County of Fresno | Home



August 18, 2006 No. 060-3121060-3121

AUTOMOTIVE AND TRUCK PARTS & SUPPLIES

PURCHASING USE

8910/891000073 JLG G:\RFP\060-3121 AUTO & TRUCK PARTS & SUPPLIES.DOC

IMPORTANT: SUBMIT PROPOSAL IN SEALED ENVELOPE PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER’S NAME MARKED ON OUTSIDE TO:

COUNTY OF FRESNO Purchasing Division

4525 E. HAMILTON AVENUE

FRESNO, CA 93702-4531

Proposal will not be accepted after 2:00 p.m. April 21, 2000

Bids will be opened and publicly read at that time. All bids and bid information will be available for review after the award has been made.

Questions or clarifications of proposal specifications are to be directed to Ken Vozza, phone (559) 456-7110.

GENERAL CONDITIONS

See “County Of Fresno Purchasing Standard Instructions And Conditions For Request For Proposals (RFP’S) and Requests for Quotations (RFQ’S)” attached.

BIDDER TO COMPLETE

Undersigned agrees to furnish the commodity or service stipulated in the attached quotation schedule at the prices and terms stated, subject to the “County Of Fresno Purchasing Standard Instructions And Conditions For Request For Proposals (RFP’S) and Requests for Quotations (RFQ’S)”attached.

Company

Address

City State Zip Code

( ) ( )

Telephone Number Facsimile Number E-mail Address

Taxpayer Federal I.D. No.:

Signed By:

Print Name Title

COUNTY OF FRESNO PURCHASING

STANDARD INSTRUCTIONS AND CONDITIONS FOR

REQUESTS FOR PROPOSALS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S)

Note: the reference to “bids” in the following paragraphs applies to RFP's and RFQ's

GENERAL CONDITIONS

By submitting a bid the bidder agrees to the following conditions. These conditions will apply to all subsequent purchases based on this bid.

1. BID PREPARATION:

A) All prices and notations must be typed or written in ink. No erasures permitted. Errors may be crossed out, initialed and corrections printed in ink by person signing bid.

B) Brand Names: Brand names and numbers when given are for reference. Equal items will be considered, provided the offer clearly describes the article and how it differs from that specified. In the absence of such information it shall be understood the offering is exactly as specified.

C) State brand or make of each item. If bidding on other than specified, state make, model and brand being bid and attach supporting literature/specifications to the bid.

D) Bid on each item separately. Prices should be stated in units specified herein. All applicable charges must be quoted; charges on invoice not quoted herein will be disallowed.

E) Time of delivery is a part of the consideration and must be stated in definite terms and must be adhered to. F.O.B. Point shall be destination or freight charges must be stated.

F) All bids must be dated and signed with the firm’s name and by an authorized officer or employee.

G) Unless otherwise noted, prices shall be firm for 120 days after closing date of bid.

2. SUBMITTING BIDS:

A) Each bid must be submitted on forms provided in a sealed envelope with bid number and closing date and time on the outside of the envelope.

B) Interpretation: Should any discrepancies or omissions be found in the bid specifications or doubt as to their meaning, the bidder shall notify the Buyer in writing at once. The County shall not be held responsible for verbal interpretations. Questions regarding the bid must be received by Purchasing at least 5 working days before bid opening. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract.

C) All communications regarding the bid must be referred to the Buyer at County Purchasing. Bidders are specifically directed not to contact any other County personnel related to this bid request.

Unauthorized contact of any County personnel regarding this bid may be cause for rejection of bid response.

D) Bids received after the closing time will NOT be considered.

E) Bidders are to bid what is specified or requested first. If unable to or willing to, bidder may bid alternative or option, indicating all advantages, disadvantages and their associated cost.

3. FAILURE TO BID:

If not bidding, return bid sheet and state reason for no bid or your name may be removed from mailing list.

4. TAXES, CHARGES AND EXTRAS:

A) County of Fresno is subject to California sales and/or use tax (7.875%). Please indicate as a separate line item if applicable.

B) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K.

C) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno.

D) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid.

5. AWARDS:

A) Award(s) will be made to the most responsive responsible bidder. The evaluation will include such things as life-cycle cost, availability, delivery costs and whose product and/or service is deemed to be in the best interest of the County. The county shall be the sole judge in making such determination.

B) Unless bidder gives notice of all-or-none award in bid, County may accept any item, group of items or on the basis of total bid.

C) The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids.

D) After award, all bids shall be open to public inspection. The County assumes no responsibility for the confidentiality of information offered in a bid.

6. PARTICIPATION:

Bidder may agree to extend the terms of the resulting contract to other political subdivision, 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.

7. PREFERENCE/TIE BIDS:

All other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors, it may be awarded by the flip of a coin in the presence of witnesses or the entire bid may be rejected and re-bid.

8. PATENT INDEMNITY:

The vendor shall hold the County, its officers, agents and employees, harmless from liability of any nature or kind, including costs and expenses, for infringement or use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article or appliance furnished or used in connection with this bid.

9. SAMPLES:

Samples, when required, must be furnished and delivered free and, if not destroyed by tests, will upon written request (within 30 days of bid closing date) be returned at the bidder's expense. In the absence of such notification, County shall have the right to dispose of the samples in whatever manner it deems appropriate.

10. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT:

A) In case of default by vendor, the County may procure the articles or service from another source and may recover the cost difference and related expenses occasioned thereby from any unpaid balance due the vendor or by proceeding against performance bond of the vendor, if any, or by suit against the vendor. The prices paid by the County shall be considered the prevailing market price at the time such purchase is made.

B) Articles or services which, upon delivery inspection do not meet specifications, will be rejected and the vendor will be considered in default. Vendor shall reimburse County for expenses related to delivery of non-specified goods or services.

C) Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder.

11. DISCOUNTS:

Terms of less than 15 days for cash payment will be considered as net in evaluating this bid. A discount for payment within fifteen (15) days or more will be considered in determining the award of bid. Discount period will commence either the later of delivery or receipt of invoice by the County. Standard terms are Net Forty-five (45) days.

12. Special Conditions in Bid Schedule supersede General Conditions.

The “General Conditions” of this RFP/RFQ shall be superseded if in conflict with any other section of this bid.

13. SPECIAL REQUIREMENT:

With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Material Safety Data Sheet for each product which contains any substance on “The List of 800 Hazardous Substances” published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act. California State Labor Code Sections 6360 through 6399.7.)

14. RECYCLED PRODUCTS/MATERIALS:

Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications.

15. YEAR 2000 COMPLIANCE WARRANTY

Vendor warrants that any product furnished pursuant to this Agreement/order shall support a four-digit year format and be able to accurately process date and time data from, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000, as well as leap year calculations. "Product" shall include, without limitation, any piece or component of equipment, hardware, firmware, middleware, custom or commercial software, or internal components or subroutines therein. This warranty shall survive termination or expiration of this Agreement.

