HomeMy WebLinkAbout292561
2
AGREEMENT
Agreement No. 17-178
3 THIS AGREEMENT is made and entered into this 2nd day of May , 2017 (the
4 "Effective Date"), by and between the COUNTY OF FRESNO, a Political Subdivision of the State of
5 California, hereinafter referred to as "COUNTY'', and R.F. MacDonald Co . a California Corporation , whose
6 address is 4912 W . Jacquelyn Ave, Fresno, CA 93722 hereinafter referred to as "CONTRACTOR".
7 W I T N E S S E T H:
8 WHEREAS, the COUNTY has a need for a boiler inspection, maintenance, monitoring ,
9 testing, and repair program at County of Fresno facil ities as set forth in the COUNTY's Request for
1 0 Proposal No. 17 -025 and all addendums thereto (collectively, the "RFP") attached hereto as Exhibit "A";
11 and
12 WHEREAS, the CONTRACTOR submitted the most responsive bid for providing the services
13 requested in the RFP; and
14 WHEREAS , the CONT RACTOR is qualified and willing to perform said services as stated in
15 CONTRACTOR'S response to the RFP ("Response") attached hereto as Exhibit "8," and made part of th is
16 Agreement;
17 NOW, THEREFORE, in consideration of the mutual covenants , terms and conditions herein
18 contained, the parties hereto agree as follows:
19 1. OBLIGATIONS OF THE CONTRACTOR
20 A. CONTRACTOR shall communicate and coordinate all work with COUNTY
21 Representative o r his or her designee. The County Representat ive for the boilers listed under this
22 Agreement, as set forth in the RFP, w ill be the Facility Services Manager or his or her designee
23 B . Scheduled Inspection and Maintenance-CONTRACTOR shall provide all parts,
24 labor, supervision, tools, materials , equipment, travel charges, truck charges, fuel charges, permits ,
25 licenses, and all other related costs to p e rform all annual and monthly, inspection , maintenance , monitori ng ,
26 and testing of COUNTY owned boiler systems as required by the San Joaquin Valley Air Pollut ion Control
27 District (SJVAPCD), as specified in COUNTY's RFP No. 17-025. COUNTY's RFP No. 17-025 and
28 CONTRACTOR's Response thereto shall be maintained by COUNTY's Purchasing Division located at
-1-
1
2
3
4
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first
hereinabove written .
CONTRACTOR
~---_.. 1;"1
5 ~fu\_;~
~ , £dent
8 I T---~L---~~------------------
9
10
11
12
Sean Skiles , Manager
DATE: Lf /to/ f7
R.F. MacDonald Co.
13 4912 West Jacquelyn Avenue
Fresno , Ca . 93722
14
15
16
17
18
19
20
21
22
23
24
25
26 FOR ACCOUNTING USE ONLY:
27 Org No.:8935
Account No ./Fund :7205/1 045/10000
28
COUNTY OF FRESNO
vl~j_
Brian Pacheco
Chairman , Board of Supervisors
DATE: C' I
ATTEST:
Bernice E. Seidel
Clerk, Board of Supervisors
~~ ~~<Ap j 6 f'!~
By:
MENDED FOR
Robert W . Bash ,
Direc tor of Internal Services /
Chief Information Officer
APPROVED AS TO LEGAL FORM
Dan iel C . Cederberg , County Counsel
APPROVED AS TO ACCOUNTING FORM
Oscar J . Garcia , CPA
Auditor-Controller/Treasurer-Tax Collector
-11-
COUNTY OF FRESNO
REQUEST FOR PROPOSAL
NUMBER: 17-025
BOILER INSPECTION AND MAINTENANCE
Issue Date: October 6, 2016
Closing Date: November 7, 2016 at 2:00 PM
Proposal will be considered LATE when the official Purchasing time clock reads 2:01 PM
Submit all Proposals to:
County of Fresno - Purchasing
4525 E. Hamilton Avenue, 2nd Floor
Fresno, CA 93702-4599
Questions must be submitted on the Bid Page at Public Purchase or contact Nick Chin at Phone (559) 600-7110.
Undersigned agrees to furnish the commodity or service stipulated in the attached response at the prices and terms stated in this RFP.
Bid must be signed and dated by an authorized officer or employee.
COMPANY
ADDRESS
CITY STATE ZIP CODE
( )
TELEPHONE NUMBER E-MAIL ADDRESS
SIGNATURE (IN BLUE INK)
PRINT NAME TITLE
Exhibit A
TABLE OF CONTENTS
PAGE
OVERVIEW ..................................................................................................................... 3
KEY DATES .................................................................................................................... 4
GENERAL REQUIREMENTS & CONDITIONS .............................................................. 5
INSURANCE REQUIREMENTS ..................................................................................... 9
BID INSTRUCTIONS .................................................................................................... 10
SCOPE OF WORK ....................................................................................................... 12
COST PROPOSAL ........................................................................................................ 19
AWARD CRITERIA ....................................................................................................... 27
PROPOSAL CONTENT REQUIREMENTS .................................................................. 28
TRADE SECRET ACKNOWLEDGEMENT ................................................................... 30
DISCLOSURE – CRIMINAL HISTORY & CIVIL ACTIONS ........................................... 32
CERTIFICATION ........................................................................................................... 34
REFERENCE LIST ........................................................................................................ 35
PARTICIPATION ........................................................................................................... 36
DIR ACKNOWLEDGEMENT ......................................................................................... 37
CHECK LIST ................................................................................................................. 38
Exhibit A
OVERVIEW
The County of Fresno on behalf of the Internal Services Department, Facility Services Division is requesting
proposals from qualified vendors to perform annual and monthly San Joaquin Valley Air Pollution Control
District (SJVAPCD) monitoring and testing, source testing, preventive maintenance, and repairs as needed to
boiler systems and related components located in various County buildings.
The contractor will work with the Facility Services Division to ensure that all County boiler systems operate
efficiently and comply with all applicable Federal, State, and Local mandates and codes. The contractor will
be responsible to possess and maintain the necessary certifications and licenses to perform the requested
work.
The bidders shall submit information pertaining to their ability to perform the specified services in a reliable,
practical, cost effective manner while maintaining the highest technical standards. The County has specified
its requirements for Boiler Services in this RFP. The bidder’s proposal shall meet such requirements. It is the
intent of the county to award this RFP to one vendor.
Exhibit A
KEY DATES
RFP Issue Date: October 6, 2016
Bidders’ Conference: October 20, 2016 at 10:00 A.M.
County of Fresno - Purchasing
4525 E. Hamilton Avenue, 2nd Floor
Fresno, CA 93702
Written Questions for RFP Due: October 24, 2016 at 10:00 A.M.
Questions must be submitted on the Bid Page at Public Purchase.
RFP Closing Date: November 7, 2016 at 2:00 P.M.
County of Fresno - Purchasing
4525 E. Hamilton Avenue, 2nd Floor
Fresno, CA 93702
Site Inspection: Immediately following the bidders’ conference.
BIDDERS’ CONFERENCE & SITE INSPECTION:
A bidders’ conference will be held in which the scope of the project and proposal requirements will be
explained. Addenda will be prepared and distributed to all bidders if questions are submitted.
After the bidders’ conference, we will be departing to various sites that pertain to this project. 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.
Bidders are to contact Nick Chin at County of Fresno - Purchasing, (559) 600-7110, if they are planning to
attend.
Exhibit A
GENERAL REQUIREMENTS & CONDITIONS
TERM: It is County's intent to contract with the successful bidder for a term of three years with the option to
renew for up to two additional one year periods based on mutual written consent.
The County reserves the right to terminate any resulting contract upon written notice.
AWARD: The award will be made to the vendor offering the proposal that is deemed the most advantageous
to the County. The award will be determined by factors other than price alone. Past performance and
references may factor into the tentative awarding of a contract. The County will be the sole judge in making
such determination. The County reserves the right to reject any and all proposals. Award Notices are
tentative. Acceptance of an offer made in response to this RFP shall occur only upon execution of an
agreement by both parties or issuance of a valid Purchase Order by Purchasing. After award, all bids shall
be open to public inspection. The County assumes no responsibility for the confidentiality of information
offered in a bid.
