Fleet integrated Parts Inventory Support Services-5641-Award/Ordinance/Pricing
Docusign City Council Transmittal Coversheet
File Name
Purchasing Contact
City Council Target Date
Granicus #
Ordinance #
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Fleet Integrated Parts Inventory Support Services
Cindy Alonzo
June 21, 2016
5641RFP
CONTRACT BY AND BETWEEN
CITY OF DENTON, TEXAS AND GENUINE PARTS COMPANY
(D.B.A. NAPA AUTO PARTS)
(RFP # 5641)
THIS CONTRACT is made and entered into this date ______________________, by
and between Genuine Parts Company, d.b.a. NAPA Auto Parts, a corporation, whose address is
2999 Circle 75 Parkway, Atlanta, Georgia 30339, hereinafter referred to as "Contractor," and the
CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as
"City," to be effective upon approval of the Denton City Council and subsequent execution of this
Contract by the Denton City Manager or his duly authorized designee.
For and in consideration of the covenants and agreements contained herein, and for the
mutual benefits to be obtained hereby, the parties agree as follows:
SCOPE OF SERVICES
Supplier shall provide products and/or services in accordance with the City’s document
RFP 5641 – Fleet Vehicle and Equipment Integrated Parts Inventory Support Services, a copy of
which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The
Contract consists of this written agreement and the following items which are attached hereto and
incorporated herein by reference:
(a) Special Terms and Conditions (Exhibit “A”);
(b) Revised and Negotiated Scope of Work (Exhibit “B”);
(c) Sample Profit and Loss Statement (Schedule 1)
(d) Standard Terms and Conditions (Exhibit “C”);
(e) Insurance Requirements (Exhibit “D”);
(f) Lease Agreement (Exhibit “E”);
(g) Request for Proposal (RFP) (Exhibit “F” on File at the Office of the Purchasing
Agent);
(h) Form CIQ – Conflict of Interest Questionnaire (Exhibit "G");
(i) Contractor’s Best and Final Proposal (Exhibit "H")
(j) Sample Reports (Exhibit “I”).
These documents make up the Contract documents and what is called for by one shall be
as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions
of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence
first to the written agreement then to the contract documents in the order in which they are listed
above. These documents shall be referred to collectively as “Contract Documents.”
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
June 21, 2016
Contract # 5641 – Service Agreement Page 2 of 76
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in
the year and day first above written.
CONTRACTOR
BY: _______________________________
AUTHORIZED SIGNATURE
Date: _______________________
Name: ______________________
Title: _______________________
____________________________
PHONE NUMBER
____________________________
EMAIL ADDRESS
CITY OF DENTON, TEXAS
ATTEST:
JENNIFER WALTERS, CITY SECRETARY BY:
GEORGE C. CAMPBELL, CITY MANAGER
BY: __________________________________ Date:
APPROVED AS TO LEGAL FORM:
ANITA BURGESS, CITY ATTORNEY
BY: __________________________________
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
214 414-1700
Stu_kambury@genpt.com
6/13/2016
Stu Kambury
Division VP
June 21, 2016
Contract # 5641 – Service Agreement Page 3 of 76
Contract #5641
Exhibit A
Special Terms and Conditions
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 4 of 76
Special Terms and Conditions
Total Contract Amount
The contract total for services shall not exceed an annual amount of $4,000,000 for a total not-to-
exceed amount of $12,000,000. Pricing shall be per Exhibit B attached.
Contract Terms
The contract term will be one (1) year, effective from date of award. The City and the Supplier
shall have the option to renew this contract for an additional two (2) one-year periods.
The contract shall commence upon the issuance of a Notice of Award by the City of Denton and
shall be renewed each year, from the date of award by City Council, upon mutual written
agreement by both parties. The City shall notify the Contractor at least ninety (90) days prior to
the scheduled renewal date in accordance with the terms set forth hereinunder. At the sole option
of the City of Denton, the contract may be further extended as needed, not to exceed a total of six
(6) months.
Pricing
The pricing for all normally stocked, and locally available, items will be furnished FOB
Destination, Prepaid and Allowed, and the prices quoted for all non-stock items, non-locally
available items, special/custom and emergency orders will be furnished FOB Destination, Prepaid
and Added, which means that the Contractor initially pays the freight and then adds the freight
charges to its invoice to the City for reimbursement.
Firm Pricing Profile
The parties agree that Contractor’s pricing profile shall remain firm, but prices on individual
products shall increase and decrease throughout the term of the Contract.
Price Adjustments
As stated above in the section entitled Firm Pricing Profile, prices on individual products shall
increase and decrease throughout the term of the Contract.
Cooperative Purchasing
This contract will be available for use by all governmental entities, providing there is no conflict
with any applicable statutes, rules, policies, or procedures. The governmental entities will have the
option to use the pricing as agreed to within the resulting contract.
