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