Loading...
R-2019-0254 - 6/27/2019 RESOLUTION NO. R-2019-0254 WHEREAS, the City of Round Rock ("City") has duly advertised for bids to purchase small engine parts and equipment; and WHEREAS, Section 252.043 of the Texas Local Government Code requires a city to award a contract to the lowest responsible bidder or to the bidder who provides goods or services at the best value for the city based on criteria set forth in §252.043(b); and WHEREAS, the City has determined that Longhorn Outdoor Power Equipment will provide goods and services at the best value for the City; and WHEREAS, the City Council wishes to accept the bid of Longhorn Outdoor Power Equipment, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement for Purchase of Small Engine Parts and Equipment with Longhorn Outdoor Power Equipment, a copy of said Agreement being attached hereto as Exhibit "A" and incorporated herein. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 27th day of June, 2019. -/.,, CRAIGORG , Mayor City of ound Rock ATTEST: , Texas Sjftt A. / I SARA L. WHITE, City Clerk 0112.1902;00426003 EXHIBIT CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF SMALL ENGINE PARTS AND EQUIPMENT WITH LONGHORN OUTDOOR POWER EQUIPMENT THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § THAT THIS Agreement for purchase of small engine parts and equipment, (referred to herein as the "Agreement"), is made and entered into on this the day of the month of 2019, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipality whose offices are located at 221 .East Main Street, Round Rock, Texas 78664 (referred to herein as the "City") and LONGHORN OUTDOOR POWER EQUIPMENT, whose offices are located at 2001 Enterprise Drive, Suite 120, Round Rock, Texas 78664 (referred to herein as the "Vendor"). RECITALS: WHEREAS, City desires to purchase small engine parts and equipment and City desires to procure same from Vendor; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods, and City has selected the Bid submitted by the Vendor; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 1.Ot DEFINITIONS A. Agreement ineans the binding legal contract between City and Vendor whereby City is obligated to buy specified goods and Vendor is obligated to sell said goods. The Agreement includes the following: (a) City's Invitation for Bid, designated Solicitation Number 19-008, dated January 2019; (b) Vendor's Response to the IFB; (c) contract award; and (d) any exhibits, addenda, andelor amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: 00421884 ss2 (1) This Agreement; (2) Vendor's Response to IFB; (3) City's Invitation for Bids, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties,Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities,or equipment. 2.01 EFFECTIVE DATE; TERM A. This Agreement shall be effective oil the date it has been signed by both parties hereto, and shall remain in full force and effect, unless and until it expires by operation of the term stated herein, or until terminated as provided herein. B. The tenn of this Agreement is for sixty months (60) months from the effective date hereof. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement, with or without cause, or may elect to continue. 3.01 CONTRACT DOCUI ENTS AND EXHIBITS City selected Vendor to supply the goods as outlined in the IFB and Response to IFB submitted by Vendor, all as specified in Exhibit"A," attached hereto and incorporated herein by reference for all purposes. 'The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Vendor in its Response to the IFB. The goods which are the subject of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in hill. -a 4.01 DUAL PROVIDERS The parties specifically acknowledge and agree that Vendor shall be considered as one of the two (2) providers for specified goods set forth in the Contract Documents. Vendor specifically further acknowledges and agrees that this Agreement is not an exclusive Agreement. City may, in its sole and unfettered discretion, elect to use either Vendor or the other dual provider in whatever order it deems to be the "best value" for the City. City is not obligated to use or purchase any estimated annual quantity of goods, and no guarantee is made of any minimum or maximum purchase. 5.01 ITEMS AWARDED; SCOPE OF WORK A. All bid items listed.on "Attachment A—Bid Sheet" in Exhibit"A" are awarded to Vendor. B. For purposes of this Agreement, City has issued documents delineating the required services (specifically Invitation for Bid Solicitation Number 19-008 dated January 2019). Vendor has issued its response agreeing to provide all such required goods in all specified particulars. All such referenced documents are included in Exhibit "A." When taken together with the appended exhibits, this Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals, correspondence or discussions. C. Vendor shall satisfactorily provide all goods described under the attached exhibits within the contract term specified in Section 2.01. Vendor's undertakings shall be limited to providing goods for the City and/or advising City concerning those matters on which Vendor has been specifically engaged. Vendor shall provide said goods in accordance with this Agreement, in accordance with the appended exhibits, in accordance with due care, and in accordance with prevailing industry standards for comparable services. 