Governmental entities will issue their internal purchase orders directly to the Contractor, however,
shall reference and cite the City of Denton contract number within the purchase order document.
After award, the Contractor agrees to collect, on behalf of the City, a service fee in the amount
of 0.25% of the dollar amount of all issued purchase orders generated from any
governmental entities contracted, based on the use of this contract. The Contractor further agrees
to remit the service fee by check on a quarterly basis for the previous quarter spent through this
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 5 of 76
contract, to Julia Klinck, Contract Administration Supervisor, at 901B Texas Street, Denton,
Texas 76209, on or by the fifteenth (15th) day of each month, following the end of the quarter.
The Contractor shall also provide quarterly sales reports from the contract awards and Purchase
Orders issued from the Contract, for the purpose of billing and collecting the service fee, and for
compiling required purchasing history. This report shall be sent to
purchasing@cityofdenton.com on or by the fifteenth (15th) day of each month. The Contractor
further agrees that the City of Denton shall have the right, upon reasonable written notice, to
review the Contractor’s records pertaining to purchases under this awarded contract to verify the
accuracy of service fees charged to the Contractor.
Intellectually Property Indemnification
This section only applies to software owned by the Contractor and made available to the City.
The contractor will indemnify, defend and hold harmless the City, and its authorized users,
against any action or claim brought against the City, or its authorized users that is based on a
claim that software infringes any patent rights, copyright rights or incorporated misappropriated
trade secrets. Contractor will pay any damages attributable to such claim that are awarded
against the City or its authorized users, in a judgment or settlement. If the City or its authorized
users’ utilization of the software becomes subject to a claim, or is likely to become subject to a
claim, in the sole opinion of the City, or its authorized users, the Contractor shall, at its sole
expense (1) procure for City or its authorized users, the right to continue using such software
under the terms of this Contract; or (2) replace or modify the software so that it is non-infringing.
Rights to Data, Documents, and Computer Software (Governmental Entity Ownership)
Any research, reports studies, data, photographs, negatives or other documents, drawings or
materials prepared by Contractor in the performance of its obligations under this contract shall be
the exclusive property of the City and all such materials shall be delivered to the City by the
Contractor upon completion, termination, or cancellation of this contract. Contractor may, at its
own expense, keep copies of all its writings for its personal files. Contractor shall not use, willingly
allow, or cause to have such materials used for any purpose other than the performance of
contractor’s obligations under this contract without the prior written consent of the City; provided,
however, that contractor shall be allowed to use non-confidential materials for writing samples in
pursuit of the work.
The ownership rights described herein shall include, but not be limited to, the right to copy,
publish, display, transfer, prepare derivative works, or otherwise use the works. For the
avoidance of any doubt, the parties agree that Contractor cannot assign or leave with the City its
proprietary TAMS (Total Automotive Management System) upon termination or expiration of
the Contract.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 6 of 76
Patent Rights
The Contractor agrees to provide an indemnity for intellectual property claims based on
intellectual property rights owned by Contractor but cannot provide a direct copyright, trademark
or patent indemnity for the products supplied pursuant to the contract, as contractor does not
manufacture the products. Contractor can agree to use reasonable commercial efforts to assist
the City in processing any infringement claim against the applicable manufacturer.
No Liquidated Damages
The parties agree that no liquidated damages of any kind will be assessed against Contractor under
this Contract for any reason.
Warranties All products supplied pursuant to the contract are subject to the terms of written warranties provided by the manufacturer of each product, and contractor shall use reasonable commercial efforts to assist the City in processing all warranty claims that the City may have against a manufacturer. The manufacturer’s warranty will be the sole and exclusive remedy of the City in connection with any claims concerning the products supplied to the City hereunder. ALL OTHER WARRANTIES, BOTH EXPRESS AND IMPLIED, INCLUDING ANY IMPLIED WARRANTIES OF MERCHANTIBILITY OR FITNESS FOR A PARTICULAR PURPOSE, ARE HEREBY EXCLUDED. Copies of the manufacturers’ warranties are available to the City upon request.
However, the Contractor shall pass through all available warranty benefits from the
applicable manufacturer to the City. In the event that any product does not conform to the
manufacturer’s warranty, the City may return such product to Contractor and Contractor will
process the City’s warranty claim with the manufacturer of the defective product. After the
manufacturer has accepted the claim from Contractor, Contractor, as the City’s sole and
exclusive remedy and the contractor’s sole liability, shall either, at its option: (i) replace the
product with a conforming product or (ii) issue a credit or refund for the price of the product.
Shipping, Delivery, and Packaging
Identification of Shipments:
In addition to the complete destination address, each delivery must be clearly marked with
the purchase order number. Each shipment must be accompanied by a packing slip.
Packaging and Labeling:
Contractor will use commercially reasonable efforts to ensure that all items shipped will be
properly labeled, with weather resistant labeling, showing the brand name, package quantity, lot
number (if applicable) and any other necessary identifying information.
