R-2019-0250 - 6/27/2019 RESOLUTION NO. R-2019-0250
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 Hill Country Outdoor Power, LLC will provide
goods and services at the best value for the City; and
WHEREAS, the City Council wishes to accept the bid of Hill Country Outdoor Power, LLC,
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 Hill Country Outdoor Power,
LLC, 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.
CRAIG OORGAP, Mayor
City of Round Rock, Texas
ATTEST:
3&111Af1R
SARA L. WHITE, City Clerk
0112.1902;00426006
EXHIBIT
CITY OF ROUND ROCK
AGREEMENT FOR.PURCHASE OF
SMALL .ENGINE PARTS AND EQUIPMENT
WITH
HILL COUNTRY_OUTDOOR POWER,LLC
THE STATE OF TEXAS §
CITY OF ROUND ..ROCK § .KNOW ALL BY THESE PRESENTS:
COUNTY OF WILL.IAMSON §
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 HILL COUNTRY OUTDOOR POWER, LLC, whose
offices are located at 12014 US-290, Austin, Texas 78737(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
W1--IEREAS, 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:
1.01 DEFINITIONS
A. Agreement means 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, and/or amendments thereto. Any inconsistencies or conflicts in the contract
documents shall be resolved by giving preference in the following order:
004218791'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 on 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 term 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.DOCUMENTS 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 IFS.
The goods which are the subiect 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 full.
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 to 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 set-vices.
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($650,000.00) for the term of this Agreement.
7.01 INVOICES
All invoices shall include, at a minimum,the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
C. Delivery or performance dates.
8.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
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 271.101 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.
9.0.1 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
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
10.01 PROMPT PAYMENT 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 I 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
CD
making a timely payment with federal fiends; 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.
11.01 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 form 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 performance 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.
14.01. INSURANCE
Vendor shall meet all requirements as stated in the attached IF13, 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:
5
Chad McDowell
General Services Director
212 Commerce Cove
Round Rock,Texas 78664
(512) 341-3191
cmcdoweliLa)roundrocktexas gov
16.01 RIGHT 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 performance under the "Right to
Assurance"section herein;or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
18.0.1 TERMINATION 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 terminate 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 (B) 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 term of the Agreement except as provided herein.
19.01 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 Iimited 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 2270,Texas Goveniment 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 (2) 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 terns of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
7
22.01 NO'T'ICES
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:
Hill Country Outdoor Power, LLC
12014 US-290
Austin, Texas 78737
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; ENFORCEMENT 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
C) 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 arnend 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 perform 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.
Multiple 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 Round Rock, Texas Hill Country Outdoor Power,LLC
By: By:
Printed Name: Printed Name: Kevin Stelter
Title: Title: Outside Sales Manager
Date Signed: Date Signed: 04/11/2019
Attest:
By:
Sara White, City Clerk
For City,Approved as to Form:
By:
Stephan L. Sheets, City Attorney
to
Ask
r
ROUND ROCK TEXAS
PURCHASING QIVISION
city of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.round rocktexas.�gov
INVITATION FOR BID (IFB)
SMALL ENGINE PARTS
SOLICITATION NUMBER 19-008
JANUARY 2019
Exhibit "A"
City of Round Rock
Small Engine Parts
lFB No. 19-008
Commodity Code:o60-6e
January 2019
SMALL ENGINE PARTS
PART|—GENERAL REQUIREMENTS
1. 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 iecomprised ofthe following:
Description Index
Part I —General Requirements Pages 2-5
Part 11—Definitions, Standard Terms and Conditions Page 6
and Insurance Requirements
Part III—Supplemental Terms and Conditions Pages 7-9
Part IV—Specifications Page 10
Attachment A—Bid Sheet Page 11
Attachment B—Reference Sheet Page 12
u. AUTHORIZED PURCHASING CONTACT: For questions orclarification ofspecifications, you may contact:
Yvonne Hopkins,CTCD
Purchaser
Purchasing Division
City ofRound Rock
E-mail:
The individual Umbad 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 vvhMen approval of the City of Round Runk through the Purchasing Department.
4. SCHEDULE OF EVENTS: It is the City's intention tofollow the solicitation timeline ba|mm.
EVENT DATE
Solicitation released January 18, 2019
OPTIONAL Pre-Bid meeting Wednesday, January 30, 2019 @ 9:30AM, CST
Deadline for submission of questions Febr uary 1, 2019 @ 5:00 PM, CST
City responses to questions or addendurns February 5, 2019 @ 5,00 PM, CST
Deadline for submission of responses Febn ary 19,2019 @ 3:00 KA,CST
All questions regarding the solicitation eheU 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 oheU be posted on the City's
webpnQe in the form of an addendum at:
ncv`sco uu'/o Page 2 of 13
Exhibitmm �&1»
City of Round Rock
Small Engine Parts
lFB 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:/twww.roundrocktexas.aov/businesses/solicitations/.
5. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
htt2s://www.roundrocktexas.gov/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 Mall—Executive Conference Room
221 East Main St
Round Rock,Texas 78654
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 I, Section 4—Schedule of Events. Mail or hand deliver sealed responses to:
City of Round Rock
Attn: Yvonne Hopkins, CTCD
Purchasing Department
221 E. Main Street
Round Rock,Texas 76664-5299
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.
S. 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 IFB; 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 11'age;of 12
Exhibit "A"
City of Round Rock
Small Engine Parts
IFB 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/businesses/solicitations/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 2252.998 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:
haps://www.ethics.state.tx.us/whatsnew/elf info form1295 htm
Revised 08 18 Page 5 of 12
City of Round Rock
Small Engine Parts
lFB No.19-008
Commodity Code:o60-6e
January 2019
PART 11
DEFINITIONS, STANDARD TERMS AND CONDITIONS
AND INSURANCE REQUIREMENTS
/. submitting oresponse tothis oo|iobotion, the
Respondent agrees that the City's Definitions, Standard Terms and Conditions, in effectsdthe time ofrelease
of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of
m purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the au|a
responsibility of Respondents to stay apprised of changes. The City's Oefinitionm, Standard Terms and
Conditions can beviewed and downloaded from the City's website at:
2. INSURANCE: No insurance is required for this solicitation.
Revised U8'18 Pu�c6of|2
Exhibit mmAox
City of Round Rock
Small Engine Parts
lFB No. 19-008
Commodity Code:o60-6s
January 2019
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
l. AGREEMENT TERM The terms of the awarded agreement shall include but not be limited to the following:
1.1 The tonn ofthe Agreement shall begin from date of award and shall remain in full force for sixty (80)
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
upto9Odays.
2. The City has established the following minimum qualifications.
Respondents who donot meet the minimum qualifications will not be considered for award. The Respondent
shall.-
2.1
haU�2.1 Be finno, oorporationo, or partnerships normally engaged in providing small engine parts as specified
herein and have adequate organization,facilities,equipment,financial capability,and personneltoenoure
prompt and efficient service hzthe City;
2.2 Be domiciled in or have a home office inside the United States. Respondents domiciled outside the United
8tebaa, or not having s home office inside the United States will not be included for consideration in this
procurement process.
2.3 Be authorized by the manufacturer to sell parts and equipment for items included in this 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 8tebso
Department ofLabor. The City reserves the right to verify citizenship or right to work in the United States.
4. RRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental
ooata. |abor, overhead ohargea, trave|, payroll expenoee, froight, equipment acquisition and maintenance,
demurragm. fuel surcharges, delivery charges, costs associated with obtaining permits, inouronom, bonds and
risk management. No separate line item charges shall be permitted for either response or invoice purposes.
5. Contract prices for parts and equipment shall remain firm throughout the initial twelve(12)
month term nfthe 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 atnotime can the
increase be greater than 1596 for any single line item.
5.1 Consumer Price Index(CP|): Price adjustments will bemade inaccordance with the percentage change
in the U.G. Department ofLabor 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 bethe 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 toRequest Increase:
5.2.1 yNa(| the written price increase request with the rate detail comparison and comprehensive
calculation and any supporting documentation to the designated City Contract 8paoio|iat a
minimum of 45 days prior to the annual Contract anniversary date. The detailed written
calculation will beverified and confirmed. All written requests for increases must include the City
of Round Rock contract numbor, solicitation reference information and contact information for the
authorized representative requesting the increase. Price increase requests shall basent bymail
to:
Revised 08.,18 Page 7ofl2
Exhibit "Am
City of Round Rock
Small Engine Parts
IFS No. 19-008
Commod4 Code:o60-6a
January 2019
City ofRound Rock
Purchasing Department
At n: Contract Specialist
221 East Main Street
Round Rock,TX 79664-5299
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 or purchase order if an agreement cannot be reached on the value of the increase.
6. FERFORMANCE REVIEW: The Qty neaamen the right to review the awarded respondents' performance
anytime during the contract term.
