Loading...
R-2025-290 - 11/6/2025 RESOLUTION NO. R-2025-290 WHEREAS, the City of Round Rock ("City") has duly sought proposals for the purchase of automotive repair services to support city operations; and WHEREAS, Austin Fleet Services, Inc. has submitted the proposal determined to provide the best value to the City considering the price and other evaluation factors included in the request for proposals; and WHEREAS, the City Council desires to enter into an agreement with Austin Fleet Services, Inc. for the purchase of automotive repair services, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement Between the City of Round Rock and Austin Fleet Services, Inc. for Purchase of Automotive Repair Services to Support City Operations, a copy of same being attached hereto as Exhibit"A" and incorporated herein. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 6th day of November, 2025. 1,4 CRAIG VUG , Mayor City of Round Rock, Texas AM-�,V,, 6 ANN rRANKLlN, City Clerk 0112.20252:4925-8813-7588 EXHIBIT A AGREEMENT BETWEEN THE CITY OF ROUND ROCK AND AUSTIN FLEET SERVICES,INC.FOR PURCHASE OF AUTOMOTIVE REPAIR SERVICES TO SMOLT QTYONS THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON COUNTY OF TRAVIS This Agreement ("Agreement")for the purchase of automotive repair services to support City of Round Rock operations is made and entered into on this the day of , 2025, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the "City,"and AUSTIN FLEET SERVICES, INC., whose offices are located at 1707 Maple Vista Drive, Suite C, Pflugerville, Texas 78660, referred to herein as "Vendor." This Agreement supersedes and replaces any previous agreement between the named parties, whether oral or written,and whether or not established by custom and practice. RECITALS: WHEREAS, City desires to purchase automotive repair services to support City operations;and WHEREAS, City has issued its "Request for Proposals" for the provision of said services;and WHEREAS, City has determined the proposal submitted by Vendor 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, 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 Vendor whereby City is obligated to buy specified services and Vendor is obligated to sell same. The Agreement includes the following: (a) City's Request for Proposal, designated Solicitation Number 25- 018REBID dated May 2025 ("RFP"); (b) Vendor's Proposal; and (c) any exhibits and/or I addenda thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Vendor's Proposal; (3) City's Request for Proposals,Addenda,exhibits,and attachments. B. City means the City of Round Rock, Williamson and Travis Counties,Texas. C. Effective Date means the date set out in the introductory paragraph above. D. Services mean the specified services, supplies, materials, commodities, or equipment. E. Vendor means Austin Fleet Services, Inc.,or any 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 indicated herein or is terminated or extended as provided herein. B. The term of this Agreement shall be for sixty (60)months from the Effective Date 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 A. City selected Vendor to supply the Services as outlined in the RFP; any Addenda to RFP; and the Proposal submitted by Vendor, all as specified in Exhibit "A," incorporated herein by reference for all purposes.The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the RFP and any Addenda to RFP and as offered by Vendor in its Proposal. The Services which are the subject matter of this Agreement are described in Exhibit"A" which is 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 Vendor shall be considered as one of two (2) providers ("dual providers") of the Goods and Services. Vendor specifically further acknowledges and agrees that this Agreement is not an exclusive agreement. City may, in its sole and unfettered discretion, elect to use either of the two (2) providers in whatever order it 2 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 Vendor in accordance with Exhibit"A," Attachment D. 6.0 COSTS Vendor 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$1,000,000.00 for the term of this Agreement for Vendor's services combined with the dual provider's service. 7.0 INVOICES A. All invoices shall include,at a minimum,the following information: I. Name and address of Vendor; 2. Purchase Order Number; 3. Description and quantity of Services provided;and 4. Delivery dates. 9.0 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING A. 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. B. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City's proposal, with the consent and agreement of the successful service provider(s)and the City. Such agreement shall be conclusively inferred for the Vendor from lack of exception to this clause in the service provider's response. However, all parties hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback"procurements. .3 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 Services as determined by City's budget for the fiscal year in question. City may affect such termination by giving Vendor a written notice of termination at the end of its then-current fiscal year. 