HomeMy WebLinkAbout24261--,,-,-.-,.
COUNTY OF FRESNO
PROCUREMENT AGREEMENT
Agreement Number 250165J
April 11,2005
Schoettler Tire
2840 E.Church Avenue
Fresno,CA 93706
The County of Fresno (County)hereby contracts with Schoettler Tire (Contractor)
for the provision of New Tires and Tire Repair/Replacement Services in accordance
with County of Fresno Request for Quotation No.863-4054,Attachment A and
Attachment "B",attached,and by this reference made a part hereof.
TERM:This Agreement will be for one (1)year effective May 1,2005.
RENEWAL:Agreement shall automatically renew for an additional one (1)year
period except when written notice is delivered by either party to the other
expressing intent not to renew.Such notice must be delivered a minimum of sixty
(60)days prior to the next expiration date of this Agreement.The maximum number
of automatic one (1)year renewal periods under this Agreement is two (2).
CONTRACTOR'S SERVICES:Contractor shall perform the services and supply the
products as described in Attachments "A"and "B"attached,at the rates set forth in
Attachments "A"and "B".
ADDITIONALITEMS:hThe 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.
DEFAULT:In case of default by Contractor,the County may procure the articles
from another source and may recover the loss occasioned thereby from any unpaid
balance due the Contractor or by any other legal means available to the County.
The prices paid by County shall be considered the prevailing market price at the
time such purchase is made.Inspection of deliveries or offers for delivery,which do
not meet specifications,will be at the expense of Contractor.
INVOICING:An itemized invoice in duplicate shall be mailed to requesting County
departments in accordance with invoicing instructions included in each order
,.referencing this Agreement.The Agreement number must appear onal!shipping
documents and invoices.Invoice terms shall be Net 45 Days.
PROCUREMENT AGREEMENT NUMBER:250165J
Schoettler Tire
April 11,2005
Page 2
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:Contractor shall,as required by law,ordinance,code or decree permit the
County to audit and inspect all such records and data pertaining to this Agreement
and at all reasonable times be open to inspection by authorized representatives of
the County.
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 throughout the term of this Agreement:
A.Commercial General Liabilitv
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 legal liability
or any other liability insurance deemed necessary because of the nature of the
contract.
PROCUREMENT AGREEMENT NUMBER:250165J
Schoettler Tire
April 11,2005
Page 3
B.Automobile Liabilitv
--
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 Liabilitv
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 signs 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,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
PROCUREMENT AGREEMENT NUMBER:250165J
Schoettler Tire
April 11,2005
Page 4
insurance provided under Contractor's policies herein;and that this insurance shall
not be cancelled or changed without a minimum of thirty (30)days advance,written
notice given to County.-~
In the event Contractor fails to keep in effect at all times insurance coverage as
herein provided,the County may,in addition to other remedies it may have,
suspend or terminate this Agreement upon the occurrence of such event.
All policies shall be with admitted insurers licensed to do business in the State of
California.Insurance purchased shall be purchased from companies possessing a
current A.M.Best,Inc.rating of B+FSC VII or better.
INDEPENDENT CONTRACTOR:In performance of the work,duties and obligations
assumed by Contractor under this Agreement,it is mutually understood and agreed
that Contractor,including any and all of Contractor's officers,agents,and
employees will at all times be acting and performing as an independent contractor,
and shall act in an independent capacity and not as an officer,agent,servant,
employee,joint venturer,partner,or associate of the County.Furthermore,County
shall have no right to control or supervise or direct the manner or method by which
Contractor shall perform its work and function.However,County shall retain the
right to administer this Agreement so as to verify that Contractor is performing its
obligations in accordance with the terms and conditions thereof.Contractor and
County shall comply with all applicable provisions of law and the rules and
regulations,if any,of governmental authorities having jurisdiction over matters the
subject thereof.
Because of its status as an independent contractor,Contractor shall have
absolutely no right to _~mploymentrights 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,
--------------------
PROCUREMENT AGREEMENT NUMBER:250165J
Schoettler Tire
April 11,2005
Page 5
publications,Request for Proposals,Bids and understandings of any nature
whatsoever unless expressly included in this Agreement.This Agreement
supersedes any and all terms set forth in Contractor's invoice.This Agreement may
be amended only by written addendum signed by both parties.
INCONSISTENCIES:In the event of any inconsistency in interpreting the
documents which constitute this Agreement,the inconsistency shall be resolved by
giving precedence in the following order of priority:(1)the text of this Agreement
(excluding Attachments "A"and "B",County's Request for Quotation No.863-4054
and the Contractor's Quote in response thereto);(2)Attachments "A"and "B";(3)
the County's Request for Quotation No.863-4054 and (4)the Contractor's quotation
made in response to County's Request for Quotation No.863-4054.
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 Agreement to my office,retaining a copy for your files.
Please refer any inquiries in this matter to Brian D.Tamblin,Buyer II,at (559)456-
7110 or FAX at (559)456-7831.
FOR THE COUNTY OF FRESNO
Mar\j'~<!J.,.'ti)om
Facihty Services &Purchasing Manager
4525 East Hamilton Avenue
Fresno,CA 93702-4599
Date:"-\\\\\l)C
\\\\\
MGB:BDT:jlg
PROCUREMENT AGREEMENT NUMBER:250165J
Schoettler Tire
April 11,2005
A TTACHMENT'~"
Attachment"A"Page 1 of 8
INVOICING
As specified within this Agreement,invoices shall be submitted at the time of.delivery to
the requesting department All invoices shall reference this Agreement number.
FleetServices
BilLING ADDRESSES
SheriffFleet
DisposalSites
m "CountyFleetServicesDivision
4551 E.HamiltonAvenue
Fresno,CA 93702
FresnoCountySheriff
Attn:Archie Caughell
P.O.Box 1788
Fresno,CA 93717
"Countyof FresnoDepartmentof PublicWorks
And Planning
2220 TulareStreet,Suite600 (6thFloor)
Fresno,CA 93721
CONTACTS
For General Contract Questionsand Clarifications
FleetServices
SheriffFleet
DennisKerns Phone:
Fax:
e-Mail
ArchieCaughell Phone:
Fax:
e-Mail
Phone:
Cell:
Fax:
e-Mail
.--------.-..--.--------.-..-.
DisposalSites JerryLibecki
For BillinQ Questions
FleetServices WandaGrove Phone:
Fax:
e-Mail
ArchieCaughell Phone:
Fax:
e-Mail
DisposalSites ._.'n"''-'GlendaVidad Phone:
Fax:
e-Mail
SheriffFleet
.----..--.--------------------
G:\CONTRACTS &EXTRACTSIJ\250165J SCHOETTLER TIRE.DOC
(559)456-7516
(559)456-7483
Dkerns@co.fresno.ca.us
(559)488-2714
(559)488-3699
Archie.Cauq!l§Jl@fresnosheriff.orQ
(559)846-6138
(559)351-0698
(559)846-7700
jlibecki@co.fresno.ca.us
(559)488-1985
(559)488-1988
wqrove@co.fresno.ca.us
(559)488-2714
(559)488-3699
Archie.CauQhell@fresnosheriff.orq
(559)262-4259
(559)262-4286
Qvidad@co.fresno.ca.us
PROCUREMENT AGREEMENT NUMBER:250165J Attachment "A"Page 2 of 8
Schoettler Tire
April 11,2005
TIRES
LOAD PRODUCT 'PRICE
TIRESIZE BRAND RANGE NO.EACH
1.185175R14 GoodyearReg Standard 187-853-026 $28.50
2.195175R14 GoodyearRegetta Standard 187-645-026 $30.00
3.195/65R15 GoodyearRegetta Standard 187-405-016 $39.00
4.205175R14 GoodyearIntegrity Standard 402-728-436 $33.00
5.205175R14 GoodyearTrailer 6 ply 762-176-159 $33.00
6.215175R14 GoodyearIntegrity Standard 402-434-436 $41.00
7.205175R15 GoodyearWRLRT/S Standard 137-025-568 $50.00
8.215175R15 GoodyearRegetta Standard 187-391-026 $36.50
9.225175R15 GoodyearRegetta Standard 187-018-026 $37.50
10.235175R15 GoodyearWRL.ST.Extra 773-441-497 $82.50
11.235175R16 GoodyearRegetta Standard 187-019-026 $43.50
12.185170R14 GoodyearRegetta Standard 402-748-436 $30.00
u .
13.195/70R14 GoodyearRegetta Standard 187-748-436 $27.50
14.215170R14 GoodyearRegetta Standard 187-359-026 $34.50
15.205170R15 GoodyearRegetta Standard 187-117-026 $34.00
16.215170R15 GoodyearRegetta Standard 187-431-026 $36.50
17.195/65SR15 GoodyearIntegrity 89 402-017-477 $44.00
18.205/65HR15 GoodyearEagleGT 92 100-397-200 $61.50
19.205/65R15 GoodyearRegetta 187-406-016 $30.50
20.215/60HR15 GoodyearEagleGT 93 100-430-200 $66.00
G:\CONTRACTS &EXTRACTS\J\250165J SCHOETTLER TIRE.DOC
PROCUREMENT AGREEMENT NUMBER:250165J Attachment "A"Page 3 of 8
Schoettler Tire
April 11,2005
LOAD PRODUCT PRICE
TIRESIZE BRAND RANGE NO.EACH
21.275/60R15 GoodyearEagleII Standard 116-973-011 $57.50
22.215/60TR16 GoodyearRegetta 94 187-009-016 $34.50
23.215/60R16 GoodyearRegetta 187-009-016 $34.50
24.235170R16 GoodyearVVRL.RTS.104 137-407-568 $53.00
25.255170R16 GoodyearVVRL.RTS..$60.50
26.7.00-15 AkuretGargohwy 8 Ply 12102 $44.00
27.30X950R15MT GoodyearVVRL.RTS.'G 411-218-176 $64.00
28.265175R15AT GoodyearVVRL.RTS.112 137-924-568 $65.00
29.265/75R16 GoodyearVVRL.RTS.411-010-177 $76.50
30.215/85R16R4S GoodyearVVRL.HT.E 744-821-900 $64.00
31.225175R16R4S GoodyearVVRL.HT.E 744-830-900 $66.50
32.225175R16 GoodyearVVRL.HI.744-830-900 $66.50
33.235/85R16R4S GoodyearVVRL.HT.E 744-725-502 $74,50
34.235175R15 GoodyearRegetta Standard 187-019-026 $43.50
35.LT265170R17 GoodyearVVRL.AT/S.Standard 411-916-176 $81.50
36.225/85R1623 Degree GoodyearVVRL.HT/S.E 744-830-900 $66.50
37.235/85R1623 Degree GoodyearVVRL.HT/S.E 744-725-505 $74.50
38.12X16.5 GoodyearGustHi Mile 180-854-675 $145.50
39.15.5-25 GoodyearSGLDL2A 123-887-458 $348.00
40.17.5-25 GoodyearSGLDL2A E2/L2 123-897-458 $485.00
41.14.00-24 GoodyearSGGZA 123-442-468 $322.00
G:\CONTRACTS &EXTRACTS\J\250165J SCHOETTLER TIRE.DOC
PROCUREMENT AGREEMENT NUMBER:250165J Attachment "A"Page 4 of 8
Schoettler Tire
April 11,2005
LOAD PRODUCT PRICE
TIRESIZE BRAND RANGE NO.EACH
-,.
42.17.5-25 Goodyear 16Ply 123-897-458 $485.00
43.17.5-25 MichelinXHA 12 Ply 35052 $926.50
44.8.75R16.5R4S GoodyearG159 E 139-357-359 $111.50
45.245/75R16R4S Goodyear E 749-353-060 $80.50
46.215170R16 GoodyearWRL.HP.403-113-174 $96.50
47.215175R17.5 GoodyearG114 16Ply 756-256-567 $112.00
48.225170R19.5 BFGST230 12Ply $132.00
49.11L16 GoodyearFarmUtility 10Ply 160-543-219 $91.00
50.P245170R17 MichelinAT/S 58744 $109.50
51.11.00-16 Goodyear8plyTriRib 8 Ply 162-272-404 $107.00
52.7.50-15 GreenBallRoller 14Ply B1570505-12 $110.00
53.245/75R16RTPinnedfor GoodyearWRLXG E 752-353-812 $78.50
Studs
n -
54.7.50-15 AKURETLPTBIAS 14Ply C11200 $78.00
55.14.00-24 Goodyear 12Ply 123-442-468 $322.00
56.14.00-R24 MichelinXGLAZ N 15924 $510.50
57.9.00-20 SuperstoneCargoHwy10 Ply TA900004 $86.50
58.10.00-20 SuperstoneHwy 12 Ply TA100024 $102.00
59.11R-22.5 GoodyearG149 14Ply 138-802-125 $185.50
60.11R-22.5 GoodyearG149 16 Ply 138-810-125 $192.00
61.11R-24.5 GoodyearG149 16Ply 138-813-125 $193.50
G:\CONTRACTS &EXTRACTS\J\250165J SCHOETTLER TIRE.DOC
G:\CONTRACTS &EXTRACTS\J\250165J SCHOETTLER TIRE.DOC
PROCUREMENT AGREEMENT NUMBER:250165J Attachment "A"Page 5 of 8
Schoettler Tire
April 11,2005
LOAD PRODUCT PRJCE
TIRESIZE BRAND RANGE NO.EACH,.
