Contract - Thomas Outdoor Power, LLC dba Longhorn Outdoor Power Equipment - 8/8/2024 AGREEMENT BETWEEN THE CITY OF ROUND ROCK
AND THOMAS OUTDOOR POWER,LLC
FOR THE PURCHASE OF
SMALL ENGINE PARTS AND REPAIR
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
This Agreement for Small Engine Parts and Repair to be performed on various City-
owned equipment on a directed as-needed basis, and for related goods and services. referred to
herein as the "Agreement," is made and entered into on this the_4 day of ,
2024, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municifUity whose
offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the
"City," and THOMAS OUTDOOR POWER, LLC, d/b/a LONGHORN OUTDOOR POWER
EQUIPMENT, whose address is 2001 Enterprise Dr., Round Rock, Tx 78664, referred to herein
as "Services Provider." This Agreement supersedes and replaces any previous agreements
between the named parties, whether oral or written, and whether or not established by custom
and practice.
RECITALS:
WHEREAS, City desires to purchase Small Engine Parts and Repair(hereinafter"Goods
and Services") to be performed on and in various City-owned or City-occupied buildings on a
directed as-needed basis, and associated goods and services; and
WHEREAS, City has issued its Invitation for Bid ("IFB") for the provision of said
Goods and Services and City has determined the bid submitted by Services Provider provides the
best value to the City; 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 receipt and sufficiency of which are hereby acknowledged,the parties
mutually agree as follows:
1.0 DEFINITIONS
A. Agreement means this binding legal contract between City and Services Provider
and whereby City agrees to pay for the Goods and Services and Services Provider is obligated to
4867-8273-5306/ss2
,
sell same. The Agreement includes the following: (a) City's IFB designated Solicitation Number
24-006 (b) Cost Proposal Sheet; (c) and 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:
(1) This Agreement;
(2) Service Provider's Response;
(3) City's IFB, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date set out above in the introductory paragraph above.
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 Small Engine Parts and Repair services, supplies,
materials, commodities, or equipment described in the IFB.
F. Services Provider means Thomas Outdoor Power, LLC, or any of its successors
or assigns.
2.0 EFFECTIVE DATE AND TERM
A. This Agreement shall be effective on the Effective Date and shall remain in full
force and effect unless and until it expires by operation of the term stated herein, or until
terminated or extended as provided herein.
B. The term of this Agreement shall be for 60 months from the Effective Date
hereof.
C. City reserves the right to review the relationship at any time and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.0 CONTRACT DOCUMENTS AND EXHIBITS
City selected Services Provider to supply the Goods and Services as outlined in IFB
Solicitation Number 24-006; and Response 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
Proposal.
2
The Goods and Services which are the subject matter of this Agreement are described in
Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully
a part of this Agreement as if repeated herein in full.
4.0 DUAL PROVIDERS OF SERVICES
The parties specifically acknowledge and agree that Services Provider shall be considered
as one of two providers ("dual providers") of the Goods and Services. Services Provider
specifically further acknowledges and agrees that this Agreement is not an exclusive agreement.
City may, in its sole and unfettered discretion, elect to use either of the two providers in
whatever order it deems most advantageous to City's purposes. City may, in its sole and
unfettered discretion, elect to use any other providers. City is not obligated to use or purchase
any estimated annual quantity of goods, and no guarantee is made of any minimum or maximum
purchase.
5.0 ITEMS AWARDED
Only if, as, and when needed by City, Goods and Services are awarded to Services
Provider in accordance with Exhibit"A,"Attachment B.
6.0 COSTS
Services Provider specifically acknowledges and agrees that City is not obligated to use
any estimated annual quantity of services, and City may not expend in excess of$750,000.00 for
the term of this Agreement for Service Provider's services combined with the dual provider's
services.
7.0 INVOICES
All invoices shall include, at a minimum,the following information:
A. Name and address of Services Provider;
B. Purchase Order Number;
C. Description and quantity of Goods and Services received; and
D. Delivery dates.
8.0 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 271.101 and Section 271.102.
3
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the Service Provider and City.
Such agreement shall be conclusively inferred for the services provider from lack of exception to
this clause in the services provider's response. However, all parties hereby expressly agree that
the City of Round Rock is not an agent of, partner to, or representative of those outside agencies
or entities and that the City of Round Rock is not obligated or liable for any action or debts that
may arise out of such independently negotiated"piggyback"procurements.
9.0 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the Goods and
Services as determined by City's budget for the fiscal year in question. City may affect such
termination by giving Services Provider written notice of termination at the end of its then-
current fiscal year.
10.0 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be
made by City to Services Provider will be made within thirty (30) days of the date City receives
services under this Agreement,the date the performance of the services under this Agreement are
completed, or the date City receives a correct invoice for the goods 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). This Prompt Payment Policy does not
apply to late 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 causes the
payment to be late; or
B. 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
C. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
D. The invoice is not mailed to City in strict accordance with any instruction on the
purchase order relating to the payment.
4
11.0 GRATUITIES AND BRIBES
City may, by written notice to Services Provider, cancel this Agreement without incurring
any 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.
12.0 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Services Provider's charges.
13.0 ORDERS PLACED WITH ALTERNATE PROVIDERS
City reserves the right and option to obtain same from another source or supplier(s).
14.0 INSURANCE
Services Provider shall meet all City insurance requirements set forth in the IFB and on
the City's website at:
httv://www.roundrocktexas.itov/w-n-content/uploads/2014/12/corr insurance 07.20112.pdf.
