Loading...
R-96-121-19-10C - 12/19/1996WHEREAS, the City of Round Rock desires to enter into an Annual Purchase Agreement for Automotive Parts and Batteries, and WHEREAS, Austin Poma, Inc. d /b /a Complete Auto and Truck Parts ( "Complete Auto and Truck Parts "), has submitted an agreement to provide said automotive parts and batteries, and WHEREAS, the City Council desires to enter into said agreement with Complete Auto and Truck Parts, 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 Annual Purchase Agreement for Automotive Parts and Batteries with Complete Auto and Truck Parts, a copy of said agreement being attached hereto and incorporated herein for all purposes. RESOLVED this 19th day of December, 1996. ATTEST: E LAND, City Secretary R:\ WPDOCS \RSSOLVII \RS61219C.WPp /ocg RESOLUTION NO. R- 96- 12- 19 -10C CHARLES CULA ER, Mayor Rock, Texas City of Round CITY OF ROUND ROCK ANNUAL PURCHASING AGREEMENT FOR AUTOMOTIVE PARTS AND BATTERIES THIS ANNUAL PURCHASING AGREEMENT ( "Agreement "), is made and entered into this 19TH of December 1996, by and between the City of Round Rock, a Texas home -rule municipal corporation, 221 East Main Street, Round Rock, Texas 78664 -5299, hereinafter referred to as "City" and Austin Poma, Inc., a Texas Corporation, doing business as Complete Auto & Truck Parts, hereinafter referred to as "Vendor ". The City and Vendor are collectively referred to herein as the "Parties ". RECITALS: WHEREAS, the City desires to enter into this Agreement with Vendor to provide the City with automotive parts and batteries (hereinafter referred to as "Merchandise"), as outlined in the Invitation for Bid ( "IFB ") Specification Number 96 -26 -0001 dated November, 1996 together with the Response to IFB submitted by Vendor, all of which documents are attached hereto as "Exhibit A ", and WHEREAS, the IFB was duly advertised in accordance with applicable law and the City has selected the Response to IFB submitted by Vendor as the lowest and best bid; and WHEREAS, the Parties hereby desire to enter into this Agreement to set forth their respective rights, duties and obligations hereunder; NOW THEREFORE, for and in consideration of the mutual promises contained herein and other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the Parties as follows: 1.0 CONTRACT DOCUMENTS AND EXHIBITS This Agreement consist of this document as well as all Exhibits and documents attached hereto. 2.0 ITEMS AWARDED The following bid items of Exhibit A are the subject of this Agreement: 2.1 All items of Parts I, II, III, and IV. A: \PAATS1.DOC /e1, 3.0 COSTS All Merchandise delivered pursuant to this Agreement shall be billed according to the amounts bid in Vendor's Response to IFB.. 4.0 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Vendor will be made within thirty (30) days of the day on which the City receives the Merchandise, or the day on which the City receives an invoice for the Merchandise, whichever is later. An overdue payment will bear interest at the rate of one percent (1 %) per month. This policy does not apply to late payments made by the City in the event: 4.1 there is a bona fide dispute between the City and Vendor concerning the Merchandise delivered or the services performed that causes the payment to be late; 4.2 there is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier concerning the Merchandise delivered which causes the payment to be late; 4.3 the terms of a federal contract, grant, regulation, or statute prevent the City from making a timely payment with federal funds; or 4.4 the invoice is not mailed to the City in strict accordance with instructions on the purchase order, or this Agreement. 