Loading...
HomeMy WebLinkAbout28782DATE: 12/22/16 Contract No.: P-16-669-T Vendor Number: 0000005752 Contract Title: First Aid & Safety Name/Address: Jorgensen Co. Supplies 2467 Foundry Park Avenue Fresno, CA 93706 Contract Period: 11/28/16 -11/27/19 Representative: Jeff Young Using Agencies: Countywide Phone No.: 559-268-6241 x41 09 Email: jyoung@jorgensenco.com Terms: N45 -------------------- Total Contract Amt.: $100,000.00 ~~~~~---------- Buyer Name: Heather Stevens Requisition No: 8921700180 Org: 89250110 3111704040 31113229 Supersedes: P-11-642-K ~NEW I RENEWAL I ADJUSTMENT ~ TICKDATE 5/31/19 I REFERENCE (RFQ# I RFP#) DESCRIPTION: Purchase of First Aid & Safety Supplies. SPECIAL INSTRUCTIONS: 3 + 1 + 1 ~------------------------------------------------------------ DISTRIBUTION: DEPARTMENT: _Co_un--'tywt'--·d_e ____ _ REQUISITIONER: Jason Blanks Sgt Dockweiler Rev 112/15 Completed By: Date: Completed By: Date Jorgensen Company Attn: Jeff Young 2467 Foundry Park Avenue Fresno, CA 93706 County of Fresno INTERNAL SERVICES DEPARTMENT ROBERT BASH, DIRECTOR -CIO Facility Services Fleet Services Graphics Information Technology Purchasing Security Telecommunications PROCUREMENT AGREEMENT Agreement Number P-16-669-T November28,2016 The County of Fresno (County) hereby contracts with Jorgensen Company (Contractor) to purchase first aid & safety supplies in accordance with the text of this agreement, Attachment "A", County of Fresno Request for Quotation No: 17-020 and the attached contractors response to County of Fresno Request for Quotation No: 17-020 by this reference made a part hereof. TERM: This Agreement shall become effective immediately and shalf remain in effect through November 27, 2019. EXTENSION: This Agreement may be extended for two (2) additional one (1) year periods by the mutual written consent of all parties. MINIMUM ORDERS: Unless stated otherwise there shalf be no minimum order quantity. The County reserves the right to increase or decrease orders or quantities. CONTRACTOR'S SERVICES: Contractor shalf perform the services as described in Attachment "A" attached, at the rates set forth in Attachment "A". ORDERS: Orders will be placed on an as-needed basis by various County departments under this contract. PRICES: Prices shalf be firm for the contract period. Any pricing changes which may take place during the fife of the contract must be submitted in writing to the County of Fresno Purchasing Manager and received no less than thirty (30) days prior to becoming effective. MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of one hundred thousand dollars ($1 00,000.00). ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as deemed necessary. Such additions shall be made in writing and signed by both parties. DELIVERY: The F.O.B. Point shalf be the destination within the County of Fresno. All orders shalf be delivered complete as specified. All orders placed before Agreement expiration shalf be honored under the terms and conditions of this Agreement. DEFAULT: In case of default by Contractor, the County may procure the articles/services from another source and may recover the foss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County. The prices paid by County shalf be considered the prevailing market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not meet specifications, will be at the expense of Contractor. 4525 E. Hamilton Avenue I Fresno, California 93702-4599 I (559) 600-7110 PROCUREMENT AGREE ~Vh::i'J T NUMBER: P-16-669-T Jorgensen Company November 28, 2016 Page 2 - INVOICING: An itemized invoice in duplicate shall be mailed to requesting County department in accordance with invoicing instructions included in each order referencing th is Agreement. The Agreement number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days. INVOICE TERMS: Net forty five (45) days from the receipt of invoice . TERMINATION : The County reserves the right to immediately terminate this Agreement upon written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination . LAWS AND REGULATIONS : The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination , or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter (e .g., litigation or audit}, wh ichever is later. Such records must be retained in the manner described above until all pending matters are closed. LIABILITY: The Contractor agrees to : Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and employees from any and all claims for damage or other liability, including costs , expenses, causes of action, claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents , officers or employees under this Agreement. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties , CONTRACTOR, at its sole expense, shall maintain in full force and effect , the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability : Commercial General Liability Insurance with limits of not less than One Million Dollars ($1 ,000,000 .00) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse- Underground, fire lega l liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobi le 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 Hund red 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, Professiona l Liability Insurance with limits of not less than One Million Dollars ($1 ,000,000 .00) per occurrence, Three Mill ion Dollars ($3 ,000,000 .00) annual aggregate. D. Worker's Compensation : A policy of Worker's Compensation insurance as may be required by the California Labor Code. G:\PUBLIC\CCMRACTS & EXTRACTS\T\P-16-669-T JORGENSEN AGREEMENT.f.XXX PROCUREMENTAGREEMEh. NUMBER:P~6~69~ Jorgensen Company November 28, 2016 Page 3 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 signs and executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Human Resources; Risk Management, 2220 Tulare St, 16th floor, Fresno, CA 93721, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current AM. Best, Inc. rating of A FSC VII or better. COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor under this Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venture, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities havinp jurisdiction over matters the subject thereof. I Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits . In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to others unrelated to the County or to this Agreement NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and the County with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments. writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature G:\PUBLIC\CONTRACTS & EXTRACTS\l\P-16-669-T JORGENSEN AGREEMENT.!XlCX PROCUREMENT AGREEI~NT NUMBER: P-16-669-T Jorgensen Company November 28, 2016 Page 4 ... whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set forth in Contractor's invoice . This Agreement may be amended only by written addendum signed by both parties . INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1) the text of this Agreement (excluding Attachment "A", County's Request for Quotation No. 17-020 and the Contractor's Quote in response thereto); (2) Attachment "A"; (3) the County's Request for Quotation No. 17- 020 and (4) the Contractor's quotation made in response to County's Request for Quotation No . 17-020 . GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the State of California. Venue for any action shall only be in County of Fresno. Please acknowledge your acceptance by returning all pages of the signed original of this AgreemenUo my office, retaining a copy for your files. Please refer any inquiries in this matter to Heather Stevens, Purchasing Technician, at 559-600-7115 or heastevens@co. fresno.ca . us FOR THE COUNTY OF FRESNO ~ t. c..A~ aiYE. corn~elle ..... Purchasing Manager 4525 East Hamilton Avenue Fresno, CA 93702-4599 I Date: GEC:HS :mh G:\PUBLIC\CONTRAGS & EXTRAGS\T\P-16-669-T JORGENSEN AGREEMENT.OOCX PROCUREMENT AGREEME:I-.!T NUMBER: P-16-669-T Jorgensen Company November 28, 2016 CONTRACTOR TO COMPLETE: Company: Type of Entity: 0 Individual 0 Sole Proprietorship fi9 Corporation Address TELEPHONE NUMBER ACCOUNTING USE ONLY FAX NUMBER ORG No.: 89250110,31113229 Account No .: 7295, 7235 Requisition No.: 8921700180,3111704040 (09/2015) 0 Limited Liability Company 0 Limited Liability Partnership 0 General Partnership t~(tsi t~ Date Date City State G:\PUBLIC\CONTRACT'S & EXTRACT'S\T\P-16-669-T JORGENSEN AGREEMENT. DCCX Page 5 Zip PROCUREMENT AGRE~ENT NUMBER: P-16-669-T Jorgensen Company November 28, 2016 ATTACHMENT "A" Description Alcohol Prep Pads PVP iodine antiseptic swabs, 10 per box Wound Wipes, 20 per box 1" x 3" adhesive bandage, 16 per box Antiseptic spray, 3 oz. Pump style 1" x 5 yd adhesive tape, sterile -in plastic spool Cotton tipped applicators, 6", 1 00 packets of 2 ea. 4 oz. Buffered eyewash Eye cups, 6 per vial 1 "x 10 yd. sterile gauze bandage 2" x 10 yd . Sterile gauze bandage 3" x 10 yd. Sterile gauze bandage Gauze pads, 2" sterile, 10 per box Gauze pads, 3" sterile, 4 per box Non-adhering adhes ive pads, 2"x 3", 10 per box Bacitracin antibiotic ointment, .9 gram, 25 per box Instant cold pack, 1 per box Triangular bandage, non-sterile 3" offset bandage compress, 2 per box Sterile eye pads, 4 per box Micro shield clear mouth barrier for CPR Scissors and tweezers, 1 of each per box 3M hypoallergenic paper tape Disposable nitrile gloves, 2 pr . per box, 1 size Empty 2 shelf industrial first aid kit w/ pouch 15.5" X 1 0.5" X 5.34" Empty Unitized first aid kit for vehicles Flares -30 minute Emergency blankets -54" x 80 " • Delivery o Incoming freight for special order items. o Local del ivery is free for stock orders over $100.00 ....