SHASTA COUNTY REQUEST FOR QUOTES RFQ 11-15



Similar documents
CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

COC-Insurance Requirements Page 1 of 9

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

SAMPLE SERVICES CONTRACT

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and


AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

BROKER AND CARRIER AGREEMENT

INSURANCE REQUIREMENTS FOR VENDORS


CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and

CITY OF BONITA SPRINGS, FLORIDA RFP #

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

NPSA GENERAL PROVISIONS

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

Schedule Q (Revised 1/5/15)

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES

Stephenson County, Illinois

How To Work For A City Of Germany Project

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

EXHIBIT B. Insurance Requirements for Construction Contracts

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

5. Preparation of the State and Federal Single Audit Reports.

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL

How To Write A Contract Between College And Independent Contractor

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number:

Department of Purchasing & Contract Compliance

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

City of Boulder, Colorado. Request for Proposals RFQ # Pest Control

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT

1. Applicants must provide information requested in the section titled Required Information.

INDEPENDENT CONTRACTOR AGREEMENT

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

QSP INFORMATION AT A GLANCE

INDEPENDENT CONTRACTORS AGREEMENT

PURCHASE ORDER TERMS AND CONDITIONS

ADDENDUM NO. 1 TO RFP : Locum Tenens Referrals

Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

SCHENECTADY CITY SCHOOL DISTRICT

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT PROJECT

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

CONSULTANT AGREEMENT

CONTRACT INSURANCE REQUIREMENTS

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME

CERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation

6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property

BENTON COUNTY PERSONAL SERVICES CONTRACT

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

Right-Of-Entry Permit

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE

5.2 Insurance Requirements The Highway Commissioner VTHD VTHD VTHD additional insured; Vernon Township Highway Department

Village of Nakusp RFQ Source Protection Plan

CITY OF POMONA. Request for Qualifications and Proposals. For

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

Request for Proposals for Upgraded or Replacement Phone System

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

Insurance Requirements for Contractors (Without Construction Risks)

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

To receive consideration, bids must be submitted in accordance to the following instructions:

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

Sidewalk Rehabilitation Program

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

BRITISH SOCCER CAMP A G R E E M E N T

Transcription:

Issued by: Date Issued: May 23, 2011 Shasta County Department of Support Services Purchasing Division 1450 Court Street, Suite 348 Redding, CA 96001 Reference: RFQ 11-15 Fire Department Propane Closing Date: June 8, 2011 @ 3:00 p.m. Sealed Responses to this Request for Quotes (RFQ) are subject to: (1) the Terms and Conditions of Requests for Quotes (Exhibit A, attached and incorporated herein by reference); (2) such other contract/agreement provisions as may subsequently be agreed upon; (3) the Specifications (Exhibit B, attached and incorporated herein by reference); (4) the Schedule (Exhibit C, attached and incorporated herein by reference); and (5) the Cost Estimation spreadsheet (Exhibit D). The Shasta County Support Services Purchasing is requesting quotes for propane service for various Shasta County Fire Stations located across Shasta County. The process for responding to this RFQ is as follows: I. Submission of Responses ONE original and TWO copies of your Response are required. All Responses shall be delivered to: Shasta County Department of Support Services - Purchasing Division located at 1450 Court Street, Suite 348, Redding, CA 96001. All Responses must be clearly labeled as Responses to this RFQ 11-15 Fire Department Propane. All Responses must be received before 3:00 p.m. on June 8, 2011. Responses received after 3:00 p.m. on June 8, 2011 will not be considered. Mailed Responses not received before 3:00 p.m. on June 8, 2011 will not be considered, even if postmarked before 3:00 p.m. Faxed and emailed Responses will not be accepted. Please feel free to attach additional pages of specifications regarding your equipment/product, or pages with additional relevant information, to your signed Response, which must be clearly labeled as a Response to RFQ 11-15 Fire Department Propane. The format and content for each response shall be identified in the Specifications (Exhibit B). For additional information please contact: Shasta County Fire Department /CAL Fire Julia Hayen, Staff Services Analyst 875 Cypress Avenue Redding, CA 96001 Voice: (530) 225 2516 E mail: Julia.Hayen@fire.ca.gov Shasta County RFQ 11-15 Fire Department Propane Page 1 of 10

