COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

Similar documents
COUNTY EXECUTIVE On behalf of the City of Pittsburgh

County of Allegheny City of Pittsburgh

Rodent Baiting Vacant & Demolished Properties, Sewers, Baiting & Followup Baiting of Residential Areas

DEPARTMENT OF EMERGENCY SERVICES GAS MONITORS AND AIR FLOW CALIBRATORS

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE

Snow Removal Services Request for Proposals December 1, April 30, 2019

CITY OF ROMULUS CHAPTER 39: PURCHASING

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

PROPOSAL LIQUID CALCIUM CHLORIDE

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

Invitation To Bid. for

POLICE TOW SERVICE THREE (3) YEAR CONTRACT NOTICE TO BIDDERS

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

COUNTY OF COLE JEFFERSON CITY, MISSOURI

PORTABLE VIDEO/ SPEAKER SYSTEMS FOR OUTDOOR PARK THEATRES

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

General Specifications and Requirements for Brush Clearing Services with Brontosaurus For The San Francisco Public Utilities Commission

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County)

Watershed Educational Campaign Project

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

AGREEMENT FOR WRECKER SERVICES

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

Workforce Management Consulting Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA

Proposal No:

Cherokee Nation

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

REQUEST FOR QUOTATION

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

OCIP Contract Language

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

Bernards (Project Name) CCIP Insurance Manual

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

Specification: , Bicycle Maintenance and Repair Services Addendum No. 1

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

OFFICE OF THE SUMMIT COUNTY SHERIFF

CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM

REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES. Issued: March 26, 2018

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

Services Agreement for Public Safety Helicopter Support 1

REQUEST FOR QUOTATION

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

REQUEST FOR QUOTE # 16471

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

BID PACKAGE LEGAL NOTICE - BIDS WANTED. Water Well and Pump Related Maintenance and Repair Services GENERAL INFORMATION AND INSTRUCTION

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing

City of New Rochelle New York

WEXFORD COUNTY REQUEST FOR PROPOSALS

Welcome to Adcock Northeast Auto Transport's Online Carrier Agreement

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

INVITATION TO BID. Polaris Gem Cars January 29, 2019

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance

AGREEMENT FOR TRANSPORTATION SERVICES

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

RFP GENERAL TERMS AND CONDITIONS

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control

Cherokee Nation

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

Transcription:

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3006DF DATE: 29 Please quote the lowest prices at which you will furnish and DELIVER F.O.B. Point of Delivery, TOWING SERVICES FOR CITY VEHICLES in accordance with articles of agreement or any other instructions attached to this inquiry. Quotes will be received until 3:00 P.M on: November 12, 2010 Quotes should be faxed to the attention of Dave Forman at 412-350-5883. * Quotes can be mailed to the following address: Allegheny County Division of Purchasing and Supplies, 436 Grant Street, 206 Courthouse, Pittsburgh PA 15219 Attn: Dave Forman, Purchasing Agent In arriving at the inquiry price, the quoter shall take into consideration all discounts for cash and all other credits and allowances. Amending the inquiry by quoting a discount or other uncalled for allowances may be cause for rejection of the quote. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ THIS IS IN NO SENSE TO BE CONSTRUED AS AN ORDER ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ TOWING SERVICES FOR CITY VEHICLES SECTION I VEHICLES UP TO AND INCLUDING 11,000 GVW DOLLY AND FLATBED RECOVERY TOW UP TO AND INCLUDING 11,000 GVW EXTRA PERSON AS NEEDED APPROX. ANNUAL QUANTITY 1 1 1 1 UNIT PRICE PER TOW PER TOW PER HOUR PER HOUR ANNUAL COST (QUANTITY X UNIT PRICE) SECTION II: HEAVY DUTY TOWS APPROX. ANNUAL QUANTITY UNIT PRICE ANNUAL COST (QUANTITY X UNIT PRICE) VEHICLES OVER 11,000 GVW BUT NOT EXCEEDING 31,000 GVW 1 PER TOW VEHICLES OVER 31,000 GVW 1 PER TOW RECOVERY TOW 11,000 GVW-31,000 GVW 1 PER HOUR RECOVERY TOW OVER 31,000 GVW 1 PER HOUR EXTRA PERSON AS NEEDED 1 PER HOUR

