Loading...
Contract - Riata Ford - 12/17/2020 CITY OF ROUND ROCK AGREEMENT FOR FORD AUTOMOTIVE REPAIR SERVICES WITH RIATA YORD THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § THAT THIS AGREEMENT for Ford automotive repair services, and for related goodp. and services, (referred to herein as the"Agreement"), is made and entered into on this the day of the month of`tlpQr' , 2020 by and between the CITY OF ROUND 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 RIATA FORD, whose offices .are located at 10507 US-290,Manor,Texas 78653 (referred to herein as the"Services Provider"). RECITALS: WHEREAS, City desires to purchase Ford automotive repair services for City-owned vehicles, and to purchase goods and services related to said automotive repair services, and City desires to procure same from Services Provider; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and services, and City has selected the bid submitted by Services Provider; 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 Services Provider whereby City is obligated to buy specified services and Services Provider is obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid designated Solicitation Number 20-008REBID dated July 2020 ("IFB"); (b) Services Provider'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: 00456099/ss2 �2-202o-o3t�? (1) This Agreement; (2) Services Provider'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 AND 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. 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 Services Provider to supply the services as outlined in the IFB; and Response to IFB submitted by Services Provider, all as specified 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 Services Provider 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. 2 4.01 ITEMS AWARDED; AND SCOPE OF WORK Items Awarded. All bid items in Exhibit"A" are awarded to Services Provider. Scope of Work: For purposes of this Agreement, City has issued documents delineating the required services (specifically IFB 20-008REBID dated July 2020). Services Provider 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. Services Provider shall satisfactorily provide all services described under the attached exhibits within the contract term specified in Section 2.01. Services Provider's undertakings shall be limited to performing services for City and/or advising City concerning those matters on which Services Provider has been specifically engaged. Services Provider 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 The costs for automotive services shall not exceed Sixty-Six Thousand Three Hundred and No/100 Dollars ($66,300.00) per year for a total not-to-exceed amount of Three Hundred Thirty-One Thousand Five Hundred and No/100 Dollars ($331,500.00) and shall be calculated as set forth in "Attachment A: Bid Sheet" of Exhibit"A." 6.01 INVOICES All invoices shall include, at a minimum,the following information: A. Name and address of Services Provider; 4 B. Purchase Order Number; C. Description and quantity of items received or services provided; and D. Delivery or performance 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 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 3 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 City's bid, with the consent and agreement of the successful Services Provider and City. Such agreement shall be conclusively inferred for the services from lack of exception to this clause in the Services Provider's response. However, all parties hereby expressly agree that City is not an agent of, partner to, or representative of those outside agencies or entities and that 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 Services Provider 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 Services Provider 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. Services Provider 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 Services Provider, 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 Services Provider 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 O 10.01 GRATUITIES AND BRIBES City may, by written notice to Services Provider, cancel this Agreement without liability to Services Provider if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Services Provider 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 Services Provider's charges. 12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS If Services Provider cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.01 INSURANCE Services Provider shall meet all insurance requirements as stated in the attached Exhibit "A" and as set forth at: https://www.roundrocktexas.gov/wp-content/uploads/2014/12/corr insurance 07.20112. df 14.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Chad McDowell General Services Director 212 Commerce Blvd. Round Rock, Texas 78664 (512) 341-3191 cmcdowell Qroundrocktexas.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. 