R-2020-0143 - 5/28/2020 RESOLUTION NO. R-2020-0143
WHEREAS, the City of Round Rock ("City") has duly advertised for bids to purchase OEM
Ford replacement parts, and for related goods and services for a portion of the City's fleet; and
WHEREAS, Mac Haik Ford Lincoln has submitted the lowest responsible bid; and
WHEREAS, the City Council wishes to accept the bid of Mac Haik Ford Lincoln, 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 OEM Ford Replacement Parts with Mac Haik Ford Lincoln, 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 28th day of May, 2020.
CRAI O AN, Mayor
City of Rou d Rock, Texas
ATTEST:
99AA�
SARA L. WHITE, City Clerk
0112.20202;00446452
EXHIBIT
CITY OF ROUND ROCK AGREEMENT FOR
THE PURCHASE OF OEM FORD REPLACEMENT PARTS
WITH
MAC HAIK FORD LINCOLN
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 OEM Ford replacement parts, and for
related goods and services (referred to herein as the "Agreement"), is made and entered into on
this the day of the month of , 2020 by and between the CITY OF
ROIJNI D ROCK, a Texas home-rule municipality, whose offices are located at 221 East Main
Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and MAC HAIK
FORD LINCOLN, whose mailing address is P.O. Box 710, Georgetown, Texas 78627 (referred
to herein as the "Vendor").
RECITALS:
WHEREAS, City desires to purchase OEM Ford replacement parts, and City desires to
procure same from Vendor; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said services;
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, the 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 services and Vendor is obligated to provide same. The
Agreement includes the following: (a) City's Invitation for Bid, designated Solicitation Number
20-009 dated February 2020 ("IF13"); (b) Vendor's Response to 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:
00444521:ss2
1
(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.
F. Vendor means Mac Hark Ford Lincoln, its successor or assigns.
2.01 EFFECTIVE DATE,TERM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein, or is terminated or extended as provided herein.
B. The term of this Agreement shall be for sixty (60) months from the effective date
hereof.
C. 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 Part IV, Specifications, of the
IFB, and the Response to 1FB submitted by Vendor as described in Attachment A: Bid Sheet in
Exhibit "A." 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 services which are the subject matter 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 ITEMS AWARDED; AND SCOPE OF WORK
Items Awarded. All bid items in Attachment A: Bid Sheet of Exhibit "A" are awarded to
Vendor.
Scope of Work: For purposes of this Agreement, City has issued documents delineating the
required services (specifically IFB 20-009 dated February 2020). Vendor has issued its response
agreeing to provide all such required services in all specified particulars. All such referenced
documents are included in Exhibit "A" attached hereto and made a part hereof for all purposes.
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.
Vendor shall satisfactorily provide all services described under the attached exhibits
within the contract term specified in Section 2.01. Vendor's undertakings shall be limited to
performing services for City and/or advising City concerning those matters on which Vendor has
been specifically engaged. Vendor shall perform its services 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.
5.01 COSTS
A. In consideration for the services to be performed by Vendor, City agrees to pay
Vendor the amounts set forth in "Attachment A: Bid Sheet"of the attached Exhibit"A."
B. The City shall be authorized to pay the Vendor an amount not-to-exceed One
Hundred Thirty Thousand and No/100 Dollars ($130,000.00) per year 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.
6.01 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
D. Delivery or perfonnance dates.
7.01 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
3
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 service
provider(s) and the City. Such agreement shall be conclusively inferred for the Vendor from
lack of exception to this clause in the service provider's response. However, all parties hereby
expressly agree that the City is not ail 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.
8.01 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 services as
determined by City's budget for the fiscal year in question. City may affect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
9.01 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 performance of services 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
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, 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.
4
10.01 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.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
12.01 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.
13.01 INSURANCE
Vendor shall meet all insurance requirements set forth Part II of No. 19-030 and on the
City's website at:
htt s://r wxk,.roundrocktexas. ov/wp-content/uploads/20141/12fcorr insurance 07.20112.odf
14.01 CITY'S REPRESENTATIVES
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Chad McDowell
Director of General Services
212 Commerce Cove
Round Rock, Texas 78665
512-341-3191
cry cdowell; �roundrocktexas.gov
15.01 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.
i
16.0.1. 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.
17.01 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.
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.
18.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harnlless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
6
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.
19.01 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 Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contact contains
written verification from the company that it: (1)does not boycott Israel; and (2)will not boycott
Israel during the terms of this contract. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this
Agreement.
20.01 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.
21.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
I. 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:
Mac Haik Ford Lincoln
P.O. Box 710
Georgetown, Texas 78627
f
Notice to City:
Laurie Hadley, City Manager Stephan 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.
22.0.1 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
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.01 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.
24.01 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.
25.01 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.
