDIXFREQUENCY (MONTHS)FACILITY DETAIL POLE # 337 PRINCETON & ROWELL Street Light E 12 Northwest corner. 43448 398 PRINCETON & SIERRA VISTA Street Light E 12 Southwest corner. 43275 349 TEILMAN & TWAIN Street Light E 12 Northeast corner. 39374 457 SR 168 & PRINCETON Pedestrian Freeway Overcrossing Lighting F 12 Lighting above the deck on the safety screening on the pedestrian bridge over the State Route 168 freeway at Princeton & Weldon. N/A 458 SR 168 & WELDON Pedestrian Freeway Overcrossing Lighting F 12 Lighting above the deck on the safety screening on the pedestrian bridge over the State Route 168 freeway at Barton & Weldon. N/A 459 SR 180 & WINERY Pedestrian Freeway Overcrossing Lighting F 12 Lighting above the deck on the safety screening on the pedestrian bridge over the State Route 180 freeway at Harvey & Winery. N/A Quotation No. 20-020 Page 33 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC GROUP 2 FACILITY LOCATIONS Group 2 facility locations are NOT to be serviced by the Contractor until notice is provided by the County. The County is providing the Group 2 list to the Contractors for information only. Group 2 facility locations may be transferred to Group 1 by the County at any time. If requested by County, Group 2 facility locations will be serviced by the Contractor according to the Scheduled Services section, and are listed below. GROUP 2 REMINDER: Group 2 facility locations are NOT to be serviced until notified by the County. TSSL ID (INTSC_ NO) LOCATION FACILITY TYPE CHECKLIST APPENDIXFREQUENCY (MONTHS) FACILITY DETAIL POLE # 71 (60) ACADEMY & MANNING Conflict Monitor Unit B 6 Northwest corner. N/A 72 (55) ACADEMY & MOUNTAIN VIEW Conflict Monitor Unit B 6 Northeast corner. N/A 74 (5) ALTA & MANNING Conflict Monitor Unit B 6 Northeast corner. N/A 79 (245) ASHLAN & CLOVIS Conflict Monitor Unit B 6 Northwest corner. N/A 82 (259) ASHLAN & MINNEWAWA Conflict Monitor Unit B 6 Northwest corner. N/A 95 (62) BETHEL & MANNING Conflict Monitor Unit B 6 Northwest corner. N/A 1024 (85) BETHEL & MOUNTAIN VIEW Conflict Monitor Unit B 6 Southwest corner. N/A 141 (90) GOLDEN STATE & MOUNTAIN VIEW Conflict Monitor Unit B 6 Northwest corner. N/A 156 (25) LAC JAC & MANNING Conflict Monitor Unit B 6 Southeast corner. N/A 158 (104) MANNING & MCCALL Conflict Monitor Unit B 6 Northeast corner. N/A 159 (30) MANNING & NEWMARK Conflict Monitor Unit B 6 Northwest corner. N/A 160 (29) MANNING & ZEDIKER Conflict Monitor Unit B 6 Northwest corner. N/A Quotation No. 20-020 Page 34 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC GROUP 2 REMINDER: Group 2 facility locations are NOT to be serviced until notified by the County. TSSL ID (INTSC_ NO) LOCATION FACILITY TYPE CHECKLIST APPENDIXFREQUENCY (MONTHS)FACILITY DETAIL POLE # 166 (50) MENDOCINO & MOUNTAIN VIEW Conflict Monitor Unit B 6 Northeast corner. N/A 169 (40) MOUNTAIN VIEW & ZEDIKER Conflict Monitor Unit B 6 Northeast corner. N/A 174 (58) PARLIER & SMYRNA 1-Way Stop Flashing Beacon A 12 North side of Parlier, at Smyrna, in the City of Parlier. N/A 130 (2125) DICKENSON & JENSEN All-Way Stop Flashing Beacon A 12 N/A N/A 167 (106) MENDOCINO & PARLIER All-Way Stop Flashing Beacon A 12 In the City of Parlier. N/A 71 (60) ACADEMY & MANNING Traffic Control Signal A 12 Near the City of Parlier. N/A 72 (55) ACADEMY & MOUNTAIN VIEW Traffic Control Signal A 12 Near the City of Kingsburg. N/A 74 (5) ALTA & MANNING Traffic Control Signal A 12 Near the City of Reedley. N/A 79 (245) ASHLAN & CLOVIS Traffic Control Signal A 12 Near the City of Clovis. N/A 82 (259) ASHLAN & MINNEWAWA Traffic Control Signal A 12 Near the City of Clovis. N/A 95 (62) BETHEL & MANNING Traffic Control Signal A 12 Near the City of Parlier. N/A 1024 (85) BETHEL & MOUNTAIN VIEW Traffic Control Signal A 12 Near the City of Kingsburg. N/A 141 (90) GOLDEN STATE & MOUNTAIN VIEW Traffic Control Signal A 12 Signal at intersection west of railroad tracks, near the City of Kingsburg. N/A Quotation No. 20-020 Page 35 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC GROUP 2 REMINDER: Group 2 facility locations are NOT to be serviced until notified by the County. TSSL ID (INTSC_ NO) LOCATION FACILITY TYPE CHECKLIST APPENDIXFREQUENCY (MONTHS)FACILITY DETAIL POLE # 156 (25) LAC JAC & MANNING Traffic Control Signal A 12 Near the City of Reedley. N/A 158 (104) MANNING & MCCALL Traffic Control Signal A 12 Near the City of Selma. N/A 159 (30) MANNING & NEWMARK Traffic Control Signal A 12 Near the City of Parlier. N/A 160 (29) MANNING & ZEDIKER Traffic Control Signal A 12 Near the City of Parlier. N/A 166 (50) MENDOCINO & MOUNTAIN VIEW Traffic Control Signal A 12 Near the City of Kingsburg. N/A 169 (40) MOUNTAIN VIEW & ZEDIKER Traffic Control Signal A 12 Near the City of Kingsburg. N/A 96 () INDIANOLA & MOUNTAIN VIEW Emergency Vehicle Preempt Flashing Beacon D 12 1x pole & mast mounted Emergency Vehicle Preemption Flashing Beacon for Fresno County Fire Station north of Kingsburg, north side of Mountain View for westbound traffic. N/A 141 (90) GOLDEN STATE & MOUNTAIN VIEW Flashing Beacon for Traffic Control Signal D 12 2x Signal Ahead Flashing Beacons on Mountain View for westbound traffic. N/A 223 () BARSTOW & WILSON Street Light E 12 South side of Barstow, at Wilson. 42755 194 () CHURCH & GEARHART Street Light E 12 North side of Church, at Gearhart. 39424 986 () JENSEN & PULLMAN Street Light E 12 Southeast corner. 26042 Quotation No. 20-020 Page 36 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC QUOTATION SCHEDULE This Quotation is divided into three (3) parts: Part I, II, and III. The Contractor does not have to submit a bid on both Part I and Part II in order to be considered for award. The County reserves the right to award Part I and Part II to more than one (1) Contractor. The Contractor, however, is required to complete Part III “Non- Scheduled Services”. This quotation shall include all labor, taxes, permits, travel, etc. to perform the services specified in this RFQ. Prices quoted shall be fixed for the entire term of the contract, which includes a three (3) year base contract and an option for two (2) additional one (1) year renewal periods. PART I: SCHEDULED SERVICES FOR GROUP 1 The ten (10) facility types included in Group 1 are shown in the following table. Facility Type Checklist Appendix Frequency (months)Quantity Total Cost per Year Conflict Monitor Unit ‘B’ 6 1 $ Traffic Control Signal ‘A’ 12 1 $ Battery Backup for Railroad Preempt Traffic Control Signal ‘C’ 12 1 $ Blank-Out for Railroad Preempt Traffic Control Signal ‘C’ 12 1 $ Flashing Beacon for Traffic Control Signal ‘D’ 12 1 $ LED Sign ‘D’ 12 1 $ Railroad Preempt Flashing Beacon ‘D’ 12 4 $ Rapid Flashing Beacon ‘D’ 12 2 $ Street Light ‘E’ 12 118 $ Pedestrian Freeway Overcrossing Lighting ‘F’ 12 3 $ Totals for Group 1 133 $ Quotation No. 20-020 Page 37 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC PART II: SCHEDULED SERVICES FOR GROUP 2 Group 2 facility locations are NOT to be serviced by the Contractor until notice is provided by the County. Group 2 facility locations may be transferred to Group 1 for scheduled services by the County at any time, or services may be requested on an as-needed basis. The seven (7) facility types in Group 2 are shown in the following table. Facility Type Checklist Appendix Frequency (months)Quantity Total cost per Year Conflict Monitor Unit ‘B’ 6 14 $ 1-Way Stop Flashing Beacon ‘A’ 12 1 $ All-Way Stop Flashing Beacon ‘A’ 12 2 $ Traffic Control Signal ‘A’ 12 14 $ Emergency Vehicle Preempt Flashing Beacon ‘D’ 12 1 $ Flashing Beacon for Traffic Control Signal ‘D’ 12 1 $ Street Light ‘E’ 12 3 $ Totals for Group 2 36 $ Quotation No. 