5 16.01 DEFAULT If Services Provider abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Services Provider 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. Services Provider 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 TERNIINATION 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 Services Provider. B. In the event of any default by Services Provider, City has the right to terminate this Agreement for cause, upon ten(10) days' written notice to Services Provider. C. Services Provider 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 Services Provider, Services Provider 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, Services Provider 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 Services Provider that portion of the charges, if undisputed. The parties agree that Services Provider is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 6 18.01 INDEMNIFICATION Services Provider 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 Services Provider, or Services Provider's agents, employees or subcontractors, in the performance of Services Provider'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 Services Provider (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. Services Provider, 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. p . B. In accordance with Chapter 2270, Texas Government Code, a governmental entity may not enter into a contract with a company for goods or services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel and will not boycott Israel during the term of this contract. The signatory executing this Agreement on behalf of the Services Provider verifies Services Provider 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: 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. 7 Notice to Services Provider: Riata Ford 10507 US-290 Manor, TX 78653 Notice to City: 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 Services Provider. 22.01 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 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 Services Provider 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 Services Provider 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 8 being void should a provision which is of the essence of this Agreement be determined void. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. Services Provider 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. Services Provider understands and agrees that time is of the essence and that any failure of Services Provider to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Services Provider 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 Services Provider'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 Services Provider 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.] IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. City of Round Rock,Texas Riata Ford By: MBy: ;4L;40-1 Printed Name: Aloke&N Prin e Name: �-- Title: LM; Title: Y(S D rt D)!2 7 � Date Signed: I2 O2o Date Signed: 10 Attest: Bye For City,A oved as to Fo m: By: Stephan . Sheets, City Attorney Exhibit "A" i ROUND DOCK TEAS PURCHASING DIVISION City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov INVITATION FOR BID (IFB) FORD AUTOMOTIVE REPAIR SERVICES SOLICITATION NUMBER 20-008REBID July 2020 Exhibit "A". City of Round Rock Ford Automotive Repair Service IFB 20-008REBID Class/Item: 928-00&928-19 July 2020 AUTOMOTIVE REPAIR SERVICES PART GENERAL REQUIREMENTS 1. PURPOSE: The City of Round Rock, herein after"the City,"seeks a bid from firms experienced in providing Ford-authorized automotive repair services for the City's fleet of Ford vehicles. The City's fleet currently consists of approximately 459 Ford vehicles including trucks, SUVs, and Crown Victorias. The City's Vehicle Maintenance Department regularly maintains all City vehicles but is seeking to establish an agreement with an authorized Ford repair facility to provide additional general, mechanical,and electrical repairs to the City's Ford fleet. 2. SOLICITATION PACKET: This solicitation packet is comprised of the following: Description' Index - Part I—General Requirements Page(s) 1-5 Part II—Definitions, Standard Terms and Conditions page 6 and Insurance Requirements Part III—Supplemental Terms and Conditions Page(s)7-9 Part IV—Specifications Page(s)10-11 Attachment A—Bid Sheet Page 12 Attachment B—Reference Sheet Page 13 Attachment C-Subcontractor Information Ford Pagel Attachment D-Respondent Questionnaire Page 15 3. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications,you may contact: Amanda Crowell Purchasing Technician Purchasing Division City of Round Rock Phone: 512-218-5458 E-mail: acrowell(cDroundrocktexas.ciov The individual listed above may be contacted by e-mail for clarification of the specifications only. No authority is intended or implied that specifications may be amended,or alterations accepted prior to solicitation opening without written approval of the City of Round Rock through the Purchasing Department. Page 2 of 15 City of Round Rock Exhibit "A" Ford Automotive Repair Service IFB 20-008REBID Class/Item: 928-00&928-1 9 July 2020 4. SCHEDULE OF EVENTS: It is the City's.intention to follow the solicitation timeline below. EVENT DATE Solicitation released July 30,2020 Deadline for submission of questions August 10,2020 City responses to questions or addendums Approximately August 13, 2020 Deadline for submission of responses August 28,2020 @ 3:00 CST All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted above.A copy of all questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at: httPs:#www.roundrocktexas.gov/businesses/solicitations/. 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: http://www.roundrocktexas.gov/bids. 5. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at http://www.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 CST, 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:Amanda Crowell Purchasing Department 221 E. Main Street Round Rock,Texas 78664-6299 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 evident signed "Original"and one identical-to-the-original 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. Page 3 of 15 i City of Round Rock Exhibit "A" Ford Automotive Repair Service IFB 20-008REBID Class/Item: 928-00&928-19 July 2020' 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. For your bid to be responsive,addendums and the attachments identified below shall be submitted - with your proposal. ❑ 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 htto://www.roundrocktexas.gov/bids for any-updates pertaining to the solicitation. ❑ Attachment A: BID SHEET.The bid response shall be.submitted on the 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 than the City's Solicitation Document may result in disqualification of the response. ❑ 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. ❑ Attachment C: RESPONDENT QUESTIONNAIRE:. Complete the respondent questionnaire and submit with bid packet. Attach additional pages as needed. Failure to complete the respondent questionnaire may result in disqualification. 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. Pur-chase-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. Respondents 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 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. Page 4 of 15 Exhibit "A" City of Round Rock Ford Automotive Repair Service IFB 20-008REBID Class/Item: 928-00&928-19 July 2020 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'Govemment Code requires the successful offeror to complete a Form 1295 "Certificate of Interested Parties"that is signed for a contract . . award requiring council authorization.The"Certificate of Interested Parties"form must be completed on the . Texas Ethics Commission website, printed, signed and submitted to the City by the authorized agent of the Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to final contract execution: Link to Texas Ethics Commission Webpage: https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm Page 5 of 15 Exhibit "A" City of Round Rock Ford Automotive Repair Service IFB 20-008REBID Class/Item:928-00&928-19 July 2020 PART II 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: https://www.roundrocktexas.gov/departments/purchasing 2. INSURANCE: The Respondent.shall meet or exceed all insurance requirements set forth in Standard Insurance Requirements.The City's Standard Insurance Requirements document can be viewed and downloaded from the City's website at: https://www.roundrocktexas.gov/departments/purchasing/ 3. ADDITIONAL INSURANCE REQUIREMENTS: A. Garage Liability Coverage:The Garage Liability policy shall provide a minimum limit of liability of $500,000 Auto Only/$500,000 Aggregate other than Auto. Coverage shall be provided for all owned, hired, and non-owned vehicles. i. The policy shall include these endorsements in favor of the City of Round Rock: a) Waiver of Subrogation b) Thirty(30) days' Notice of Cancellation c) The City of Round Rock listed as an additional insured Page 6 of 15 Exhibit "A" City of Round Rock. . Ford Automotive Repair Service IFB 20-008REBID Class/Item: 928-00&928-19 July 2020 PART III SUPPLEMENTAL TERMS AND CONDITIONS 1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the 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 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 up to 90 days. 2. RESPONDENT QUALIFICATIONS; The City has established the following minimum qualifications. . Respondents who do not meet the minimum qualifications will not be considered for award.The Respondent shall: A. Be a Ford-authorized repair facility and have adequate organization,facilities, equipment,financial capability, and personnel to ensure prompt and efficient service to the City. The City reserves the right to request documentation that confirms the Contractor is a Ford Authorized Repair Facility. B. Provide all labor,supplies, materials,and equipment to satisfactorily perform the services as specified herein and own or acquire at no cost to the 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. Only Ford brand parts shall be used to repair City vehicles under this contract.