HomeMy WebLinkAbout23316Countyof \IIB~~"I~\~
Fn..-..JI'nii~~99 OCT12 PHo1j,A of_r;:,:
LlnzJe L.Daniel
PROCUREMENT AGREEMENT Director of Administrative ServicesTOWINGSERVICES
HFf'FI'JFfJPURCHASINGDEFt
September 30,1999 Agreement No.200086G
Bulldog Towing and Transport
1805 N.Lafayette,Suite 101
Fresno,CA 93705
The County of Fresno (County)hereby contracts with Bulldog Towing and Transport
(Contractor)to provide Towing Services in accordance with Request for Quotation No.
072-3107 and Attachment A,attached,and by this reference made a part hereof.
TERM:This Agreement will be for one (1)year effective October 1,1999.
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 documents and
invoices.Invoice terms shall be Net 45 Days.
G:\CONTRACTS&EXTRACTS\G~§&ffi3e5fID!\!too;~.~~o.California 93702
Purchasing (209)456-7110 .Central Warehouse (209)456-7851 .Central Services (209)456-7868
Equal Employment Opportunity -Affirmative Action -Disabled Employer
PROCUREMENT AGREEMENT NO.200086G
Bulldog Towing and Transport
September 30,1999
Page 2
MAXIMUM:In no event shall services performed and/or fees paid under this Agreement
be in excess of $16,250.00.
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: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.
INSURANCE AND 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 alaims 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.
Provide,maintain and furnish proof of the followin'g:
Comprehensive General Liability Insurance with limits of not less than $250,000 per
occurrence with not less than $500,000 annual aggregate.County shall be named as
additional insured on such policy.This insurance shall not be canceled or changed
without thirty (30)days advance written notice.
Automotive Public Liability Insurance with limits of not less than $100,000 per
occurrence and not less than $300,000 annual aggregate for bodily injury and not less
than $50,000 property damage.
Workers Compensation Insurance as required by law.
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
G:\CONTRACTS &EXTRACTS\G\200086G BULLDOG TOWING.DOC
d -----------~-
PROCUREMENT AGREEMENT NO.200086G
Bulldog Towing and Transport
September 30,1999
Page 3
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.072-3107 and the Contractor's
Quote in response thereto);(2)Attachment "A";(3)the County's Request for Quotation
No.072-3107 and (4)the Contractor's quotation made in response to County's Request
for Quotation No.072-3107.
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\G\200086G BULLDOG TOWING.DOC
PROCUREMENT AGREEMENT NO.200086G
Bulldog Towing and Transport
September 30,1999
Attachment Page 1 of 1
SERVICES
ATTACHMENT '~"
All labor,materials,taxes,equipment,etc.
to tow trailers as specified in Request for
Quotation No.072-3107.
$55.00 per hour
Bulldog Towing and Transport will provide each request for service at a rate of $55.00
per hour,with a one-hour minimum.Hourly rate commences when the tow truck arrives
at the specified location.
G:\CONTRACTS &EXTRACTS\G\200086G BULLDOG TOWING.DOC
.Quotation No.072-3107
COUNTYOFFRESNOPURCHASING
STANDARDINSTRUCTIONSANDCONDITIONSFOR
REQUESTSFORPROPOSALS(RFP'S)ANDREQUESTSFORQUOTATIONS(RFQ'S)
Note:the reference to 'bids'in the followingparagraphs applies to RFPs and RFQ's
GENERAL CONDITIONS
1.BIDPREPARATION:
By submittinga bidthebidderagreesto thefollowingconditions.Theseconditionswillapplyto ansubsequentpurchasesbasedonthisbid.
3.FAILURETO BID:
A)Allpricesand notationsmustbe typedor writtenin ink.No erasures
permitted.Errorsmaybecrossedout,initialedandcorrectionsprintedin ink
by personsigningbid.
B)Bra1dNames:BrandnaT1eSandnumberswhengivena-eforreference.
Equal itemswillbe considered,providedtheofferclearlydesaibesthe crticIe
andhowit differsfromthatspecified.In theabsenceof suchinfoonaIionit
shallbe understoodtheofferingis exactlyas specified.