62.10R-22.5 GoodyearG149 14Ply 138-947-125 $174.50
63.12R-22.5 GoodyearG149 16Ply 138-864-186 $286.00
64.17.5-25 AKURETEarthMover 12Ply 6606R $387.00
ALTERNATE TIRES FOR SHERIFF DEPARTMENT
LOAD PRODUCT PRJCE
TIRESIZE BRAND RANGE NO.EACH
1.185175R14 ToyoSp.Standard 143300 $41.50
2.215175R15 ToyoSp.Standard 143340 $50.00
3.235175R15 ToyoOpenCt Extra 300220 $54.00
4.215170R14 ToyoSp.Standard 143470 $50.50
5.205/65R15 ToyoSp.143650 $50.50
6.215/60R16 ToyoSp.143570 $56.50
7.30X950R15MT NationalMudTrack C 82931 $91.50
8.LT265170R17 NationalAT Standard 86244 $91.50
9.245175R16R4S NationalComm.Hwy.E 11632 $88.50
10.245175R16RTPinnedfor NationalChapAP E 73732 $94.00
Studs
PROCUREMENTAGREEMENTNUMBER:250165J
Schoettler Tire
April 11,2005
Attachment"A"Page 6 of 8
TIRE SERVICES
(fromRFQNO.863-4054QuotationSchedule)
PRICELIST
JOBONE
In yourshop
Tirereplace11R24.5Qty2
Dismount/Mount
Balance
Tire Disposal
SalesTax(if any)
JOBTWO
ServiceCallReedleyPublicWorksYard17636E.ManninQAve.
Installtwo 11R 24.5tires
Hourlycharges
MileageCharges
TruckBrassValveStem
TireDisposal
SalesTax(if any)
JOBTHREE
In YourShop
Studcustomerfurnishedtires
Stud235170/R16
Stud265170/R16
SalesTax(if any)
JOB FOUR
ServiceCallBiolaCoalinQaPublicWorksYard740E.Polk.
Tire FlatRepair-11R 22.5
Hourlycharges
MileageCharges
FlatRepairCharges
SalesTax(if any)
20.15x 2 =40.30
19.75x 2 -39.50
2x7.11 =14.22
0
48.59x 3 =145.77
0
5.93x 2 =11.86
7.11x2=14.22
.93
15.00
15.00
0
3 x 48.49=145.77
0
0
0
G:\CONTRACTS&EXTRACTS\J\250165JSCHOETTLERTIRE.DOC
PROCUREMENTAGREEMENTNUMBER:250165J
Schoettler Tire
April 11,2005
JOB FIVE
In YourShop
TireReplace225170/R19.5Qty6
Discount/Mount
Balance
FrontendalignmentF-450dualrearwheels
Valvestems
TireDisposal
SalesTax(if any)
SERVICE
FLAT REPAIRS
Regular Passenger Cars (OffVehicle)
Regular Passenger Cars (On Vehicle)
LightTruck
Medium Truck all flats to be patched
Large Truck
Medium Tractor
Large Tractor
BALANCING(with weiQhts)
Regular Passenger
LightTruck
Medium Truck
Large Truck
ALIGNMENT
Medium Truck
Large Truck
STUD INSTALLATION
Passenger Tire
Light Truck
OUTSIDE ROAD-SERVICE CALL
Hourly Rate M-F 7 AM to 5PM
After Hours
Mileage Charge
Boom Truck
G:\CONTRACTS &EXTRACTS\J\250165J SCHOETILER TIRE.DOC
Attachment"A"Page 7 of 8
PRICELIST
6 x 20.15=120.90
2 x 19.75=39.50
49.75x 1 =49.75
6 x 3.95 =23.70
7.11x 6 =42.66
1.87
PRICE EACH
$10.27
$11.06
$12.64
$25.68
$25.68
$35.50
$48.50
$7.90
$11.06
$19.75
$19.75
$49.73
$77.38
$15.00
$15.00
$48.59
$71.69
0
$67.15
PROCUREMENT AGREEMENT NUMBER:250165J
Schoettler Tire
April 11,2005
Attachment"A"Page 8 of 8
SERVICE
OTHER FEES
Tire disposal fees for:
Passenger
Light Truck
Medium Truck
Inside Labor Rate
Tire Sealer per Gallon
SVCPT 24"'0'Ring
PRICE EACH
$1.98
$3.16
$7.11
$48.59
$16.99
$9.88
Current price sheet for all labor,lug nuts,valve stems and other services is shown as
Attachment "B",attached.A 21 %County discount shall apply to all prices shown on the
Attachment "B"price sheet.
G:\CONTRACTS &EXTRACTSU\250165J SCHOETTLER TIRE.DOC
Attachment"B"Page 1 of 2PROCUREMENTAGREEMENTNUMBER:250165J
Schoettler Tire
April 11,2005
ATTACHMENT "B"
SCHOETTLER TIRE Mise SUPPLIES
JANUARY 2005
.1II.C"'il"'I..~
R..gular Pas"..ng..r
Special Sta..'Pa""onger
Cu"to'"St ,Pa.mungAr -Llgh<Truck
R~<)ular Chro~"Acom
--'3'£9,,1'"Mal.1 TY[>A
5 [>A"''''Type or Manufactu'e,
Med'um Truck
Steel Inner RH or LH
Alu~'num Inner
Outer LUQ Nut"
..",..,"~~~41.~"It-=
Regular Pansongor -Light Truck
Custom P"3se"90r -Light Truck
Short Ch,o"'''
Lon",Chrome
Spec''''S'Am
Madlu'"Truck
TR500
TR571
"-"'0-'3
TR574
I 1501 HV OVAL
TRo45D.TR544D.TR543D
TR510 ALUMINUM
.,,---.-----
Me".1 Exta""lons
TR339
TR348
...,.,y~=t["'."~
F>LAsTIC VALVC CAP
CHROME "'F>CRT VVHEEL METAL CAF>S
METAL seRCVV DnOVER TYPE CAP
METAL RCGULAR VALVC CAT'
ALLI",,,TOR HEAVY DUTY TRUCK CAP
METAL LARGE BORE
0.90
varle"
'.25
'.75
varlos
3.50
4.50
2..25
2.2.5
3.50
4.00
varies
5.00
7.50
7.50
7.50
8.50
9.50
'2.75
'2.00
'0.00
0.25
O.!)O
0.90
0.75
'.50
4.00
~;j5I;;~t~~-)-~~,",,;2>~1~~~i,(:dj~.a::-Jl.,~t"[~~.ill -.
24 INCH TO 49 INCH '2..50
~=..II ;~"-\o.'~[~-;;:~~::.1'.,I;;:
URILL -PATCH'"PLUG
MRT NAIL HOLE UNIT (INC.I-'''.LO=O'<)
.={-I-:alf ;;:~~::.I"'t.,..11.:'1.""
RADIAL
CT-10
CT-1?
CT-20 TECH 'e'nr""",-,u ,,,ulu'
CT-''''TECH ,elnro,cad ,ad'al
BIAS
BP-3
GP,4
HP.',
BP-6
GP-7
lI.y,.,"".~=a8-!-):~~-.
F>ASSFNGFR'.UGHT TRUCK
MEOIUM TRUCK (HIGH TEMF>ERAT<JRE)
LARGE eORE (OFF ROAD)
..,~.,;1 =I::j ;;:~e-j ;;:-{-J ,'II ,',I=11It-"
F>A""CNGER ANO LICHT TRUCK
SMALL TRUCK
MEDIUM TRUCK
...;;:-<":''I:~.e-];;:.Q.~'"""',4~
TR618A
".I.~~-;=I"'I11~;;:-
8.00
~.50
7.50
9.50
17.50
7.50
!).OO
11.00
'''.00
23.00
0.50
0.75
".00
0.50
u.7"
,.00
12.50
'<1.50
PER GAL
SCHOETTLER TIRE Mise SUPPLIES
JANUARY 2005
'lII8[c:-II"II.~
Regular passonger
Special Ste..'Passenger
Cus'o~Stool pas..enger -Light Truck
Ragular Ch,ome Acorn
Re"ula'Ma"Type--..
Special Type or Munur",etu,'"
Medium Truck
Steel Inner RH or LH
Alum'nu'"Inner
Outer Lug Nut~
"","""~~~4I.~\'II---
Regular Passenger -LIght Truck
Custom Passenger -LIght Truck
Short Chro",a
Long Chroma
--specTa..-stem
MAdlu~Truck
TR500
TR571
TR573
TR574
H501HV OVAL
TR545D.TR544D.TR543D
TR510 ALUMINUM
Metal Extensions
TR339
TR348
..y",,4=-"""~
F>LASTIC VALV",CAP
CHROM'"SF>ORT VVHEEL MCTAL CAF>"
METAL "eREVV DRIV"R TYF>"CAF>
M"TAL REGULAK VALV",CAF>
ALLIGATOR HEAVY DUTY TRUCK CAF>
METAL LA"'GE BORC
Additional Pa">'"Labor'Could B-
Needed At Hlghe'Parta &Labor pricu
';:.',:.Shop Rate Is $'72.50 per hour}';,;
;..t,.<:::'\.",For.Mechanlcal VVork..M,i'''C',i;';
5uv'cu for ~Iru no.purchend from
5ch.cMlcr may be charged aT higher ~Te>
0.90
var'e..
~.25
~.75
varIa..
3.50
4.50
2.25
2.25
3.50
4.00
varle..
5.00
7.50
7.50
7.50
8.50
!),50
~2.75
'2.00
'0.00
0.25
0.90
0.90
0.75
',50
4.00
I~
price..oblcc,10 changc ~llhOol no"cc
24 INCH TO 49 INCH
~=8""'-;~"1.~,4 [~-.,~~::.1'.";;:4Ii
DRILL -PATCH &PLUG
MRT NAIL HOLE UNIT (INC.FIL~.={-I-}IIf--~~~~:J"1.~II.:'I.1t<:
RADIAL
CT-10
CT-12
CT-20 TECH ,einfo,cad radla'
CT-33 TECH ,elnforced ,adlal
BIAS
BP-3
SP,4
8P-5
BP-O
BP-7
lI.y,.,""y~=a:--r-J;;:~~
F>A""ENG<:n"LIGHT TRUCK
MEDIUM TKUCK (HIGH TEMF>ERATUR<:)
LAROe BORe (OFF ROAO)
.;;:~.I ;~-!~;;:«:e-i ;;:-{-J,',,,'"=II~
PASSENGER AND UGHT 1 KUCK
"MALL TnUCI<
MEOIUM TRUCK
III.;;:""-':~.e-J ;;:.~,..,,,~~~
TR61 BA
...,;;:~---;=1'.,II\~"
Labo,C-li'ii'ge"..-,..ln Additlun to
Any Pert 0'Supplies Used
I;;~~,~;0'~jc~-:::ri::-i~:~.?r~g~;.~.0'.~i'i;'i
price>>ublnc'10 chanDft ~Hho'""""cn
G:\CONTRACTS 8.EXTRACTS\.J\250165J SCHOETTLER TIRE.DOC
'2.50
0.00
5.50
7.50
9.50
17.50
7.50
9.00
".00
'5.00
23.00
0.50
0."5
5.00
0.50
0.75
1.00
12..50
2.1.50
PER GAL
Attachment "B"Page 2 of 2PROCUREMENTAGREEMENTNUMBER:250165J
Schoettler Tire
April 11,2005
SCHOETTLER TIRE SERVICES
JANUARY 2005
I=",."'''::~=-:J'~'::~"-~~Regu'er PA""enger (off vehlclo)!,-.
nogul..r p"""cnour (on vHI"c1H)~C..,,'om Po"""",,,.,r
Rayular Ughl Truck
Lock Ring Llgh'Truck
Tubeless Medium Truck
Lock Rino Medium Truck
Super S,ngle
Rear r-arm -Dry
Par "ectlon ~Idlh In.Inch""
Rear ;.'arm -VVel
r"r R,","tlcn ~Idth In Inches
Small 0«road
Large off road ($170 mln -$85.00 per Hr)
.AU '~b<>'p'u.~ny m~'."~'u..d
I;:j",~""''''{--I=IIII!