Award may require approval by the County of Fresno – Board of Supervisors.
PARTICIPATION: The bidder may agree to extend the terms of the resulting contract to other political
subdivisions, municipalities, and tax-supported agencies. Such participating governmental bodies may make
purchases in their own name, make payment directly to the bidder, and be liable directly to the bidder, holding
the County of Fresno harmless.
CONFIDENTIALITY: Services performed by the bidder 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.
The bidder shall submit to County’s monitoring of said compliance.
The bidder 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 of 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.
The bidder 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. The bidder 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.
SB854: 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. This requirement, found in Labor Code Sections
1725.5 and 1770-1777.7, now applies to all public works projects. Refer to http://www.dir.ca.gov/Public-
Works/PublicWorksSB854.html for more information.
Contractor must submit verification of DIR registration with their proposal. Failure to submit verification may
result in their proposal 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
Exhibit A
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, 4525 E. Hamilton Avenue, Fresno, California 93702, 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
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.
Contractor shall provide the Certified Payroll Records for each pay period within ten (10) days, as required
herein, to the County of Fresno, Facility Services, Rohn Pehrson, 4590 E. Kings Canyon, Fresno, CA
93702. In the event Contractor fails to provide the Certified Payroll Records within the allotted time frame, the
County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the
occurrence of such event.
SUBCONTRACTORS: If a subcontractor is proposed, complete identification of the subcontractor and his
tasks should be provided. The primary contractor is not relieved of any responsibility by virtue of using a
subcontractor. A specialty contractor cannot contract for work outside of their classification even if they are
going to subcontract that work to another licensee who does hold the classification. The only classification
that may do that is the B – General Building contractor.
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.
Exhibit A
LOCAL VENDOR PREFERENCE: The Local Vendor Preference does not apply to this Request for
Proposal.
CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or proposal
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 RFP, or any competing RFP, 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.
6. In addition, no County employee will be employed by the selected vendor to fulfill the vendor’s contractual
obligations to the County.
DISCLOSURE: The bidder is required to disclose if, within the three-year period preceding the proposal,
their owners, officers, corporate managers and partners have been convicted of, or had a civil judgment
rendered against them for:
• fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public
(federal, state, or local) transaction or contract under a public transaction;
• violation of a federal or state antitrust statute;
• embezzlement, theft, forgery, bribery, falsification, or destruction of records; or
• false statements or receipt of stolen property
Within a three-year period preceding their proposal, they have had a public transaction (federal, state, or
local) terminated for cause or default.
ORDINANCE 3.08.130 – POST-SEPARATION EMPLOYMENT PROHIBITED: No officer or employee of
the County who separates from County service shall for a period of one year after separation enter into any
employment, contract, or other compensation arrangement with any County consultant, vendor, or other
County provider of goods, materials, or services, where the officer or employee participated in any part of the
decision making process that led to the County relationship with the consultant, vendor or other County
provider of goods, materials or services.
Pursuant to Government Code section 25132(a), a violation of the ordinance may be enjoined by an
injunction in a civil lawsuit, or prosecuted as a criminal misdemeanor.
TIE BIDS: In the event of a tie score between two or more proposals at the completion of the evaluation
process, the evaluation team will break the tie by re-evaluating the proposals and coming to a consensus on
which proposal to award. Additional information or interviews may be requested from bidders with the tied
proposals.
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.
Exhibit A
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 & RETENTION: The Contractor shall maintain in good and legible condition all books, documents,
papers, data files and other records related to its performance under this contract. Such records shall be
complete and available to Fresno County, the State of California, the federal government or their duly
authorized representatives for the purpose of audit, examination, or copying during the term of the contract
and for a period of at least three (3) years following the County's final payment under the contract or until
conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained
in the manner described above until all pending matters are closed.
E-PAYMENT OPTIONS: The County of Fresno provides an E-pay Program which involves payment of
invoices by a secure Visa account number assigned to the supplier after award of contract. Notification of
payments and required invoice information are issued to the supplier's designated Accounts Receivable
contact by e-mail remittance advice at time of payment. To learn more about the benefits of an E-pay
Program, how it works, and obtain answers to frequently asked questions, click or copy and paste the
following URL into your browser: www.bankofamerica.com/epayablesvendors or call Fresno County Accounts
Payable, 559-600-3609.
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.
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 RFP 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 RFP. 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 RFP. 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.
LICENSES AND CERTIFICATIONS: Any license(s) and/or certification(s) required in this RFP must be
obtained by the bidder prior to submitting a proposal and must be active and in good standing. Proposals
submitted without the proper license(s) and/or certification(s) will be deemed 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.
Exhibit A
INSURANCE REQUIREMENTS
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 One
Million Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000).
This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages
including completed operations, products liability, contractual liability, Explosion-Collapse-Underground,
fire legal liability or any other liability insurance deemed necessary because of the nature of this contract.
B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits for bodily injury of not less
than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars
($500,000.00) per accident and for property damages of not less than Fifty Thousand Dollars
($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars
($500,000.00). Coverage should include owned and non-owned vehicles 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.
D. 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.
E. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the
California Labor Code.
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.
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, Facility Services, Rohn Pehrson, 4590 E. Kings Canyon, Fresno, CA 93702, 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.
Exhibit A
BID INSTRUCTIONS
• All prices and notations must be typed or written in ink.
• Unless otherwise noted, prices shall remain firm for 180 days after the closing date of the bid.
• Proposals must be submitted on the forms provided in this RFP.
• Proposals must be submitted in a sealed package, with the bid number, closing date, and time on the
outside of the package.
• Bidders must submit their proposals in a binder (one that allows for easy removal of pages) with index
tabs separating the sections identified. Additional material may be submitted with the proposal as
attachments. Any additional descriptive material that is used in support of any information in your
proposal must be referenced by the appropriate paragraph(s) and page number(s).
• Bidders must submit one original and seven copies of your proposal no later than the proposal closing
date and time as stated on the front of this document to County of Fresno Purchasing. Each copy to be
identical to the original, include all supporting documentation (e.g. literature, brochures, reports,
schedules etc.). The cover page of each proposal is to be appropriately marked “Original” or “Copy”.
• County of Fresno will not be held liable for any costs incurred by vendors in responding to this RFP.
• Bidders are instructed not to submit confidential, proprietary and related information within the request for
proposal. If you are submitting trade secrets, it must be submitted in a separate binder clearly marked
“TRADE SECRETS”, see Trade Secret Acknowledgement section.
• If a bidder finds any discrepancies or has any questions, submit all inquiries to the Bid Page at Public
Purchase or contact Nick Chin at (559) 600-7110. Any change in the RFP will be made only by written
addendum issued by the County. The County will not be responsible for any other explanations or
interpretations.
• Failure to respond to all questions or to not supply the requested information could result in rejection of
your proposal. Merely offering to meet the specifications is insufficient and will not be accepted. Each
bidder shall submit a complete proposal with all information requested.
• Proposals received after the closing date and time will NOT be considered.
• Proposals will be evaluated by an evaluation team led by County Purchasing and may consist of County
of Fresno department staff, community representatives from advisory boards, and other members as
appropriate. If a proposal does not respond adequately to the RFP or the bidder is deemed unsuitable or
incapable of delivering services, the proposal may be eliminated from consideration. Upon review and
evaluation, the evaluation team will make the final recommendation to the County department.
• 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 RFP. Appeals shall be submitted to County of Fresno Purchasing, 4525 E.
Hamilton Avenue 2nd Floor, Fresno, California 93702-4599 and in Word format to
gcornuelle@co.fresno.ca.us. Appeals should address only areas regarding RFP contradictions,
procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest,
and inappropriate or unfair competitive procurement grievance regarding the RFP 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, he/she shall have the right to appeal to the County Administrative Office within seven (7)
working days after Purchasing’s notification; if the appealing bidder is not satisfied with CAO’s decision,
the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal will be going to
the Board of Supervisors.
Exhibit A
• All communication regarding this RFP shall be directed to an authorized representative of County
Purchasing. The specific Analyst managing this RFP is identified on the cover page, along with his or her
contact infomation, and he or she should be the primary point of contact for discussions or information
pertaining to the RFP. Contact with any other County representative, including elected officials, for the
purpose of discussing this RFP, it 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 appeal against the RFP, such vendor may contact the Purchasing
Manager who manages that appeal as outlined in the County’s established appeal procedures. All such
contact must be in accordance with the sequence set forth under the appeal 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 at scheduled Board
Meeting.