In the event of any decrease in product functionality or accuracy related to time and/or date data related codes and/or internal subroutines that impede the product from operating correctly using dates beyond December 31, 1999, vendor shall restore or repair the product to the same level of functionality as warranted herein, so as to minimize interruption to County's ongoing business process, time being of the essence. In the event that such warranty compliance requires the acquisition of additional programs, the expense for any such associated or additional acquisitions, which may be required, including, without limitation, data conversion tools, shall be borne exclusively by vendor. Nothing in this warranty shall be construed to limit any rights or remedies the County may otherwise have under this Agreement with respect to defects other than year 2000 performance.

TABLE OF CONTENTS

PAGE

GENERAL CONDITIONS 1A

OVERVIEW 3

KEY DATES 4

PROPOSAL IDENTIFICATION SHEET 5

GENERAL REQUIREMENTS AND CONDITIONS 6

SPECIFIC TERMS AND CONDITIONS 12

DESCRIPTION, REQUIREMENTS AND CONDITIONS 15

PRODUCTS 19

PRODUCT PRICING 27

PROPOSAL RESPONSE 30

PROPOSAL CONTENT REQUIREMENTS 33

AWARD CRITERIA 35

REFERENCE LIST 36

QUOTATION SCHEDULE STOCK ITEMS 38

OVERVIEW

The County of Fresno and various other agencies are soliciting proposals from qualified vendors to provide auto parts, truck parts and automotive supplies on a contractual basis. The anticipated contract term is three years with an option for renewals. The Request for Proposal (RFP) covers not only the requirements of Fresno County, but includes those of the City of Fresno, City of Clovis, Fresno Unified School District and the Clovis Unified School District. The above listed agencies shall, for the purpose of this RFP, be hereinafter referred to as the “Participating Agencies”. The selected vendors will contract individually with each of the Participating Agencies.

It is the intent of the Participating Agencies to select Vendors to provide product under seventeen commodity classifications. Such commodity classifications will henceforth be referred to as “groups”. The award of this RFP will be made by group. A single vendor may be awarded one or more groups. The award will be determined by a committee composed of a representative from each of the listed Participating Agencies. Award will be based on pricing, services offered and the vendor’s ability to provide the services offered.

Vendors submitting proposals under this RFP are expected to be ones that can provide a complete product line with full service capabilities for the group or groups that they are bidding. Proposals are requested for both stock and non-stock items. The vendor’s proposal for stock items will quote specific prices for specific items for a specified time period. The vendor’s proposal for non-stock items will be in the form of a pricing method or pricing formula derived from published price lists. The Participating Agencies price evaluation will consider the combined total price for both stock and non-stock items by group.

KEY DATES

1. Vendor Conference: April 7, 2000 at 1:30 p.m.

2. R.F.P. closes on April 21, 2000 at 2:00 p.m.

3. Non-Stock Quotation Schedule due not later than 4:00 p.m. on April 11, 2000

PROPOSAL IDENTIFICATION SHEET

RESPONDENT TO COMPLETE AND RETURN WITH PROPOSAL

Our proposal is attached and identified as:

The undersigned agrees to furnish the service stipulated at the prices and terms stated in the cost proposal.

Work services will commence within calendar days after signing of the final contract.

Company:

Address:

Zip:

Signed by:

Print Name and Title:

Telephone: ( ) Fax No.( )

E-mail Address Date:

Taxpayer Identification No.:

GENERAL REQUIREMENTS AND CONDITIONS

ELECTRONIC COPY: A copy of this RFP is available in electronic form. A copy will be e-mailed upon request. Contact the receptionist at the County of Fresno Purchasing Division, phone (559) 456-7110.

DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the proposal and is identified on the "Provider" line of the Proposal Identification Sheet. The term “Participating Agencies” is meant to include the County of Fresno, City of Fresno, City of Clovis, Fresno Unified School District and Clovis Unified School District.

RFP CLARIFICATION AND REVISIONS: Revisions to this RFP (if any) will be issued and distributed as written addenda.

FIRM PROPOSAL: All proposals shall remain firm for at least one hundred eighty (180) days.

PROPOSAL PREPARATION: Proposals should be submitted in the format described under "PROPOSAL CONTENT REQUIREMENTS" section of this RFP.

SUPPORTIVE MATERIAL: Additional material may be submitted with the proposal as appendices. Any additional descriptive material that is used in support of any information in your proposal must be referenced by the appropriate paragraph(s) and page number(s).

Bidders are asked to submit their proposals in a binder (one that allows for easy removal of pages) with index tabs separating the sections identified in the Table of Contents. Pages must be numbered on the bottom of each page.

Any proposal attachments, documents, letters and materials submitted by the vendor shall be binding and included as a part of the final contract should your bid be selected.

TAXES: The quoted amount must include all applicable taxes except when otherwise requested.

SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.875% regardless of vendor's place of doing business.

INTERPRETATION OF RFP: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFP and fully inform themselves as to the quality and character of services required. If any person planning to submit a proposal finds discrepancies in or omissions from the RFP or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing a minimum of five (5) County business days prior to the bid closing date. Any change in the RFP will be made only by written addendum, duly issued by the County. The County will not be responsible for any other explanations or interpretations.

RETENTION: County of Fresno reserves the right to retain all proposals, excluding proprietary documentation submitted per the instructions of this RFP, regardless of which response is selected.

ORAL PRESENTATIONS: Each finalist may be required to make an oral presentation in Fresno County and answer questions from County personnel.

AWARD/REJECTION: The awards will be made to the vendors offering the overall proposals deemed to be to the best advantage of the County. The County shall be the sole judge in making such determination. The County reserves the right to reject any and all proposals. The lowest bidders are not arbitrarily the vendors whose proposals will be selected.

NEGOTIATION: The County will prepare and negotiate its own contract with the selected vendor, giving due consideration to the stipulation of the vendor's standard contracts and associated legal documents.

WAIVERS: The County reserves the right to waive any informalities or irregularities and any technical or clerical errors in any quote as the interest of the County may require.

TERMINATION: The County reserves the right to terminate any resulting contract upon written notice.

MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor.

PROPOSAL REJECTION: Failure to respond to all questions or not to supply the requested information could result in rejection of your proposal.

ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno.

BIDDERS LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFP.

CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation.

DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California.

Any claim which cannot be amicably settled without court action will be litigated in the U. S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County.

NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFP or the vendor's quotation without prior written approval from the County of Fresno.

BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a proposal/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry.