6.01 COSTS A. Only if, as, and when needed by City, the bid costs listed on Attachment A Bid Sheet of Exhibit "A," which are specifically relevant to the referenced bid items, shall be the basis of any charges collected by Vendor. B. Vendor specifically acknowledges and agrees that City is not obligated to purchase any quantity of goods, and City may not expend in excess of One Hundred Thirty Thousand and No/100 Dollars ($130,000.00) per year for Vendor's goods and/or services combined with the dual provider's goods and/or services for a total not to exceed amount of Six Hundred Fifty Thousand and No/100 Dollars (5650,000.00) for the term of this Agreement. 3 7.01 INVOICES All invoices shall include,at a minimum, the following information: A. Name and address of Vendor; B. Purchase larder Number; C. Description and quantity of items received or services provided; and C. Delivery or performance dates. 8.01 INTERLOCAL COOPERATIVE CONTRACTINGMURCHASINO Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 27 1.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City's bid, with the consent and agreement of the successful vendor(s) and the City. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. however, all parties hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently- negotiated "piggyback"procurements. 9.01 NON-.APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the goods as detennined by City's budget for the fiscal year in question. City may effect such tennanation by giving Vendor a written notice of termination at the end of its then current fiscal year. 10.01 PROINIPT PAYINIENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Vendor will be made within thirty (30) days of the day on which City receives the performance, supplies, materials, equipment, and""or deliverables, or within thirty (30) days of the day on which the provision of goods was complete, or within thirty (30) days of the day on which City receives a correct invoice for the performance and/or deliverables or services, whichever is later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas 4 Government Code, Section 2251.025(b); however, this Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Vendor, a contractor, a subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 1.1.01 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is determined by City that gratuities or bribes in the fonn of entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives to any City officer, employee or elected representative with respect to the perfonnance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 12.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 13.01 ORDERS PLACED WITH ALTERNATE VENDORS If Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 14.0.1 INSURANCE Vendor shall meet all requirements as stated in the attached I.FB, including all attachments and exhibits thereto, and Vendor's bid response. 15.01 CITY'S REPRESENTATIVE City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: Chad McDowell General Services Director 212 Commerce Cove Round Rock,Texas 78664 (S 12) 341-3191 cmcdowell(cyroundrocktexas. ov 16.01 .DIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 17.01 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re-advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Vendor shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Fails to provide adequate assurance of perfonnance under the "Right to Assurance"section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 18.01 TER.NIINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty(30) days' written notice to Vendor. B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause, upon ten (10)days' written notice to Vendor. 6 C. Vendor has the right to tenninate this Agreement only for cause, that being in the event of a material and substantial breach by City or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (I3) of this section, the following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services it would have performed under the remaining terns of the Agreement except as provided herein. 19.0.1 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 20.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES A. Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. B. In accordance with Chapter 1-270, Texas Government Code, a governmental entity may not enter into a contract with a company for goods and/or services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (7) will not boycott Israel during the term of this contract. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott Israel at any term of this Agreement. 21.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 7 22.0.1 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. When delivered personally to the recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail., with postage prepaid to the recipient's address as stated in this Agreement. Notice to Vendor: Longhorn Outdoor Power Equipment 2001 Enterprise Drive, Suite 120 Round Rock, Texas 78664 Notice to City: City Manager Stephen L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock., TX 78664 Round Rock,TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 23.01 APPLICABLE LAW; ENFORCENNIENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 24.