26.01 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
8
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 Mac Haik Ford Lincoln
By: By; ax
Printed Name: Printevf Aanie:
Title: Title: i C~
Date Signed: Date Signed: - -?•j
Attest:
By:
Sara L. White, City Clerk
For City,Approved as to Form:
By:
Stephan L. Sheets, City Attorney
1�}
Exhibit "A"
Amu
a
m
UND OCK TEMS
ASING 01VI5ION
s
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas. o�
INVITATION FOR BID (IFB)
OEM FORD AND CHEVROLET REPLACEMENT
PARTS
SOLICITATION NUMBER 20-009
FEBRUARY 2020
Exhibit "A"
City ofRound Rock
OEM Ford and Chevrolet Replacement Parts
|PB20'OUB
Class/Item: 060-71;060-72
February 2020
OEM FORD AND CHEVROLET REPLACEMENT PARTS
PART
GENERAL REQUIREMENTS
1. PURPOSE: The City o{Round Rock seeks onagreement with aqualified Respondent tosupply and deliver
Original Equipment Manufacturer(OEM)Fond and/or Chevrolet replacement parts for the City's Oaat. It is the
City's intention to award a single contract for Ford OEM parts and a single contract for Chevrolet OEM Parts.
2.
Description Index
Part I—General Requirements Page(s)
Part 11—Definitions,Standard Terms and Conditions Page
and Insurance Requirements
Part III—Supplemental Terms and Conditions Page(s)
Part IV—Specifications Page(s)
Attachment A—Bid Sheet Page
Attachment B—Reference Sheet Page
3. For questions orclarification ofspecifications,you may contact:
Amanda Crowell
Purchasing Technician
Purchasing Division
City oyRound Rock
Phone: 512-218'5458
E-mail:
The individual listed above iathe only authorized contact for this solicitation and may bocontacted bye-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 o[Round
Rock through the Purchasing Department.
4. |timthe City's intention tofollow the solicitation timeline below.
EVENT DATE
Solicitation released February 13,2020
Deadline for submission of questions February 21,2020
City responses to questions or addendums Approximately February 26,2020 @ 5:00
Deadline for submission of responses March 3,2020 @ 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 wmbpege|nthe form ofanaddendum at:
Questions shall be submitted in writing to the"Authorized Purchasing Contact". The City reserves the right to
modify these dates. Notice ofdate change will be posted to the City's website:
Page 2o[\Z
Exhibit "A"
City of Round Rock
OEM Ford and Chevrolet Replacement Parts
IFB 20-009
Class/Item: 064-71;060-72
February 2020
5. SOLICITATION UPDATES:Respondents shall be responsible for monitoring the City's website at
tto://w)&°w,roundrocktexas.gov/bids 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. 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:Amanda Crowell
Purchasing Department
221 E. Main Street
Round Rock,Texas 78664-5289
A. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title,number,
due date and"DO NOT OPEN".
B. Facsimile or electronically transmitted responses are not acceptable.
C. Responses cannot be altered or amended after opening.
D. No response can be withdrawn after opening without written approval from the City for an acceptable
reason.
E. The City will not be bound by any oral statement or offer made contrary to the written specifications.
F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of
the City.
G. Late responses will not be considered and will be returned unopened, if a return address is provided.
7. 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 to carefully read the entire
solicitation.
Respondent shall submit one(1)evident signed"Original,"one identical electronic copy of the IFB response
on a flash drive. The submittal is required to include all addendums and requested attachments.The bid
response along with samples and/or 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/RFC/IFB.
For your bid to be responsive, addendums and the attachments identified below shall be submitted
with your.proposal.
o 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 httD://www.roundrocktexas. ov/bids for any updates pertaining to the solicitation.
o Attachment A: BID SWEET&MSRP Catalog: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
dis uglification. If there is a conflict between the unit price and extended price,the unit price will take
precedence.Submission of responses on forms other than the City s solicitation document may result in
disqualification of the response. Also required is the attachment of a complete MSRP catalog or a current
active weblink to your company's complete MSRP online catalog for the brand of vehicle replacement
parts bid.
Page 3 of 12
Exhibit "A"
City of Round Rock
OEM Ford and Chevrolet Replacement Parts
IFB 20-009
Class/Item: 060-71;060-72
February 20120
o Attachment B: REFERENCE SHEET: Provide the name, address,telephone number and E-MAIL of at
least three(8)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.
8. 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:
A. Purchase price;
B. Reputation of Respondent and of Respondent's goods and services;
C. Quality of the Respondent's goods and services;
D. The extent to which the goods and services meet the City's needs;
E. Respondent's past performance with the City;
F. The total long-term cost to the City to acquire the Respondent's goods or services;
G. Any relevant criteria specifically listed in the solicitation.
Respondents may be contacted for clarification of bid and/or to discuss details of the items or services they
are proposing.