7. Acceptance inspection should not take more than five (5) working days. The
awarded respondent will be notified within the time frame if the items delivered are not in full compliance with
the specifications. In the event the items are not to the satisfaction of the City;the vendor shall agree to deliver
conforming porta to specification at no additional cost tothe City. If any agreement or purchase order is
cancelled for non-acceptance, the needed items may be purchased o|omwhena, and the respondent will be
responsible for the return delivery charge. The City ahe)| not be charged o restocking fee for non-conforming
parts.
B. '
8.1 |fosolicitation refers toaQualified Products List(OPL). Standard Products List(8PL)oramanufacturer's
name and product, any Offeror offering products not referenced inthe solicitation
their Offer materials specifications/descriptive literature for the non-referenced product;
the speci�cbrands and pa�nummbersUistedmnthe bid sheet vwiUbeevaluated for cost.
' - �°
8.2 K8oterio|o specification s/desoriptke literature are defined as product manufacturer's catalog pages, "cut
aUeets" applicable tests nauuibs, or ne|edod detailed documents that specify 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 product number ofthe product being offered.
9. The quantities shown on the solicitation are estimates only, No guarantee of any minimum
or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy
requirements within budgetary constraints, which may bemore orless than indicated. The City reserves the
right bopurchase any item from analternate source for any reason.
10. AWARD:The City reserves the right to enter into an Agreement or a Purchase Order with o single avvard, split
ovvand, primary and secondary evvonJ, non'avvord, or use any combination that boat oamea the interest and at
the sole discretion of the City. Avvond 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. The City and Successful Respondent(s)may have a post award meeting to discuss,
but not be limited tothe following:
11.1 The method to provide a smooth and orderly transition of goods to the awarded respondent(s);
11.2 Provide City contaot(a) information for implementation ofagreement,
11.3 Identify specific milestones, goals, and strategies tomeet objectives.
Revised 08118 Page 8o[l2
Exhibit mxAwu
City of Round Rock
Small Engine Parts
lFB No. 19-008
Commodity Code:o60-6a
January 2019
12. '
12.1 Contractor's point of contact: In order to maintain consistent standards of quality work performed
across the City, the City shall be provided with a designated and identified point of contact upon award
ofthe contract toinclude contact information. The City's designated representative shall benotified by
the Respondent immediately should the point ofcontact change,
12.2 The City's designated representative:
Marshall Reynolds
Fleet Operations Manager
General Services
Phone: (512)218'8571
E-mail:
13. INTERLOCAL PURCHASING AGREEMENTS:
18.1 The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the
Interlocal Cooperation Act, Chapter 791 ofthe Texas Government Code. The Contractor agrees to offer
the same price and terms and conditions to other eligible agencies that have an interlocal agreement with
the City,
13.2 The City does not accept any responsibility or liability for the purchases by other government agencies
through oninterlocal cooperative agreement
Revised 08/|8 Pa�o9uf|l
Exhibit "A"
City of Round Rock
Small Engine Parts
11`13 No. 19-008
Commodity Code:o60-6a
January 2019
PART IV
SPECIFICATIONS
1' Eurgose:
The purpose of this solicitation is to seek bids from vendors experienced in providing small angina peda and
equipment.
2. :
Awarded Vendor's Responsibilities:
2.1 Provide small engine parts and equipment when ordered inotimely manner.
2'2 Be an authorized distributor of parts and equipment listed in Attachment A — Bid Sheet. Proof of
authorization to sell equipment by the Manufacturer shall be provided to the City upon request.
2'3 Provide new parts and equipment to the City in Manufacturer's original packaging. Parts and equipment
shall not be re-manufactured or refurbished,
2.4 All equipment shall come with the Manufacturer's warranty intact if applicable.
2.5 Provide necessary items within 3 days or provide the City representative with the anticipated delivery
dote.
3. City's Responsibilities:
3.1 Order small engine parts and equipment when needed.
3.2 Provide delivery instructions orlocations aaneeded.
Revised 08:18 Page lDoyl2
Exhibit "A"
City of Round Rock
Small Engine Parts
lFB No.19-008
Commodity Code:o60-6e
January 2019
ATTACHMENT A—BID SHEET
.. Documents for IFBNo. 1B-OO8Small Engine Parts in
an Excel format on the City of Round Rock website at:
1.1 In order to be considered responsive Attachment A — Bid Sheet must be oomp|eted, signed by an
authorized representative and returned by the deadline for submission of response indicated in Port |
Section 4—Schedule ofEvents.
1.2 The Reapondent, by submitting and signinQAttouhmentA— Bid Gheat, acknowledges that he/she has
received and naed the entire document packet moobonm defined above including all documents
incorporated byreference, and agrees tnbebound bythe terms therein.