Exhibit A
SCOPE OF WORK
The County of Fresno on behalf of the Internal Services Department, Facility Services Division is requesting
proposals from qualified vendors to provide annual and monthly San Joaquin Valley Air Pollution Control
District (SJVAPCD) monitoring and testing, source testing, preventive maintenance, and repairs as needed to
boiler systems and related physical components located in various County buildings.
1.0 General
There are two components of the Contract:
A) Annual and Monthly Boiler Inspection and Maintenance
Includes: Scheduled annual and monthly San Joaquin Valley Air Pollution Control District (SJVAPCD)
monitoring and testing, source testing, and maintenance on all boiler equipment listed in Section 2.0,
in accordance with this component A. In this function, the Contractor will look after the County’s
interest in regards to the maintaining of the equipment to a high standard of performance. The
objective of the Contractor is to assure that boiler equipment performance is satisfactory. All
Inspection and Maintenance will be based on manufacturer’s recommended specifications.
Services to be performed under the inspection and maintenance component of the Contract shall
consist of providing parts, labor, supervision, tools, materials, equipment, travel charges, truck
charges, fuel surcharges, permits, licenses and all other related costs to complete the Work.
In the event necessary repairs are recognized during the service inspections and maintenance, and
are not covered under the Contract, the Contractor is expected to carry out repairs that are required
to ensure the boiler will continue to operate as designed. The limit of these repairs is to be no more
than $1,000. Repairs estimated over $1,000 require prior approval from the Facility Services
Manager (FSM) or designate before Work can commence.
These necessary repairs shall be charged at the hourly rates quoted in Appendix A Pricing, with parts
and materials charged at actual cost to the Contractor plus the percentage mark-up quoted in
Appendix A Pricing. The Contractor undertakes to purchase such parts and materials at the lowest
price available consistent with the quality required. The County may, from time-to-time, require
copies of paid invoices to verify the Contractor’s cost prices on parts and materials and the
Contractor shall comply. Time will be billed for actual time worked.
B) Extra Work as required for Repair Work
Repair Work will be requested on an “as and when” requested basis to be approved in advance by
the FSM or designate on a time and materials basis at the hourly rates quoted in Appendix A Pricing,
with parts and materials charged at actual cost to the Contractor plus the percentage mark-up quoted
in Appendix A Pricing. Time will be billed for actual time worked.
With the exception of emergency repairs requiring immediate attention, the Contractor shall provide
an estimate of the time and materials to complete the Work to the FSM, and await their approval prior
to proceeding.
A separate written request will be issued for all repairs that are not covered by the Maintenance
Contract.
The County reserves the right to seek alternative quotes for any large repair or well-defined project over
$5,000 to competitive service providers. Generally, however, it is the intent that the Contractor will carry out
minor projects which are within their competence.
The Contractor must provide a written report upon completion of maintenance and inspection on each piece
of equipment and indicate details of work performed, condition of equipment, and recommendations for any
service required beyond the scope of the Contract. This report shall be forwarded to the FSM.
The handling of chemicals will not be included in this RFP. MSDS will be provided for chemicals used on wet
and dry sides.
Exhibit A
2.0 Location of Equipment
Inventory of boilers under this Contract includes the following (All Facilities are located within County of
Fresno). The County reserves the right to add equipment similar to the established list below as needed, or
delete equipment that has become obsolete.
Location Unit Description
309
UMC Boiler Plant
445 S. Cedar, Fresno
Two- 12.2 MMBTU/HR Cleaver Brooks Model CB 200-300-150 Natural
Gas-Fired Boiler with Brooks Model LE(15) 200300 Low NOX Burner,
Flue Gas Recirculation (FGR) System. Economizers running.
Manufacturer Model Number Serial Number
Cleaverbrooks CBL-200-300-150 OL095983
Cleaverbrooks CBL-200-300-151 OL095985
Boilers are on all year.
The third boiler is in dormant, non-operating status.
340
Intake Building DSS
4468 E. Kings Canyon,
Fresno
Two- Ajax hot water Boiler
540,000 Btu/hr
Manufacturer Model Number Serial Number
Ajax Boiler WG-675 74-28115
Boiler used during winter months. Approximately October through April.
415
Ag -Weights and Measures
4535 E. Hamilton, Fresno
One- Teledyne hot water Boiler
187,500 Btu/hr
Manufacturer Model Number Serial Number
Teledyne Laars K-250-H 7590251
Boiler used during winter months. Approximately October through April.
607
Main Jail
1225 M Street, Fresno
One- 6.27 MMBTU/HR Cleaver Brooks Model CB2-00-150-15ST Natural
Gas Fired Boiler with a Fiber-Tech Model MFT-150 Ultra Low NOx
Burner
Manufacturer Model Number Serial Number
Cleaverbrooks CB-200-150-15 ST L-81657
Boiler used as a back-up when necessary.
A second boiler is in dormant, non-operating status.
Exhibit A
One- 11.7 MMBTU/HR Cleaver Brooks Model CB200X-300-15ST
Natural Gas Fired Boiler with a Fiber-Tech Model MFT-300 Ultra Low
NOx Burner and Flue Gas Recirculation
Manufacturer Model Number Serial Number
Cleaverbrooks CB-200-300-15 ST L-89781
Boiler is on all year.
610
Plaza Building
2220 Tulare, Fresno
Four-Thermific hot water Boilers
1,700,000 Btu/hr ea.
Manufacturer Model Number Serial Number
Patterson Kelly Thermific N2000-2 CR14-05-27762
Patterson Kelly Thermific N2000-3 CR14-05-27751
Patterson Kelly Thermific N2000-4 CR25-05-28179
Patterson Kelly Thermific N2000-5 CR25-05-28176
Boilers used during winter months. Approximately October through April.
611
Brix Building
1221 Fulton Mall, Fresno
Two- Fulton hot water Boilers
1,800,000 Btu/hr ea
Manufacturer Model Number Serial Number
Fulton PWH-2000LF F1061651A
Fulton PWH-2000LF F1061656A
Boilers used during winter months. Approximately October through April.
630
Central Kitchen
200 North H. St., Fresno
Two- Steam Boiler
Cleaver Brooks Clear Fire “H” 50 Hp
Manufacturer Model Number Serial Number
Cleaverbrooks CFH MB 1394
Cleaverbrooks CFH MB 1395
MB 1394 is on all year.
MB 1395 is used as a back-up when necessary.
Boilers are accessible outside of the secured facility.
712
JJC Central Plant
3333 E. American Ave,
Fresno
Three, 20 MMBTU/HR Cleaver Brooks Model CBLE (9) 700-500-125HW
Natural Gas-Fired Boiler, Equipped with Ultra-Low NOx Burner and a
Flue Gas Recirculation (FRG) System and Alternate Emissions
Monitoring Plan "A"
Manufacturer Model Number Serial Number
Cleaverbrooks CEVV-700-500-125 OL103686
Cleaverbrooks CEVV-700-500-125 OL103687
Exhibit A
Cleaverbrooks CEVV-700-500-125 OL103688
Boilers are on all year.
Fourteen- Manufacture: Fulton
Seasonal use: Boilers cycled throughout the year. Approximately 7
boilers on at one time.
Manufacturer Model Number Serial Number
Fulton TCS 9.5 AR665255
Fulton TCS 9.5 AR665226
Fulton TCS 9.5 AR665260
Fulton TCS 9.5 AR665261
Fulton TCS 9.5 AR665263
Fulton TCS 9.5 AR665252
Fulton TCS 9.5 AR665254
Fulton TCS 9.5 AR665245
Fulton TCS 9.5 AR665246
Fulton TCS 9.5 AR665262
Fulton TCS 9.5 AR665248
Fulton TCS 9.5 AR665233
Fulton TCS 9.5 AR665239
Fulton TCS 9.5 AR665234
Boilers # 1-7 are on January through June.
Boilers #8-14 are on July through December.
Boilers are accessible outside of the secured facility.