Special Delivery Requirements:
City Department representatives may have specific, internal delivery rules and policies. These
will be provided on each purchase order issued. The contractor(s) will be required to adhere
to those requirements.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 7 of 76
Hours of Delivery:
Stock orders for inventory replenishment shall be delivered during the overnight shift
hours of 10:30 p.m. to 12:00 a.m. (Central) unless prior approval for after-hours delivery
has been obtained from the City. In the event of any approval by the City for after-hours
delivery, Contractor may not invoice any additional charges for that delivery. Contractor is
encouraged to obtain City’s hours of operation at time of order.
Daily parts deliveries shall be accepted by City staff in between the hours of 6:30 a.m. and 5:00
p.m. (Central).
Delivery Schedule:
Respondent’s shall furnish, in the space indicated on the price sheet, a delivery schedule for
each line item as to time required for delivery after receipt of order (ARO) under normal
conditions. Delivery Days means calendar days, unless otherwise specified. Failure to state
delivery time may disqualify Respondent. The City of Denton, at its sole option, may choose to
negotiate delivery times.
Delivery Delays:
If delay is foreseen, Contractor shall give written notice to the City and must keep City
advised at all times of the status of order. Default in promised delivery (without accepted
reasons) or failure to meet specifications authorizes the City to purchase goods and services
of this solicitation elsewhere. The parties agree that Contractor will use reasonable commercial
efforts to meet required delivery times, but conditions out of Contractor’s reasonable control,
such as adverse traffic or weather conditions, may delay deliveries and contractor will not be
liable in any manner for such delayed deliveries.
Compliant Products:
Providing products or materials which do not meet all specification requirements does not
constitute delivery. Delivery does not occur until the contractor delivers products or
materials in full compliance with the specifications to City’s F.O.B. destination, unless
delivery is specifically accepted, in whole or in part, by the Customer. City reserves the right to
require new delivery or a refund in the event that materials or products not meeting specifications
are discovered after payment has been made.
Restocking Fee:
The City may request that a contractor accept return of merchandise already delivered or that a
contractor cancel an order prior to delivery. If the return is required through no fault of the
contractor, the contractor may request a reasonable restocking charge. The Customer may pay a
restocking charge if the City determines that the charge is justifiable. As a guideline, such charges
shall not exceed 10%. There shall be no fees charged for cancellation of an order prior to
shipment by the Contractor.
Safety and Environmental Hazards
The City does not warrant or guarantee against the possibility that safety or environmental
hazards or potential hazards (including premises and special defects) may exist at the City’s
facilities. Notwithstanding the foregoing, the City shall, at all times during the term of the
contract, at the City’s sole expense, maintain in good condition and repair (so as to prevent any
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 8 of 76
damage or injury to contractor’s employees, the inventory or other personal property located in
the on-site store(s)) the roof, exterior walls, foundation, and structural portions of the on-site
store(s) and all portions of the electrical and plumbing systems lying outside of the on-site
store(s) but serving the on-site store(s).
All contractors to the City are required to ensure absolute safety standards are applied and
enforced. City will not be liable for injuries to Contractor employees to the extent such injuries are
caused by the negligent acts or omissions or intentional misconduct of Contractor or its employees.
Likewise, Contractor will not be liable for injuries to City employees to the extent such injuries
are caused by the negligent acts or omissions or intentional misconduct of City or its employees.
Known hazards shall immediately be reported and all safety precautions shall be taken to prevent
potential safety issues from occurring.
Contractor Standards of Performance
Monthly Time Standards - Contractors shall fully understand that the City relies on the product or
service of the solicitation to provide vital municipal services, and the availability and reliability of
the equipment is of the essence. With this in mind, the Contractor shall meet the following
performance standards at all times. Labor disputes, strikes, and other events, except those beyond
the Contractor's control such as acts of God, shall not relieve the Contractor from meeting these
standards. For service category, the Contractor must ensure the given level of service is achieved,
within the designated number of working hours.
Contractor shall deliver goods or services within specified delivery times for 95% of all orders.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 9 of 76
Contract #5641
Exhibit B
Revised and Negotiated Scope of Work
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 10 of 76
SCOPE OF WORK
Services to be rendered shall include, but not limited to, the following particular tasks:
A. PARTS INVENTORY REQUIREMENTS
1. Parts and Supplies
The contractor shall provide automotive and equipment parts and supplies required to
service and repair the City's diverse fleet of vehicles and equipment. The Contractor shall
only charge the City for parts actually requested by authorized City personnel. The City
further requires that in every application, where reasonable and acceptable, the offeror
shall provide rebuilt, refurbished, recycled or refined products that meet or exceed
Original Equipment Manufacturer (OEM), Society of Automotive Engineers (SAE),
Underwriters Laboratories (UL), Military Standard Specification (Mil-spec), American
National Standards Institute (ANSI) or other industry quality standards. All hydraulic
equipment, components and parts must meet Joint Industry Council (JIC) and SAE
specifications.