RESPONDERS MUST FILL IN APPROPRIATE SPACES AND BOXES BELOW (Please Print or Type) (1) Responder represents that he/she/it is a regular dealer in, manufacturer of, the product(s) and/or service(s) quoted upon. (2) Responder operates as an individual, partnership, corporation, incorporated in the State of other entity (Specify): Responder agrees to provide the requested service(s) and/or product(s) on the terms and conditions stated in the Response for days after the deadline for receipt of responses. COMPANY NAME CONTACT NAME STREET ADDRESS CITY STATE ZIP CODE: PHONE NUMBER: FAX NUMBER: E-MAIL ADDRESS SIGNATURE OF PERSON AUTHORIZED TO SIGN RESPONSE PRINT OR TYPE SIGNER'S NAME AND TITLES Shasta County RFQ 11-15 Fire Department Propane Page 2 of 10

Exhibit A COUNTY OF SHASTA Department of Support Services, Purchasing Division TERMS AND CONDITIONS OF REQUESTS FOR QUOTES The following terms and conditions (the Terms and Conditions ) apply to solicitations by the County of Shasta, Department of Support Services, Purchasing Division ( County ), for Requests for Quotes (an RFQ ). For the purposes of these Terms and Conditions, an RFQ is an invitation by the County for the provision of particular service(s) or product(s), including the price thereof, meeting specific criteria. The primary focus of an RFQ is upon the price a person/entity submitting a response (the Responder ) proposes to charge for the particular service or product the County desires. While the price is a primary factor, it is not the only factor and the County is not required to enter into a contract/agreement with the particular Responder who submits the lowest price. 1. RESPONSES TO RFQ s. Responses to RFQ s ( Responses ), modifications, and requests for withdrawal thereof, received after the deadline for receipt of the Response will not be considered. Telephoned Responses or those sent by facsimile ( FAX ) or email will not be accepted. Responses shall be written in ink, typewritten, or written using a word processing program/printer. Prior to submitting a Response, mistakes may be crossed out and corrections inserted adjacent thereto and must be initialed in ink by the person signing the Response. Prices proposed in an RFQ shall include all costs of packing and of transportation to the delivery point or points indicated in the RFQ, including applicable sales and use taxes, unless otherwise specified. Unless stated otherwise in the RFQ, a Response may be tendered for any item or group of items, or portion thereof, of the service(s) or product(s) specified in the RFQ. Unit prices, a total price for each group of units, and a grand total may also be provided in the Response, depending upon the specifications of the RFQ. In case of a conflict between a unit price and the total price(s), or the grand total, the unit price, multiplied by the number of units to be provided, will govern. Unless stated otherwise in the RFQ, a Response may be tendered for any one service or one product, or group of services or products, or portion thereof, of the service(s) or product(s) specified in the RFQ, or for all the services or products sought by the County. When a particular brand or make of a product is specified in an RFQ, an "equal" brand or make will be considered by the County. However, in such cases, the Responder must establish that the alternate brand or make is equal to or better than the specified brand or make, and indicate the brand name, model, and catalog number of each item listed as an alternative. Unless otherwise indicated in the Response, the brand or make specified in the RFQ shall be furnished if the RFQ is accepted by the County and a contract/agreement between the Responder and the County is executed. Shasta County RFQ 11-15 Fire Department Propane Page 3 of 10

The time, date, and location for delivery of the service(s) or product(s) shall be as specified in the RFQ or the contract/agreement between the Responder and the County. Delivery time, if stated in days, includes Saturdays, Sundays, and holidays. Responder may propose in the Response alternate times, dates, and locations for delivery of the service(s) or product(s) for the County s consideration. Samples of products, when required by the specifications of the RFQ, must be submitted within the time specified and at no expense to the County. If not destroyed by testing, or if not required for the purpose of inspecting deliveries during the term of the contract/agreement between the Responder and the County, samples will be returned to the Responder at the County's expense. The services and products described in a Response must conform to the safety orders of the State of California, Division of Industrial Safety and with all applicable federal, state, and local laws, ordinances, regulations, rules and policies. Only current product models as offered by manufacturers will be accepted. All products offered must be new and unused unless otherwise specified in the RFQ. 2. LOCAL PREFERENCE. Unless otherwise stated in the specifications of the RFQ, or unless prohibited by law, a five percent preference not to exceed $10,000.00 shall be granted to qualified Responders. To qualify for local preference, a Responder must either submit a copy of a current city business license, issued by a city within the geographical boundaries of the County of Shasta, or complete and sign a declaration under penalty of perjury, stating that as of the date the RFQ was issued, the Responder s business was physically maintained and operated at a fixed office or other business premises located within the geographical limits of the County of Shasta, and providing such other information as may be requested by the County. 3. EVALUATION AND SELECTION PROCESS Unless otherwise stated in the specifications for the RFQ, an evaluation panel, made up of persons selected by the Shasta County Director of Support Services (or designee), will review and rank each response. Reviewed and ranked criteria may include but are not limited to: 1. The price identified for the service(s) or product(s). 2. The clarity, conciseness, and completeness of the response. 3. Satisfaction of the identified specifications for the service(s) or product(s). 4. The quality and reputation of the service(s) or product(s) and of the Responder. 5. Such other factors as the evaluation panel may deem appropriate based upon a review of the responses submitted. After the evaluation panel has ranked the Responders, the County may enter into negotiations with the top ranked Responder regarding the terms and conditions of a contract for the provision of the requested service(s) and product(s); or the County may, in its sole discretion, elect to reject all submitted Responses and terminate the RFQ process. If an agreement to enter into a Contract cannot be reached with the highest ranked Responder, then the negotiations with that Responder will be terminated. Negotiations will then be opened with the next ranked Responder and the process repeated, or the County may elect to reject all submitted Proposals. Shasta County RFQ 11-15 Fire Department Propane Page 4 of 10