9. 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
A. 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.
B. 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.
10. 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,
11. 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:
haps://www.ethics.state.tx.us/whatsnew/elf info form1295.htm
Page 4 of 12
Exhibit "A"
City of Round Rock
OEM Ford and Chevrolet Replacement Parts
IFB 20-009
Class/Item: 060-71;060-72
February 2020
PART 11
DEFINITIONS, STANDARD TERMS AND CONDITONS
AND INSURANCE REQUIREMENTS
1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's Definitions,Standard Terms and Conditions,in effect at the time of release
of the solicitation,shall govern unless specifically provided otherwise in a separate agreement or on the face
of a purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the
sole responsibility of Respondents to stay apprised of changes.The City's Definitions, Standard Terms and
Conditions can be viewed and downloaded from the City's website at:
htt2s://www,roundrocktexas..qov/deLo.artments/r)urchasina/
2. INSURANCE: Insurance does not apply to this solicitation.
Page 5 of 12
Exhibit "A"
City ofRound Rack
OEM Ford and Chevrolet Replacement Parts
|FB2O'ODQ
Class/Item: 060-71;060-72
February 2020
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
1. The terms of the awarded agreement shall include but not belimited(othe following:
A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty(60)
months.
B. Upon expiration ofthe contract term, the Contractor agrees hnhold over under the terms and conditions of
this agreement for such a period as is reasonably necessary to n»'soUoii and/or complete the project up to
90 days,
%. City has established the following minimum qualifications.
Respondents who oonot meet the minimum qualifications will not beconsidered for award,The Respondent
shall:
A. Befinna.corporations, individuals cxpartnerships normally engaged inproviding OEM Ford and/or
Chevrolet replacement parts as specified herein and have adequate organization,facilities,equipment,
financial capability,and personnel to ensure prompt and efficient service to the City;
B. Provide all labor, supplies, and materials required to satisfactorily perform the services as specified herein
and own oracquire atnocost tothe City all construction aids, appliances, and equipment Respondent
deems necessary and maintain sole responsibility for the maintenance and repair of Respondent's
vehicles,equipment, tools and all associated costs.The City shall not be responsible for any
Respondent's tools, equipment or materials lost or damaged during the performance of the services
specified herein;
C. Be domiciled in or have a home office inside the United States, Respondents domiciled outside the
United States,or not having a home office inside the United States will not be included for consideration
inthis procurement process.
O. Shall have a facility that will stock and ship parts to the City of Round Rock located within Williamson or
Travis County.
E. Respondent warrants and agrees that all materials supplied herein shall bemanufactured and produced
in compliance with the laws, regulations,codes,terms,standards,and requirements of Underwriters
Laboratories Incorporated,all Federal, State,and local authorities, and all other authorities having
jurisdiction,and that performance of goods shall be in accordance with the above laws, regulations,
codes, terms, standards, and requirements, and agrees upon request, to furnish the City a certificate of
compliance upon request,
3. Respondent shall not subcontract or otherwise engage subcontractors to perform
required services. The City seeks to do business directly with a company experienced in stocking and
shipping OEM Ford and/or Chevrolet Replacement Parts.
4' SAFETY: The City reserves the right to remove any employee from City property for violation of federal,
state, and local health,safety and environmental laws,ordinances,rules and regulations. The Respondent
shall:
A. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury
ordamage tnany persons orproperty within and around the work site. incase ofconflict,the most
stringent safety requirement shall govern;
B. Indemnify and hold the City harmless from and against all claims,demands,suits, actions,judgments,
fines penalties and liability of every kind arising from the breach of the successful Respondents'
obligations under this paragraph.
Page 6 of}2
Exhibit "A"
City of Round Rock
OEM Ford and Chevrolet Replacement Parts
IFB 20-009
Class/Item: 060-71;060-72
February 2020
5. WORKFORCE: The successful Respondent shall:
A. Ensure Respondent's employees perform the services in a timely,professional and efficient manner;
B. Ensure Respondent's employees, while working on City property,wear a company uniform that clearly
identifies them as the Respondent's employee;
C. Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor. The City reserves the right to verify citizenship or right to work in the United States.
6. PRICING:The Respondent shall determine and submit a fixed cost for the work and shall include all
incidental costs, labor, overhead charges,travel, payroll expenses,freight, equipment acquisition and
maintenance,demurrage,fuel surcharges,delivery charges,costs associated with obtaining permits,
insurance, bonds and risk management. No separate line item charges shall be permitted for either response
or invoice purposes.
7. PRICE INCREASE: Contract prices for OEM Ford and Chevrolet Replacement Parts shall remain firm
throughout the initial twelve(12)month term of the 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 be greater than 10%for any single line item.
A. Consumer Price Index(CPI): Price adjustments will be made in accordance with the percentage
change in the U.S. Department of Labor Consumer Price Index(CPI-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 be the price adjustment rate. No retroactive contract price
adjustments will be allowed. The Consumer Price Index(CPI)is found at the Bureau of Labor Statistics,
Consumer Price Index website: http://www.bls.r�ov/col/.
B. Procedure to Request Increase:
I. Mail the written price increase request with the rate detail comparison and comprehensive calculation
and any supporting documentation to the designated City Contract Specialist a minimum of 45 days
prior to the annual Contract anniversary date.The detailed written calculation will be verified 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:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock,TX 79664-5299
ii. 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.