15.0 CITY'S REPRESENTATIVE
City hereby designates the following representative(s) authorized to act in its behalf with
regard to this Agreement:
Marshall Reynolds, Specification Writer
General Services Department
212 Commerce Boulevard
Round Rock, Texas
(512) 218-5571
mre, niolds(c,roundrocktexas.gov
16.0 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
17.0 DEFAULT
If Services Provider abandons or defaults hereunder and is a cause of City purchasing the
specified services 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
hereunder;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance"section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
18.0 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to 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, in the
event of material and substantial breach by City, or by written mutual agreement to terminate.
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 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
termination notice, Services Provider shall submit a statement showing in detail the goods and
services satisfactorily performed hereunder 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
19.0 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.
20.0 COMPLIANCE WITH LAWS,CHARTER, AND ORDINANCES
A. Services Provider, its agents, employees, and subcontractors shall use best efforts
to comply with all federal and state laws, City's Charter and Ordinances, as amended, and with
all applicable rules and regulations promulgated by local, state, and national boards, bureaus and
agencies.
B. In accordance with Chapter 2271,Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and(2)will not boycott
Israel during the term of this contract. The signatory executing this Agreement on behalf of
Services Provider verifies Services Provider does not boycott Israel and will not boycott Israel
during the term of this Agreement.
C. In accordance with Chapter 2274,Texas Government Code, a governmental 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 Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract
has a provision verifying that it: (1) does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association; and (2) will not discriminate
during the term of the contract against a firearm entity or firearm trade association. The signatory
executing this Agreement on behalf of Services Provider verifies Services Provider does not
have a practice, policy, guidance, or directive that discriminates against a firearm entity or
firearm trade association, and it will not discriminate during the term of this Agreement against a
firearm entity or firearm trade association.
D. In accordance with Chapter 2274, Texas Government Code, a governmental 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 Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract
has a provision verifying that it: (1) does not boycott energy companies; and (2) will not boycott
energy companies during the term of this Agreement. The signatory executing this Agreement on
behalf of Services Provider verifies Services Provider does not boycott energy companies, and it
will not boycott energy companies during the term of this Agreement.
7
21.0 ASSIGNMENT AND DELEGATION
The parties 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.
22.0 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
A. When delivered personally to recipient's address as stated in this Agreement; or
B. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Services Provider:
Thomas Outdoor Power, LLC
2001 Enterprise Dr.
Round Rock, Texas 78664
Notice to City:
City Manager Stephanie 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
communications between representatives of City and Services Provider.
23.0 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.
24.0 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.
8
25.0 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.
26.0 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
such void provision shall be deemed severed from this Agreement, and the balance of this
Agreement shall be construed and enforced as if this Agreement did not contain the particular
portion or provision held to be void. The parties further agree to amend this Agreement to
replace any stricken provision with a valid provision that comes as close as possible to the intent
of the stricken provision. The provisions of this section shall not prevent this entire Agreement
from being void should a provision which is of the essence of this Agreement be determined to
be void.
27.0 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 Service
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.
9
IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
City of Rou d Rock,Texas Thoma tdoor P e LL
By: J.
Craig organ, ayor Printe amc: l
Title: P(" wc
Date Signed: Date Signed:
For City,Attest:
Meagan Spi CoClerk
For City,Approved as to Form:
BY'
'gv$fianff E. gindE, ity ttorney
10
Exhibit "A"
m
UND ROCK TEXAS
ASING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
INVITATION FOR BID (IFB)
SMALL ENGINE PARTS
AND REPAIR
SOLICITATION NUMBER 24-006
MARCH 2024
Exhibit "A"
City of Round Rock
Small Engine Parts and Repair
IFB 24-006
Commodity Code: 060-66
March 2024
SMALL ENGINE PARTS AND REPAIR
PART
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock, herein after"the City" seeks bids from firms experienced in providing
small engine parts and repairs. An anticipated total Contract award will be made by the City in a total not to
exceed amount of$750,000.00. This total is inclusive of all awarded vendors.
2. SOLICITATION PACKET: This solicitation packet is comprised of the following-
Description Index
Part I —General Requirements Page(s)2-5
Part II — Definitions, Standard Terms and Conditions, and Insurance Page 6
Requirements
Part III— Supplemental Terms and Conditions Page(s) 7-9
Part IV—Scope of Work Page(s) 10-11
Attachment A—Proposal Submittal Form Separate Attachment
Attachment B—Reference Sheet Separate Attachment
Attachment C—Bid Sheet Separate Attachment
3. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
EVENT DATE
Solicitation released March 22, 2024
Deadline for submission of questions April 4, 2024 @ 3:00 PM, CST
City responses to questions or addendums Approx April 9, 2024 @ 3:00 PM, CST
Deadline for submission of responses April 23, 2023 @ 3:00 PM, CST
All questions regarding the solicitation shall be submitted through Bonfire 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://roundrocktexas.bonfirehub.com
The City reserves the right to modify these dates. Notice of date change will be posted to the City's website:
https://roundrocktexas.bonfirehub.com
4. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
https://roundrocktexas.bonfirehub.com 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.
5. RESPONSE DUE DATE: Appropriately submitted responses are due at or before 3:00 PM, 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: https://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.