1.3 in order to do business with the City ofRound Rook you must be registered with the City's Vendor
Database. To register, go to:
1.4 By the signature affixed on AttachmantA,Bid Sheet, the Respondent hereby certifies that neither the
Respondent nor the entity represented by the Respondent, or anyone acting for such entity has violated
the antitrust laws ofthis 8tate, codified in Section 15.01 etaeq . Texas Business and Commerce Code
or the Federal antitrust laws, nor communicated directly or indirectly, the response made to an,
oompetitororanyotherperaonengagedinauoh |inaofbuoineao.^ '
1.5 The Respondent agrees, if this Offer is accepted within 120 calendar days after the Due Omte, to fully
comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet,
1.6 The respondent shall bid on the OEM items they are authorized by the manufacturer tosell for
Sections 1 - 23 of the bid sheet. Incomplete sections or sections containing $O will not be
evaluated."
Revised 08.;`18 Page l\ of 12
Exhibit mm �Am»
City of Round Rock
Small Engine Parts
lFB No. 19-008
Commodity Code:o60-6m
January 2019
ATTACHMENT B—REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: |FB-19-008
RESPONDENT'S NAME: Ke»/n Steller DATE: 02Y15/2019
Provide the name, addraam, telephone number and E-MAIL o[ et least throe (3) valid Municipal, Government
agendeoor�rmoofoomporeb|ea�ethathamauU|izedmamioeothatanaaimi|arintypeondcapaoitywithin the last
two (2) yoana. City of Round Rock references are not applicable. References may be checked phoboaward If
references cannot be confirmed or if any negative naaponoam are received it may naou|t in the disqualification of
submittal.
1. Company's Name City of Austin - Fleet Services
Name ofContact Amy Arredondo
Title of Contact Inventory Control Specialist III
E-Mail Address
Present Address
0301 Harold Court
City, State,Zip` ' Austin, Texas 78721
Telephone Number
2. Company's Name Round Rock |BO
Name ofContact
[)aV/d Koch
Title of Contact
Director of Maintenance Operations
E'80aU Address
Present Address
5720 Maverick Way East
City. 8tote, Zip Code Austin,
Telephone Number
3. Company's Name POugervi|ka |GO
Name ofContact
Mario Bnaoarnontez
Title ofConhact
Outside Maintenance Grounds Supervisor
E-Mail Address
| b
Present Address
2021 Crystal Bend Drive
City, �hehe Zip Code
' ' Pflugerville, Texas 78660
Telephone Number
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Revised 08:18 Page \]o[l2
Exhibit "A"
ROUND ROCK TEXAS
PU00a11
upia MMOM
ROUND
ADDENDUM
CITY OF ROUND ROCK,TEXAS
Solicitation: IFI3 No. 19-008, Small Engine Parts Addendum No: 1 Date of Addendum: 1/24/2019
This addendum is to incorporate the following changes to the above referenced solicitation:
1. Clarifications:
1.1 Replace Attachment A- Bid Sheet with Attachment A-Bid Sheet-REVISION I to amend incorrect
formulas.
ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
APPROVED BY: Date-
-Wo Hop urchase , CTCD
By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced
solicitation.
ACKNOWLEDGED BY:
Kevin Stelter
02/15/2019
Name A horized Signata Date
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.
It 11 A 11
ExhibA
~~ ROUND ROCK TEXAS
� r"*0k*S1kGm=="
ADDENDUM
CITY OF ROUND ROCK,TEXAS
Sm|iobatbon/ !FB 19~000 Addendum Nm: 2 Date of Addendum: 218/2019
This addendum is to incorporate the following changes to the above referenced solicitation:
|. Solicitation Modifications:
1.1 Attachment A- Bid Sheet Instructions(page 11 of 12 in the packet)will now include |bom 1.8 which reads as
follows:
1.0 The respondent ohoU bid on the OEM items they are authorized by the manufacturer to sell for sections
1-23ofthe bid sheet. Incomplete sections orsections containing$Owill not baeva|uobed.^
1.2 The bid sheet has been updated to move after-market or non-brand-specific part numbers to Section 21. The
OEM requirement will not apply 0oSection 21ofthe bid sheet.
U'
Questions:i
Q1. How is this solicitation to be awarded? Is it"winner takes oU?^
Al. Per Part |/\. /bym 10-Award (page 8 of 12 in the packet) states ^The City rooenxao the right to enter into an
Agreement or a Purchase Order with a o|ng|a award, split ewand, primary and secondary nwend, non'oward,
or use any combination that best serves the interest and at the sole discretion of the City.Award announcement
will be made upon Qty Council approval of staff recommendation and executed agreement. Award
announcement will appear onthe City's website at .