R.,uul~'Pass...,ger
Cus'om Passen",er
High Speed Passenger (on Vehicle)
Rno.,'m Ligh'Trucl<
Cus.om Light Truck
"'e",ular MedIum Truck -P'us VVelghts
Cus'om M",dlu'"T,'uck -Plus VV..lghls
,..,III (c-j'""'iI=I'"UIIIIIII
13.00
14.00
~".OO
16.00
29.00
32.50
39.50
45.00
4.00
<5.00
85.50-
10.00
12.00
'''.00
14.00
1G.00
25.00
27.00
Se'Too only.Pa"ongo'&Sm"U T~d<
Reou'v'Auonmont -P03aon"c,
Th'uo,AH"nmon..Pvooonco,
4X4 Pn"nno",-Fmn.AHonmRn'nn'Y
4X4 poooon"o,.AU 4 VVhCo'o
,,~'nn '''~k'''h .Hn,,'''M AUOnmnn'
r>~.~~~::;
.::.a 58.95
69.95
82.95
46.95
4X~''''.on .F,on'"'h~~'$on'y
.,X4 "2 Ton -AU 4 '''''..ea'.
:"4 Ton -rouck .Ro"u'v'AU"nmcn.
Sm>U Mo'o'Hom..-,Ton T~ek.
M~u'um Mo'o'Homu..Mod'um SLou T,ucks
~v'oe Touc,".Mo.o,Homoo 'Read"So,Too)
AU ~'03 ",,0 T~cka
Se~lcu -for "reo no.purehaud -from
S<ohod",r moy b,ehargcd aT higher ro.c.
""eoa aubJoC''0 chon".~nhou.notle.
SERVING THE VALLEY ~/;:~
..
~~",,_~';'r-"
SINCE 1934 >-A:",;,-,-'_L.-:>
~.,.~.."....A
I-J!--""1\'/{-181"'.I!--""!lflh"{-181~.-..'"~
Rcgular P"""cnoer (off v,",hlclp.)6.00
Rco"l"r Pn55cngcr (on vehlclc)10.0U
Cuo;loon p",,,,,.,,,,,.,,11.00
Regular L/",hl Truck 11.00
Luck Rln",Llg'"Truck 24.00
rube less Medium Truck 25.50
Lock Rln",Medium T'uck':.<".00
Super Sin,,'e :'<".00
Rea'FArm -Dry
Per "ectlon ~I"'h In InCh""
Rear Farm -VVe'
Pc,scctlon ~I"'h In Inch""
Sma"off rood
Large off road ($170 mm -$US.OO pe'H')
-AU '.bar p'u.~ny ",~..du'u.uu
~~'.'n 1(--1:""'(c-
Pas n".,r
L/\;II"T,'uck
Medium Truck
3.00
4.00
7::>.'-'0
3.00
6.00
6.00
1.-1811 ""118J-::-{-T"8~--1 =-::~'~r--l=-
Hou"y R3'o 7AM -6PM
-"rtbr Hou,""Pur Hour
CALL OUT AFTER HOURS (mln 2 Huu,"')
Eauh Mil.o.wr 15 mllus (Round T,'p)
ALTERNATE SERVICE RATE
Servlco Call -7AM -5PM M-F 50.00
Plus Pleca VVork (p"r Each Sarvlcp.)
exnmp""(option 19 ours)
So~lco Call
1 Modlum T,uck Flat
1 Regulu Light T,uck FI~'
Total
61.50
90.75
181.50
1.00
~~~p.
~~I-:;.-'
50.95
82.95
54.95
61.95
83.95
97.96
S varies
SCHOETTLER.TIR.E SERVICES
JANUARY 2005
1;;j"""'''::~=I:J''''''~~ReGula'Passenge'(off vahlcle)t'.Reyula'Passenge,(on vehicle)'.
Cus'om Passenger
ReCjular ,-,,,,h'T'uck
Lock Rin",Li"h'T,uck
Tubole~~M..dlum Truck
Lock Ring Medium T'uck
Super Singlo
near Farm -Dry
Par 30ctlon ldthJn.lncho"
"ear rarm -VVet
Per section ~Idlh In Inches
Sm~1I urr """,d
La,."a off road ($170 mln -SUO>.OO per Hr)-An I~b<>'p'u.~"y ma.~"wl uswu
I-j".~~"r--l =vi
Regular Passenger
CU$tom P""...nngor
High Speed Pa$$anger (on Vehicla)
Raoular Ugh'Truck
Custom Light Truck
Requ'ar MedIum Truck -Plus VVelghts
Custom Medium Truck -Plus VVel",hts
,...,11\{c-j'""'11=-"'.
So,1o>only.Pasoongo,&Sm""T~ck
Rocu''''A'",nmon..P"uongo'
ThOU",",,,,nmoh.-Poooon"o'
4X4 Pn,MOo'-r.onl AHgnmont only
4X4 P~~~nnOM -AU 4 VVMO'~
",Ton P'Ck.uP -R..."u'a,Angnm.n.
~~
4X4 ''''.on .Fmn.VVhcc'"only
4X4 ,r.'nn.AU 4 "'hon'"
"'~Ton 1 n,ck .H~OU'M AOIgnmMt
Sm"U Mo'Or Homo..,Ton T~Cko
MMh.m MO'O'HOmO"-MoO,um ""n Tn.nka
~Mgc Tounko .MOlor Homo.,Rood"So.Too)
AU Ax'..g.'~ek.
s~~'cu -fo~?I~.no?purcho.cd -f~m
S<ho."""e~moy be cho~""d 0'"hlghc~~o?c.
p"co.DubJoct '0 chanoo ~lthou'notiC.
13.00
14.00
16.00
'6.00
29.00
32.50
39.50
4<5.00
4.00
6.00
85.50
III
10.00
12.00
15.00
14.00
16.00
25.00
27.00
~-
TIRE D,sposAL
Pa66enger
Ught Truck 4.00
Madlum Truck 9.00
Tractor &OH Road Subs'antially hlghor
<rom S25 to $500 oaeh depending on sIze
SERV'NG THe VALLey
SINCE 1934
.]f--'hT,r-1-1~.I!-4r"1I\Tt(-1 "":I
Regular passang...,(off vehlcl...)
Regul"r PaSs..n",er (on vah'c',,)
Custom F'vs.en",er
Re<;ula,LI<;ht Truck
Lock Ring Light T,uck
TUDela"s MedIum Truck
Lock Ring Medium Truck'
Super Singlo
ReM Farm -Dry
Por ccction ~Idlh in Inchc"
Rear Fa'",--VV"',
Per s"ctlon ~Idth In Inchas
Small 0"I'oad
Large off road (S170 noln -$85.00 pee He)
.An I~b<>r P'u,wny m".o",,'u.aO
~"",T.Tj .1(--1:..'"[-
Passonger
LiOh'TruckMedIumTruck
8.00
10.00
~1.00
11.00
24.00
25.<50
35.00
38.00
3.00
4.00
73.50
".00
6.00
8.00
1.-1 4 '8)=11 ",-{-y.,8:'---1 =I.~T..4 rro:!=4111
Hourly ROT'"'lAM -5PM
After Hours P"r Hour
CALL OUT AFTER HOURS (min 2 Huurs)
Each Milo ovor 15 <nlleo (Round TrIp)
ALTERNATE SERVICE RATE
Sarvlc"Call -7AM-5PM M-F 50.00
Plus Plec..VVork (Per Ench S"rvlca)
ex..mpl..:(option I..our..)
So~lco Call
1 Modlum Truck FI.t
'1 Ra"ul"r U"h'Truck Ftal
~
I~I~E;OI$PO$AL.
P".."enoar ::':.60
LIcht Truck 4.00
Medium Truck 9.00
Tractor &Off Road Substantially higher
from $2<5 to S!500 nnch d..""ndlncr on ..Ize
G:\CONTRACTS &EXTRACTSU\250165J SCHOETTLER TIRE.DOC
32.95
46.95
68.96
69.95
82.95
46.95
"8.9<5
82.96
54.96
61.95
83.9<5
97.9<5
S varle,.
G1.50
90.76
181.60
1.00
'Ci>"~-"
~'-.-
COUNTY OF FRESNO
REQUEST FOR QUOTATION
NUMBER:863-4054
NEW TIRES/TIRE REPAIR AND REPLACEMENT SERVICE
February 2,2005
ORG/REQUISITION:8910/31101299/90261 PURCHASING USE
G:\RFQ\863-4054NEWTIRESREPAIR&REPLACEMENT.DOC
IMPORTANT:SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER,CLOSING DATE AND BUYER'S NAME
MARKED CLEARLY ON THE OUTSIDE TO:
COUNTYOF FRESNO,Purchasing
4525EASTHAMILTONAVENUE
FRESNO,CA 93702.4599
QUOTES WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M.
Quoteswill be openedand publiclyread at that time.All quotationinformationwill be availablefor reviewaftercontractaward.
Clarificationof specificationsareto bedirectedto:Brian Tamblin,phone (559)456-7110,FAX (559)456-7831.
GENERALCONDITIONS
See "County Of Fresno Purchasing StandardInstructions And Conditions For RequestFor Proposals(RFP'S)
and Requests for Quotations (RFQ'S)"attached.
BIDDER TO COMPLETE
UNDERSIGNEDAGREESTO FURNISHTHE COMMODITYOR SERVICESTIPULATEDIN THEATTACHEDQUOTATIONSCHEDULEAT
THE PRICESAND TERMSSTATED,SUBJECTTO THE "COUNTYOF FRESNOPURCHASINGSTANDARDINSTRUCTIONSAND
CONDITIONSFOR REQUESTFOR PROPOSALS(RFP'S)AND REQUESTSFORQUOTATIONS(RFQ'S)"ATTACHED.
Exceptas noted on individualitems,the followingwill applyto all items in the QuotationSchedule.
1.Completedeliverywill be madewithin calendardaysafterreceiptof Order.
2.A cash discountof %days will apply.
COMPANY
ADDRESS
CITY STATE ZIP CODE
LJ
TELEPHONE NUMBER
TAXPAYER FEDERAL 1.0.NO.:
L2
FACSIMILE NUMBER E-MAIL ADDRESS
SIGNED BY
PRINT NAME TITLE
~.IrI"',,'nrn 'no'""''''T,n,.."nCn'lD 0 DCD''I'C"C"T rv,l'RFO(7/04)
Quotation No..863-4054
COUNTYQFFRESNOPURCHASING
STANDARDINSTRUCTIONSANDCONDITIONSFOR
REQUESTSFORPROPOSALS(RFP'S)ANDREQUESTSFORQUOTATIONS(RFQ'S)
Note:thereferenceto "bids"in thefol/owingparagraphsappliesto RFP'sandRFQ's
GENERAL CONDITIONS
Bysubmittinga bidthe bidderagreesto thefol/owingconditions.Theseconditionswillapplyto aI/subsequentpurchasesbasedonthisbid.
A)Eachbidmustbesubmittedonformsprovidedinasealedenvelopewith
bid numberand closing date and time on the outsideof the
envelope/package.
Interpretation:Shouldanydiscrepanciesoromissionsbefoundin thebid
specificationsor doubtas to theirmeaning,thebiddershallnotifythe
Buyerin writingat once.TheCountyshallnotbeheldresponsiblefor
verbalinterpretations.Questionsregardingthebidmustbereceivedby
Purchasingat least5 workingdaysbeforebid opening.All addenda
issuedshallbe in writing,dulyissuedby Purchasingandincorporated
intothecontract.
B)
C)ISSUINGAGENT/AUTHORIZEDCONTACT:ThisRFQhasbeenissued
bytheCountyof Fresno'sPurchasingUnit.ThePurchasingUnitshallbe
thevendor'ssolepointofcontactwithregardtotheRFQ,itscontent,and
all issuesconcerningit.
All communicationregardingthisRFQshallbedirectedto anauthorized
representativeof the County'sPurchasingUnit.The specificbuyer
4.
5.
managingthisRFQis identifiedon the coverpage,alongwith his or her
telephonenumber,andheor sheshouldbetheprimarypointof contactfor
discussionsor informationpertainingto the RFQ.Contactwith any other
Countyrepresentative,includingelected officials,for the purposeof
discussingthis RFQ,its content,or any other issueconcerningit,is
prohibitedunlessauthorizedby Purchasing.Violationof thisclause,by the
vendorhavingunauthorizedcontact(verballyor in writing)withsuchother
Countyrepresentatives,mayconstitutegroundsfor rejectionby Purchasing
of thevendor'squotation.
TheabovestatedrestrictiononvendorcontactwithCountyrepresentatives
shallapplyuntiltheCountyhasawardeda purchaseorderor contractto a
vendororvendors,exceptasfollows.First,intheeventthata vendorinitiates
a formalprotestagainsttheRFQ,suchvendormaycontacttheappropriate
individual,or individualswhoare managingthatprotestas outlinedin the
County'sestablishedprotestprocedures.All such contactmust be in
accordancewith the sequenceset forth underthe protestprocedures.