Page 2 of 11
Exhibit "A"
City of Round Rock
Small Engine Parts and Repair
IFB 24-006
Commodity Code: 060-66
March 2024
C. Responses cannot be altered or amended after digital 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.
6. 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 firms, corporations, individuals, or partnerships normally engaged in providing small engine parts
and repairs 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
audited financial statements, including any notes or supplemental schedules within 2 business days of
the original request.
C. The Respondent shall include in the proposal a list of all litigation the company or its principals have
been involved in within the last three (3) years.
D. Be an authorized distributor of parts and equipment listed in Attachment C—Bid Sheet. Proof of
authorization to sell equipment by the Manufacturer shall be provided in the response.
E. 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 RFP process.
In order to do business with the City of Round Rock you must be registered with the City's Vendor
Database. To register, go to: https://roundrocktxvendors.munisselfservice.com/Vendors/default.aspx
7. RESPONSE REQUIREMENTS: 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:
❑ Attachment A— Proposal Submittal Form
❑ Attachment B—Reference Sheet
❑ Attachment C—Bid Sheet
❑ Acknowledged Addenda (if applicable)
❑ Respondent's full price catalog
8. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or
to accept any response deemed most advantageous, or to waive any irregularities or informalities in the
response received that best serves the interest and at the sole discretion of the City. All solicitations
received may be evaluated based on the best value for the City. In determining best value, the City may
consider:
A. Purchase price.
B. Reputation of Respondent and of Respondent's goods and services.
C. Quality of the Respondent's goods and services.
D. The extent to which the goods and services meet the City's needs.
E. Respondent's past performance with the City.
Page 3 of I I
Exhibit "A"
City of Round Rock
Small Engine Parts and Repair
IFB 24-006
Commodity Code: 060-66
March 2024
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. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the
successful offeror to complete a Form 1295 "Certificate of Interested Parties"that is signed for a contract
award requiring council authorization. The "Certificate of Interested Parties"form must be completed on the
Texas Ethics Commission website, printed, signed, and submitted to the City by the authorized agent of the
Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior
to final contract execution. Link to Texas Ethics Commission Webpage:
https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm
10. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of a bid, the City
of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Bidder to the City
Official, Employee, City Consultant, or Evaluation Team member evaluating or considering the bids prior to
the time a bid 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 evaluation of the bid. Ex parte communication may be grounds for disqualifying the
offending Bidder from consideration or award of the bid then in evaluation, or any future bid.
11. OPPORTUNITY TO PROTEST: The Purchasing Manager for the City of Round Rock ("City"), in
consultation with the City Attorney, shall have the authority to settle or resolve any dispute concerning the
solicitation or award of a contract. The Purchasing Manager may solicit written responses to the protest
from other interested parties. The aggrieved person must prepare his or her complaint in writing and send it
by electronic mail to the City's Purchasing Department at protest@roundrocktexas.gov.
In the event of a timely protest, the City shall not proceed further with the solicitation or award of a contract
unless it is determined that the award must take place without delay, to protect the best interests of the City.
The procedures for notifying the City of an alleged deficiency or filing a protest are listed below. If you fail to
comply with any of these requirements, the Purchasing Office may dismiss your complaint or protest.
A. Prior to Offer Due Date: If you are a prospective offeror for the award of a contract("Offeror")and you
become aware of the facts regarding what you believe is a deficiency in the solicitation process before
the due date for receipt of offers in response to a solicitation ("Offers"), you must notify the City in
writing of the alleged deficiency before that date, giving the City an opportunity to resolve the situation
prior to the Offer due date.
B. After Offer Due Date: If you submit an Offer to the City and you believe that there has been a
deficiency in the solicitation process or the award, you have the opportunity to protest the solicitation
process, or the 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 time, you have waived all rights to protest the solicitation process or the award.
ii. You must file your formal written protest within ten (10)working days of the date that you know or
should have known of the facts relating to the protest unless you know of the facts before the Offer
has been closed. If you know of the facts before those dates, you must notify the City as stated in
section (A)above.
iii. You must submit your protest in writing and must include the following information:
a. your name, address, telephone number, and email address.
b. the solicitation number.
c. a specific identification of the statutory or regulatory provision that you are alleging has been
violated.
d. a detailed statement of the factual grounds for your protest, including copies of any relevant
documents.
e. a statement of any issues of law or fact that you contend must be resolved; and
f. a statement of the argument and authority that you offer in support of your protest.
Page 4 of 11
Exhibit "A"
City of Round Rock
Small Engine Parts and Repair
IFB 24-006
Commodity Code: 060-66
March 2024
iv. Your protest must be concise and presented logically and factually to help with the City's review.
C. Receipt of Timely Protest: When the City receives a timely and complete written protest, the
Purchasing Manager, with assistance from the City Attorney, shall make one of the following
determinations:
i. Determine that a violation of rules and statutes has occurred prior to the award of the contract and
inform you and other interested parties of the determination. The City will prepare updated
solicitation documents and will re-solicit.
ii. Determine that no violation of rules or statutes has occurred and inform you and other interested
parties of the decision by letter. The reasons for the determination will be presented in the letter.
iii. Determine that a violation of rules and statutes has occurred after the award of the contract and
inform you and other interested parties of the determination. However, the awarded contract will not
be canceled. As needed, corrective actions may be taken with purchasing or any other pertinent
City staff.
iv. A determination will usually be made within fifteen (15) business days after receipt of the formal
protest.
v. Any written decisions by the Purchasing Manager shall be the final administrative action for
the City.