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 25.01 DISPUTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 8 26.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of.this Agreement be determined void. 27.01 MISCELLANEOUS PROVISIONS Standard of Care. Vendor represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Vendor understands and agrees that time is of the essence and that any failure of Vendor to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Vendor's failure to perfoml in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. lultiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. [Signatures on the following page.] 9 IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. City of Mound Rock,Texas Longhor utdoor Power Equipment By: By: Printed Name: Printed a Title: _ Title: Date Signed: Date Signed: Attest: By: Sara White, City Clerk For City,Approved as to Form: By: Stephan L. Sheets, City Attorney 1(} e'y �Air4r*,s +'v ROUND ROCK TEXAS PURCHASING CIIVISION city of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 75664-5299 www.roundrocktexas.gov INVITATION FOR BID (IFB) SMALL ENGINE PARTS SOLICITATION NUMBER 19-008 JANUARY 2019 Exhibit Iter City of Round Rock Small Engine Parts IFB No. 19-008 Commodity Code.060-66 January 2019 SMALL ENGINE PARTS PART I—GENERAL REQUIREMENTS 1. PURPOSE: The City of Round Rock, herein after"the City"seeks a bid from vendors experienced in providing small engine parts and equipment. 2. SOLICITATION PACKET: This solicitation packet is comprised of the following: Description Index Part I—General Requirements Pages 2-5 Part II—Definitions, Standard Terms and Conditions Page 6 and Insurance Requirements Part III—Supplemental Terms and Conditions Pages 7-9 i Part IV—Specifications Page 10 i Attachment A—Bid Sheet Page 11 Attachment B--Reference Sheet Page 12 __.................... 3. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact: Yvonne Hopkins, CTCD Purchaser Purchasing Division City of Round Rock E-mail: yhopkins(cDroundrocktexas.gov The individual listed above may be contacted by e-mail for clarification of the specifications only. No authority is intended or implied that specifications may be amended or alterations accepted prior to solicitation opening without written approval of the City of Round Rock through the Purchasing Department. 4. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below. ' EVENT DATE Solicitation released January 18,2019 OPTIONAL Pre-Bid meeting Wednesday,January 30,2019 @ 9:30AM, CST Deadline for submission of questions -- February 1,2019 @ 5:00 PM, CST City responses to questions or addendums February 5,2019 @ 5:00 PM, CST Deadline for submission of responses February 19,2019 @ 3:00 PM, CST All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted above.A copy of all questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at: https://www.roundrocktexas.gov/businesses/solicitations/. Revised 08 18 Page 2 of 12 City of Round Rock Small Engine Paris l FB No. 19-008 Commodity Code:060-66 January 2019 Questions shall be submitted in writing to the"Authorized Purchasing Contact". The City reserves the right to modify these dates. Notice of date change will be posted to the City's website: https://www.roundrocktexas.gov/businesses/solicitations/. 5. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at https://www.roundrocktexas.ciov/businesses/solicitations/ for any updates pertaining to the solicitation described herein.Various updates may include addendums,cancellations,notifications,and any other pertinent information necessary for the submission of a correct and accurate response. The City will not be held responsible for any further communication beyond updating the website. 6. OPTIONAL PRE-BID MEETING: An optional pre-bid meeting will be conducted to fully acquaint Respondents with the specifications and bid submittal requirements. It will be conducted on the date specified in PART i, Section 4—Schedule of Events. This pre-bid meeting is optional. 6.1 Attendance at the pre-bid meeting is optional. Respondents shall sign-in at the pre-bid meeting to document their attendance. 6.2 Optional Pre-Bid Meeting Location: City Hall—Executive Conference Room 221 East Main St Round Rock, Texas 78664 6.3 Respondents are strongly encouraged to bring a copy of the solicitation document with them to the optional pre-bid meeting. 7. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted in PART 1, Section 4—Schedule of Events. Mail or hand deliver sealed responses to: City of Round Rock Attn:Yvonne Hopkins, CTCD Purchasing Department 229 E. Main Street Round Rock,Texas 78664-5299 7.1 Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and"DO NOT OPEN". 7.2 Facsimile or electronically transmitted responses are not acceptable. 7.3 Responses cannot be altered or amended after opening. 7.4 No response can be withdrawn after opening without written approval from the City for an acceptable reason. 7.5 The City will not be bound by any oral statement or offer made contrary to the written specifications. 