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. Have all the relevant licenses and permits to operate as an automotive shop and comply with all local, state, and federal statues; D._ 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 in this procurement process.The repair facility shall be within 25 miles of City Fleet facilities located at 901 Luther Peterson Place, Round Rock, Texas 78664. 3. SUBCONTRACTORS: Subcontractors may only be used for towing services.The Respondent is required to complete and submit with their bid response Attachment C: Subcontractor Information Form.The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractors own acts and omissions. The Contractor shall: A. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions,specifications and terms of the Contract; B. Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary insurance in the type and amounts specified for the Vendor,with the City being named as an additional insured; and C. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the.City. D. Awarded Contractor is required to submit a list of all subcontractors for approval by the City prior to use of .any subcontractors throughout the term of the contract. 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. Ensure that-all employees comply with all Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal, state,and local health, safety, and environmental-laws ordinances, rules and regulations in the performance of these services; Page 7 of 15 City of Round Rock Exhibit "A" Ford Automotive Repair Service IFB 20-008REBID Class/Item: 928-00&928-19 July.2020 B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. In case of conflict,the most stringent safety requirement shall govern; C. 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. 5: WORKFORCE: 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. Prices for parts and materials may be on a cost-plus basis. The percentage (%), if any, of markup will be designated by the Respondent in Section II of the bid sheet. Invoices for work performed, shall require a copy of supplies receipt to be included. Failure to provide the cost-plus percentage (%)on an invoice may result in payment at cost. 7. PRICE INCREASE: Contract prices for automotive repair services 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 5%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.bis.gov/cpi/. 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 79664-6299 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. Page 8of15 E . Exhibit,"A" City of Round Rock Ford Automotive Repair Service IFB 20-008REBID Class/Item: 928-00&928-19 July 2020 8. PERFORMANCE REVIEW:The City reserves the right to review the awarded respondents'performance anytime during the contract term. 9. 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. 6. ORDER QUANTITY:The quantities shown in 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. 7. PERMITS: The Successful Respondent shall verify and obtain all necessary permits, licenses, and/or certificates required by federal; state and local laws,ordinances, rules or regulations for the completion of the services as specified if required for the project. 8. AWARD: 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://www.eoundrocktexas.gov/businesses/solicitations/once City Council has approved the recommendation of award and the agreement has been executed. 9. 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. 10. 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: Marshal Reynolds Fleet Operations Manager General Services Phone:(512)218-6571 E-mail: mrevnolds0roundrocktexas.gov 11. 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 9 of 15 Exhibit "A" City of Round Rock Ford Automotive Repair Service IFB 20-008REBID Class/Item: 928-00&928-19 July 2020 PART IV SCOPE OF WORK 1. PURPOSE:The Contractor shall be responsible for making general, mechanical, and electrical repairs in accordance with"Ford"acceptable repair techniques. Contractor shall maintain repair records and comply with all applicable Environmental Protection.Agency(EPA)and Occupational Safety and Health Act(OSHA) requirements governing auto body repair. 