EXCEPTIONS: Identify with explanation, any terms, conditions, or stipulations of the RFP with which you CAN NOT or WILL NOT comply.

ADDENDA: In the event that it becomes necessary to revise any part of this RFP, addenda will be provided to all agencies and organizations that receive the basic RFP.

SUBCONTRACTORS: If a subcontractor is proposed, complete identification of the subcontractor and his tasks should be provided. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor.

CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or proposal submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract:

1. Employees of the County or public agencies for which the Board of Supervisors is the governing body.

2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders.

3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications.

4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders.

5. No County employee whose position in the County enables him to influence the selection of a contractor for this RFP or any competing RFP, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor.

EVALUATION CRITERIA: Respondents will be evaluated on the basis of their responses to all questions and requirements in this RFP and product cost. The County shall be the sole judge in the ranking process and reserves the right to reject any or all bids. False, incomplete or unresponsive statements in connection with this proposal may be sufficient cause for its rejection.

SELECTION PROCESS: All proposals will be evaluated by a team consisting of representatives from the participating agencies. It will be their responsibility to make the final recommendations.

Organizations that submit a proposal may be required to make an oral presentation to the Selection Committee. These presentations provide an opportunity for the individual, agency, or organization to clarify its proposal to ensure thorough, mutual understanding.

INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing 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 matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement.

HOLD HARMLESS CLAUSE: Contractor shall hold the County, its officers and employees, harmless and indemnify and defend the County, its officers and employees, against the payment of any and all costs and expenses, claims suits, and liability resulting from or arising out of or in any way connected with any negligent or wrongful acts or omissions of contractor, its officers and employees, or failing to perform any work, services, or functions provided for or referred to or in any way connected with any work, services or functions to be performed under this agreement.

PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the proposal, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County.

ADDRESSES AND TELEPHONE NUMBERS: The vendor will provide the business address and mailing address, if different, as well as the telephone number of the individual signing the contract.

ASSURANCES: Any contract awarded under this RFP must be carried out in full compliance with Title VI of the Civil Rights Act of 1964. The contractor must guarantee that services provided will be performed in compliance with all applicable state or federal laws and regulations pertinent to this project. The contractor may be required to provide evidence substantiating that staff member(s) have the necessary skill to perform the required services.

INSURANCE: The contractor will be responsible to obtain automobile insurance with the minimum limits of $100,000.00 per person, $300,000.00 per occurrence, and $50,000.00 property damage. The contract will also be required to purchase Workers Compensation coverage pursuant to the California Labor Code. Professional liability insurance may be required. Proof of the insurance compliance will be required prior to final execution of the contract by County of Fresno. Along with certification, the County will receive at least thirty (30) days notice prior to the cancellation, non-renewal or reduction in amount of said coverage.

AUDITS AND INSPECTIONS: The Contractor shall at any time during business hours, and as often as the County may deem necessary, make available to the County for examination all of its records and data and respect to the matters covered by this Agreement. The Contractor shall, upon request by the County, permit the County to audit and inspect all of such records and data necessary to ensure Contractor's compliance with the terms of this Agreement.

If this Agreement exceeds Ten Thousand and No/100 dollars ($10,000.00), Contractor shall be subject to the examination and audit of the Auditor General for a period of three (3) years after final payment under contract (Government Code Section 10532).

County of Fresno will not be held liable for any cost incurred by bidders in responding to RFP.

DEFAULT: In case of default by the selected bidder, the County may procure materials and services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County.

BREACH OF CONTRACT: In the event of breach of contract by either party, the other party shall be relieved of its obligations under this agreement and may pursue any legal remedies.

YEAR 2000 COMPLIANCE WARRANTY

Vendor warrants that any product furnished pursuant to this Agreement/order shall support a four-digit year format and be able to accurately process date and time data from, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000, as well as leap year calculations. "Product" shall include, without limitation, any piece or component of equipment, hardware, firmware, middleware, custom or commercial software, or internal components or subroutines therein. This warranty shall survive termination or expiration of this Agreement.

In the event of any decrease in product functionality or accuracy related to time and/or date data related codes and/or internal subroutines that impede the product from operating correctly using dates beyond December 31, 1999, vendor shall restore or repair the product to the same level of functionality as warranted herein, so as to minimize interruption to County's ongoing business process, time being of the essence. In the event that such warranty compliance requires the acquisition of additional programs, the expense for any such associated or additional acquisitions, which may be required, including, without limitation, data conversion tools, shall be borne exclusively by vendor. Nothing in this warranty shall be construed to limit any rights or remedies the County may otherwise have under this Agreement with respect to defects other than year 2000 performance.

SPECIFIC REQUIREMENTS, TERMS AND CONDITIONS

ISSUING AGENT: This Request for Proposal (RFP) is being issued by the County of Fresno, Purchasing Division. Unless otherwise directed, all communications and inquiries regarding this RFP should be referred to Ken Vozza of the Purchasing Division, (559) 456-7110.

Bidders are directed not to contact any other County or Participating Agency personnel for meetings, conferences or technical discussions related to the RFP except if specifically authorized by the County of Fresno Purchasing Division.

VENDOR CONFERENCE: On April 7, 2000 at 1:30 P.M., a vendor's conference will be held in which the scope of the project and proposal requirements will be explained. The meeting will be held at the office of the County of Fresno Purchasing Division, 4525 E. Hamilton (between Cedar and Maple), Fresno, California. Minutes will be prepared and distributed to all bidders only if necessary to clarify substantive items raised during the bidders' conference.

Bidders are to contact Ken Vozza at the County of Fresno Purchasing Division, (559) 456-7110, if they are planning to attend the conference.

NUMBER OF COPIES: Submit one (1) original and six (6) copies of your proposal no later than the proposal acceptance date and time as stated on the front of this document to the County of Fresno Purchasing Division. The front of each binder must be appropriately marked “Original” or “Copy”.

CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years with the option to renew for up to two (2) additional one (1) year periods. County will retain the right to terminate the Agreement upon giving thirty (30) days advance written notification to the Contractor.

QUANTITIES: Quantities shown in the bid schedule are approximate and the Participating Agencies guarantee no minimum amount. The County reserves the right to increase or decrease quantities.

SPECIFICATIONS AND EQUALS: Brand names ad part numbers, 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 bidding.

No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown the bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder.

LITERATURE: Bidders shall upon request, submit literature which fully describes items on which they are bidding. Any and all literature submitted must be stamped with bidders name and address.

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.

PAYMENT: Participating Agencies will make partial payments for all purchases made under this contract/purchase order and accumulated during the month. Payment Terms are Net 45 Days. Offers of cash discounts for payment within twenty (20) days or more will be considered for bid evaluation purposes.

INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Bidder under this agreement, it is mutually understood and agreed that Bidder, including any and all of Bidder's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Bidder shall perform its work and function. However, County shall retain the right to administer this agreement so as to verify that Bidder is performing its obligations in 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.

MATERIALS TO BE NEW: All products provided under the ensuing agreement 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.

GOVERNING LAW: The rights and obligations of the parties and all interpretation on performance of any agreements resulting from the Request for Quotation shall be governed in all respects by the laws of the State of California.

NON-ASSIGNMENT: None of the parties participating in agreements resulting from the Request for Quotation shall assign, transfer or sub-contract said agreements nor their rights or duties under said agreements without the written consent of the other party(ies).

AUTOMOTIVE AND TRUCK – PARTS & SUPPLIES

DESCRIPTION, REQUIREMENTS AND CONDITIONS

It is the intent of the County of Fresno, City of Fresno, City of Clovis, Fresno Unified School District and the Clovis Unified School District (the Participating Agencies) to establish new agreements with qualified vendors to supply their requirements for automotive and truck parts and supplies. The basis for selection of such vendors shall be the proposals offered in response to this Request for Proposal (RFP).

Each Participating Agency will contract individually with each of the selected vendors. Individual agreements between each agency and the vendor will be based on the vendor’s proposal. However, no agency shall be bound by an agreement entered into by any other agency.

Vendor selection will be based on pricing, the vendor’s ability and willingness to meet the Participating Agencies’ requirements stated herein, ancillary services offered and the terms and conditions imposed by the vendor. All such items must be addressed in the bidder’s proposal. The selected vendors will be those offering proposals which are deemed to be to the best advantage of the Participating Agencies. The evaluation of proposals will be conducted by a committee composed of a representative from each agency.

CURRENT STOCK: The Successful Bidder, on request, shall remove the Participating Agency’s existing, unused or non-moving stock of like items for equal or like credit per contract pricing. This service shall be provided at least once at the commencement of contract or current contract renewals. This service does not eliminate an obsolescence review/return.

REVIEW OF CURRENT STOCK: The Fleet Services Division of each Participating Agency will conduct a stock room site inspection for the purpose of evaluating existing stock. Appointments can be made by contacting each department directly.

1. County of Fresno: Dennis Kerns, phone (559) 456-7530

2. City of Fresno: Steve Askew, phone (559) 498-4064

3. City of Clovis: Augie Diaz, phone (559) 297-2577

4. Fresno Unified School District: Ron Phillips or Glen Bales, phone (559) 457-3122

5. Clovis Unified School District: Tom Lopez, phone (559) 299-8710

Stock Room walk through is provided only to familiarize the bidder with the Agency’s operations. Discussions, comments, statements etc. that occur at the walk throughs will not alter the content of this RFP. This RFP can be altered only by a formal written addendum.

MERCHANDISE RETURNABLE FOR FULL CREDIT: Bidder agrees to accept for full credit any merchandise sold by him on contract or award resulting from this bid, if returned in good condition by a Participating Agency. Credit owed the Agency during or after termination of the contract(s) will be deducted from the amount owed the vendor. When the credit owed the Participating Agency exceeds the amount owed the vendor, the vendor shall pay the difference to the Agency within thirty (30) days of return of merchandise.

OBSOLESCENCE: Vendor agrees to accept for full credit any merchandise sold by him/her on contract resulting in obsolescence. Each participating Fleet Services Division will periodically return merchandise to purify its inventory. The participating Fleet Services Division will be the sole judge in obsolescence part determination.

PRORATED WARRANTY MERCHANDISE: Bidder agrees to accept for proration credit any merchandise sold by him/her that carries a pro-rated warranty. At the Agency’s option, any prorated credit owed the Agency during or after termination of the contract(s) will be deducted from the amount owed the vendor. When the pro-rated credit owed the Agency exceeds the amount owed the vendor, the vendor shall remit in cash, the difference to the Agency within thirty (30) days of pro-rated warranty claim.

GUARANTEE AGAINST DEFECTS: The following specific product lines shall have a labor warranty reimbursable rate. This rate shall be a flat rate for all products that are returned under the warranty period.

➢ Water Pumps

➢ Starters

➢ Alternators

➢ Front and Rear Brake Pads or Shoes

➢ Smog Pumps

➢ Fuel Pumps

The labor warranty rate shall be $50.00 per incident.

Contracted vendors shall have the opportunity to test and verify defective product.

Vendor to provide labor credit within two (2) weeks of warranty claim.

ORDERING: Ordering for the stock category will be performed on a weekly stock order. Ordering for the non-stock category will be placed as operationally necessary.

PICK-UP AND DELIVERY: The Successful Bidder shall provide pick-up and delivery service as requested by the various operating locations of each Participating Agency. Pick-ups and deliveries shall be free of charge, and there shall be no minimum order required. All deliveries or pick-ups under the agreement shall be accompanied by one copy of a delivery tag or invoice. All delivery tags or sales invoices shall include the bidder’s name, the Agency purchase order number, the date of order, and itemized list of the materials furnished, including quantity, unit price and extension of each item, less applicable discount.

GUARANTEED DELIVERY: Vendors will be considered in award of bid only if they can guarantee delivery within one hour to the designated Fleet Division. If vendor can not meet the one hour time obligation, then the ordering Fleet division has the option to source needed parts elsewhere.

SAMPLES: On request, samples of the products on which you are bidding shall be made available to the Participating Agencies at no charge. Each Agency 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 the vendor.

VENDOR ASSISTANCE: Successful Bidder shall furnish, at no cost to the Participating Agencies, a representative to assist the Agency Departments in determining their product requirements.

INVOICING: Invoices shall be delivered to the appropriate Participating Agency within two business days of product delivery.

County of Fresno

Fleet Services Division

4551 E. Hamilton Avenue

Fresno, CA 93702

City of Fresno

Fleet Management Division

2101 G Street, Bldg. F

Fresno, CA 93706

City of Clovis

Fleet Management

3300 Lind Avenue

Clovis, CA 93612

Fresno Unified School District

Accounting department

Tulare & M Streets

Fresno, CA 93721

Clovis Unified School District

1450 Herndon Avenue

Clovis, CA 93611

DEFAULT BY VENDOR: The Participating Agencies shall hold the bidder(s) responsible for any damage which may be sustained because of failure or neglect to comply with any term or condition listed herein. It is specifically provided and agreed that time is of the essence in meeting the contract delivery requirements. If the successful bidder(s) fails or neglects to furnish or deliver any of the materials, supplies or services listed herein at the prices named and at the time and place herein stated or otherwise fails or neglects to comply with the terms of the bid, the Participating Agencies may, upon written notice to the bidder, cancel the contract/purchase order in its entirety or cancel or rescind any or all items affected by such default, and may, whether or not the contract is cancelled in whole or in part, purchase the materials, supplies or services elsewhere without further notice to the bidder. The prices paid by the Participating Agencies at the time such purchases are made shall be considered by prevailing market prices. Any extra cost incurred by such default may be collected by the Participating Agencies from the bidder, or deducted from any funds due the bidder.