7.6 Samples and/or copies shall be provided at the Respondent's expense, and shall become the property of the City. 8. RESPONDENT REQUIREMENTS: The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist participating Respondents in compiling their final responses. Respondents are encouraged to carefully read the entire solicitation. Respondent shall submit one(1)evident signed"Original,"one (1)identical to the original electronic copy on a flash drive, and three(3) copies of the IFB response.The submittal must include all addendums and requested attachments. The bid response and copies shall be provided at the Respondent's expense and shall become the property of the City. This invitation for bid (IFB) does not commit the City to contract for any supply or service. Respondents are advised that the City will not pay for any administrative costs incurred in response preparation to this IF8; all costs associated with responding to this IFB will be solely at the interested parties'expense. Not responding to this IFB does not preclude participation in any future RFP/RFQ/IFB. Revised 08 18 Mage 3 of 12 kilt " " City of Round Rock Small Engine Parts I FB No. 19-008 Commodity Code:060-66 January 2019 For your bid to be responsive, addendums and the attachments identified below shall be submitted with your proposal. 8.1 Addendums: Addendums may be posted to this solicitation. Bidders are required to submit signed addendums with their sealed response.The Bidder shall be responsible for monitoring the City's website at https://www.roundrocktexas.gov/businesseslsolicitations/for any updates pertaining to the solicitation. 8.2 Attachment A: Bid Sheet:The bid response shall be submitted on itemized, signed Bid Sheet provided in the solicitation packet. Failure to complete and sign the bid sheet will result in disqualification. If there is a conflict between the unit price and extended price, the unit price will take precedence. Submission of responses on forms other that the City's Solicitation Document may result in disqualification of the response. 8.3 Attachment B: Reference Sheet: Provide the name,address,telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. 9. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to accept any response deemed most advantageous,or to waive any irregularities or informalities in the response received that best serves the interest and at the sole discretion of the City. All solicitations received may be evaluated based on the best value for the City. In determining best value, the City may consider: 9.1 Purchase price; 9.2 Reputation of Respondent and of Respondent's goods and services; 9.3 Quality of the Respondent's goods and services; 9.4 The extent to which the goods and services meet the City's needs; 9.5 Respondent's past performance with the City; 9.6 The total long-term cost to the City to acquire the Respondent's goods or services; 9.7 Any relevant criteria specifically listed in the solicitation. Respondents may be contacted for clarification of bid and/or to discuss details of the services they are proposing.This may include a presentation and/or the request for additional material/information. 10. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions, Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the Texas Public Information Act.Following an award, responses are subject to release as public information unless the response or specific parts of the response can be shown to be exempt from the Texas Public Information Act. Pricing is not considered to be confidential under any circumstances 10.1 Information in a submittal that is legally protected as a trade secret or otherwise confidential must be clearly indicated with stamped, bold red letters stating"CONFIDENTIAL"on that section of the document. The City will not be responsible for any public disclosure of confidential information if it is not clearly marked as such. 10.2 If a request is made under the Texas Public Information Act to inspect information designated as confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and information as to why the information should be protected from disclosure. The matter will then be presented to the Attorney General of Texas for final determination. 11. SUSPENSION OR DEBARMENT CERTIFICATION:The provisions of the Code of Federal Regulations 2 CFR part 180 suspension and debarment may apply to this agreement. The City of Round Rock is prohibited from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose principals are suspended or debarred from doing business with the Federal Government, State of Texas, or the City of Round Rock. Revised 08 18 Page 4 of 12 Exhibit "A" City of Round Rock Small Engine Parts IFB No.19-008 Commodity Code:060-66 January 2019 12. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the successful offeror to complete a Form 1295"Certificate of Interested Parties"that is signed for a contract award requiring council authorization. The "Certificate of Interested Parties" form must be completed on the Texas Ethics Commission website, printed, signed and submitted to the City by the authorized agent of the Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to final contract execution. Link to Texas Ethics Commission Webpage: https://www.ethics.state.tx.us/whatsnew/elf info form1295 htm Revised 08i 18 Page 5 of 12 Exhibit Bili ' City of Round Rock Small Engine Parts |pB No. 19o08 ' Commodity Code:06n-6s January 2019 PART III SUPPLEMENTAL TERMS AND CONDITIONS 1. The terms of the awarded agreement shall include but not be limited to the following: 1.1 The Uenn of the Agreement shall begin from date of award and shall remain in full force for sixty (GU) months. 