5.0 TERM OF AGREEMENT The term of this Agreement shall be for a period of time of twelve (12) months from the date of this Agreement. Prices shall be firm for the duration of the Agreement, except as provided for in Exhibit A, Part II, paragraph 2.0. This Agreement may be renewed for two (2) additional periods of time not to exceed twelve (12) months for each renewal, provided the Parties agree in writing. 6.0 TERMINATION OF THIS AGREEMENT The City may terminate this Agreement for any reason by giving Vendor ten (10) days written notice. Upon delivery of such notice by the City to Vendor, the 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 or contracts are chargeable to this Agreement. Within thirty (30) days after receipt of notice of termination, the Vendor shall submit a statement, showing in detail the Merchandise satisfactorily delivered under this Agreement to the date of termination. The City will then pay the Vendor pursuant to the terms of this Agreement. 7.0 ORDERS PLACED WITH ALTERNATE VENDORS If the Vendor cannot provide the Merchandise ordered for a specific delivery time, the City reserves the option to place the order with another supplier. 8.0 TAXES The City is exempt from Federal Excise and State Sales Taxes. and therefore such taxes shall not be included in charges. 9.0 TITLE AND RISK OF LOSS The title and risk of loss of the goods shall not pass to the City until the City actually receives, takes possession, and accepts the Merchandise at the point or points of delivery, 10.0 DELIVERY Unless otherwise instructed in the purchase order, delivery of items ordered shall be to the City Maintenance Shop, 300 South Blair Street, Round Rock, Texas 78664. 11.0 ASSIGNMENT Vendor's rights and duties awarded by this Agreement may not be assigned to another without written consent of the City signed by the City's authorized agent. Such consent shall not relieve the assignor of the liability in the event of default by the assignee. 12.0 GRATUTTIES/BRIBES The City may, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is determined by the City that gratuities or bribes in the form of entertainment, gifts, or otherwise, were offered or given by Vendor, or its agent or representative 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. 13.0 PACKING LISTS AND INVOICES A packing list (delivery ticket) shall accompany each shipment and shall show: 13.1 Name and address of Vendor; 13.2 An invoice number; 13.3 Name of person placing order, purchase order number, or procurement card number; 13.4 Description of item(s) delivered; and 13.5 Itemized prices, per unit and extended total, quantity and any special instructions. 14.0 ALTERNATE BRAND(S) The Vendor shall not substitute another brand of parts for the brand bid without the written consent of the City. The Vendor shall communicate such request in writing and shall received written consent from the City before making such substitution. The City may, at the City's sole option, request such part(s) for testing. Part(s) for testing shall be furnished by Vendor at no cost to the City. 15.0 INDEMNIFICATION Vendor agrees to and shall indemnify, defend, and hold harmless the City, its officers, agents, and employees, from and against any and all claims, losses, damages, causes of action, suits, and liability of every kind, including all expenses of litigation, court costs, and attorney's fees for injury to any person, or for damages to any property, arising out of or in connection with any act or omission, negligence, willful misconduct in the performance of this Agreement done by Vendor, its officers, agents, employees, or subcontractors under this Agreement, without regard to whether such persons are under the direction of City agents or employees. 