All documentation pertaining to a protest will be kept on file at the City and are subject to open records
requests.
Page 5 of 11
Exhibit "A"
City of Round Rock
Small Engine Parts and Repair
IFB 24-006
Commodity Code: 060-66
March 2024
PART II
DEFINITIONS, STANDARD TERMS AND CONDITIONS
AND INSURANCE REQUIREMENTS
1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's Definitions and 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. These can be obtained from the City's website at:
https://www.roundrocktexas.gov/city-departments/purchasing/. In addition, the Supplemental Terms and
Conditions listed in Section III, shall also be enforced as part of the contract.
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/city-departments/purchasing/
Page 6 of I 1
Exhibit "A"
City of Round Rock
Small Engine Parts and Repair
IFB 24-006
Commodity Code: 060-66
March 2024
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. 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.
C. 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 120 days.
2. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform
required services. The City seeks to do business directly with a company experienced in providing small
engine parts and repairs.
3. 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.
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 Contractor's obligations under
this paragraph.
4. 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.
5. 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 some materials will be on a percent off manufacturer suggested retail price (MSRP) basis. The
percent discount(%), if any, will be designated by the Respondent in the solicitation response document.
Invoices for work performed shall require a copy of a supplies receipt to be included. Failure to provide the
contracted MSRP discount on an invoice may result in payment at Contractor's cost.
6. PRICE INCREASE: Contract prices for small engine parts and repairs shall remain firm throughout the
initial twelve (12) month term of the contract. A price increase to the agreement may be considered on the
anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but
at no time can the increase be greater than 10% for any single line item unless otherwise approved by the
City.
Page 7 of 11
Exhibit "A"
City of Round Rock
Small Engine Parts and Repair
IFB 24-006
Commodity Code: 060-66
March 2024
A. Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage
change in the U.S. Department of Labor Consumer Price Index (CPI-U)for all Urban Consumers. The
price adjustment rate will be determined by comparing the percentage difference between the CPI in
effect for the base year six-month average (January through June OR July through December), and
each (January through June OR July through December six month average)thereafter. The
percentage difference between those two CPI issues will be the price adjustment rate. No retroactive
contract price adjustments will be allowed. The Consumer Price Index (CPI) is found at the Bureau of
Labor Statistics, Consumer Price Index website: http://www.bls.gov/cpi
B. Procedure to Request Increase:
i. Email the written price increase request to purchasing(o)roundrocktexas.gov with the rate detail
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 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.
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. ACCEPTANCE/INSPECTION: Acceptance/Inspection should not take more than five (5)working days.
The Contractor 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 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.
8. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor's performance
anytime during the contract term.
9. MATERIALS SPECIFICATIONS/DESCRIPTIVE LITERATURE:
A. If a solicitation refers to a Qualified Products List(QPL), Standard Products List(SPL)or a
manufacturer's name and product, any Offeror offering products not referenced in the solicitation must
submit as part of their Offer materials specifications/descriptive literature for the non-referenced
product. Materials specifications/descriptive literature must be identified to show the item(s) in the Offer
to which it applies.
B. Materials specifications/descriptive literature are defined as product manufacturer's catalog pages, "cut
sheets"applicable tests results, or related detailed documents that specify material construction,
performance parameters, and any industrial standards that are applicable such as ANSI, ASTM, ASME,
SAE, NFPA, NBS, EIA, ESL, and NSA. The submitted materials specifications/descriptive literature
must include the manufacturer's name and product number of the product being offered.
C. The failure of the materials specifications/descriptive literature to show that the product offered
conforms to the requirements of the Solicitation shall result in rejection of the Offer.
D. Failure to submit the materials specifications/descriptive literature as part of the Offer may subject the
Offer to disqualification from consideration for award.
10. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or maximum purchase is made or implied. The City will only order the services/goods needed to
satisfy requirements within budgetary constraints, which may be more or less than indicated.
11. 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://roundrocktexas.bonfirehub.com once City Council has approved the recommendation of award
and the agreement has been executed.
Page 8 of I I
Exhibit "A"
City of Round Rock
Small Engine Parts and Repair
IFB 24-006
Commodity Code: 060-66
March 2024
12. POST AWARD MEETING: The City and successful Respondent(s) may have a post award meeting to
discuss, but not be limited to the following:
A. The method to provide a smooth and orderly transition of services performed from the current
contractor.
B. Provide City contact(s) information for implementation of agreement.
C. Identify specific milestones, goals, and strategies to meet objectives.
13. POINT OF CONTACT/ DESIGNATED REPRESENTATIVE:
A. Contractor's point of contact: In order to maintain consistent standards of quality work performed
across the City, the City shall be provided with a designated and identified point of contact upon award
of the contract to include contact information. The City's designated representative shall be notified by
the Respondent immediately should the point of contact change.
B. The City's designated representative: The City's designated representative shall be:
Marshall Reynolds
Fleet Maintenance
Phone: (512) 218-5571
E-mail: mreynolds(a)roundrocktexas.gov
C. Do not contact the individual listed above with questions or comments regarding this solicitation during
the solicitation.
Page 9 of I 1
Exhibit "A"
City of Round Rock
Small Engine Parts and Repair
IFB 24-006
Commodity Code: 060-66
March 2024
PART IV
SCOPE OF WORK
1. PROJECT OVERVIEW: The City of Round Rock, herein after"the City" seeks bids from firms experienced in
providing small engine parts and repairs. On occasion, the City may not be able to complete repairs in house
and is requesting pricing for full-service repairs if offered.