This solicitation may result in multiple awarded vendors. --'-
{]2. 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 abUity, been pulled out of various
sections and included in Section 21 ofthe 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 on a separate sheet ofpaper, Section 21 will
not beevaluated but will become part ofthe contract.
Q3. If we are not going to bid a meoUon, should we leave it blank or fill in''no bid?"
A3. Leaving eblank, writing nobid, and putting aOall have the same effect-that section will not beconsidered for
evaluation.
{24. Can weuse Round Rock ISD saone ofour references?
A4. Yes, they are independent of the City's purchasing process.
|/|. Extension: The proposal due date is hereby extended until Tuesdoy. February 19. 2019 at 3:00 PM CST.
Exhibit "A"
n/
NW. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
APPROVED BY: r February 5,2019
Yvo m66Hopkins rc asr--1
Purchasing Office, 512-218-3228
By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced
solicitation.
ACKNOWLEDGED BY:
Kevin Stelter 02/15/2019
Name Authorized Sign re Date
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.
Exhibit "A"
Attachment A-Bid Sheet
Small Engine Parts
IFB No.19-008
REVISION No.2 per Addendum No,2
The Respondent represents by their signature below that he/she is submitting a binding offer and is authorized to bind the respondent to fully comply with the
solicitation documents contained in IFB No. 19-008 Small Engine Parts. The Respondent acknowledges that he/she has received and read the entire
solicitation packet,attachments and all documents incorporated by reference,and agrees to be 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
to order more or less.
Special Instructions:Be advised that exceptions taken to any portion of the solicitation will jeopardize acceptance of the bid.Alternative bids to PART I will not
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
indicated below. Items listed for evaluation must be OEM parts.
Attachment A-Bid Sheet REVISION 2 per Addendum No.2
Si nature required at the end of this Excel document
>t
TEM
EsUmaUt
No. PART NUMBER MAKEIBRAND DESCRIPTION Annual Qty UNIT COST EXTENDED TOTAL
Sedlon 1 13!!"oat
.. .. . . ......
1 KV650SPH BILLY GOAT LEAFITRASHVAG 1 $ 1,212.00 $ 1,212.00
I Section 1 Total: S
Section 2-Briggs and Stratton 11212.00
212.00
1 030622 BRIGGS&STRATTON GENERATOR;5000 WATT(BRIGGS&STATION) i $ 616.55 $ 616.55
2 796970 BRIGGS&STRATTON FILTER;AIR(BRIGGS&STRATTON#796970) 10 $ 11.36 $ 113.60
3 3943585 BRIGGS&STRATTON FILTER;FUEL BRIGGS&STRATTON 15 $ 2.16 $ 32.40
4 4915885 BRIGGS&STRATTON FILTER:AIR;(MOWERS,ETC.) 30 $ 2.67 $ 80.10
Section 2 Total: $ 842.65
Section 3-Cham lon
1 491055T CHAMPION PLUG;SPARK CHAMPION RGi4YC) 25 $ 2.28 $ 57.00
2 796112 CHAMPION PLUG;SPARK(BRIGGS&STRATTON)CHAM RJ19LM 25 $ 2.01 $ 50.25
Section 3 Total: $ 107.25
Section 4-Echo