___, Attachment Page 1 of 1 Item Number Brand Price 2606 Hart $0.86 0471 Hart $2.45 6197 Hart $0.78 0110 Hart $0.47 2717 Hart $1 .69 1214 Hart $1.20 1157 Hart $1.25 4730 Hart $1.77 7744 Hart $1.23 1706 Hart $0.66 1707 Hart $1.01 1708 Hart $1.28 1832 Hart $0.47 1833 Hart $0 .76 2131 Hart $1.46 1049124 Schein $4.66 0515 Hart $0.49 2395 Hart $0.42 0223 Hart $1.40 0270 Hart $1.23 0545 Hart $4.99 0552 Hart $0.94 1530-1 3m $0.74 0586 Hart $0.56 0932 Hart $21.90 0845 Hart $10.64 0730 Orion $1.96 2924 Hart $5.41 o Applicable outgoing freight cost for non-qualifyin g orders or shipmen requested orders • 10% -15% Off Catalog Prices • Catalogs Available on Request G:\PUBLIC\CONTRACfS & EXTRACfS\1\P-16-669-T JORGENSEN AGREEMENT.DOCX Contractor's Response to County of Fresno Request for Quotation No. 17-020 G:\PUBLIC\CONTRACTS & EXTRACTS\1\P-16-669-T JORGENSEN AGREEMENT.OOCX COUNTY OF FRESNO REQUEST FOR QUOTATION NUMBER: 17-020 FIRST AID & SAFETY SUPPLIES Issue Date: September 30, 2016 Closing Date: OCTOBER 21,2016 Quotation will be considered LATE when the official Purchasing time clock reads 2:01 P.M. Questions must be submitted on the Bid Page at Public Purchase or contact Heather Stevens at phone (559) 600-7115. Check County of Fresno Purchasing's website at https://www2.co.fresno.ca.us/0440/Bids/BidsHome.aspx for any future addenda. Please submit all Quotations to: County of Fresno -Purchasing 4525 E. Hamilton Avenue, 2"ct Floor Fresno, CA 93702-4599 BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached response at the prices and terms stated, subject to the attached "County of Fresno Purchasing Standard Instructions And Conditions For Requests For Proposals (RFP's) And Requests For Quotations (RFQ's)". Except as noted on individual items, the following will apply to all items in the Quotation Schedule: • A cash discount of / % / days will apply. J ori)yt1'1Se-fl CoM. ftLV1.1 COMPA 1 !.-( (o r"j (-DI.MJ ( ~ P {.( \L fnt fAl t! t- ADDRESS F (t5t10 CA CITY STATE ZIP CODE (S?b) 'lh~-!?1-4i v-4/11~ TELEPHONE NUMBER FACSIMILE NUMBER . SIGNATU;;;zfl~E f/;r1' PRINT NAME Purchasing Use: HS:hrs ORG/Requisition: 89250100, 31113229/8921700180, 3111704040 \ \:\Public\RFQ\FY 2016-17117-020 First Aid & Safety Supplies\17 -020 First Aid & Safety Supplies.doc PD-010 (11/2015) \ Quotation No. 17-020 COUNTY OF FRESNO PURCHASING STAND ARD INS TRU CTIONS AND COND ITIONS FOR REQUESTS FOR PROPOSALS (RFP'S ) AND REQUESTS FOR QUOTATIONS (RFQ 'S) Note : the reference to "bids" in the following paragraphs applies to RFP's and RFQ's GENERAL CONDITIONS By submitting a bid the bidder agrees to the following conditions . These conditions will apply to all subsequent purchases based on this bid. 1. 2. BID PREPARATION: A) All prices and notations must be typed or written in ink. No erasures permitted. Errors may be crossed out, initialed and corrections printed in ink by person signing bid. B) Brand Names : Brand names and numbers when given are for reference . Equal items will be considered, provided the offer clearly describes the article and how it differs from that specified. In the absence of such information it shall be understood the offering is exactly as specified. C) State brand or make of each item . If bidding on other than specified , state make, model and brand being bid and attach supporting literature/specifications to the bid. D) Bid on each item separately. Prices should be stated in units specified herein. All applicable charges must be quoted; charges on invoice not quoted herein will be disallowed. E) Time of delivery is a part of the consideration and must be stated in definite terms and must be adhered to. F.O.B. Point shall be destination or freight charges must be stated. F) All bids must be dated and signed with the firm's name and by an authorized officer or employee . G) Unless otherwise noted, prices shall be firm for one hundred eighty (180) days after closing date of bid . SUBMITTING BIDS: A) Each bid must be submitted on forms provided in a sealed envelope/package with bid number and closing date and time on the outside of the envelope/package . B) Interpretation : Should any discrepancies or omissions be found in the bid specifications or doubt as to their meaning, the bidder shall notify the Buyer in writing at once . The County shall not be held responsible for verbal interpretations. Questions regarding the bid must be received by Purchasing stated within this document. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract. C) ISSUING AGENT/AUTHORIZED CONTACT: This RFP/RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor's sole point of contact with regard to the RFP/RFQ, its content, and all issues concerning it. All communication regarding this RFP/RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFP/RFQ is identified on the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFP/RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFP/RFQ, its content, or any other issue concerning it, is prohibited unless authorized by Purchasing . Violation of this clause, by the vendor having unauthorized contact (verbally or in writing) with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor's quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows . First, in the event that a vendor initiates a formal protest aga inst the RFP/RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County's established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures . Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. D) Bids received after the closing time will NOT be considered. E) Bidders are to bid what is specified or requested first. If unable to or unwilling to, bidder may bid alternative or option, indicating all advantages, disadvantages and their assoc iated cost. F) 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 . 3. FAILURE TO BID: A) If not bidding, return bid sheet and state reason for no bid or your name may be removed frorn mailing list. 4. TAXES, CHARGES AND EXTRAS : A) County of Fresno is subject to California sales and/or use tax (8 .225%). Please indicate as a separate line item if applicable. B) DO NOT include Federal Excise Tax. County is exempt under Registration No . 94-73-03401-K. C) County is exernpt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. D) Charges for transportation, containers, packing , etc. will not be paid unless specified in bid . G:IPUBLICIRFQIFY 2016-17117-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC 1A Quotation No. 17-020 5. W-9-REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION & CALIFORNIA FORM 590 WITHHOLDING EXEMPTION CERTIFICATE: Upon award of bid, the vendor shall submit to County Purchasing, a completed IRS Form W-9-Request forT ax payer Identification Number and Certification and a California Form 590 Withholding Exemption Certificate if not currently a County of Fresno approved vendor. 6. AWARDS: A) Award(s) will be made to the most responsive responsible bidder; however, the Fresno County Local Vendor Preference and/or the Disabled Veteran Bus iness Enterprise Preference shall take precedence when applicable . Said Preferences apply only to Request for Quotations for materials, equipment and/or supplies only (no services); the preference do not apply to Request for Proposals . RFQ evaluations will include such things as life-cycle cost, availability, delivery costs and whose product and/or service is deemed to be in the best interest of the County. The County shall be the sole judge in making such determ ination. B) Unless bidder gives notice of ali-or-none award in bid , County may accept any item, group of items or on the basis of total bid . C) The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids . D) Award Notices are tentative: Acceptance of an offer made in response to th is RFP/RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing . E) After award, all bids shall be open to public inspection . The County assumes no responsibility for the confidentiality of information offered in a bid . 7. TIE BIDS : All other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors , it may be awarded by the flip of a coin in the presence of witnesses or the entire bid may be rejected and re-bid . If the General Requirements of the RFQ state that they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over this paragraph. 