Loading...
Contract - Doggett Freightliner of South Texas - 9/28/2023 CITV OF ROUND ROCK AGREEMENT FOR THE PURCHASE OF HEAVY DUTY TRUCKS,TRAILERS, PARTS,MAINTENANCE AND REPAIR SERVICES WITH DOGGETT FREIGHTLINER OF SOUTH TEXAS LLC TH E STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS. COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § THAT THIS AGREEMENT for purchasc of hcavy duty trucks, trailers, parts, maintenance and repair services, and for related goods and services, (referred to herein as the "'Agreement""), is made and entered 'into on this the ltr'0 day of (he month of ........... 2023 by and between the CITY OF ROUND ROCK, a Texas home-rulc hose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299 (rcfcrred to hcrcin as the""City"'), and DOGGETT FREIGHTLINER OF SOUTH TEXAS, LLC, whose mailing address is 3004 Tom Gary Com Round Rock,Tcxas 78665 (rcfeffed to hcrein as the"Vendot"). RECITALS. WHEREAS, City desires to purchase heavy duty trucks, trailers, parts', maintenance and rcpair services; and WHEREAS, City has issued its "Invitation for Bid-01 for the provision of said services; and Agreenien, to set forth 'n wflflng their WHEREAS, the parfles desio,",,e to enter 1"tito this rcspeei,I've rights, duties, and obligations,,, NOW,THEREFORE,WITNESSETH: That for and in consideration of the ii,i,utual promises contained herein and other good and valuable cons i deration, the sufficiency and receipt of wh ich are hereby acknowledged, it is mutually agreed between the parties as f61lo%vs1: 1,01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City is obligated to buy specificd sery ices and Vcndor 'is obligated to provide same. The Agrcement includcs, the fbllowlng., (a) City's. Invitation for Bid, designated Solicitation Number 23-012 dated April 2023 ("'IF13 (b) Vcndor"s Rcsponse to IFB- (c) contract awards and (d)any 4876 2 966-.8 972 0 tspus 2! 291 exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts 'in the contract documents shall be resolved by giving preference 1"n the following order: (1) This Agreement; (2) Vendor's Response to IFB,; (3) City's Invitation for Bids,exhibits,and attachments. means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Da(e means the date upon which the binding signatures of both parties to thi$, Agreement are affixed,,,, D. Force Majeure means acts of God, strilkes, 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, nots, epidemics, landslides, lightnillng, earthquakes, fires, hurricancs, 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 Doggett Freightliner of South Texas, LLC, its successor or assigns. 2.01 EFFECTIVE DATE AND TERM A. This Agreement shall be effective on the date this Agreement has been signed by each part hereto, and shall remain in full force and effect unless and until it expires by operation of It he I e i i nd[cat ed herel n, or i s term i n In. �ted or extended as provided h Ireq J B. The term of tills Agreement shall be for sixty (60) nionths from the cffecti've date hereof. CCity reserves the right to review the rcldtionship at any timeand may e . , icct to 1 erni 1 alate I h I s Agreement w ith or w,it hout cause or may e lect to cont i nue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor to supply the goods as outlined in the Part IV, Specifications, orthe IFBand the Response to 1FB submitted by Vendor as descn'bed in Attachment A: Bid Sheet i , n Exhibit "'A.11% The 'intent of these documents is to forinulate an Agreement listing the 19 responsibilities of both parties as outlined in the 11'13 and as offered by Vendor in its Response to the lFB. 2 The services which are the subject matter of thi's Agreement are described m Exhibit ""A"" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agrccmcnt as if repcated licrcin in full. 4,01 ITEMS AWARDED AND SCOPE OF WORK Items AwardedAll bid items in Attachment A: Bid Sheet of Exhibit "'A"" are a%varded . to Vendor. � Scope of Worke. For purposes of this Agreement, City has issued documents delineating the required services (specifically 1FB 23-012 dated Apn'l 2023). 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 hercto and made a part hcreof for all purposes. When taken together with the appended exhibits, this Agreement sliall evidence the entire understanding and agrecment betwccil the parties and shall supersede any prior proposals, correspondence or discussions. Vendor shall satisfactorily provide all services described undcr 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 maucrs on which Vendor has been specifically cngaged. Vcndor shall perform its serviccs in accordance with this Agreement, in accordance with the appended exhibits,-, in accordance with due care, and in accordance with 'ling industry standards for comparable services. preval 1 5*0 1 COSTS A. In consideration for the services to be perfonncd by Vendor, City agrecs 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 Two N11"llion and No/100 Dollars(S2,000,000,,00) for the terrn of this Agreement. 