INQUIRY for Towing Services for City Vehicles RFQ# 3006DF PAGE 2 OF 11 GENERAL SPECIFICATIONS INTENT IT IS THE INTENT OF THE CITY OF PITTSBURGH TO ESTABLISH A CONTRACT FOR PROVIDING TOWING SERVICES FOR THE DEPARTMENT OF PUBLIC SAFETY AND FOR TOWING CITY OF PITTSBURGH VEHICLES AND EQUIPMENT. THE CONTRACT WILL BEGIN 12:01 A.M. ON JANUARY 1, 2011 AND EXPIRE AT 11:59PM DECEMBER 31, 2011 PLEASE NOTE: THIS CONTRACT WILL BE USED FOR TOWING VEHICLES, INCLUDING HEAVY EQUIPMENT WHERE SUCH TOWING SERVICE IS NOT COVERED BY OTHER CONTRACTS. WE DO NOT ANTICIPATE THAT IT WILL BE USED FOR TOWING PRIVATELY-OWNED VEHICLES, EXCEPT AS REQUIRED BY THE DEPARTMENT OF PUBLIC SAFETY IN EMERGENCY SITUATIONS SCOPE VENDOR MUST PROVIDE SERVICES TWENTY-FOUR (24) HOURS A DAY, SEVEN (7) DAYS A WEEK. VEHICLES TO BE TOWED MAY INCLUDE BUT NOT BE LIMITED TO: CARS, VANS, 4 X 4 TRUCKS, LIGHT DUTY TRUCKS, HEAVY DUTY TRUCKS, STREET SWEEPERS, FIRE TRUCKS, AMBULANCES, OFF-ROAD EQUIPMENT AND OTHER HEAVY EQUIPMENT. RECOVERY OF ALL TYPES OF VEHICLES AND EQUIPMENT STATED ABOVE AS WELL AS TRACTOR TRAILERS FULLY LOADED MAY BE NEEDED. THERE IS NO MINIMUM GUARANTEE OF TOWING VOLUME. THIS CONTRACT IS BEING BID IN TWO (2) SECTIONS OR OPTIONS. EACH SECTION HAS SPECIFICATIONS THAT IS SPECIFIC TO THAT TOWING OPTION. ENFORCEMENT TOWS ARE CURRENTLY PROVIDED UNDER THE CITY S CONTRACT FOR TOWING AND STORAGE SERVICES. THEREFORE, THE USE OF THIS CONTRACT FOR TOWING VEHICLES LESS THAN 11,000 GVW IS EXPECTED TO BE MINIMAL. DOLLY AND FLATBED TOWS DOLLY AND FLATBED TOWS SHALL BE DEFINED AS THOSE TOWS IN WHICH THE FRONT AND REAR WHEELS MUST BE TAKEN FROM THE GROUND AND CANNOT BE TOWED CONVENTIONALLY. WHEN A VENDOR CHOOSES TO PERFORM A TOW WITH A FLATBED OR HEAVY-WRECKER TOW TRUCK FOR A CONVENTIONAL TOW, THE CITY SHALL PAY CONVENTIONAL TOW RATE ONLY. RECOVERY TOWS 1. ALL RECOVERY TOWS SHALL BE DEFINED AS THOSE TOWS OCCURRING IN HAZARDOUS AREAS, SUCH AS RIVERS, OVER EMBANKMENTS, AND ANY UNUSUAL SITUATION WHERE A CONVENTIONAL TOW CANNOT BE USED, OR WHERE THE PUBLIC WELFARE IS IN DANGER, SUCH AS WHEN ABANDONED VEHICLES MUST BE CLEARED FROM ROADWAYS FOLLOWING MAJOR WEATHER EVENTS. 2. PRIOR APPROVAL FOR RECOVERY TOWS MUST BE GRANTED BY THE CITY BEFORE WORK BEGINS. 3. THE CITY WILL BE INVOICED THE HOURLY RATE FOR RECOVERY TOWS AND IF NEEDED, THE EXTRA PERSON RATE ONLY. AN EXTRA PERSON WILL BE REQUIRED UNDER SPECIAL CIRCUMSTANCES. ALL TOWS WILL BE BILLED AS ONE (1) PERSON ONLY. ONE (1) EXTRA MAN WILL BE CONSENTED TO BE AVAILABLE UPON REQUEST BY THE CITY OR ITS REPRESENTATIVE, IN APPROPRIATE SITUATIONS. 4. THE VENDOR WILL BE PAID FROM THE TIME THE WORK BEGINS ON SITE TO THE TIME THE VEHICLE IS TOWED AND DROPPED OFF AT A DESIRED LOCATION. RECOVERY TOWS SHALL BE PAID AT A PER HOUR RATE PLUS THE EXTRA PERSON RATE (IF NEEDED), TIMES THE NUMBER OF RECOVERY VEHICLES REQUIRED.