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 Vendor will be made within thirty (30) days of the date City receives the 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 services, whichever is later. Vendor may charge interest on an overdue payment at the"rate in effect" on September I of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by City in the event: I. There is a bona fide dispute between City and Vendor, a contractor, subcontractor, or supplier about the Service performed that cause the payment to be late;or 2. There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the Services performed that causes the payment to be late.or 3. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds;or 4. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 11.0 GRATUITIES AND BRIBES City may,by written notice to Vendor, cancel this Agreement without liability to Vendor if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 12.0 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 4 13.0 INSURANCE Vendor shall meet all City of Round Rock insurance requirements set forth in the RFP and on the City's website at: haps:/hv",A.roundrockiexas.gov/wp-content/uploads/2024/12/CORR-Insurance-08- 2024.ridt 14.0 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Richard Bolton—Superintendent of Fleet Operations General Services Department 221 East Main Street Round Rock, TX 78664 (737)256-7770 rbolton u,round rocktexas. 15.0 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. 16.0 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City acquiring the specifed goods elsewhere. Vendor shall be declared in default of this Agreement if it does any of the following and fails to cure the issue within thirty(30)days of receipt of written notice: I. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; 2. Becomes insolvent or seeks relief under the bankruptcy laws of the United States, and is unable to perform its material obligations under the Agreement. 17.0 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 Vendor. 5 B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause,upon ten(10)days' written notice to Vendor. C. Vendor has the right to terminate this Agreement only for cause,that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if undisputed.The parties agree that Vendor is not entitled to compensation for Services it would have performed under the remaining term of the Agreement except as provided herein. 18.0 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of,or incident to,concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution)against any third party who may be liable for an indemnified claim. 19.0 COMPLIANCE WITH LAWS,CHARTER,AND ORDINANCES A. Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws,the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. B. In accordance with Chapter 2271,Texas Government Code,a governmental entity may not enter into a contract with a company for goods or services unless the contract contains written verification from the company that it: (1)does not boycott Israel; and(2)will not boycott Israel and will not boycott Israel during the term of this contract. The signatory executing this Agreement on behalf of Vendor verifies Vendor 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 6 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 Vendor verifies Vendor 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 Govemment 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 Vendor verifies Vendor does not boycott energy companies, and it will not boycott energy companies during the term of this Agreement. 20.0 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. 21.0 NOTICES A. All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. When delivered personally to recipient's address as stated in this Agreement;or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Vendor: Austin Fleet Services, Inc. 1707 Maple Vista Drive, Suite C Pflugerville,TX 78660 Notice to City: City Manager Stephanie L. Sandre,City Attomey 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock,TX 78664 B. Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 7 22.0 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. 23.0 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing. 24.0 DISPUTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14)or any applicable state arbitration statute. 25.0 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 void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 26.0 MISCELLANEOUS PROVISIONS A. Standard of Care. Vendor represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. B. Time is of the Essence. The parties agree that, from time to time, certain unique transactions may have special requirements relative to timing and, accordingly, the parties will identify those transactions and exercise best efforts to accomplish those transactions within the stated timeframe. Other timing requirements will be met in a commercially reasonable manner. Where damage is caused to City due to Vendor's failure to perform in the special timing requirement circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. 8 C. Binding Agreement. This Agreement shall extend to and be binding upon and inure to the benefit of the parties' respective heirs, executors, administrators, successors and assigns. D. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which,when taken together, shall constitute one and the same instrument. [Signatures on the following page.] 9 IN WITNESS WHEREOF,City and Vendor have executed this Agreement on the dates indicated. Austin Fleet Services, Inc. Printed e: _ �� D MA S title: f�! Date Signed: S ' Cih of Round Rock,Texas B): Printed Name: Title: Date Signed: For City,Attest: B%: Ann Franklin.City Clerk For City,Approved as to Form: B�. ----- ------- - Stephanie L. Sandre.City Attorney 10 Ezhibit"A" (Request for Proposal,Proposal,and Addenda) t� PtROUND�.RGaCCK TEXAS wbn City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov REQUEST FOR PROPOSAL (RFP) AUTOMOTIVE VEHICLE REPAIR SERVICES SOLICITATION NUMBER 25-018 REBID MAY 2025 City of Round Rock Automotive Vehicle Repair Services RFP No 25.018 REBID Commodity Code:928-15 May 2025 AUTOMOTIVE VEHICLE REPAIR SERVICES PART I GENERAL REQUIREMENTS PURPOSE AND BACKGROUND: The purpose of this solicitation is to secure qualified vendors to provide comprehensive service and repair for the City of Round Rock,Texas s(referred to as*The City')fleet of vehicles,which includes cars,trucks and trailers This procurement supports the City's commitment to maintaining the operational readiness.safety,and longevity of its municipal fleet,which is essential for delivering vital public services. The se:ected contractor(s)will be responsible for performing scheduled maintenance,diagnostics,and a range of mechanical repairs in accordance with manufacturer standards and industry best practices This solicitation ensures that the City can continue to operate efficiently and reliably by minimizing vehicle downtime and optimizing fleet performance The City is seeking a contract with a not to exceed amount of$1,000,000 for all vendors awarded over the full contract term 2. SOLICITATION PACKET:This solicitation packet is comprised of the following: f : Part I—General Requirements Page(s)24 Part ll—Definitions, Standard Terms and Conditions, and Insurance Requirements Page 5 Part III—Supplemental Terms and Conditions Page(s)6-8 Part IV—Scope of Work Page(s)9-12 Part V—Proposal Preparation Instructions and Evaluation Factors Page(s)13-15 Attachment A-Proposal Submittal Form Separate Attachment Attachment B—Reference Sheet Separate Attachment Attachment C—Subcontractor Information Form Separate Attachment Attachment D—Cost Proposal Sheet Separate Attachment Attachment E—Insurance Instructions Separate Attachment [Attachment F—Preventative Maintenance Checklist Separate Attachment 3. SCHEDULE OF EVENTS:It is the City's intention to follow the solicitation timeline below Solicitation released May 28,2025 Deadline for submission of questions June 9,2025 @ 5:00 PM,CST City responses to questions or addendums Approximately June 11, 2025 @ 5:00 PM, CST Deadline for submission of responses June 25,2025 @ 3:00 PM,CST Page 2 of 14 City of Round Rock Automotive Vehicle Repair Services RFP No.25-018 REBID Commodity Code:928-15 May 2025 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 at: htlps:Uroundrocktexas.bonfirehub.com The City reserves the right to modify these dates. Notice of date change will be posted to the City's website: htLos://roundroCktoxar,,bonfirehub.com 4. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at hips://roundrocklqxas.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*11 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:hags://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. D. No response can be withdrawn after opening without written approval from the City for an acceptable reason. E. The City will not be bound by any oral statement or offer made contrary to the written specifications, F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of the City. G. Late responses will not be considered. 6. CERTIFICATE OF INTRUSTED 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./lwww.ethics.state.tx.us/whatsnew/elf info forml295.htm 7. EX PATE COMMUNIgATION: Please note that to insure the proper and fair evaluation of an offer,the City of Round Rock prohibits ex parte communication(e.g.,unsolicited)initiated by the Offeror to the City Official, Employee,City Consultant,or Evaluation Team member evaluating or considering the offers prior to the time an award decision has been confirmed,Communication between an Offeror and the City wilt•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 offer. Ex parte communication may be grounds for disqualifying the offending Offeror from consideration of award in evaluation or any future bid. 8. 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 orotestiQroundrocktexas.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 Page 3 of 14 City of Round Rock Automotive Vehicle Repair Services RFP No. 25-018 REBID Commodity Code:928-15 May 2025 Offer due date. B. Aftgr 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 speclfic 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. 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 4 of 14 City of Round Rock Automotive Vehicle Repair Services RFP No.25-018 REBID Commodity Code: 928-15 May 2025 PART II DEFINITIONS,STANDARD TERMS AND CONDITIONS, AND INSURANCE REQUIREMENTS I. 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: httos://www roundrocktexas goy/city-deoartments/ourchasing/. 