6.01 INVOIC S All invoices shall includc, at a nummum, the following information-, A. Name and address of Vendor: B. Purchase Order Number, C. Description and quantity of items receivcd or serv ices provided,,and D. Delivery or perforniance dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING/ PURCHASING Audiority for local govcrnments to contract with onc anothcr to perform certain governmental functions and services, including bu( 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, Subehapter F, Section 271.1 l and Sect i"on 271,102. Othcr govcrnmcntal entities within the State ofTexas may be wended the opportunity to purchase off of the City's bid, with the consent and agreement of the successful service pider(s) and the City. Such agreement shall be conclusively inferred for the Vend r from ro%� o lack of exception to this clause in the service provider's response. However, all parties hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City "i's not obligated or hable for any action or debts that tray 6 1P arise out of such independently-ncgotiaied piggyback"'procurements. 8.01 NON-APPROPRIATION AND FISCAL FUNDING This Agreement 'i's a commitmcrit of 0''ty's current revenues only. It is understood and agrecd that City shall havc the right to termi"nate this Agreement at thic cnd of any City fiscal year if the governing body of City docs not appropriatc funds sufficient to purchase the scrviccs as determined by City"s budget for the fiscal year in question. City may affect such termination by gi ving Vendor a wn"tten notip ce o f term 1 nation a(the end o f*1 ts then c uffent fi scal year. 9.01 PROMPT PAYMENT POLICY In accordance with Chaptcr 2251, V.T.C.A., Texas Govcrnnient Code, payment to Vendor will be made within thirty (30)days of the day on which City receives the performance, supplies, maten*als, equipment, and/or deliverables, or within thirty (30) days of the day on which the pci-fomance of services was complete, or within thirty (30) days of the day on utich City receives a correct invoice for the performance and,lor deliverables or scrvices, whichever is later. Vendor may chargi interest on an overdue pay e t at the k&-rate in effect"' on Seotcrriber I m yj of the fiscal year in which the payment bccomcs overdue, in accordancc with V.T.C.A., Texas Government Codc, Scction 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 X"endor, a contractor, subcontractor or supplier about the goods delivered or the service perforincd that cause the payment to be late; or B. The terms of a federal contract, grant, regulation, or p statute pre%,cnt • City fronn making a timely payment with federal fundes; or C. There i's a bona fidc dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the goods delivered or the semice performed that causcs the payment to be late;or 4 u D. Invoices are not mailed to City in stn'd accordance with instructions, if on P the purchase order or the Agreement or other such contractual agreement. 10.01 GRATUITIES AND BRIBES City by written notice to cancel this Agreement without liability to Vcndor Y Vendor, if it is detennined by City that gratuities or bri"bes in the form of entertainment, gifts, or othcrwisc were offered or i ,III:: ■ ® ® + ven by Vendor or its agents or ves to any City F ive *th respect to the perfonnance of this i } addition, In i subject L L ■ Code. 11,01 TAXES City is exempt fronn■ ■ yps Excise u ■ included therefore, tax shall not be ■ s 12.01 ORDERS PLACED WITH ALTERNATE VENDORS If Vendor cannot provide the goods as spccified, City reserves the right and option to obtain the products from another supplier or su r 13,01 INSURANCE Vendor shall mect all insurance requiremcnts set forth Part II of 19-030 and on the • i City's i 4 „w. �,Ip I■;:�, ��,�i.r ��i `I,.I I ;,rRr� I%orr u ,N..,...I,:ru. arm ;,I�I'�,�� f, �irr� r„ II-�Y � � '� ,I��w ..", uwl I I I ur� wy,viu�■dem,,,;:, ,,,,,�',,ur w,mw■■ ilmwi illl I �����Ilm"il�i(immil "umim immi it 14,01 City hercby• r designates • r • :m 'Its w rm the following representativcs zcd to act th u Agreement*. Chad McDowell Director of General Services Rock,212 Commerce Cove Round Tcxas 78665 512-341-3191 I■ wm�,�nn I�iuuuuul Villlllllllllllllllllllllllllllllllllllw��mu�ml 'I iwml�lli■mllllllllllll�ilYllollllllmmlmm liilll I �if r��mmnm Illllll�llmm����mlli������� ����mr".I,,,���w" 1111111 ra mmr.. 15,01 RIGMT TO ASSURANCE Whcnever either party to this Agreemcnt, in good fafth, has rcason to clucstion the other party"s intent to perforin hercunder, then dennand may be made to the othcr party for %4,61'tten assurance of the intent to perforni i � U + In the event that no IJUrflten assurance is gi■ ■ y..,vren �u a a 5 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. 