800
Central Library
2420 Mariposa, Fresno
One- Hamilton hot water Boiler
1.8 million btu/hr
Manufacturer Model Number Serial Number
Hamilton Engineering HVHN1800/CHN1800 N952783
Boiler used during winter months. Approximately October through April.
802
Woodward Park Library
944 E Perrin Ave, Fresno
One- Fulton hot water Boiler
180,000 btu/hr
Manufacturer Model Number Serial Number
Fulton PWH-1000 94701
Boiler used during winter months. Approximately October through April.
Exhibit A
864
Crocker Building
2135 Fresno Street, Fresno
One- Steam Boiler
Cleaver Brooks Clear Fire “H” 40 hp
Manufacturer Model Number Serial Number
Cleaverbrooks CFH 16020004010005
Boiler used during winter months. Approximately October through April.
Locations that use boilers for anything other than hot water have redundancies in place to ensure continuous
boiler functions. Boilers not in use are drained of all liquids. All boilers will be accessible during normal
business hours. Boilers at the JJC and Main Jail are accessible outside of the secured facilities.
3.0 Qualifications
The Contractor shall be capable of performing all Work required herein, in compliance with rules and
regulations of all applicable codes.
All personnel performing boiler inspection, maintenance or repairs shall be appropriately certified to Work on
the particular equipment. The names of those certified personnel and copies of the certificate(s) should be
submitted with your Proposal response. In all cases the personnel that will be assigned to the Work
described herein should have relevant experience in the Work requested in this RFP and any Contract
formed.
All work shall be carried out by a qualified Contractor with a C-4 Boiler, Hot Water Heating, and Steam Fitting
Contractor’s license from the California State License Board.
The vendor is expected to possess the appropriate license for the project in accordance with current
regulations and statues. Vendors can propose an alternative license(s), however, they must provide a
detailed explanation why the alternative would be acceptable. The County will determine if the alternative
license is acceptable.
4.0 Identification of Employees
All personnel employed by the Contractor shall at all times be readily identifiable as being an employee of the
Contractor. At all times while working on County property, the Contractor’s employees and sub-trades shall
also carry on their person, identification.
5.0 Sub-Contractors
The Contractor awarded this Contract is expected to have their own journeyman and shall not subcontract.
However, if after becoming involved in a project for the County, it is found by the Contractor that they cannot
do part of the job due to it being out of their trade skills, then a subcontractor may be called only after
approval from the County Representative.
6.0 Standard of Care
Contractor shall perform the Work in a professional and competent manner and with no less than the
standard care, set of skills, diligence, and workmanship customarily applied by qualified and experienced
persons performing services similar to the Work, and shall ensure that all Work meets the requirements of
the Contract. If Contractor fails to meet this standard of care, then, in addition to all other rights, and
remedies of the County, at the County ‘s request, Contractor shall perform, for no additional cost, additional
Work of the type described in the Contract as necessary to remedy the failure to meet the standard of care.
7.0 Materials and Workmanship
All materials shall conform to all applicable codes, by-laws, or other relevant standards. Materials must be
new and of good quality, free of dents, scratches, marks, shipping tags, and all defacing features. Contractor
shall repair or replace any inoperative or damaged components in accordance with the manufacturer’s
recommendations. Defective components should always be replaced with the Original Equipment (OE) parts
Exhibit A
wherever possible. The Contractor agrees to submit invoices at net cost (Contractor Cost) of material
purchased plus the mark-up or discount as indicated in Appendix A Pricing.
Workmanship shall be to the best of trade practices, performed by workers thoroughly trained and familiar
with the respective systems. All defective workmanship shall be corrected by the contractor at the
contractor’s expense. The vendor will be responsible for the training, competency, and skills of their
employees.
The contractor shall thoroughly clean all of his work, removing all debris, stain and marks resulting from his
work. This includes but is not limited to: building surfaces, piping, and equipment. Surfaces shall be free of
dirt, grease, labels, tags, tape, rust, and all foreign material.
The completion and manner of Work performed under this Contract shall be done to the satisfaction and
approval of the FSM. The FSM shall be the sole judge of the Work and materials with respect to both
quantity and quality and his or her decisions shall be final and binding upon the Contractor.
8.0 Scheduling of Work
With the exception of emergency callback service, all Work shall be performed during regular working hours
and days.
A regular work week shall be Monday to Friday 8:00 am to 5:00 pm. When reporting to Work at a Facility, the
Contractor shall report to the building Manager. Should the County deem it necessary to have the work done
on weekends, holidays, or outside regular working hours, the Contractor will carry out such work at the
emergency call-out hourly rate, as specified in Appendix A Pricing. Overtime work shall be pre-approved by
the FSM.
No work shall interfere with the operation of the existing facilities on or adjacent to the site. Work may be
scheduled outside of normal working hours as approved by the FSM.
All maintenance service shall be scheduled subject to the review and approval of Facility Services. The
contractor(s) shall be required to provide yearly schedules of the work within 30 days of contract execution
and on or before January 1, of the subsequent years. These schedules must be adhered to throughout the
term of the agreement.
Contractor shall provide the “Contractor Report of Service” form for approval by the FSM within 30 days of
contract execution. This form will be required to document services rendered. The form at a minimum shall
include, date of service, time of arrival/departure, printed name and signature of technician providing the
service, building number, location in the building, type of service (preventative/corrective/extra services),
corrective action taken, location of devices serviced or repaired, parts utilization, status of service/repair,
printed name and signature of County representative authorizing the work.
9.0 Response Time for Service Calls
All work of a callback nature, or trouble calls shall be treated as an emergency and work commenced shall be
carried through to completion without delay.
Non-Emergency Calls: Contractor shall respond onsite within twenty-four (24) hours of being called.
Emergency Calls: Contractor shall respond onsite within two (2) hours of being called.
Acknowledgement: Contractor will be available to receive and respond by telephone within one (1) hour, to
any unscheduled and/or emergency service requests twenty-four (24) hours per day, seven (7) days per
week
10.0 Work Changes
The County, without invalidating the Contract, reserves the right to delete Work from Facilities, add additional
Work, or make modifications of the Work, in which case either party may request an equitable adjustment.
The Contractor shall proceed with the Work as changed, and the Work shall be executed under the provision
of the Contract. Corrective maintenance and any system component or parts replacement shall be approved
Exhibit A
by the FSM or his designee prior to start of Work and be so indicated in writing on the approved service form .
No change shall be undertaken by the Contractor, without written order of the FSM.
11.0 Clear Title
The Contractor warrants clear title to materials/equipment supplied by them and will indemnify and hold the
County, and its officers, agents, and employees harmless against any or all lawsuits, claims, demands and/or
expenses, patent litigation, infringement, material or material men’s or laborer’s liens, or any claims by third
parties in or to the commodities mentioned and supplied by the Contractor.
12.0 Control of Work
Contractor shall confine storage of materials to such limits as may be directed by the FSM and shall not
unreasonably encumber the premises with materials and equipment. Contractor shall require all persons
employed on the Work to comply with all building regulations while on the premises and shall enforce any
instructions of the FSM regarding signs, advertising, fire, danger signals, barricades, and smoking.
Contractor will be required to maintain the work site in a clean and debris free manner. At the end of every
work day and immediately following completion of the Work, Contractor will ensure the work site is left in a
condition that is free of harmful debris and dangerous obstacles.
Any fire hazardous operation shall have proper fire extinguisher, furnished by the contractor, close by and the
adjacent area shall be policed before starting or stopping work for the day. The contractor shall be
responsible for all costs incurred by the County as a result of damage caused by the contractor’s operations,
including costs associated with false fire alarms caused by the contractor.
The contractor shall ensure that the health and welfare of occupants of the building will not be effected by
noise and fumes produced by the work. The FSM reserves the right to halt any work; at any time he or she
feels it adversely affects the building occupants.
Any asbestos removal shall be by the County. If the contractor discovers asbestos, which has not been
removed, the contractor shall immediately cease work in that area and promptly notify the FSM or his
representative.