Second,in the eventa publichearingis scheduledbeforethe Boardof
Supervisorsto heartestimonypriorto its approvalof a purchaseorderor
contract,anyvendormayaddressthe Board.
D)
E)
Bidsreceivedaftertheclosingtimewill NOTbeconsidered.
Biddersareto bidwhatis specifiedor requestedfirst.If unableto orwilling
to,bidder may bid alternativeor option,indicatingall advantages,
disadvantagesandtheirassociatedcost.
FAILURETO BID:
A)If notbidding,returnbidsheetandstatereasonfor nobidor yournamemay
beremovedfrommailinglist.
TAXES,CHARGESAND EXTRAS:
A)Countyof Fresnois subjectto Californiasalesand/orusetax (7.875%).
Pleaseindicateasa separatelineiternif applicable.
DONOTincludeFederalExciseTax.Countyis exemptunderRegistration
No.94-73-03401-K.
B)
C)Countyis exemptfromFederalTransportationTax.Exemptioncertificateis
notrequiredwhereshippingpapersshowconsigneeasCountyof Fresno.
Chargesfortransportation,containers,packing,etc.willnotbe paidunless
specifiedin bid.
D)
AWARDS:
A)Subjectto thelocalpreferenceprovisionsreferencedin Paragraph6 below
andmorethoroughlysetforthin theGeneralRequirementssectionof this
~~~{"?If'"
1.BIDPREPARATION:
A)All pricesand notationsmustbe typedor writtenin ink.Noerasures
permitted.Errorsmaybecrossedout,initialedandcorrectionsprinted
in inkby personsigningbid.
B)BrandNames:Brandnamesandnumberswhengivenareforreference.
Equalitemswill be considered,providedtheofferclearlydescribesthe
articleand howit differsfromthatspecified.In the absenceof such
informationit shallbe understoodtheofferingis exactlyasspecified.
C)Statebrandor makeof eachitem.If biddingonotherthanspecified,
state make,model and brand being bid and attachsupporting
literature/specificationstothebid.
D)Bidon eachitemseparately.Pricesshouldbestatedin unitsspecified
herein.All applicablechargesmustbequoted;chargeson invoicenot
quotedhereinwillbe disallowed.
E)Timeof deliveryis a partof the considerationandmustbe statedin
definitetermsandmustbe adheredto.F.O.B.Pointshallbedestination
or freightchargesmustbe stated.
F)All bids mustbe datedand signedwith the firm'snameandby an
authorizedofficeror employee.
G)Unlessotherwisenoted,pricesshallbefirmfor 120daysafterclosing
dateof bid.3.
2.SUBMITTINGBIDS:
Quotation No.863-4054
RFQ,award(s)will be madeto themostresponsiveresponsiblebidder.
The evaluationwill includesuchthingsas life-cyclecost,availability,
deliverycostsandwhoseproductand/orserviceis deemedto bein the
bestinterestoftheCounty.Thecountyshallbethesolejudgeinmaking
suchdetermination.
B)Unlessbiddergivesnoticeofall-or-noneawardin bid,Countymayaccept
anyitem,groupof itemsor onthebasisof totalbid.
The Countyreservesthe rightto rejectany andall bidsandto waive
informalitiesor irregularitiesin bids.
C)
D)Afteraward,all bidsshallbe opento publicinspection.The County
assumesnoresponsibilityfor theconfidentialityofinformationofferedin
a bid.
6.LOCAL VENDORS
A)LocalVendorPreference(applicableto RFQProcessonly)
Thefollowingprovisionsareapplicableonlyto theCounty'sacquisition
of materials,equipmentorsuppliesthroughtheRFQprocesswhenthe
fundingsourcedoes not requirean exemptionto the LocalVendor
Preference.
THE PROVISIONSOF THIS PARAGRAPHARE APPLICABLE,
NOTWITHSTANDINGANYOTHERPROVISIONSOF THISRFQTO
THECONTRARY
If the apparentlowbidderis nota localvendor,anylocalvendorwho
submitteda bid whichwas withinfive percent(5%)of the lowest
responsivebid as determinedby the purchasingagentshallhavethe
optionof submittinga newbidwithinforty-eighthours(not including
weekendsandholidays)of County'sdeliveryof notification.Suchnew
bidsmustbein anamountlessthanorequalto thelowestresponsivebid
asdeterminedbythepurchasingagent.If thepurchasingagentreceives
anynewbidsfromlocalvendorswhohavetheoptionof submittingnew
bidswithinsaidforty-eighthourperiod,it shallawardthecontractto the
localvendorsubmittingthe lowestresponsiblebid.If no newbidsare
received,the contractshallbe awardedto the originallow bidderas
announcedbythe purchasingagent.
B)LocalVendorDefined
'LocalVendor"shallmeananybusinesswhich:
1.Hasits headquarters,distributionpointor locally-ownedfranchise
locatedinor havinga streetaddresswithintheCountyforat least
six (6)monthsimmediatelypriorto theissuanceoftherequestfor
competitivebidsbythe purchasingagent;and
2.Holdsanyrequiredbusinesslicenseby a jurisdictionlocatedin
FresnoCounty;and
3.Employsat leastone(1)full-timeor two (2)part-timeemployees
whoseprimaryresidenceis locatedwithinFresnoCounty,orif the
businesshasno employees,shallbe at leastfiftypercent(50%)
ownedby one or morepersonswhoseprimaryresidence(s)is
locatedwithinFresnoCounty.
7.TIE BIDS:
All otherfactorsbeingequal,the contractshallbe awardedto the Fresno
Countyvendoror,if neitheror bothare FresnoCountyvendors,it maybe
awardedbytheflipof a coininthepresenceofwitnessesor theentirebidmaybe
rejectedandre-bid.If theGeneralRequirementsofthis RFQstatethatthey are
applicable,theprovisionsoftheFresnoCountyLocalVendorPreferenceshalltake
priorityoverthisparagraph.
8.PATENTINDEMNITY:
The vendorshallholdtheCounty,its officers,agentsandemployees,harmless
fromliabilityof anynatureor kind,includingcostsandexpenses,for infringement
or useof anycopyrightedor uncopyrightedcomposition,secretprocess,patented
or unpatentedinvention,articleor appliancefurnishedor usedin connectionwith
thisbid.
9.SAMPLES:
Samples,whenrequired,mustbefumishedanddeliveredfreeand,if notdestroyed
bytests,willuponwrittenrequest(within30daysof bidclosingdate)bereturned
at thebidder'sexpense.Intheabsenceofsuchnotification,Countyshallhavethe
rightto disposeof thesamplesin whatevermannerit deemsappropriate.
10.RIGHTSAND REMEDIESOF COUNTYFOR DEFAULT:
A)Incaseof defaultbyvendor,theCountymayprocurethearticlesor service
from anothersourceand may recoverthe cost differenceand related
expensesoccasionedtherebyfromanyunpaidbalanceduethevendoror by
proceedingagainstperformancebondofthevendor,if any,orbysuitagainst
thevendor.ThepricespaidbytheCountyshallbeconsideredtheprevailing
marketpriceat thetimesuchpurchaseis made.
B)Articles or services,which upon delivery inspectiondo not meet
specifications,willberejectedandthevendorwillbeconsideredin default.
VendorshallreimburseCountyfor expensesrelatedto deliveryof non-
specifiedgoodsor services.
C)Regardlessof F.O.B.point,vendoragreesto bearall risksof loss,injuryor
destructionto goodsand materialsorderedhereinwhichoccurpriorto
deliveryandsuchloss,injuryordestructionshallnotreleasevendorfromany
obligationhereunder.
11.DISCOUNTS:
Termsof less than 15 daysfor cash paymentwill be consideredas net in
evaluatingthisbid.A discountfor paymentwithinfifteen(15)daysor morewill be
consideredindeterminingtheawardofbid.Discountperiodwillcommenceeither
the laterof deliveryor receiptof invoiceby theCounty.StandardtermsareNet
Forty-five(45)days.
12.SPECIALCONDITIONSINBIDSCHEDULESUPERSEDEGENERAL
CONDITIONS.
The 'GeneralConditions'provisionsof this RFP/RFQshallbe supersededif in
conflictwithanyothersectionof thisbid,to theextentof anysuchconflict.
13.SPECIALREQUIREMENT:
Withtheinvoiceorwithintwenty-five(25)daysof delivery,thesellermustprovide
to theCountya MaterialSafetyDataSheetfor eachproduct,whichcontainsany
substanceon "TheListof 800HazardousSubstances",publishedby the State
Directorof IndustrialRelations.(SeeHazardousSubstancesInformationand
TrainingAct.CaliforniaStateLaborCodeSections6360through6399.7.)
14.RECYCLEDPRODUCTS/MATERIALS:
Vendors are encouragedto provideand quote (with documentation)recycled or
recyclableproducts/materialswhich meet stated specifications.
G:\RFO\863-4054 NEW TIRES REPAIR &REPLACEMENTDOG:\RFO\863-4054NEW TIRES REPAIR &18 RFQ(7104)
Quotation No.'863-4054
15.YEAR COMPLIANCE WARRANTY
VendorwarrantsthatanyproductfurnishedpursuanttothisAgreemenUorder
shallsupporta four-digityearformatandbe ableto accuratelyprocessdate
andtimedatafrom,intoandbetweenthetwentiethandtwenty-firstcenturies,
as wellas leapyearcalculations.'Product'shallinclude,withoutlimitation,
any pieceor componentof equipment,hardware,firmware,middleware,
customor commercialsoftware,or internalcomponentsorsubroutinestherein.
Thiswarrantyshallsurviveterminationor expirationofthisAgreement.
Intheeventof anydecreasein productfunctionalityor accuracyrelatedtotime
and/ordatedatarelatedcodesand/orinternalsubroutinesthatimpedethe
productfromoperatingcorrectlyusingdatesbeyondDecember31,1999,
vendorshallrestoreor repairtheproductto thesamelevelof functionalityas
warrantedherein,so asto minimizeinterruptionto County'songoingbusiness
process,time being of the essence.In the eventthat suchwarranty
compliancerequirestheacquisitionof additionalprograms,theexpensefor
any such associatedor additionalacquisitions,whichmay be required,
including,withoutlimitation,dataconversiontools,shallbeborneexclusively
by vendor.Nothingin thiswarrantyshallbe construedto limitanyrightsor
remediestheCountymayotherwisehaveunderthisAgreementwithrespect
to defectsotherthanyearperformance.
16.PARTICIPATION:
Biddermayagreeto extendthetermsof theresultingcontracttootherpolitical
subdivision,municipalitiesandtax-supportedagencies.
SuchparticipatingGovernmentalbodiesshallmakepurchasesin theirown
name,makepaymentdirectlyto bidder,andbe liabledirectlyto thebidder,
holdingtheCountyof Fresnoharmless.
G:\RFO\863-4054NEW TIRES REPAIR &REPLACEMENT.DOG:\RFO\863-4054NEW TIRES REPAIR &1C RFQ(7/04)
Quotation No.863-4054 Page 2
TABLE OF CONTENTS
OVERVIEW PAGE..,..~3
BIDDING INSTRUCTIONS CONTRACT SERVICE AND SUPPLY 4
PARTICIPATION ...9
REFERENCE LIST ......10
W-9 TAXPAYER 1.0.NUMBER &CERTIFICATION 11
COUNTY FACILITIES ;15
NEW TIRE REQUIREMENTS 18
SERVICE REQUI REMENTS 19
MISCELLANEOUS SUPPLIES AND SERVICE 20
QUOTATION SCHEDULE 21
QUOTATIONSCHEDULETOTALS ,,26
TIRE SERVICES QUOTATION SCHEDULE ...""""'"..."27
RFQ SUBMITTALS '"''''''''''''''''''''"31
G:\RFQ\863-4054 NEW TIRES REPAIR &REPLACEMENT.DOC
Quotation No.863-4054 Page 3
OVERVIEW
The County of Fresno is soliciting bids for an annual agreement under which the
successful bidder will provide a full range of the following:
1.New Tires
2.Tire Repair Service
3.Tire Replacement Service
4.Miscellaneous Supplies and Services
The above tire requirements will be for the County's Fleet Services and Sheriff's
Departments,for their stock inventories.Services shall be for:road calls,vendor
location and County facilities (See County Facilities Section).Miscellaneous supplies
and services will include:Tire tubes,valve stems,lug nuts,balance,alignment,
dismounts and mounts etc (See Requirements Sections).
Vehicle tires,supplies and service shall be for all types of vehicles including:cars,
vans,light and heavy-duty trucks,buses and heavy-duty construction equipment.