8. PATENT INDEMNITY : The vendor shall hold the County, its officers, agents and employees, harmless from liability of any nature or kind, including costs and expenses, for infringement or use of any copyrighted or un-copyrighted composition, secret process, patented or unpatented invention , article or appliance furnished or used in connection with this bid. 9. SAMPLES: Samples , when required, must be furnished and delivered free and , if not destroyed by tests, will upon written request (within thirty (30) days of bid closing date) be returned at the bidder's expense. In the absence of such notification, County shall have the right to dispose of the samples in whatever manner it deems appropriate . 10. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT : A) In case of default by vendor, the County may procure the articles or service from another source and may recover the cost difference and related expenses occasioned thereby from any unpaid balance due the vendor or by proceeding aga inst performance bond of the vendor, if any, or by suit against the vendor. The prices paid by the County shall be considered the prevailing market price at the time such purchase is made . B) Articles or services, which upon delivery inspection do not meet specifications, will be rejected and the vendor will be considered in default. Vendor shall reimburse County for expenses related to delivery of non-specified goods or services. C) Regardless of F.O.B. point , vendor agrees to bear all risks of loss , injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder. 11 . DISCOUNTS: Terms of less than fifteen ( 15) days for cash payment will be considered as net in evaluating this bid . A discount for payment within fifteen (15) days or more will be considered in determining the award of bid . Discount period will commence either the later of delivery or receipt of invoice by the County. Standard terms are Net forty-five (45) days. 12. SPECIAL CONDITIONS IN BID SCHEDULE SUPERSEDE GENERAL CONDITIONS : The 'General Conditions " provisions of this RFP/RFQ shall be superseded if in conflict with any other section of this bid, to the extent of any such conflict. 13. SPECIAL REQUIREMENT : With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Material Safety Data Sheet for each product, which contains any substance on 'The Us! of 800 Hazardous Substances", published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act, California State Labor Code Sections 6360 through 6399 .7.) 14. RECYCLED PRODUCTS/MATERIALS : Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications. 15. YEAR COMPLIANCE WARRANTY: Vendor warrants that any product furnished pursuant to this Agreement/order shall support a four .<Jig it year format and be able to accurately process date and time data from , into and between the twentieth and twenty-first centuries, as well as leap year calculations . 'Product' shall include , without limitation, any piece or component of equipment, hardware, firmware, middleware, cus tom or commercial software, or internal components or subroutines therein. This warranty shall survive termination or expiration of this Agreement. In the event of any decrease in product functionality or accuracy related to time and/or date data related codes and/or internal subroutines that impede the product from operating correctly using dates beyond December 31, 1999, vendor shall restore or repair the product to the same level of functionality as warranted herein , so as to minimize interruption to County's ongoing business process, tirne being of the essence. In the event that such warranty compliance requires the acquisition of additional programs, the expense for any such associated or add itional acquisitions, which may be requ ired, including, without limitat ion, data conversion tools, shall be borne exclusively by vendor . Nothing in this warranty shall be construed to limit any rights or remedies the County may otherwise have under this Agreement with respect to defects other than year performance . 16 . PARTICIPATION: Bidder may agree to extend the terms of the resulting contract to other political subdivision, municipalities and tax-supported agencies . G:\PUBLIC\RFQIFY 2016-17117-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC 18 Quotation No. 17-020 Such participating Governmental bodies shall make purchases in their own name, make payment directly to bidder, and be liable directly to the bidder, holding the County of Fresno harmless. 17. CONFIDENTIALITY: All services performed by vendor shall be in strict conformance with all applicable Federal, State of California and/or local laws and regulations relating to confidentiality, including but not limited to , California Civil Code , California Welfare and Institutions Code, Health and Safety Code, California Code of Regulations , Code of Federal Regulations . Vendor shall submit to County's monitoring of said compliance. Vendor may be a bus iness associate of County, as that term is defined in the 'Privacy Rule' enacted by the Health Insurance Portability and Accountability Act of 1996 (HI PM). As a HIPM Business Associate, vendor may use or disclose protected health information ('PHI') to perform functions, activ ities or services for or on behalf of County as specified by the County, provided that such use or disclosure shall not violate HI PM and its implementing regulations. The uses and disclosures if PHI may not be more expansive than those applicable to County, as the 'Covered Entity' under HIPM's Privacy Rule, except as authorized for management, administrative or legal responsibilities of the Business Associate . Vendor shall not use or further disclose PHI other than as permitted or required by the County, or as required by law without written notice to the County. Vendor shall ensure that any agent, including any subcontractor, to which vendor provides PHI received from, or created or received by the vendor on behalf of County, shall comply with the same restrictions and conditions with respect to such information. 18. APPEALS: Appeals must be submitted in writing within seven (7) working days after notification of proposed recommendations for award . A 'Notice of Award' is not an indication of County's acceptance of an offer made in response to this RFP/RFQ . Appeals should be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, Cal ifornia 93702-4599 and in Word format to gcornuelle@co.fresno .ca.us . Appeals should address only areas regarding RFP/RFQ contradictions, procurement errors, quotation rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFP/RFQ process . Purchasing will provide a written response to the complainant within seven (7) working days unless the complainant is notified more time is required . If the protesting bidder is not satisfied with the decision of Purchasing , he/she shall have the right to appeal to the CAO within seven (7) working days after Purchasing's notification. If the protesting bidder is not satisfied with GAO's decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal is going to the Board. 19. OBLIGATIONS OF CONTRACTOR : A) CONTRACTOR shall perform as required by the ensuing contract. CONTRACTOR also warrants on behalf of itself and all subcontractors engaged for the performance of the ensuing contract that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. B) CONTRACTOR shall obey all Federal, State, local and special district laws, ordinances and regulations . 20. 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 reco rds shall be complete and avai lable 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. 21 . DISCLOSURE-CRIMINAL HISTORY & CIVIL ACTIONS : Applies to Request for Proposal (RFP); does not apply to Request for Quotation (RFQ) unless specifically stated elsewhere in the RFQ document. 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'): • Within the three-year period preceding the proposal, they have been convicted of, or had a civil judgment rendered against them for: o 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; o violation of a federal or state antitrust statute; o embezzlement, theft, forgery, bribery, falsification, or destruction of records; or o 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. 22. DATA SECURITY : Individuals and/or agencies that enter into a contractual relationship with the COUNTY for the purpose of providing services must employ adequate controls and data security measures, both internally and externally to ensure and protect the confidential information and/or data provided to contractor by the COUNTY, preventing the potential loss, misappropriation or inadvertent access, viewing, use or disclosure of COUNTY data including sensitive or personal client information; abuse of COUNTY resources; and/or disruption to COUNTY operations. Individuals and/or agencies may not connect to or use COUNTY networks/systems via personally owned mobile, wireless or handheld devices unless authorized by COUNTY for telecommuting purposes and provide a secure connection; up to date virus protection and mobile devices must have the remote wipe feature enabled . Computers or computer peripherals including mobile storage devices may not be used (COUNTY or Contractor device) or brought in for use into the COUNTY's system(s) without prior authorization from COUNTY's Chief Information Officer and/or designee(s). No storage of COUNTY's private, confidential or sensitive data on any hard- disk drive, portable storage device or remote storage installation unless encrypted according to advance encryption standards (AES of 128 bit or higher). G:\PUBLIC\RFQ\FY 2016-17117-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC 1C Quotation No. 17-020 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 frorn 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 . 