Contractor shall provide contractor’s brand parts which meet or exceed OEM, SAE, UL,
Mil-spec, ANSI or other industry quality standards whenever possible. The City strongly
encourages the usage of lower cost contractor/non-Original Equipment Manufacturer
(OEM) brand parts; therefore, the Contractor shall aim to supply 50 percent of the parts
inventory with contractor’s brand parts meeting the City’s quality standards as discussed
in the Quality of Parts section. City prefers Contractor branded parts, when available, to
achieve the lowest possible landed cost for the part and to lower the City’s risk of required
buy back for the non-Contractor branded parts on hand upon the contract termination,
expiration or non-renewal.
2. On-Site Parts Inventory
The contractor shall provide both Target and Non-target on-site parts inventories
adequate to meet the parts availability performance standards mutually agreed upon
by the City and the Contractor (See minimum recommended parts list).
In the event, the Contractor cannot supply a part in a timely manner or at a reasonable
cost, the Contractor shall agree to allow the City to buy parts from third party vendors.
City reserves the right to obtain required parts from other sources or to demand
expedited delivery services if the Contractor indicates that specified service standards
cannot be complied with.
3. Price Comparison
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 11 of 76
City of Denton has the right to conduct quarterly parts price comparison to ensure the City
is obtaining the best value. Contractor and the City shall develop mutually agreeable
random comparison criteria for a quarterly report comparing prices paid for parts issued
to the City with those paid by other Contracted NAPA IBS entities in this region. Contractor
shall provide the City with quarterly reports for all parts issued during the preceding
quarter, detailing actual prices paid to their suppliers and prices billed to the City for
statement validation and price comparison purposes. The Quarterly Top 100 Parts
Report, which a sample is attached hereto and incorporated herein by reference as
Exhibit “I”. The Contractor shall continually work to lower the cost of parts acquisition. All
rebates and discounts shall be used to lower the acquisition cost to the City and will be
applied to the monthly Profit and Loss statement.
4. Multiple Quotes Requirements
The Contractor shall obtain three (3) price quotes for all non-Contractor brand parts
exceeding $3,000. The lowest quoted part, meeting specifications, shall be purchased
for sale to the City upon written approval by the City’s Fleet Superintendent, or his
designee. For audit purposes, CONTRACTOR shall attach “3-bid Quote forms” with
approval signatures to all invoices containing parts covered under the requirements of
this section
5. Tax Exemption for Parts and Supplies
In accordance to Section 151.309 of the Texas Tax Code, the City is exempt from being
charged for all taxable items sold, leased, or rented to, or stored, used, or consumed by
the City. All parts and supplies purchased on the behalf of the City shall be purchased
under the tax exemption status. The Contractor shall not be authorized to purchase
goods or services, through the tax exempt status, that will not be re-sold to or utilized by
the City.
6. Quality of Parts
Contractor will use commercially reasonable efforts to ensure that the parts supplied
by Contractor meet or exceed the quality of the parts furnished originally for the
equipment (OEM or equivalent). If the original manufacturer updates the quality of the
parts for current production, the Contractor will use commercially reasonable efforts to
ensure that parts purchased after that change shall meet or exceed the updated quality
specification. If more than one (1) grade of product is available that meets the
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 12 of 76
requirements of this section, the City may designate which grade shall be made
available for use. The City will accept only quality "first" lines from nationally recognized
vendors and not "second" lines of substandard quality. The City may at any time refuse
any particular product, and require a specific substitute to be used. Rebuilt or
remanufactured parts must conform to the manufacturer's recommended
reconditioning tolerances.
a. Quality Assurance Program
The Contractor shall implement a Quality Assurance Program for the management of
the parts supply function. The program shall include provisions for meeting specified
performance standards, for providing high quality parts, and for providing a high level
of customer service. A mandatory component of the Quality Assurance Program shall
be periodic customer satisfaction surveying. At a minimum, the Contractor shall
conduct an annual survey of maintenance, administrative and operating department
personnel. The Contractor's Quality Assurance Program shall also define a role for the
City in maintaining high quality service. The Contractor's proposed Quality Assurance
Program must be described in detail, as part of its proposal. The Quality Assurance
Program written guidelines and procedures shall be submitted to the City for review
and approval. Additionally, the Contractor shall provide a summary of the surveys to
the City for review.
7. Material Safety Data Sheets
The City maintains a cataloging system for all chemicals, chemical compounds, and
chemical mixtures. The Contractor shall provide a Material Safety Data Sheet (MSDS)
for all chemicals and parts containing any potential hazardous material. The MSDS
documents shall be kept up-to-date and available to City staff at all times.