C)Statebrandor makeof eachitem.If biddingon otherthanspecified,
state make,model and brand being bid and attach supporting
literature/specis to thebid.
D)Bidon eachitemseparately.Pricesshouldbestatedinunitsspecified
herein.All applicablechargesmustbequoted;chargeson invoicenotquoted
hereinwillbe disallowed.
E)Tuneof deliveryis a partof the considerationand mustbe statedin
definitetennsandmustbeadheredto.F.O.B.Pointshallbe destinationor
freightchargesmustbe stated.
F)All bids mustbe datedand signedwith the finn'snameand by an
authorizedofficeroremployee.
G)Unlessotherwise noted,pricesshallbelinnfor120daysafterdosing
date rI bid.
2.SUBIIITTINGBIDS:
A)Each bid II'IJStbesubrIitted00foonsprovidedin a sealedenvelopewith
bid number andclosingdateandtimeontheoutsideoftheenvelope.
B)Intefpretation:Shouldanycisaepanciesor arissioos befoundin the bid
specificaIionsor doubtas to their meaning,the bidder shall notifythe Buyer in
writing at once.The County shall not be held responsible for verbal
interpretations.Questions regading the bid must be received by Purchasing
at least 5 wuking days beforebid opening.ADaddenda issued shall be in
writing,duly issued by Purchasing and incorporatedintothe con1ract.
C)ADcommunications regarding the bid must be referredto the Buyerat
County Purchasing.Biddersare specificallydirectednot to contad any other
County personnel relatedto this bidrequest.
Unauthorizedcontactof any Countypersonnelregading thisbidmaybe cause
for rejection of bid response.
D)Bids received after the closingtimewill NOT be considered.
E)Biddersareto bidwhatis specifiedor requestedfirst.n unable10or
wiDingto,bidder may bid altemative or optioo,indicating all advantages,
disadvantages and their associated cost.
G:\RF0\072-3107 TOWING SERVlCE.DOC
Ifnot bidding,return bid sheet and state reason for no bid or your namemay be
removed from mailing list.
4.TAXES,CHARGESANDEXTRAS:
A)County of Fresno is subjectto Californiasales and'or use tax (1.875%~
Please indicate as a separate fine item if appI'JCabIe.
B)DONOTincludeFederalExciseTax.CountyisexemptunderD .:.,IF ,,'ft
No.94-73-00401-1<.
C)Countyis exemptfromFederal Transportation Tax.Exeqmn cerIificaeis
notrequiredwhereshippingpapersshowconsigneeasCountyof Fresno.
D)Chargesfortransportation,containers,packing,etc.willnotbe padunless
specifiedinbid.
5.AWARDS:
A)Award(s)will be madeto the mostresponsiveresponsiblebictter.The
evaluationwin include suchthings as Iife..cydecost.availability,delivefyaIStsand
whoseproduct and/or serviceis deemed to be in the bestinterestof the County.
Thecountyshallbethesolejudgeinmakingsuchdetermination.
B)Unlessbiddergves noticeof aI-«-nooeawardinbid,C<u1tymay~-.ry
item,groupofitemsor00thebasisof totalbid.
C)The County reserves the right to reject any and all bids and m waive
infonnaIities or irregularitiesin bids.
D)Mer awn.allbidsshaDbe q8I to putjc inspedioo.The CountyasSIJ1IeS
no responsibilityfor the confidentiarrtyof informationofferedin a bid.
6.PARTICIPATION:
Biddermay cvee to extendthe terms oftheresultingconIract to OCherpoIitic:a
subcivision.municipal'ltiesandtax-supported~.
Such participatingGovernmentalbodiesshaDmakepurchasesin!heirOlIn nane.
makepaymentdirecllyto bidder.andbefiabIe directlyto thebidder.hokiIgthe
Countyof Fresnoharmless.
7.PREFERENCEIIlEBIDS:
Allotherfactorsbeingequal,thecontractshallbeawardedto theFresnoCcuty
vendoror,ifneitheror boIhareFresnoCountyvendors,itmaybe awcrded~lie
flipofa coininthepresenceofwitnessesortheentirebidmaybe rejectedand re-
bid.