16.0 1 D E FA U LT If Vendor abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Vendor agrecs that it may bc charged the difference in cost,9 if any, and that it will not be considered in the re-adverlisement of the service and that it may not bc considered in future bids for the same type of work unicss the scopc of work 'is significantly changed. Vcndor shall bc dcclarcd in default of this Agreement if it does any of the following: A. Falls to make any payment in ffill when due-, B. Fails to fully, timely and faithfully perform any of its matefial obligations under this Agreement; C. Falls to provide adequate assurance of perfon-nance under the "'Right to Assurance"section hcrcin;or 10 D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 17.011 TERMINATION AND SUSPENSION A. City has the right to tcnninatc thi's Agreement, in whole or in part, for convenience and without cause,at any time upon thirty(30)days" wn'tten 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 tenninatc this Agreement only foj cause, that being in tlic event of a material and substantial breach by City,, or by mutual agreement to terminate evidenced "in%vriting by and bew,cen the parties,, D In the ,,,,R,t City temlinates under subsections (A) or (B) of this section, the Wer the referenced notice to Vendor, Vendor shall following shall apply:�� Upon defix�, y of discontinue all ser%rices in comicction with the perfomiance of thi's Agrccment and shall proceed to cancel promptly all existing ordcrs and contracts insofar as such orders and contracts are chargeable to this Agreemem, Within thirty (30) days after such notice of termination, Vendor shall submit a statement showing in detail the goods and;or services satisfactorily perfonred under this Agreement to the date of term]nation., City shall then pay Vendor that portion of the charges, if undisputed. The parties agree that Vendorl's not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. fp 18,01 INDEMNIFICATION Vcndor shall dcfcnd (at die option of City), indcmnify, and hold City, its succcssorsl, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, atiorneylps fees, and any and all other costs or fees arising out of,or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under thi's Agreement, no matter how,or to whom,such loss may occur. Nothing hercin shall bc deemed to limit the rights of City or Vendor (including, but not limited to the right to scek C i-ibution)against any third party who may be liabic for an indemnified clai ont I I I Im. 19.01 COMPLIANCE WITH LoAWS,CHARTER,AND ORDINANCES A. Vendor, 'its agents, employees and subcontractors shall use best efforls to comply with all applicabic fcderal and state laws, the Charter and Ordinanecs 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. I n accordancc wi th Chapter 22 7 1,Texas Government Code, a govemmental ent ity may not enter 'Into a contract with a company for goods and services unless the contact contains w Wen verification from the company that it: (1)does not boycott Isracl- and(2)will not boycott n 9 Israel dun'ng the terms of this contract. The signatory executing this Agreement on behalf of Vendor vei-ifies Vendor does not boycott Israel and will not boycott Israel during the term of this Agreement. C. In accordance with 2274, Texas Government Code, a govenimental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundrcd Tbousand and No/100 Dollars ($100,000.00) unless the contrao has a provision ventying. that It: (1) does not have a practice, policy, guidance, or directive that discriminates against a fircarm entity or firearm trade association; and (2) will not discriminate dun"ng the term of the contract against a firearm entity or firearm trade association.The signatory executing this Agrecni,cn t on beha I f of Vcndor verl fil�s Vcndor does not have a praf t 1 ce, po I I cy *dance, or d'rcct*v that d'scr'm' 4 1 1 ion, and gul I I e I i inates against a firdarm enfity or firearm trade assoc'al' a wlill not d'scr'ni'nate dur'ng the tenii of th's Agrcement aga'nst a fireann enfity or fireami trade It I I I I I 1 1 4 , association. D. In accordance with 2274, Texas Government Code, a goverrimental entity may not en ter in to a con tract w 1 th a company w 1 th at I cast ten (10) ful 1-t i me emp I oyees for a va I ue of at least One Hundred Thousand and No/100 Dollars (S100,000.00) unless the contract has a ff 'ng that *t& (1) does not boycott energy companies-r and (2) w'11 not boycott provision eri yi energy companies dur ,ing the term of this Agreement. The signatory cxecuting this Agreement on behaIr of Vendor verifies Vendor does not boycott energy companies, and it will not boycott energy companies during the term of this Agreement. 20.01 ASSIGNMENT AND DELEGATION The parties each hercby bind themsclvcs, thcir successors, assigns and Icgal 0 representatives to each other with respect to the terms of this Agreement. Neither parly shall assign, sublet or transfer any interest In this Agreement without i0r 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 id to the recipient"s address as stated in this Agreement. prepal I I I I Notice to Vendor: Doggett Frelghtliner of South Texas, LLC 3004 Tom Gary Cove Round Rock, Texas 78665 Notice to 010,.- Laurie Hadley,City Manager Stephan'lc L. Sandre,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 coni m u n 1 cat 1 ons betweeill representa t i'ves of C Ry and V+d or. 22,01 APPLICABLE LAW, ENFORCEMENT,AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action Is necessary by cither party with respect to the enforcement of any or all of the terms or conditi(Mis herein, exclusive venue for saine shall lie in Williamson County,Texas.This Agreement shall be govcmcd by and construed in accordance with the laws and court decisions of the State of Texas. 23.01 EXCLUSI'VE AGREEMENT This document, and all appended documents, constitutes the entire Agrcement between Vendor and City. This Agreement may only be amended or supplcmcnted by mutual agreement of the parties heretoin writi'ng,duly authorized by action of the City Manager or City Council. 