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: htt s:/twww r and exas. ov/ci -de a e c sin / 3. ADDITIONAL.INSURANCE REQUIREMENTS:The Garage Liability policy shall provide a minimum limit of liability of$500,000 Auto Only/$500,000 Aggregate other than Auto. Coverage shall be provided for all owned,hired,and non-owned vehicles.The policy shall include these endorsements in favor of the City of Round Rock:a)Waiver of Subrogation b)Thirty(30)days Notice of Cancellation c)The City of Round Rock listed as an additional insured Page 5 of 14 City of Round Rock Automotive Vehicle Repair Services RFP No.25-018 REBID Commodity Code:928-15 May 2025 PART III SUPPLEMENTAL TERMS AND CONDITIONS 1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty(60) months. B. Upon expiration of the contract term,the Contractor agrees to hold over under the terms and conditions of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project up to 120 days. 2. RESPONIQgNT 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 general automotive vehicle 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. The Respondent shall include in the proposal a list of all litigation that the company or its principals have been involved in within the last three(3)years. C. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the United States,or not having a home office inside the United States will not be included for consideration in this RFP process. D. Respondent warrants and agrees that all materials supplied herein shall be manufactured and produced in compliance with the laws,regulations,codes,terms,standards,and requirements of Underwriters Laboratories Incorporated,all Federal.State,and local authorities,and all other authorities having jurisdiction,and that performance of goods shall be in accordance with the above laws,regulations,codes,terms, standards,and requirements,and agrees upon request,to furnish the City a certificate of compliance upon request. E. Have all the relevant licenses and permits to operate as an automotive shop and comply with all local, state,and federal statutes. F. The Respondent should have a physical address less than 20 miles from The City's fleet maintenance facility located at: 801 Luther Peterson Place Round Rock TX 78685 3. SUBCONTRACTORS: If Subcontractors will be used,the Respondent is required to complete and submit with their proposal response Attachment B: Subcontractor Information Form.The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractor's own acts and omissions. The Contractor shall: A. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions,specifications,and terms of the Contract. B. Require that all Subcontractors obtain and maintain, throughout the term of their agreement,primary insurance in the type and amounts specified for the Contractor,with the City being named as an additional insured;and C. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to Indemnify the City. D. Awarded Contractor is required to submit a list of all subcontractors for approval by the City prior to use of any subcontractors throughout the term of the contract. 4. SAFETY:The City reserves the right to remove any employee from City property for violation of federal,state, and local health,safety and environmental laws,ordinances,rules,and regulations. The Respondent shall: Page 6 of 14 City of Round Rock Automotive Vehicle Repair Services RFP No.25-018 REBID Commodity Code:928-15 May 2025 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. 5. WORKFORCE: Successful Respondent shall: A. Ensure Respondent's employees perform the services in a timely,professional,and efficient manner. B. Ensure Respondent's employees,while working on City property,wear a company uniform that clearly identifies them as the Respondent's employee. C. Employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. The City reserves the right to verify citizenship or right to work in the United States. 6. PRICING:The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs,labor,overhead charges,travel,payroll expenses,freight,equipment acquisition and maintenance,demurrage,fuel surcharges,delivery charges,costs associated with obtaining permits, insurance,bonds,and risk management. No separate line-item charges shall be permitted for either response or invoice purposes. Prices for materials will be on a cost-plus basis.The percentage(%)markup shall not be greater than 15%. Invoices for work performed shall require a copy of a supplies receipt to be Included. Failure to provide the contracted cost-plus percentage(%)on an invoice may result in payment at cost. 7. PRICE INCREASE:Contract prices for general automotive vehicle repair services shall remain fine 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. 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's 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:/twww.bis.gov/coi B. Procedure to Request Increase: i. Email the written price increase request to purchasingta'-2roundrocktexas.00v with the rale 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. 8. ACCEPTANCEJINSPECTION: 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 Page 7 of 14 City of Round Rock Automotive Vehicle Repair Services RFP No.25-018 REBID Commodity Code:928-15 May 2025 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. 9. PERFORMaNCE REVIEW: The City reserves the right to review the awarded Contractor's performance anytime during the contract term. 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 httas:Hroundrocktexas.bonfirehub.cQm once City Council has approved the recommendation of award and the agreement has been executed. 