23. PURCHASING LOCATION & HOURS: Fresno County Purchasing is located at 4525 E. Hamilton Avenue (second floor), Fresno, CA 93702 . Non-holiday hours of operation are Monday through Friday, 8:00A.M. to 12:00 Noon and 1:00 P.M. to 5:00P.M . PST; Purchasing is closed daily frorn 12:00 Noon to 1:00 P.M. The following holiday office closure schedule is observed: January 1* Third Monday in January Third Monday in February March 31* Last Monday in May July 4* First Monday in September November 11* Fourth Thursday in November Friday following Thanksgiving December 25* New Year's Day Martin Luther King, Jr.'s Birthday Washington -Lincoln Day Cesar Chavez' Birthday Memorial Day Independence Day Labor Day Veteran's Day Thanksgiving Day Christmas • When this date falls on a Saturday, the holiday is observed the preceding Friday . If the date falls on a Sunday, the holiday is observed the following Monday . 24 . FRESNO COUNTY BOARD OF SUPERVISORS ADMINISTRATIVE POLICIES : ADMINISTRATIVE POLICY NUMBER 5 Contract Salary Limitation Fresno County Administrative Policy No . 5 provides that in contracts with non- profit organizations that primarily serve Fresno County and professional service contracts where Fresno County is the sole client, the contractors rnust agree to the following contract language: 'The contractor agrees to limit administrative cost to a maximum of 15% of the total program budget and to limit employee benefits to a maximum of 20% of total salaries for those employees working under this agreement during the term of the agreement. Failure to conform to this provision will be grounds for contract termination at the option of the County of Fresno.' Any bidder that wishes an exemption from this contract requirements must set forth the request for exemption, as well as a complete explanation of why the exemption should be granted, in the bidder's response to the RFP . Only the Board of Supervisors can approve such exemption . Policy Statement: Contractors shall be limited to a maximum 15% administrative cost as compared to the total program budget and employee benefits shall be limited to a maximum of 20% of salaries . The following language will be included in each applicable contract: 'The contractor agrees to limit administrative cost to a maximum of 15% of the total program budget and to limit employee benefits to a maximum of 20% of total salaries for those employees working under this agreement during the term of this agreement. Failure to conform to this provision will be grounds for contract termination at the option of the County of Fresno.' The above provision shall be applied to renewal or multi-year contracts with non-profit organizations which primarily serve Fresno County and professional services contracts where Fresno County is the sole client, such as: • Community based organization service contracts related to social services, health services, or probation services. • Cultural art program contracts . • Professional services contracts . This policy will not apply to contracts between the County and the Federal or State governments; or one-time contracts. The Board of Supervisors will consider exemptions to this policy only upon the recommendation of the County Administrative Office. Management Responsibility: It shall be the responsibility of any County official authorized by the Board of Supervisors to execute contracts or enter into agreements on behalf of the County to review all applicable contracts to insure that this policy is fully enforced. It shall be the responsibility of the County Administrative Officer to review requests for exemptions to this policy and to make recommendations to the Board of Supervisors on such requests for exemption. ADMINISTRATIVE POLICY NUMBER 34 Competitive Bids and Requests for Proposals Fresno County Administrative Policy No. 34 provides that no person, firm or subsidiary thereof who has been awarded a consulting services contract by the County, may submit a bid for, or be awarded a contract for, the provision of services, procurement of goods or supplies, or any other related action which is required, suggested, or otherwise deemed appropriate in the end product of the consulting services contract. Any bidder that wishes an exemption from this contract limitation must set forth the request for exemption, as well as a complete explanation of why the exemption should be granted, in the bidder's response to the RFP. Only the Board of Supervisors, on a four-fifths (4/5) vote finding that such waiver is in the best interests of the County, can waive this policy. Definitions: Purchasing Authority and Responsibility -In accordance with the State of California Government Code Section 25500 et seq., and the Fresno County Ordinance Code Chapter 2.56, the Board of Supervisors has established a County CAO . The Board has designated the County Administrative Officer as the CAO . Unless otherwise restricted, all necessary authority and responsibility has been delegated to the CAO to satisfy the acquisition requirements of the County. The CAO may defer day-to-day acquisition management to the Purchasing Manager as appropriate . Policy Statement: Competitive bids or requests for proposals shall be secured for all contracts for goods or services which are proposed to be acquired by the County except when in unusual or extraordinary circumstances, a department head , requests an exception to competitive bidding. All such requests must be documented by the department head G:IPUBLIC\RFQ\FY 2016-17117-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC 1D Quotation No. 17-020 including a detailed description of the facts justifying the exception. The request must receive concurrence of the procurement authority who will sign that particular contract i.e. the Board of Supervisors or GAO/Purchasing Manager. The following circumstances are examples which constitute "Suspension of Competition": • In an emergency when goods or services are immediately necessary for the preservation of the public health, welfare, or safety, or for the protection of County property. • When the contract is with a federal, state, or local governmental agency. • When the department head, with the concurrence of the CAO, finds that the cost of preparing and administering a competitive bidding process in a particular case will equal or exceed the estimated contract amount or $1,000 whichever is more. • When a contract provides only for payment of per diem and travel expenses and there is to be no payment for services rendered. • When obtaining the services of expert witnesses for litigation or special counsel to assist the County. • When in unusual or extraordinary circumstances, the Board of Supervisors or the GAO/Purchasing Manager determines that the best interests of the County would be served by not securing compet itive bids or issuing a request for proposal. Contracts for services should not usually cover a period of more than one year although a longer period may be approved in unusual circumstances . Multiple year contracts must include provisions for early termination and must be contingent on available funding . Unless exempted as provided for above, no contract for service shall extend, either by original contract or by extension, beyond three years unless competitive bids have been sought or a Request for Proposa l has been processed. During any competitive bidding procedure, all bids shall be opened publicly and the dollar amount of each bid shall be read aloud. Under no circumstance shall a bid which is received at the designated place of opening after the closing time be opened or considered. Contracts for goods or services shall not be effective until approved by the Board of Supervisors or, if appropriate, the GAO/Purchasing Manager. Contractors and vendors shall be advised by the responsible department head that performance under the contract may not commence prior to such approval. Medical Professional Contracts The competitive recruitment process, annual perfo rmance evaluation, and periodic salary surveys are equivalent to competitive bids for independent physicians contracting with the County on a fee for service basis . A salary survey for physician services shall be conducted every two years . Contracts for physician services shall not extend, either by original contract or by extension, beyond five years unless competitive bids have been sought or unless exempted as provided above. Contracts for Legal Services The competitive recruitment process, annual performance evaluation, and periodic salary surveys are equivalent to competitive bids for independent law firms and attorneys contracting with the