It is the County's intent to contract for these products and services to fulfil
requirements of its Fleet Services Division,Sheriff's Department and Public Works
Resources Division.
The County estimates purchase totals for the coming year in excess of $300,000.00.
However the County cannot and will not guarantee any minimum purchase level
under any ensuing agreement.The ensuing agreement shall be for a one (1)year
period with an option for renewals.
Note:Quotation Schedule:Brand names where used are a means of establishing
quality and style.Bidders are invited to quote their equals.Alternate offers may be
submitted on a separate Quotation Schedule.A copy of the original Quotation
Schedule should be make if bidder desires to submit an alternate offer.
G:\RFQ\863-4054NEW TIRES REPAIR &REPLACEMENT.DOC
Quotation No.863-4054 Page 4
BIDDING INSTRUCTIONS
CONTRACT SERVICE AND SUPPLY
The County of Fresno is soliciting bids for an annual agreement under which the successful
bidder will provide a full range of new tires,tire repair service,tire replacement service and
miscellaneous supplies and services to it's Fleet Services,Sheriffs,and Resources
Departments.
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).
LOCAL VENDOR PREFERENCE:The Local Vendor Preference does not apply to this
Requestfor Quotation.-
AWARD:Award will be made to the vendor offering the products and services deemed to be
to the best advantage of the County.The County shall be the sole judge in making such
determination.
COPIES:Submit one (1)original and two (2)copies of your quotation no later than the RFQ
closing date and time as stated on the front of this document,to the County of Fresno
Purchasing Division.
ISSUING AGENT:This RFQ has been issued by the County of Fresno's Purchasing Unit.The
Purchasing Unit shall be the vendor's sole point of contact with regard to the RFQ,its content,
and all issues concerning it.
AUTHORIZED CONTACT:All communication regarding this RFQ shall be directed to an
authorized representative of the County's Purchasing Unit.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.
PAYMENT:County will make partial payments for all purchases made under this
.contract/purchase order and accumulated during the month.Payment terms are net 45 days.
RIGHT TO REJECT BIDS:The County reserves the right to reject any and all bids and to
waive informalities or irregularities in bids.
G:\RFQ\863-4054NEW TIRES REPAIR &REPLACEMENT.DOC
Quotation No.863-4054 Page 5
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.
SPECIFICATIONS AND EQUALS:Brand names,where used,are a means of establishing
quality and style.Biddersare 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.
ORDERING:Orders will be placed as required by the various County Departments.
INVOICING:All invoices are to be delivered in duplicate to the using Departments.
Reference shall be made to the purchase order/contract number and equipment number if
applicable on the invoice.
CONTRACT TERMS:It is County's intent to contract with the successful bidder(s)for a period
of one (1)year.
F.O.B.DESTINATION:Bid to be quoted F.O.S.Destination.
SALES TAX:Fresno County pays California State Sales Tax in the amount of 7.875%
regardless of vendor's place of doing business.
MINOR DEVIATIONS:The County reserves the right to negotiate minor deviations from the
prescribed terms,conditions and requirements with the selected vendor.
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 products and services 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
G:\RFQ\863-1D54NEWTIRESREPAIR&REPLACEMENT.DOC
.'.
Quotation No.863-4054 Page 6
arising out of the contract,without first having obtained the express written consent of the
County.
CONFLICTOF INTEREST:The Countyshall not contractwith,and shall reject any bid or
quotationsubmittedby the personsor entities specifiedbelow,unlessthe 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.
Profit-making firms or businesses in which employees described in Subsection (1)serve as
officers,principals,partners or major shareholders.
2.
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 RFO,or any competing RFO,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.
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.
ASSURANCES:Any contract awarded under this RFO 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 RFO.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 RFO.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.
INDEPENDENT CONTRACTOR:In performance of the work,duties and obligations assumed
by Bidder under this agreement,it is mutually understood and agreed that Bidder,including
any and all of Bidder'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 Bidder shall perform its work and function.However,County shall retain the right to
administer this agreement so as to verify that Bidder is performing its obligations in
G:\RFQ\863-4054 NEW TIRES REPAIR &REPLACEMENT.DOC
Quotation No.863-4054 Page 7
accordance with the terms and conditions thereof.Bidder 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,Bidder waives any and all employment
rights and benefits available to County employees.Bidder shall be solely liable and --
responsible for providing to,or on behalf of,its employees all legally required employee
benefits.In addition,Bidder 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,Bidder may be providing services to others unrelated to
the County or to this agreement.
PRICES:Bidder agrees that prices quoted are maximum for the contract period,and in the
event of a price decline such lower prices shall be extended to the County of Fresno.
DAMAGE TO EXISTING WORK:Damage to existing construction,equipment,planting,etc.,
by the contractor in the performance of his work shall be replaced or repaired and restored to
original condition by the contractor.
EXCEPTIONS:Identify with explanation,any terms,conditions,specifications or stipulations
of the RFO with which you CAN NOT or WILL NOT comply.
ADDENDUM:In the event that it becomes necessary to revise any part of the RFO,an
addendum will be provided to all agencies and organizations that receive the basic RFO.
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 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 i_~suedon 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.
8.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
G:\RFQ\863-4054NEW TIRES REPAIR&REPLACEMENT.DOC
Quotation No.863-4054 Page 8
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 cQnceroed.
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 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,stating that such insurance
coverage have been obtained and are in full force;that the County of Fresno,its officers,
agents and employees will not be responsible for any premiums on the policies;that such
Commercial General Liability insurance names the County of Fresno,its officers,agents and
employees,individually and collectively,as additional insured,but only insofar as the
operations under this Agreement are concerned;that such coverage for additional insured
shall apply as primary insurance and any other insurance,or self-insurance,maintained by
COUNTY,its officers,agents and employees,shall be excess only and not contributing with
insurance provided under CONTRACTOR's policies herein;and that this insurance shall not
be cancelled or changed without a minimum of thirty (30)days advance,written notice given to
COUNTY.
In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein
provided,the COUNTY may,in addition to other remedies it may have,suspend or terminate
this Agreement upon the occurrence of such event.
All policies shall be with admitted insurers licensed to do business in the State of California.
Insurance purchased shall be purchased from companies possessing a current A.M.Best,Inc.
rating of B+FSC VIII or better.
Name of Insurance Carrier:
Public Liability:
Automobile
Liability
Expires:
Expires:
Workman's Compensation:Expires:
Proof of maintenance of adequate insurance will be required before award is made to vendor.
GUARANTEE:The bidder shall state his written guarantee here:
G:\RFQ\863-4054NEW TIRES REPAIR &REPLACEMENT.DOC
Quotation No.863-4054 Page 9
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 agencies co-op (piggyback)on contracts put in place by one of the
other agencies.
Any agency choosing to avail itself of this opportunity,will make purchases in their own name,
make payment directly to the contractor,be liable to the contractor and vice versa,per the
terms of the original contract,all the while holding the County of Fresno harmless.If awarded
this contract,please indicate whether you would extend the same terms and conditions to all
tax supported agencies within this group as you are proposing to extend to Fresno County.
Yes,we will extend contract terms and conditions to all qualified agencies within the
Central Valley Purchasing Group.
0 No,we will not extend contract terms to any agency other than the County of Fresno.
(Authorized Signature)
Title
G:\RFQ\863-4054NEW TIRESREPAIR &REPLACEMENT.DOC
."
Quotation No.863-4054 Page 10
VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION.
Firm:
REFERENCE LIST
Submit a list of at least three (3)customer references.Such references shall be customers
for whom the bidder has recently provided services that are similar to those requested herein.
Reference Name:
Contact:
City:
Phone No.:
Date and Service Provided:
~J8.----._.m...,~:"..\!!...~.~::.L .....,co..,co ...'lIt!!:.".!!L ,...'o_::!:,,!!
Reference Name:
Contact:
City:
Phone No.:
Date and Service Provided:
.~~~~""r::,!!..~-~;'......"."."-..''''.:;;1::n::J::l ~<~M~'_"';:'~'_'
Reference Name:
Contact:
City:
Phone No.:
Date and Service Provided:
-~--~y.,"~_~'Lt.::..~/...,.$W\!!JLL~Jo!"~~::'-',':'.i1\=!!Ii~I!!J!!iII!!f!J!-
Reference Name:
Contact:
City:
Phone No.:
Date and Service Provided:
~;,.--!Ii!,",.-
ReferenceName:
Contact:
City:
Phone No.:
Date and Service Provided:
.FAILURE TO PROVIDE A LIST OF A T LEAST THREE (3)CUSTOMERS MA Y BE CAUSE
FOR REJECTION OF THIS RFQ.
G:\RFQ\863..4054NEW TIRES REPAIR&REPLACEMENT.DOC
Quotation No.863-4054
Form W-9
Page 11
Request for Taxpayer
Identification Number and Certification
Give form to the
requester.Do not
send to the IRS.
Enter your TIN in U10 appropriate box.For individuals.this is your social sC'ClIr~y numl)>'f fSSN).
However,for a resident alien,sole proprietor.or disregarejed entity,see the Part I instructions on
page 3.For otl10f !:mtiti0s,it is your ol1lplo:{icridentification number (i:II'.J).If you elo not h"l\'o [,I1lIl11b.::r.
soe How to get <I TIN on page 3.
Note:It {fie acmunt is in more Itw.n olJe rwme.see rne ciwrt en page 4 for i}uideifnes on whose numba'
to enter.
(Rm/.J anuarj 2f.(3)
Departmentor III"T'easUlY
Inlaml R.w",".~,vic.
,-,j NamQ
'"
~
3.Busincss nalllo.if di((£fQf1tfrom aba,'Q
5
Q)~0.->-..2::~
0 ;::--
.;:.s
C:,g'u
~
V1
0 Individual!
ChQck appropriaiQ box:Solo proprietor
AcI(jress (number.slr!';el nnd apt.or suite no.)
D CorporaliDn
Cily.slaW..,me!ZIP coda
List account nUllIbor(s)hme (()ptional)"C>if)
Certification
0 PartnOlship 0 Other ~'''''''On........D Excmpt rrom backup
wi tl1l1olding
r~equeste(s name and address (oplionalj
or
Llndc.r pr:rHltio5 of ptrjury.I certify tlmt:
1.TIY,numlx,r sllown on tllis form is my con,xt ti);:payor identification numl}er (or I am -,''iuiling for a numbr,r tf!be issued W me),and
2.I ,111'1IKit sul}ject to IXK:kup \,vitl'l!lol,lifHJ bocml~;e:(a)I mn exempt from backup \'\iitllllcddin9.or It)I 11:)\/e not be.en notifi-:,ell}y ttlO Intornal
n.,;velllk}S,,:rvice (IRS)tllE,t I am subject to IJ,lCf:lIP witllllolcJinfJ as a result of il railure.to r,,'port all intNt?~;t or eiiviel.,n:ls.,or (c)Uw ms l1as
notifiod me tlmt I Dill no lon9'31subject to IJac~.up'Nithholdin9.<lnd
3.I mn <1U.s.pOIson (incluelin]a U.S.rosiclent <1II>.:,n).
Certific<ltion instructions.'(>:ill must t!<YSS>:iutitem 2 abov",if )l'lU h;:JV'eIJoI:n notified by U1'2IRS tllat you ,W)currently subject te backup
.tiitI11101,lingbecause you have)f<lilf:.:!to I"port all intNe',t Eind clividMl(I';on your tDx r"'tUrn.For r",al estate tl"lry;nctions itom Z cloe~;.not apply.
F01 mort9[1'.10intere:;t paid.acqubitiofl or atx'fl,:lonlll.,nt or socured pr oporty-cancelliltion of Cl8bt,\:Ql1lriblltiO[]S to <111indi'lielual rotir':'llK"nl
mrangel1l8nt (II~A),~mel gene.rally.pil)''Illents otl1.:.r Ulan intonest [Ind clivijends you am flo)trequired to sign tlw C'Jrtific<lti0n.t.ut you InU';t
provide yo:;ur corwct TIN.(Sf)('U',e illslnKtiQlis on page 'I.)
Sign I Signatur~ofHereu.s.Pf'rson ....
Purpose of Form
A person \1\'110is requireej to file an information return witll
tile IRS,must obtain your correct taxpayer identification
number (TIN)to report For example,income paie]to YOlL real
c.~;tate transactions,mortuaoe imernst you paiel,acquisition
or abanclonrnentof secured property,callcc.llalion of d(,bt.or
contributions you made to an IRA.
U.S.person.Use Form 'N-9 only if you are a U.S.person
(including a resident alien),to provide your cOimet TIN to ttm
person requesting it (the requester)and.\,."Ilen applicabl.?,lO:
1.Certify tilat ttle TIN you are giving is correct (or you are
waiting for a numbeF to be issuecl),
2.Certify tilat you are not sUI:~ectto backup witllllolcling.
or
3.Claim exemption from backup \Nitllllolding if you are a
U.S.exempt payee.