1.2 Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project uptoQOdays. 2. The City hos established the following minimum qualifications. Respondents who uonot meet the minimum qualifications will not beconsidered for award. The Respondent shall: 2.1 Be firms, uoqzoratone, or partnerships normally engaged in providing small engine parts as specified herein and have adequate organization,facilities,equipment,financial capability,and personnel to ensure prompt and efficient service to the City; 2.2 Be domiciled in or have a home office inside the United States.Respondents domiciled outside the United Statea, ornot having a home offion inside the United States will not be included for consideration in this procurement process. 2.3 Beauthorized bythe manufacturer 10sell parts and equipment for items included inthis solicitation. 3. : Successful Respondent shall: 3.1 Ensure Respondent's employees perform the services in a timely, professional and efficient manner; 3.2 Employ all personnel for work in accordance with the requirements set forth by the United Siebae Department ofLabor, The City reserves the right to verify citizenship or right to work in the United States. 4. RR|C8NG:The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs, lobor, overhead oharQes, bavo|` payroll expensao, fre|ght, equipment acquisition and maintonance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining p*rmi,a, inouuance, bonds and risk management. No separate line item charges shall be permitted for either response or invoice purposes. 5. INCREASE: Contract prices for parts and equipment shall remain firm throughout the initial twelve (12) month term ofthe contract. A price increase to the agreement may be considered on the anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at no time can the increase bagreater than 1596for any single line item. 5.1 Consumer Price Index(CP|): Price adjustments will bemade inaccordance with the percentage change in the U.S. Department of Labor Consumer Price Index (CP|'U) for all Urban Consumers. The price adjustment rate will be determined by comparing the percentage difference between the CPI in effect for the base year six-month average(January through June OR July through December);and each (January through June OR July through December six month average) thereafter. The percentage difference between those two CPI issues will bothe price adjustment rate. Noretroactive contract price adjustments will be allowed. The Consumer Price Index (CPI) is found at the Bureau of Labor Statistics, Consumer Price Index website: . 5.2 Procedure tuRequest Increase: 5.2.1 K4oi| the written price increase request with the rate detail comparison and comprehensive calculation and any supporting documentation to the designated City Contract Specialist e minimum of 45 days prior to the annual Contract anniversary data. The detailed written calculation will bmverified and confirmed. All written requests for increases must include the City of Round Rock contract number,solicitation reference information and contact information for the authorized representative requesting the increase. Price increase requests shall be sent by mail to: Roviscd08 )O Pu,,u7o[lZ Exhibit "A" City of Round Rock Small Engine Parts IFB No. 19-008 Commodity Code:o60-6o January 2019 City of Round Rock Purchasing Department Attn: Contract Specialist 221 East Main Street Round Rock, TX 70664-5299 5'2.2 Upon receipt of the request, the City reserves the right to either, accept the escalation and make change to the purchase order within 30 days of the request, negotiate with the Vendor or cancel the agreement orpurchase order if anagreement cannot bereached onthe value ofthe increase. 6. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents' performance anytime during the contract term. /. Acceptance inspection should not take more than five (5) working days. The avvanoeu respondent will be notified within the time frame if the items delivered are not in full compliance with the specifications. |nthe event the items are not tothe satisfaction o[the City, the vendor shall agree iodeliver conforming ports to specification at no additional cost to the City. |fany agreement or purchase order is cancelled for non-aoceptanoa. the needed items may be purchased e|eewhere, and the respondent will be responsible for the return delivery charge. The City shall not be charged e restocking fee for non-conforming parts. 8. MATERIALS SPECIFICATIONSIDESCRIPTIVE LITERATURE: 8.1 If a solicitation refers to a Qualified Products List(QPL),Standard Products List(SPL)or a manufacturer's name and product, any Offeror offering products not referenced intheso|icibaUonmuat submit as part of their Offer materials specification e/daaohphve literature for the non-referenced product; hnvvever, only the specific brands and part numbers 'listed on the bid sheet will be evaluated for cost. 8.2 Materials specifications/descriptive literature are defined as product manufacturer's catalog pages, "cut sheets" applicable tests neau|to, or related detailed documents that opacify material construction, performance parameters, and any industrial standards that are applicable such as ANSI, ASTM,ASME, SAE, NFPA, EIA, and NSA.The submitted materials specifications/descriptive literature must include the manufacturer's name and oroduct number of the product being offered. B. The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is mode or implied. The City will only order the services/goods needed to satisfy requirements within budgetary constraints, which may be more or less than indicated. The City reserves the right topurchase any item from onalternate source for any reason. 