2. SHIPPING AND DELIVERY: All shipments and deliveries shall be FOB (Freight on Board) destination to the
following address:
Fleet Maintenance
901 Luther Peterson Place
Round Rock,Texas 78664
A. No parts shall ship without a City PO referenced on the delivery order and invoice.
B. All parts shall be shipped and delivered complete unless arrangements for partial shipments are made in
advance.
C. All parts shipped and delivered shall include a shipping/delivery ticket showing the description of each
item, quantity, the City's purchase order number, and unit price.
D. Goods shall be received between the hours of 8:00 am to 5:00 pm Monday through Friday. All shipments
shall be coordinated with a City-authorized representative.
E. For items that are not normally stocked and will require 3rd party shipping charges for delivery, the at-cost
freight charges shall be prepaid and added to the invoice. The City reserves the right to audit the
Contractor's freight invoice to ensure compliance.
F. All goods shall be received and signed for by a City-authorized representative upon delivery.
G. Goods shall be delivered within three (3) days from the time the order is placed. Exceptions may be
considered upon preapproval by the City's Authorized Representative.
H. No additional delivery costs are permitted for items that should be in stock. Transportation and delivery
costs shall be included in the unit price provided in response to this solicitation.
I. No fuel surcharges or mileage charges shall be permitted for delivery of items. Transportation and
delivery costs shall be included in the unit price provided in response to this solicitation.
J. All new parts and equipment shall be provided to the City in the Manufacturer's original packaging. Parts
and equipment shall not be re-manufactured or refurbished.
3. CONTRACTOR RESPONSIBILITIES:
A. Returns: The City of Round Rock reserves the right to return unused items as needed. The Contractor
will be responsible for issuing all return credits, to include any shipping charges, if necessary, for returns
due to incorrectly shipped orders, items damaged in transit, shipment of obsolete parts to the City, or
instances of surplus. The Contractor must have a return policy that will assist in preventing obsolescence.
The Contractor shall buy back all unused items purchased under this agreement that are declared surplus
or are no longer required by the City within 120 days of shipment at the original purchase price.
Restocking charges are not acceptable and will not be authorized for payment.
B. Warranty: All goods and repairs shall be warranted against defects in material and workmanship for a
period of not less than 12 months beginning with the date of installation of part as evidenced by the City's
work order. If the manufacturer's standard warranty exceeds 12 months, then the manufacturer's
standard warranty shall be in effect. The Contractor shall furnish a copy of the manufacturer's warranty at
time of delivery.
C. Reports: The successful Respondent shall provide, upon request, a monthly/quarterly/annual total of all
parts purchased by the City. The report shall include the date purchased, invoice number, part number,
part description, price per part, and total dollar amount for all parts purchased.
Page 10 of 11
Exhibit "A"
City of Round Rock
Small Engine Parts and Repair
IFB 24-006
Commodity Code: 060-66
March 2024
3. REPAIR REQUIREMENTS (optional): All repairs shall be conducted by a qualified contractor in compliance
with all relevant regulations and safety standards. The Contractor shall-
A. Machines shall be picked up and delivered at the following location.-
Fleet
ocation:Fleet Maintenance
901 Luther Peterson Place
Round Rock,Texas 78664
B. Diagnose and troubleshoot engine issues.
C. Repair or replace faulty components, such as spark plugs, carburetors, fuel filters, and ignition system.
D. Perform routine maintenance tasks, including oil changes, air filter replacements, and blade sharpening (if
applicable).
E. Ensure proper alignment and adjustment of engine parts.
F. Test the repaired engines to verify functionality.
G. The contractor will supply all necessary materials, parts, and consumables for the repairs.
H. Replacement parts must meet OEM specifications or equivalent quality standards.
4. CITY RESPONSIBILITIES: The City will-
A. Provide the Respondent with complete and accurate information regarding orders placed by the Fleet
Maintenance Division.
B. Ensure the delivery area is accessible and reasonably free of safety hazards.
C. Provide access to facilities where deliveries and pickups are required.
D. Inspect work performed to ensure compliance with the scope of work.
E. Review all invoices, bills of lading, proof of delivery, and paid freight invoices for accuracy.
F. Provide the Respondent with the designated point of contact including Name, email address, and phone
number.
Page 11 of 11
Exhibit "A"
AT AZ,HMENT A
SOLCITATION SUBMITTAL FORM AND EXECUTION
IFB 24-006 Small Engine Parts and Repair
By signature hereon,the Respondent certifies that:
All statements, pricing and information prepared and submitted to the City's Bonfire portal in response to
this solicitation are current, complete, and accurate.
He/she has not given, offered to give, nor inter_- 'Lo give at any time hereafter, any economic opportunity,
future employment, gift, loan gratuity, special discount, trip, favor, or service to a City employee, evaluator,
or evaluating entity in connection with the submitted response. Signing the Execution of Solicitation
Submittal Form with a false statement shall void the submitted offer or any resulting contracts.
Respondent represents and warrants that the individual signing this Execution of Solicitation Submittal
Form is authorized to sign this document, represent the Respondent and to bind the Respondent under
any contract resulting from this submittal.