INQUIRY for Towing Services for City Vehicles RFQ# 3006DF PAGE 3 OF 11 DELIVERY LOCATION OF TOWS FOR THE DEPARTMENT OF PUBLIC WORKS DELIVERY LOCATION OF TOWS INCLUDES, BUT IS NOT LIMITED TO: CITY OF PITTSBURGH DEPARTMENT OF PUBLIC WORKS HEAVY EQUIPMENT DIVISION 28 TH AND SMALLMAN STREET PITTSBURGH, PA 15201 RECORDKEEPING AWARDED VENDOR MUST KEEP ANY INFORMATION AS DEEMED NECESSARY BY THE DIRECTORS OF THE DEPARTMENT OF FINANCE OR PUBLIC SAFETY. ALL FORMS MUST BE FILLED OUT COMPLETELY, LEGIBLY, AND SUBMITTED IN A TIMELY FASHION. INVOICING PUBLIC SAFETY TOWING INVOICES SHOULD BE SENT TO: CITY OF PITTSBURGH BUREAU OF POLICE 1203 WESTERN AVENUE PITTSBURGH, PA 15233 PUBLIC WORKS TOWING INVOICES SHOULD BE SENT TO: CITY OF PITTSBURGH DEPARATMENT OF PUBLIC WORKS ROOM 301 CITY-COUNTY BUILDING 414 GRANT STREET PITTSBURGH, PA 15219 VENDOR MUST PUT ANY INFORMATION REQUIRED BY EITHER THE DEPARTMENT OF FINANCE OR PUBLIC SAFETY DEPARTMENT ON INVOICES BEING SUBMITTED, INCLUDING ANY FUEL SURCHARGE INFORMATION. RESPONSE TIME VENDOR MUST REPSOND WITHIN 30 MINUTES FROM TIME OF REQUESTS. AUTHORIZATION 1. ALL TOWS MUST BE AUTHORIZED BY DESIGNATED CITY PERSONNEL. 2. ANY TOWS PROVIDED BY THE VENDOR WITHOUT PROPER AUTHORIZATION WILL BE AT THE VENDOR S OWN RISK.. 3. THIS CONTRACT COVERS CITY OF PITTSBURGH, EQUIPMENT LEASING AUTHORITY VEHICLES THAT ARE TOWED TO ANY LOCATION, AT THE DIRECTIVE OF AN AUTHORIZED CITY EMPLOYEE. THIS CONTRACT ALSO COVERS PRIVATELY OWNED VEHICLES THAT MUST BE TOWED BECAUSE OF SPECIAL EVENTS, SUCH AS MAJOR STORM EVENTS, TO THE CITY OF PITTSBURGH TOW POUND OR OTHER FACILITIES AS DIRECTED.