County on a fee for service basis. A salary survey for legal services shall be conducted every two years. The selection of and contracting with firms to provide legal services shall be coordinated through the County Counsel's Office. The County Counsel shall assist in securing a law firm with the requisite legal expertise and price structure that would provide the best service to the County. County Counsel shall be involved throughout the process of selecting a firm, developing a contract, and monitoring the billing and services provided throughout the contract period. Prohibited Bids Concerning End Product of Consulting Contracts No person, firm, or subsidiary thereof who has been awarded a consulting services contract by the County, shall be awarded a contract for the provision of services, procurement of goods or supplies, or any other related action which is required, suggested, or otherwise deemed appropriate in the end product of the consulting services contract. This policy may be waived by the Board of Supervisors on a four-fifths (4/5) vote finding that such waiver is in the best interests of the County . Management Respons ibility: The County Administrative Officer is responsible for preparing and issuing written procedures to assure compliance with this policy by all County officials and departments . ADMIN ISTRATIVE POLIC Y NUMBER 71 Proh ibiting the Use of Public Funds for Political Advocacy Fres no County Admin ist rative Po li cy No. 71 provides that no County assets, including money, shall be used for po litical campaigns of any type . Political campaigns are defined as political advocacy for or opposition to a matter or person that has qualified for the ballot. No contract entered into by the County shall provide for use of County monies for political campaigns . Policy Statement: Government assets, including money, grant funds, paid staff time, equipment and supplies, facilities or any other government asset shall not be used for political campaigns of any type . Political campaigns are defined as political advocacy for or opposition to a matter or person that has qualified for the ballot. Management Responsibility: Department Heads shall be held responsible for ensuring that government assets within their control are not used to advocate for or against any matter or person that has qualified for the ballot. This section does not prohibit the expenditure of government assets to create and provide informational or educational materials regarding a matter that has qualified for the ballot. Such information or educational materials shall provide a fair, accurate and impartial presentation of relevant information relating to the matter that has qualified for the ballot. However, government assets shall not be expended to create and provide such informational or educational materials in the 90 days prior to the election unless specifically authorized by the Board of Supervisors or required by the Public Records Act or other law. G:\PUBLIC\RFQ\FY 2016-17117-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC 1E Quotation No. 17-020 Page 2 TABLE OF CONTENTS PAGE KEY DATES .................................................................................................................... 3 BIDDING INSTRUCTIONS ............................................................................................. 4 PARTICIPATION ........................................................................................................... 12 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE ............................................................................................ 15 REFERENCE LIST ........................................................................................................ 17 QUOTATION SCHEDULE ............................................................................................ 18 ADDITIONAL PRODUCTS ............................................................................................ 19 CHECK LIST ................................................................................................................. 20 G:\PUBLIC\RFQ\FY 2016-17\17-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC Quotation No. 17-020 Page 3 KEY DATES RFQ Issue Date: Deadline for Written Requests for Interpretations or Corrections of RFQ: RFQ Closing Date: September 30, 2016 October 11,2016 at 10:00 A.M. Questions must be submitted on the Bid Page at Public Purchase. October 21,2016 at 2:00P.M. County of Fresno Purchasing 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702 G:IPUBLICIRFQ\FY 2016-17117-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC Quotation No. 17-020 Page4 BIDDI N G INSTRUCTIONS The County of Fresno is soliciting bids to establish an agreement under which the successful bidder will provide first aid and safety supplies. LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do apply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). ISSUING AGENT: This RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor's sole point of contact with regard to the RFQ, its content, and all issues concerning it. INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements , specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation .finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing by October 11, 2016, 10:00 A.M. cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Heather Stevens at (559) 600- 7115. NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations . AWARD: The County of Fresno reserves the right to make the award on the basis of the entire group or on a per line item basis. The award will be made in a manner determined to be to the best advantage of the County. The County will be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO RE J ECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids . A UTHORIZED CONTACT: All communication regarding this RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFQ . Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ , 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 protest against the RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County's established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures . Second , in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. G:\PUBLICIRFQ\FY 2016-17117-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC Quotation No. 17-020 Page 5 NUMBER OF COPIES: Submit one (1) original and two (2) copies of your quotation no later than the quotation 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 quotation is to be appropriately marked "Original" or "Copy''. FIRM QUOTATION: All quotations shall remain firm for at least one hundred eighty (180} days. TAXES: The quoted amount must include all applicable taxes. If taxes are not specifically identified in the quotation it will be assumed that they are included in the total quoted. SALES TAX: Fresno County pays California State Sales Tax in the amount of 8.225% regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein . SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing quality and style . Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully describes items that you are bidding. No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown, the bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder. LITERATURE: Bidders shall submit literature, which fully describes items on which they are bidding, not later than the closing date of this bid. Any and all literature submitted must be stamped with bidders name and address. MERCHANDISE RETURNABLE FOR FULL CREDIT: Bidder agrees to accept for full credit any merchandise sold by him on contract or award resulting from this bid, if returned in good condition by the County. GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. PACKAGING: Each item listed in the bid gives as part of its description the minimum packaging size that the County would order. The County feels it more reasonable to order the successful bidder's standard "carton" sizes; therefore, each bidder is asked to fill in the information for each item. Normally the circumstances resort to minimum package size orders. Be sure to fill in your "standard" carton size on the quotation schedule if different from stated . Quote separate prices on each individual item in County unit of measure (i.e., EA, DZ, PG, not your standard carton price). SAMPLES: On request, samples of the products on which you are bidding shall be made available to the County. County will designate where samples are to be delivered. Successful bidder's samples may be retained for checking against delivery, in which case allowance will be made to vendor. VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements . MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. G:\PUBLIC\RFQ\FY 2016-17117-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC Quotation No. 17-020 Page 6 QUOTATION REJECTION: Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are for the contract period, and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination. CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. EXCEPTIONS: Identify with explanation, any terms, conditions, specifications or stipulations of the RFQ with which you CAN NOT or WILL NOT comply. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. SUBCONTRACTORS: If a subcontractor is proposed, complete identification of the subcontractor and his tasks shall be provided. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor. CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders. 3. Persons who, within the immediately preceding twelve (12} months, came within the provisions of Subsection (1 ), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders . 5. No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. G:\PUBLICIRFQIFY 2016·17117·020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC Quotation No. 17-020 Page 7 INVOICING: All invoices are to be delivered in duplicate to the ordering department. Each invoice shall reference the purchase order or contract no. The contractor shall obtain the "invoice to" address when receiving the order. PAYMENT: County will make partial payments for all purchases made under the contract/purchase order and accumulated during the month. CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years. RENEWAL: Agreement may be renewed for a potential of two (2) one (1) year periods, based on the mutual written consent of all parties. QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities. ORDERING: Orders will be placed as required by the various County Departments. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. G:\PUBLICIRFQIFY 2016-17\17-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC Quotation No. 17-020 Page 8 MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the items, which the bidder proposes to furnish, together with full descriptive literature on all items so enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of functioning and structural characteristics for those details which differ from the specifications listed herein. STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike manner. SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes and ordinances as may be required. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than 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. 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, !SO-Purchasing, 4525 E. Hamilton Ave., 2nd Floor, 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. G:\PUBLICIRFQ\FY 2016-17117-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES .DOC Quotation No. 17-020 Page 9 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. EPAYMENT OPTION: The County of Fresno provides an Epay 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 invo ice information are issued to the supplier's designated Accounts Receivable contact bye- mail remittance advice at time of payment. To learn more about the benefits of an Epay 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 . G:\PUBLIC\RFQ\FY 2016·17117 :020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC ACORD® eERT-IFieA-TE-OF-l:IABII:-rfY-INStJRANeE I DATE (MM/DDIYYYY) ~ I 5/13/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 22~k-?-CT Lori Hartman Bar locker Insurance Agency rt,gNJnFxtl: (559)431-3380 I FAX iAJc No\: (559)431 -5613 License #0580438 ~oMrf'd~ss : lhartman@barlocker. com 470 E Herndon Ave, Suite 100 INSURER(S) AFFORDING COVERAGE NAIC# Fresno CA 93720 INSURER A :Tokio Marine Special tv 23850 INSURED INSURER B ;American Fire and Casualty 024066 Jorgensen & Company INSURER C :Great American Alliance 26832 Jorgensen & Sons, Inc. INSURER D : 2691 s. East Ave. INSURER E : Fresno CA 93706 INSURER F: COVERAGES CERTIFICATE NUMBER·16-17 ALL LINES REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES . LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR 11~2h\5~, ~~2h~%/M-Y, LIMITS LTR ltJ~R lwvn POLICY NUMBER GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 -~~~~~~l?E~~~~u~~nce\ ~ PMMERCIAL GENERAL LIABILITY $ 100,000 A CLAIMS-MADE [i] OCCUR i£'PK1350620 6/17/2016 6/17/2017 MED EXP (Any one person) $ 5,000 - PERSONAL & ADV INJURY $ 1,000,000 - GENERAL AGGREGATE $ 2,000,000 - ~·L AGGRFx!E LIMIT APnS PER: PRODUCTS · COMP/OP AGG $ 2,000,000 POLICY X ~fR-i LOC $ AUTOMOBILE LIABILITY PE~~~~~~~~~INGLE LIMIT $ 1 000 000 - ANY AUTO BODILY INJURY (Per person) $ B x ALL OWNED ,--SCHEDULED !BAAS6139223 6/17/2016 6/17/2017 BODILY INJURY (Per accident) $ x AUTOS r-x AUTOS NON-OWNED ~p~?~gc~d:~t?AMAGE $ HIRED AUTOS AUTOS f--r-- Physcial Damaoe Perils $ X UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ 5,000,000 f-- A EXCESS LIAB CLAIMS -MADE AGGREGATE $ 5,000,000 OED I I RETENTION$ i£'UB503077 6/17/2016 6/17/2017 $ c WORKERS COMPENSATION X I T~~~I~JI~S I I OJ~· AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE D N/A E.L. EACH ACCIDENT $ 1 000 000 OFFICER/MEMBER EXCLUDED? WC127971600 6/15/2016 6/15/2017 (Mandatory in NH) E.l. DISEASE· EA EMPLOYEE $ 1 000 000 II yes, describe under DESCRIPTION OF OPERATIONS below E.l. DISEASE· POLICY LIMIT $ 1 000 000 A Contractors Pollution PPK1350620 6/17/2016 6/17/2017 LimiVO cc $1,000,000 Liability Deductible $5,000 DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule , if more space is required) RE: QUOTATION NO. 345-3942. COUNTY OF FRESNO ITS OFFICERS AGENTS AND EMPLOYEES INDIVIDUALLY AND COLLECTIVELY ARE NAMED AS ADDITIONAL INSURED BUT ONLY INSOFAR AS THE OPERATIONS UNDER THIS AGREEMENT ARE CONCERNED. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF , NOTICE WILL BE DELIVERED IN County of Fresno ACCORDANCE WITH THE POLICY PROVISIONS . Purchasing Unit AUTHORIZED REPRESENTATIVE Attn: Cathi J. Peters 4525 E. Hamilton Ave. Fresno I CA 93702 ~Y._e,;-~· Lori Hartman/LOHART ' ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All nghts reserved. INS025 l ?o1on." 01 Tho l1.f"::()Rn n::::.rno :::~nrl lnnn ~ro r-onic:.tororl rn~rkc:. nf l\.l::nRn Quotation No. 17-020 BIDDER TO COMPLETE: Name of Insurance Carrier: Public Liability: Automotive Insurance: Worker's Compensation: Expires: l\ /lr1 0 0 r. uc n \=-'1'12 , ~k , (1--£·-d t'\.ri:xpires: I c=;; ll) GrvJ :A WI f/l;'c,,_, .Jt 1/ttv"'\(.i Expires : Proof of maintenance of adequate insurance will be required before award is made to vendor. Page 10 !;; lrz/;7 b/t7!t7 &Lt5'lt7 11-t li. ;p' l;wfv/ ~ tZ I 1 l. .i{t{ r._ uJa&uff /f~ -J--Jl/snlv6.;M( 11-(1/JO'v~ Is v;jl.._ /v/c4tfl.~"-vll -ri r ftZL---;4 (-,(A-t~,( /ire. .. 1 r ) ' . , ~c~-fnMj d5 /t ~VV;P.;.S!y t'ftniJd /aS 5ftat:f!-i.</ Ill f!t?Je ~ GUARANTEED PICK UP AND/OR DELIVERY: Bidder will be considered in award of bid only if they can guarantee. Enter guarantee on this line (i.e. number of days from receipt of order to delivery): 3-17 d_"-J> t-:)tV( RCvtif t1 r v/vf-<4 tfJc llt( CN fr/f.if·tf i/-~ ;11-5 By: -~}J thA /' (Autho1jd~ifa~91nk) · MINIMUM ORDER: Bidder to state minimum order quantities and charges for less than minimum order ql,lantity (if not stated it will be assumed there are none). 6 f) r-0..> • < ..c fi f \)0 (' IP t.-7 ~ )'\1\(t'\lt\1\v'M. c...har~-<-tvl e{Cwv•\-+-c...ka.J.acs 1 0-i\Jr r_afk BONDS: PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. BONDING COMPANY: The company issuing bonds shall be a corporate surety admitted by the California Insurance Commissioner to do business in the State of California with an AM Best rating of B++ VIII or better. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFQ. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. G:\PUBLIC\RFQ\FY 2016-17117-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC Quotation No. 17-020 Page 11 AUDITS AND RETENTION: The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three 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. G:\PUBLIC\RFQ\FY 2016-17117-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC Quotation No. 17-020 Page 12 BIDDER TO COMPLETE THE FOLLOWING: PARTICIPATION The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties. Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by one of the other agencies. Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless . If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. 