24,01 DISPUTE RESOLUTION City and Vcndor hcrcby cxprcssly agrcc that no claims or disputcs bewcen the parlics arising out of or relati ng to this Agreement or a breach thereof shall be decided by any arbitration proceedingincludi , ng without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14)or any applicable state arbitration statute, 25,01 SEVERABIL11"Y The invalidity, 'Illegality, or unenforceability of any provision of this Agreement or the occurrence of any rendei-ing any portion or provi I si I on of thi's Agreement void shall i eventn no way affect the %validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed seNoered from this Agreement, and the balance of this Agreement shall be constnied and enforced as if thi's Agreement did not contain the particular portion or provision held to be vol"d. The parties further agree to amcnd this Agreement to replacc ally stncken provision with a valid provision that comes as close as possible to the intent of the stricken provisioniii, The provisions of this section shall not prevent this entire Agreement from being vold should a provision which is of the essence of this Agreement be detennined void. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. Vendor represents that it employs trained, experienced and competent persons to perform all of the services, responsib ilities and duties specirted herein and that such scrvices, responsibilifies and duties shall bc performed in a manner according to generally accepted industry practices. Time 'is of the Essence. Vendor undcrstands and agrees that ilmc is of the essencc and that any failure of Vendor to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a maten'al breach of this Agreement. Vendor shall be fully responsible for its delays or for failures to use best efforts in accordancc with the terms of this Agreement. Where damage 'is caused to City due to Vendor"s failure to perform in these C1�uinstances, City may pursue ty remedy available without m' ' ! ,lalver of any of Citys addition I legal rights or remedies. Force Majeure. Ncithcr City nor Vendor shall be deeined 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 Agrecment may be cxccutcd in multiple counterparts, any one of which shall be considered an original of this document: and all of which, whcn taken together, shall constitute one and the same instrument. [signatures on the following pagc.] 9 IF IN WITNESS WHEREOF, City and Vendor have exccuted thi's Agreement on the dates indicated. Cit Doggett Fri `1 1 y of Round Rock,Texas of South Texas, LLC gg " Fr e By- I 6 IBye 0 M Rol ..................... ..........°...l...... .... .......... i A Printed Nall", Printed kl�e Title: Titic: ................... Date St Date Signed- ............ -,=....................... Attest Imp". .............. cagan Spl' Ci Ci lerk For City,Approved as to Formll, By: r 0I -�t ohanic L. Sandr cphanic L. Sandre,City Attomcy Exhibit "A" ROUND ROCK TEXAS 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) HEAVY DUTY TRUCKS, TRAILERS, PARTS, AND REPAIR SERVICES SOLICITATION NUMBER 23-012 APRIL 2023 City of Round Rock Exhibit Heavy Duty Trucks,Trailers, Parts, and Repair Services 1FB 23-012 C lass/item: 065-86/060-00 1073-00/928-87 April2023 HEAVY DUTY TRUCKS,TRAILERS,PARTS,AND REPAIR SERVICES PART I GENERAL REQUIREMENTS I PURPOSE AN D BAC KG ROU N 11): The C ity of Rou nd Rock, herei n after"the C ity"seeks a bid from fi rrns experienced in providing heavy duty trucks,trailers, parts, and repair services to support City operations, The City Intends to multil-award this contract. The total contracts'value shall not exceed$400,000 per fiscal year for the terrn of the contract. 2. SOLICITATION PACKET-- This solicitation packet is compnised of the following- Descriptloh Index Part I—General Requirements Page(s)2-5 ............. Part 11—Definitions, Standard Terms and Conditions,and Insurance Page 6 Requirements Parl III—Supplemental Terms and Conditions Page(s)7-9 Part IV—Specifications Page(s) 10-11 Attachment A—Reference Sheet Separate Attachment 3. SCHEDULE OF EVENTS: It is the City is intention to follow the solicitation timeline below. ............a EVENT DATE, Solicitation released April 12, 2023 Deadline for submission of questions April 262023@5: , 00PM CST City responses to questions or addendums Approximately April 28, 2023 @ 5,000 PM1 ■ CST Deadline for submission of responses May 10,2023 @ 3:00 PM, CST All questions regarding the solicitation shall be submitted through Bonfire 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 ato, The City reserves the right to modify these dates. Notice of date change will be posted to the City ts website: https://rou nd rocktexas.bonf i rehub-com 4. $0 LICII�ATION U PDATES" Respondents sh all be responsible for monitoring the City's website at W!2����ktexas.bonfireh u b.com for a ny updates pertaining to the solicitation described herei n-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. 5. 