2. CONTRACTOR RESPONSIBILITIES: A. Facility Requirements: i. The'awarded Contractor shall have a facility.large enough to accommodate their current workload as well as the additional workload resulting from award of this contract. Contractor shall provide daily, year-round service regardless of weather conditions. ii. All police vehicles shall always be parked in a secured area with controlled access. Contractor shall . provide information and%or explain the method to be utilized for the security of the City's Police vehicles and/or any City vehicles while on the Contractor's property during business hours and overnight.The City reserves the right to determine if the secured area will meet the City's needs. iii. Shall be within 25 miles of City of Round Rock fleet facilities which are located at: City of Round Rock Vehicle Maintenance 901 Luther Peterson Place Round Rock,Texas 78664 iv. The City reserves the right to tour the facility to confirm that the security of the facility will meet the City's needs prior to award. B. Parts and Materials: i. Repair materials and parts shall be new unless alternative"after-market"or used parts were specifically approved by the City's designated representative in advance. ii. All repair parts and materials used must be certified by their manufacturer as meeting Original Equipment Manufacturer(OEM) specifications. iii. When non-OEM parts are approved for use, such parts must be certified by the Certified Auto Parts Association (CAPA)and warranted by the Contractor as being equal in kind and quality in terms of fit, performance, and overall quality to the original manufacturer parts they are replacing. , C. Service Requirements: i. The City requires the Contractor to arrange for pickup or towing (for police vehicles)of the vehicle(s) requested for repair and provide a written estimate to the City's designated representative within 24 business hours. Repair work shall not commence until the Contractor has received a City-issued purchase order number. Contractor must quality-inspect all vehicles after completion of repairs for conformance to original manufacturer's standards and configuration before returning the vehicles to the City: ii. Estimates: In all cases, repairs shall only be compensated to the extent specified in the written repair estimate to be provided to the City's designated representative: Estimates shall include the Vehicle Identification Number(VIN) of each vehicle, an itemized list or description of work to be performed, the estimated number of hours to complete the repairs,an itemized list of parts with cost and the estimated labor to perform the repairs, and an estimated completion time. iii. Out of service time: Out of service time due to repairs is of great concern to the City. The. Contractor shall agree to give priority to the repair of the City's vehicles with the highest priority given to Police and any`other emergency response vehicle. Upon acceptance of the Contractor's estimate the City will require a turnaround time of two weeks or better for completion of repairs on City vehicles.Any delays in this completion must be communicated with the City's point of contact on a weekly basis. Page 10 of 15 Exhibit "A" City of Round Rock Ford Automotive'Repair Service IFB 20-008REBID Class/Item: 928-00&928-19 July 2020 . iv. Hidden Damages: During the course of repair if additional damages are found that were not included in the original estimate;the Contractor shall contact the City's Fleet Operations Manager or designated vehicle maintenance staff member and provide a revision to the.original estimate and obtain authorization for the additional repairs and/or parts needed before additional charges occur. v. Pickup and Delivery of City Vehicles: Contractor shall provide pickup and delivery services for regular City's vehicles in need of repair within 24 hours of contact. - a) The pickup and delivery location: City of Round Rock Vehicle Maintenance 901 Luther Peterson Place Round Rock,Texas 78664 b) Pick up and drop of vehicles shall occur during normal business operating hours of 8:00 a_m- 5:00pm.This will not include holidays or weekends. vi. Pickup and Delivery of Police Vehicles: Only sworn police officers may drive marked police vehicles on public roads therefore the Contractor shall provide tow truck services to and from their repair facility using a flatbed or a slide style tow truck for police vehicles. a) Police vehicles shall be picked up from the City by tow truck within 8 hours of request. b) Incidental driving of police vehicles around the repair facility required to store and complete. repairs and a test drive of police vehicles within one block of the repair facility after repairs are complete is permitted. D. Autobodv Repair: On occasion the City may require autobody repair services. These services will be listed in Sections II Attachment A-Bid Sheet. This item is considered-optional 4o bid. If this item is left blank on the bid sheet the City will assume you do not intend these services to be included in the resulting contract. Autobody vehicle repairs shall include: i. Inspection of the car frame for structural damage and assess reparability on all damaged areas . such as windshields, doors,tires,or the body of the car. ii. Conduct repairs to or replacement of body damage, restoration of vehicle to original condition, and refinishing. iii. Paint to match existing color paint on,vehicle. iv. A comprehensive quote provided to the City and approved by the City before work is initiated. E. Invoicing:All invoices must clearly indicate the City's-assigned purchase.order number,Vehicle Identification Number(VIN)'date of repair, itemized labor and parts charges, and supplies receipt indicating cost plus percent to ensure contractual compliance with the stated bid sheet percent markup. F. Warranty: Contractor shall provide, at minimum, a warranty of one year on parts and labor. G. Damage:The Contractor shall be held responsible for damage to the City's equipment and/or property, the workplace and its contents by its work, negligence in work, its personnel and equipment usage. 