8. Annual Inventory Turns
The contractor shall maintain a baseline target of 4.0 inventory turns annually for all
inventory items. Annual inventory turns is defined as the annual cost of goods sold
divided by the average annual inventory value. The City, and the Contractor shall
reserve the right to request the removal of inventory items that are turning less than 4
times per year. City staff shall evaluate the request of the contractor, and the stock
levels, to determine whether to maintain these items in inventory.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 13 of 76
B. DESIGNATION OF PARTS
1. Required Parts – Preventative Maintenance and Critical Needs (100%
stocking rate)
Required parts are identified below. Required Parts are subject to the detailed cost
proposal submittal requirements and parts availability time standards of this solicitation
for Required Parts.
REQUIRED PART CATEGORIES:
Filters: Oil, Fuel, Transmission, Coolant, Hydraulic, and Air
Wiper Blades and Wiper Arms
Light bulbs, Lights, and Lenses
Belts and Hoses (non-hydraulic) (Gates or approved equal)
Hydraulic hoses and fittings (Gates or approved equal)
Brake Parts: Pads, Shoes, Drums, Rotors, and Hardware Kits
Batteries: Automotive, Truck, Construction, Lawn Equipment
Alternators
Electrical Switches
Air Conditioning Parts and Refrigerant
Bearing and Seal Parts
Sanitation Vehicle Parts
Fire Apparatus Parts
The City and the Contractor shall, in conjunction, conduct an annual review of all parts
designated as required parts and identify an updated list of specific required parts
within these categories. The current required parts are identified on the first worksheet
of the Excel Pricing Sheet (Exhibit 1). This list shall serve as the initial contract year’s
required parts. The Contractor shall maintain 100 percent stocking compliance with
the parts identified in the pricing sheet.
a. Preventative Maintenance Parts
The City’s Fleet Services Department is responsible for ensuring thall all vehicles and
equipment in the City’s fleet is in a continuous working condition; therefore, Fleet
Services utilize a comprehensive preventative maintenance schedule. The contractor
shall be responsible for ensuring all parts designated for the preventative maintenance
program are available when the parts are scheduled to be purchased and utilized. The
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 14 of 76
City expects 100 percent fill rate for these parts. On the last day of each month, Fleet
Services staff will publish and provide the contractor the preventative maintenance
schedule for all City vehicles and equipment that are assigned to the preventative
maintenance program. A list of the parts designated for the preventative maintenance
program is provided in Exhibit 4 of this RFP.
b. Critical/Emergency Purpose Parts
The City’s Fleet Services Department has identified parts designated as critical parts
in order to quickly bring essential fleet vehicles back into service, ensuring the health
and safety of the City’s citizens and visitors. The contractor shall be responsible for
ensuring all parts designated for critical or emergency purposes are available at
the on-site store at all times. The City expects 100 percent fill rate for these parts.
A list of critical or emergency purpose parts is provided in Exhibit 5 of this RFP. The
part numbers as shown on the list are a mixture of the current contractor’s specific part
numbers and the manufacturer’s standard numbers. Some of these part numbers will
need to be cross referenced.
2. Non-Required Parts
Any part not encompassed by the definition of Required Parts described in this
solicitation is designated as a Non-Required Part and is subject to the proposal
submittal requirements and parts availability time standards of this solicitation for Non-
Required Parts. The City and the Contractor shall identify a list of specific non-required
parts within these categories on an annual basis. These non-required parts shall be
filled on a 95 percent fill rate basis at all times. The parts shall be filled within 48 hours
to achieve the 95 percent fill rate requirement.
3. Non-Stocked Parts
The contractor shall be responsible for researching and locating non-stocked parts
which may be required in the repair or maintenance of a vehicle. The City reserves the
right to audit and verify cost reasonableness on these parts. The Contractor shall
submit the actual quoted pricing documentation to the City staff for review, and
approval. Contractor shall be responsible for all restock fees except for when the City
orders a part and then decides the part is not necessary.
C. CONTRACTOR PERSONNEL REQUIREMENTS
1. On-site Personnel
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 15 of 76
The contractor shall provide a maximum number of three (3) full-time on-site personnel
required to meet the parts availability performance standards mutually agreed upon by
the City and the Contractor. All of the assigned full-time personnel shall be ASE
Certified Parts Specialists. Counter personnel are responsible for researching to insure
the proper part is placed on order. Contractor will be responsible for costs incurred
when a wrong part is received. One of the three (3) full-time on-site personnel shall
be a manager who has vast parts room experience. One (1) part-time driver, working
up to a maximum of 30 hours per week, shall be available to deliver parts to the City’s
off site locations. The driver shall maintain a good driving record for the duration of the
contract.