8,.ESPONSE DUE DATE: Appropriately submitted responses are due at or before 3:00 PMP on the due date noted in PART I, Section 3—Schedule of Events. The Offeror shall respond via the City's electronic bidding platform, Bonfire:htt2s,.I/roundrocktexas.bonfirehub.com A. This request for proposal(RFP)does not commit the City to contract for any supply or service. B. No paper or submittals outside of Bonfire will be accepted by the City. C. Responses cannot be altered or amended after digital opening. Page 2 of I I City of Round Rock Exhibit "A" Heavy Duty Trucks,Trailers, Parts,,and Repair Servibes I FB 23-012 Classlitem.- 065-86/060-00/073-00/928*87 April 2023 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. 6. RESPONDEMI_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: firms,corporations,'individuals,or partnerships normally engaged in providing heavy duty trucks, trailers, parts, and repair services as specified herein and have adequate organization,facilities, equipment,financial capability, and personnel to ensure prompt and efficient service to the City. B. In order to confirm financial stability, the City may choose to review audited financial statements at any time throughout the RFP evaluation process- Upon request, the Respondent shall provide two years III audited financial statements I including any notes or supplemental schedules within 2 business days of the original request. C. The Respondent shall include"in the proposal a 1111st of all litigation the company or its principals have been involved in within the last three(3)years. 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 w• ill not be included for consideration in this RFP process, I n order to do business with the City of Round Rock you must be registered with the City's Vendor Database. To register, go to: htt s�.//roundrocktxvendors.munisselfservice,,,com/Vendors/default.asp 7. RESPONSE Rg.0,.U1REMENTS*The Respondent, by electronically submitting their Offer, acknowledges that he/she is an authorized representative of the Vendor, 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. The Respondent shall include the following information with their bid response* El Attachment A—Reference Sheet El Acknowledged Addenda (if applicable) 8. BIEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to accept any response deemed most ies advantageousor to waive any irregularit , or informalfties 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. BReputation of Respondent and of Respondent' . s goods and services. ' CQuality of the Respondent . s goods and services. D. The extent to which the goods and serviI ces 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 soliclitation. H. If the solicitation is evaluated with points, the respondent must earn a minimum of 15 points on criteria not related to cost in order to be considered for contract award. Respondents may be contacted for clarification of bid and/or to discuss details of the services they are proposing. Page 3 of I I Exhibit Trailers,City of Round Rock Heavy Duty Trucks, and Repair Services Parts, IFB 23-012 Class/item: website,9. CERTIFICATE OF INIERESTED 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 and submitted to the CRy by the authorized agent of the printed, signed, Business Entity + * th acknowledgment that disclosure is made under oath and under penalty of ury prior to final contract execution. Link to Texas Ethics Commission . info forml295.htm 10. EX PA ME COMMU NI CATION a Please note that to insure the proper and fa ir eval uation of a bid,the C ity of Round Rock prohibits ex parte communication d by the Bidder City (e.g., Official, Employee, City Consultant, or Evaluation Team member evaluating or considering the bids prior to the time a evaluationbid decision has been made. Communication between Bidder and the City will be initiated by the appropriate City Official or Employee in order to obtain information or clarification needed to develop a proper and accurate *d. Ex parte communication may be grounds for r + r disqualifying s offending Bidder from consideration o a evaluation, * • PROTEST: in cons u Itation The P urchasing.Manager for the C ity of Round Rock+ 1 . • t Attorney,with the ty shall have the authority to settle or resolve any dispute concerning the award of a contract. The Purchasing Manager may solicit written responses to the protest from other interested * s r in writing+ • protest,electronic mail to the City's Purchasing Department at In the event of a timely the City shall not proceed further with the solicitation or award of a contract unless it is determined interests City. listed The procedures for notifying the City of an alleged deficiency or filing a protest are requirements,comply with any of these the Purchasing Office may dismiss your complaint or protest. A. Nor to Offer Due Date.: If you are a prospective offeror for the award of a contract('Offeror)and you a t s in receiptdue date for s solicitation o r •you must notify the + r i ty in writing ofthe alleged deficiency before that giving the City an opportunity to resolve the situation prior to the F Offer due date. B. After Offer Date: * ■ award,n the solicitation process or the you have the opportunity to protest the solicitation process, or the time,recommended award as follows- i. You must file a written notice of your intent to protest within four(4)working days of the date that you know or should