1/1 Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley L.J Purchasing Group and other tax supported agencies. D No, we will not extend contract terms to any agency other than the County of Fresno. ] Title G:\PUBLIC\RFQ\FY 2016-17\17-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC --. Quotation No. 17-020 Page 13 COUNTY OF FRESNO LOCAL VENDOR BID PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE The Local Vendor and Disabled Veteran Business Enterprise Preferences apply to this RFQ _ Whenever the CAO purchases supplies, materials and/or equipment for the County through the use of competitive bids, the CAO, in evaluating the price or bid for such supplies, materials and/or equipment shall determine if each bidder is a Fresno County Local Vendor (FCLV) and/or a Disabled Veteran Business Enterprise (DVBE). Bidders that are either an FCLV or a California State Certified DVBE may be granted a preference when determining the award of a bid. FCLV and DVBE, for the purposes of this section, are defined below. A. Fresno County Local Vendor (FCLV) 1. The vendor has its headquarters, distribution point or locally-owned franchise located in or having a street address within the County for at least six (6) months immediately prior to the issuance of the request for competitive bids by the CAO; and 2. The vendor holds any required business license by a jurisdiction located in Fresno County; and 3. The vendor employs at least one (1) full-time or two (2) part-time employees whose primary residence is located within Fresno County, or if the business has no employees, shall be at least fifty percent (50%) owned by one or more persons whose primary residence(s) is located within Fresno County. B. Disabled Veteran Business Enterprise (DVBE) A vendor must be certified by the State of California as a Disabled Veteran Business Enterprise (DVBE) as of the close of the competitive bid process in which they are participating. State certification as a DVBE is issued by the California Department of General Services. Other Conditions 1. Any vendor claiming to be a FCLV as defined above, or a DVBE shall so certify in writing to the CAO. The CAO shall not be required to verify the accuracy of any such certifications, and shall have sole discretion to determine if a vendor meets the definition of a FCLV. 2. Any person or business falsely claiming to be a FCLV or DVBE under this section shall be ineligible to transact any business with the County for a period of not less than three (3) months and not more twenty- four (24) months as determined at the sole discretion of the CAO. The CAO shall also have the right to terminate all or any part of any contract entered into with such person or business. 3. In the event that the CAO rejects a vendor's claim that they are a FCLV and/or a DVBE, and as such declares them to be ineligible, such vendor shall be entitled to a public hearing before the Board of Supervisors and a five (5) day notice of the time and place thereof. 4. This section shall not apply to contracts required by state or federal statutes or regulations to be awarded to the lowest responsible bidder or otherwise-._exempted from local preference. Preferences FCLVs and DVBEs that submit a bid within five percent (5%) of the lowest responsive and responsible bid will, under certain specified circumstances, qualify to submit a new bid within two County business days of County's notification. Such new bids must be in an amount less than or equal to the lowest responsive and responsible bid previously determined by the CAO. If the CAO receives new bids from qualifying FCLVs and/or DVBEs, he shall award the contract to the FCLV or DVBE that submits the lowest responsive and responsible bid. If no new bids are received, the contract shall be awarded to the original low bidder as announced by the CAO. The lowest responsive and responsible bid shall be solely determined by the CAO. G:\PUBLIC\RFQIFY 2016-17117-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC Quotation No. 17-020 Page 14 The CAO will consider the following four categories of bidder relative to the Fresno County Local Vendor Preference and the Disabled Veteran Business Enterprise Preference. Vendor Preference Categories 1) FCLV-Fresno County Local Vendor as defined above. 2) DVBE -Disabled Veteran Business Enterprise as defined above; a DVBE is not also a FCL V unless specifically designated as such. 3) FCLV & DVBE-A vendor that is both a Fresno County Local Vendor and Disabled Veteran Business Enterprise as defined above . 4) VNP-Vendor No Preference; A vendor that is neither a Fresno County Local Vendor nor a Disabled Veteran Business Enterprise. The following table identifies the various combinations of vendor preference categories that could be received in response to an RFQ. It also indicates when a vendor qualifies for a re-bid under either the FCL V or DVBE Preference. The first column of the table identifies the Vendor Preference Category of the bidder that the CAO has determined to be the lowest cost, responsive and responsible bidder. Each vendor preference category is shown in the columns to the right. The table indicates when a vendor category qualifies for a re-bid relative to the low bid category in the first column (read left to right). Low Bid Submitted by FCLV& DVBE FCLV DVBE VNP Vendor Preference Category (Not a FCLV) FCLV & DVBE No Re-bid No Re-bid No Re-bid No Re-bid Award to Low BidNo Re-bid Opportunity Opportunity Opportunity Opportunity Opportunity VNP May Re-bid May Re-bid May Re-bid No Re-bid Award Subject to Preference Re-bid when within 5% when within 5% when within 5% Opportunity of low bid of low bid of low bid FCLV May Re-bid No Re-bid No Re-bid No Re-bid Award Subject to Preference Re-bid when within 5% Opportunity Opportunity Opportunity of low bid DVBE May Re-bid May Re-bid No Re-bid No Re-bid (Not a FCLV) when within 5% when within 5% Opportunity Opportunity Award Subject to Preference Re-bid of low bid of low bid Applying the Preferences In determining the award of a Request for Quotation (RFQ), the CAO will first identify the lowest cost responsive and responsible bidder, and award will be made to that vendor when such vendor is both a FCLV and a DVBE. ' If the lowest such bidder is not an FCLV, it will be determined if the Local Vendor Preference and/or the DVBE Preference are applicable to other bidders. The preferences will then apply to bids submitted by FCLVs and DVBEs that are within 5% of the designated low bid. The vendors submitting bids that are within the 5% will be granted an opportunity to submit a new bid. It must be stressed that in the event of a tie between a FCLV and a DVBE that is not a FCL V, the FCL V shall take precedence in award of the contract. This condition is necessary to remain consistent with Fresno County Charter Section 12 (h), which specifically calls for a preference to local vendors . When the lowest responsive and responsible bidder is a FCLV, other bidders who are both FCL Vs and DVBEs will have the opportunity to re-bid. When the lowest responsive and responsible bid is from a non-local DVBE, all FCL Vs will be offered a re-bid opportunity. G:\PUBLICIRFQ\FY 2016-17117-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC Quotation No. 17-020 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR Page 15 DISABLED VETERANS BUSINESS ENTERPRISE The Fresno County Local Vendor Preference (FCLV) and the Disabled Veteran Business Enterprise Preference (DVBE) are applicable to this Request for Quotation as previously explained. Qualified Vendors that desire consideration as a FCLV and/or a DVBE under this RFQ must complete the "Statement of Local Vendor Certification" and/or the "Statement of DVBE Certification", each is included below, and submit it/them as a part of their quotation. Late submittals of these certification forms will not be considered. Submission of either or both certifications will qualify the vendor for treatment as a local vendor or a DVBE for purposes of this RFQ only. The certification(s) made under this RFQ do not qualify the vendor for a preference under any other RFQ. NOTIFICATION OF RE-BID If a vendor's bid qualifies under the Fresno County Local Vendor Preference or the DVBE Preference, the vendor will be notified of his/her opportunity to re-bid . If so notified, the Vendor must submit his/her re-bid within two County business days of notification. Notification will be issued by e-mail or Fax, whichever is preferred by the vendor. Notification to Vendor shall be considered complete upon County's transmission of e-mail or Fax. It will be the vendor's responsibility to check his/her e-mail or Fax messages for notification. The vendor's delay in retrieval of his/her notification will not alter the two (2) County business day period allowed for re-bid submission. FCLV or DVBE TO COMPLETE: Indicate ONE method for notification of re-bid opportunity by providing the appropriate e-mail address or Fax number. Submit this document as a part of your quotation. E-Mail Address or Fax Number (Identify contact person) G:\PUBLICIRFQIFY 2016-17117-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC Quotat ion No. 17-020 STATEMENT OF LOCAL VENDOR CERTIFICATION COUNTY OF FRESNO Page 16 Qualified local vendors desiring consideration under the Fresno County Local Vendor Preference must complete the following and submit with their quotation (print or type). J l (--.