Successful Bidder(s) shall report quarterly to the Fresno County Purchasing Manager the name of tax-supported agencies participating in this agreement.

USAGE REPORT: The vendor shall provide a usage report within twenty-one (21) calendar days of request. Report to indicate item description, total usage for item, manufacturer product number, vendor’s stock number, quantities and unit prices. The sequence of items for this report shall be based on the cumulative dollar total beginning with the highest dollar volume and ending with the lowest dollar volume.

DEDICATED SALES REPRESENTATIVE: Each Participating Agency will require a dedicated sales representative.

TELEPHONE SERVICES: The Participating Agency requires immediate response when telephoning in for service and ordering. The telephone must be answered immediately and assistance must be provided by a qualified individual without delay.

PRICE SHEETS: The bidder must submit with his/her proposal all current price sheets used in the proposed price determination method(s).

CURRENT PRICE SHEETS: The Successful Bidder shall maintain and keep current, the Participating Agencies’ price sheet racks.

PRODUCTS

For the purposes of this RFP, the parts and supply requirements of the Participating Agencies have been divided into the seventeen groups listed below. The brands listed have been found to be acceptable to the Participating Agencies.

It is the intent of the Participating Agencies to award contracts by individual groups. There is the potential for one vendor to be awarded multiple groups or to be awarded only one group.

GROUP 1: GASKETS

Brands: FELl-PRO, Victor, McCord, Rockwell, Euclid or equal.

GROUP 2 LAMPS, REFLECTORS, LIGHTS, LENS, MIRRORS, AND FLASHERS

A. Lamps

Brands: AC, GE, Wagner or equal.

B. Reflectors, Lights and Lens

Brands: PM, Grote, Signal Stat, KD, Trucklite or equal.

C. Flashers

Brands: Grote, Wagner or equal.

GROUP 3: AIR CONDITIONING AND HEATING

Brands: Everco, Murray or equal.

GROUP 4: ROTATIONAL PARTS

Brands: Timkin, National, Spicer Precision, Torrington, Rockwell, Bower or equal.

A. Bearings

B. Seals

C. Universal Joints, Yokes & Cam Followers

Does your company offer complete driveline service? Yes No

If yes, what is your labor rate? $ per hour

GROUP 5: HEAVY DUTY BRAKE PARTS & SUSPENSION

Brands: Leland, Gates, Weatherd, Rockwell, Euclid, BWP, Midland, Bendix, Imperial Eastman, TSE, Web, Dayton CR or equal.

A. Brake Spider

B. Slack Adjusters

C. “S” Cams

D. “S” Cam Brackets

E. Brake Hardware

F. Air Dryer and Cartridge

G. Brake Drums

H. Air Brake Valves – Rebuilt (Core Exchange)

I. Air Brake Valve, New

J. Air Brake Compressor – Rebuilt

K. Air Brake Compressor (New)

L. Spring Brakes & Diaphragms

M. Air Brake Fittings and Plastic Air Lines

N. Air Brake Fittings Imperial Eastman, or equal

O. Heavy Truck, Miscellaneous

P. Heavy Duty Suspension and Gaskets; TRW, Euclid, Rockwell, Leland

Q. Wheel Studs and Nuts

Brake Warranty: Brake parts to be warranted one hundred percent (100%) against defects in design, materials and workmanship. If the Participating Agency determines a brake part does not meet the brake warranty, it will be replaced by the contracted vendor and a $50.00 labor credit issued. The vendor will be allowed to inspect the component parts for warranty compliance.

GROUP 6: SUSPENSION PARTS

Brands: Monroe, TRW, Moog or equal.

A. Shocks

B. Front-End Parts

C. Motor Mounts

GROUP 7: CAPS, THERMOSTATS

Brands: Gates, Stant, Ideal, Robert Shaw or equal.

A. Gas Caps

B. Radiator Caps

C. Oil Caps

D. Thermostats

GROUP 8: IGNITION, ELECTRICAL AND P.C.V. VALVES

Brands: Niehoff, Belden, Delco, Echun, Autolite, A.C. Champion or equal.

A. Battery Cables

B. Ignition Rotor

C. Ignition Caps

D. Switches

E. Regulators

F. Modules

G. Spark Plugs

H. Spark Plug Wire Sets

I. P.C.V. Valves

GROUP 9: PUMPS, STARTERS, ALTERNATORS, MOTOR MOUNTS

BRANDS: TRW, A.C., Allied, Seal Power, Borg Warner or equal.

A. New Fuel Pumps

B. New Water Pumps

C. Remanufactured Smog Pumps

D. Remanufactured Starters, per enclosed specifications

E. Remanufactured Alternators, per enclosed specifications.

GROUP 10: BATTERIES

Brands: Delco, Exide, Gould, Johnson Controls.

Batteries offered must meet or exceed the enclosed specifications. Private labels manufactured by one of the above are acceptable providing that they meet or exceed specifications. Vendor services must comply with the requirements stated herein.

GROUP 11: RUBBER PRODUCTS

Brands: Anco, Gates or equal.

1. Wipers

2. Belts

3. Hoses

4. Heater Hoses

5. Vacuum Tubing

6. Fuel Line

7. Power Steering Hose

GROUP 12: BRAKE COMPONENTS AUTOMOTIVE AND LIGHT DUTY TRUCKS

Brands: Bendix, Dayton, Raybestos, Aimco, Ice, Wagner, Leland or equal.

Products offered must meet or exceed the enclosed specifications.

A. Pads & Shoes

B. Rotors & Drums

C. Master Cylinders

D. Wheel Cylinders

E. Brake Hardware

GROUP 13: TIRE ACCESSORIES

Brands: Camel, Milton, Snugl, Tech, or equal.

A. Tire Patches

B. Chemicals

C. Wheel Weights

D. Tire Valves

E. Inflators, Gauges

F. Couplers

G. Tire Tools

GROUP 14: HYDRAULICS

Brands: Imperial-Eastman, Gates, Weatherhead or equal.

A. Hydraulic Hose

B. Hydraulic Couplings

NOTE: Vendor to supply Hydraulic Crimping Machine at no charge to agency.

GROUP 15: FILTERS

Brands: Wix, Fram, Balwin or equal.

A. Liquid Filters

B. Air Filters - Fram

C. Transmission Filters - Fram

GROUP 16: ELECTRICAL TERMINALS, BATTERY TERMINALS, NYLON TIES, FUSES, AUTOMOTIVE WIRE AND WIRE LOOM AND WRAPS.