Position
Maximum
Hours per
Week
Maximum
Annual
Hours
Certified ASE Parts Room Manager 40 2,080
Certified ASE Parts Counter Person 40 2,080
Certified ASE Parts Counter Person 40 2,080
Parts Delivery Driver Up to 30 Up to 1,560
2. Personal Characteristics
Provide strong leadership for the operation. Possess personal drive, self-motivation
and take initiative to accomplish all offeror's and City's goals. Possess a willingness
and ability to learn, analytical problem solving skills, high character, and always deals
fairly with both employees and customers. Offeror personnel shall obtain within nine
(9) months of contract initiation, or retain current Automotive Service Excellence (ASE)
and other available certifications and driver’s license requirements to perform daily
functions of supplying parts and to perform reasonable activities as requested by the
City.
3. Contractor's On-Site Manager
The Contractor's on-site Manager and other key personnel shall have proven technical
and managerial experience in the field of fleet maintenance and parts procurement and
be approved by the City. It is further expected that any person in a supervisory position
shall be 'ASE' Parts Specialist P1 or P2 certified, or attain such designation within nine
(9) months of contract initiation. The Contractor must make available its nominee for
on-site Manager during any negotiations with the City, should the Contractor be invited
for an interview. The Contractor's on-site Manager shall not be changed without prior
approval of the City. The City must approve the individual who replaces the current on-
site Manager. The Contractor's proposal to change its on-site Manager must include
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 16 of 76
an implementation plan. All Contractor personnel must conform to City conduct
standards for the term of the contract. All Contractor personnel shall maintain and
express excellent standards for fast, efficient, friendly, and effective customer service.
4. Selection of Personnel
The Contractor shall select personnel with outstanding customer service skills to
perform the services outlined in this proposal. The Contractor shall provide evidence
of certificates or any other special training of personnel responsible for performing
services outlined in this proposal. All contractor personnel shall obtain at least one (1)
ASE Parts P1 or P2 Certification within nine (9) months from contract award.
5. Service Delivery
The latest upgrade to the City's FASTER Fleet Management software provides the
capability for the technician to order parts "on-line" to the parts room. It is the City's
intent to utilize this capability and have the Contractor deliver parts to the technician's
bay once the order is assembled within ten (10) minutes. This concept will initially begin
with the contractor building Preventative Maintenance kits for equipment in the City's
fleet.
6. Counter and Emergency Support Services
The Contractor shall provide on-site counter service to meet the parts availability
standards defined during negotiation of any contract resulting from this solicitation.
Counter service shall be provided at the City’s Fleet Services parts warehouse during
normal hours of operation and will consist of no less than two (2) counter service
personnel during the hours of 7:00 a.m. to 5:00 p.m., and no less than one (1) counter
service personnel during the hours of 5:00 p.m. to 10:00 p.m., Tuesday through Friday.
Fleet Services maintenance facility hours of operation are Tuesday through Friday,
7:00 a.m. to 10:30 p.m. and Monday 7:00 a.m. to 3:30 p.m. Fleet Services is closed on
weekends and City holidays except for emergency situations. The City's holiday
schedule is provided in Attachment A. The normal hours of operation may change due
to the operational needs of Fleet Services and other City Departments.
The contractor shall provide overtime and emergency service support outside of the
normal working hours designated in this solicitation. The overtime expense (calculated at
time and one half) will be charged on a cost basis to the City. The City will notify the
Contractor when a requirement exists and the nature and anticipated duration of the
response needed from the Contractor. The Contractor shall use its best efforts to be on-
site to provide service with an appropriate complement of personnel within 30 minutes
(.5) hour of notification that such services are required. Contractor coverage for
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 17 of 76
Emergency Services shall be on a 24-hour basis until the emergency has cleared or as
directed by the City’s Fleet Superintendent.
The Contactor shall provide an Emergency Personnel Contact List including a phone
number, preferably mobile phone number, where each person can be reached outside of
normal working hours. The City prefers a main contact person, a backup person, and an
emergency contact phone number at the Contractor’s corporate office.
7. Delivery Vehicle
The Contractor shall provide a reliable vehicle to be utilized by the Contractor’s
part-time delivery driver to pick up and deliver parts ordered and purchased by
the City. The contractor shall provide the following items for the vehicle: fuel,
insurance, parts, and maintenance of the vehicle performed off site. Delivery
Vehicle expenses, including but not limited to depreciation/lease expense, fuel,
parts, and maintenance of the vehicle, to be performed off site, shall be included
as a pass-through expense with no additional markup in the monthly operational
expense billing.
8. Tire Repair and Replacement Support Services
The City utilizes, through a separate contract, a third party tire service provider for
installation of new tires and to repair used tires as needed. The tires shall be purchased
by the City through a separate tire inventory contract.
The Contractor under this contract shall be responsible for scheduling all tire repair and
installation services with the City’s contracted third party tire service provider. The
Contractor shall pay for the scheduled work after the work is satisfactorily performed. The
City shall be billed for these services thereafter by the Contractor (Item 769 of Exhibit 1.
