HomeMy WebLinkAbout24264COUNTY OF FRESNO
PROCUREMENT AGREEMENT
Agreement Number 250167E
April 8,2005
D &C Towing
4065 E.Washington
Fresno,CA 93727
The County of Fresno (County)hereby contracts with D &C Towing (Contractor)to
provide Towing and Emergency Road Maintenance Services in accordance with
Request for Quotation No.060-4041 and Attachment A,attached,and by this reference
made a part hereof.
TERM:This Agreement shall become effective May 1,2005 and shall remain in effect
through April 30,2006.
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 as described in
Attachment "A"attached,at the rates set forth in Attachment "A".
ADDITIONAL ITEMS:The County reserves the right to negotiate additional items to
this Agreement as deemed necessary.Such additions shall be made in writing and
signed by both parties.
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
department in accordance with invoicing instructions included in each order referencing
this Agreement.The Agreement number must appear on all shipping d°P.$'mentsand
invoices.Invoice terms shall be Net 45 Days,2%DisGoul.t 1~Days.}vvJV
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 paidfor satisfactoryservicesor suppliesprovidedto the dateof termination.
G:\CONTRACTS &EXTRACTS\E\250167E D+C TOWING.DOC
,PROCUREMENTAGREEMENTNUMBER:250167E
0 &C Towing
April 8,2005
Page 2
LAWS AND REGULATIONS:The Contractor shall comply with all laws,rules and
regulations whether they be Federal,State or municipal,which may be applicable tQ
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.
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.
G:\CONTRACTS&EXTRACTS\E\250167E D+C TOWING.DOC
PROCUREMENT AGREEMENT NUMBER:250167E
D &C Towing
April 8,2005
Page 3
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 executes this Agreement,Contractor
shall provide certificates of insurance and endorsement as stated above for all of the
foregoing policies,as required herein,to the County of Fresno,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 VII or better.
INDEPENDENTCONTRACTOR:In performanceof thework,duties and obligations
assumedby Contractorunder this Agreement,it is mutuallyunderstoodand agreed
G:\CONTRACTS&EXTRACTS\E\250167E D+C TOWING.DOC
PROCUREMENT AGREEMENT NUMBER:250167E
D &C Towing
April 8,2005
Page 4
that Contractor,including any and all of Contractor's officers,agents,and employees
will at all times be acting and performing as an independent contractor,and shall act in
an independent capacity and not as an officer,agent,servant,employee,joint venturer,
partner,or associate of the County.Furthermore,County shall have no right to control
or supervise or direct the manner or method by which Contractor shall perform its work
and function.However,County shall retain the right to administer this Agreement so as
to verify that Contractor is performing its obligations in accordance with the terms and
conditions thereof.Contractor and County shall comply with all applicable provisions of
law and the rules and regulations,if any,of governmental authorities having jurisdiction
over matters the subject thereof.
Because of its status as an independent contractor,Contractor shall have absolutely no
right to employment rights and benefits available to County employees.Contractor
shall be solely liable and responsible for providing to,or on behalf of,its employees all
legally-required employee benefits.In addition,Contractor shall be solely responsible
and save County harmless from all matters relating to payment of Contractor's
employees,including compliance with Social Security,withholding,and all other
regulations governing such matters.It is acknowledged that during the term of this
Agreement,Contractor may be providing services to others unrelated to the County or
to this Agreement.
NON-ASSIGNMENT:Neither party shall assign,transfer or sub-contract this
Agreement nor their rights or duties under this Agreement without the written consent of
the other party.
AMENDMENTS:This Agreement constitutes the entire Agreement between the
Contractor and the County with respect to the subject matter hereof and supersedes all
previous negotiations,proposals,commitments,writings,advertisements,publications,
Request for Proposals,Bids and understandings of any nature whatsoever unless
expressly included in this Agreement.This Agreement supersedes any and all terms
set forth in Contractor's invoice.This Agreement may be amended only by written
addendum signed by both parties.