INQUIRY for Towing Services for City Vehicles RFQ# 3006DF PAGE 4 OF 11 EQUIPMENT REQUIREMENTS VENDOR(S) MUST MAINTAIN A FLEET OF TOWING VEHICLES AT ALL TIMES AND MUST HAVE THE MINIMUM AMOUNT OF EQUIPMENT FOR EACH SECTION OF THE CONTRACT: SECTION I TOWS, VEHICLES UP TO AND INCLUDING 11,000GVW: 2 TRUCKS; ONE (1) MUST BE FLATBED SECTION II TOWS: HEAVY DUTY TOWS: 2 HEAVY DUTY WRECKERS. WRECKERS MUST BE CAPABLE OF TOWING VEHICLES IN EXCESS OF 17,000 GVW, MUST HAVE A GVW OF 50,000+ LBS, BE EQUIPPPED WITH A 40-TON BOOM AND HAVE 35,000 LB UNDER LIFT CAPABILITY. VENDOR SHOULD HAVE A LOWBOY TILT TRAILER. IN THE EVENT A SITUATION OCCURS, SUCH AS A MAJOR SNOW EVENT, WHERE RECOVERY TOWS ARE NEEDED AND THE VENDOR EITHER DOES NOT HAVE ADEQUATE WRECKERS AVAILABLE AND/OR IS UNABLE TO DISPATCH ONE OF HIS OWN WRECKERS TO THE SITE DUE TO ACCESSABILITY, VENDOR WILL COORDINATE RESPONSE WITH SUBCONTRACTORS TO ENSURE THE NEEDS OF THE CITY ARE MET. AWARDED RATES OF THIS CONTRACT SHALL PREVAIL. PLEASE PROVIDE A LIST OF TOWING SUBCONTRACTORS THE VENDOR MAY CALL TO ASSIST DURING THIS KIND OF EMERGENCY SITUATION. CANCELLATION THE CITY SHALL HAVE THE RIGHT, AT ITS SOLE OPTION, TO TERMINATE THIS CONTRACT OR ANY PORTION THEREOF UPON THIRTY (30) DAYS WRITTEN NOTICE. THE CITY HAS THE RIGHT TO INSPECT ALL VENDORS VEHICLES AND FACILITIES TO ASSURE COMPLIANCE WITH THIS CONTRACT PRIOR TO AWARD, AND IF AWARDED, AT ANY TIME IN WHICH THE CONTRACT IS IN EFFECT. THE CITY SHALL AWARD THIS CONTRACT TO THE LOWEST RESPONSIBLE BIDDER ALL VENDORS MUST SUPPLY THE CITY WITH THE FOLLOWING INFORMATION 1. STATE LOCATION OF YOUR STORAGE FACILITY WHERE YOU MAY BE TOWING VEHICLES 2. STATE THE NUMBER OF TRUCKS AVAILABLE FOR CITY USE AND THEIR CAPACITIES. 3. FAX MACHINE NUMBER:

INQUIRY for Towing Services for City Vehicles RFQ# 3006DF PAGE 5 OF 11 4. PLEASE IDENTIFY WHETHER YOUR TOWING BUSINESS ALSO OPERATES AN AUTO REPAIR SHOP. PLEASE IDENTIFY THE TYPES OF REPAIRS YOUR SHOP MAKES, (E.G., MECHANICAL AND/OR BODY WORK.) 5. PLEASE PROVIDE LIST OF REFERENCES DEMONSTRATING SIMILAR CONDITIONS TO WHICH THIS CONTRACT APPLIES. (SEE ATTACHED REFERENCE SHEET) INSURANCE INSURANCE LIMITS AS DESCRIBED BELOW SHALL PREVAIL OVER THAT SPECIFIED IN ARTICLES OF AGREEMENT FOR THIS CONTRACT. 1. GENERAL LIABILITY: General Aggregate $2,000,000 Products & Complete Operations Aggregate: $2,000,000 Each Occurrence $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage Legal Liability $ 50,000 Medical Payments $ 5,000 Deductible $ 0 NOTE: The City must be named as additional Insured. Insurance coverage must be an occurrence policy. 2. AUTO LIABILITY: Combined Single Limit $1,000,000 MCS-90 Endorsement Included CA-9948 Broadened Pollution Covered Auto Endorsement (Coverage for spilling hazardous cargo while in tow) CA-9933 Employees as Insureds (coverage for employees driving non-owned or hired autos-liability protection for employees) 3. GARAGEKEEPERS: Coverage for vehicles in tow (or On-Hook, must be on all units) and storage $ 600,000 Direct Primary to include coverage for high value vehicles, i.e., fire trucks, motor coaches. Maximum Deductibles $ 500 per vehicle Motor Truck Cargo: Provided on All At Risk Basis $ 250,000 per vehicle $ 500,000 per disaster Terminal Coverage $ 250,000 Deductible no greater than $ 1,000 (coverage for the cargo of a vehicle and storage of the cargo is in addition to the limit of coverage for the customer s vehicle.