Note:If a requester givl}$you a form o1!wr tllan Form 1//.9
fa request your TlN,YOtl must use Cllf!requester's form if it is
substantia!!)'similar to tl1is Form W.9.
Foreign person.If you are a foreign person.use the
appropriate Form V'/-8 (see Pub.515,VVitilholclino of Tax on
Nonresident Aliens and Foreign Entities).
Data ....
Nonresident alien who becomes a resident alien.
Cienerally.only a nonresident alien individualmay use ttl':)
t0lrns of a tax treatv to recluce or eliminate U.S.lax on
certain types of income.Ho~vever.most tax treaties contain a
provision kno'f>!nas a "savin9 clause,"Exceptions specified
in tilE'siwing claus'}may pr.rmit i.H1exemption from tax to
continue for certain tyPc.s of income even after tile recipient
has otllep:vise become a U.S.resident alien for tax purposes.
IFyou are a U.S.resident alien WllO is relying on an
exception contained in tile saving clause of a tax treaty to
claim an exemption from U.S.tax on certain types of income.
you must iHtacll a statem"mt that specifies the following rive
items:
1.The treaty country.Generally.tllis IllUSt be tile same
treaty umlN wilietl you clainlOcj eX()l1lptioll Fromtax as i.l
nonresident alien.
2.Tile treaty article addressin~J ttle income.
3.Tile article numtx,r (or locatioli)in ttle tax treaty tt18t
contains tile saving clause anel its exceptions.
4.The type and amount of income that qualif1es for Ule
exemption from tax.
5.Sufficient facts toju~,tiFy tile exemption from tax uneler
tile terms of ttle treaty artiel,,?
Cat.No.10231:<Form W 0 9 (Rev.1 .2(03)
Quotation No.863-4054
Form W.9 (Re'...1-2003)
Page 12
P~g'12
Example.Article 20 of the U.S..Cllina income tax treaty
allows an exemption from tax for scllolarsllip income
receive,j by a Chinese student temporarily present in the
Uniteel States.Under U.S.law.this student will become a
resiclent alien for tax purpo~,es if tlis or tler stay in the United
Statos t~xceerJs 5 ealondar years.However.paragraptl 2 of
ttle first Protocol to tile U.S.-China treaty (dated April 3O.
1984)allov.s Uh?provisions of Article 20 to continue to apply
even after Ule Ctlinese student becomes a resiclent alien of
tile United States.A Ctlinese stLlClent WilD qualifies for tllis
exception (under paragrapll 2 of tile first protocol)and is
relying on this exception to claim an exemption from tax on
Ilis or her sctlolarsllip or fellowsllip income would attach to
Form \/'1.9 a stdtement Ulat Includes tilt?inforrnnlion
describ~'d al)ove to support tllat exemption.
IF you are a nonresident alien or a foreign entity not
subject to t)acl.'J.lp wittltloleling.give ttle requester the
appropriat.?completed Form 'N-S.
What is backup withholding?Persons making certain
payments to you must unc1er certain conditions WiUlll0ld arKI
pay to tile IRS 30%of suctl payments (29%after DecemtJer
31,2003;2SS{,after Decemt'N 31..2005).Tilis is called
"1)aCkUp witlliloiding."Payments tllat may be sUI)ject to
backup 'WiUlllolcling inclucle interest eliviclencls,broker and
barter excllange transactions.rents.royalties.nonemployee
pay anc!certain payments from fistling boat operators.Real
estate transactions are not su[)j,~ct to back.up wittltlOlcjing.
You will not be sut)ject to tJackup Witllholcling on payments
you receive if you give the requester your correct TIN.make
tile proper certifications.and report all your taxable interest
anel cliviel,?nels on YOllr tax return.
Payments you receive will be subject to backup
Withholding if:
1.You clo not Furnish your TIN to tile requoster,or
2.You cIa not certify your TIN v.!llen requin?ei (see Ule Part
II instructions on page 4 for details],or
3.Ttle IRS tells tile requester tlBt you furnished an
incorrect Tlf\l or
4.Tile IRS tells you Ulat you are suL')ject to I)ackup
\Nithtlolclin:J because you clid not report all your interest and
dividends on your tax return (for reportable interest anel
divielenc1s only),or
5.You do not certify to tile requester tllat you are not
sut)ject to backup wittltlolcling uncler4 above (for reportable
interest and ,Jividend accounts openecl after 1983 only),
Certain payees and payments are exempt from t!3ckup
Witllholcling.See the instructions t)elow ancJthe separate
Instructions for the Requester of Form W-9.
Penalties
Failure to furnish TIN.If you fail to furnish your correct TIN
to a requester,you are subject to a penalty of $50 for eacll
such Failure unless your failure is cJue to reasonable cause
anel not to willful neglect.
Civil penalty for false information with respect to
withholding.If you make a false statement v;fitllno
reasonable basis tllat results in no backup Wit/llloiding.you
are ,:,ul)ject to a $500 penalty.
Crimin.al penalty for falsifying information.VVilifully
falsifying certification,:.or affirmations may subject you to
criminalpenalliesincludingOnesand/orimprisonment.
Misuse of TINs.If U18requester discloses or uses TINs in
violation of Feclerallaw..ttK;requester Illay 1)0 SUI)ji~ct to civil
and criminal penalties.
Specific Instructions
Name
If you are an inclividual.you IllUst generally enter tile name
sllOwn on your social security card.However,if you Ilave
cllanged your last name.for instance.clue to marriage
without inforlllin~tile Social Securitv AeJministration of tho
name cllange.enter your first name~tile last name shm'in on
your ~,ocialsecurity carel.and your rW',Nlast name.
If tile account is in joint names,list first,ancl ttlen circle,
the name of tile person or entity w/lose number you entereel
in Part I of the form.
Sale proprietor.Enteryour individual name as stloViIl on
your social security carcl on Uw "Name"line.You may ent0r
your !Jusiness.trade.or "doing business as (DBI\)'"name on
tllC .'Business name"line.
Limiteelliability company (LLC).If you are a single-member
LLC (incluclinga ForeignLLC willl a domestic owner)tlmt is
,jisregarded 3S an entity separate from its owner uncler
Treasury regulations section 301.1'701-3.enter the owner's
name on the "Name"line.Ent(,r tlli~I...L..C'sname on Ul,?
"BusinlO-ss name"!irK!.
Other entities.Enter your tusiness name as stlovm on
mquired FedHal tax documents on tile "Name"line.Tilis
name stloulcl.matcll tile name shown on tile charter or otller
iegal document creating ttle entity.You may enrer any
t,usiness,trade.or DBA name on ttle "Business name"line.
Note:Youare requester!to Cilf'ck t!*~appropriate LXJx for
your status {fndMt1l.liJl/soif'proprieto,~corporation.efc)
Exempt From Backup Withholding
If you are exempt.enter your name as clescril)ed abovE'ancl
check tile appropriate box lor your status,.tt18n cllec~;ttle
"Exempt frorn !Jacl,up viitlliloicling"box in tile IirK~folltYNin9
tile lXlsiness name.sign and date tile form.
Generally.individuals (including sale proprietors)are not
oxempt from backup 'vvithllolcling.Corporations are exempt
from backup VJittltlolclinS]tor certain payments.SLlctl as
interest ane!eli\fieJencJs.
Note:It yO!!are exempt from backup \'liit/J!10lding,YOll siJOu!c!
.sUNcornpjete illJS term 10 8voidpossfl)je erronoousbackup
witi/!wiclfnQ.
Exempt payees.Backup ',vittlholdingis not required on iJny
payments made to tile FOIlcY'J;Jing payees:
1.An organization exempt from tax under soction 501(a),
any IRA,or a custodial account under section 403(1)J(7)if tile
account satisfies Ule requirements of section 40 1(f)(2);
2.The United States or any of its agencies or
instru mentalities;
3.}\state.Ule District of Columbia,a possession of Uw
United States,or any of ttloir poiitical subdivisionsor
in3trumentalities;
4.A foreign government or any of its political suMivisions.
agencil?s,or instrumentalilies:or
5.An international organization or any of its agencies or
instrumentalities.
OtileT payeos tllat may be exempt from backup
\.Vitllt1OIeJingineILle!"':.
6.A corporation;
7.;-\foreign central bank of i,:-sue;
8.A dealH in securith?s or commoclities required to register
in the United States.tlw Di~,trict of COllllnl)ia.0/a
pOSs03sion of tile Unit0cl Stat.?S;
Quotation No.863-4054
Form\'/-9 (R<!v.1.2(03)
Page 13
Paqi!3
9.A futures commission l11ercl1;'lIlt re~listere(J witl1 tile
Commodity Futures Trading Commission;
10.PI real estate Irwestmenttrust:
11.An E'ntlty rE'gl:.tered m ;)JI tll11E'sduring tile tax year
under ttw Investment Company I\ct of 1040:
12.A COITIlTlontrust fund operawc!I))'a bank unclor
section 584(a);
13.A financial institution:
14.A rnicldlel113nknown in tlw investn18l1tcornrnunily as a
nominee or custodian;or
15.A trust exempt from tax uncler section 664 or
clescril)ed In section 4947.
T11'='cllart:11elow ,,11OVe':.types of ikl)'menls t Ilat may tie
exempt from backup witlliloiding.Tile cllart applies to tll'}
exempt recipients listed above..1 tlllOugll1S.
If the payment is for...THEN the payment is exemptfor,..
Intaest and divi.:I.:.ncl paymonts fill ex"mpt rccipi.,nts C-;';C0pt
tor 9
E:rok"r tTal1sa(;tion:;.[:<unpt r"cipi'jl'it'i 1 tllFC>LlQI113.
Aho.a p",r:;.on r"gi:;t(~r'.;d LindH
£Iv,Invojs!Ilv,l1tAdvisc.rs Act of
1 £0401,';110 F"gLllr.r Iv acl~,'-""ro
t,rokc,r -
Gart,:,r o:G!1<1nqe transaction'>
and paU,)fv.)g(",livi.;lpn,ls
Exempt r,::cipj,::I1t~.1 tlirDugh 5
r"aym'-'I1L~;O'ier S600 pXluirecl
Lco1.1;.:roportncJ dlYI dilf'Ct.
sal,,<;OVN $5.000 1
GOfl(.r"nv,0xompl mcipioJnt>
1 tlll")LI'Jh 7 1
'S"e Form lO99-MISC.Miscellaneous rncom".and fts instructions.
l Ho'.',,2',"',Um [ollo\'/in')pOY'TI<mlsma(fg to a co'p,',ation (inciudiIK)glo~s
proc",)()s f"id to on ~Itornoy un(for ",,::tion 6045,:1).,,",m ir lIl"11I1c"""yi,"
co'poration)!1nd fep"labl"on Falin 1099.1-:1ISC ore not ~x(lmpt from backut>
withholdin9:medical and I1CelUlcere paym"nts.attorneys'feES:end payments
ro,Sl3vic"s paid 11'1a Federal executiv"''H''ney.
G:\RFQ\863-4054NEWTIRES REPAIR&REPLACEMENT.DOC
Part I.Taxpayer Identification
Number (TIN)
Enter your TIN in the appropriate box.IFyou are i!resident
alien and you clo not Ilave anel are not eliqible to ~It}tan
SSN.your TIN is your IRS inclividualtaxp,1yel irJen1ification
number (InN).Ent>}rit in tile social security number box.If
YOllclo not Ilave an ITIN.see HO'.'Vto get a TIN I)elow.
If you are a sole proprietor and you Ilave an EIN.you may
entH c!ittmryour SSNor EIN.HO'."iGliOT.lI10 IRS profc'r~.ttl<lt
YOUllS8 your SSN.
If you ar'~a singh?-owner LLC tllat is disregarclQdas an
entity separate from its owner (see Limited liability
company (LLC)on page 2),.ent",r your SSN (or EIN,if )~)u
113V\~onej.If tll<?LLC Is a corporation.partnersllip,E'tc..(,Iller
till?entity's EIN.
Note:See tile cfmrt on (Jape 4 for t!lrt/let cl~Jri{jciJtion of
name {Jf)d Tlt.l combinatIons.
How to get a TIN.If YOLic10not t1(1'/0 <:1 TIN.,1pply 101 one'
iml11e(liately.T(}apply for an SSN.g,o.tForrn 5$-5.