1 SRM-3020T ECHO LINE TRIMMER 20 $ 343.99 $ 6,879.80
2 PB-770H ECHO BACKPACK BLOWER 10 $ 399.99 $ 3,999.90
3 PPT-2620 ECHO POLE SAW 5 $ 479.99 S 2,399.95
4 SRM-2620 ECHO LINE TRIMMER 10 $ 263.99 $ 2,639.90
5 PE2620 ECHO EDGER 5 $ 287.99 S 1,439.95
6 PB-2620 ECHO BLOWER 10 $ 159.99 S 1,599.90
7 SRM 41OU ECHO BRUSH CUTTER 5 $ 479,99 $ 2,399.95
8 999442009078 ECHO HEAD:BUMP(TRIMMER) 25 $ 22.49 $ 562.25
9 330105075 ECHO(Black Diamond) ECHO LINE;TRIMMER(.105"5LBS) 10 $ 46.49 $ 464,90
10 99944200220 ECHO HEAD;TRIMMER FIXED LINE 15 $ 21.98 $ 329.70
11 A226000473 ECHO FILTER;ECHO P9251 AIR 40 $ 5.28 $ 211.20
12 99944200225 ECHO HEAD;TRIMMER(07 SRM261T)ECHO 10 $ 28.98 $ 289,80
13 A021003941 ECHO CARBURETOR,ECHO PB-770H BLOWER 5 $ 64.49 $ 322.45
14 A226001410 ECHO FILTER;AIR ECHO SRM 230 40 $ 4.75 $ 190.00
15 P021049420 ECHO ASSEMBLY;PE-266 GEAR CASE 5 $ 85,10 $ 425.50
16 13031051830 ECHO FILTER;AIR(LINE TRIMMER)ECHO 30 $ 4,66 $ 139.80
17 A411000420 ECHO C01WGNITION(09 PB-500T)EGHO B/P BLOWER 5 $ 66,42 $ 332.10
18 12300003662 ECHO CARBURETOR;WT 409E(ECHO PB210 BLOWER) 5 $ 58.46 S 292.30
19 A021000723 ECHO CARBURETOR;ASSY(ECHO PE230 EDGER) 5 $ 54.64 $ 273.20
20 A226000410 ECHO FILTER;AiR{11 ECHO PB 770H) 15 $ 7.18 $ 107,70
21 90181Y ECHO KIT;TUNE UP(17 SRM-2620)ECHO 5 $ 29.50 $ 147.50
22 P021003910 ECHO COIL;IGNITION 5 $ 38.66 $ 193,30
23 P021044540 ECHO GEAR CASE ASSEMBLY(OO SRM230) 1 $ 100.35 $ 100,35
24 A226000371 ECHO FILTER,AIR,PRE('15 SMR2801)ECHO TRIMMER 15 $ 3.71 $ 55.65
25 A021000700 ECHO? CARBURETOR;WALBRO WYK-186 5 $ 59.71 $ 298.55
26 190137Y. ECHO FUEL LINEKXIT(08 GV'dP25) 10 $ 19.66 $ 196.60
- � Section 4 Total: $ 26,292.20
Section 6-Frontier
1 ssta35B FRONTIER DER 1 Is _ $
Section 5 Total: $
xh ibit A"
Attachment A-Bid Sheet
Small Engine Parts
IFS No.19-008
REVISION No.2 per Addendum Na.2
Section B-Honda
1. S 1,383.96 $ 1,383.96
I WT30XK4A HONDA TRASH PUMP
2 HRC219HXA HONDA PUSH MOWER 10 S 1,015.20 $ 10,152.00
3 EB22001TA HONDA GENERATOR 1 3 927.96 $ 927,96
4 HRX217K5VYA HONDA PUSH MOWER 1 $ 639.20 $ 639.20
5 16100-ZE2-W71 HONDA CARSURETOR:ASSEMBLY(96 GX240)HONDA MOTOR 5 $ 68.95 $ 344.75
6 17210-Z1V-003 HONDA F1LER;AIR COMBO(HONDA 17210-ZE7-505) 10 $ 26.96 $ 269.60
7 18310-ZF1-000 HONDA MUFFLER 5 $ 58.99 $ 294.95
8 16100-ZJ"92 HONDA CABURETOR(HONOA 18.0 GX61ON-TWIN) 1 $ 184.86 $ 184.86
9 12000-Z2"00 HONDA CYUNDER:ASSY(HONDA GSV190) 1 $ 150.67 $ 150.67
---_...R ._._ .._ .�._ Section 6 Total: $ 14,347.95
Section 7-Kawasaki
1 99969-6426 KAWASAKI TUNE-UP KIT(KAWASAKI ALL FS CARB ENGINES 5 $ 44.98 $ 224.90
_ Section 7 Tatal: $ 224.90
Section 8-Kohler --
1 2509811-5 IKOHLER STARTER;(09 STT81V-27CH)27HP 1 S 124.05 $ 124,05
124.05
Section 9-!Nara ama
1 1261301 MARUYAMA JIGNrnON COJI-MiROTOR(01 BC2600)MARUYAMA 5 $ - S -
2 265926 MARUYAMA CARBURETOR MARUYAMA(01 BC2600) 5 $ - $ _
Section 9 Total: $
Section 10-NGK