13.0 Invoicing
Contractor shall provide invoices for approval by the FSM. Invoiced items shall be grouped as identified in the
Cost Proposal. Invoices at a minimum shall include:
• Date of service, time of arrival/departure, hours of service
• Printed name and signature of technician providing the service
• Equipment serviced, Location of equipment, Building Number
• Type of service
o Annual/Monthly Maintenance
o Annual/Monthly Inspection
o Annual/Monthly Testing
o Scheduled Source Testing
o Preventative/Corrective/Extra services, etc.
• Action taken
• Parts utilization
• Status of service/repair
• Printed name of County representative authorizing the work
Invoices shall be submitted to:
COUNTY OF FRESNO
BLDG MAINTENANCE
4590 E. KINGS CANYON RD
FRESNO CA 93727-3709
Exhibit A
COST PROPOSAL
Pricing:
Boiler Inspection and Maintenance
Total Annual Cost to Service All Boilers (Groups 1-13)
Year 1
Year 2
Year 3
Year 4
Year 5
Boiler Repair Rates
Provide hourly rates to provide repair services for one qualified mechanic and a helper (if approved).
Normal working hours are defined as Monday through Friday 8:00 AM to 5:00 PM.
Normal Hours After Hours
a) Base bid for one boiler mechanic $_______ Per Hour $_______ Per Hour
b) Base bid for one helper if needed $_______ Per Hour $_______ Per Hour
% Mark Up or Discount from MSRP for parts and materials: % Mark up / Discount (Circle one)
Exhibit A
Proposed Annual Cost for standard service of the following boiler systems based on manufacturers
recommendations and all local, state, and federal requirements. Provide a line item breakdown of the
services and costs per location and then provide a group total.
Location Unit Description Annual Cost
Per Location
309
UMC Boiler Plant
445 S. Cedar,
Fresno
Two- 12.2 MMBTU/HR Cleaver Brooks Model CB 200-300-150 Natural
Gas-Fired Boiler with Brooks Model LE(15) 200300 Low NOX Burner,
Flue Gas Recirculation (FGR) System. Economizers running.
Manufacturer Model Number Serial Number
Cleaverbrooks CBL-200-300-150 OL095983
Cleaverbrooks CBL-200-300-151 OL095985
Boilers are on all year.
The third boiler is in dormant, non-operating status.
Group 1 Total
$__________
Description of Items included in Annual Cost quote.
Include attachment if needed.
Cost
Annual Inspection $
Monthly Emissions $
Source Testing $
$
$
$
$
$
340
Intake Building DSS
4468 E. Kings
Canyon, Fresno
Two- Ajax hot water Boiler
540,000 Btu/hr
Manufacturer Model Number Serial Number
Ajax Boiler WG-675 74-28115
Boiler used during winter months. Approximately October through April.
Group 2 Total
$__________
Description of Items included in Annual Cost quote.
Include attachment if needed.
Cost
Annual Inspection $
Monthly Emissions $
Source Testing $
$
$
$
$
$
Exhibit A
415
Ag -Weights and
Measures
4535 E. Hamilton,
Fresno
One- Teledyne hot water Boiler
187,500 Btu/hr
Manufacturer Model Number Serial Number
Teledyne Laars K-250-H 7590251
Boiler used during winter months. Approximately October through April.
Group 3 Total
$__________
Description of Items included in Annual Cost quote.
Include attachment if needed.
Cost
Annual Inspection $
Monthly Emissions $
Source Testing $
$
$
$
$
$
607
Main Jail
1225 M Street,
Fresno
One- 6.27 MMBTU/HR Cleaver Brooks Model CB-200-150-15ST
Natural Gas Fired Boiler with a Fiber-Tech Model MFT-150 Ultra Low
NOx Burner
Manufacturer Model Number Serial Number
Cleaverbrooks CB-200-150-15 ST L-81657
Boiler used as a back-up when necessary.
A second boiler is in dormant, non-operating status.
Boilers are accessible outside of the secured facility.
Group 4 Total
$__________
Description of Items included in Annual Cost quote.
Include attachment if needed.
Cost
Annual Inspection $
Monthly Emissions $
Source Testing $
$
$
$
$
$
Exhibit A
One- 11.7 MMBTU/HR Cleaver Brooks Model CB200X-300-15ST
Natural Gas Fired Boiler with a Fiber-Tech Model MFT-300 Ultra Low
NOx Burner and Flue Gas Recirculation
Manufacturer Model Number Serial Number
Cleaverbrooks CB-200-300-15 ST L-89781
Boiler is on all year.
Boilers are accessible outside of the secured facility.
Group 5 Total
$__________
Description of Items included in Annual Cost quote.
Include attachment if needed.
Cost
Annual Inspection $
Monthly Emissions $
Source Testing $
$
$
$
$
$
610
Plaza Building
2220 Tulare, Fresno
Four-Thermific hot water Boilers
1,700,000 Btu/hr ea.
Manufacturer Model Number Serial Number
Patterson Kelly Thermific N2000-2 CR14-05-27762
Patterson Kelly Thermific N2000-3 CR14-05-27751
Patterson Kelly Thermific N2000-4 CR25-05-28179
Patterson Kelly Thermific N2000-5 CR25-05-28176
Boilers used during winter months. Approximately October through
April.
Group 6 Total
$__________
Description of Items included in Annual Cost quote.
Include attachment if needed.
Cost
Annual Inspection $
Monthly Emissions $
Source Testing $
$
$
$
$
$
Exhibit A
611
Brix Building
1221 Fulton Mall,
Fresno
Two- Fulton hot water Boilers
1,800,000 Btu/hr ea
Manufacturer Model Number Serial Number
Fulton PWH-2000LF F1061651A
Fulton PWH-2000LF F1061656A
Boilers used during winter months. Approximately October through
April.
Group 7 Total
$__________
Description of Items included in Annual Cost quote.
Include attachment if needed.
Cost
Annual Inspection $
Monthly Emissions $
Source Testing $
$
$
$
$
$
630
Central Kitchen
200 North H. St.,
Fresno
Two- Steam Boiler
Cleaver Brooks Clear Fire “H” 50 Hp
Manufacturer Model Number Serial Number
Cleaverbrooks CFH MB 1394
Cleaverbrooks CFH MB 1395
MB 1394 is on all year.
MB 1395 is used as a back-up when necessary.
Boilers are accessible outside of the secured facility.
Group 8 Total
$__________
Description of Items included in Annual Cost quote.
Include attachment if needed.
Cost
Annual Inspection $
Monthly Emissions $
Source Testing $
$
$
$
$
$
Exhibit A
712
JJC Central Plant
3333 E. American
Ave, Fresno
Three, 20 MMBTU/HR Cleaver Brooks Model CBLE (9) 700-500-
125HW Natural Gas-Fired Boiler, Equipped with Ultra-Low NOx Burner
and a Flue Gas Recirculation (FRG) System and Alternate Emissions
Monitoring Plan "A"
Manufacturer Model Number Serial Number
Cleaverbrooks CEVV-700-500-125 OL103686
Cleaverbrooks CEVV-700-500-125 OL103687
Cleaverbrooks CEVV-700-500-125 OL103688
Boilers are on all year.
Group 9 Total
$__________
Description of Items included in Annual Cost quote.
Include attachment if needed.
Cost
Annual Inspection $
Monthly Emissions $
Source Testing $
$
$
$
$
$
Fourteen- Manufacture: Fulton
Seasonal use: Boilers cycled throughout the year. Approximately 7
boilers on at one time.
Manufacturer Model Number Serial Number
Fulton TCS 9.5 AR665255
Fulton TCS 9.5 AR665226
Fulton TCS 9.5 AR665260
Fulton TCS 9.5 AR665261
Fulton TCS 9.5 AR665263
Fulton TCS 9.5 AR665252
Fulton TCS 9.5 AR665254
Fulton TCS 9.5 AR665245
Fulton TCS 9.5 AR665246
Fulton TCS 9.5 AR665262
Fulton TCS 9.5 AR665248
Fulton TCS 9.5 AR665233
Fulton TCS 9.5 AR665239
Fulton TCS 9.5 AR665234
Boilers # 1-7 are on January through June.
Boilers #8-14 are on July through December.
Boilers are accessible outside of the secured facility.
Group 10 Total
$__________
Exhibit A
Description of Items included in Annual Cost quote.
Include attachment if needed.