{ ~()v""''l (title) J J It/( -tfl S t:.l\ (i)yv._ ( IL tAj J (Company Name) of/for Certify that (Company Name) Is a Fresno County local Vendor as defined within this RFQ and therefore qualifies for the Local Vendor Preference. /0 -(q-( b Date (Print Name) STATEMENT OF DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION Qualified vendors desiring consideration under the Fresno County DVBE Preference must complete the following and submit with their quotation (print or type). (ind ividual subm itting bid) (title) of/for Certify that (*Company Name) (Company Name) Is a Disabled Veteran Business Enterprise certified by the State of California and therefore qualifies for the DVBE Preference . State of California DVBE Certification Number: Signature (In Blue In k) Title Date (Print Name) *Company name on file with the State of California DVBE program. G:\PUBLIC\RFQ\FY 2016-17\17-020 FIRST AID & SAFETY SUPPLIES\17 -020 FIRST AID & SAFETY SUPPLIES.DOC Quotation No. 17-020 Page 17 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: ------------------------------------- REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. Be sure to include all requested information. Reference Name: CuI i fb r tA i 6\ Da i. r; ·t 5 Contact: Address: /'5'5 F. S·trut City: fY t'5t\v Phone No .: ( 5 71 ) -1--73-515'-f Date: State: CP-Zip : ,...:---- tO I I '1 Service Provided : f\1\ ~~_t tip k "54 f:iv f rv t( u e-f5 -r 5 -<-C vi L.e s ··R~f~;~~~~N~~~t ··· ,,,,j,,.,.,[t gr:~;,··~ :<·•~ ·t?/ot.J ''···: ::;•:• · .· ...... : ., ''\~~~~~~{'<•···· 'J"t "S; ::_' '·'j:(/!~~·;t;((t_ ·<'''·'< ''C''"'' Address: Lf 1. 0 F, 5 fr .a. r City: 0 mtJ;f L Phone No.: ( 571 ) IJJ.-1-( -{ tl & Date: Service Provided: Jv\1-1. 1-hf }c '5 11 P{..q &rvtf..uc..f-5 State: L/1- !0 /r '1 Zip: 9 3.l--'-l 5 ... :~:::;~ N~(i;~; ' ' "~~; ~~:s~ ~ ~,4 '': '~\ii'E :·:yi;;~;;;"""' GTI:1 ' ··.· . •fJ;;·r;,rZ''" , ' ' ' City: c_ ( o v \5 State: C.:A Zip : q 7b I 2- Phone No .: ( SS'~ ) ?2-,G-I You Date: _1_0-'/_r:.....c-'-! _______ _ Service Provided: IY\y.i-ltpl( 'S~ (<--6[ floA.;c.fs r 5-e lVI us "R~i~;~~~~-·N~;r;~~ " .. , .. "" ... ,., '?N ;~·t·'· 'it~'/P 'f ';J "'<''57~ ~~ t"'DJ.f c~~-~~~~~-··, ,. .... :1'76 ''~·· 'Ve.·r:r5'fi:rc '::fiiJ?Ji 't~s Address: L.?Lt~ ~\Aac,'p o 5tt 5 ·iY-(e.r- City: H 't ':;>1\.D State : Ck Zip : '1 'S 7;2-i Phone No .: ( -5§'1 ) Lts'7-·?7(,'7 5 Date: Service Provided: --I'V\1-1-( t/9~ Scl f-(_9 e 10 Jvc--f:; y. .5~ II, LC5 Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. G:\PUBLICIRFQ\FY 2016-17\17·020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC Quotation No. 17-020 Page 18 QUOTATION SCHEDULE Vendor Name: Description Item Brand Price Alternate Number UOM Alcohol Prep Pads 1-ft;Ofo Hr~r-t-$ J ~ (, PVP iodine antiseptic swabs, 10 per box OY'lf Httrt $ 'J, l-{!J Wound Wipes , 20 per box ~Itt£( H«-r+ $ ''7~ 1" x 3" adhesive bandage, 16 per box 0 II D H{).r+ $ ~ '-11 Antiseptic spray, 3 oz. Pump style '2fll 1( HAr r-$ ) l (otf 1" x 5 yd adhesive tape, sterile-in plastic spool \~I L-J Ha.' ~ $ I y 2-.D Cotton tipped applicators, 6", 100 packets of 2 ea. I I 5'7 HILrt $ [. '2--5 4 oz. Buffered eyewash 4'l3o rl tL r t $ I , '7'/ Eye cups, 6 per vial 'l7lJL( H /{I j-$ '· 1..3 1"x 10 yd . sterile gauze bandage I 'lOt-, kttr r $ f (p{p 2" x 10 yd. Sterile gauze bandage 11D'7 t)Ar t-$ \. o I 3" x 10 yd . Sterile gauze bandage I 'I Do HI( r +-$ L'U Gauze pads, 2" sterile, 10 per box (1>3:2-Httrt $ • l-1 I Gauze pads , 3" sterile, 4 per box 1~33 Ha_rf $ t"' (o Non-adhering adhesive pads, 2"x 3", 10 per box 'LJ'3) Hvtrt $ LY!o Bacitracin antibiotic ointment, .9 gram, 25 per box 101-Jtlll ~ Svh t.-~ ·'1. $l.{,~(P Instant cold pack, 1 per box 0515 Hurf-$ • L.jq Triangular bandage, non-sterile 'L345 Hart $ .i-12- 3" offset bandage compress, 2 per box ot?..J Hcu-t $/,~() Sterile eye pads, 4 per box D2.70 !iarr $ (' 1...!, Micro shield clear mouth barrier for CPR () 5Y5 Hof t $ Lf,tiq Scissors and tweezers, 1 of each per box 0652-·Hart $ I (_[ Lf 3M hypoallergenic paper tape )tJ3D-( -:5 •"Vt $ ; ;1'1 Disposable nitrile gloves, 2 pr. per box , 1 size 6 5'6 (o ·Hr~r-t $ #50 Empty 2 shelf industrial first aid kit w/ pouch ()'13 2-Hru-r $.'-1, q 0 15.5" X 10.5'' X 5.34" Empty Unitized first aid kit for vehicles O<ti45 HA r+· $fo,&l.f Flares-30 minute 0'73 0 0 (' i 0 "l $ /; '1&> Emergency blankets-54" x 80" 'U1 t-~ Mk r t-$ '5 , l.-{1 (\ • 1 .1-. r ·;z.. · +-r · N"o c.r or ,y, t r ~ \.ov V\1 1 ~kjS(t:;£).1\ t-v ;l (\v\ a c u f+ «lr<-/',ta i C:. To r 1/ic.t• r.c.1"' • / ·f,;.;~c:. C<nt--:l-:>\'i)-ht.. o i'll+"".:.~r f')o7 tlLC-<pt-"'f . G:\PUBLICIRFQ\FY 2016 -17117-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIE S.DOC Quotation No. 17-020 Page 19 ADDITIONAL PRODUCTS Vendor Name Jor1 U-J1.5et~~ G,u~4 ~:J The County may require additional items other than those stated on the Quotation Schedule. List below those manufacturers that your company offers. Provide the date and a copy of the current catalog being bid. FAILURE TO PROVIDE PRICING STRUCTURE ON ADDITIONAL ITEMS MAY BE CAUSE TO REJECT BID. Manufacturer/Company Date of List/Catalog %Discount H OV\ (-"/ r,V<.,-?( SitFch1 fatu t~.1 5 C{J(.. " v L; h i:+-lf G--Ldttt-.J->~fdv I I 3YVl -Htt( t-Hod fi1 ... s~tF<--~ r f(JCI. 1-v'\5 \y liM l-t\.. fS DJ r c A/t- Ckl L.MfO f f u+ -ecA1 "'"-,ftt p. . ./ Q C..L-V ~'\ v •""'-: i f !t-~ otly V\.-L p J v ·'1 r ttl"\ e.--t< A-L G"-For {Ill. Please state your delivery charge here: ov-er ~ IDD~ CU./ ll.t.l.r 0(( VPN (t~v~sr {0-15% v /0-i 5 ()/o I I to-i5uro . ~J 10 ~i (0 I I fJ-l5'Yv iv-i5"/o I I lo-I'>J/.; ro -l 5~0 l ( lu-15<Vo }0-15 "/v I ( (a-i S·~o IS fY CL (I fUc. <-l1 "/1-r ctlC U.i.t il k•J5 -i-9 cti/Cl•(Ctb~t vfov<. ((tJv~..>+• !V\ t1 1\.'j V ( •\~( .>r Vtll-vL-S .£-U -if d I jfc c.ja. ( +-( \ r5tS. G:\PUBLICIRFQ\FY 2016-17117-020 FIRST AID & SAFETY SUPPLIES\17-020 F Quotation No. 17-020 Page 20 CHECK LIST This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1. / 2 . / t/ 3. / 4 . 7 5 . . / 6. ../ All signatures must be in blue ink. The Request for Quotation (RFQ) has been signed and completed . One (1) original and two (2) copies of the RFQ have been provided . Addenda, if any, have been completed, signed and included in the bid package. The completed Reference List as provided with this RFQ. The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed in ink . 7. / Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ . 8 . 9 . 10 . / / / j / 13 . ~ 11. 12. The Participation page as provided within this RFQ has been signed and included The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section (if applicable) has been completed signed and included. Bidder to Complete page as provided with this RFQ . Specification, descriptions etc. for items offered under bidder(s) quotation. A description of the design and techniques that the bidder will use to complete the project. Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc. transmitting your bid include the following information: County of Fresno RFQ No. 17-020 ----------------------------------~· Closing Date : October 21, 2016 Closing Time: -=2:....::0c..::O_.:P_.:.c:..::M..:.:. __________________________________ --:11 Commodity or Service: First Aid & Safety Supplies ················· ---······················· J Return Checklist with your RFQ response. G:\PUBLICIRFQ\FY 2016-17\17-020 FIRST AID & SAFETY SUPPLIES\17-020 FIRST AID & SAFETY SUPPLIES.DOC ... • :!.. ~ Qrl3 ~'-t1 I COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFQ NUMBER: 17-020 FIRST AID AND SAFETY SUPPLIES Issue Date: October 11, 2016 IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER'S NAME MARKED CLEARLY ON THE OUTSIDE TO: COUNTY OF FRESNO, PURCHASING 4525 EAST HAMIL TON AVENUE, 2nd Floor FRESNO, CA 93702-4599 \CLOSING DATE OF QUOTATION WILL BE AT 2:00 P.M., ON OCTOBER 21, 2016.\ QUOTATION WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:01 P.M. All quotation information will be available for review after contract award. Questions must be submitted on the Bid Page at Public Purchase or contact Heather Stevens, at (559) 600-7110. NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 17-020 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN IN BLUE INK AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. Please see attached Questions and Answers. ACKNOWLEDGMENT OF ADDENDUM NUMBER One (1) TO RFQ 17-020 COMPANYNAME: Jort:"5<•1 loM~ttAJ 7]1 ~1 _I LA~ (PRINT} SIGNATURE (In Blue Ink): ;=l;o'(~ La~~~ j t tf '{ Ovt ~1 St-. Its \1\t\ a. ol\.il~f ( NAME & TITLE: ~ ~ (PRI ) Purchasing Use: HS:st ORG/Requisition: 89250100, 31113229/8921700180, 311704040 G:\Public\RFQ\FY 2016-17\17-020 First Aid & Safety Supplies\17-020 Add 1.doc (1 0/2015) Addendum No. One (1} Request for Quotation Number: 17-020 October 11,2016 QUESTIONS AND ANSWERS Q1. Can we get a recap of the current Contract pricing and Vendor? A 1. Please see attached Jorgensen Company Order Form. Q2. Are there any estimated annual usages per line item? A2. No, contract award will be based on entirety of Quotation Schedule. Page 2 Q3. Can you provide the dimensions needed for the empty unitized first aid kit for vehicles? A3. Bidder is to provide dimensions and pricing for the vehicle first aid kit. Q4. Also, do you first aid stickers on these empty kits? A4. Yes. QS. After reviewing RFQ 17-020 we are seeking clarification regarding: PAGE 6, Prices and PAGE 7, Contract Term: When I read each section I am unsure if you are asking the winning Bidder to hold their pricing for 3 years? As a supplier we receive manufacturer price increases annually. AS. Yes, prices shall be firm/or the contract period of three (3) years. Q6. Also would it be possible to get a copy of the last awarded contract? A6. Please see attached Jorgensen Company Order Form. G:\PUBLIC\RFQ\FY 2016-17\17-020 FIRST AID & SAFETY SUPPLIES\17-020 ADD 1.DOC