Loading...
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.