12. 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: Richard Bolton Superintendent Fleet Vehicle Maintenance General Services Phone: (612)218-7082 E-mail: rbulton(a-rt)undrocl<rtaaN.eov C. Do not contact the individual listed above with questions or comments during the course of the solicitation. 13. INTERLOCAL PURCHASING AGREEMENTS: A. The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the Interlocal Cooperation Act,Chapter 791 of the Texas Government Code. B. The Contractor may offer the same price and terms and conditions to other eligible agencies that have an interlocal agreement with the City. C. The City does not accept any responsibility or liability for the purchases by other government agencies through an interlocal cooperative agreement. Page 8 of 14 City of Round Rock Automotive Vehicle Repair Services RFP No.25-018 REBID Commodity Code: 928-15 May 2025 PART IV SCOPE OF WORK 1. PURPOSE AND BAC GROUND:The City of Round Rock,herein after referred to as'the City"seeks proposals from firms experienced in from qualified suppliers to enter into service agreement(s)for various light,medium,and heavy-duty vehicle repairs,as well as dump trucks and trailers for the Fleet Services Department and various other City departments as needed. The City owns and maintains over 400 vehicles in our fleet.Vehicle types include:Chevrolets(C1500,Tahoe, Traverse). Fords(Crown Victoria, Escape,Expedition,Explorer,F-150, F-250, F-350, F-450,F-550,F-650, F- 750,Vans,Lightings,Taurus).The City owns over 150 trailers as well as dump trucks that may be Included in this contract.The Fleet Services Department currently has an in-house parts room operation with a parts inventory and maintains the fleet by performing maintenance and repair actions. 2. ONSIB •The Contractor shall: A. Have adequate manufacturers or commercially published repair and specifications manual(s)for all motor vehicles they can service. B. Provide qualified,certified mechanics to perform repair services. C. Maintain proper licensing and insurance coverage, including liability and worker's compensation. D. Provide detailed service reports and invoices for each repair and maintenance service performed. 3. FACILITY REQUIREMENTS:The Contractor shall A. Have a facility large enough to accommodate their current workload as well as the additional workload resulting from award of this contract. The City may provide a bay or space for services if needed at the Luther Peterson location. B. Provide daily,year-round service regardless of weather conditions. C. Park all police vehicles in a secure area with controlled access.Contractor shall provide information and/or explain the method to be utilized for the security of the City's Police vehicles and/or any City vehicles while on the Contractor's property during business hours and overnight.The City reserves the right to determine if the secured area will meet the City's needs. D. Police vehicles are not to be driven to or from the repair facility by non-police personnel. However, incidental driving of police vehicles around the repair facility required to store and complete repairs and test driving of police vehicles within one block of the repair facility after repairs are complete is permitted. E. The City reserves the right to tour the facility prior to award to confirm that its security will meet the City's needs. 4. SERVICE REQUIREMENTS:The Contractor shall: A. Fully examine and diagnose the vehicle to determine which repairs are required. Computerized programming may be included.We estimate that 2-3 vehicles per week will be scheduled for preventative maintenance(PM)but no more than 5 PM's per day.The Fleet Dept.will issue a calendar schedule to the awarded vendor specifying which vehicles will be serviced and a description of PM needs. B. Provide a written estimate to the City's designated representative within two business days of the vehicle's arrival at the facility.Repair work shall not commence until the Contractor has received a Purchase Order Number issued. C. Complete quality control inspections of all vehicles after repairs are completed to ensure conformance to the original manufacturer's standards and configuration before returning them to the City. D. Hidden Damages: During a repair event,if additional damages are found that were not included in the original estimate,the Contractor shall contact the City's Fleet Operations Manager or designated vehicle maintenance staff member,provide a revision to the original estimate,and obtain authorization for the additional repairs and/or parts needed before additional charges occur. S. PARTS AND MATERIALS: A. Repair materiels and parts will be supplied by the contractor and shall be new unless alternative'after- market'or used parts are specifically approved by the City's designated representative in advance.There Page 9 of 14 City of Round Rock Automotive Vehicle Repair Services RFP No.25-018 REBID Commodity Code:928-15 May 2025 may be instances where the Fleet Dept.has parts in stock or on back-order and may supply parts if available.This will be handled on a case-by-case basis. B. All repair parts and materials used must be certified by their manufacturer as meeting Original Equipment Manufacturer(OEM)specifications. C. When non-OEM parts are approved for use,such parts must be certified by the Certified Auto Parts Association(CAPA)and warranted by the Contractor as being equal in kind and quality in terms of fit, performance,and overall quality to the original manufacturer parts they are replacing. 