16.0 INSURANCE Vendor shall meet the minimum state financial responsibility requirements for the operation of motor vehicles. 17.0 APPLICABLE LAW This Agreement shall be governed by the laws of the State of Texas. No rights, remedies, and warranties available to the City under this Agreement or by operation of law are waived or modified unless expressly waived or, modified by the City in writing. 18.0 VENUE The Parties agree that venue for any litigation arising from this Agreement shall lie in Williamson County, Texas. 19.0 RIGHT TO ASSURANCE Whenever one Party to this Agreement in good faith has reason to question the other Party's intent to perform the questioning Party may demand that the other Party give written assurance of their intent to perform. In the event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of this Agreement. 20.0 MULTIPLE COUNTERPARTS This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this instrument, all of which, when taken together shall constitute one and the same instrument. 21.0 NOTICES For the purposes of this Agreement, notices to the City shall be to: City Manager City of Round Rock 221 East Main Street Round Rock, Texas 78664 -5299 With a copy to: Stephan L. Sheets, City Attorney City of Round Rock 309 East Main Street Round Rock, Texas 78664 Notices will be effective upon delivery at the above addresses until the Parties notify each other, in writing, of a change in address. IN ITNESS WHEREOF the Parties have of U , � , ( p / 1 / , 19 9 (o . CITY OF ; OUND ROCK By: Notice to Vendor shall be to: F)0 Dn14 J Al E. . di/A COMDIfTE AUTO L TRU(`K vAgTS OR NORTH MAYO STRFfi CHARLES CU City of Round Rock ROUND ROCK. TX 78664.5136 Mayor Attest: / t: By: 90A OANNE LAND, City Secretary Name: 9 ity of Round Rock Title: executed this Agreement on the ! day 77u s7,/T Porn ;, 2 . DOR ''By: J_�..ra Name: , 3y, ; J o Title: Sc cyf12 � A. ITEM NO. 1. 2. 3. DESCRIPTION BID RESPONSE PARTI AUTOMOBILE Internal engine parts: valves, rockerarms, camshaft, pistons, oil pumps, piston ring sets, and timing chain and timing belts. Acceptable brands: Seal Power, TRW and Original Equipment Manufacturer (OEM). Suspension systems: ball joints, tie rod ends, coil and leaf springs, idler arm, and torsion bar assembly. Acceptable brands: Moog and OEM Electric switches: push -pull, toggle, rotary, head lamp, ignition, starter, hazard relays, solenoids, ignition coil resistors, and lamp sockets. Acceptable brands: Standard, Cole Hersce, Filco and OEM. 4. Air conditioning/heater components: Compressor, expansion valves, clutch, heater core, thermostats, condenser, drier, evaporator, expansion tube and valve, and gasket gear kit. Acceptable brands: Everco, 4 Seasons, and OEM. 5. Spark plugs (standard & resistor). Acceptable brands: Champion, Auto Lite and OEM. 6. Bearing ball and roller: wheel seals and wheel bearing. Acceptable brands.: BCA, Timhin, Chicago Raw Hide, and OEM. 7. Belts and hoses: fan, air conditioning, and alternator belts, radiator and heater hoses Acceptable brands: Gates, Goodyear, Daco and OEM 8. Brake system: wheel cylinder, master cylinder, pad set, shoes, drum, rotors, calipers, disc pad. Acceptable brands: Wagner, EIS and OEM. 4 BRAND(S) BID Sealed lvev els ✓ercr) 8 CA / C— On r7t/Pal` COMPLETE AUTO & TRUCK PARTS 308 NORTH MAYS STREET ROUND ROCK, TX 78664.5136 +1- % OF JOBBERS LIST PRICE -1 5 -13 Ch.& it rl -15 k a y /.SIDS -12 ITEM NO. 4 4.E 9. 