10' AWARD: The City reserves the right toenter into anAgreement oro Purchase Order with a single award, split award, primary and secondary award, non-amard, or use any combination that best serves the interest and at the ao|o discretion of the City. Axvanj announcement will be made upon City Council approval of staff recommendation and executed agreement. Award announcement will appear on the City's website at . 11. POST AWARD MEETING: The City and Successful Respondent(s)may have a post award meeting to discuss, but not uelimited uothe following: 11.1 The method to provide a smooth and orderly transition of goods to the awarded respondent(s); 11.2 Prov/do City contact(o)information for implementation of agreement. 11.3 Identify specific milestones, goals, and strategies tomeet objectives. Revised OO|8 Puge8of|2 Exhibit " 'A' Attachment A-Bid Sheet Smaill Engine Parts IFS NO.19-008 REVISION No.2 per Addendum No.2 The Respondent represents oy their signature below that he/she is submitting a binding after and is authorized to bind the respondent to fully comply with the solicitation documents contained in lFB No. 19-008 Small E_ngine Pans. The Respondent acknowledges that helshe has received and read the entire solicitation packet,attachments and all documents incorporated by reference,and agrees to ne bound by the terms therein. An anticipated total Contract award will be made by the City in an amount not to exceed$130,000 per year. This is an estimate only,the City reserves the right lo order more or less Special instructions: Be advised that exceptions taken to any portion ref the solicitation will jeopardize acceptance of the bid Alternative bids to PART I will no, be considered,modification to the bid sheet format will result in the rejection of the bid.The City reserves the right to purchase more or less than the quantities' mdic;a4qec below. Items listed for evaluation must bLe OEM parts. Attachment A - Bid Sheet REVISION 2 per Addendum No. 2 Signature required at the end of this Excel document .41 PART 1 -MAKEtIBRAND ITEM Na. r ART NUMaER i MAREIBRAND DESCRIPTIONAnnual 'OST EXTENDED TOTAL settilon I-aft,Goat, K%.`65QSPH i BILLY GOAT LEAFfl-RASH VAC 1 Section Total 1.150.00 Section 2-Re ia,ind SUanon I ,_T-------------- 750 1030622 §RiGGS STRATTON FiNER TOR.5000 WATT(FIRIGGS&STATTON 00 70()0h STRATTON 1*796970) 10 JS 840 S 84.00 2 796970 61R,GrJ$6 STRATT ON T {SRIIGGS STRAT76NI FFILTER,FUEL SP[GGS d STRAIT ON t5 —2 6f3 1 $ 37­50 1 .......... m. M9 t 4 Section 2 Total, $ BRiG &GSSTRATTON FILTER-AIR;IMOWERS ETC 30 $ 2.05 $ 4 2: S*Won S ^2� ;q1o55T �CHAMPION K CHAMPION3RC 1 4YC) 25 1.05 25, CHAMPION -LUG-SPARK(SPIGGS STRA-F ON)CHAM RJ I 9LM 25 25.00 1 Section 3 Total: S 51.25 4_401W 4 seho 1 1S R V,.3 020 T ECHO E TRaANIER $ 343 9196,879 80 — 3.4� 9.90 k-io BACKPACK BLOWER 10 399.99 .......................... 2 3 !PPT-2620 ECHO POLE SAW 9W', S 479 9q Ec*H0 UNE TRIMMER 1E7 $ 26399 12 639.90 ECHO EDGER 279 139 1 PB-2620 _010 SLOWER 36 S 159-391 $ 1,55990 SRIVI d 1 ou BR LISH CUT TERT 47999 S i19394'4?_()0ti07E3 IECHO ------ 25 15 76 9 1330105075 ECHO(S;x*Diamond) ECHO LINE TRVhAFR?105'SLES1 - ——--------- J -I%} 'jI]199442032220 BChiJ HEADJROAMER FIXED LINE 15 5 1590 238 50 11 IA226000-173 JECHO FILTERICHC P8251 AIR io 5 4 15t$ 166 00 12 39944200225 ECHO :TRIMMEP(07 S 2075 207 50 1 'A02 1003941 ;:ECHO CARSURFTOR,ECHO PB-770H BLOWER 5 S 55.9 9 7,9,95 1 14 JA226031410 EC}iO F!LTER,,AiR ECHO SRW,230 40 3 75 150,00 ..............zt ............... ASSEMSI.Y.K.-2613 GEAR CASE 5 329.95 11 1,6 J 130310518.30 1FILTERAIR(LINE TRIMMER)ECHO 369 40.70 7 :AA11000420 1ECHo COIL,!GNIT(ON109 PS-500 ­_­­­­ .,-- I T)ECHO BiP BLOWER $ Is s2a 45 262 25 ;12300003662 IECHO CAR EJURETOR,w-r-4096(ECH.OPF3210i3LOWER) —4- 49 69 SVµ 248 45 1 -——---------­7 ECK i,2-50- 19 A021000723 ECHO BUR= 0 P;—:'30 EDGER 4650 _4��TOR ASSY( 41 �O ..',226000410 1FILTER,AIRtIlLCHOPB770H8 .75 � 21 IaJ'181Y E:NC} KITJUNE UP(17 GRJV-2620)rZCH0 22 iP021003910 T_ OIL1TI4 S 60 00 23 021044W GEAR CASE ASSEMBLYWO SRM230). - 7920 S 79 2(1 124 A22,6000371 ECHO F17FERAIRPREOS SVR2W)ECHO TRIMMER --------- 4350 i �)5 IA0210007C.0 ;ECHO w CARaURETOR 14ALBRO WYK.186 5000 21000 "6 19a I 37Y 1FLJELLINEK.KIT,108G 155.00 _ Section 4 Total:! $ 25,234.25 90—n 3, f" iFRONTIER ISPREADER 1,200 00 1 1,20000 Section 5 Total: $ Exhi it ' A Attachment A-Bid Sheet Small Ergine Parts IFS No.19-008 REVISION No.2 per Addendum No.2 Section 6-Honda I L'UT30XK4A JHONDA TRASH PUMP 1 5 1,22000 $ 122000 3 Q --r,-- 2 :HRC216HXA HONDA PUSH MOWER _ 10 S 990 00 5 9.900.00.. EB2200(TA rHONDA GENERATOR 1 $ 99500 $ 9950 ' 4 !HRX217K5VYAHONDA PUSH MOWER 65Q 00-� 1 S 550 00 S 5 =16100-ZE2-17 t ,HONDACAR -- ___._ I3URETOR;ASSEMBLY 96 GX240)HONDA MOTOR g 3 56.00 S 280.00 6 1"2210-Z1V-003 HONDA FILER,AtR COMBO(HONDA 17210-ZE7-505) 10 S 16.35 S 163.50 _:,,.. 7• 7 �' " '�t-Ga0 HONDA MUFFLER 5 S 35.89 S 17925 ZJ0•r392 HONDA 'CABURETOR(HGNDA 18.0 GX61UM-2WIN) 1 5 U9 99 5 149,39 , 9 t 2000-.0-000 HONDA ICYLINDER?ASSY{HONDA GSV190} 1 S 81.00 S .. 