8. PERFORMANCE REVIEW:The City reserves the right to review the awarded respondents'performance at
any time during the contract term.
. ACCEPTANCE/INSPECTION: Acceptance inspection should not take more than five(5)working days.The
awarded respondent will be notified within the time frame if the services delivered are not in full compliance
with the specifications. In the event the services are not performed to the satisfaction of the City;the vendor
shall agree to reperform services to specification at no additional cost to the City. If any agreement or
purchase order is cancelled for non-acceptance,the needed services may be purchased elsewhere.
10. ORDER QUANTITY: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 be more or less than indicated.
Page 7 of 12
Exhibit "A"
City of Round Rock
OEM Ford and Chevrolet Replacement Parts
IFB 20-009
Class/Item: 060-71;060-72
February 2020
A. A City representative will contact the successful Respondent by e-mail,fax,or telephone to place an
order for parts.The request will include the part numbers,parts description, delivery requirements, and a
unique delivery order number.
B. A minimum order quantity will not be permitted.
C. Backordered parts shall be delivered within five(5)working days.The successful Respondent shall
notify the ordering City representative by telephone immediately to advise when the part will be
available. If the successful Respondent cannot provide the backordered part within five(5)working
days,the City reserves the right to purchase the part on the open market.
D. The successful Respondent shall provide, upon request, a monthly/quarterlytyearly total of all parts
purchased by the City.The report shall include date purchased, invoice number,part number,part
description, price per part,and total dollar amount for all parts purchased.
11. BARD The City reserves the right to enter into an Agreement or a Purchase Order with a single 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. Respondents to the solicitation will be notified when City staff
recommendation of award has been made. The award announcement will be posted to the City's website at
https:l/www.roundrocktexas.gov/businesses/solicitations/once City Council has approved the
recommendation of award and the agreement has been executed.
It is the City's intention to award a single contract for Ford OEM parts and a single contract for Chevrolet OEM
Parts.
12. POST AWARD MEETING: The City and successful Respondent(s)may have a post award meeting to
discuss,but not be limited to the following:
A. The method to provide a smooth and orderly transition of services performed from the current contractor;
B. Provide City contact(s)information for implementation of agreement.
C. Identify specific milestones,goals and strategies to meet objectives.
13. POINT OF CONTACT/DESIGNATED REPRESENTATIVE:
A. 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 of the
contract to include contact information. The City's designated representative shall be notified by the
Respondent immediately should the point of contact change.
B. The City's designated representative:
Marshall Reynold
Fleet Operations Manager
General Services
Phone:(512)218-5571
E-mail: mre nold5-(ro.gndrocktexas;,aov
14. INTERLOCAL PURCHASING AGREEMENTS
A. The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the
Interlocal Cooperation Act, Chapter 791 of the 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.
B. The City does not accept any responsibility or liability for the purchases by other government agencies
through an interlocal cooperative agreement
Page 8 of I2
Exhibit "A"
City ofRound Rock
OEM Ford and Chevrolet Replacement Parts
|F820-O09
C|osnUham: 060-71;060-72
February 2020
PART IV
SCOPE OF WORK
1. mnagreement with nqualified Respondent hosupply
and deliver Original Equipment Manufacturer(OEM)Ford and/or Chevrolet replacement parts for the
City's fleet. It is the City's intention to award a single contract for Ford OEM parts and a single contract
for Chevrolet OEM Parts.
2. PURPOSE: To supply and deliver Original Equipment Manufacturer(OEM)Ford and Chevrolet
replacement parts on an"as needed"basis for the City of Round Rock Fleet Maintenance Facility.The
City's fleet currently consists of approximately 94% Ford vehicles,and 6%Chevrolet vehicles,however,
these percentages may shift.
3. CONTRACTOR RESPONSIBILITIES:
A. SHIPPING All shipments and deliveries shall beFOB(Freight onBoard)
ueumm000wthe following address:
Fleet Maintenance
901 Luther Peterson Place
Round Rock,Texas 78G84
i All parts shall bashipped and delivered complete unless arrangements for partial shipments
are made|nadvance.
ii All parts shipped and delivered shall include a shipping/delivery ticket showing the description of
each item, quantity, and unit price.
iii. Goods shall be received between the hours of 8:00 am to 5:00 pm Monday through Friday.
All shipments shall bacoordinated with aCity-authorized representative.
|v. |uamm which one not normally stocked and for which shipping charges are required for de|ivery.
the shipping charges shall beprepaid and added toeach invoice.
v. All goods shall be received and signed for by a City-authorized representative upon delivery.
vi Goods shall be delivered within two(2)hours from the time order is placed. Exceptions may be
considered upon premppmva|bythe City's Authorized Representative.
vii. No additional delivery costs are permitted.Transportation costs shall be included in
the markup price bid in response tnthis solicitation.
viii. No Fuel surcharges or mileage charges shall be permitted.Transportation costs shall be
included inthe markup price bid|nresponse tothis solicitation.