10. .e /b_) 11. / 12. 4' /?y 13. 14. 15. 16. 17. 18. 19. DESCRIPTION Carburetor and fuel injection: repair kit, choke pull off, choke thermostat, EGR valve, injector, injector parts, and throttle positioning switch. Acceptable brands: Standard, Hi Grade, and OEM. Clutches and pressure plates. Acceptable brands: HiTest, Borge Warner and OEM Electrical components: battery cable, battery terminal, spark plug wire, and spark plug wire set. Acceptable brands: Wagner, EIS,Standard, Filet", and OEM. Filters: air, oil, fuel, transmission, coolant, and hydraulic. Acceptable brands: Franz, Wix, and OEM. Hoses: brake, hydraulic, vacuum and power steering. Acceptable brands: Wagner, EIS and OEM. Gaskets: transmission, carburetor, head, oil pan, valve cover, head sets, full gasket sets, and throttle body injector kit. Acceptable brands: Felpro, Hygrade, and OEM. Lighting: head lights, stop, tail, turn, backup, license plate and park bulbs, and spot light. Acceptable brands: GE, Phillips, Wagner, and OEM. Mirrors: heads, outside and inside rear view, and reflectors. Acceptable brands: OEM or equal Cooling system components: thermostat, radiator cap, and overflow container. Acceptable brands: Stant, Ideal, and OEM. Shock absorbers and struts: heavy duty gas and air. Acceptable brands: Monroe, Gabriel, and OEM. Windshield wiper components: blades, blade assembly, arm, motor, and motor repair kits. Acceptable brands: Anco, Itico, and OEM 5 BRAND(S) BID Brv- G_ny7er -all e-'. -15' carb ure±ar Os -20 aor9- (,Jr�ler 86 / - 09P4I-P 1-- �asf�n� Ray 7 I e_Ift^ t.C)esl e Pderson CJEM S�a�lf 14 O/Z!`A e Pilot) COMPLETE AUTO & TRUCK PARTS 308 NORTH MAYS STREET ROUND ROCK, TX 78664-5136 + /_ %OF JOBBERS LIST PRICE -1S -is -35 -15" -4/0 -1G -12 ITEM NO. n /Lu 20. 21. 22. 23. 25. 26. DESCRIPTION Tune up parts: distributor cap, distributor rotor, emission sensors, PC valve, and EAC module. Acceptable brands: Standard and OEM Power steering pump. Acceptable brands: Everco Edelman And OEM Cooling fans: fans and fan clutches. Acceptable brands: Valley, Everco, and OEM. Fuel system: mechanical and electronic fuel pumps. Acceptable brands: Carter and OEM Water pumps. Acceptable brands: Seal power and OEM U joints. Acceptable brands: Precision, Spicer, Seal Power, and OEM Mounts, drive train and motor. Acceptable brands: Seal Power, Doan, American Rubber and OEM 6 BRAND(S) BID +/- % OF JOBBERS LIST PRICE COMPLETE AUTO & TRUCK PARTS 308 NORTH MAYS STREET ROUND ROCK, TX 78664.5136 qUe} 3. ITEM NO. DESCRIPTION PART 11 LIGHT TRUCKS COMPACT THROUGH 3/4 TON 1. Internal engine parts: valves, rockerarms, camshaft, pistons, oil pumps, piston ring sets, and timing chain and timing belts. Acceptable brands: Seal Power, TRW and Original Equipment Manufacturer (OEM). 2. Suspension systems: ball joints, tie rod ends, coil and leaf springs, idler arm, and torsion bar assembly. Acceptable brands: Moog and OEM Electric switches: push -pull, toggle, rotary, head lamp, ignition, starter, hazard relays, solenoids, ignition coil resistors, and lamp sockets. Acceptable brands: Standard, Cole Hersce, Filco and OEM 4. Air conditioning/heater components: Compressor, expansion valves, clutch, heater core, thermostats, condenser, drier, evaporator, expansion tube and valve, and gasket gear kit. Acceptable brands: Everco, 4 Seasons, and OEM. Spark plugs (standard & resistor). Acceptable brands: Champion, Auto Lite and OEM. Bearing ball and roller: wheel seals and wheel bearing. Acceptable brands: BCA, Timhin, Chicago Raw Hide, and OEM. Belts and hoses: fan, air conditioning, and alternator belts, radiator and heater hoses Acceptable brands: Gates, Goodyear, Daco and OEM Brake system: wheel cylinder, master cylinder, pad set, shoes, drum, rotors, calipers, disc pad. Acceptable brands: Wagner, EIS and OEM. 7 +1- % OF BRAND(S) JOBBERS BID LIST PRICE Sea ter Power -15 0/79 o/tT — l.