Cost
Annual Inspection $
Monthly Emissions $
Source Testing $
$
$
$
$
$
800
Central Library
2420 Mariposa,
Fresno
One- Hamilton hot water Boiler
1.8 million btu/hr
Manufacturer Model Number Serial Number
Hamilton Engineering HVHN1800/CHN1800 N952783
Boiler used during winter months. Approximately October through April.
Group 11 Total
$__________
Description of Items included in Annual Cost quote.
Include attachment if needed.
Cost
Annual Inspection $
Monthly Emissions $
Source Testing $
$
$
$
$
$
802
Woodward Park
Library
944 E Perrin Ave,
Fresno
One- Fulton hot water Boiler
180,000 btu/hr
Manufacturer Model Number Serial Number
Fulton PWH-1000 94701
Boiler used during winter months. Approximately October through April.
Group 12 Total
$__________
Description of Items included in Annual Cost quote.
Include attachment if needed.
Cost
Annual Inspection $
Monthly Emissions $
Source Testing $
$
$
$
$
$
Exhibit A
864
Crocker Building
2135 Fresno Street,
Fresno
One- Steam Boiler
Cleaver Brooks Clear Fire “H” 40 hp
Manufacturer Model Number Serial Number
Cleaverbrooks CFH 16020004010005
Boiler used during winter months. Approximately October through April.
Group 13 Total
$__________
Description of Items included in Annual Cost quote.
Include attachment if needed.
Cost
Annual Inspection $
Monthly Emissions $
Source Testing $
$
$
$
$
$
Exhibit A
AWARD CRITERIA
All proposals will be evaluated using the same criteria and possible points. While cost is important, other
factors are also significant, and the County may not select the lowest cost proposal. The objective is to
choose the proposal that offers the highest quality services and will best achieve the County’s goals and
objectives within a reasonable budget. Evaluations will be based on the criteria listed below:
COST
• As submitted under the "COST PROPOSAL" section.
CAPABILITY AND QUALIFICATIONS
• Do the service descriptions address all the areas identified in the RFP? Will the proposed services
satisfy County's needs and to what degree?
• Does the bidder demonstrate knowledge or awareness of the problems associated with providing the
services proposed and knowledge of laws, regulations, statutes and effective operating principles
required to provide this service?
• The amount of demonstrated experience in providing the services desired in a California County.
MANAGEMENT PLAN
• Is the organizational plan and management structure adequate and appropriate for overseeing the
proposed services?
Exhibit A
PROPOSAL CONTENT REQUIREMENTS
It is required that the vendor submit his/her proposal in accordance with the format and instructions
provided under this section.
I. RFP PAGE 1 AND ADDENDUM(S) PAGE 1 (IF APPLICABLE) completed and signed by participating
individual or agency.
II. COVER LETTER: A one-page cover letter and introduction including the company name and address
of the bidder and the name, address and telephone number of the person or persons to be used for
contact and who will be authorized to make representations for the bidder.
A. Whether the bidder is an individual, partnership or corporation shall also be stated. It will be
signed by the individual, partner, or an officer or agent of the corporation authorized to bind the
corporation, depending upon the legal nature of the bidder. A corporation submitting a proposal
may be required before the contract is finally awarded to furnish a certificate as to its corporate
existence, and satisfactory evidence as to the officer or officers authorized to execute the
contract on behalf of the corporation.
III. TABLE OF CONTENTS
IV. CONFLICT OF INTEREST STATEMENT: The Contractor may become involved in situations where
conflict of interest could occur due to individual or organizational activities that occur within the
County. The Contractor must provide a statement addressing the potential, if any, for conflict
of interest and indicate plans, if applicable, to address potential conflict of interest. This
section will be reviewed by County Counsel for compliance with conflict of interest as part of the
review process. The Contractor shall comply with all federal, state and local conflict of interest laws,
statutes and regulations.
V. TRADE SECRET:
A. Sign where required.
VI. CERTIFICATION – DISCLOSURE – CRIMINAL HISTORY & CIVIL ACTIONS
VII. REFERENCES
VIII. PARTICIPATION
IX. EXCEPTIONS: This portion of the proposal will note any exceptions to the requirements and
conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's
proposals meet those requirements. The exceptions shall be noted as follows:
A. Exceptions to General Conditions.
B. Exceptions to General Requirements.
C. Exceptions to Specific Terms and Conditions.
D. Exceptions to Scope of Work.
E. Exceptions to Proposal Content Requirements.
F. Exceptions to any other part of this RFP.
X. VENDOR COMPANY DATA: This section should include:
A. A narrative which demonstrates the vendor’s basic familiarity or experience with problems
associated with this service/project.
B. Descriptions of any similar or related contracts under which the bidder has provided services.
C. Descriptions of the qualifications of the individual(s) providing the services.
Exhibit A
D. Any material (including letters of support or endorsement) indicative of the bidder's capability.
E. A brief description of the bidder's current operations, and ability to provide the services.
F. Copies of the audited Financial Statements for the last three (3) years for the agency or program
that will be providing the service(s) proposed. If audited statements are not available, compiled
or reviewed statements will be accepted with copies of three years of corresponding federal tax
returns. This information is to be provided after the RFP closes, if requested. Do not provide
with your proposal.
G. Describe all contracts that have been terminated before completion within the last five (5) years:
1. Agency contract with
2. Date of original contract
3. Reason for termination
4. Contact person and telephone number for agency
H. Describe all lawsuit(s) or legal action(s) that are currently pending; and any lawsuit(s) or legal
action(s) that have been resolved within the last five (5) years:
1. Location filed, name of court and docket number
2. Nature of the lawsuit or legal action
I. Describe any payment problems that you have had with the County within the past three (3)
years:
1. Funding source
2. Date(s) and amount(s)
3. Resolution
4. Impact to financial viability of organization.
XI. SCOPE OF WORK:
A. Bidders are to use this section to describe the essence of their proposal.
B. This section should be formatted as follows:
1. A general discussion of your understanding of the project, the Scope of Work proposed and
a summary of the features of your proposal.
2. A detailed description of your proposal as it relates to each item listed under the "Scope of
Work" section of this RFP. Bidder's response should be stated in the same order as are the
"Scope of Work" items. Each description should begin with a restatement of the "Scope of
Work" item that it is addressing. Bidders must explain their approach and method of
satisfying each of the listed items.
C. When reports or other documentation are to be a part of the proposal a sample of each must be
submitted. Reports should be referenced in this section and submitted in a separate section
entitled "REPORTS."
D. A complete description of any alternative solutions or approaches to accomplishing the desired
results.
XII. COST PROPOSAL: Quotations may be prepared in any manner to best demonstrate the worthiness
of your proposal. Include details and rates/fees for all services, materials, equipment, etc. to be
provided or optional under the proposal.
XIII. CHECK LIST
Exhibit A
TRADE SECRET ACKNOWLEDGEMENT
All proposals received by the County shall be considered "Public Record" as defined by Section 6252 of the
California Government Code. This definition reads as follows:
"...Public records" includes any writing containing information relating to the conduct of the public's
business prepared, owned, used or retained by any state or local agency regardless of physical form or
characteristics "Public records" in the custody of, or maintained by, the Governor's office means any writing
prepared on or after January 6, 1975."
Each proposal submitted is Public record and is therefore subject to inspection by the public per Section 6253
of the California Government Code. This section states that "every person has a right to inspect any public
record".
The County will not exclude any proposal or portion of a proposal from treatment as a public record except in
the instance that it is submitted as a trade secret as defined by the California Government Code. Information
submitted as proprietary, confidential or under any other such terms that might suggest restricted public
access will not be excluded from treatment as public record.
"Trade secrets" as defined by Section 6254.7 of the California Government Code are deemed not to be public
record. This section defines trade secrets as:
"...Trade secrets," as used in this section, may include, but are not limited to, any formula, plan,
pattern, process, tool, mechanism, compound, procedure, production data or compilation of
information that is not patented, which is known only to certain individuals within a commercial
concern who are using it to fabricate, produce, or compound an article of trade or a service having
commercial value and which gives its user an opportunity to obtain a business advantage over
competitors who do not know or use it."