B. RETURNS:The City ofRound Rock reserves the right bnreturn unused items oeneeded.The
Contractor will be responsible for issuing all return credits,to include any shipping charges if
neoeosary, for returns due mincorrectly shipped ordmm, items damaged in tnena|t, shipment of
obsolete parts to the City'or instances ofsurplus.The Contractor must have a return policy that will
assist in preventing obsolescence.The Contractor shall buy back all unused items purchased under
this agreement that are declared surplus or are no longer required by the City within 120 days of
shipment at the original purchase price.Restocking charges are not acceptable and will not be
authorized for payment.
C. WARRANTY: All goods shall bewarranted against defects |nmaterial and workmanship for a
period of not less than 12 months beginning with the date of installation of part as evidenced by the
City's work order. If the manufacturer's standard warranty exceeds 12 months, then the
manufacturer's standard warranty shall bo in effect.The Contractor shall furnish moopy of the
manufacturer's warranty entime ofdelivery.
D. All materials and repair parts shall bonew except core components onrenewed
assemblies. Used,shopworn, demonstrator,prototype,and discontinued parts or materials are not
acceptable. Repair parts shall begenuine OEM parts.
Page 0oy12
Exhibit "A"
City ofRound Rock
OEM Ford and Chevrolet Replacement Parts
iF820-OOA
Oaoa8k*m: 060-71;060-72
February 2020
i Substitutions: |fOEM parts are not available from the manuhaotunar'
a. Motorcraft parts will be considered an acceptable substitution for Ford OEM parts.
b. AC Delco or General Motors OEM parts will be considered acceptable substitutions for
Chevrolet OEM parts.
o. All substitutions must beapproved byCity personnel prior\oshipment.
U. Material Safety Data Sheets(M8OS)shall bemade available upon request.
iii. Successful Respondent shall notify the City's authorized representative of recall notices,
warranty replacements,safety notices,or any applicable notice regarding the parts being sold.
E. City's Responsibilities
i. Coordinate delivery with the Contractor
ii Asneeded the City will provide associated work order tothe Contractor toensure
warranty claims are made within acceptable time frames
Page |no[\o
Exhibit "A"
City ofRound Rock
OEM Ford and Chevrolet Replacement Parts
|F82O'DOg
Class/Item: 060-71;060-72
February 2020
ATTACHMENT A
BID SHEET
1. |nSolicitation Documents for}FB2O'OOWFord and Chevrolet
Replacement Parts manExcel format onthe City uyRound Rock website at:
A. In order to be considered responsive Attachment A- Bid Sheet must be completed,signed by an
authorized representative and returned by the deadline for submission of response indicated in Part I
Section 4—Schedule ofEvents.
8. The Respondent,by submitting and signing Attachment A—Bid Sheet,acknowledges that he/she has
received and read the entire document packet sections defined above including all documents
incorporated byreference, and agrees hzbabound bythe terms therein.
C. In order to do business with the City of Round Rock you must be registered with the City's Vendor
Database. To register, go to:
D. Bythe signature affixed nnAttachment A,BidSheet,the Respondent hereby certifies that neither the
Respondent nor the entity represented by the Respondenu, or anyone acting for such entity has violated
the en(|tmot laws of this 8tate,codified in Section 15.01 et seq..Texas Business and Commerce Coda.
or the Federal antitrust|awm, nor communicated directly orindirectly, the response made to any
competitor nrany other person engaged insuch line nfbuo|nmns.^
E The Respondent agrees,if this Offer is accepted within 120 calendar days after the Due Date,to fully
comply in Strict accordance with the Go||dtaUon, specifications and the amounts shown on bid sheet.
F. The Respondent must attach a complete MSRP Catalog or supply a current active weblink to their
comp/oto K48RPonline catalog.
Page )/ of 12
Attachment A-Bid Sheet
OEM Parts for Ford and Chevrolet
lFB#20-009
Updated per Addendum I
The Respondent represents by their signature below that they are submitting a binding offer and are authorized to bind the respondent to fully comply with the solicitation documents
contained in
IFB No,20-009 OEM Ford and Chevrolet Replacement Parts.The Respondent acknowledges that they have received and read the entire solicitation packet,attachments,and all documents
incorporated by reference,and agrees to be bound by the terms therein.
Special Instructions: It is the City's intent to award a single contract for Ford OEM parts and a single contract for Chevrolet OEM Parts.All prices must be quoted completely in
Part 1 or Part 2 of
this bid sheet in order to be considered responsive for that brand of vehicle parts. A value of"0"will be interpreted as no-cost to the City. Be advised that exceptions taken to
any portion of the
solicitation or any unauthorized changes to the bid sheet may jeopardize acceptance of your offer.The City reserves the right to ourChase more or less than the ajjantitie2 indiQated
belo
No addlional delivery charges,fuel surcharges or mileage charges are permitted.Delivery shall be FOB Destination.