D. CONTRACTOR INVENTORY MANAGEMENT SERVICES
1. Inventory Management
The City shall reserve the right to obtain certain parts and supplies considered to be
critical to service during emergency situations, or for which the City determines it to be
in its best interest to retain purchasing control. The City will maintain its own contracts
for the supply of fuel and certain operating department supplies to be issued through
the City’s Materials Management Distribution Center.
The City may designate certain Contractor procured items as mandatory stocked items
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 18 of 76
and will require the Contractor to maintain a mutually acceptable quantity in its
inventory at all times, regardless of annual part issued. Parts to be sold to the City for
preventative maintenance purposes shall be available at all times. A copy of the City’s
preventative maintenance schedule will be made available to the Contractor on a
monthly basis; therefore, the City expects 100 percent compliance and stock outs of
these parts will be unacceptable.
The minimum and maximum stocking levels for both “Required parts” and any part
additions requested by the Contractor to meet contractual performance standards,
shall be subject to the approval and continuous review of the Fleet Superintendent, or
designee, in conjunction with the Contractor. The minimum stocking level is defined
as the required stocking level agreed to and/or specified by the City. The “maximum
stocking level” is defined as the “minimum stocking level” plus a mutually agreed
additional quantity to cover typical lead time for replacement orders.
The City shall maintain a right to conduct periodic parts price comparison review to
ensure that the City is continually obtaining the best price. The Contractor shall provide
a report detailing all parts purchased and the prices paid by the Contractor. The
quarterly report shall also include the sale prices to the City. When savings are
incurred, the Contractor shall also report the savings that the Contractor is providing
the City. The savings can include timely delivery, discounts, labor savings, etc.
2. Asset Management System
The Contractor's proposal shall include a parts ordering and tracking software system
The contractor shall use the City's Fleet Management Software, CCG Systems Inc,
FASTER, for the purpose of electronic parts requests and issuing parts to work orders,
in the most cost effective and expeditious manner possible. The Contractor shall be
responsible for supplying and maintaining all of the associated computer hardware for
their system. The contractor’s inventory software system shall be capable of providing
reports to the City as required for monitoring supply levels. The Contractor’s inventory
software system shall be able to produce all reports specified in this Scope of Services.
3. Electronic Parts Catalog
The contractor shall utilize an automated ordering system with an electronic parts
catalog.
4. Records
The Contractor shall provide authorized representatives of the City, at all reasonable
times, access to and copies of all electronic and hard data, books, records,
correspondence, instructions, plans, drawings, receipts, vouchers, time cards, and
memoranda related to any agreement resulting from this solicitation, and shall provide
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 19 of 76
cost verification for parts provided to the City under the terms of this solicitation within
a commercially reasonable time after the request , not to exceed 10 business days.
5. Reference Files and Procedures
The Contractor shall maintain, or have access to, the service manuals, parts manuals,
service bulletins, lubrication charts, and other information necessary to procure and
supply the parts and related materials to properly service and repair the City's fleet.
The Contractor shall make these materials available to City personnel upon request.
These records become the property of the City at contract termination or conclusion.
6. Reporting
All reports must be comprehensive of all parts sales and inventory. All reports are
required to specifically identify each part number in detail. Reporting must be provided
electronically as well as in paper form.
Compliance with all daily, weekly, monthly, quarterly, semi-annual and annual
reporting requirements as outlined above in the REPORTS section. Compliance is met
when daily reports are submitted the following morning, weekly reports are submitted
the second day of the following week and monthly, quarterly, and semi-annual reports
are submitted by the 15th day after each period being reported. The City expects a 95
percent overall compliance rate on all required reports.
DAILY REPORTS
a. Daily Stock Out Report – A report listing items in the On Site Store’s
inventory that are “out of stock” (zero (0) quantity on hand). Parts that have
minimum and maximum quantities listed in the Contractor’s parts software
that should be normally stocked. This report shall allow City staff to easily
identify the preventative maintenance parts to ensure there are none on
the report. The items on the Stock Out report shall be expedited by the
Contractor through locating other suppliers who can fill the order or locate
an alternative item, meeting specifications, to propose to the Fleet Services
Superintendent, or his designee. Alternate stock items shall not be
ordered until approval is granted by the Fleet Services Superintendent, or
his designee.
A stock out ratio of <2% of total inventory requested. The ratio is determined by the
total number of unfilled on demand requests for “stocked parts” divided by the total
number of “stocked parts” requested. The definition of “stocked parts” is a part number
in the Contractor’s inventory which has been assigned a min/max stocking level.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 20 of 76
b. Daily Reconciliation Report – The report shall reconcile all parts
transactions between Contractor’s inventory software and City’s fleet
management software. At a minimum the report shall include: part/item
number, invoice number, work order or independent issue number, fleet
unit number, quantity, unit price, extended price, item description, and date
and time part was issued. Fleet Services staff will validate the spreadsheet
against the sales ticket, which will be signed by the Fleet Technicians at
the time parts were received. The report shall reflect the daily sales total.