Information identified by bidder as "trade secret" will be reviewed by County of Fresno's legal counsel to
determine conformance or non-conformance to this definition. Such material should be submitted in a
separate binder marked "Trade Secret". Examples of material not considered to be trade secrets are pricing,
cover letter, promotional materials, etc.
INFORMATION THAT IS PROPERLY IDENTIFIED AS TRADE SECRET AND CONFORMS TO THE
ABOVE DEFINITION WILL NOT BECOME PUBLIC RECORD. COUNTY WILL SAFEGUARD THIS
INFORMATION IN AN APPROPRIATE MANNER.
Information identified by bidder as trade secret and determined not to be in conformance with the California
Government Code definition shall be excluded from the proposal. Such information will be returned to the
bidder at bidder's expense upon written request.
Trade secrets must be submitted in a separate binder that is plainly marked "Trade Secrets."
The County shall not in any way be liable or responsible for the disclosure of any proposals or portions
thereof, if they are not (1) submitted in a separate binder that is plainly marked "Trade Secret" on the outside;
and (2) if disclosure is required or allowed under the provision of law or by order of Court.
Vendors are advised that the County does not wish to receive trade secrets and that vendors are not to
supply trade secrets unless they are absolutely necessary.
Exhibit A
TRADE SECRET ACKNOWLEDGEMENT
I have read and understand the above "Trade Secret Acknowledgement."
I understand that the County of Fresno has no responsibility for protecting information submitted as a trade
secret if it is not delivered in a separate binder plainly marked "Trade Secret." I also understand that all
information my company submits, except for that information submitted in a separate binder plainly marked
“Trade Secret,” are public records subject to inspection by the public. This is true no matter whether my
company identified the information as proprietary, confidential or under any other such terms that might
suggest restricted public access.
Enter company name on appropriate line:
Has submitted information identified as Trade Secrets in
a separate marked binder.** (Company Name)
Has not submitted information identified as Trade
Secrets. Information submitted as proprietary
confidential or under any other such terms that might
suggest restricted public access will not be excluded
from treatment as public record.
(Company Name)
ACKNOWLEDGED BY:
( )
Signature (In Blue Ink) Telephone
Print Name and Title Date
Address
City State Zip
**Bidders brief statement that clearly sets out the reasons for confidentiality in conforming with the California
Government Code definition.
Exhibit A
DISCLOSURE – CRIMINAL HISTORY & CIVIL ACTIONS
In their proposal, the bidder is required to disclose if any of the following conditions apply to them, their
owners, officers, corporate managers and partners (hereinafter collectively referred to as “Bidder”):
1. Within the three-year period preceding the proposal, they have been convicted of, or had a civil
judgment rendered against them for:
a. fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a
public (federal, state, or local) transaction or contract under a public transaction;
b. violation of a federal or state antitrust statute;
c. embezzlement, theft, forgery, bribery, falsification, or destruction of records; or
d. false statements or receipt of stolen property
2. Within a three-year period preceding their proposal, they have had a public transaction (federal,
state, or local) terminated for cause or default.
Disclosure of the above information will not automatically eliminate a Bidder from consideration. The
information will be considered as part of the determination of whether to award the contract and any
additional information or explanation that a Bidder elects to submit with the disclosed information will be
considered. If it is later determined that the Bidder failed to disclose required information, any contract
awarded to such Bidder may be immediately voided and terminated for material failure to comply with the
terms and conditions of the award.
Any Bidder who is awarded a contract must sign an appropriate Certification Regarding Debarment,
Suspension, and Other Responsibility Matters. Additionally, the Bidder awarded the contract must
immediately advise the County in writing if, during the term of the agreement: (1) Bidder becomes
suspended, debarred, excluded or ineligible for participation in federal or state funded programs or from
receiving federal funds as listed in the excluded parties list system (http://www.epls.gov); or (2) any of the
above listed conditions become applicable to Bidder. The Bidder will indemnify, defend and hold the County
harmless for any loss or damage resulting from a conviction, debarment, exclusion, ineligibility or other matter
listed in the signed Certification Regarding Debarment, Suspension, and Other Responsibility Matters.
Exhibit A
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER
RESPONSIBILITY MATTERS - PRIMARY COVERED TRANSACTIONS
INSTRUCTIONS FOR CERTIFICATION
1. By signing and submitting this proposal, the prospective primary participant is providing the certification
set out below.
2. The inability of a person to provide the certification required below will not necessarily result in denial of
participation in this covered transaction. The prospective participant shall submit an explanation of why it
cannot provide the certification set out below. The certification or explanation will be considered in
connection with the department or agency's determination whether to enter into this transaction.
However, failure of the prospective primary participant to furnish a certification or an explanation shall
disqualify such person from participation in this transaction.
3. The certification in this clause is a material representation of fact upon which reliance was placed when
the department or agency determined to enter into this transaction. If it is later determined that the
prospective primary participant knowingly rendered an erroneous certification, in addition to other
remedies available to the Federal Government, the department or agency may terminate this transaction
for cause or default.
4. The prospective primary participant shall provide immediate written notice to the department or agency to
which this proposal is submitted if at any time the prospective primary participant learns that its
certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.
5. The terms covered transaction, debarred, suspended, ineligible, participant, person, primary covered
transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set
out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may
contact the department or agency to which this proposal is being submitted for assistance in obtaining a
copy of those regulations.
6. Nothing contained in the foregoing shall be construed to require establishment of a system of records in
order to render in good faith the certification required by this clause. The knowledge and information of a
participant is not required to exceed that which is normally possessed by a prudent person in the ordinary
course of business dealings.
Exhibit A
CERTIFICATION
(1) The prospective primary participant certifies to the best of its knowledge and belief, that it, its owners,
officers, corporate managers and partners:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded by any Federal department or agency;
(b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a
public transaction; violation of Federal or State antitrust statutes or commission of embezzlement,
theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving
stolen property;
(c) Have not within a three-year period preceding this application/proposal had one or more public
transactions (Federal, State or local) terminated for cause or default.
(2) Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
Signature:
(in blue ink) Date:
(Printed Name & Title)
(Name of Agency or Company)
Exhibit A
REFERENCE LIST
VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR PROPOSAL
Firm:
Provide a list of at least five (5) customers for whom you have recently provided similar services. Be sure to
include all requested information.
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Project Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Project Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Project Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Project Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Project Date:
Service Provided:
Failure to provide a list of at least five (5) customers may be cause for rejection of this RFP.
Exhibit A
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.
* Note: This form/information is not rated or ranked for evaluation purposes.
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 in Blue Ink)
Title
Exhibit A
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 in Blue Ink)
Title
DIR Number
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:
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-4 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-4, 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.
Exhibit A
CHECK LIST
This Checklist is provided to assist vendors in the preparation of their RFP response. Included are important
requirements the bidder is responsible to submit with the RFP package in order to make the RFP compliant.
Check off each of the following (if applicable):
1. All signatures must be in blue ink.
2. Signed cover page of Request for Proposal (RFP).
3. Check https://www2.co.fresno.ca.us/0440/Bids/BidsHome.aspx for any addenda.
4. Signed cover page of each Addendum.
5. One (1) original plus seven (7) copies of the RFP have been provided.
6. Provide a Conflict of Interest Statement.
7. Signed Trade Secret Form as provided with this RFP (Confidential/Trade Secret Information,
if provided, must be in a separate binder).
8. Signed Criminal History Disclosure Form as provided with this RFP.
9. Signed Participation Form as provided with this RFP.
10. Signed Reference List as provided with this RFP.
11. Verification of Department of Industrial Relations Contractor Registration.
12. Verification of Contractor’s License and the Department of Consumer Affairs – Contractors’
State License Board
13. Indicate all of bidder exceptions to the County’s requirements, conditions and specifications
as stated within this RFP.
14. Lastly, on the LOWER LEFT HAND CORNER of the sealed package transmitting your bid
include the following information:
County of Fresno RFP No. 17-025
Closing Date: November 7, 2016
Closing Time: 2:00 P.M.