8.PATENTINDEMNrTY:
1A RFQ(5199)
-Quotation No.072-3107
TI'IevendorshallholdtheCounty,itsofficers,agentsandemployees,harmless
from liability of any nature or kind.includingcosts and expenses.for
infringementor useof anycopyrightedor uncopyrightedcomposition,secret
process,patentedor unpatentedinvention,artideor appliancefumishedor
usedin connectionwiththis bid.
9.SAMPLES:
Samples.whenrequired,mustbe fumishedanddeliveredfreeand,if not
destroyedbytests,willuponwrittenrequest(within30daysof biddosingdate)
be retumedat the bidder's expense.In the absenceof suchnotification.
Countyshallhavethe rightto disposeof thesamplesin whatevermannerit
deems appropriate.
10.RIGHTSAND REMEDIESOF COUNTYFOR DEFAULT:
A)Incaseof defaultby vendor,theCountymayprocurethearticlesor
servicefromanothersourceandmayrecoverthecostdifferenceandrelated
expensesoccasionedtherebyfromanyunpaidbaanceduethevendoror by
proceedingagainstperformancebondofthevendor.if any.orbysuit against
thevendor.ThepricespaidbytheCountyshallbeconsideredtheprevailing
marketpriceat thetimesuchpurchaseis made.
B)Articlesor serviceswhich,upon deliveryinspectiondo not meet
specifications.willbe rejectedandthevendorwillbeconsideredin default.
Vendorshall reimburse County for expensesrelatedto deliveryof non-
specifiedgoodsor services.
C)Regardlessof F.O.B.point,vendoragreesto bearall risksof loss,injury
or destructionto goodsand materialsorderedhereinwhichoccurpriorto
deliveryandsuchloss,injuryor destructionshallnotreleasevendorfromany
obligationhereunder.
11.DISCOUNTS:
Tarmsof lessthan15 daysfor cashpaymentwill be consideredas net in
evaluating thisbid.A discountforpaymentwithinfifteen(15)daysor morewi
be consideredin determiningthe award of bid.Discountperiodwillconvnence
eitherthe laterof deliveryor receiptof invoiceby theCounty.Standa-d tenns
are Net Forty-five (45)days.
12.Special Conditions In BId Schedule supersede General Conditions.
The"GeneralConditions'of thisRFPJRFQshallbe supersededifinconflict
withanyothersectionof this bid.
G:\RF0\072-3107TOWING SERVICE.DOC
13.SPECIALREQUIREMENT:
Withtheinvoiceorwithintwenty-five(25)daysof delivery.thesellermustprovide
tothe Countya MaterialSafetyDataSheetforeachproductwhichcontainsany
substanceon 'TheUstof 800HazardousSubstances'publishedby theState
Directorof IndustrialRelations.(See HazardousSubstancesInformationand
TrainingAd.CalifomiaStateLaborCodeSections6360through6399.7.)
14.RECYCLED PRODUCTSIMATERlALS:
Vendorsareencouragedto provideandquoIe(withdocumentation)recycledor
recyclableproducts/materialswhichmeetstatedspecifications.
15.YEAR 2000 COMPLIANCE WARRANTY
Vendor warrantsthatanyprodJctfurnishedpursuantto thisAgreementladershaI
supporta four-digityeatformatandbeableto a::curatelyprocessdateandtime
datafrom.intoandbetweenthetwentiethandtwenty-firstcenturies,and!heyeas
1999and 2000.aswell as leap ye;I calculations.'Product"shall include,Mhout
limitation,any pece«component of equipment.hardware,finnwn.1'IiItIewaIe.
customor commercialsoftware,or internalcomponentsor subroutines!herein.