6. OUT OF SERVICE TIME:Out of service time due to repairs is of great concern to the City. The Contractor shall agree to give priority to the repair of the City's vehicles with the highest priority given to Police and any other emergency response vehicle.Upon acceptance of the Contractor's estimate the City will require a turnaround time of 48 hours to 2 weeks(maximum)or better for the completion of repairs on Police and any other emergency response vehicles.Any delays in this completion must be communicated with the City's point of contact on a weekly basis. 7. DAMAGES:The Contractor shall be held responsible for damages to the City's equipment and/or property, the workplace and Its contents by its work, negligence in work,its personnel, and/or equipment usage. 8. DESIGNATED CONTACT PERSON:To maintain consistent standards of quality work performed across the City,the City shall be provided with a designated and identified point of contact. A. The City shall be provided with the designated person's name and telephone number. B. This contact person should remain the same throughout the term of the contract. If a change must be made to the designated contact person,the City's designated representative shall be notified by the Contractor immediately all the time of the change. NO substitutions of key personnel shall be permitted without written approval of the authorized City's designated representative. C. The designated contact person shall be identified in the solicitation response and may be required to attend an oral presentation to the evaluation team prior to award of contract. D. The City shall also be provided with a secondary designated contact person to communicate with if the primary contact is unavailable. 9. MAINTAIN COMMUNICATION:Communication is vital to the City of Round Rock.The City requires timely communication throughout the entire job process. The City understands that lead times can vary depending upon the size,manufacturer,and difficulty of the required tasks. 10. RESPONSE TIME: Response times shall be as follows: A. Emergency Service Calls-"Emergency Services"are defined as requests made that are immediately necessary and may stop normal operations for the City- The Contractor shall- i Return the call of the City's POC and schedule the repair within one hour of the City's emergency call for repair service. ii Be on location at the site within two hours after notification by the City that anemergency has occurred. iii. The hours between 6:01 PM and 6:59 AM CST Monday through Friday,weekends, and City-observed holidays are considered"after-hours'. iv. The Contractor shall respond to emergency repairs verbally within 20 minutes and,if necessary,be on site within 45 minutes v. It is the Contractors responsibility to have available adequate qualified staff to respond to emergencies at all times vi The Contractor shall receive authorization in the form of a written response to perform after-hours repairs and maintenance from the City-designated representative or their delegated representative in advance of services being provided. B Non-Emergency Service Call-"Non-Emergency Services'are defined as requests for repairs that, if the issue is not resolved in a reasonable amount of time, will stop normal operations.The Contractor shall- Page 10 of 14 City of Round Rode Automotive Vehicle Repair Services RFP No.25-018 REBID Commodity Code:928-15 May 2025 i. Call the City POC to schedule a repair within four hours of City's call for repair services. ii. Be on location at the site within 24 hours after notification by the City that non-emergency repair services are required. 11. PICK UP AND DELIVERY: A. Regular City Vehicles:Contractor shall provide pickup and delivery services for regular City's vehicles in need of repair within 24 hours of contact. i.The pickup and delivery location: City of Round Rock Vehicle Maintenance 901 Luther Peterson Place Round Rock,Texas 78664 ii. Pick up and drop of vehicles shall occur during normal business operating hours of 8:00 am-5:00pm. This will not include holidays or weekends. B. Police Vehicles:Only swom police officers may drive marked police vehicles on public roads;therefore, the Contractor shall provide tow truck services to and from their repair facility using a flatbed or a slide style tow truck for police vehicles. i. Police vehicles shall be picked up from the City by tow truck within 8 hours of request. ii. Incidental driving of police vehicles around the repair facility is required to store and complete repairs, and a test drive of police vehicles within one block of the repair facility after repairs are complete is permitted. iii. All Towing fees should be a flat rate as indicated on Attachment D-Cost Proposal Sheet, 12. LAR AND OVgRTIMF WORK HOURS:Regular Business hours are 7:00 AM to 5:00 PM Monday through Friday. Overtime pay consisting of hours outside the designated regular business hours will be allowed by the City if deemed necessary and approved by the City's designated representative in advance of work. Overtime work performed in excess of regular work hours or on weekends or holidays shall be based on the rate of regular labor not to exceed one and one half(1 Y:)times the fixed hourly rate for the tradesman performing the service. Respondent shall submit a total hourly and overtime rate price for labor that includes, but not be limited to,all costs for labor,overhead charges,travel,and payroll expenses. 