SPECIFICATIONS:

1. Terminals must be UL listed and CSA certified.

2. Terminals must fracture funnel Barrel entry.

3. Terminals must have brazed seam on the terminal barrel.

4. Bidder must have complete line of electrical products and provide technical assistance.

5. Nylon ties must have 6/6 nylon and black ties must be ULV stabilized to resist sunlight.

GROUP 17: CHEMICALS AND SERVICE LINE

Brands: Ballkamp, Motomite, Champ, TRW, Permatex, Gojo, Anco, Noco, Borden, Berrymen, Brakleen, CRC, McKay, WD-40, Lubriplate, Camel, Crown Zellerbach, Wagner, Johnson’s Wilmar, Everco, Motormite, Kylono, Amflo, KP Industries or equal.

A. Antennas

B. Floor Mats

C. Auto Accessories

REMANUFACTURED STARTERS AND ALTERNATORS (GROUP 9)

SPECIFICATIONS

REMANUFACTURED STARTERS.

A. Solenoid completely disassembled and computer performance tested for pull and hold strength.

B. 100% New Terminal Hardware

C. 100% New Contact Face

D. 100% Tested Copper Windings

E. 100% High Temperature Cap

F. Brush Plate and Holder cleaned and realigned

G. Brushes gauged and seated

H. Armature tested, straightened, gauged and shimmed

I. Commutator remachined to less than or equal to .05 mm runout

J. All Armature Shaft Splines and load bearing surfaces lubricated.

K. All new springs

L. Permanent magnets tested for field strength

M. Gear train remanufactured with all new bushings

N. All housings cleaned and dipped for corrosion and rust proofing

O. All seals and gaskets replaced per Original Equipment specifications, all electrical connections resoldered.

P. 100% full load tested for Original Equipment Manufacture torque, amp draw and RPM to ensure cranking performance and reliability.

REMANUFACTURED ALTERNATORS.

A. All terminals and hardware provided.

B. New springs

C. Slip Rings 100% new or remachined to less than or equal to .05mm runout

D. Rotor 100% tested performance tested for maximum electrical output

E. Stator 100% tested for insulation integrity and phase balance

F. Voltage regulator 100% tested for voltage stability

G. Rectifier 100% tested

H. Diodes 100% tested and replaced if required

I. All housings cleaned and mounts 100% gauged and resized or rethreaded

J. Bearings seat 10% gauged and remachined where required

K. All fans straightened

L. All pulleys plated or painted

M. 100% new bearings sealed and shielded with high load, high temperature grease

N. 100% full load tested for Original Equipment amperage and voltage output for ensured charging performance and durability.

Warranty

One year or 12,000 miles from the date of installation full replacement of product and $50.00 labor credit. Vendor will have the opportunity to test and verify all defective product. Labor credit to be issued within two (2) weeks of vendor notification of defective product.

BATTERIES (GROUP 10)

SERVICE REQUIREMENTS AND SPECIFICATIONS

BATTERIES

|GROUP SIZE |CRANKING PERFORMANCE |RESERVE CAPACITY |

|27 |850 |120 |

|27F |850 |120 |

|24 |685 |85 |

|24F |800 |100 |

|58 |650 |90 |

|58R |650 |90 |

|62 |610 |70 |

|65 |1000 |125 |

|70 |685 |80 |

|74 |800 |115 |

|75 |750 |85 |

|78 |750 |100 |

|4D |1050 |285 |

|4DLT |950 |269 |

|8D |1300 |450 |

|30H |710 |150 |

|31 |825 |180 |

BATTERY WARRANTY

One year full replacement of defective batteries.

Acceptable warranty return rate is 1% or less. If the successful vendor does not adhere to the acceptable warranty rate, this will be considered by the Participating Agencies as non-compliant.

Vendor Verification: Vendor will have the opportunity to check and verify all defective batteries. All batteries which test good shall be returned to the respective Participating Agency. All batteries, which are defective, shall be replaced with a new battery within one week, or at the Participating Agency’s option, a credit may be issued.

All verification and vendor action must be complete within one week.

Participating Agencies will not accept written warranty credits.

Battery manufacturer must be a supplier for original equipment manufacturer.

PRODUCT PRICING

Products included under this RFP are categorized as either stock items or non-stock items. Stock items are parts and supplies inventoried by the Participating Agencies. Non-stock items will be ordered on an as needed basis for immediate use. Orders placed for stock items will generally be in larger quantities and usually allow for a longer delivery period than non-stock items. Orders for non-stock items will require immediate delivery.

The bidders are requested to submit specific product pricing for the listed stock items and to state a proposed method for determining pricing for non-stock items. The following pages instruct the bidders on how this information is to be incorporated into their proposals. Additionally, the following conditions shall apply.

FIRM PRICING:

3 All product pricing (stock and non-stock items) shall remain firm for the initial one (1) year contract period, except that price decreases shall become effective immediately.

PRICE DECREASES:

5 Contractor shall review all product pricing for a general decrease in market price of commodities and/or reduction to Contractor’s cost. This review shall be performed every six (6) months commencing with the Contract’s effective date.

6 Upon request, the findings of the reviews shall be reported, in writing, to each Participating Agency.

7 Product price decreases shall be passed immediately to the Participating Agencies. The Contractor will deliver a revised price schedule reflecting the price decreases to the County’s Purchasing Manager and each Participating Agency’s representative not later than one (1) month from the most recently ended review period (described in Number B.1) above).

PRICE INCREASES:

1) The Contractor may request an increase to prices effective after the firm pricing period defined in A.1) above.

2) Price increases may be requested only to recover the Contractor’s actual increased cost of product, which result from a manufacturer’s price increase.

3) Requested price increases may be only for the actual dollar amount increase to the Contractor. The requested price increase will not be determined by applying the manufacturer’s percentage increase to the current contract prices.

a. One request for an increase to stock pricing may be made once in a twelve (12) month period. One request for an increase to non-stock products may be made once every six (6) months.

b. The twelve (12) month period and six (6) month periods referenced in C. 4) a. above, shall commence upon the effective date of the most recent price increase for that group (stock/non-stock).

4) Requests for price increases shall be made, in writing, to County’s Purchasing Manager and the designated representative of each Participating Agency a minimum of sixty (60) calendar days prior to the requested effective date. Such price requests must fully document the increase to Contractor’s cost of products as imposed by its manufacturer(s).

5) Requested price increases shall reflect the Contractor’s actual increase to product cost. However, the maximum increase which may be requested for all products shall not exceed five percent (5%) of the then current Contract prices.

6) Requests for price increases will either be accepted or rejected by County and each Participating Agency through a written declaration. Insufficient evidence supporting Contractor’s claim of increased product cost from its manufacturers will be cause for rejection.