In any event, once negotiations with a particular Responder are terminated, the County will not reopen negotiations with that Responder. 4. RESERVATIONS. Notwithstanding any other provisions, the County reserves the right, in its sole discretion, to accept or reject any or all Responses, or any part thereof; to reject any Response for failure to submit the Response in conformity with the requirements of the RFQ and these Terms and Conditions; and to waive informalities and irregularities in a Response, if deemed to be in the best interest of the County. The County reserves the right to cancel this RFQ process at any time. In addition, the County reserves the right to waive any deviations from the requirements or specifications of an RFQ that are included in any Response. Solicitation of an RFQ does not commit the County to finalize any contract/agreement with a particular Responder, to pay any costs associated with the preparation of any Response, and/or to enter into a contract/agreement with the Responder submitting the least costly Response. The County reserves the right to enter into negotiations with, and to finalize a contract and its terms with, the Responder that, in the sole discretion of the County, submits the Response that is in the best interests of the County. 5. VALID CONTRACT. Receipt of an Official Purchase Order of the County of Shasta covering the supplies, materials, equipment, or services as described in the Response to an RFQ will indicate acceptance of the Response and will constitute a contract to purchase (unless a separate contract or agreement is otherwise entered into between the Responder and the County). 6. DISQUALIFICATION. Unless a Responder provides all the information requested in the RFQ, the Response may, at the sole discretion of the County, be disregarded and given no consideration. Any Responder who attempts to influence the RFQ process by interfering or colluding with other Responders and/or with any County officer, employee, or agent; or who deviates from the RFQ process as set forth in the requirements of the RFQ and/or in these Terms and Conditions, may be disqualified at any time from further participation in the RFQ process. Responders are specifically directed not to contact any person other than the designated County contact person listed in this RFQ for meetings, conferences, information, or technical discussions related to this RFQ. Failure to comply with the preceding sentence may result in a Responder being disqualified from this RFQ process. No questions regarding this RFQ will be answered by other County staff. The RFQ process shall extend until the date stated on the County s written notice of intent to award a contract or the date stated on the County s written notice of cancellation of the RFQ process that will be issued to Responders. 7. RETENTION OF RESPONSES/PUBLIC RECORD. All Responses shall become the sole property of the County. The County reserves the right to use any ideas in a Response regardless of whether that Responder is selected to enter into a contract/agreement with the County. At such time as a Responder is selected and a contract/agreement is finally Shasta County RFQ 11-15 Fire Department Propane Page 5 of 10

negotiated, all Responses and related documents become a matter of public record, with the exception of those parts of each Response which are clearly designated by the Responder as business or trade secrets and marked as confidential or proprietary. The County, however, shall not in any way be liable or responsible in connection with the County s disclosure of any Response or any part thereof, if disclosure is required by the California Public Records Act (Gov. Code, 6250 et seq.) or pursuant to law or legal process. By submitting a Response, the Responder agrees to save, defend, keep, hold harmless, and fully indemnify the County of Shasta, its elected officials, officers, employees, agents, and volunteers from all damages, claims for damages, costs, or expenses, whether in law or in equity, that may at any time arise for not disclosing a business or trade secret pursuant to the California Public Records Act. 8. PROTESTS. The County will consider any protest or objection regarding the award of a contract/agreement pursuant to the RFQ, provided that it is submitted in writing and received by the County contact person listed in this RFQ within 10 calendar days of the date stated on the County s written notice of intent to award a contract issued to Responders. Mailed objections not received before the deadline will not be considered, even if postmarked before the deadline. The County s determination with respect to any protest shall be in the County s sole discretion and shall be final and conclusive. 9. COMPLIANCE WITH REQUIREMENTS OF RFQ. Any Responder submitting a Response to an RFQ understands and agrees that his/her/its submitted Response shall constitute acknowledgment and acceptance of, and intent to comply with, all these Terms and Conditions and the requirements of the RFQ. The determination of the compliance with these Terms and Conditions and the requirements of the RFQ shall be in the County s sole judgment and shall be final and conclusive. 10. COUNTY NOT RESPONSIBLE FOR COSTS OF PREPARATION The County shall not be liable for any costs of work performed in the preparation and production of a Response, or for any work performed prior to the formal execution of a contract/agreement between a Responder and the County. By submitting a Response, the Responder agrees not to make any claims for, or have any right to, damages because of any misunderstanding or misrepresentation of these Terms and Conditions and the requirements of the RFQ, or because of any misinformation or lack of information. Shasta County RFQ 11-15 Fire Department Propane Page 6 of 10