20-020 Page 38 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC PART III: NON-SCHEDULED SERVICES Services will be requested on an as-needed basis only. The Contractor must provide rates for on-site technician services only. The Contractor will bill the County at the below rates below for on-site time worked only. A. LABOR Job Classification NORMAL WORKING HOURS (M-F, 6am-5pm) AFTER NORMAL WORKING HOURS 1. $ ___________ per hour $ ___________ per hour 2. $ ___________ per hour $ ___________ per hour 3. $ ___________ per hour $ ___________ per hour 4. $ ___________ per hour $ ___________ per hour 5. $ ___________ per hour $ ___________ per hour B. EQUIPMENT EQUIPMENT TYPE DESCRIPTION BILLED RATE ($ PER MILE/HOUR) 1. $ ___________ per _______ 2. $ ___________ per _______ 3. $ ___________ per _______ 4. $ ___________ per _______ 5. $ ___________ per _______ C. OTHER COSTS State all other charges or fees that will apply. State the amount of the charge or the pricing methodology. Charges, fees, reimbursements, etc. not identified in this Quotation Form will not be allowed. DESCRIPTION COST $ ___________ per hour $ ___________ per hour $ ___________ per hour D. PARTS Costs for parts shall be actual cost plus a percentage markup. The Contractor must provide a copy of their supplier invoices showing parts used and prices. State markup percentage: __________ % (should not exceed 10%) Quotation No. 20-020 Page 39 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC E. COMPLY/NON-COMPLY Compliance and understanding of the specification are to be noted by marking “COMPLY” on the line provided to the right of the specification. Non-compliance is to be indicated by marking “NON- COMPLY” on the line. Compliance is not required to be considered for award but will be considered. CONTRACTOR TO COMPLETE THE FOLLOWING: COMPLY/NON-COMPLY 1.Contractor has access to a complete traffic signal laboratory located in Fresno County or can provide the use of a certified traffic signal laboratory as part of its services (the name and location of the laboratory shall be attached to Contractor’s response to this RFQ. 2.Contractor is able to maintain a stock of common replacement parts specifically for traffic signals. The equipment may include, but is not limited to: Model 170E, 2070 signal controllers and a minimum of 2 spare 2070 controllers assigned to our county, 24VDC Power Supply, MMU’s/CMU’s, flash transfer relays, load switches, detectors, LED red/yellow green lamps, LED pedestrian signals/ and batteries, and ADA compliant pedestrian activation buttons 3. Contractors place of business is located in the County of Fresno. Quotation No. 20-020 Page 40 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC CHECK LIST This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1.The Request for Quotation (RFQ) has been signed and completed. 2.Addenda, if any, have been signed and included in the bid package. 3.The completed Reference List as provided with this RFQ. 4.The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 5.Indicate all of bidder exceptions to the County’s requirements, conditions and specifications as stated within this RFQ. 6.The Participation page as provided within this RFQ has been signed and included 7.Bidder to Complete page as provided with this RFQ. 8.Verification of Department of Industrial Relations Contractor Registration. 9.Verification of Contractor’s License and the Department of Consumer Affairs – Contractors’ State License Board. 10.Return checklist with RFQ response. 11.Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. Quotation No. 20-020 Page 41 G:\PUBLIC\RFQ\FY 2019-20\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILITIES\20-020 MAINTENANCE SERVICES FOR TRAFFIC SIGNALS, HIGHWAY LIGHTING AND OTHER LIGHTED TRAFFIC FACILLITIES.DOC CHECKLIST APPENDIX A-F