1 BPM8Y NGK PLUG;SPARK NGK BPM8Y)5574 145 $ 1 66 $ 240.70
2 BPF,AR7A NGK PLUG;SPARK(NGK 4626) 60 $ 1.66 $ 99,60
3 BPR2ES NGK PL.UG;SPARK(NGK BPR2ES) 35 $ 1.73 $ 60.55
4 CMR6H NGK PLUG;SPARK(NGK CMR6H) 20 $ 2.93 $ 58.60
5 jCMR5H NGK PLUG;SPARK(NGK CMR5H) 15 $ 2.80 $ 42.00
6 CR5HSB NGK PLUG;SPARK(CR5HSB)NGK 25 $ 1.66 $ 41,50
7 CMR7H NGK PLUG;SPARK(NGK CMR7H)CHAMP 965,RZ7C 20 $ 2.91 $ 58.20
8 BPRSES NGK PLUG;SPARK(NGK 7734) 95 $ 1.68 $ 159,60
9 BPR6ES NGK PLUG;SPARK(FOR HONDA ENGINESBPR6ES) 40 S 1.68 $ 67.20
, Section 10 Total: $ 827.95
section 11-Or on
1 22-530 OREGON OREGON GATORLINE;.130 15 Is 49,25 $ 738,75
738.75
Section 12-Power Trim
1 200 POWER TRIM IEDGER 5 Is - $ -
--
- Section 13-Robin Subaru Section 12 Total: $ -
1 270-50203-10 ROBIN SUBARU STARTER;RECOIL(03 G4100R)ROBIN ENGINE 1 S 98.79 $ 98,79
Section 13 TotaI:j $ 98.79
Section 14-Rotary
127-12199 ROTARY ITR,INIMER LINE;QUAD(.130"x675'13.3MMx205M) 20 S 41.62 $ 832.40
_ Section 14 Total:1 $ 832.40
Section 15'-Sca
1 9277 SCAG TIRE;RUN FLAT 13x5.0013.25(12 SCAG) 10 $ 90.40 $ 904.00
2 482503 SCAG TIRE ASSEMBLY;FRONT(16 STC48V-651 FS) 1 $ 148.63 $ 145.63
3 481851 SCAG WHEEL:24"x12°x12"(17 STTI172V 25KBD) 1 $ 92.74 $ 92.74
4 482-877 SCAG BLADE;SCAG MOWER 10 $ 15.24 1 $ 152,40
5 482694 SCAG BLADE;CUTTER(24.5"RN ELIM)l7 SCAG 5 $ 29.97 $ 149,85
Section 15 Total: $ 1,444.62
Section 18-SUM
1 TS 700 STIHL CONCRETE SAW 1 S 1,159.99 $ 1,159.99
2 MS461 STIHL RESCUE SAW 5 $ 999.99 $ 4,999.95
3 RB 200 STIHL PRESSURE WASHER 1 $ 383.99 S 383.99
4 MS 261 STIHL CHAIN SAW 5 $ 479.99 $ 2,399.95
5 FS240R STIHL LINE TRIMMER 5 $ 479.99 $ 2,399.95
6 BR 700 STIHL BACKPACK BLOWER 10 $ 439.99 $ 4,399,90
7 0000 350 3500 STIHL FILTER;FUEL STIHL(MS362) 45 $ 3.02 5 135.90
8 4238 140 4404 STIHL FILTER:KIT AIR(STIHL)TS 410&420 10 $ 11.62 5 116.20
9 1141 120 1604 STIHL FILTER;AIR(MS261 STIHL) 10 $ 16.45 S 164.50
10 4112 713 4201 STIHL BLADE;SAW CIRCULAR STIHL 5 $ 19.86 $ 99.30
11 4224 007 1013 STIHL FILTER;KIT AIR0 6 TS700)STIHL 5 $ 25.03 $ 125.15
12 4282 007 3600 STIHL F11_TER;FUEL,ISSUE PKG OF 2 STIHL(BR600) 10 $ 10.16 S 101,80
13 0000 350 3502 STIHL FILTER;FUEL(14 FS240R)STIHL 30 $ 3.02 $ 90.60
Section 16 Total:1 $ 16,577.18
Attachment A-Bid Sheet
Small Engine Parts
IFS No.19-008
REVISION No.2 per Addendum No.2
Section 17-Tem est
1 DD21-H 6,5 TE1vfPEST EMERGENCY VENT FAN1 $ 2,668.55 $ 2,668.55
- — j Section 17 Total $ 2,669.55
Seaton 18-Toro
7 22210 TORO PUSH MOWER 1 $ 1,665.75 $ 1,865.75
2 112-8&41-03 TORO BLADE;LAWN MOWER 10603 5 $ 13.49 $ 67.45
Section 18 Total: $ 1,733.20
Section 19-Turbo Turf
1 EV3100 ITURBO TURF MOTOR ASSEMBLY(V 314 SECOND 3 WIRE 1 S
Section 19 Total: $ -
..Section 20-Walbro1 125-528-1 WALBRQ FILTER;FUEL 100 $ 3.40 S 340.00
Section 20 Total: $ 340.00
Section 21-Aftermarket/Non-Saecific Brands
This section will not be evaluated but will become part of the contract for items not listed that we wish to purchase.