This warrantyshall surviveterminationor expiraIionof this Agreement
In theeventof anydecreasein product functionalityor accuracyrelatedto time
and/ordatedata related codesand/orinternalsubroutinesthaiimpede!he poc1Id
from operatingcooedIy usingdatesbeyondDecember31,1999.vendorshall
restoreorrepairtheproducttothesamelevel offtr1ctionaIityaswaTantedherein.
so asto minimizeintemJptiontoCounty'soogOO1gbusiness process.timebeing of
theessence.Intheeventthatsuchwarrantycanpliancerequirestheacquisition
of additionalprogrcms.the expenseforanysuchassociatedor ~
acquisitions,whichmaybe required,induding.withoutlimitation,datacooversion
tools,shallbe borneexdusivelyby vendor.NoIhingin this warrantyshallbe
construedto imit anyrightsor remediestheCoonty.mayotherwisehaveIJIderthis
Agreementwithrespectto defectsotherthanyeat2000peIformance.
18 RFQ(5199)
QUOTATION NO.072-3107 Page 2
BIDDING INSTRUCTIONS
CONTRACT SERVICE AND SUPPLY
The County of Fresno is soliciting bids to provide all labor,materials,equipment,etc.,to provide
Towing Service.
AWARD:Award will be made to the vendor(s)offering the equipment and system 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.
PAYMENT:County will make partial payments for all purchases made under this
contracVpurchase order and accumulated during the month.
RIGHT TO REJECT BIDS:The County reserves the right to reject any and all bids and to waive
informalities or irregularities in bids.
TERM:The initial contract period shall be one (1)year.
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.Bidders are invited to quote their equals.Alternate offers are to be supported
by literature which fully describes items that you are bid~ing.\
No exceptions to or deviations from this specification will be consider,edunless 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 acceptforfull 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.
G:\RFQ\072-3107TOWING SERVICE-DOC
QUOTATION NO.072-3107 Page 3
INVOICING:All invoices are to be delivered in duplicate to,with return of equipment or part.
Reference shall be made to the purchase order/contract number and equipment number if .
applicable on the invoice.
SAMPLES:On request,samples of the products on which you are bidding shall be made
available to the County.County will designate where samples are to be delivered.
Successful bidder's samples may be retained for checking against delivery,in which case
allowance will be made to vendor.
RENEWAL:Contract may be renewed for an additional year by mutual written consent.
VENDOR ASSISTANCE:Successful bidder shall furnish,at no cost to the County,a
representative to assist County departments in determining their product requirements.
TERMINATION:This agreement may be terminated by the County at any time upon written
notice.
HOLD HARMLESS CLAUSE:Contractor agrees to indemnify,save hold harmless and at
County's request,defend 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.
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,~nd employees will at all times be acting and performing as
an independent contractor,and shah 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 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.
G:\RFQ\072-3107 TOWING SERVICE.D<X.:
------------------
QUOTATION NO.072-3107 Page 4
MATERIALS TO BE NEW:All materials shall be new and of merchantable grade,free from
defect.No bid will be considered unless it is accompanied by a complete list of manufacturer's
catalog numbers of the items,which the bidder proposes to furnish,together with full descriptive
literature on all items so enumerated.If item proposed differs from these specifications,bidder
shall present specific explanation of functioning and structural characteristics for those details
which differ from the specifications listed herein.
EXAMINA TION OF SITE:Where work is to be performed on County site,each bidder shall
have examined the site of work before bidding and shall be responsible for having acquired full
knowledge of the job and of all problems affecting it.No variations or allowance from the
contract sum will be made because of lack of such examination.
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.
CLEAN-UP:The Contractor shall at all times keep the premises clean from accumulation of
waste materials or rubbish caused by his employees or work and shall remove all resulting work
debris from the job site.
SUPERVISION:The Contractor shall give efficient supervision to the work,using therein the
skill and diligence for which he is remunerated in the contract price.He shall carefully inspect
the site and study and compare all drawings,specifications and other instructions,as ignorance
of any phase of any of the features or conditions affecting the contract will not excuse him from
carrying out its provisions to its full intent.
STANDARD OF PERFORMANCE:All work shall be performed in a good and workmanlike
manner.
SAFEGUARDS:The contractor shall provide safeguards,in conformity with all local codes and
ordinances as may be required.