13. WARRANTY:All goods shall be warranted against defects in material and workmanship for a period of not less than 12 months beginning with the date of installation. 14. CITY RESPONS1131LITIES:The City will- A. Coordinate scheduling with Contractor. B. Provide a single point of contact for the Contractor to coordinate services with. C. Inspect work performed to ensure compliance with the scope of work. D. Review all invoices to ensure accuracy. E. Transport the vehicle to the Contractor's facility unless tow services are required. Page I I of 14 City of Round Rock Automotive Vehicle Repair Services RFP No.25-018 REBID Commodity Code: 928-15 May 2025 PART V PROPOSAL PREPARATION INSTRUCTIONS AND EVALUATION FACTORS 1. PROPOSAL ACCEPTANCE PERIOD: All proposals are valid for a period of one hundred and twenty(120) calendar days subsequent to the RFP closing date unless a longer acceptance period is offered in the proposal. 2. PROPOSAL RESPONSE: Responses shall be clear and concise while appropriately responding to the evaluation criteria listed below in Section 3. 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.comNendorsldefault.aspx PrOR05al Submittal Instructions:The Respondent shall include all of the following documents in their response- o Attachment A-Proposal Submittal Form o Attachment 8-Reference Sheet o Attachment C-Subcontractor Form o Attachment D-Cost Proposal Sheet o Acknowledged Addenda(if applicable) o Segment requirements listed below. o A statement of your compliance with all applicable rules and regulations of Federal, State and Local governing entities. o List of Exceptions(K any)-Be advised that exceptions to any portion of the Solicitation may jeopardize acceptance of the Proposal by the City. Exceptions to this solicitation K any,shall be submitted on a separate document labeled"Exceptions'with the Respondent's proposal. 3. EVALUATION CRITERIA: A. Segment 1 —Respondent's Facility.Training and Response Capabilities: Specifically indicate: i. Your facilities'description security measures. ii. A description of the available training for employees and schedule if applicable iii. Your company's ability to respond to after-hour or emergency requests. B. Segment 2—Company Work Experience and Personnel i, Business Organization:State the full name and address of your organization and identify the parent company K you are a subsidiary. Specify the branch office or other subordinate element that will perform,or assist in performing,work herein. Indicate whether you operate as a partnership, corporation,or individual. Include the State in which incorporated or licensed to operate. ii. Prior Experience: State the number of years the Respondent company has been providing the services requested in the solicitation. Describe only relevant municipal,governmental,corporate,and individual experience for the company and personnel who will be actively engaged in the project. Do not include corporate experience unless personnel assigned to this project actively participated.Do not include experience prior to 2014. Supply the project title,year, and reference name,title, present address,and phone number of principal persons for whom prior projects were accomplished. iii. Personnel: Include names,qualifications, and resumes of all personnel who will be assigned to the account.State the primary work assigned to each person and the percentage of time each person will devote to this work. Identify key persons by name and title. iv. Contractors'past performance with the City may be evaluated. C. Segment 3—Cost Proposal:Attachment C-Cost Proposal:All lines must be completed in order to be considered responsive. A value of zero in any line will be interpreted as no cost to the City. i. Section I:Hourly Service Rates:This cost shall include 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 Page 12 of 14 City of Round Rock Automotive Vehicle Repair Services RFP No.25-018 REBID Commodity Code: 928-15 May 2025 management. No separate line-item charges shall be permitted for either response or invoice purposes. ii. Section II:Percent Discount for items in the catalog but not previously listed.This section will not be evaluated under cost but will become part of the contract.Transportation costs must be included in the bid price or percent discount off MSRP listed on the bid sheet 4. EVALUATION SCORING:The intent of the City is to award to one Respondent in accordance with the evaluation criteria below. The purpose of this evaluation criteria is to determine which proposal best meets the requirements and provides the best overall value to the City. A. Evaluation Criteria: Weights: • Facility,Training and Response Capabilities(Segment 1) 30 pts • Company Work Experience and Personnel(Segment 2) 30 pts • Cost Proposal(Seament 3) 40 pts Maximum Weight: 100 pts B. An evaluation committee will be established to evaluate the proposal. The committee will include employees of the City and may include other impartial individuals