[)a/"1! er I Verc.n GooC7 y Par 1 a 5 COMPLETE AUTO & TRUCK PARTS 308 NORTH MAYS STREET ROUND ROCK, TX 78664.5136 ITEM NO. 9 /t 9. DESCRIPTION Carburetor and fuel injection: repair kit, choke pull oft, choke thermostat, ERG valve, injector, injector parts, and throttle positioning switch. Acceptable brands: Standard, Hi Grade, and OEM Clutches and pressure plates. Acceptable brands: HiTest, Borge Warner and OEM Electrical components: battery cable, battery terminal, spark p1fg wire, and spark plug wire set. Acceptable brands: Wagner, EIS, Standard, Filco, and OEM. Filters: air, oil, fuel, transmission, coolant, and hydraulic. Acceptable brands: Frain, Wix, and OEM. Hoses: brake, hydraulic, vacuum and power steering. Acceptable brands: Wagner, EIS and OEM. 14. Gaskets: transmission, carburetor, head, oil pan, valve cover, head sets, full gasket sets, and throttle body injector kit. Acceptable brands: Felpro, Hygrade, and OEM. 15. Lighting: head lights, stop, tail, turn, backup, license plate and park bulbs, and spot light. Acceptable brands: GE, Plcillips, Wagner, and OEM. 16. Mirrors: heads, outside and inside rear view, and reflectors, Acceptable brands: OEM or equal. 17. Cooling system components: thermostat, radiator cap, and overflow container. Acceptable brands: Stant, Ideal, and OEM. 18. Shock absorbers and struts: heavy duty gas and air. Acceptable brands: Monroe, Gabriel, and OEM. 19. Windshield wiper components: blades, blade assembly, arm, motor, and motor repair kits. Acceptable brands: Anco, Itico, and OEM 8 BRAND(S) BID r - f'I,f ' a // et. C abut^e fo/` k +1- % OF JOBBERS LIST PRICE -15 -15 -15 COMPLETE AUTO & TRUCK PARTS 308 NORTH MAYS STREET ROUND ROCK, TX 78664-5136 ITEM NO. DESCRIPTION 20. Tune up parts: distributor cap, distributor rotor, emission sensors, PC valve, and EAC module. Acceptable brands: Standard and OEM. 21. Power steering pump. Acceptable brands: Everco Edelman And OEM. 22. Cooling fans: fans and fan clutches. Acceptable brands: Valley, Everco, and OEM. 23. Fuel system: mechanical and electronic fuel pumps. Acceptable brands: Carter and OEM. 1 :c%1 24. Water pumps. Acceptable brands: Seal power and OEM 25. U joints. Acceptable brands: Precision, Spicer, Seal Power, and OEM 26. Mounts, drive train and motor. Acceptable brands: Seal Power, Doan, Anierican Rubber and OEM 9 13RAND(S) BID SO r 5 lJa�n �t- L e r a EV el` c �//J� � $i/>/1 +/- % OF JOBBERS LIST PRICE COMPLETE AUTO & TRUCK PARTS 308 NORTH MAYS STREET ROUND ROCK, TX 78664 -5136 ITEM NO. 1. 2. 3. 4. i 5. 6. 7. t'�% ✓ 8. / 9. DESCRIPTION PART 111 HEAVY TRUCKS 1 TON AND LARGER Internal engine parts: valves, rockerarms, camshaft, pistons, oil pumps, piston ring sets, and timing chain and timing belts. Acceptable brands: Seal Power, TRW and Original Equipment Manufacturer (OEM). Suspension systems: ball joints, tie rod ends, coil and leaf springs, idler arm, and torsion bar assembly. Acceptable brands: Moog and OEM Electric switches: push -pull, toggle, rotary, head lamp, ignition, starter, hazard relays, solenoids, ignition coil resistors, and lamp sockets. Acceptable brands: Standard, Cole Hersce, Filco and OEM. Air conditioning/heater components: Compressor, expansion valves, clutch, heater core, thermostats, condenser, drier, evaporator, expansion tube and valve, and gasket gear kit. Acceptable brands: Ererco, 