PRICING – NON-STOCK ITEMS

Unit pricing for non-stock items is to be based on a published price list with a proposed markup or mark-down (discount). The bidder shall submit his/her proposal method of price determination under a section entitled:

PRICE DETERMINATION

NON-STOCK AUTO AND TRUCK – PARTS & SUPPLIES

It shall be formatted as shown in the following example:

| |GROUP |DESCRIPTION |BRAND |( PRICE SHEET |MARK-UP |DISCOUNT |COLUMN |

| |NUMBER | | |NAME, Number & Date | | | |

|1. |1. |Gaskets |XYZ Gasket Co. |Jobber Price |9872 |1/1/00 |N/A |40% |End |

| | | | |Sheet | | | | | |

|2. | | | | | | | | | |

|3. | | | | | | | | | |

|4. | | | | | | | | | |

NOTE: Complete one line for each brand offered under each group.

( Price Sheets: All price Sheets are to be submitted with proposal.

PRICE EVALUATION NON-STOCK ITEMS: Price evaluation for non-stock products will be based on a randomly selected list of items.

The list of items will be distributed at the public bid opening immediately prior to opening and reading the sealed bids. The items will be listed on a quotation schedule entitled “Non-Stock Quotation Schedule”.

Bidders will be required to complete the Non-Stock Quotation Schedule using their proposed pricing method(s). Such quotation schedule will be distributed at the public bid opening for this RFP, and will subsequently be available at the County’s Purchasing Division, or via e-mail (check with the receptionist).

Bidders are to submit the completed Quotation Schedule for Non-Stock Items to Ken Vozza at County of Fresno Purchasing Division not later than 4:00 p.m. on April 11, 2000. The vendor’s submittal shall be in both an original hard copy form (with original signature) and on an IBM formatted 3.5” diskette, compatible with Microsoft Word version 8.0 or lower.

PRICING STOCK ITEMS: Provided herein is a quotation schedule entitled “Quotation Schedule - Stock Items”. This schedule lists all items considered to be stock items (as previously defined). The bidder is instructed to complete this Quotation Schedule and submit it as a part of his/her proposal. The bidder shall submit the Quotation Schedule – Stock Items in original hard copy form and on an IBM formatted 3.5” diskette compatible with Microsoft Word version 8.0 or lower.

COMBINED EVALUATION: The group totals of the Non-Stock Items Quotation Schedule and the Stock Items Quotation Schedule will be combined for evaluation purposes.

PROPOSAL RESPONSE

The bidder shall include as a part of his/her proposal a section entitled:

AUTOMOTIVE AND TRUCK – PARTS & SUPPLIES

PROPOSAL RESPONSE SECTION

The bidder shall use this section to respond to all items listed below. Each response shall begin with a complete restatement of each item. Responses shall be listed in the same sequence as below.

1. CORE POLICY: The Participating Agencies have a general policy of not purchasing cores. This applies to new or remanufactured parts when an exchange is available.

Vendors bidding on groups requiring cores and exchanges shall state their proposed Core Policy and explain their invoicing procedures with respect to that policy.

2. SALES REPRESENTATIVE: Each Participating Agency requires a vendor sales representative dedicated to their account. The vendor representative must give first priority to the Participating Agency and respond immediately to their inquiries.

Provide a detailed explanation of how you will satisfy this requirement. Include the representative’s qualifications, experience, ability to provide immediate service, frequency that he/she will make on-site visits to the Agency’s designated contact person etc.

3. TRAINING: Describe any training (parts or technical) offered by your company.

4. ORDERING: Describe your preferred method of placing orders for stock and non-stock products.

5. ORDERING: Describe your current capabilities for electronic ordering and what software is required to utilize that ordering method.

6. BUY-OUT SERVICES: Does your firm provide service to “buy-out” and deliver with a regular order small amounts of materials not included in the category of items usually supplied by your firm?

If yes, provide details (include pricing method).

7. AGENCY PART NUMBERS: The Fleet Services Divisions, upon receipt of parts delivery, identifies individual parts with established Agency part numbers. The Agency part numbers are used for stocking, issue of parts and inventory tracking. As a vendor, does your firm have the capability of:

A. Cross referencing manufacturer or vendor part numbers to Agency part numbers?

If yes, provide details.

B. Invoicing and/or part delivery tags with both manufacturer and Agency part numbers printed on same?

If yes, provide details.

8. PARTS ORGANIZER-CABINETS/SHELVES: does your firm provide organized display boards, cabinets or shelves for the storage of parts/supplies being bid?

If yes, provide details.

9. DELIVERY-NON-STOCK ITEMS: Delivery shall be completed within one hour of receipt of order by vendor.

Will you comply with this requirement?

Describe the resources and staffing that will enable you to accomplish this requirement.

10. INVENTORY: describe your inventory levels for each group and sub-group of products being quoted.

Indicate what percentage of orders for non-stock items will not be delivered in one hour due to insufficient vendor inventory.

11. PHONE SERVICE: The Participating Agencies require immediate assistance when telephoning in for orders and service.

PROVIDE THE FOLLOWING:

a. The expected number of telephone rings prior to phone being answered

b. The expected time period between the phone being answered and the time when a qualified person services the caller.

c. Describe the resources and staffing that will enable you to accomplish your responses to a. and b. above.

12. COUNTER PERSONNEL: Describe the qualifications and experience of all counter personnel that will service the Participating Agencies.

13. CURRENT PRICE SHEETS: The Contractor will be required to maintain and keep current price sheet located a each Participating Agency’s facility.

Vendor to indicate his/her compliance or non-compliance with this requirement. Explain procedures that will be used to accomplish this task.

14. Indicate all other services and/or business practices offered by your company that will benefit the Participating Agencies.

15. OTHER CHARGES: List all charges that the Participating Agencies will be subject to (i.e. freight, handling, restocking, etc.) excluding the direct cost of parts and supplies.

16. PAYMENT DISCOUNT: Indicate early payment discount, if any.

VENDOR 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.

( ) Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group.

( ) No, we will not extend contract terms to any agency other than the County of Fresno.

Signature

Title

PROPOSAL CONTENT REQUIREMENTS

Bidders are instructed to submit their proposals in a binder (one that allows for easy removal of pages) with index tabs separating the sections identified. Each page should be numbered.

Merely offering to meet the specifications is insufficient and will not be accepted. Each bidder shall submit a complete proposal with all information requested. Supportive material may be attached as appendices. All pages, including the appendices, must be numbered.

The content and sequence of the proposals will be as follows:

I. PROPOSAL IDENTIFICATION SHEET (as provided)

II. COVER LETTER: A one-page cover letter and introduction including the company name and address of the bidder and the name, address and telephone number of the person or persons to be used for contact and who will be authorized to make representations for the bidder.