Exhibit B - Specifications COUNTY OF SHASTA Department of Support Services, Purchasing Division The Shasta County Fire Department is looking to purchase propane from primarily one vendor for its various fire stations in Shasta County. Responses are requested to include the following: Price per gallon (guaranteed for a period of 12 months) Extended projected Fuel price based on Projected Usage in gallons per Fire Station as described on the Cost Estimation spreadsheet (Exhibit D) Tank rental fee Any other applicable fees (please provide a detailed explanation of each additional fee) Regularly scheduled fuel level checks. Please include your schedule. Total cost per Fire Station An electronic Excel version of the Cost Estimation spreadsheet (Exhibit D) is available upon request. AGREEMENT PERIOD The Pricing shall be good for a period of 12 months and Shasta County reserves the right to renew the contract with the successful Responder for two additional one-year periods. Such an agreement must be mutually agreed upon in writing by both parties. No changes, amendments or alterations to the contract shall be effective unless in writing and signed by both parties. However, minor amendments that do not result in a substantial or functional change to the original intent of the contract and amendments adding to or modifying may be agreed to in writing between Company and the Director of Shasta County Fired Department as long as the parties use the County s standard format amendment contained in the Shasta County Contracts Manual (Administrative Policy 6-101). INDEMNIFICATION Consultant shall defend, hold harmless, and indemnify Shasta County, its elected officials, officers, employees, agents, and volunteers against all claims, suits, actions, costs, expenses (including but not limited to reasonable attorney's fees of County Counsel and counsel retained by County, expert fees, litigation costs, and investigation costs), damages, judgments, or decrees by reason of any person s or persons injury, including death, or property (including property of County) being damaged by the negligent acts, willful acts, or errors or omissions of the Consultant or any of Consultant's subcontractors, any person employed under Consultant, or under any subcontractor, or in any capacity during the progress of the work or the provision of services pursuant to this agreement, except when the injury or loss is caused by the sole negligence or intentional wrongdoing of County. Consultant shall also defend and indemnify County for any adverse determination made by the Internal Revenue Service or the State Franchise Tax Board and/or any other taxing or regulatory agency and shall defend, indemnify, and hold harmless County with respect to Consultant s independent contractor status that would establish a liability on County for failure to make social security deductions or contributions or income tax withholding payments, or any other legally mandated payment. Shasta County RFQ 11-15 Fire Department Propane Page 7 of 10

INSURANCE COVERAGE A. Consultant and any subcontractor shall obtain, from an insurance carrier authorized to transact business in the State of California, and maintain continuously during the term of this agreement Commercial General Liability Insurance, including coverage for owned and non-owned automobiles, and other insurance necessary to protect the County and the public with limits of liability of not less than $1 million combined single limit bodily injury and property damage; such insurance shall be primary as to any other insurance maintained by County. B. Consultant and any subcontractor shall obtain and maintain continuously required Workers' Compensation and Employer's Liability Insurance to cover Consultant, subcontractor, Consultant's partner(s), subcontractor's partner(s), Consultant's employees, and subcontractor(s) employees with an insurance carrier authorized to transact business in the State of California covering the full liability for compensation for injury to those employed by Consultant or subcontractor. Consultant hereby certifies that Consultant is aware of the provisions of section 3700 of the Labor Code, which requires every employer to insure against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of the Labor Code, and Consultant shall comply with such provisions before commencing the performance of the work or services prescribed in this agreement. C. Consultant shall obtain and maintain continuously a policy of Contractor's Pollution Liability, Environmental Impairment Liability, or Hazardous Waste Liability Insurance, with limits of liability of not less than $1 million per occurrence. D. Consultant shall require subcontractors to furnish satisfactory proof to County that liability and workers' compensation and other required types of insurance have been obtained and are maintained similar to that required of Consultant pursuant to this agreement. E. With regard to all insurance coverage required by this agreement: (1) Any deductible or self-insured retention exceeding $25,000 for Consultant or subcontractor shall be disclosed to and be subject to approval by the County Risk Manager prior to the effective date of this agreement. (2) If any insurance coverage required hereunder is provided on a claims made rather than occurrence form, Consultant or subcontractor shall maintain such insurance coverage with an effective date earlier or equal to the effective date of this agreement and continue coverage for a period of three years after the expiration of this agreement and any extensions thereof. In lieu of maintaining post-agreement expiration coverage as specified above, Consultant or subcontractor may satisfy this provision by purchasing tail coverage for the claims-made policy. Such tail coverage shall, at a minimum, provide coverage for claims received and reported three years after the expiration date of this agreement. Shasta County RFQ 11-15 Fire Department Propane Page 8 of 10