INCONSISTENCIES:In the event of any inconsistency in interpreting the documents
which constitute this Agreement,the inconsistency shall be resolved by giving
precedence in the following order of priority:(1)the text of this Agreement (excluding
Attachment "A",County's Request for Quotation No.060-4041 and the Contractor's
Quote in response thereto);(2)Attachment "A";(3)the County's Request for Quotation
No.060-4041 and (4)the Contractor's quotation made in response to County's Request
for Quotation No.060-4041.
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.
G:\CONTRACTS&EXTRACTS\E\250167E D+C TOWING.DOC
PROCUREMENT AGREEMENT NUMBER:250167E
D &C Towing
April 8,2005
Page 5
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 Cathi J.Peters,Buyer III,at (559)456-7110
or FAX at (559)456-7831.
FOR THE COUNTY OF FRESNO
(~oo~//!£/~hJ
Facility Services &Purchasing Manager
4525 East Hamilton Avenue
Fresno,CA 702-4599
Date:<!JI 3
MGB:CJP:jlg
G:\CONTRACTS &EXTRACTS\E\250167E D+C TOWING.DOC
G:\CONTRACTS &EXTRACTS\E\250167E D+C TOWING.DOC
PROCUREMENT AGREEMENT NUMBER:250167E
D &C Towing
April 8,2005
Attachment Page 1 of 1
A TTACHMENT '~"
(Light Duty)
All labor,materials,taxes,equipment etc.to perform services as specified.
RATE
A)ZONE "A"
1.Basic Tow Service $30.00 per service
2.Emergency Road Service $30.00 per service
3.Rescue and Recovery *$30.00 per hour
4.Multiple Tows $45.00 per service
5.Dealer Tows $30.00 per service
B)ZONE "B"
1.
2.
3.
4.
Basic Tow Service $45.00 per service
Emergency Road Service $45.00 per service
Rescueand Recovery ,$45.00 per hour
Multiple Tows $67.50 per service
C)ZONE "C"
1.Basic Tow Service $65.00 per service
2.Emergency Road Service $65.00 per service
3.Rescue and Recovery $65.00 per hour
D)ZONE "0"
1.Basic Tow Service $85.00 per service
2.Emergency Road Service $85.00 per service
3.Rescue and Recovery $85.00 per hour
E)ZONE "E"
1.
2.
3.
ZONE "F"
1.Basic Tow Service $110.00 per service
2.Emergency Road Service $110.00 per service
3.Rescue and Recovery $110.00 per hour
ALL ZONES
Basic Tow Service $110.00 per service
Emergency Road Service $110.00 per service
Rescue and Recovery $110.00 per hour
F)
G)
1.Standby Time **$50.00 per hour
2.Dolly Charge $30.00 flat rate
*Hourly rate commences when the tow truck arrives at the specified location.
**One half hour minimum in quarter hour increments.
G:\CONTRACTS&EXTRACTS\E\250167E D+C TOWING.DOC
.QliOTATION NO.060-4041
BIDDER TO COMPLETE:
Page 9
Name of Insurance Carrier:fl C CJ 12 0
L/IV.(;,1L IV 6-£#G /lIJL
Commercial General Liability:j;tJ OOi /JOO
././
f/Y >'1//J IJI/C E
Expires:7-;L /--.0 S-
Workman's Compensation:Expires:
!J t)OOJ 0'00/
Garage Keepers Legal Liability:~11tJo,CJ00../
GUARANTEED PICK-UP AND/OR DELIVERY:Bidder will be considered in award of bid only if
they can guarantee response time.Enter guarantee on this line (Le.number of minutes from
receipt of service request to location named by authorized County representative):
Expires:7 .-AI -cJ S
Expires:7 -:2-)-0 5
Automobile Liability:
By:
(Authorized Signature)
Purchase Order mailing address:
r::'\PI=()\nhn-4n41 TOWING AND EMERGENCY ROAD SERVICE.DOC
,.QUOTATION NO.060-4041 Page 10
BIDDER TO COMPLETE THE FOLLOWING:
PARTICIPATION
The County of Fresno is a member of the Central Valley Purchasing Group.This group consists of
Fresno,Kern,Kings,and Tulare Counties and all governmental,tax supported agencies within
these counties..
Whenever possible,these 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.
129 Yes,we will extend contract terms and conditions to all qualified agencies within theCentralValleyPurchasingGroup.
U~:e willn.
ot extend contract terms to any agency other than the County of Fresno.
.~o£Ja<A
(l //(Authorized
OWNer-Title
.,QUOTATION NO.060-4041 Page 11
VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION,
Firm:D +C -r 0 L.-0 i TV 0'
REFERENCE LIST
The bidder shall submit a list of at least five (5)customer references.Such references shall be
customers for whom the vendor has recently performed similar services.
Reference Name:"F re"5 N ()0 ode{f'
Contact:-::fu.-.d'1 --r h D(Yla C;.
Date and Service Provided:
City:r re.'S N 0
Phone No.:-L{~1-LfOD0
~.'_'0""''~\'~nl""'.'.:'''',,~,:'''':?..M_'''''''::''...!',..~.~,._:.....!~:'"''"..",L~
Reference Name:
Contact:
o-\-R.
Vi c.-ki oC\v
City:r='r e.~f-J 6
Phone No.:;2 to Co -to 0 ~0
Date and Service Provided:
=='.'..":"'....-.~,""_...~..,,"-'~~
Reference Name:~ho ()r'\p So J\J 5 City:F ('-e..S N {j
Contact:Je.cr}0 r I~,'c.I'(--rhornOSOrr!one No.:Lj c;;to -0 "728I
Date and Service Provided:
,",~-"..~.",~,_.'.~~~-.~_.::.~",..':~;¥~:.T Z.ft"~~.2Sr .~.r!'!i~1',,-.tt:1
Reference Name:--r;}Y\.+----roh'\JNL/~City:
Contact:~rr.or ~oh~I!V~-Phone No.:Date and Service Provided:
F'reSl\JO eouLf~~-9;2
J:~--~,~_'L...--;!II
Reference Name:CoP Q r--t
Contact:.D Q r r E-/
Date and Service Provided:
BJ<\tJ S
City:F''(e:;tV ()
Phone No.:::2 ~Co-ro LJc6
FAILURE TO PROVIDE A LIST OF A T LEAST FIVE (5)CUSTOMERS MA Y BE CAUSE FOR
REJECTION OF THIS RFQ.
--
..QUOTATION NO.060-4041
Bidder's Name:P +-c...to \.U ~~~
QUOTATION SCHEDULE -GROUP I
Page 19
*Hourly rate commences when the tow truck arrives at the specified location.
..One half hour minimum in quarter hour increments.
(Light Duty)
All labor,materials,taxes,equipment etc.to perform services as specified within this Request for
Quotation.Note:Service cost must include all mileage.Failure to bid as instructed will result in
rejection of bid.
RATE
A)ZONE "A"
00
1.Basic Tow Service $OO per service
2.Emergency Road Service $:'0,°(')per service
3.Rescue and Recovery *$301-,,,,,,per hour
4.Multiple Tows $L-i5."()per service
5.Dealer Tows $'2>00°0 per service
B)ZONE "B"
1.Basic Tow Service $5Q .per service
2.Emergency Road Service $1-f5..per service
3.Rescue and Recovery $4'5",-'"per hour
4.Multiple Tows $£(7--r..:;0 per service
C)ZONE "C"
(p5"
--1.Basic Tow Service $per service
2.Emergency Road Service $l?S..-per service
3.Rescue and Recovery $l 5'..'---per hour
D)ZONE "0"
1.Basic Tow Service $_B5.-per service-
2.Emergency Road Service $'OS..per service
3.Rescue and Recovery $S..per hour
E)ZONE "E"
1.Basic Tow Service $/lO.--per service
2.Emergency Road Service $I(D.'-per service
3.Rescue and Recovery $110.-per hour
F)ZONE "F"
...---1.Basic Tow Service $110.per service
2.Emergency Road Service $116.--
per service
3.Rescue and Recovery $,,0.-per hour
G)ALL ZONES
iJfI §0 .---per hour1.StandbyTime **
2.Dolly Charge $3{).-flat rate
,.QUOTA TION NO.060-4041
Bidder's Name:f)/C Tow /..v G-
Quotation Schedule -GROUP I Light Duty
Zone A
A
Estimated
Quantities
Basic Tow Service
Emergency Road Service
Multiple Tows
Rescue &Recovery
Standby Time
Dealer Tows
370
40
29
5 hours
6 hours
18
Zone B
Basic Tow Service
Emergency Road Service
Rescue &Recovery
Multiple Tows
Zone C
60
4
5 hours
5
Basic Tow Service
Emergency Road Service
Rescue &Recovery
48
14
1 hour
Zone D
Basic Tow Service
Emergency Road Service
Rescue &Recovery
5
12
1 hour
Zone E
Basic Tow Service
Emergency Road Service
Rescue &Recovery
5
1
1 hour
Zone F
Basic Tow Service
Emergency Road Service
Rescue &Recovery
5
2
1 hour
TOTAL GROUP I
.*TAKEN FROM QUOTATION SCHEDULE -PAGE 19
**COLUMN A X COLUMN 8 =COLUMN C
f""'.\~"'rI\"""A"Ai TrlW'''If'.:A"ln i=Mi=Rf'.:FNr.V ROAD SERVICE.DOC
B.
*Service
Rate
$JtJ~
$30~
$if 5".:!!:.
$::3 t:J ~'-
$~6~tJ ';y
$go ~
$i/5"t7
$''I5'~
$f;5"4
$t1~
'5~
$/5 cr
~t5~
d~
$r!5~
$1;;/d"
$(5
$I III Z
$/I tJ err
$II tJ /'
trff-
$/ItJ ~-
$ild cnr
$IJ V'
Page 21
C.
**Total
$Jj jde?~--
$p:-CJO ~
$t-305;;:-
$ICO~'
$31/&~
$5',/0 ~
1ft!"
$j..7tJt/~
$I fICJ ;;~
$J..:;1./;5'.t/
$;J7 ~
$J/t ()t'~
$tfl ...-
$t 6-t::Y"
'fJ5~
~J()J.-tJ ~
$ffS"~
$f"5tJ ~
$1/(/~
$lid ~
$5f()~
$J.J-Otf1"
$/it)(/1f
$~
Qu.otation No.060-4041
Bidder's Name zzL C.
Page 23
/
TtJ W //1/6-
BIDDER QUESTIONNAIRE
BIDDER TO COMPLETE
1.How many years have you been in the towing business?LL
2.How many trucks does your company operate?~
3.List type of tow trucks your company operates,including quantity of each type,age,
capacity of tow.
~CJd ;::1<.f.lb-JIIL/v?IC I~L;:;/8 E /)
/998 r,fEitI/TJ./A/PIl w/-JEE£L.//:/",
26:("00 &-ytv
...
2..b 000 6-l/t-t/./
4.~ow many drivers does your company have available to perform the specified services?
L
5.Specify phone number where service may be obtaina::Jseven (7)days a week-
twenty-four (24)houfs per day.
(5"5-q)b ~J'737A....
6.What is the maximum weight of heavy equipment your company can tow safely?
/cJJtJtJO --/2,000
/J./
7.Does your company have ability to tow multiple vehicles (cars)at the same time?
YE;;
8.What is the number of vehicles your company can safely/legally tow with one tow truck?
:L.
G:\RFQI060-4041 TOWING AND EMERGENCYROADSERVICE.DOC
Quotation No.060-4041 Page 24
9.How do you charge for multiple tows?Ii ();V :2~PAl Cf'7C7V./
10.Do you anticipate an increase in vehicles if awarded this contract?,ft/t?
11.What are the locations of your tow vehicles ~ddress/City)?
Day LJc;6.5Y E,Jv/Jc:;/I/IY~/t:JV -F/?£$;L/O
Night ;)/9-fir}IE
12.If unable to begin removal work upon arrival at location,at what point does standby time
commence (Le.fifteen (15)minutes after arrival)?
I
12 L!:!jY
13.What is the minimum time charge for rescue and recovery serviCE?.J£/-//{
14.The County is requesting a verbal response within fifteen (15)minutes of receipt of
request.Would your company be able to offer a guaranteed sooner response time?
If so,state response time:./11 11M £elF minutes.
C/JL L
G:IRFOIOnO-4041TOWING AND EMERGENCY ROAD SERVICE.DOC
QUOTATION NO.060-4041
SPECIFICA TION
Note:The reference to "Fleet Services"refers to both General
Services Department-Fleet and Sheriff Department Fleet.The
successful bidder(s)shall provide the following services:
Ability to provide towing services and emergency road services,
twenty-four (24)hours a day,seven (7)days a week for County
vehicles that may be inoperable at various County locations.
Furnish the County with one telephone number for twenty-four (24)
hour service.The telephone calls may be forwarded to another
number,but not to an answering machine.The vendor(s)must notify
the County of any changes in telephone numbers or method of
answering calls for services.
All of the vendor(s)towing vehicles shall be equipped with cellular
phones.The cellular number must be provided to the County
representative.
When requesting service,the County will identify the vehicle,and
approximate location with the initial telephone request.Additional
information such as type of service (tow,jump start etc),County
identification number,operator location,vehicle key location or any
special request (multiple tows,recovery etc)will be provided if
available.
Provide a verbal response.within fifteen (15)minutes and be in route
within thirty (30)minutes of receiving the service request by an
authorized County representative.(Note:The in route time within thirty
minutes of receiving the service request includes the vendors allotted
fifteen (15)minutes to provide a verbal response).THIS IS NOT A
FORTY-FIVE (45)MINUTES TOTAL IN ROUTE.The verbal response
back to the County must include estimated time before the tow truck is
in route,location of tow truck and estimated time of arrival.If the
vendor is previously committed or unable to be in route within thirty (30)
minutes,vendor is to contact the County within the fifteen (15)minute
verbal response time and indicate when they can respond.The County
will make the decision to continue with the primary vendor or connect a
secondary vendor.
.Response time will start with initial phone call from the County.
~,..
Page 13
COMPLIANCE
YE7 iJj)
YES f}iJ
yes j)f)j)
JjjiJ
t£6£J
QOOT A TION NO.060-4041
SPECIFICATION
Respond to request for emergency road services to include lockout,
tire change,vehicle jump starts and refueling.«Vendor to provide
five (5)gallons of fuel and will be reimbursed by the County for actual
costs).
In the event the vendor arrives at the location and is unable to locate
the vehicle,the vendor will contact the County for additional
directions and make a reasonable effort to locate the vehicle.
Ability to tow light duty vehicles and trucks,heavy duty trucks,
equipment,trailers,sheriff patrol cars,etc.All equipment must be
secured in a manner to prevent any damage to the equipment being
towed.The vendor shall be responsible for any damage sustained to
any vehicle from the origin of tow to the destination.
Ability to perform rescue and recovery service and tow equipment
with a gross weight of 60,000 pounds.
Ability to tow two (2)or more vehicles to Fleet facilities.While the
ability to tow multiple vehicles by a single tow vehicle is not a
mandatory requirement,the frequency of this service is considerable.
Ability to complete "Vehicle Condition Report"(Attachment "A")for
each piece of equipment towed.
Ability to provide the vehi~l_eoperator a ride to their place of work
(within reason)or to Fleet Services.
The successful bidder(s)shall have available qualified personnel for
the operation of the towing service at all times.Such personnel shall
be familiar and comply with all the terms and conditions of the
contractual agreement between the County of Fresno and the
contractor.
Page 14
COMPLIANCE
v---j)p,~
~j)of)
v---j)giJ
8,(}{JO LJo/)
.[),fJ V-
H;JJ ~
1M2 L--(
£Jf)£--
Towing equipment shall be subject to inspection and compliance with
the California Vehicle code,by the California Highway Patrol.i4 .Q L--Successful bidder(s)will be required to provide proof of inspection.~
.Inspection and approval of the towing equipment by Fleet Services
.may be necessary prior to the award of any contract.Any change or
substitution of equipment may be subject to the prior written approval
of the County.JJJj)V&7
..QUOTATION NO.060-4041
SPECIFICATION
The County of Fresno will be divided into six (6)geographic zone
areas.The vendors shall provide pricing for each vehicle type,as
specified on Quotation Schedule.
COMPLIANCE
i)J2
Page15