RESPONDENT(COMPANY): Th as Outdo P BAA Longhorn Outdoor Power
SIGNATURE (INK/DIGITAL):
NAME (TYPED/PRINTED): Jennifer homas
TITLE: Bookkeper DATE: 05/06/2024
STREET: 2001 Enterprise Dr#120
CITY/STATE/ZIP: Round Rock, TX 78664
TELEPHONE & FAX NO.: 512-243-8158
E-MAIL ADDRESS: Longhornoutdoorpower@gmail.com
FEDERAL TAX IDENTIFICATION NUMSER(r-:-`;): 82-0690290
By submitting a response to this solicitation, the Respondent agrees that the City's Definitions and 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 In addition, the
Supplemental Terms and Conditions listed in Section III, shall also be enforced as part of the contract, and
can be obtained from the City's website at:
Exhibit "A"
ATTACHMENT A
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER:
RESPONDENT'S NAME: Jennifer Thomas DATE: 05/06/2024
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.
1 Company's Name City of Georgetown
Name of Contact Tobias
Title of Contact
E-Mail Address tiffanee.thiele@georgetown.org
Present Address 300-1 Industrial
City, State, Zip Code Georgetown TX 78626
Telephone Number (512) 758-1427 Fax Number: ( )
2 Company's Name Brushy Creek Municipal Utilities Div
Name of Contact C Scott
Title of Contact
E-Mail Address c.scott@bcmud.org
Present Address 16318 Great Oaks
City, State, Zip Code Round Rock,TX 78681
Telephone Number ( 512 ) 255-7871 Fax Number: ( )
3 Company's Name City of Cedar Park
Name of Contact Cody
Title of Contact
E-Mail Address
Present Address 450 Cypress Creek
City, State, Zip Code Cedar Park,TX 78613
Telephone Number ( 512)d01-5520 Fax Number: ( )
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Exhibit "A"
Attachment C-Bid Sheet
Small Engine Parts and Repair
IFB 24-006
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 24-006.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 An anticipated total Contract award will be made by the City in a total not to exceed amount of$750,000.00.This total is
inclusive of all awarded vendors.
Special InstructionsNot all prices must be quoted 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 quandties indicated below
No. PART NUMBER MAKE/BRAND Description Estimated Unit Cost Extended Total
Quantity
PART I-MAKE/MODEL PRICING(This section will be evaluated by cost)
1 KV650SPH BILLY GOAT LEAF(TRASH VAC 1
2 030622 BRIGGS&STRATTON GENERATOR,5000 WATT BRIGGS&STATTON 1 $0.00
3 796970 BRIGGS&STRATTON FILTER,AIR BRIGGS&STRATTON#796970 10 $11.22 $112.20
4 394358S BRIGGS&STRATTON FILTER,FUEL BRIGGS&STRATTON 15 $3.15 $47.25
5 491588S BRIGGS&STRATTON FILTER,AIR,(MOWERS,ETC.) 30 $2.70 $81.00
6 491055T CHAMPION PLUG,SPARK CHAMPION RC14YC 25 $1.50 $37.50
7 796112 CHAMPION PLUG,SPARK(BRIGGS&STRATTON)CHAM RJ19LM 25 $1.25 $31.25
8 SRM-3020T ECHO LINE TRIMMER 20 $391.99 $7,839.80
9 PB-770H ECHO BACKPACK BLOWER 10 $439.99 $4,399.90
10 PPT-2620 ECHO POLE SAW 5 $503.99 $2,519.95
11 SRM-2620 ECHO LINE TRIMMER 10 $295.99 $2,959.90
12 PE2620 ECHO EDGER 5 $319.99 $1,599.95
13 PB-2620 ECHO BLOWER 10 $207.99 $2,079.90
14 SRM 41OU ECHO BRUSH CUTTER 5 $527.99 $2,639.95
15 999442009078 ECHO HEAD,BUMP TRIMMER 25 $26.00 $650.00
16 330105075 ECHO Black Diamond ECHO LINE,TRIMMER(.105'5LBS) 10 $65.72 $657.20
17 99944200220 ECHO HEAD;TRIMMER FIXED LINE 15 $33.73 $505.95
18 A226DO0473 ECHO FILTER,ECHO PB251 AIR 40 $6.13 $245.20
19 99944200225 ECHO HEAD;TRIMMER 07 SRM261T ECHO 10 $39.99 $399.90