?pplication for 3 Social Security Carel.from your local Social
Security f\clministration office or aet tills form on-line at
www.s.sa.gov/online!ss5.html.y")U may ,JI~;o(j0t tllis Form
11Ycalling 1.800-772-'1213.Use Form W-7,ApplicationFor
If~S Individual Taxpayer Identification Number,to apply for an
ITIN,or Form S5-4,lIpplicarion for Employer Iclentiricalion
Numt)er.to apply for an EIN.You can get Forms V'i.;amI
5;:;-4 From tile IRS ITV cflllinq ,-t'.OO-[?X-FORM
(1.300-829-36]6)01 from Hit)II~S '.;','el)Sit;?at \wJw.irs.gov.
If you are askecl to complete Form \,,',1-9tJut do not fleW>'a
TIN.write "Applied For"ill tile space for U19TIN.sign and
elate till'?form.ancl qive It to tile requestt,r.For interest 3ml
cliviclol1cl paymonts,ami cGrtaill paynvJnts maclo willl respc"ct
to readily tracJable instluments.generally you will llave.GO
clays to get a TIN and give it to 1M request.?r MfarE'you are
sul)joct to backup withholding on payments.Ttw GO-clay fule
(10025nol apply to otl1er typ0$of payments.You \'.Jill l)8
sul)ject to t)2}ckup v.'illlllOlejjng on all suel1 paym'?'llts umil you
provide your TIN to tile requester.
Note:WrItIng 'Appiie(f For"means iIiiHyoa flaw!aireaOy
applied for a TIN or ttlat you lnt<?tJcJ to appy for one soon.
Caution:A disregarded clonwstic emit)'Uwt 17asiJ foreign
owner must use !lie appraprfat9 Form W-8.
Quotation No.863-4054
form '1'1.9 (f~ev.1-2003)
Page 14
Part II.Certification
Pago 4
To establish to ttle withtlolding 8£jerlt that you are a U.S.
person,or resident alien.sign Form W-g.You may be
requested to sign by tile Vvittltlolcling agent I?venif items 1,3.
and 5 below Inclicate ottlel'1Nise.
For a joint account.only tile personWllOS'?TIN is shownin
Part I should sign (\uhen required).Exempt recipients,see
Exempt from backup WiUlholclingon page2.
Signature requirements.Complote tile certification as
inclicatecl In 1 througtl 5 belov,'.
1.Interest,dividend,and barter exchange accounts
opened before 1984 and broker accounts considered
active during 1983.YoU must giveyour correct TIN,but you
do not tlave to sign ttle certification.
2.Interest,dividend,broker,and barter exchange
accounts opened after 1983 and broker accounts
considered Inactive during 1983.You must sign the
certification or backup withtlolcling will apply.If you are
subject to backup wittltlolclingancl'lOll are merelyprayicling
your COfTl:?ctTIN to tt10 mqwJster.you mllst CID:,Sout item 2
In ttle certification before si~lning tilE?form.
3.Real estate transactions.You must sign ttle
certification.You may cross out item 2 of tile certification.
4.Other payments.You lTlustgive your conoct TIN,IJut
YOLI do not 11a'.leto sign tile certification unlessyou have
been notified that you have previously given an incorrect TIN.
'.'Other payments"include payments made in the course of
tile requester's trade or business for rents.royalties,gooels
(ottler limn IJiIIsfor merctliJndise).meclical ancl health care
services (inclucJing paynmnt:'to corporations).payments to a
nonemployee for services.payments to certain nslling Mat
crew members and fishermen anel gross proceeds paW to
attorneys ~ncluding p3yments to corporations).
5.Mortgage interest paid by you,acquisition or
alJanelonment of secured property,cancellation of debt,
qualified tuition program payments (under section 529),
IRA or Archer MSA contributions or distributions,and
pension distributions.You must giv,?your co/wct TIN.but
you do not have to sign the certification.
What Name and Number To Give the
Requester
For this typo;!of ar.collnt:Give MmQ and SSN of:
1.Individual
2.Two (f mom individuals yoint
account)
T11;}inclividu:J1
Tho Detu:J1owner of tho D';COUnt
or.if combined fUl1cts,thl.'first
indivj.jueJ on thi)account 1
Tile minor 23.Cu'stodi8n account of a minor
[Uniform Gilt to Minors Act)
4.D.Tilo w;u:J1 re\;)cable
s<Jvingsu.ust (grantor is
D1-30 tru'itee)
b.So-c:Jlled trust aCcclllllt
tlleit i.s not D logal or vaticl
trust Llnel""state 1;,1''''''
5.Sde proprietoJsllip or
sirKJI8-\.\lfmer LLC
For this typo)of ar.count:
6.Solo propri,~tor';llip or
singlo-ownor LLC
Tile grantcf-trusteo I
Tile <Jctwil O\,';11c,r 1
Tho owrwr )
Giw)nanll)and EIN of:
Tile O'Nner :I
7.A v<Jlidtru'.il estate.or
pension trust
8.Cmpon:m,or I..I..C ofeGtinC,1
corpor:Jto st:Jtus on Form
2,2032
L':gal entity .\
TI1~'corpor<Jtion
9.A.ssocie,tion,dub,r"liqioLls,
cll,.,rit.:)bk~,educatiQn,';"or
0111<"f tnx-i)xornptOI'08nlzatiol1
The organization
10.F'artnorsr1ip or multi-mombor
LLC
Tilo p;jrtnc%llip
11.A bro~;er or regist'ori)c!
110mine,0
Tilo br o~;er or nominN'
12.AccoLint witll tilt,Dc,partmont
of ;\qricLiitulO in tho nmno of
a pu'ttic entity (sLich as a
..,tat<,;m 10<:.<>1qovernnwnl,
school dhUk£or prison)that
r,y.:p i\los "S!r i c ulu..lrljl p r og/tun
payments
1 List first aod circle the nameof the personwhosenumberyou furnish.Ifonly
ono pel'son on a joint 3o::0l/nl has an SSN.that pm''''n's number lIIu,t be
furnishoo.
Th"public.ontity
'Circlo the minor's nam')an(j rrrrni~,hthe minor's SSN.
'}'Oll mllst show your individual n.lIne,bUt you 1T.1Y,Jfso ontm your
business or 'DBA"name.YOII /TIa'!uso dthcr your SSN or EIN (if you 118','0
onc).
,List first aoel cirdo tho name of the leep tlllst.estate.01'pension tJu~>t.(Do
not furnish ltlOTIN or UK'pcrsonalfQProsm11ativ~or trusWounlossltlO 10£1'11
entity itself is nol designal!:d in UU?nex:ounl liil/;,)
Note:If no name is circled when more i.lJan one flame is
listed.tile number wiJ'lbe considered it)be Omt of the first
name listed.
Prjvacy Act Notice
Section 6109 of tile Internal Revenue Code requires you to provide your correct TIN to persons who must file information returns
V!ittl the IRS to repolt interest.diviclemls,and certain otl1er income paid to you,mortgage interest you paid,th0 acquisition 01
abanclonment of secufed property..cancellation of clebt.or contributions you made to an IR.!\'or Arctler f.;lSA.The IRS uses the
numbers for iclontificatlon purposGs anel to tlelp I/Grify tile accuracy of your tax return.The IRS may also provide tllis information
to the Department of Justice for civil ancl criminal litigation,and to cities,states,ancl U'10District of Columbia to carry out tlleir
tax laws.We may also disclose tllis information to other countries under a tax treaty,or to Federal and state agencies to enforce
Fecleralnontax criminal laws and ro combat terrorism.
You must provide your TIN whether or not you am required to file a tax return.Payers must generally withhold 30%of taxable
interest clividencl,and ceftain ottwr payments to a payee '",,110(Ioes not qive a TIN to a payer.Certain penalties ma;{al:,o apply.
G)
"'.,,,r\Jluu,,,,,v.JOt ...::vv I mc.>F\cr"'F\C&F\CrL"'vC'Y,C'".UUv
Quotation No.863-4054
COUNTY FACILITIES
FLEET SERVICES FACILITIES:
Fleet Services (Main Shop)
4551 East Hamilton Avenue
Fresno,CA 93702
(559)456-7530
Barton Motor Pool
500 South Barton Avenue
Fresno,CA 93702
(559)453-4846
Courthouse Motor Pool
1155 "M"Street
Fresno,CA 93721
(559)488-3547
PUBLIC WORKS FACILITIES
Kearney Park Satellite
6725 West Kearney Blvd.
Fresno,CA 93706
(559)441-1443
Public Works Road Yard #1
38885 West Nees Avenue
Firebaugh,CA 93622
(559)659-2323
Public Works Road Yard #8
9525 East Olive
Fresno,CA 93727
(559)252-1071
Public Works Road Yard #2
25411 W.Silveira Ave.
Tranquility,CA 93668
(559)698-7278
Public Works Road Yard #9
3633 S.Del Rey Ave.
Sanger,CA 93657
(559)875-6120
Public Works Road Yard #3
779 E.Polk
Coalinga,CA 93210 --'-
(559)935-3034
Public Works Road Yard #10
40315 Dunlap Road
Dunlap,CA 93631
(559)338-2531
Public Works Road Yard #4
12855 W."G"Street
Biola,CA 93606
(559)843-2474
Public Works Road Yard #10
17626 E.Manning Ave.
Reedley,CA 93654
(559)638-3328
Public Works Road Yard #5
2544 W.Mountain View
Caruthers,CA 93609
(559)864-3172
Public Works Road Yard #11
33148 Auberry Road
Auberry,CA 93602
(559)855-2626
Public Works Road Yard #7
.9400 N.Mathis
Clovis,CA 93612
(559)299-3818
Public Works Road Yard #11
41686 Dinkey Creek Road
ShaverLake,CA 93664
(559)841-7171
G:\RFQ\B63-4054NEW TIRES REPAIR&REPLACEMENT.DOC
Page 15
Quo~ti~nNo.86~4054 Page 16
COUNTY FACILITIES
American Avenue Disposal Site
18950 W.American Avenue
Kerman,CA 93630
(559)846-6138
PARKS SERVICES FACILITIES
Avocado Lake Park
3625 N.Piedra Road
Piedra,CA 93649
Choinumni Park
26501 N.Pine Flat Road
Piedra,CA 93649
Coalinga Mineral Springs Recreation Area
Star Route 1,Coalinga Mineral Springs Rd.
Coalinga,CA 93210
Kearney Park
6725 W.Kearney Blvd.
Fresno,CA 93706
Laton-Kingston Park
20055 S.Fowler Ave.
Laton,CA 93242
Liberty Cemetery (Veterans)
1831 W.Belmont Avenue
Fresno,CA 93706
Los Gatos Creek Park
46240 Los Gatos Creek Road
Coalinga,CA 93210
Lost Lake Recreation Area
16385 N.Friant Road
Friant,CA 93720
Pine Flat Recreation Area
28100 Pine Flat Road
.Piedra,CA 93649
G:\RFQ\B63-4054NEW TIRES REPAIR&REPLACEMENT.DOC
Coalinga Disposal Site
30825 Lost Hills Road
Coalinga,CA 93210
LOCATION
On Piedra Road,23 miles East of.
Fresno
On Pine Flat Road,33 miles East of
Fresno,on the Kings River.
On Coalinga Mineral Springs Road,
18 miles West of Coalinga,off
Highway 198.
On Kearney Boulevard,seven miles
West of Fresno.
On Gonser Road,West of Laton,on
the Kings River.
On Belmont Avenue,West of
Downtown Fresno.
On Los Gatos Creek Road,18 miles
West of Coalinga.
On the San Joaquin River,2 miles
below Friant Dam,off Friant Road.
One mile South of Millerton Road.
On Pine Flat Road,below Pine Flat
Dam on the Kings River,37 miles
East of Fresno.
Quot~tion No.863-4054 Page 17
COUNTY FACILITIES
Skaggs Bridge Park
5901 N.Madera Avenue
Kerman,CA 93630
On the San Joaquin River at Highway
145 (Madera Avenue),six mile~Noeth
of Kerman.
UMC Gardener's Shop
4449 E.Kings Canyon Road
Fresno,CA 93702
On the UMC Campus,Cedar Avenue
and Kings Canyon Road.
Winton Park (near Choinumni Park)
No physical address
On the Kings River at the Trimmer
Springs/
Piedra Road intersection,27 miles
East of Fresno.
G:\RFQ\863-4054NEW TIRES REPAIR&REPLACEMENT.DOC
Quotation No.863-4054 Page 18
NEW TIRE REQUIREMENTS
New tire requirements are for use by County's fleet Services Division,Sheriff's Department,
and County's Resources Department.~.
The Fleet Services and Sheriff's Departments both maintain an inventory of their most
commonly used tires in order to minimize any unnecessary down time.Other new tire
requirements would be for:replacements used on road call service,vendor location service
and County facility service.
The bidder(s)quoted prices shall apply to tires held in the departments'inventories and all
new tires used in the replacement services.
Note:Quote only base price of tires.Do not include State Sales Tax or State Tire Tax.
Prices shall be FOB Destination.
Acceptable tire brands are as follows:
Goodyear Sunitomo .