have known of the facts relating to the protest. If you do not file a written notice of intent within this you have waived all rights to protest the solicitation process or the award. You must file your formal written protest within ten(10)working days of the date that you know or 0 should have known of the facts relating to the protest unless you know of the facts before the Offer has been a s closed. dates,If you know of the facts before those you must notify the City as stated + section(A)above. ++oF in include following information: your telephone and email address ' number, ' the o solicitation o number. violated.c. a specific identification of the statutory or regulatory provision that you are alleging has been 0 ncluding 0 copes of any relevant ° protest,a detailed statement of the factual grounds for your resolved;e. a statement of any issues of law or fact that you contend must be and review.f. a statement of the argument and authority that you offer in support of your protest. iv. Your protest must be concise and presented logically and factually to help with the City's Rece pt of Timely When the City receives a timely and complete written the Purchasing C. Protest: protest, * Manager, determinations: Y4 7� City Exhibit Trailers, Heavy Duty Trucks, it Services AprillFB 23-012 documents and i . ii, Determine that no`decision violationinterested parties of the determination i 111. Determine that a violation of rules and statutes has occurred after the award of the contract and inform you and other interested idetermination. correctivebe canceled.As needed, i i . A determination wiinessreceipt actionv. Any written decisions by the Purchasing Manager shall be the final administrative documentationthe City. All ining to a protest will be kept on file at the City and are City of Round Rock Exhibit "A" Heavy Duty Trucks, Trailers, Parts, and Repair Services IFI3 23-012 Class/Item: 065-86/060-00/073-00/928-87 April 2023 PART 11 DEFINITIONS,STANDARD TERMS AND CONDITIONS AND INSURANCE REQUIREMENTS I DEFINITIONS,STANDARD TERMS AND CONDII.IONS-0 By submitting a response to this solicitation,the pondent agrees that the City's Definitions and Standard Terms and Condftions, 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. These can be obtained from the City's website at', �h �d 1,te d�ea �en t ' urchasin�l_ In addition,the Supplemental Terms and cit rtm s��� v' siflo Iso fo s rt 0 r�sh a�1�a been rced a pa f the contract. 0c xa t CMit ons�st in S on 2. INSUB6,NCE. The Respondent shall meet or exceed all insurance requ.i I rements set forth in Standard Insurance Requirements.The City's Standard Insurance Requirements document can be viewed and downloaded from the City's website at:hhltipl./Mvw.roundrocktexas.g2y/ciity,,,,,,deDartmiBnt�s/�urchas"Inci­I Page 6 of I I C4 of Round Rock Exhibit "A" Heavy Duty Trailers, Trucks, 1F13 23-012 Class/item: April following: PART III SUPPLEMENTAL TERMS AND CONDITIONS 1. AGREEMENT TERM:* The terms of the awarded agreement shall include but not be limited to the A. beginThe term of the Agreement shall , 1 n full force for th1rty*91x(36) months. The Respondent agrees, ■ this Offer, s r sn 120 calendar days after the Due Date,to fully comply in stdct accordance with the and the amounts shown on bid 1 specifications, sheet. Upon expiration of the contract C. term, the Contractor agrees to hold over under the terms and conditions of this agreement for such a period as is reasonably necessary to' s project days. t and/or complete the 120 • services.a g:j=: Respondent shall not subcontract or otherwise engage subcontractors to perform required The City seeks to do i services. business trucks, trailers,parts,and 1 , The City reserves the night to remove any employee from C4 property for violation of * ; federal, r state, and local !safety and environmental ordinances, rules,and regulations. The Respondent shall: OccupationalA. Ensure that all employees comply with all s Administration r and City safety and occupational health standards and other applicable federal,, state,and local ! ordinances,safety,and environmental laws rules, services. B. Be held responsible for the sa"of their employees and unsafe acts or conditions that may cause Injury, or damage to any persons or property wNhin and around the work r In case of + conflict, Indemnify the most stringent safety requirement shall goverin. C. , claims,demands,stiftsi actions,judgments, timely,fines penalties and liability of every kind arising from the breach of the Contractor's obligations under this D-RKFORCE. Successful Respondent shall: A. Ensure Respondent's employees pertbrm the services in a professional, manner.and efficient B. Ensure Respondent"s employees , , . i ' j Labor. form 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 The City reserves the right to verify citizenship or right to work in the United States. 