1 375-301 ECHO BLADE;ECHO EDGER(720237001)STENS 365 $ 1.97
2 VP6202 ETHANOL FREE FUEL FUEL;SMALL ENGINE 4 CYCLE(5 GALLON) 450 $ 71.38
3 VP6232 ETHANOL FREE FUEL FUEL;SMALL ENGINE 50:1(5 GALLONS) 255 $ 71,38
4 VP348 ETHANOL FREE FUEL SPOUT;VP FUEL 25 $ 3,53
5 100-784 HONDA FILTER;AIR(HONDA 17210-ZE1-517) 40 $ 7.10
6 100-818 HONDA ELEMENTAIR CLEANER(HONDA 17210-ZE2-515) 15 $ 10.71
7 605-496 HUSQVARNA FILTER;AIR,KIT(HUSQ 506347002) 1 $ 41.79
8 120-523 KOHLER FILTER;OIL(12 050-01S KOHLER&BS 4929325 t5 $ 5.03
9 100-016 KOHLER FILTER;AIR(KOHLER 47 833 03-S 1) 10 $ 8,63
10 102-853 KOHLER FILTER;AIR(KOHLER#14 083 15-S) 10 $ 5.32
11 248-030 MCLANE BELT;DRIVE,MCLANE EDGER 5 $ 15.00
12 102-087 MIKASA FILTER;AIR(MIKASA) 5 $ 20.83
13 345-314 TORO BLADE;MOWER 23-2410-03 TORO 55 $ 23.44
14 302-462 TORO BLADE;MOWER,PUSH,22"(TORO RECYCLER) 10 $ 15.82
15 610-393 IWALBRO FiLTER;FUELfSTENS(125-527-1 WALBRO) 75 $ 2.20
Section Total: 5 _
PERCENT
• • i • i • i i • i • • i � i
No. CATALOG NAME CATALOG No. CATALOG NAME CATALOG
1 BILLY GOAT 20% 26 POWER TRIM
2 BRIGGS&STRATTON 20% 27 PREMIXED FUEL 20%
3 CHAMPION 20% 28 REDMAX 20%
4 ECHO 20% 29 RIDIG
5 ETHANOL FREE FUEL 20% 30 ROBIN SUBARU 20%
6 EZ-GO 31 ROTARY 20%
7 FRONTIER 32 RY081 20%
8 GENERAL 20% 33 SCAG 20%
9 GRACO 34 SNAPPER 20%
10 HONDA 20% 35 STENS 20%
11 HUSQVARNA 20% 36 STIHL 20%
12 JOHN DEERE 37 STONE
13 KAWASAKI 20% 38 SURARU 20%
14 KOHLER 20% 39 TECUMSEH 20%
15 KUBOTA 40 TEMPEST 5%
16 LAWN BOY 20% 41 THROTTLE
17 MAKITA 42 TORO 20%
18 MARUYAMA 43 TROY BILT 20%
19 MASPORT 44 TURBO TURF
20 MCLANE 45 WACKER
21 MIKASA 46 WALBRQ20!0 0
-- -
Attachment A-Bid Sheet
Small Engine Parts
IFB No.19-008
REVISION No.2 per Addendum No.2
ENOG-K
20% 47 YAMAHA
20% 48 YAMOKOYO
ON 20% 49 YARD MACHINE2Q%
IS
tt+am ADDITIONAL PERCENT OFF
IVa. CATALOGS OFFERED CATALOG
50 CUB CADET 20%
51 EXRARK 20%
52 GRAVELY 20%
53 SHINDAIWA 20%
54 SIMPLICITY 20%
55
56
57
56
59
60
A RESTOCKING
section;This • be evaluated but will become part
of s
ReStOCkinA Fee
(only applies when the City 0%
7orders a part in error)
COMPANY NAME:
HCOP,LLC(dba HILL COUNTRY OUTDOOR POWER)
SIGNATURE OF AUTHORIZED REPRESENTATIVE:
PRINTED NAME:
Kevin Stelter
EMAIL ADDRESS:
kevin.stelter@partstree.com
PHONE NUMBER:
512-994-5828
EAU)* f4 ttl