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.