Loading...
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