Part 11-Chevrolet Parts
No. Part Number Modelffirand Description Estimated Unit Unit Cost Extended Total
Quantity
1 25824250 Chevrolet BEARING:REAR 50 Each $0.00
2 11547135 Chevrolet BOLT 50 Each $0.00
3 12613411 Chevrolet INJECTOR;FUEL WITH ORINGS 40 Each $0.00
4 19417055 Chevrolet PLUG:SPARKOEM DELCO('14 TAHOE 5.3L) 40 Each $0.00
5 12626222 Chevrolet BELTSERPENTINE,TAHOE,DENALI(5.3L,6.2L) 40 Each $0.00
6 19210691 Chevrolet BELT:A/C(TAHOE 5.3L) 40 Each $0.00
7 84356643 Chevrolet HUB ASSY;R/F('14 TAHOE) 40 Each $0.00
8 15854941 Chevrolet MOUNTWOTOR D/SIDE(TAHOE/DENALI) 40 Each $0.00
9 13598771 Chevrolet SENSOR;TPMS,TAHOE 40 Each $0.00
10 84127277 Chevrolet PANEL:FRONT LEFT HAND(10-14 TAHOE) 40 Each $0.00
11 25871024 Chevrolet SHOCKS;REAR(07 SILVERADO)CHEVY 40 Each $0.00
12 15077362 Chevrolet SEAL 40 Each $0.00
13 20955430 Chevrolet ABSORBERREAR SHOCK 40 Each $0.00
14 26064029 Chevrolet SEAL 40 Each $0.00
1 of 4
Attachment A-Bid Sheet
OEM Parts for Ford and Chevrolet
IF8#20-009
Updated per Addendum I
15 25918049 Chevrolet BUSHING;K[T,STABILIZER LINK('07 SILVERA) 40 Each $0.00
16 9596468 Chevrolet WHEEL;TAHOE 17"STEEL 40 Each $0.00
17 11588714 Chevrolet BOLTRLUG STEAM VENT 40 Each $0.00
18 12471686 Chevrolet SEAL;REAR AXLE SHAFT(l 1 TAHOE) 40 Each $0.00
19 12479031 Chevrolet BEARINGREAR WHEEL(l 1 TAHOE) 40 Each $0.00
20 12602540 Chevrolet PLUG:STEAM VENT 40 Each $0.00
Annual Total: $0.00
ercerrt Markup off-M-SIRP—Catalog for
This section will not be evaluated under Cost but will become part of the contract. lChevy OEM parts not listed above,
nformatton Oniy. The City of Round Rack reserves the right to order other products from the verldor-attached MSAP Catalog
Part 11-Ford Parts
No. Part Number Modell/Brand Description Estimated Unit Unit Cost Extended Total
Quantity
21 AU2Z-17V528-GA Ford BLADE;WIPER,22"(MOTORCRAFT) 700 Each $7.73 $5,411.00
22 3U2Z-1V125-AB Ford ROTOR.FRONT 13RAKE(03-11 CROWN VIC,) 500 Each $38.79 $19,395.00
23 XT-10-QLVC Ford ATF;DEX-MERC(LV)MOTORCRAFT 500 Each $5.01 $2,505.00
24 AA5Z-6714-6 Ford FILTER;OIL('09-UP 3.5L,3.7L,5.OL,6.2L) 500 Each $3.32 $1,660.00
25 2L1Z-7810I038-AA Ford CAGE NU T-,W/PLATE,FRAME MOUNT BOLT,F-550 500 Each $5,95 $2.975.00
26 FlAZ-6731-BE Ford FILTER-,OIL(98-08 Crown Vic&More) 500 Each $2.62 $1,310.00
27 XO-5W30-Q1 SP Ford OIL:5W30 QT SYNTHETIC(MOTORC RAFT) 400 Each $4.18 $1,672.00
28 BXT-65-850 Ford BATTERY;65 SERIES 85OCCA 400 Each $116.44 $46,576.00
29 AU2Z-1 7V528-EA Ford BLAD E;Wl PER,20'*(MOTORC RAFT) 400 Each $7.73 $3.092.00
30 au2z-1 7v528-ja Ford BLADE;Wl PER,26"(MOTORC RAFT) 300 Each $7.73 $2,319.00
31 XO-5W20-QISP Ford OIL:5W20 SYNTHETIC MOTOR OIL 200 Each $4.43 $886.00
2 of 4
Attachment A-Bid Sheet
OEM Parts for Ford and Chevrolet
IFEI#20-009
Updated per Addendum 1
54 8G1Z-1012-A Ford NUT:LUG NUT 100 Each $5.55 $555.00
55 DG1Z-2001-F Ford PADS;FRONT BRAKE(l 5-16 EXPLORER) 100 Each $38.48 $3,848.00
56 W714852-5900 Ford BOLT:INTAKE.6.71- 101 Each $5.20 $525.20
57 BC3Z-6731-B Ford FILTER;OIL.ENGINE(FORD 6.7L) 100 Each $11.40 $1,140.00
68 GU2Z-17V528-L Ford BLADE;WIPER,1 8"(MOTORCRAFT) 100 Each $5.52 $552.00
59 VC-5DIL Ford COOLANT;50150.PRE-MIX,UNIVERSAL,1 GAL 100 Each $11.72 $1,172.00
60 2C5Z-9155-BC Ford FILTER:FUEL('02-'09 F-150,250) 100 Each $10.22 $1.022.00
Annual Total: $129,548.00
Cost plus 4%on Ford
Parts and Cost minus
Percent Markup off MSRP Catalog for 15%on Motorcraft WINS
This section will not be evaluated under Cost but will become part of the contract. Ford OEM pails not listed above. leligible items.