91 00 Section 6 Total: $ 13,628.74 i"x 009 x W VAWASAK( TUNE-UP KfT(KAWASAKI ALL FS CARS ENGINES 5 S 37 89 S 189..45 ........... Section 7 Total: S 189.45 "=�Si991 t S €KOHLER STARTER.(0(JSTT81V-27CH)27HD 1 5 115 00 5 115 QO Section 8 Tptat: 5 1 t 5.00 i MARUYAMA IGNITION COIL W ROTOR O i SC2600 MARUYAMA 5 S 130.00 $ 65000 f5;>>926 WARI YAtr1A CARBURETOR MARUYAMA(01 9C26(10) S 10006 S 5060011 Section 9 Total: S 1,150.00 Se+tIon�0"=AlGK r 1 EP4•:6Y N';K PLUG,SPARK(NGK 8PM8Y)3574 145 1 $ 1 29 € S 187.05 2 BPMR7A �N GK PLUG SPARK(NGK 462A) 00 S i.56 , '& 93.60 ' ,P-PR2ES ;NGK PLUG:SPARK{NGK SPR2ES) 35 5 1.85 . $ 64.75 m 4 -MIRSH NGK PLUG:SPARK(NGK CMR6H) 20 $ 2.65 $ 53.0.0 5 1CMR5H NGK _ M 'PLUG,SPARK(NGK CMR5N 15 S 2.65 S 3 t 9.75 ( 6 IGR5H58 _NGK PLUG,SPARK CR5HS6 NGi4 25 5 1.56 $ 39.00 7 C M R 7 H :NGK PLUG;SPARK(NGK CMR7H)CHAMP 965,RZ7C 20 S 2.65 5 53:00 _._. .. >i5PR5ES PI.UaSPARK(NGK 7734) 95 5 167 $ 158.65 t 9 I3P76'cS NGK ,PLUG:SPARK{FOR HONDA ENGINESMPRSES) 40 . ... .S 1.67 S 68.80 I Section 10 Total: S 755.60 Y�0 q�?Cldu: Or"7Et'ON GATORLINE 130 S 425 5 637 5{1 - Section11 Total: S 637.50 Sacltion!2 Tr#nt _....., ._... ........�; Y } Pt�WER TRIM EDGER 5 + S 589.89 S 95 I 2.91y Section 12 Total S 2,999.95 j S thn t :..Robes t>aci<e Iti70-50263.10 ROSIN SUSARU STARTER.:RECCIL(03 G410R)ROBiN ENGINE 1 S 99 04 S 99 00{ M Secilon 13 Total: S 99,00 8rtott#str 1�°;� 1 !27-12199ROTARY TRIMMER LINE,OUAD(130"x67513 3MMx205M) 2£? S 39 89 t S 799 601 . - Section 1d Total: S 799.80 SCAG TIRE.RUN FLAT 13x5"0013 2502 SLAG) i0 5 9200 $ 920 010 1 `x;82503 iSF.AG TIRE:ASSEMBLY FRONT(16 STC48V-651 FS) 5 115.6Q S 11 5..60 ' t f-I3t851 :SLAG WHEEL:24'X12"x12"(1'7 STTI172V 25KAD) 3 7700 S 77 00 82.877 �I- S Asa �SLADE,SCAG MOWER 10 w 12,QQ 5 120 QC ELxDE1 GUTTER(24.5'F:N FLIM)17 SCAv 5 S 25.00 $ 125:00 t Section 15 Ttstai:, S 1,357,00 SactIon't8=.Stihl . 5 7034 STIHL CONCRETE SA`r'V ; 5 1,130,00 S 1,13000 2 '�5d5` STiHt. RESCUESAJt1 5 5 93_7.49 $ 4,6$7.4 .. _ RR 200 w... ;STIHL PRESSURE WASHER « ,103.19 .. 403.1 t 26, STIHL ICHAIN SAW 5 $ 47999 5 �T......,,.,,.a�.. . 2,359.95 i 5 FS2dOR 5T'HL- LtNf~TRIMMER 5 3 461.99 S 2,30995 6 '8R 700 STfilL BACKPACK SLOWER tq 5 423,49 S 4,234.99 .�....,. . .. _. ._......._.... i 7 17000 350 3500 STIHL FILTER;FUEL STIHL(MS362) 45 ! S 2.27 3 1Q2.15 1238 140 4404 SnHL ;FILTER.KIT AIR(STIHU TS 4103420 1{3 $ 9.00 $ 02.1 _,_�___ { {11 s 1 141 1211 t6C4 al STIHL FiLTER;AIR(Ma261 STIHL} 10 i S 9,20 $ 92:0!}I iU 411'271342 " 01 STIHL wWy BLAOE;SAW CIRCULAR STIHL 5 5 16.501 S 82.5Q '- -: wM 11 14224 007 1013 ST HL � FILTER;KIT AIR 16 TS700)STIHL " 5 1 S 18,25} S 91251 F 2 .4282 x307'3600 .STIHL IFILTER;FUEL.IS$UE PKG OF 2 STIHL(RR500) 10 $ 7.65 S 76."aQ 13 x0:100 350 3502 .STIHL FfLTER;FUE:{14 FS240R}STIHL 301 S 2.2Q . $ 6$.00 t .. Section 16 Total: S 1a,765.8� Ex i it iii Attdchmelr_!1-Bid Sheet Small Engine Parts YFS Nci 19-0011 REVISION No.2 per Addendum No.2 Set ilon 17-7� rnrAst .� 1 DD21-ii v 5 i"c�1PEST E1iAcRGENCY VENT FAN 1 $ 2,799.00 S 2 799.0.1 Seaton 17 Tdtel: 2,799.60•! 1 222!0 TORO USri hAOWER 1 $ 1 621 00 S 1.621 Oti _._.._ - t ( '2 S94t-p3 TORO "i3L4DE,Ly'.1I�Jh1O4VeR 1080 5 $ 13,50 S 67,501 Section 18 Total: S 1,688.50! W`031v0 TURBO URS h1UTOFt ASSEMBLY(i"314$ECOND'4,NIKE) Section 19 Tata!: $ _. - 1 .125-5 a �AIALBRO ILTER.FUEL. 100 3 255 5 255.00 .. Section 20 Total: $ 25S.00 Simon-A ealricet l l OD:§Recific Brandgg rni>g section witl not be evalu d but will b�ecom, at.tbaa( . n�la 3r�r ltetri not lis#,ed tfirai we wish t;a urchnzte. L. 1 375-30! E-C-,`t0 BLADE ECHO EDGER(720237001}STENS 365 S 079 S 288.35 1 22 -�VF6202 ETHANO-FREE FUEL FUEL SIMALL ENGINE 4 CYCLErS GALLON 450 ' S 54.99 5 50499 S 3 JV?6232 ETHANOL FREE FUEL FUEL.,SMALL ENGINE 50,15 GALLONS 255 � 3 54 99 $ 504 9a I d `J?348 hETHANOL FREE FUEL SPOUT,VP FiJEL� € 2S $ 17.19 5 $29.75 f ....,.,......,...,.-w.......................,..........,..,.,�...... .,... ....,.,...,.,..+....+n....,.w., t 5 -%&4 !HONDA FILT� ER,A�HONDA 17210-,ZEt-517} 4p S 575 S 23000 � -K ..-.», . .... ..... ..... _... 100-81 6 !HONDA _.._ !ELEMENT AIR CLEANER(HONDA 17210-ZE2-515! 15 $ &99 �i 104851 !i3Ow•4 sS iHUbUV.tiRNA `FiLTER;AtR.K1Tfl4U30 5x0$347002) 1 S 19 99 5 9 ' 19.9. 1.0-523 KOH-ER FILTER;CIL(12050-01S KOHLER&SS 4929325 15 S 465 S 69.75 s • �0 L1F .KOHLER FILTER,AIR(KOHLER 47 833 03-51) 10 $ 3.75 S 3750 1 i s6 1�t 833 1,KOHLER FI!TERR:�.IR(KOHLF_R914 083.1 $ 2 35 $ �...... 23 50! 1 1 1 i4i~-^30 MCLANE B=LT:DRI1E,lACLANE EDGER S $ 6.30 5 31.501 112 `G2-087 hMIKASA f ILTER:AIR(MIKASA' 5 $ 5.05 $ 25 2'5 j 13 1345-314 ;'CCIRC - 5'..ADE;fVOWEFt 23-7410-03 TORO? 55 $ 10.37 S 570 35-; 4 M-452 !TORO i?d':r+DE,MOWFIR PUSH 22t—i ORO RECYCLEIR; 10 $ 7 95 S 79 50 . 5 r 0 39? `A'ALHRCJ FILTF-R,FUELISTr=14S{125-527,,-1 WALSRQ'r 75 $ 1.136 $ 139 511 Section TotaR S 3.Aa9,77 PART w PERCENT r CATALOG This •. evaluated a • r t Ifuted that we wish to purchase. ITEM PE CERT OFF ITEM a R EN No. 3CATALOG DAME CATALOG 'S No. CATALOG NAME CATALOG t SILLY GOAT 201�a« .,, � (3R+Ca.aS&STRAIT ON 2{i Io 2$ POWER TRIM 2 ° "` tom` °": 27 PREMIXED FLEL 36%i .3 'Ci�rA,b1FiC1i� i v 28 REDMAX # .,... t`.,HO 217``16�: a 29 RIt�iG ET4iAN0L FR=E FUFL _ .� "� '3' k 30 iRQ81N SUSARU 1 xj EZ-GO ".w" ... 'w 31 ROTARY ! 30°n' Ir ROrVTiEr�+ 32 r Y08! C3 GENERAL �- ..___ .. .. _ { ..; . 