4 Seasons, and OEM. Spark plugs (standard & resistor). Acceptable brands: Champion, Auto Lite and OEM. Bearing ball and roller: wheel seals and wheel bearing. Acceptable brands: BCA, Timhin, Chicago Raw Ilide, and OEM. Belts and hoses: fan, air conditioning, and alternator belts, radiator and heater hoses Acceptable brands: Gates, Goodyear, Daco and OEM. Brake system: wheel cylinder, master cylinder, pad set, shoes, drum, rotors, calipers, disc pad. Acceptable brands: Wagner, EIS and OEM. Carburetor and fuel injection: repair kit, choke pull off, choke thermostat, EGR valve, injector, injector parts, and throttle positioning switch. Acceptable brands: Standard, Hi Grade, and OEM. 10 BRAND(S) BID Sea)ed of e!` Mon — 10 —10 EV CPC() _ Oka m / — 10 B c)ody -12 /R3yU of — DSPr' (' .b c-) —10 Re) Ill L jv3er z l px. - -12 C /<; —.l5 Sore— I/Jar'n eP COMPLETE AUTO & TRUCK PARTS 308 NORTH MAYS STREET ROUND ROCK, TX 78664-5136 +/- % OF JOBBERS LIST PRICE — 1� r 10. 11. 12. Q/iy 13. 14. 15. 16. 17. 18. 19. J ' 20. ITEM NO. DESCRIPTION Clutches and pressure plates. Acceptable brands: HiTest, Borge Warner and OEM Electrical components: battery cable, Battery terminal, spark plug wire, and spark plug wire set. Acceptable brands: Wagner, EIS, Standard, Filco, and OEM. Filters: air, oil, fuel, transmission, coolant, and hydraulic. Acceptable brands: Frain, Wix, and OEM. Hoses: brake, hydraulic, vacuum and power steering. Acceptable brands: Wagner , EIS and OEM. Gaskets: transmission, carburetor, head, oil pan, valve cover, head sets, full gasket sets, and throttle body injector kit. Acceptable brands: Felpro, Hygrade, and OEM. Lighting: head lights, stop, tail, turn, backup, license plate and park bulbs, and spot light. Acceptable brands: GE, Philips, Wagner, and OEM. Mirrors: heads, outside and inside rear view, and reflectors. Acceptable brands: OEM or equal. Cooling system components: thermostat, radiator cap, and overflow container. Acceptable brands: Stant, Ideal, and OEM Shock absorbers and struts: heavy duty gas and air. Acceptable brands: Monroe, Gabriel, and OEM. Windshield wiper components: blades, blade assembly, arm, motor, and motor repair kits. Acceptable brands: Anco, Itico, and OEM Tune up parts: distributor cap, distributor rotor, emission sensors, PC valve, and EAC module. Acceptable brands: Standard and OEM. 11 BRAND(S) BID RD/' — Idar/1P1 -10 N C C JLJ e Ial e�� -5 Ors - lt' ?P/d e i' -10 / a sftn yS =an �a y� eSras -1S' V d vac 17 6 fr 6t.?k) - 5 e -3D Pe+erSpT /` 1 F'q UM Sfa L- C)nrtfn P - 10 -10 E0I1— L J2 rner -!d COMPLETE AUTO & TRUCK PARTS 308 NORTH MAYS STREET ROUND ROCK, TX 78664 -5136 +/- % OF JOBBERS LIST PRICE ;' „v 21. 22. 8 /c, 23. 'Iv 24. 25. 26. ITEM NO. DESCRIPTION Power steering pump. Acceptable brands: Everco Edelman And OEM. Cooling fans: fans and fan clutches. Acceptable brands: Valley, Everco, and OEM. Fuel system: mechanical and electronic fuel pumps. Acceptable brands: Carter and OEM. Water pumps. Acceptable brands: Seal power and OEM U joints. Acceptable brands: Precision, Spicer, Seal Power, and OEM Mounts, drive train and motor. Acceptable brands: Seal Power, Doan, American Rubber and OEM 12 BRAND(S) BID ) EA/ ols pc. o4. Ell ercn g✓ercn -J Sall- (,; /'n P/' -20 -s A. T . c�icsel� _ 15 �rGC(Sin� - J dftr iTh / f1Da4 7.2-E COMPLETE AUTO & TRUCK PARTS 7nR NORTH MAYS STREET RnThNU ROCK, TX 78664.5136 +/- % OF JOBBERS LIST PRICE —J 0 1- BCI GROUP NUMBER Fae . - 22F SEE 5uB- l/IGHE2 24 24F - 24H 1 YA SEE S1).13, - 24R A11/1 506. - 24T 44,41 i 5 26 27 27F 4- 27H /V/4 Sub. 34 51 • 58- 62 64- 65 70 75 - 78 -c 95R 4q, SeE Su 4D 6D 4/1 I SEE Sv3. 