Information Only: The City of Round Rock feserves the right to order other products from the vendor attached Pa SRP Catalog
COMPANY NAME: Mac Haile Flo-rd Li aln
SIGNATURE OF AUTHORIZED REPRESENTATIVE: Al
PRINTED NAME- Joel Gray
PHONE NUMBER: 512-930-3673
EMAIL ADDRESS: jgraj@rqachaikfLcorn
4 of 4
Attachment A-Bid Sheet
OEM Parts for Ford and Chevrolet
IFB#20-009
Updated per Addendum 1
32 SP-493 Ford PLUG:SPARK('03-UP 4,6L) 100 Each $2.17 $217.00
33 XO-5W30-5Q35P Ford OIL,5W30 5QT SYNTH OIL(MOTORCRAFT) 100 Each $19.92 $1,992.00
34 3W7Z-12029-AA Ford COIL:IGN ITION('03-UP 4.6L)MOTORCRAFT 100 Each $29.42 $2,942.00
35 7C3Z-960 1-C Ford FILTERAIR(3.5L,3.7L,5.OL,5.4L,6.2L,6.8L 101 Each $9.80 $989.80
36 SP-526 Ford PLUG;SPARK('1 1 A F-250 6,2L) 100 Each $3.63 $363,00
37 7T4Z-9601-8 Ford FILTER;AIR(3.7L)EDGE,TAURUS,EXPL 100 Each $9.80 $980.00
38 h153331 Ford MATS;FLOOR,FRONT,R UBR(15-18 PD EXPL)HSKY 100 Each $82.65 $8,265-00
39 XO-5W40-503SD Ford OIL;5W40 5QT DIESEL SYNTH OIL(M-CRAFT) 100 Each $37.43 $3.743.00
40 VC-3-B Ford COOLANT;FULL STRENGTHNOTORCRAFT ORANGE 100 Each $17.43 $1,743.00
41 SP-520 Ford PLUG;SPARK(15 EXPLORER 3.71-FLEX FUEL) 100 Each $3.00 $300.00
42 be8z-6731-ac Ford FILTER;OIL(09-11 CROWN VIC)MOTORCRAFT 100 Each $2.78 $278.00
43 XO-5W20-5Q3SP Ford OIL:5W20 5QT SYNTH OIL(MOTORCRAFT) 100 Each $20.61 $2,061.00
44 7T4Z-9439-E Ford GASKET;*15-16 EXPLORER INTAKE MANI. 100 Each $2.58 $258.00
45 3U2Z-15177-AA Ford SEAL:REAR AXLE(CROWN VIC) 100 Each $9.32 $932.00
46 3WIZ-1225-AA Ford BEAR ING AXLE,REAR,OUTER(CROWN VIC) 100 Each $20.30 $2,030.00
47 2M5Z-9155-CA Ford FILTER:FUEL(CV,F-150,ETC) 100 Each $7.49 $749,00
48 BB5Z-17528-F Ford BLADEMIPER,11"REARC15 PD EXPLORER) 100 Each $9.66 $966.00
49 W300249-A Ford BOLT;REAR AXEL STRAP 100 Each $0,32 $32.00
50 XT-6-QSP Ford FLUIDWERCON SP TRANSMISSION 100 Each $7.44 $744,00
51 4L3Z-1012-A Ford LUG NUTS(l 1 EXPEDITION) 100 Each $5.72 $572.0 1
0
52 F50Z-9601-BB Ford F I LTE RAI R(F-150 4.2 L,4.6 Q 100 Each $9.80 $980.00
53 5L3Z-50491-BA Ford BUSHING;STABILIZER LINK WiNUT 100............ Each $17-96F $1.796.00
3 of 4
City ofRound Roo �e�'��� x�n
OEM Ford and [�hmvroht Replacement Paris
Exhibit ' ^
/FB2U-OOS
Class/Item:060-71;000-72
February 2020
ATTACHMENT B:
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER:
RESPONDENT'S NAME: Mac Haik.Ford Lincoln DATE: - 0212812020
Provide the name, address, telephone number and E-MAIL cf at least three(3)valid Municipal, Government
agencies orfirms cf comparable size that have utilized services that are similar intype and capacity within the last
two(%) 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.