33 SLAG 21144 a IGRACC3 .� ;� � 1 1 G34 SNAPPER i0'VDA :"s « ,. ;' "� 35 STE 4S 3i?`It r I !L1SQVARNA w fl 36 ST°til "/a 2 f;O;-;N DEER ` Z„ ': STONE _..._ .„ - 37 13 iKA.":ASAKI 3$ ?SURARU TECUMSEH 15 ;Kt.;BDTA { •" m 40 TEMPEST 1 # ( 16 L VINN SOY 41 THROTTLE I 17 MAKITA a ` 42 TORO 27�C 18 :VARUYA-MA t � 43 TR:}Y B±L7 44 T URF30 t r �[) VCLANE UfZF j ? ° �»:' " +15 WACKER N. I Exh(for' it171111 Attaehmerit A,-Bid Sheet Small Engine P,lrt IFB No.19-008 REVISION No.2 per Addend=No.2 , giW ij ,. � I at..,..r. °yY � tA�x :. 47 �YAMAhIA Y iNGK YAMOKCYO � 24 :OREGON_.._ 20a/• � 4 ": per YARD MACHINE 9 Item ADDITIONAL PERCENTOFF No. CATALOGS OFFERED CATALOG i hV ....._.................t............................._......_....._..r_._......_.....t._................ .--- _------_._.....�..� y ti 1 s2 51 5: f 55 ! f 57 58 ' t 59 6D PART 3:-RESTOCKINGFEE SectionThis • be -r but become part of • Restockinq Fee F (only applies when the City 51 orders a part to error' PLEASE COMPLETE INFORMATION BELOW: COMPANY NAME SIGNATURE OF AUTHORIZED REPRESENTATIVE PRINTED TAME: EMAIL ADDRESS: PHONE NUMBER Exh1`641" ll City of Round Rock Small E-Engine Parts IFB No. 19-008 Commodity Coue:»60-6« January 2019 ATTACHKiLm0'kd-RaFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER:. RESPONDENT'S NAME: DATE: all Provide the neme, addreom, telephone number and E-MAJL of at least three (3) valid Municipal, Government agencies or firms of comparable size that have ud/�wd men/im*3 that are similar in type and capacity within the|ent two (2) years. City of Round Rook references are not applicable. References may be checked pr/or to award, If references cannot be confirmed or if any negative responses are received i/may result in the disquaUfficmUon of submittal. 1. Company's Name Name of Contact \ - ----- — Title of Contact L — - - E-NeUAddreas UL Present Address ^ City. Qtabs'Zip Code w" �— ---- - TelaphomaNumber ^ ' 2. Company's Name f4 _UL��IIACIL moma of Contact x, ` ������ Tide of Contact E-Mail Address Addresm Present Address Tilt City, Shabo, Zip Code � -Telephone Number Numbor F Nber -- -------- 3. Company's Name Name o/Contact Title of ofContact ' �--- Alk E-Mail Address ~ ��--' -�--- Present Address City, State,Stabe, Zip Coda ~� � Telephone Number U���. Fax Number:­( > __=�=. FAILURE TO PROVIDE THE REQUIRED(NFORMAT|ONVV|TH THE SOLICITATION RESPONSE MAY AUTOMATICALLY D\SOUAL(pY THE RBSPON�E FROM CONSIDERATION FOR AWARD. Revised 08/10 J`Lam 12,-)1'12 Exhibit "A" is ROUNR ROCK TEXAS PuitoutS NG L1 MON ADDENDUM CITY OF ROUND ROCK,TEXAS Solicitation: lFB 19-008 Addendum No;2 Date of Addendum: 21512019 This addendum is to incorporate the following changes to the above referenced solicitation: I. Solicitation Modifications: 1.1 Attachment A - Bid Sheet Instructions (page 11 of 12 in the packet) will now include item 1.6 which reads as follows: 1.6 The respondent shall bid on the OEM items they are authorized by the manufacturer to sell for sections 1-23 of the bid sheet. Incomplete sections or sections containing $0 will not be evaluated" 1.2 The bid sheet has been updated to move after-market or non-brand-specific part numbers to Section 21. The OEIM requirement will not apply to Section 21 of the bid sheet. lt. Questions: Q1 How is this solicitation to be awarded; Is it:'winner takes all?" Al. Per Part Ill, Item 10-Award (page 8 of 12 in the packet) states"The City reserves the right to enter into an Agreement or a Purchase Order with a:Ingle award, split award, primary and secondary award, non-award, or use any combination that best serves the interest and at the sole discretion of the City.Award announcement will be made upon City Council approval of staff recommendation and executed agreement. Award announcement will appear on the City's website at Frfit s ll4vww.roundr cktex�s, ov/businesses/soiicizat ons/, This solicitation may result in multiple e warded vendors Q2 Are we required to bid the aftermarket part numbers shown or can we bid a different aftermarket brand? A2. The aftermarket or non-brand-specific part numbers have, to the best of our ability, been pulled out of various sections and included in Section 21 of the bid sheet. Respondents who choose to respond to Section 21 should bid drop-in replacements and include specification documentation that can be used for evaluation of buyer-approved equal. Please indicate alternative part numbers or, a separate sheet of paper. Section 21 will not be evaluated but will become part of the contract. 03. If we are not going to bid a section, should we leave t blank or fill in"no bid?" A3. Leaving a blank,writing no bid, and putting a 0 all have the same effect-that section will not be considered for evaluation. Q4. Can we use Bound Rack ISD as one of our references? A4. Yes, they are independent of the City's purchasing process. Extension: The proposal due date is hereby extended until Tuesday, February 19, 2019 at 3:00 PM CST. Exhibit "A„ IV. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. APPROVED BY: February 5, 2019 Purchasing Office,512-218-3228 By the signature affixed below this addend s hereby incorporated into and made a part of the above referenced solicitabon. addend her ACKNOWLEDGED BY: Name Au"riz,�Jre Dake-I RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUAUFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. Exhibit "A"