20 A021003941 ECHO CARBURETOR;ECHO PB-770H BLOWER 5 $76.00 $380.00
21 A226001410 ECHO FILTER,AIR ECHO SRM 230 40 $5.07 $202.80
22 P021049420 ECHO ASSEMBLY,PE-266 GEAR CASE 5 $91.13 $455.65
23 13031051830 ECHO FILTER,AIR LINE TRIMMER ECHO 30 $4.98 $149.40
24 A411000420 ECHO COIL,IGNITION 09 PB-SOOT ECHO B/P BLOWER 5 $93.77 $468.85
25 12300003662 ECHO CARBURETOR;WT-0098 ECHO PB210 BLOWER 5 $67.42 $337.10
26 A021000723 ECHO CARBURETOR;ASSY ECHO PE230 EDGER 5 $63.01 $315.05
27 A226000410 ECHO FILTER,AIR(11 ECHO PB 770H) 15 $7.68 $115.20
28 90181Y ECHO KIT,TUNE UP 17 SRM-2620 ECHO 5 $29.47 $147.35
29 P021003910 ECHO COIL,IGNITION 1 5 $45.56 $227.80
30 P021044540 ECHO GEAR CASE ASSEMBLY 00 SRM230 i $71.58 $71.58
1 Of 5
Exhibit "A"
Attachment C-Bid Sheet
Small Engine Parts and Repair
IFB 24-006
31 A226000371 ECHO FILTER,AIR,PRE('15 SMR280T)ECHO TRIMMER 15 $3.96 $59.40
32 A021000700 ECHO CARBURETOR,WALBRO WYK-186 5 $68.86 $344.30
33 90137Y ECHO FUEL LINEK,KIT(08 GWP25) 10 $21.90 $219.00
34 SS1035B FRONTIER SPREADER 1 $0.00
35 WT30XK4A HONDA TRASH PUMP 1 $1,450.00 $1,450.00
36 HRC216HXA HONDA MOWER IS NO LONGER AVALIABLE 10 $0.00 $0.00
37 EB22001TA HONDA GENERATOR 1 $1,175.00 $1,175.00
38 HRX217K5VYA HONDA PUSH MOWER MOWER IS NO LONGER AVALIABLE 1 $0.00 $0.00
39 16100-ZE2-W71 HONDA CARBURETOR;ASSEMBLY 96 GX240 HONDA MOTOR 5 $82.75 $413.75
40 17210-ZiV-003 HONDA FILER;AIR COMBO(HONDA 17210-ZE7-505) 10 $19.40 $194.00
41 18310-ZF1-000 HONDA MUFFLER 5 $51.21 $256.05
42 16100-ZJO-892 HONDA CABURETOR(HONDA 18.0 GX61ON-TWIN) 1 $226.07 $226.07
43 12000-Z2C-000 HONDA CYLINDER,ASSY HONDA GSV190 1 $121.60 $121.60
44 99969-6426 KAWASAKI TUNE-UP KIT KAWASAKI ALL FS CARB ENGINES 5 $69.99 $349.95
45 2509811-S KOHLER STARTER;09 STT61V-27CH 27HP 1 $162.43 $162.43
46 261301 MARUYAMA IGNITION COIL:W/ROTOR 01 BC2600 MARUYAMA 5 $0.00
47 265926 MARUYAMA CARBURETOR:MARUVAMA(01 BC2600) 5 $0.00
48 BPM8Y NGK PLUG,SPARK NGK BPM8V 5574 145 $3.20 $464.00
49 BPMR7A NGK PLUGSPARK(NGK 4626) 60 $3.22 $193.20
50 BPR2ES NGK PLUG,SPARK NGK BPR2ES 35 $3.36 $117.60
51 CMR6H NGK PLUGSPARKNGK CMR6H) 20 $5.15 $103.00
52 CMR5H NGK PLUG,SPARK NGK CMR5H 15 $5.15 $77.25
53 CR5HSB NGK PLUG,SPARK(CR5HSB)NGK 25 $3.40 $85.00
54 CMR7H NGK PLUG,SPARK NGK CMR7H CHAMP 965,RZ7C 20 $5.15 $103.00
55 BPR5ES NGK PLUGSPARK NGK 7734 95 $3.50 $332.50
56 BPR6ES NGK PLUGISPARK FOR HONDA ENGINES/BPR6ES 40 $3.50 1 $140.00
57 22-530 OREGON OREGON GATORLINE;130 15 $53.22 $798.30
58 200 POWER TRIM EDGER 5 $934.00 $4,670.00
59 270-50203-10 ROBIN SUBARU STARTER;RECOIL 03 G4100R ROBIN ENGINE 1 $0.00
60 27-12199 ROTARY TRIMMER LINE,QUAD(130'x675'/3.3MMx205M) 20 $60.24 $1,204.80
61 9277 SCAG TIRE,RUN FLAT 13x5.00/3.25 12 SCAG 10 $126.56 $1,265.60
62 482503 SCAG TIRE ASSEMBLY;FRONT(16 STC48V-651FS) 1 $150.00 $150.00
63 481851 SCAG WHEEL:24'x12'x12'17 STTII 72V 25KBD 1 $100.00 $100.00
64 482-877 SCAG BLADE,SCAG MOWER 10 $16.23 $162.30
65 482694 SCAG BLADE;CUTTER 24.5-RN ELIM 17 SCAG 5 $38.21 $191.05
66 TS 700 STIHL CONCRETE SAW 1 $1,325.99 $1,325.99
67 MS461 STIHL RESCUE SAW 5 $1,199,99 $5,999.95
2of5
Exhibit "A"
Attachment C-Bid Sheet
Small Engine Parts and Repair
IFB 24-006
68 RB 200 STIHL PRESSURE WASHER 1 $545.99 $545.99
69 MS 261 STIHL CHAIN SAW 5 $575.99 $2,879.95
70 FS240R STIHL LINE TRIMMER 5 $500.49 $2,502.45
71 BR 700 STIHL BACKPACK BLOWER 10 $477.39 $4,773.90
72 0000 350 3500 STIHL FILTER,FUEL STIHL MS362 45 $4.50 $202.50