INSURANCE:The successful bidder shall furnish satisfactory proof of the maintenance of
adequate Workman's Compensation Insurance and the maintenance of Automobile Uability
Insurance in the amount of not less tnan $1,000,000 combined single limit.County shall be
named as additional insured on such policy.This insurance shall not be cancelled or changes
without (30)day advanced written notice.-
Name of Insurance Carrier:
Workman's Compensation:GOLDEN EAGLE
Public Liability:TIG Indemni ty Ins.Co.
Expires:08-01-00
Expires:01-07-00
Proof of maintenance of adequate insurance will be required before award is made to the
vendor.
G:\RFQ\On-3107 TOWING SERVICE.DOC
QUOTATION NO.072-3107 Page 5
REFERENCES:Provide a list of three (3)client references who are presently using services
being quoted.(Name.phone number and contact person.)
Sequoia Equipment (559)441-1122.Tim Delanv
Quinn Cat (559)896-4040,Cheryl Rosenburg
Michael Automotive (559)431-6000,Ron Friend
GUARANTEED PICK-UP AND/OR DELIVERY:Bidder will be considered in award of bid only if
they can guarantee.Enter guarantee on this line (i.e.number of days from receipt of order to
delivery):
~~8r8n,~ee ~8ve the job completed with in 8',,24hour period;.~,...'edS't)'nz Igna ure
By:
WARRANTY AND SERVICE LOCA TlON:
BIDDER TO COMPLETE:
State the warranty and/or guarantee provisions applicable to this equipment or attach warranty
form with your bid.
N7A
State specific location where service and/or maintenance can be obtained.Failure to furnish
this information will be cause for rejection of bid.
We will provide towing service where ever the county needs us to.
The County may require ~dditional items from those in bid schedule.-
Price list for additional item'S:
A percent discount from manufacturer's enclosed price list will be allowed on purchases
of all additional items.
State name of price list,indicate applicable price column and give effective date of price list
here:
N/A
Prices on additional items will be based on successful bidder's firm discount prices from
manufacturer's enclosed published price list.
G:\RFQ\On-3107 TOWING SERVICE.IX>C
QUOTATION NO.072-3107 Page 6
State Purchase Order mailing address:
1805 N.Lafayette.Ste.101
Fresno,CA 93705
BIDDER TO COMPLETE THE FOLLOWING:
PARTICIPATION
Bidder agrees to extend the terms of the resulting contract to other political subdivisions,
municipalities and tax-supported agencies.
Such participating governmental bodies shall make purchases in their own name,make
payment directly to bidder,and be liable directly to the bidder,holding the County of Fresno
harmless.
(JQ9 Yes,we agree to extend contract terms to other tax -supported agencies.
UNo,7L:xt~1:?toothertax-supportedagencies.Signed.~
Title:President
G:\RFQ\On-3107 TOWING SERVlCE.DOC
.QUOTATION NO.072-3107 Page 7
SCOPE OF SERVICES
Basic Tow Service:Tow service of office trailers that range in size 7'x 10'to 8'x 34'.
The County personnel will provide the set-up.
Service Frequency:Office trailers to be moved approximately 10 times per year.
Direct Tows:They will be moved from the County Maintenance Yard to various
construction sites in Fresno County.Trailers will also be moved back to the County yard
when projects are completed.
Response Time:A minimum of one day notice willbe provided.The response time will
be within one-day time frame.
\
\
G:\RFQ\072-3107 TOWING SERVICE.DOC
---------
QUOTATION NO.072-3107 Page 8
QUOTATION SCHEDULE
The County of Fresno is soliciting bids
to provide Towing Service as specified
within this Request for Quotation.
All labor,materials,taxes,equipment,etc.
To tow trailers as specified
*Hourly rate commences when the tow truck arrives at the specified location.
State charges for towing trailers;per service,per mile,per hour,flat rate plus mileage or
hourly rate.If charge is per unit of time less than one hour please clarify (ex:$1 ~hr.)
State minimum charges if applicable.List any condition that will result in additional
charges,such as trailer size,and state those charges.
Bulldog Towing and Transport will provide each request for
service at a rate of $55.00 per hour with a one hour minimuD.
G:\RFQ\072-3107 TOWING SERVICE.DOC
$55.00 per service
DC2...
$55.00 *per hour
$0 per mile