INQUIRY for Towing Services for City Vehicles RFQ# 3006DF PAGE 6 OF 11 Property: Personal Property of Others $ 5,000 (coverage for misc. property of the vehicle owners in your care and custody) Umbrella: Liability Limit $1,000,000 4. WORKER S COMPENSATION: STATUTORY LIMITS

INQUIRY for Towing Services for City Vehicles RFQ# 3006DF PAGE 7 OF 11 REFERENCES 1. COMPANY NAME: ADDRESS: CONTACT PERSON: PHONE NUMBER: 2. COMPANY NAME: ADDRESS: CONTACT PERSON: PHONE NUMBER: 3. COMPANY NAME: ADDRESS: CONTACT PERSON: PHONE NUMBER: 4. COMPANY NAME: ADDRESS: CONTACT PERSON: PHONE NUMBER: 5. COMPANY NAME: ADDRESS: CONTACT PERSON: PHONE NUMBER:

INQUIRY for Towing Services for City Vehicles RFQ# 3006DF PAGE 8 OF 11 PERFORMANCE OF SERVICE It is the intent of this contract to provide the service as described herein when needed by the departments. All services must be performed/completed within the time frame below. Penalties will apply for late performance of services. Maximum days lead-time (days from placement of order by the City to service by the vendor) _* day. Service date/time will be set by the City at the time of order using above lead-time as a basis. Service must be performed no more than * hours prior to requested date and no later than * day following requested date. Penalty for late performance of service is 10% OF VALUE OF REQUESTED SERVICE PER DAY. Repeated incidents of late service performances and/or unnecessary delays will be construed as noncompliance with the terms and conditions of this contract and the vendor will be in default of contract. Default of contract will result in penalties of damages incurred. Waiver of late performance of service penalty may be authorized by the Director of the Department of Finance upon receipt of written documentation and explanation of extenuating circumstance effecting service schedule. Waiver of late delivery of service penalty is at the sole discretion of the Director of Department of Finance. *SEE SCHEDULING AND RESPONSE TIME IN SPECIFICATIONS. <> The maximum days for placement of order by the City to PERFORMANCE OF SERVICE of goods by the vendor is _* days. *SEE SCHEDULING AND RESPONSE TIME IN SPECIFICATIONS. <> Penalty for late PERFORMANCE is 10 per cent (10%) of dollar value of invoice for services not performed within the time specified. <> The above prices are submitted in accordance with Advertisement, Instruction and Proposal, which are a part hereof. PERIOD OF CONTRACT: January 1, 2011 through December 31, 2011 with two (2) one (1) year renewal options. INSURANCE The supplier shall obtain and maintain during the life of the Contract, with an insurance supplier rated not less than A- by A.M. Best, authorized to do business in the Commonwealth of Pennsylvania, the following insurance requirements:

INQUIRY for Towing Services for City Vehicles RFQ# 3006DF PAGE 9 OF 11 Automobile Liability. Bodily injury and property damage liability covering all non-owned and hired automobiles for limits of not less than $1,000,000 bodily injury each person, each accident and $1,000,000 property damage, or $1,000,000 combined single limit - bodily injury and property damage. Bodily injury and property damage liability covering all owned automobiles for limits of not less than $300,000 bodily injury each person, each accident and $300,000 property damage, or $300,000 combined single limit bodily injury and property damage. Commercial General Liability. Bodily injury and property damage liability as shall protect the Supplier and any subcontractor performing work under the Contract, from claims of bodily injury or property damage which arise from operation of the Contract, whether such operations are performed by the supplier, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate, or $1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate. This insurance shall include coverage for products, operations, personal injury liability and contractual liability, assumed under the indemnity provision of the Contract. Professional Liability. Coverage as shall protect the Supplier and any subcontractor performing work under the Contract, from claims errors and omissions which arise from operation of the Contract, whether such operations are performed by the Supplier, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 each occurrence/aggregate and $1,000,000 excess liability, each occurrence/aggregate. Worker s Compensation and Employers Liability. The supplier shall meet the statutory requirements of the Commonwealth of Pennsylvania, $100,000 per accident limit, $500,000 disease per policy limit, $100,000 disease each employee limit Proof of Insurance. The supplier shall not commence any work in connection with the Contract until it has obtained all of the foregoing types of insurance and proof of such insurance has been approved by County. The supplier shall not allow any subcontractor to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and approved. Deductibles. The County shall be exempt from, and in no way liable for any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the supplier and/or subcontractor providing such insurance. Additional Insured. The County shall be named as an additional insured for operations or services rendered under the general liability coverage. The supplier s insurance shall be primary of any self-funding and/or insurance otherwise carried by the County for all loss or damages arising from the supplier operations under this agreement. Certificates of such insurance will be furnished to the County and shall contain the provision that the County be given thirty (30) days written notice of any intent to amend or terminate by either the insured or the insuring supplier. Documents. Should any or all of the required insurance coverage be self-funded/self-insured, a copy of the Certificate of Self-Insurance or other documentation from the County Department of Insurance shall be furnished. If any part of the work under the Contract is sublet, the subcontractor shall be required to meet all insurance requirements set forth in the Contract, provided that types and amounts of insurance to be maintained by each subcontractor shall be adjusted to an amount reasonably necessary to cover the risks associated with such subcontractor s role in the project. The parties stipulate that the supplier will maintain each type of insurance set forth above at a coverage level equal to at least half of the amount set forth above for such type of insurance. However, nothing contained herein shall relieve the supplier from meeting all insurance requirements or otherwise being responsible for the subcontractor. No program of self-insurance shall apply to any of the foregoing coverages without prior approval of the County. The successful bidder shall be responsible to require his sub-contractors to comply with all of the insurance requirements of this agreement. The Director may waive or modify any of the insurance requirements at his discretion.