73 4238 140 4404 STIHL FILTER;KIT AIR(STIHL)TS 410&420 10 $18.37 $183.70
74 1141 120 1604 STIHL FILTER,AIR MS261 STIHL 10 $0.00
75 4112 713 4201 STIHL BLADE,SAW CIRCULAR STIHL 5 $22.75 $113.75
76 4224 007 1013 STIHL FILTER;KIT AIR16 TS700STIHL 5 $14.00 $70.00
77 4282 007 3600 STIHL FILTER;FUEL,ISSUE PKG OF 2 STIHL(BR600) 10 $7.50 $75.00
78 0000 350 3502 STIHL FILTER,FUEL 14 FS240R STIHL 30 $4.50 $135.00
79 DD21-H 6.5 TEMPEST EMERGENCY VENT FAN 1 $0.00
80 22210 TORO PUSH MOWER 1 $2,270.30 $2,270.30
81 112-8841-03 TORO BLADE;LAWN MOWER 10603 5 $18.73 $93.65
82 EV3100 TURBO TURF MOTOR ASSEMBLY 1"3/4 SECOND 3 WIRE 1 $0.00
83 125528-1 WALBRO FILTER;FUEL 100 $468 $468.00
84 375301 ECHO BLADE,ECHO EDGER(720237001)STENS 365 $1.15 $419.75
85 VP6202 ETHANOL FREE FUEL FUEL SMALL ENGINE 4 CYCLE(5 GALLON 450 $120.00 $54,000.00
86 VP6232 ETHANOL FREE FUEL FUEL,SMALL ENGINE 50.1(5 GALLONS) 255 $120.00 $30,600.00
87 VP348 ETHANOL FREE FUEL SPOUT,VP FUEL 25 $24.00 $600.00
88 100-784 HONDA FILTER,AIR HONDA 17210-ZE1-517) 40 $6.99 1 $279.60
89 100-818 HONDA ELEMENT AIR CLEANER HONDA 17210-ZE2-515 15 $8.47 $127.05
90 605496 HUSQVARNA FILTER,AIR,KIT(HUSQ 506347002) 1 $30.32 $30.32
91 120-523 KOHLER FILTER:OIL 12 050-01S KOHLER&BS 492932S 15 $6.62 $99.30
92 100-016 KOHLER FILTER,AIR KOHLER 47 833 03-S7 10 $5.99 $59.90
93 102-853 KOHLER FILTER,AIR KOHLER#14 083 15-S 10 $3.40 $34.00
94 248-030 MCLANE BELT,DRIVE,MCLANE EDGER 5 $8.23 $41.15
95 102-087 MIKASA FILTER,AIR(MIKASA) 5 $9.34 $46.70
96 345-314 TORO BLADE,MOWER 23-2410-03 TORO 55 $17.05 $937.75
97 302362 TORO BLADE,MOWER,PUSH,22-(TORO RECYCLER) 10 $9.92 $99.20
98 610-393 WALBRO FILTER;FUEL/STENS 125-527-1 WALBRO 75 $2.54 $190.50
Total: $154,012.08
3ofS
Exhibit "A"
Attachment C-Bid Sheet
Small Engine Parts and Repair
IFB 24-006
PART II-ADDITIONAL SERVICES AND PRICING(This section will be not evaluated but will become part of the contract)
Percent off Catalog
PERCENT OFF ITEM PERCENT OFF
REM No. CATALOG NAME CATALOG No. CATALOG NAME CATALOG
1 BILLY GOAT 20% 26 POWER TRIM
2 BRIGGS&STRATTON 27 PREMIXED FUEL
3 CHAMPION 28 REDMAX
4 ECHO 20% 29 RIDIG
5 ETHANOL FREE FUEL 30 ROBIN SUBARU
6 EZ-GO 31 ROTARY
7 FRONTIER 32 RYOBI
8 GENERAC 33 SCAG 20%
9 GRACO 34 SNAPPER
10 HONDA 35 STENS
11 HUSOVARNA 36 STIHL 20%
12 JOHN DEERE 37 STONE
13 KAWASAKI 38 SURARU
14 KOHLER 39 TECUMSEH
15 KUBOTA 40 TEMPEST
16 1 LAWN BOY 41 THROTTLE
17 MAKITA 42 TORO 20%
18 MARUYAMA 43 TROY BILT
19 MASPORT 44 TURBO TURF
20 MCLANE 45 WACKER
21 MIKASA 46 WALBRO
22 MTD 47 YAMAHA
23 NGK 48 YAMOKOYO
24 OREGON 49 YARD MACHINE
25 POLARIS
4of5
Exhibit "A"
Attachment C-Bid Sheet
Small Engine Parts and Repair
IFB 24-006
CATALOGS PERCENT OFF
Item No. OFFERED CATALOG
50
51
52
53
54
55
56
57
58
59
60
Repair Services
REM No. Description Price
1 Shop Labor Rate(per hour $12500
2 Dia nosbc Fee-Small Machines(if a livable) $0.00
3 Diagnostic Fee-Large Machines(if applicable) $0.00
4 Pickup&Delivery r mile
5 Minimum Charge for Pickup&Delivery Flat Fee
6 Pickup Only(per mile)
7 Minimum Charge for Pickup Only(Flat Fee)
8 Delivery Onl (per mile
9 Minimum Char a for Delivery Only Flat Fee
8 Expedited Service(Flat Fee)
Restocking Fee(Percentage or Flat fee)
1 Restocking Fee 0% $0.00
COMPANY NAME: LONGHORN OUTDOOR POWER EQUIPMENT
PRINTED NAME, CHRIS THOMAS
PHONE NUMBER. 5122438158
EMAIL ADDRESS. LONGHORNOUTDOORPOWER@GMAIL.COM
5of5