Whether the bidder is an individual, partnership or corporation shall also be stated. It will be signed by the individual, partner, or an officer or agent of the corporation authorized to bind the corporation, depending upon the legal nature of the bidder. A corporation submitting a proposal may be required to furnish a certificate as to its corporate existence, and satisfactory evidence as to the officer or officers authorized to execute the contract on behalf of the corporation.

III. TABLE OF CONTENTS

IV. CONFLICT OF INTEREST STATEMENT: The Contractor may become involved in situations where conflict of interest could occur due to individual or organizational activities that occur within the County or any other Participating Agency. In this section the bidder should address the potential, if any, for conflict of interest and indicate plans, if applicable, to address potential conflict of interest, refer to the “General Requirements” section, sub-section “Conflict of Interest”. This section will be reviewed by County Counsel for compliance with conflict of interest as part of the review process. The Contractor shall comply will all federal, state and local conflict of interest laws, statutes and regulations.

V. EXCEPTIONS: This portion of the proposal will note any exceptions to the requirements and conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's proposals meet those requirements. The exceptions shall be noted as follows:

A. Exceptions to General Conditions.

B. Exceptions to “General Requirements and Conditions”.

C. Exceptions to “Specific Terms and Conditions”.

D. Exceptions to “Automotive and Truck – Parts & Supplies/Description, Requirements and Conditions”.

E. Exceptions to “Products” Section.

F. Exceptions to “Product Pricing” Section.

G. Exceptions to “Proposal Response” Section.

H. Exceptions to “Proposal Content Requirements”.

VI. VENDOR COMPANY DATA: This section should include:

A. A narrative which demonstrates the vendor’s basic familiarity or experience with problems associated with this service/project.

B. Descriptions of any similar or related contracts under which the bidder has provided services.

C. Descriptions of the qualifications of the individual(s) providing the services.

D. Any material (including letters of support or endorsement) indicative of the bidder's capability.

E. A brief description of the bidder's current operations, and ability to provide the services.

F. Reference List (form provided)

VII. SCOPE OF WORK:

Bidders are to use this section to describe the essence of their proposal.

This section should be formatted as follows:

A. A general discussion of your understanding of the project, the scope of work proposed and a summary of the features of your proposal.

B. The bidder’s submittal under the “Proposal Response” section in accordance with the previously stated instructions.

C. The completed Schedule entitled “Price Determination/Non-Stock Auto and Truck – Parts & Supplies”.

VIII. QUOTATION SCHEDULE STOCK ITEMS: Complete and submit with proposal as previously instructed.

AWARD CRITERIA

COST

A. Stock Products Pricing and Non-Stock Products Pricing.

CAPABILITY AND QUALIFICATIONS

A. Do the service descriptions address all the areas identified in the RFP? Will the proposed services satisfy County's and other Participating Agencies’ needs and to what degree?

B. Does the bidder demonstrate knowledge or awareness of the problems associated with providing the services proposed and knowledge of laws, regulations, statutes and effective operating principles required to provide this service?

C. The amount of demonstrated experience in providing the services desired in a California County.

D. Does the bidder posses the necessary resources to provide the specified products and services at the proposed levels?

REFERENCE LIST

Provide a list of at least four (4) customers for whom you have recently provided similar services (preferably California State or local government agencies). Be sure to include addresses and phone numbers.

Reference Name: City:

Contact: Phone No.:

Date:

Date and Service Provided:

Reference Name: City:

Contact: Phone No.:

Date:

Date and Service Provided:

Reference Name: City:

Contact: Phone No.:

Date:

Date and Service Provided:

Reference Name: City:

Contact: Phone No.:

Date:

Date and Service Provided:

Failure to provide a list of at least four (4) customers may be cause for rejection of this RFP.

Firm:

SUMMARY – STOCK ITEMS

List Quotation Schedule totals by group:

|GROUP NO. |GROUP DESCRIPTION |TOTAL FROM QUOTATION SCHEDULE |

|8. |IGNITION, ELECTRICAL AND P.C.V. VALVES |$ |

|12. |BRAKE COMPONENTS AUTOMOTIVE AND LIGHT DUTY TRUCKS |$ |

|15. |FILTERS |$ |

|17. |CHEMICALS AND SERVICE LINE |$ |

|GROUP 8 – IGNITION, ELECTRICAL AND PVC VALVES |

|Brands: Autolite, N.C., Champion or Equal |

|1. Spark Plug |Autolite |

|GROUP 12 - BRAKE PADS AND SHOES, NEW AND REBUILT, AUTOMOTIVE AND LIGHT DUTY TRUCKS |

|Brands: Bendix, Dayton, Wagner or Equal |

|1. Brake Pad |NAPA United |AE7070 A-M |

|TOTAL FROM PREVIOUS PAGE |$ | |

|11. Brake Shoe |

|GROUP 15 – FILTERS |

|Brands: WIX, Fram, Baldwin or Equal |

|A. LIQUID FILTERS | NAPA | 1623 |

|TOTAL FROM PREVIOUS PAGE |$ | |

|10. Liquid Filter | NAPA | 1068 |

|TOTAL FROM PREVIOUS PAGE |$ | |

|B. AIR FILTERS | | |

|TOTAL FROM PREVIOUS PAGE |$ | |

|10. Air Filter | NAPA | 2984 | | | 150 | | | | | |

|1. Transmission Filter | NAPA | 1-7935 |

|TOTAL FROM PREVIOUS PAGE |$ | |

|4. Transmission Filter |

|GROUP 17 – CHEMICALS & SERVICE LINES |

|Brands: McKay, NAPA, Balkamp, 3M, STP, CRC, MACS, Berryman, BK, Marvel, Siloo, WD-40, Rislone, Bars Leaks, NOCO, Gasquench, Loctite, Permatex, Wagner, United Johnson or Equal |

|1. Assembly Lube, 4 oz. |McKay |600 |

|TOTAL FROM PREVIOUS PAGE |$ | |

|10. Starting Fluid, 7.5 oz. |NAPA/MACS |7200 |

|TOTAL FROM PREVIOUS PAGE |$ | |

|19. Lube, 16 oz. |WD-40 |10005 |

|TOTAL FROM PREVIOUS PAGE |$ | |

|27. Thread Lock, 36 ml. |NAPA/Loctite |765-1142 |

|TOTAL FROM PREVIOUS PAGE |$ | |

|37. Lube, Penetrating Oil, 8¾ oz. |NAPA/BK |765-1130 |

|TOTAL FROM PREVIOUS PAGE |$ | |

|45. Brake Fluid |

-----------------------

Purchasing Division

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download