1. Company's Name Texas Department of Transportation
Name of Contact Tony Firkins
Title ofContact Fleet Acquisition Team
E-Mail Address
I�j,.flkk,eos(Duxdot opy
Present Address auuo JumuinAve.e/mo 10
Cih/, Stote, Zip Code Austin,TX 7e731
Telephone Number
2 Company's Name Texas Department o/Public Safety
Name ofContact Bryan Williams
Title of ofContact Contract Specialist.Team 2Procurement
E-Mail Address division
�-- ''— —
--------
pnasentAddnaao 5aoaNorth Lamar,Bldg,*
City. State, Zip Code Austin,Txneruo
Telephone Number Fax Number:
----
3. Company's Name City ovGeorgetown
Name o[Contact smoxnnmvn
Title ofContact Shop Foreman �----------
E-Mail Address
------- �
�gp� rgp'w«nm�
Present Address 300-2 Industrial
City, State, Zip Code Georgetown,TX 78626
Telephone Number ----- --------
Fax Number: 512 930-8173
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Pane }]of|2
Exhibit "A"
OROU.NDROCCK
TEXAS
S
ADDENDUM
CITY OF ROUND ROCK,TEXAS
Solicitation:IFB 20-008 Addendum No:2 Date of Addendum: March 18,2020
This addendum is to incorporate the following changes to the above referenced solicitation:
I. Extension:The proposal due date is hereby extended until Tuesday, April 7,2020 at 3:00 PM CST.
IL Add Contact:The Authorized Contact for contractual and technical issues has been added as follows:
Authorized Contact: Cheryl Kaufman
Purchasing Supervisor
512-216-5417
cka t r roundrockiex _%qy
III, ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
APPROVED BY: March 18,2020
Cheryl Kau an,Pune sing Supervisor
Purchasing Office,512118-5417
By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced
solicitation.
;I:WLEDGED Y'
Name Auronz ignature 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"
s �
T {
NDS��.t ''. OCK .t..EXAS
kF
ADDENDUM
CITY OF ROUND ROCK, TEXAS
Solicitation: 20-009 Addendum No: 1 Date of Addendum: 2/24/2020
This addendum is to incorporate the following changes to the above referenced solicitation:
I Questions:
0 1 Lune #56. Part#VV714852.S901 is not a valid part number. Can we verify the number please?
AI ?tree'#56 the coi r&:i Part Nucnber; . Vv `X852- 90(
II Clarifications: Part number VV71485Z S901 has been updated to reflect part number VVi 14852-S900 on
Attachment A- Bid Sheet.
lit. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME
APPROVED BY: 2/24/2020
Amanda Crowell, Purchasing Technician
Purchasing Office, 512-218-5458
By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced
solicitation.
ACKNOWLEDGED BY:
r'
r
Name A 11 ized�S'lZgn - Date
f
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.
FORM 1295 INSTRUCTIONS
Pursuant to newly enacted Section 2252.90 of the Texas Government Code, as of January 1, 2016, any
business entity entering into a contract with a local government that requires approval of the governing
body must submit a disclosure of interested parties to the local governmental prior to the execution of the
contract. The Texas Ethics Commission(TEC)has adopted a form for the disclosure of interested parties
(Form 1295) and has created a website application for business entities to submit the required
information.
The City of Round Rock may not enter into a contract that requires the al2vroval of the City
Council until the business entity that is a 12arty to the contract files a Form 1295 with the City
Clerk. The instructions to comalete Form 1295 and file it with the City Clerk are as follows:
1. Upon being notified of a bid award, the award recipient ("business entity") must go to the
following website: httDs:.','s.c ww.ethics.state.tx.us`whatsnew=elf info form 12 95.htm and follow
the login directions on the website application to complete a Form 1295. If this is a business
entity's first time logging on to the website application, the business entity must create a login
Username and Password and then follow the application's instructions to complete a Form 1295.
2. The City does not have a Contract ID Number System. Please insert 000000 and the project
name in this box.
3. Even if a business entity has no interested parties, Form 1295 still must be completed using the
website application and filed with the City Clerk.
4. Once confirmation is received that the information has been submitted,the business entity MUST
print and sign the completed Form 1295.
5. The signed Form 1.295 must be filed with the Clerk of the QtV of Round Rock prior to the
City Council approving the contract The signed Form 1295 should be scanned and e-
mailed directly to the City clerk at swhite(Wroundrocktexas plov.
6. Once the City Clerk receives the signed Form 1295, the City Clerk will submit confirmation of
receipt through the TEC website application within thirty(30)days of the filing of Form 1295 by
the business entity.
7. This process must be followed for each contract a business entity enters into with the City of
Round Rock including Supplementals and Change Orders.
8. A Form 1295 cannot be handwritten. It must be completed electronically through the TEC
website application.
9. if you have any questions regarding the process of filing of Form 1295,please contact:
Sara White,City Clerk
221 East Main Street
Round Rock,Texas 78664
Phone: (512)218-5404
Fax: (512) 218-7097
E-mail: sxvhite cr,?roundrocktexas.gov