3. CITY RESPONSIBILITIES: A. The City will provide any necessary documentation as needed for all repairs. B. The City will coordinate with the Contractor for all scheduled pick up and drop off dates for City vehicles. C. The City will make sure keys.for vehicle are present when pick up occurs. D. If no pickup for the vehicle is scheduled it will be the City's responsibility to transport the vehicle to the Contractor's facility. E. The City will provide a single point of contact for the Contractor to coordinate services with. Page 11 of 15 Exhibit "A" City of Round Rock Ford Automotive Repair Service IFB 20-008REBID Class/Item:928700&928-19 July 2020 ATTACHMENT A. BID SHEET 1. ATTACHMENT A—BID SHEET is posted in Solicitation Documents for IFB 20-008REBID Automotive Repair Services in an Excel format on the City of Round Rock website at: https://www.roundrocktexas.gov/departments/purchasing/purchasing-active-solicitations/ 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 of Events: B. 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 by reference,and agrees to be bound by the terms therein. C. To do business with the City of Round Rock you must be registered with the City's Vendor Database.To register, go to:https://ro.undrock.munisselfservice.comNendors/default.aspx. D. By the signature affixed on Attachment A-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 of this State, codified in Section 15.01 et seq.,Texas Business and Commerce Code,or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any competitor or,any other person engaged in such line of business." 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 Solicitation, specifications and the amounts shown on bid sheet. Page 12 of 15 Exhibit "A" Attachment A-Bid Sheet IFB#20-008REBID Automotive Repair Services 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 20-008 Automotive Repair Services.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: All prices must be quoted in"Section I"in order to be considered responsive. Be advised that exceptions taken to any portion of the solicitation will jeopardize acceptance of the bid. Alternative bids will not be considered and unauthorized modifications 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. .,� r "' �„`: �,� .ems,; �r�u'-°�a-c'-'''=" �e u� � ���'rea '��s 3lC- tli� �."":.,� :�``Y�'"F� ' �3c-^e{ �� s'•� � .z.'` ,. '-"j z'• "„"' ✓9- snacc' - '•Y� .^a,�"�` rg`Sz'ds�✓.`-.:mow; 's ��.` �Y O. r '^x u v s p F § anti UnR� r U�CostMdeci Tots) 3 x r a`:-�?-l .�,.�wi£ .;.,,.s,r�:�_z�':��Y�� �ak;?. .a._�z__,,.-��,.�,_ .Y �al�U..�r;:�. � -.._.%��_�.,`r �:;'�...�.Y��'��.y �.. �`:�;��:c�T=? r`� Labor Rate(General,Mechanical,and Electrical Repairs inclusive of 1 all labor,administrative,and overhead charges) 600 Hours $65.00 $39 000.00 2 Pick up&Delivery Charge for Regular City Vehicles 150 Each $30.00 $4,500.00 3 Wrecker Services for Police De artement Vehicles-Light Duty 30 Each $85.00 $2 550.00 Wrecker Services for Police Departement Vehicles-Medium or 4 1 Larger Duty 30 Each $95.00 $2,850.00 Annual Total: $43,500.00 Information Only-Percent Markup over Cost for Automotive Repair 5% 3 Parts --._.�:n;r ;.�.,'sv'�'-,.....,r.su.0 ,_...,.rs,...: .,,_:m+:�G^....rz:..qF,- �_..r.^=c_.:,.�<:^�:... spa...:.::_, _sc.�-a�..,�:_-_�..n.v �.n,....<<r,*.. s.-,,..,f,....l;:za:.::3^:-:-'7 r.�u....;.r�e..r:.._;...c.� :..i+c,,.,,♦�.: YSecfionKll�Autobody Repair OPTIONAL SERVICE r ' " s This section rs opbonalrgrtwdl not be evaluateii~andfrt5vin11 not affect your,"responsrv�enefss;fyou decbr eyto bid,ffyour facllrty Is able to provide Autobody RepalrSenrices,enter in the'unrt pnce below forzlmes 4.6 If the hne rs left blank the-City vnll assume you do not wrant�to bid these Labor Rate(Autobody repair inclusive of all labor,administrative 4 fees,paint,and overhead charges 400 Hours $54.00 $21,600.00 5 Pick up&Delivery Charge 40 Each $30.00 $1 200.00 3 IWrecker Services for Police De 6artement Vehicles-Light Duty 10 Each $85.00 $850.00 Wrecker Services for Police Departement Vehicles-Medium or 4 Larger Duty 10 Each $95.00 $950.00 Annual Total: $22,800.00 Information Only-Percent Markup over Cost for Autobody Repair 10% 6 Parts . COMPANY NAME: RIATA F RD SIGNATURE OF AUTHORIZED REPRESENTATIVE: PRINTED NAME: Kevin Hopper PHONE NUMBER: 512-MB-9494 EMAIL ADDRESS: kevin@riataford.com loft City of Round Rock Exhibit." ' Ford Automotive Repair Service IFB 20-008REBID Ctass/item: 928-00&928-19 July 2020 ATTACHMENT B REFERENCE SHEET. PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RESPONDENT'S NAME: _V)QiU'Y) DATE: W O LP 'C_�)(V;n. Provide the name, address,telephone number and E-MAIL of at least three(3)valid Municipal, Government agencies or firms of comoarable 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. 