5, PRICING:The Respondent shall determine and, . incidental a fixed cost for the work and shall include all + labor, l, ll expenses,freight, equipment surcharges, sition and maintenance, demurrage,fuel delivery charges, costs associated with obtaining permits, insurance, and +sk management. No separate line-Rem charges shall be permitted for either invoiceresponse or purposes. Section,Prices for materials will be bid as a pementage discount off MSRP. The percentage(%),if any,of discount will be designated by the Respondent In the Bonfire Required Information , . ® services City.throughout the 10al twelve(12)month term of the contract. A price increase to the agreement may be c i'dared on the anniversary date of the Contract each year and shall be equal to the consumer prilce Index onst for that year,but at no time can the increase be greater than 10%for any single line Rem unless otherwise approved by the adjustmentsA. Consumer Price Index(CPI)-. Price , in r th the percentage change in the , adjustment . City of Round Rock Exhibit "A" Heavy Duty Parts,and Repair Services Trucks, Trailers, IFB 23-012 April 2023 effect for the base year six-month average(January through June OR July through December), and each+ rate.(January through June OR July through December six month average)thereafter. The percentage difference between those two CP I issues will be the price adjustment No retroactive contract price adjustments will be allowed. The Consumer Price Index(CPI) is found at the Bureau of Labor Statistics, B Procedure to Request Increase: + Email the wriften rice increase . uest + comparison,a 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 + + + verified ften calculation ll be City of Round Rock contract number, solicitation reference information and contact information for the + requestingauthorized representaflive 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 or negotiate with the Vendor or cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase. 7. ACCEPTANCEIINSPECTION: ection ld The + + . awarded respondent will be notified within the time frame if the services delivered are not in full compliance w ith the specifications. In the event the services are not performed to the satisfaction of the City the Contractor 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. 8o PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor"s performance anytime during the contract term. 9. ORDE&QUANTITY:The + solicitation ies shown on the minimum or maximum purchase is made or implied-The City will only order the services/goods needed to satisfy requirements within budgetary e which may be more or less than rindicated. 10. + iThe City reserves the right to enter into an Agreement or a Purchase Order with a single award, primarysplit award, or use any combination that best serves the interest F 1 and at the sole discretion of the City. Respondents to the solicitatilon will be notified when Clity staff recommendation of award has been made. The award announcement will be posted to the City's website at httpsl.-//roundrocktexas bonfirehub.com once City Council has approved the recommendation of award and the agreement has been executed, 11• POST AWARD M EETI NG r The City a nd successful Respondent(s)may have a post award meeti ng to discuss,1 ' Identify but not be limited to the followingA. Provide City contact(s)information for implementation of agreement B. goals, and strategies to meet objectives, ROINT OF CONTACT IPOC)I DESIGNATED REPRESENTATIVE: • A. Co ntractor's poll n t of contact: I n order to mal Main consistent standa rds of q ua lity work performed across the City,the City shall be provided with a v + designated r i the contract to include contact information,,. The r „" s designated representative shall be notified by the Respondent'Immediately should the point of contact change,,, f B. The "N' City of Round Rock Exhibit Heavy Duty Trucks, Trailers, Parts,and Repair ServicesIFB s 012April • JMTEjjLOCALEURgbjUS NQ,&qfttENA. The C4 has entered into Intedocal Agreements wfth other Govemmental agencies pursuant to the Act, Exhibit Cfty of Round Rock Heavy Duty r Trucks,Trailers, Parts, and Repair Services1FB 23-012 Class/Item: MEOW= PART IV SCOPE OF WORK 1. The City of Round Rock, herein after"the City'seeks a bid from firms experienced in providing ■ y repair services. trailers f 1 partsi and 2, Hg&jffjLEhLCP.LESAND JUILERS. The Contractor shall- A. Work with * a . equipment. s POC to develop a complete packet of specifications and accessories for each piece of address:B. All deliveries shall be to the following Fleet Maintenance 901 Luther Peterson Place Round Rock,Texas 78664 Coordinate delivery Yvith the City's C. o ND --- r materialsparts and r r Repair + } s r s s replacement.approved by the s designated representative n advance of repair or All repair parts and matenials used must be certiflied by their manufacturer as meeting Oniginal Equipment B. Manufacturer(OEM)specifications. certified When non-OEM parts are approved for use,they must be a • • onC. (CAPA)and warranted by the Contractor as being equal in kind and quality in terms of 1 performance, and overall quality to the original manufacturer parts they are replacing. 4a AffEEIMMD DEUVERYI.QMRTS:All shipments and deliveries shall be FOB(Freight on Board) destination to the following .. F19M Maintenance 901 Luther Petemon Place Round Texas 78664 Rock, ■ ll hip Cfty A. invoice.