who are not City employees. The evaluation committee will determine if discussions and/or Best and Final Offers(BAFO)are necessary. Award of a contract may be made without discussions or BAFO,if in the best interest of the City. The evaluation committee may determine that discussions are necessary to clarify or verify a written proposal response. The City may,at its discretion,elect to have respondents provide oral presentations of their proposal. The City reserves the right to restore an offer based on provided demonstrations. A request for a BAFO is at the sole discretion of the City and will be requested in writing. The evaluation committee will evaluate the finalists and make a recommendation for award. C. The City reserves the right to reject any or all proposals submitted,or to award to the respondent who in the City's opinion,offers the best value to the City. The City also reserves the right to cancel the RFP process and pursue altemate methods for providing the requirements. D. The City reserves the right to conduct studies and other investigations as necessary to evaluate any proposal. E. The City reserves the right to waive any minor technicality, irregularities,or informalities noted in the submission process. Submission of proposal confers no legal rights upon any Respondent. F. The City reserves the right to request further documentation or Information and to discuss proposal response with any Respondent in order to answer questions or to clarify any aspects of the proposal. G. The City may develop a"short list'of qualified proposal and may determine that the Respondent(s)should submit a Best and Final Offer(BAFO). Each"short listed'Respondent will be given a reasonable opportunity for discussion and revision of their proposal. 5. AGREEMENT NEGOTIATIONS AND AWARD PROCESS: A. A proposal presented in response to this RFP is subject to negotiation concerning any issues deemed relevant by the City. The City reserves the right to negotiate any issue with any party.Any unsolicited communication by the Respondent to a City official, undesignated employee,or an evaluation team member evaluating or considering the offers may be grounds for disqualifying the offending Offeror from consideration of award. B. Submission of proposal indicates the Respondent's acceptance of the evaluation process and recognition that the City may make subjective judgments in evaluating the proposal to determine the best value for the City. C. If negotiations are successful,the City and Respondent may enter into an agreement. If negotiations are unsuccessful,the City may formally and negotiations with that Respondent. D. The City also reserves the right to reject any or all submittals,or to accept any submittal deemed most advantageous,or to waive any irregularities or informalities in the submittal received. Page 13 of 14 City of Round Rock Automotive Vehicle Repair Services RFP No.25-018 REBID Commodity Code: 928-15 May 2025 E. An independent signed authorized Contract will be sent to the successful Respondent(s). Execution of a City of Round Rock contract is required prior to starting work and processing any payments to the Contractor. 6. POST AWARD MEETING: The City and the Respondent may schedule 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 the Agreement. C. Identify speck milestones,goals,and strategies to meet objectives. Page 14 of 14 Attachment D-Bid Sheet Automotive Repair Services RFP 25-018 The Fespondenl represents by their signature below the!they are submitting o binding ofler and are authorized to bind II-e respondent to fully comply Nilh the solictalion documents contained in RFP 25-018 Automotive Repair Services The Respondent acknowledges that they have received and read the enlire solicitation packet,attachments.and all documents incorporated by reference.and agrees to be bound by the terns therein Special Instructions.All prices must be quoted in order to be considered responsive.be advised that exceptions taken to any portion of the solicitation willjeopardize acceptance of the bid.Alternative bids will not be considered and unauthorized modifications to the bid sheet formal will result in the rejection of the bcd. The'it reserves the n hl to urchase more or less than the quantities indicated below No, U-0t7O01itM� { Section I: AubweAl lw Labor Robe 1 Labor Rate(General Mechanical,and Electrical Repairs inclusive 1000 Hours $129 77 5129.770 00 of at tabor administrative and overhead charges) 2 After Hourse Labor Rate 200 Hours $16000 $3200000 3 Towing service Flat Rate 50 Each S20000 $10.000 00 Annual Total: 5161,770 00 Section It: MatwW and Part Militia WAtirMaWn wW rpt be wMwMd W W of OW but wWl bemoma part of 0*final contract) 4 Prices for materials shall be on a cost-plus basis The Percentage(%)if any of markup will be 15% COMPANY NAME Austin Fleet Services PRINTED NAME Cynthia Thomas PHONE NUMBER 1737)256.7766 _ EMAIL ADDRESS __ 4 a " i a.ru'l I eels ]rift RFP 25-018-REBID - Automotive Repair Services Scoring Summary Active Submissions IRespondent's facility, training, and Company work Total Responsiveness experience and Cost Propoal response Personnel capabilities Supplier /I is �- Pass/Fail _ / 30�ts 130 pts !40_pts _ r Austin Fleet Services, 73.01 Pass 25.67 25.33 22.01 Inc. LAMBS TIRE 68.79 Pass 24.67 24.67 19.45 Classic Collision 43.67 Pass 1.667 2 40