Commodity or Service: Boiler Inspection and Maintenance
Return Checklist with your RFP response
Exhibit A
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
Exhibit B
RF MacDonald Price Schedule
GROUP 1 Service Notes Year 1 Year 2 Year 3 Year 4 Year 5
UMC Annual Inspection and Preventive
Maintenance Cost for 2 Boilers/Yr 6,600.00$ 6,732.00$ 6,866.00$ 7,000.00$ 7,145.00$
2 Boilers Monthly Emissions Monitoring Cost for 1 Boiler/month
Charged if boiler is run that month 250.00$ 255.00$ 260.00$ 265.00$ 270.00$
Source Testing Cost for 1 Boiler/Yr -4,000.00$ 4,500.00$ -5,000.00$
Optional Seasonal Tuning Cost for 2 boilers/Yr 1,000.00$ 1,000.00$ 1,000.00$ 1,000.00$ 1,000.00$
Optional Replacement of SRV
$1000 per valve changed at
annual inspection
(2 valves per boiler)
-----
GROUP 2 Service Notes Year 1 Year 2 Year 3 Year 4 Year 5
Intake Building DSS Annual Inspection and Preventive
Maintenance Cost for 1 Boiler/Yr 2,650.00$ 2,703.00$ 2,757.00$ 2,812.00$ 2,868.00$
1 Boiler
Additional Services Optional Replacement of SRV $500 per valve changed at annual
inspection -----
GROUP 3 Service Notes Year 1 Year 2 Year 3 Year 4 Year 5
Ag Weight and
Measures
Annual Inspection and Preventive
Maintenance Cost for 1 Boiler/Yr 1,500.00$ 1,530.00$ 1,560.00$ 1,591.00$ 1,623.00$
1 Boiler
Additional Services Optional Replacement of SRV $500 per valve changed at annual
inspection -----
GROUP 4 & 5 Service Notes Year 1 Year 2 Year 3 Year 4 Year 5
Main jail Annual Inspection and Preventive
Maintenance Cost for 2 Boilers/Yr 6,600.00$ 6,732.00$ 6,866.00$ 7,000.00$ 7,145.00$
2 Boilers (Steam)Monthly Emissions Monitoring Cost for 1 Boiler/month
If boiler is run that month 250.00$ 255.00$ 260.00$ 265.00$ 270.00$
Source Testing Cost for 2 Boilers/Yr -6,000.00$ --7,000.00$
Optional Seasonal Tuning Cost for 2 boilers/Yr 1,000.00$ 1,000.00$ 1,000.00$ 1,000.00$ 1,000.00$
Additional Services Optional Replacement of SRV $1000 per valve changed at
annual inspection -----
Inspection and
Maintenance
Additional Services
Inspection and
Maintenance
Inspection and
Maintenance
Inspection and
Maintenance
Exhibit C
GROUP 6 Service Notes Year 1 Year 2 Year 3 Year 4 Year 5
Plaza Building Annual Inspection and Preventive
Maintenance Cost for 4 Boilers/Yr 6,000.00$ 6,120.00$ 6,242.00$ 6,367.00$ 6,494.00$
4 Boilers
Additional Services Optional Replacement of SRV $800 per valve changed at annual
inspection -----
GROUP 7 Service Notes Year 1 Year 2 Year 3 Year 4 Year 5
Brix Building Annual Inspection and Preventive
Maintenance Cost for 2 Boilers/Yr 2,500.00$ 2,550.00$ 2,601.00$ 2,653.00$ 2,706.00$
2 Boilers
Additional Services Optional Replacement of SRV $800 per valve changed at annual
inspection -----
GROUP 8 Service Notes Year 1 Year 2 Year 3 Year 4 Year 5
Central Kitchen Annual Inspection and Preventive
Maintenance Cost for 2 Boilers/Yr 3,500.00$ 3,570.00$ 3,641.00$ 3,714.00$ 3,788.00$
2 Boilers (Steam)
Optional Seasonal Tuning Cost for 2 boilers/Yr 1,000.00$ 1,000.00$ 1,000.00$ 1,000.00$ 1,000.00$
Additional Services Optional Replacement of SRV $800 per valve changed at annual
inspection -----
GROUP 9 Service Notes Year 1 Year 2 Year 3 Year 4 Year 5
JJC
(Cleaverbrooks)
Annual Inspection and Preventive
Maintenance Cost for 3 Boilers/Yr 11,800.00$ 12,036.00$ 12,276.00$ 12,522.00$ 12,772.00$
3 Boilers Monthly Emissions Monitoring Cost for 1 Boiler/month
If boiler is run that month 250.00$ 255.00$ 260.00$ 265.00$ 270.00$
Source Testing Year 2 includes 3 Boilers
Year 5 includes 2 Boilers -10,000.00$ --11,000.00$
Optional Seasonal Tuning Cost for 3 boilers/Yr 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$
Optional Replacement of SRV $1000 per valve changed at
annual inspection -----Additional Services
Inspection and
Maintenance
Inspection and
Maintenance
Inspection and
Maintenance
Inspection and
Maintenance
Exhibit C
GROUP 10 Service Notes Year 1 Year 2 Year 3 Year 4 Year 5
JJC
(Fulton)
Annual Inspection and Preventive
Maintenance Cost for 14 Boilers/Yr 14,000.00$ 14,280.00$ 14,565.00$ 14,856.00$ 15,154.00$
14 Boilers (Steam)
Additional Services Optional Replacement of SRV $1000 per valve changed at
annual inspection -----
GROUP 11 Service Notes Year 1 Year 2 Year 3 Year 4 Year 5
Central Library Annual Inspection and Preventive
Maintenance Cost for 1 Boiler/Yr 1,500.00$ 1,530.00$ 1,560.00$ 1,591.00$ 1,623.00$
1 Boiler
Additional Services Optional Replacement of SRV $500 per valve changed at annual
inspection -----
GROUP 12 Service Notes Year 1 Year 2 Year 3 Year 4 Year 5
Woodward Park
Library
Annual Inspection and Preventive
Maintenance Cost for 1 Boiler/Yr 1,275.00$ 1,300.00$ 1,326.00$ 1,353.00$ 1,380.00$
1 Boiler
Additional Services Optional Replacement of SRV $800 per valve changed at annual
inspection -----
GROUP 13 Service Notes Year 1 Year 2 Year 3 Year 4 Year 5
Crocker Building Annual Inspection and Preventive
Maintenance Cost for 1 Boiler/Yr 1,750.00$ 1,785.00$ 1,820.00$ 1,857.00$ 1,894.00$
1 Boiler (Steam)
Additional Services Optional Replacement of SRV $800 per valve changed at annual
inspection -----
Boiler Repair Rates: Per Hour
One boiler mechanic
One helper if needed
Parts and Materials
Inspection and
Maintenance
Inspection and
Maintenance
Inspection and
Maintenance
Additional Services
Inspection and
Maintenance
25% discount off List Price
Normal Hours (M-F, 8am - 5pm)
175.00$
175.00$
After Hours
250.00$
250.00$
Exhibit C
Exhibit D
SELF-DEALING TRANSACTION DISCLOSURE FORM
In order to conduct business with the County of Fresno (hereinafter referred to as “County”), members
of a contractor’s board of directors (hereinafter referred to as “County Contractor”), must disclose an y
self-dealing transactions that they are a party to while providing goods, performing services, or both
for the County. A self-dealing transaction is defined below:
“A self-dealing transaction means a transaction to which the corporation is a party and i n which one or
more of its directors has a material financial interest”
The definition above will be utilized for purposes of completing this disclosure form.
INSTRUCTIONS
(1) Enter board member’s name, job title (if applicable), and date this disclosure is b eing made.
(2) Enter the board member’s company/agency name and address.
(3) Describe in detail the nature of the self -dealing transaction that is being disclosed to the
County. At a minimum, include a description of the following:
a. The name of the agency/company with which the corporation has the transaction; and
b. The nature of the material financial interest in the Corporation’s transaction that the
board member has.
(4) Describe in detail why the self -dealing transaction is appropriate based on applicable
provisions of the Corporations Code.
(5) Form must be signed by the board member that is involved in the self -dealing transaction
described in Sections (3) and (4).
(1) Company Board Member Information:
Name: Date:
Job
Title:
(2) Company/Agency Name and Address:
(3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to):
(4) Explain why this self-dealing transaction is consistent with the requirements of Corporations
Code 5233 (a):
(5) Authorized Signature
Signature: Date: