HomeMy WebLinkAboutP-24-139 Dooley Enterprises Inc.pdf c0, County of Fresno
INTERNAL SERVICES DEPARTMENT
Facilities• Fleet•Graphics• Purchasing •Security•Technology
O� 185 IO
FRVn
PROCUREMENT AGREEMENT
Agreement Number P-24-139
March 27, 2024
Dooley Enterprises, Inc.
1198 N Grove Street, Suite A
Anaheim, CA 92806
The County of Fresno (County) hereby contracts with Dooley Enterprises, Inc(Contractor)to provide
Winchester Ammunition in accordance with the text of this agreement, Attachment"A", by this reference
made a part hereof.
TERM: This Agreement shall become effective April 1, 2024 and shall remain in effect through March 31,
2025.
EXTENSION: This Agreement may be extended for four(4)additional one (1)year periods by the mutual
written consent of all parties.
MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County
reserves the right to increase or decrease orders or quantities.
CONTRACTOR'S SERVICES: Contractor shall perform the services as described in Attachment"A"
attached, at the rates set forth in Attachment"A".
ORDERS: Orders will be placed on an as-needed basis by County of Fresno Sheriff's Office, District
Attorney and Probation Departments under this contract.
PRICES: Prices shall be firm for the contract period.
MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of One
Million Two Hundred Ninety Thousand Dollars ($1,290,000.00).
ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as
deemed necessary. Such additions shall be made in writing and signed by both parties.
DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be
delivered complete as specified. All orders placed before Agreement expiration shall be honored under the
terms and conditions of this Agreement.
DEFAULT: In case of default by Contractor, the County may procure the articles/services from another
source and may recover the 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.
333 W. Pontiac Way,Clovis,CA 93612/(559)600-7110
*The County of Fresno is an Equal Employment Opportunity Employer
PROCUREMENT AGREEMENT NUMBER: P-24-139 Page 2
Dooley Enterprises, Inc.
March 27, 2024
INVOICING: An itemized invoice shall be sent to requesting County department in accordance with invoicing
instructions included in each order referencing this Agreement. The Agreement number must appear on all
shipping documents and invoices. Invoice terms shall be Net 45 Days.
INVOICE TERMS: Net forty-five (45) days from the receipt of invoice.
TERMINATION: The County reserves the right to terminate this Agreement upon thirty(30)days written
notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory
services or supplies provided to the date of termination.
LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they
be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel
engaged in service covered by this Agreement.
AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased
goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible
condition all books, documents, papers, data files and other records related to its performance under this
contract. Such records shall be complete and available to Fresno County, the State of California, the federal
government or their duly authorized representatives for the purpose of audit, examination, or copying during
the term of the contract and for a period of at least three years following the County's final payment under the
contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records
must be retained in the manner described above until all pending matters are closed.
LIABILITY: The Contractor agrees to:
Pay all claims for damage to property in any manner arising from Contractor's operations under this
Agreement.
Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and
employees from any and all claims for damage or other liability, including costs, expenses (including
attorney's fees and costs), 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, and from any and all costs and expenses (including attorney's fees and costs), 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.
INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any
third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following
insurance policies or a program of self-insurance, including but not limited to, an insurance pooling
arrangement or Joint Powers Agreement (JPA)throughout the term of the Agreement:
A. Commercial General Liability: Commercial general liability insurance with limits of not less than One
Million Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars
($2,000,000). This policy must be issued on a per occurrence basis. Coverage must include products,
completed operations, property damage, bodily injury, personal injury, and advertising injury. The
Contractor shall obtain an endorsement to this policy naming the County of Fresno, its officers, agents,
employees, and volunteers, individually and collectively, as additional insureds, but only insofar as the
operations under this Agreement are concerned. Such coverage for additional insureds will apply as
primary insurance and any other insurance, or self-insurance, maintained by the County is excess only
and not contributing with insurance provided under the Contractor's policy.
B. Automobile Liability: Automobile liability insurance with limits of not less than One Million Dollars
($1,000,000) per occurrence for bodily injury and for property damages. Coverage must include any auto
used in connection with this Agreement.
C. Worker's Compensation: Workers compensation insurance as required by the laws of the State of
California with statutory limits.
P-24-139 Dooley Enterprises, Inc.
PROCUREMENT AGREEMENT NUMBER: P-24-139 Page 3
Dooley Enterprises, Inc.
March 27, 2024
Additional Requirements Relating to Insurance:
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.
Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts
paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely
responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of
subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not
Contractor obtains such an endorsement.
Within Thirty(30) days from the date Contractor signs and executes this Agreement, Contractor shall provide
certificates of insurance and endorsement as stated above for all of the foregoing policies, as required
herein, to the County of Fresno, Fresno Sheriff's Office, 2200 Fresno St., Fresno, CA 93721 stating that
such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers,
agents and employees will not be responsible for any premiums on the policies; that such Commercial
General Liability insurance names the County of Fresno, its officers, agents and employees, individually and
collectively, as additional insured, but only insofar as the operations under this Agreement are concerned;
that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-
insurance, maintained by County, its officers, agents and employees, shall be excess only and not
contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be
cancelled or changed without a minimum of thirty (30) days advance, written notice given to County.
Certificates of Insurance are to include the contract number at the top of the first page.
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 A FSC VII or
better.
COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish
proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence.
INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor
under this Agreement, it is mutually understood and agreed that Contractor, including any and all of
Contractor's officers, agents, and employees will at all times be acting and performing as an independent
contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint
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
P-24-139 Dooley Enterprises, Inc.
PROCUREMENT AGREEMENT NUMBER: P-24-139 Page 4
Dooley Enterprises, Inc.
March 27, 2024
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"); and (2)Attachment"A".
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.
ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic
signature as provided in this section.
A. An "electronic signature" means any symbol or process intended by an individual signing this Agreement
to represent their signature, including but not limited to (1)a digital signature; (2) a faxed version of an
original handwritten signature; or(3) an electronically scanned and transmitted (for example by PDF
document)of a handwritten signature.
B. Each electronic signature affixed or attached to this Agreement (1) is deemed equivalent to a valid
original handwritten signature of the person signing this Agreement for all purposes, including but not
limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and
effect as the valid original handwritten signature of that person.
C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in
the Uniform Electronic Transaction Act(Civil Code, Division 3, Part 2, Title 2.5, beginning with section
1633.1).
D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of
Government Code section 16.5, subdivision (a), paragraphs (1)through (5), and agrees that each other
party may rely upon that representation.
This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means
and either party may sign this Agreement with an original handwritten signature.
Please acknowledge your acceptance by returning all pages of this Agreement to my office via email or
USPS.
Please refer any inquiries in this matter to Chanvathei Lonh, Purchasing Analyst, at(559) 600-7119 or
CLONH(cDfresnocountyca.gov .
P-24-139 Dooley Enterprises, Inc.
PROCUREMENT AGREEMENT NUMBER: P-24-139 Page 5
Dooley Enterprises, Inc.
March 27, 2024
FOR THE COUNTY OF FRESNO
Manuel M. Digitally signed by Manuel M.
Vilanova
Vilanova Date:2024.04.02 09:19:37-07'00'
Manuel Vilanova
Deputy Director- ISD
333 W. Pontiac Way
Clovis, CA 93612
MV:CL
P-24-139 Dooley Enterprises, Inc.
PROCUREMENT AGREEMENT NUMBER: P-24-139 Page 6
Dooley Enterprises, Inc.
March 27, 2024
CONTRACTOR TO COMPLETE:
Company: Do ote, l Vt L.
Type of Entity:
Individual Limited Liability Company
Sole Proprietorship Limited Liability Partnership
Corporatio General Partnership
Address City l / State Zip
! N- 630 -3910 Cil f ��diJolP�wJ2r��{ �e>-God
TELEPHONE NUMBER FAX NUMBER E-MAI ADDRES
Print Name&Title: CA,f- f ►t�
C'd Print Name&Title:
4
Signature: Signature:
ACCOUNTING USE ONLY
ORG No.: 31112414 34300600 28620400
Account No.: 7385 7385 7295
Requisition No.: 3111244405 3430240355 8602400231
(08/2022)
P-24-139 Dooley Enterprises, Inc.
PROCUREMENT AGREEMENT NUMBER: P-24-139 Attachment "A"
Dooley Enterprises, Inc.
March 27, 2024
A TTACHMENT 'A"
04/01/24-03/31/25 Fresno County, California Fixed Term Pricing
>ww.�eta.pit.t.ht.
1198 N Grove St,Ste A Anaheim,CA 92806
� 7'Y/NGHfJ�ER
Ph:(714)630-6436 Fax:(714)630-3910
• r M r • i t i t r
ammo@dooleyenterprises.com
RDS/ PRICES
ITEM# PRODUCT# PRODUCT DESCRIPTION CS PER CASE PER 1000
1 W38PST 38 SPL+P SILVERTIP 125 GR JHP 200 $94.80 $474.00
2 Q4170 45 Auto 230gr.Full Metal Jacket 500 $174.00 $348.00
3 RA45T 45 Auto 230gr.Ranger T-Series JHP 500 $237.00 $474.00
4 Q4172 9mm 115gr.Full Metal Jacket 500 $125.50 $251.00
5 WM855K 5.56MM M855 62 FMJ WIN LC 20RD(GREEN TIP) 1000 $476.00 $476.00
6 RA223MY 223 69gr Match Boattail Hollow Point(BTHP) 1000 $831.00 $831.00
7 Q4238 40 S&W 180gr.Full Metal Jacket 500 $152.50 $305.00
8 RA40T 40 S&W 180gr.Ranger T-Series JHP 500 $206.00 $412.00
9 RA223BSTAY 223 55 gr Ranger Supreme Ballistic Silvertip 1000 $874.00 $874.00
10 X38SMRP 38 Sp 148gr.Lead Wad Cutter 500 $206.50 $413.00
11 RA12005 12ga.9 Pellets 00 Buck,Low Recoil(5rds/bx) 250 $173.00 $692.00
12 RA9T 9mm 147gr.Ranger T-Series JHP 500 $183.50 $367.00
13 Q3131K 5.56mm 55gr.Full Metal Jacket 1000 $458.00 $458.00
14 RA223R2Y 223 64gr Ranger Power-Point Knurl 1000 $638.00 $638.00
15 USA223R1K 223 55gr.Full Metal Jacket 1000 $458.00 $458.00
16 RA223RY 223 55gr Ranger Pointed Soft Point 1000 $648.00 $648.00
17 AAM127 12ga.2 3/4"3dram 1 1/8oz.#7 1/2 AA@ Target 250 $113.50 $454.00
18 X12RS15 12ga.2 3/4" loz.Super-X@ Rifled Slugs 250 $182.00 $728.00
19 RA12RSIS 12ga.1oz.Slug,Low Recoil 250 $182.00 $728.00
20 RA38B 38 Special 130gr.Ranger Bonded JHP+P 500 $252.50 $505.00
21 RA380T 380 Auto 95gr.Ranger T-Series JHP 500 $196.00 $392.00
22 USA9MM 9mm 124gr.Full Metal Jacket 500 $126.50 $253.00
23 USA300BLK 300 Blackout 125gr.Open Tip USA 200 $135.00 $675.00
Prices assume Winchester dropship of 5 or more cases
Prices exclude Federal Excise and sales/use taxes Page 1 of 1 April 1,2024 thru March 31,2025
P-24-139 Dooley Enterprises,Inc.