8D 4 - 29H 41/411SEES4 30H 31 3ET - 4DLT U1 UIR fin r 2. (a.1:t l0ri1e uses {lave 6. PART IV ° BA,TTERY 0 4o - 4 MINIMUM COLD MINIMUM RESERVE CRANKING PERFORMANCE CAPACITY elSEQix 400 .s o 600 600 565 61.00 350 dso 450 sso > 4J& 375 67-5 - OffiFDeeP 6 y 425 ( 675 100 650 70c 440 900 625 700 425 '135 525 SSo 380 S3~o 525 70o 825 16 515SSo 675 900 760 9S-0 900 9 925 //60 750 / /f0 1225 / `tco 825 6 /O0 675 -900 925 row 410 5',5'2 810 900 285 Z3.5' 230 ? 35 85 So , 22r-s A /pde,,,QE s 32. Li 90 96c '' n (o 90 9.5 fir' .2.4F' 3 a 3 85 815' -2 5/ -5 ?9. 3,3 80 ss z NF - s 2 9. 3$3 110 //S 2 '/ (, P 3 75 BS" 26 -6 36.25 12.5 /9-0 9° 2'7-.. L/ L/. 6 9 130 / V0 27 -(n `/''-/. 125 No '27 -G Y 2 1.6 9 100 / 3 0 3 e / - ( O 9 1 - / . 9 4 / 70 9 57 -ev 92 25 75 9 58 37, L; 3 7,LJ / 5 ° 9 S 9. - 2 3 4 /-3 2 '43.32 75 95 (n 2-Co 115 /5/O -Cn 155 /(as" ‘' -(c 70 95" -70 -10 • 90 / /s" S V 95 -- 110 /S~o 90 78-7 BRAND BID UNIT PRICE 9988 190 /Z5 t/9 -6 0 -00 315 335 /- 1 -1Z) - 7 3,75 310 335 4D -7 93.75 450 i/3s - / 7 ' SD -7 -- /23.75 145 / 60 3/, /O 5 3.13 140 /7s 30-'-f 5 P 2 190 yao 3/5-7 57. 2 130 //o 3e7 t) 57:17 280 231) yDL7- -5 85 - 9 4 1 35 3S U /LH- 22.94 35 35'r t)IRN -8 22..99 aLL/ c ,L ' Pve'I�iJC,e / . � •)/l ,'elude a used A216 -ry o�.' Me sine, 1 f e �St»' - �c�J k, O J�I CP% PS U sEd %�1 Po / GG ads Ave. 2L/ rnori fh 4u /'24 / . Al/ Ae n corr/Me"c./a/ 2 10 .too n4h (pa/ . , I 1 6.21 ','jeS /h a 1 rcat free Oe c emie,771' 26 . 27 27F 4 27H 34 51 58 62 64 65 • 70 75 78 -jG 95R 4D •6D 8D ••• 29H 30H 31 3ET 4DLT• U UIR . ° BCI GROUP MINIMUM COLD NUMBER CRANKING PERFORMANCE 'k 22F 1 M' 400 &DO 24 kcyi LL sgx 600 24F / X6; rgg 565 - 2411 /4x /9 350 55o � x 24R / 6' q 450 5 - 24T 444A Rln/E CEEPCKU-E 375 to co 425 /24x G Vp( 83/ 675 /2.x x8*„ 650 fly x6j 6 x9fr 440 10 625 425 525 380 525 825 515 675 760 /31 xCix7i 900 900 925 �0 � f1 0 X /0 750 //�'O 1225 /5tXG y x94 825 •9 /3s4%0c83 . 675 l3) (0 V3 925 410 810 285 230 PART IV • BA ERY ¢ o ° 1 ST So 6STi T 72" ° o MIN M RESERVE BRAND CAPACITY7?,„ ,AC' BID y °zDy J ✓y6- 6 (ss4 -i I'S 85 90 90 140 190 130 280 35 35 13 UNIT PRICE S 36025 �4<s '/o XG � KM) 29-3E3 2S/F -5 ' 29S Pi 24Dcs'C s4.4E") L/0.57 7s 85 5-4^.e 7S 80 •9FF£g ri ✓ /55-0 110 5.4^+E 75 125 130 125 ,54,1-7E ✓ 27 -6 62.00x 6 .5.r /V3) L1 h 9 100 70 75 75 115 155 70 90 110 . /7S 190 sAM - /9- loK<c�e. - Ay%) 6 O -oo 315 33S 310 Sq^+E " r1D 7 (.0,7xXyx9� 9375 450 / V?) /8o 145 Q °s/ ✓3 %P- 6 /3xb 5.13 H CO ¢ W � CC } n CO = 2 Y ¢ it o r Z z Lai c z S � AUTHORIZED SIGNATURE FAILURE TO SIGN SHALL DISQUALIFY BID 9 A f-c % DATE LEGAL BUSINESS NAME R 0:c'7,n V^n yta d/6 / A COMPLETE AUTO & TRUCK PARTS ADDRESS SOR NORTH MAYS STREET ADDRESS X IDENTIFICATION.LVUMBER 74- 24 0 2 P,.� P"Uup apr�, �gur st?i CONTACT PERSON ,/1 P9 P 1 TELEPHONE NUMBER 2 L/Y- on lfh 14 DATE: December 17, 1996 SUBJECT: City Council Meeting, December 19, 1996 ITEM: 10C. Consider a resolution authorizing the Mayor to execute an ageement for the purchase of automotive parts and batteries. STAFF RESOURCE PERSON: Jrn Nuse STAFF RECOMMENDATION: DATE: December 17, 1996 TO: Jim Nuse Director of Public V4brks FROM: Todd Keltgen Operations Manager MEMORANDUM RE: Agreemnt for the purchase of automotive parts and batteries. Shown on the attached pages is the bid tabulations for the above mentioned agreement that was opened on Tuesday, December 10, 1996. The low bidder, Complete Auto & Truck Parts, submitted the highest discounts on jobber list prices. I recommend that we enter into an Agreement for the purchase of automotive parts and batteries. Attached is a copy of Agreement and bid tabulations.