1. Company's Name C �S n Name of Contact Title of Contact E-Mail Address 30�'lftn`I . �,pSl �Uls�i , Present Address T�� v�0V �1i�t Lft 9- s} City, State, Zip Code )L&tn Telephone Number (rjla ) q"(y `A Fax Number: ( ) 2. Company's Name Name of Contact _11(�4 r, � �y Title of Contact m�n`.�-�J,1�.r1C,Pi S��Vi SUt'' _ E=Mail Address �rPS�pfy , (�)Y'©�„� �'�►'O�Y"�SCOltiv��"�l�'X �10� Present Address qckke b )0 J City, State,Zip Code Telephone Number (5 1 Q '6Yi'"1"1LAP Fax Number.(zj 19 5`4 _9 5611 3. Company's Name � '�-(,��•� Name of.Contact Title of Contact E-Mail Address �mryi Z� oA,,— � , Present Address � (� � , � ��,�� _ d LeLhe, ion City, State,Zip Code Rusk�Yl ifgcA5 -A n cj3 Telephone Number (510 ) '14-�_ f Fax Number-( } FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Page 13 of 15 City of Round Rock Exhibit "A" Ford Automotive Repair Service IFB 20-008REBID Class/Item:928-00&928-19 July 2020 ATTACHMENT C SUBCONTRACTOR INFORMATION FORM COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RESPONDENT'S NAME: DATE: �' P Zgpzo • CIRCLE ONE- NO,I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES If yes complete the information below 1. Subcontractor Name Name of Contact E-Mail Address Address City, State, Zip Code Telephone Number ( ) Fax Number: ( ) Describe work to be performed Percentage of contract work to be performed .2. Subcontractor Name Name of Contact Title of Contact E-Mail Address Address City, State, Zip Code Telephone Number. ( ) Fax Number: ( ) Describe work to be performed Percentage of contract work to be performed • Add additional pages as needed Page 14 of 15 r City of Round Rock Exhibit "A" Ford Automotive Repair Service IFB 20-008REBID Class/Item:928-00&928-19-. July 2020 ATTACHMENT D RESPONDENT QUESTIONNAIRE Name of Business: R AJA Physical Address of Headquarters (HQ): 10507 2qn ruAn�a2 rc Physical Address of Serving Branch: (if different address from HQ) 1. On a separate sheet of paper describe"Repair Facility Vehicle Security Plan"and submit with your bid response. The City reserves the right to tour the facility to confirm that the security of the facility will meet the City's needs. 2. How many mechanics are on staff and are available and trained to repair Ford Vehicles for facility? the City at the ty Number of Mechanics. 3. How many years has your company been in the Automotive Repair Business? Number of years in the commercial Automotive Repair business: 30 4. EXPERIENCE: On a separate sheet of paper describe relevant company experience (2 years or less), submit with your bid response. 1 5. Confirm that your company agrees to tow police vehicles to and from your repair facility using a flatbed or a slide style tow truck. YES r NO 6. Confirm that the facility where City vehicles will be,repaired is a Ford authorized repair facility. G;)or NO Page 15 of 15 Exhibit "A" Riata Ford has an outdoor monitoring system with 24-hour surveillance,including cameras.Riata Ford.service vehicles are fenced in and secured properly behind our building. vg MI Hv tt { ..�., 'Fay` t'`�"3r"^ §" �- Exhibit "A" Our automotive repair experience consists of servicing multiple municipalities over the last 30 years,including City of Austin and Travis County fleet services. zjf ,� tb &�s 1k �} '���` '���5 '�,�����. #�,��3„�,,�r���'� ;� ��t�xk't.Gi�'�f;'ht?YG� GO✓t# SGiC?��Y��L�r�' s y - CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2020-684564 Riata Ford Manor,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 10/30/2020 being filed. City of Round Rock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 0000 PARTS AND REPAIR SERVICES ON FORD VEHICLES Nature of interest 4 Name of Interested Part Y City,State Country(place of business) (check applicable) Controlling Intermediary Riata Ford Manor,TX United-States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is K&,11 and my date of birth is My address is b 1 OLD WV Jt "1 1 UGn S ,��, f&U z- ;s r . (street) (city) I (state) (zip code) (country) declare under penalty of perjury that the foregoing is true and correct. !� r' T� Q 5 n the JV da of G 4 20 d . /} f Coun State of o Executed in �1L V ty, X Y (month) (year) , fte.tws of author' agent f ontracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics Version V1.1.3a6aaf7d CERTIFICATE OF INTERESTED PARTIES FORM 1.295 lofl Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2020-684564 Riata Ford Manor,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 10/30/2020 being filed. City of Round Rock Date Acknowledged: 10/30/2020 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 0000 PARTS AND REPAIR SERVICES ON FORD VEHICLES 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling intermediary Riata Ford Manor,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of ,20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.3a6aaf7d