Dunlop Michelin
Bridgestone Cooper
Yokohama National (not acceptable to Fleet Services.)
Toyo
BF Goodrich
G:\RFQ\863-4054 NEW TIRES REPAIR &REPLACEMENT.DOC
.'.
Quotatfon No.863-4054 Page 19
SERVICE REQUIREMENTS
Successful Bidder shall provide the following services:
Road Calls:For roadside tire repairs and/or replacement.Provide a verbal response within
fifteen (15)minutes of the service request.This verbal response shall include an estimated
time before vendor can dispatch a service truck,also an estimated time of arrival at the
service location.Based on this information,the County shall then decide to continue with
vendor or explore alternatives.
When service truck is dispatched,the driver shall make a reasonable effort to find the
vehicle/equipment,if location is not exact.
Vendor shall provide to the County a telephone number for 24-hour,7 days a week service
request.This telephone number can be forwarded to another number but not to an answering
machine or voice mail..
Vendor Location:Drive in to vendor's place of business for tire repairs and/or replacement.
County Facility:Provide tire repair and/or replacement services at County designated facilities
(See list of locations within the RFQ).
The County will identify the vehicles and equipment requesting service and approximate
service location.The County will state the service request and any additional information,
which may be available.Such information may include the tire size,location of
vehicle/equipment,tread design,and special requests (tire rotation,checking other tires etc.)
The vendor shall not accept a service request without a County Equipment Number.
G:\RFQ\863-4054NEWTIRESREPAIR&REPLACEMENT.DOC
"
Quotation No.863-4054 Page 20
MISCELLANEOUS SUPPLIES AND SERVICE
Miscellaneous Supplies and Services to consist of but not limited to the following:
SERVICES:SUPPLIES:
Dismounts and Mounts Tire Tubes
Flat Repairs
Valve Stems,Cap and Cones
Lug Nuts
Outside Road Service
Balance Grommets
Alignment
Switching
'0'rings
Boots
Tire disposal Tire sealer
Tire Replacement
As the County's requirements for these services and supplies are extensive,in that they cover
a wide variety of different makes/models/types of vehicles,bidders are required to complete
the "Tire Service"Quotation Schedule within this RFQ.
G:\RFQ\863-4054 NEW TIRES REPAIR &REPLACEMENT.DOC
:}UOTA TION f,\JO.863-4054 Page 21
Firm
QUOTATION SCHEDULE
Brand names,where used,are a means of establishing quality and style,bidders are invited to quote their equals.Alternate offers may be
submitted on a separate Quotation Schedule.A copy of the original Quotation Schedule should be made if the bidder desires tosubmit
an alternate offer.
Quantities shown under Usage are based on usage numbers from year 2003.Actual quantities may vary.County anticipates similar future
usage,but cannot and will not guarantee any minimum quantities.
Bidder(s)to quote base price of tires only.Do not include State sales tax or State tire tax.Prices quoted shall be FOB Destination.
G:\RFQ\863-4054 NEW TIRES REPAIR &REPLACEMENT.DOC
NEW TIRES BIDDER'S
LOAD PRICE EXTENDED
TIRE SIZE BRANDIDESCRIPTION RANGE USAGE EACH PRICE BRAND PRODUCT NO.
1.185/75R14 National Standard 47 $$
2.195/75R14 National Standard 26 $$
3.195/65R15 Toyo Spectrum Standard 14 $$
4.205/75R14 National Standard 6 $$
5.205/75R14 National 6 ply 10 $$
6.215/75R14 National Standard 21 $$
7.205/75R15 National Standard 64 $$
8.215/75R15 National Standard 282 $j
9.225/75R15 National Standard 42 $$
O.235/75R15 National Extra 50 $$
TOTAL THIS PAGE $
G:\RFQ\863-4054 NEWTIRES REPAIR &REPLACEMENT.DOC
:lUOTATION NO.863-4054 Page 22
Firm
NEW TIRES BIDDER'S
LOAD PRICE EXTENDED
TIRE SIZE BRANDIDESCRIPTION RANGE USAGE EACH PRICE BRAND PRODUCT NO.
1.235/75R16 National Standard 25 $1
2.185/70R14 National Standard 57 $$
3.195/70R14 National Standard 46 $$
4.215/70R14 National Standard 38 $$
5.205/70R15 National Standard 10 $$
3.215/70R15 National Standard 30 $$
7.195/65SR15 National 89 81 $$
8.205/65HR15 National 92 28 $$
.205/65R15 Toyo Spectrum 182
O.215/60HR15 National 93 77 $$
1.275/60R15 National Standard 30 $1
2.215/60TR16 Goodyear 94 11 $$
3.215/60R16 Toyo Spectrum 413 -
4.235/70R 16 National 104 86 $$
5.255/70R 16 National 40
6.7.00-15 National 8 Ply 6 $$
TOTAL THIS PAGE $
G:\RFQ\863-4054 NEWTIRES REPAIR &REPLACEMENT.DOC
:1UOTA TION NO.863-4054 Page 23
Firm
NEW TIRES BIDDER'S
LOAD PRICE EXTENDED
TIRE SIZE BRANDIDESCRIPTION RANGE USAGE EACH PRICE BRAND PRODUCT NO.
T.30X950R15MT National Chapparal C 120 $$
3.265/75R15AT National 112 11 $$
l 265/75R16 National 11 $$
).215/85R16R4S National E 39 $$
1.225/75R 16R4S National E 82 $$
2.225/75R16 Toyo(Open Country)95 $$
3.235/85R16R4S National E 36 $$
4.235/75R15 National Standard 50 $$
5.LT265/70R 17 National Chapparal AT Standard 60 $$
5.225/85R16
23 Degree National E 24 $$
7.235/85R16
23 Degree National E 26 $$
8.12X16.5 National 6 $$
9.15.5-25 National 2 $$
O.17.5-25 Titan E2/L2 2 $$
1.14.00-24 National 8 $$
TOTAL THIS PAGE $
)UOT A TION NO.863-4054 Page 24
Firm
NEW TIRES BIDDER'S
LOAD PRICE EXTENDED
TIRE SIZE BRANDIDESCRIPTION RANGE USAGE EACH PRICE BRAND PRODUCT NO.
2.17.5-25 National L-2 16 Ply 2 $$
3.17.5-25 Michelin 12 Ply 1 $$
4.8.75R16.5 R4S Goodyear E 10 $$
S.245/75R16 R4S National Commercial E 106 $$
3.215/70R16 Toyo Open Country 10 $$
7.215/75R17.5 Bridgestone 16 Ply 9 $$
8.225/70R19.5 Michelin 12 Ply 4 $$
9.11L16 National 10 Ply 10 $$
).P245/70R 17 Michelin A TX 33
1.11.00-16 National 8 Ply 7 $$
2.7.50-15 Compactor TT 14Ply 8 $$
3.245/75R16RT
Pinned for Studs National E 79 $$
4.7.50-15 Firestone 14 Ply 76 $$
5.14.00-24 National 12 Ply 11 $$
6.14.00-R24 Goodyear N 4 $$
7.9.00-20 National 10 Ply 16 $$
TOTAL THIS PAGE $
G:\RFQ\863-4054 NEW TIRES REPAIR &REPLACEMENT.DOC
QUOTATION ~O.863-4054
TIRE SIZE
NEW TIRES
BRANDIDESCRIPTION
Page 25
Firm
3.10.00-20
3.11 R-22.5
J.11 R-22.5
1.11 R-24.5
2.10R-22.5
3.12R-22.5
4.17.5-25
National
Goodyear
Goodyear
Goodyear
Goodyear
Goodyear
National E-3
G:\RFQ\863-4054NEW TIRES REPAIR &REPLACEMENT.DOC
BIDDER'S
LOAD PRICE EXTENDED
RANGE USAGE EACH PRICE BRAND PRODUCT NO.
12 Ply 6 $$
14 Ply 30 $$
16 Ply 13 $:$
16 Ply 121 $$
14 Ply 5 $$
16 Ply 4 $$
12 Ply 6 $$
TOTAL THIS PAGE $
Quotation No.863-4054
QUOTATION SCHEDULE
TOTALS
New Tires:
NEW TIRES TOTAL $
Note:County disposes of their own used tires.
G:\RFQ\853-4054 NEW TIRES REPAIR &REPLACEMENT.DOC
Page 26
TOTAL PAGE 21 $
TOTAL PAGE 22 $
TOTAL PAGE 23 $
TOTAL PAGE 24 $
TOTAL PAGE 25 $
Quotation No.863-4054
TIRE SERVICES
QUOTATION SCHEDULE
PRICE LIST
JOB ONE
In your shop
Tire replace 11 R24.5 Qty 2
Dismount/Mount
Balance
Tire Disposal
Sales Tax (if any)
JOB TWO
Service Call Reedlev Public Works Yard 17636 E.Manninq Ave
Install two 11R 24.5 tires
Hourly charges
Mileage Charges
Truck Brass Valve Stem
Tire Disposal
Sales Tax (if any)
JOB THREE
In Your Shop
Stud customer furnished tires
Stud 235/70/R 16
.Stud 265/70/R16
Sales Tax (if any)
G:\RFQ\863-4054 NEW TIRES REPAIR &REPLACEMENT.DOC
JOB TOTAL
$
Page 27
$
$
Quotation No.863-4054
JOB FOUR
PRICE LIST
Service Call Biola Coalinqa Public Works Yard 740 E.Polk
Tire Flat Repair -11R 22.5
Hourly charges
Mileage Charges
Flat Repair Charges
Sales Tax (if any)
JOB FIVE
In Your Shop
Tire Replace 225/70/R19.5 Qty 6
Discount/Mount
Balance
Front end alignment F-450 dual rear
wheels
Valve stems
Tire Disposal
Sales Tax (if any)
G:\RFQ\863-4054 NEW TIRES REPAIR &REPLACEMENT.DOC
JOB TOTAL
Page 28
$
$
Quotation No.863-4054 Page 29
SERVICE aTY PRICE UOM gXTEDNED
FLAT REPAIRS
Regular Passenger Cars (Off Vehicle)10 $EA
Regular Passenger Cars (On Vehicle)10 $EA
Light Truck 20 $EA $
Medium Truck all flats to be patched 40 $EA $
Large Truck 75 $EA
Medium Tractor 45 $.EA
Large Tractor 25 $EA
BALANCING (with weiqhts)
Regular Passenger 10 $EA
Light Truck 10 $EA
Medium Truck 20 $EA
Large Truck 20 $EA
ALIGNMENT
--.
Medium Truck 15 $EA
Large Truck 5 $EA
STUD INST ALLA TION
Passenger Tire 10 $EA
Light Truck 10 $EA
Sub Total $
Tax
Total $
G:\RFQ\863-4054 NEW TIRES REPAIR &REPLACEMENT.DOC
Quotation No.863-4054 Page 30
OUTSIDE ROAD-SERVICE CALL
Hourly Rate
M-F 7 AM to 5 PM $
After Hours $
Mileage Charge $
Boom Truck $
OTHER FEES
Tire disposal fees for:
Passenger $
Light Truck $
Medium Truck $
Inside Labor Rate $
Tire Sealer Per Gallon $
SVCPT 24"'0'Ring $
Bidder(s)to list all other charges not included within this Quotation Schedule.
G:\RFQ\863-4054 NEW TIRES REPAIR &REPLACEMENT.DOC
Quotation No.863-4054 Page 31
Company Name
RFQ SUBMITTALS
(*CHECK LIST)
The bidder shall provide the following with their Quotation:
1.The completed and signed Page One of this RFQ.
2.Complete,sign and submit page one of each and all Addendums to this RFQ
which require signature (if any).
3.The specified number of copies of the bidder's Quotation.
4.The completed insurance information section.
5.The completed Participation page of this RFQ.
6.The completed "Reference List"of this RFQ.
7.Page One (1)ofW-9 Tax 10 Number and Certification Form
8.The completed Quotation Schedule as provided with this RFQ.
9.A listing of all bidder exceptions to County's requirements,conditions,and
specifications as stated within this RFQ.
-10.Submit your quotation prior to the specified date and time.Submit in a sealed
envelope,box,etc.with the following information displayed on the outside:
County of Fresno RFQ No.863-4054.
Closing Date:March 11,2005
Closing Time:2:00 P.M.
Commodity or Service:New Tires/Tire Repair and Replacement
h..Service
*a.Submit this page as a part of your Quotation.
Submit all items listed on this page.
State Yes on the line to the left of each item to confirm that the requested information has been
included,state No if it is not provided and explain why.
The County does not guarantee that all items to be submitted with vendor's bid are listed
above.The absence of items from the list does not exempt the bidder from providing them.
The bidder must read the RFQ thoroughly to determine all items that are to be submitted with
his/her quotation..
b.
c.
d.