(3) All insurance (except workers' compensation and professional liability) shall include an endorsement or an amendment to the policy of insurance that names Shasta County, its elected officials, officers, employees, agents, and volunteers as additional insureds and provides that coverage shall not be reduced or canceled without 30 days written prior notice certain to the County. The additional insureds coverage shall be equal to Insurance Service Office endorsement CG 20 10 for on-going operations, and CG 20 37 for completed operations. (5) Consultant shall provide the County with an endorsement or amendment to Consultant s policy of insurance as evidence of insurance protection before the effective date of this agreement. (6) The insurance required herein shall be in effect at all times during the term of this agreement. In the event any insurance coverage expires at any time during the term of this agreement, Consultant shall provide, at least 20 days prior to said expiration date, a new endorsement or policy amendment evidencing insurance coverage as provided for herein for not less than the remainder of the term of this agreement or for a period of not less than one year. In the event Consultant fails to keep in effect at all times insurance coverage as herein provided and a renewal endorsement or policy amendment is not provided within 10 days of the expiration of the endorsement or policy amendment in effect at inception of this agreement, County may, in addition to any other remedies it may have, terminate this agreement upon the occurrence of such event. (7) If the endorsement or amendment does not reflect the limits of liability provided by the policy of insurance, Consultant shall provide County a certificate of insurance reflecting those limits. By signing this Request For Quote (RFQ), you are certifying that all information provided on this form and contained within your quote are true, and you acknowledge that if the quote contains any false statements, the County may declare any contract or agreement made as a result of the quote to be void. By the signature below, each represents that he/she has the authority to authorize this quote and to bind the party on whose behalf his/her execution is made. Signed: Date: Title: Shasta County RFQ 11-15 Fire Department Propane Page 9 of 10

Exhibit C - Schedule Release of RFQ May 23, 2011 Response Submission Deadline June 8, 2011 Tentative Evaluation of Responses Completed June 15, 2011 Tentative Notice of Intent to Award June 17, 2011 Shasta County RFQ 11-15 Fire Department Propane Page 10 of 10

RFQ 11-15 Fire Dept Propane Exhibit D Cost Estimation.xls - Tank Locations Projected Fire Dept. Station Address City Zip Tank Size Usage - Gallons Cassel 21635 Cassel Rd. Cassel 96016 250 687 Cassel Training Center 21635 Cassel Rd. Cassel 96016 250 1145 Old Station 13379 Highway 89 Old Station 96071 150 420 Soldier Mountain 27990 Spring Creek Rd. Soldier Mountain 96028 300 1221 Shingletown Alward Stn/Off31990 Highway 44 Shingletown 96088 250 1215 Shingletown 8099 Starlight Pines Rd. Shingletown 96088 425 1395 Oak Run 27480 Oak Run to Fern Rd. Oak Run 96069 150 455 Whitmore 30480 Whitmore Rd. Whitmore 96096 250 290 Palo Cedro Volunteers 9418 Deschutes Rd. Palo Cedro 96073 250 505 Palo Cedro Schedule A 9418 Deschutes Rd. Palo Cedro 96073 100 148 Bella Vista 22028 Highway 299 Bella Vista 96008 450 1865 Keswick 11570 School St. Keswick 96087 250 237 Lakehead 20808 Mammoth Dr. Lakehead 96051 250 713 West Valley 17952 Gas Point Rd. Cottonwood 96022 250 1316 French Gulch 14363 Cline Gulch Rd French Gulch 96033 250 686 Montgomery Creek 29876 Highway 299 E Round Mountain 96084 250 622 Jones Valley 14680 Ravine Rd. Jones Valley 96003 250 462 Totals 13,382 Price per Gallon Extended Projected Fuel Price Tank Rental Fee Other Applicable Fees Total Cost RFQ 11-15 Fire Department - Propane - Exhibit D