(PO) B. All parts shall be shipped and delivered complete unless arrangements for partial shipments are made in . . shippedC. All parts + showing description p pi ng/delivery ticket item the City's purchase order and unit M quantity, number, price. D. Goods shall be received between the hours of All shipments r00 AM to r00 PM Monday through Friday. prepaidshall be coordinated Wth a City-authonized representative. E. For Items that are not normally stocked and will require 3(dparty shipping charges for delivery,the at-cost freight charges shall be freightContractoes compliance. delivery.F. All goods shall be received and signed for by a City-authorized representative upon G. Goods shall be delivered .withinconsidered upon preapproval by the . i H. Transportation and local delivery costs shall be . . s Authorized Representative. . included + . provided ce solicitation. . . . ■ . ems that should be in stock. 1. No fuel surcharges or mileage charges shall be permitted for delivery of items. Exhibit r+ Trucks,City of Round Rock Heavy Duty and Repair Services Trailers, Parts, IFB 23-012 Apr, 12023 §gRYKEAMIREMENTS: The Contractor shall ■ ProvideA. request. B. Providewithin shall not commence until the Contractor has received a CIty-Issued purchase order number.The City, begin.reserves the right to request photos fbr any estimate before approval of work to C. Provide an estimated/average expected turnaround time Ibr completion of repairs on Cfty vehicles.Any delays to this completion time must be communicated to the City's point of contact on a weekly basis. D. Contractor must complete .y control inspections of all. vehicles1 originalrs for conformance to the the odginal . estimate;the City. E. Hidden_PAmjjgqj- During the course of repair if addRional damages are found that were not included in the Contractor shall contact the Cky's Fleet Operations Manager or designated vehicle maintenance staff member and provide a revision to the odginal estimate and obtain euthonizatJon for the addRional repairs and/or parts needed before additional charges occur. , , ■ WMRANTY: Successful Respandent(s)shall warranty,de at minimum five(5)years warranty on all workmanship and parts including but not llmfted Io manufacturees and workmanship defects, installation. . defect. 7. MA[MIN CO MYMATUM:Communication is vital to the Cfty of Round Rock.The C4 req i e t e communication throughout the entire, size, ob process.The City understands that lead times can vary depending upon the and difficulty of the required manufacturer, tasks. TIME:7. fffi§EO follows:ll Calls:Non-Emergency Service 'Non-emergency services"are defined as requests for repairs that, if the Servicesissue Is not resolved in a reasonable amount of time,will stop normal operations.The Contractor shall- A. Respond and provide a written estimate for non-emergency service calls wfthln two(2)business days and begin work within rive(5)days of the original request provided a PO is issued to the Contractor. B. , , • consistentC. The designated contact person shall be identified In the solicitation response.across the City,the City shall be provided with a designated and identified crew leader/point of contact upon award of the contract. A. The City shall be provided wfth the designated person's name and telephone number. B. This contact person shall remain the same throughout the term of the contract or upon termination of the contact person. If a change has been made in the contact person,the Uy's designated representative shall be notified by the Contractor immediately at the time of the change. D. The City shall also be provided . h a secondary designated contact person to communicate whh K the primary contact is unavailable. The City will r w ■ Contractor.A. Coordinate deliveries and services with parts.B. Provide written confirmation for any approved non-OEM Exhibit r i upp'r projecte' EE Doggett Freightliner-Austrin Yes r cknowledge receipt of all addenda for this ■ red level of P r ri entities. ocal governing List the percent discount off of MSRP for all types of Utility Trailers 20% ■ discount discountst the percent List the percent discount off MSRP for Base Model Rigid Gooseneck Trailers 20% List the percent Trailers List the percent discount off MSRP for all Base Model Belly Dump Trailer 20% List the percent discount off MSRP for all Base Model Dump Pup Trailers 20% ,ble Goosenelck List discount List the percent discount off MSRP for all Base Model Flatbed Trailers 20% List the percent discount off MISRP for all Base Model Land!cape Trailers....., 20% List the percent i discount Trailer Lost th e percent discount off NISR P for a I I Base Mod el Auto/Equ Went Towing Tra i • ■ i i ers 20% i • soon off WISRP for all other Trailers ! 20% List the percent discount off MSRP for i # ■ trailersnall equipment and upgrate options for all tVpes� of List the percent a discount List the percent discount off MSRP for all Base Model Vacuum Trucks 20% List the percent discount off MSRP for all Base model Buses 20% List the percent discount off MSRP for all Base model Buses 20%■ List r vehicles equipment discountList the percent supplies List the percent discount off MSRP for all Thir Party(non OEMP and unpublished options, i equipment and supplies .4,ions, 10% List the percent discount off WISRP for• i repair i r rbit E x h 1 Item Number Item Quantity i r Unit of Measer Unit Price /la r ROOM #0-1 Labor Rate for Vehic 500 Hour 150