INQUIRY for Towing Services for City Vehicles RFQ# 3006DF PAGE 10 OF 11 The use of the name of a manufacturer or of any special brand or make in describing an item does not restrict bidders to that manufacturer. The means or the method used is simply to indicate the character or quality of the articles desired; however, the articles on which bids are submitted must be of such character or quality that they will serve the purpose for which they are to be used equally as well as that specified. If bidding on other than the make, model or brand specified the manufacturer's name and catalogue reference must be given. ANTI-SWEATSHOP PROVISIONS By executing the proposal document, the Supplier certifies that nothing has come to its attention that would lead it to believe that any of the goods or products provided herein were made under sweatshop conditions, as defined by Part 9, 5-903.02 as amended, of Article 903 of the County s Administrative Code (Ordinance Number 08-07-OR) If the County is presented with information that would lead the County to reasonably believe that the Supplier or its suppliers may be obtaining goods or products for sale, re-sale, lease or rental to the County that where made under sweatshop condition, upon request of the County, the Supplier shall disclose information, data and materials reflecting Supplier s practices as they pertain to the procurement and manufacturing of goods/products in compliance with the Anti- Sweatshop provisions of the County s Administrative Code. DELIVER F.O.B. Point of Delivery PERIOD OF CONTRACT: January 1, 2011 through December 31, 2011 with two (2) one (1) year renewal options. OPTION TO EXTEND The Division of Purchasing and Supplies, reserves the right, upon notice to the supplier, to extend the Contract or any part of the Contract for up to three (3) months, upon the same terms and conditions after the indicated expiration date as described in the Contract. This will be utilized to prevent a lapse in Contract coverage for the goods or services indicated on the Contract, and only for the time necessary to enter into a new Contract. When applicable, an extension notice will be issued defining the exact extension of the Contract; all other terms and conditions of the extended Contract will remain in full force and effect. The County reserves the right to reject any and all quotes, also the right to waive any minor discrepancies in the quotes when deemed to be in the best interest of the County. The County reserves the right to acquire more, less, or none at all of the quantities stated throughout the life of the contract. The County retains the right to terminate this contract upon thirty (30) days written notice. Quote will be returned and unopened if received later than the date and time specified. Return these sheets with prices filled in and signed by the duly authorized officer of your company. Do you agree to make available to the Councils of Government, Municipalities, Authorities and School Districts within Allegheny County, all items contained in this inquiry at the price quoted for the entire Contract Period? YES NO Do you agree to make available to all political sub-division and authorities of the Commonwealth of Pennsylvania all items contained in this inquiry at the price quoted for the entire Contract Period? YES NO

INQUIRY for Towing Services for City Vehicles RFQ# 3006DF PAGE 11 OF 11 COMPANY NAME: ADDRESS: PHONE NO: FAX NO: CONTACT PERSON: E-MAIL: AUTHORIZED SIGNATURE TITLE OF AUTHORIZED SIGNER