Prior to payment of the Contractor’s monthly invoice, Fleet Services staff
will validate the Excel spreadsheet.
c. Parts in Stock and On Order Report – The report shall be made available
to the City’s Fleet Services staff on a daily or as needed basis. This report
shall demonstrate all parts available for immediate sale and the parts that
are on order. The items on order shall include the quantity on order and
the estimated delivery date. This report shall include the daily order fill
rate, which shall demonstrate a comparison of the in-store items versus the
non in-store items. The daily order fill rate for the in-store items shall be 98
percent or higher.
d. Daily Backorder Report – A detailed report listing all parts ordered that
suppliers have placed in a backordered status. Report should include date
ordered, part number, quantity, vehicle number, vendor, and expected fill
date and time. This report shall be made available on a daily, or on on-
demand basis, to help the City with their service scheduling. This report
shall demonstrate all items requested and ordered by the City’s Fleet staff,
but were not available at the time of the order. The Contractor shall
expedite these items through locating other suppliers who can fill the order
or locate an alternative item, meeting specifications, to propose to the Fleet
Services Superintendent, or his designee. Alternate stock items shall not
be ordered until approval is granted by the Fleet Services Superintendent,
or his designee.
MONTHLY REPORTS
a. Parts Issued Report – The Contractor shall submit a monthly summary
report to the City that fully describes the parts supplied for that month, by
work order, by unit number, and by line item with costs assigned. The
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 21 of 76
monthly report shall also include demonstration of compliance with
performance standards established during negotiation of any contract
resulting from this solicitation. The Contractor shall provide monthly reports
on the effectiveness of their operation.
b. Monthly Inventory Turns Report – The Contractor shall provide a report
listing the top 100 inventory items in sales each month. The report shall list
the part number, description, City’s price, the turnover ratio for these items,
and on-hand inventory valuation.
c. Monthly Warranty Report - The Contractor shall submit a warranty report
as often as required to the City that fully describes the parts eligible and
supplied, by line item and with costs assigned under the warranty
provisions of this solicitation. The report shall clearly identify the
warrantied part by serial number, sales ticket number, or another
identifying number that can be traced to the sale of the item.
QUARTERLY REPORTS
a. Quarterly Cost Savings Report - The Contractor shall submit a list of any
parts being supplied to the City at a cost less than previously provided and
the resulting annualized savings. The savings shall include savings in the
area of parts price, discount including volume discount, labor cost,
overhead, etc. The report shall indicate that the Contractor obtained the
lowest available pricing, a.k.a. lowest landed cost, for the parts sold to the
City. The highest turnover rate in parts, as well as the highest valued parts
sold over a three month period will determine which items will be included
in the quarterly savings report. The savings offered by the Contractor may
also include labor savings, delivery savings, and/or discounts that were
utilized.
b. Actual Part Cost vs. Retail Cost Report – The City will be conducting a cost
comparison review on a quarterly basis. The Contractor shall provide a
quarterly report showing the Contractor’s purchase price for all parts sold
to the City (see above requirements in “a”). City staff will conduct and
share a cost comparison analysis with the City’s executive staff, showing
the benefit of outsourcing the services provided under this contract. This
analysis will be prepared internally by Fleet Services, in conjunction with
Materials Management, utilizing information obtained from the contractors’
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 22 of 76
report, third-party quoted parts, inventory carrying cost information, labor
costs, and profit of the contractor.
c. Lost Sales Report and Analysis - The report shall demonstrate how the
monthly sales are performing against the predetermined sales target. The
sales target shall be determined through a joint effort between the
Contractor and the City’s Fleet Services Superintendent. The sales target
should be determined for each month of the City’s fiscal year, which will
automatically determine the annual sales target in dollars. The report will
allow the Contractor and the City to identify where improvements can be
made in the On Site Store’s sales strategies.
SEMI-ANNUAL REPORTS
a. Semi-Annual Inventory on Hand Report – A detailed report listing all parts
“on hand” with minimum and maximum stocking levels. Report should
include part number, quantity on hand, cost and min/max levels assigned
to each part number.
b. Automatic Stock Levels by Part Report - The report shall indicate the
recommend stocking levels based on the sales for the part (inventory turns).
City staff will assist Contractor in determining the minimum and maximum
stocking level for each part carried in inventory. The Parts in Stock report
shall reflect the Contractor’s compliance with these pre-determined stocking
levels. The City and the Contractor shall identify a targeted maximum level
for each part. The Automatic Stock Levels by Part Report or the Parts in
Stock Report shall identify all non-moving items, which are items turning less
than four (4) times per year.
c. Physical Inventory Count and Rationalization - The contractor shall outline
its detailed approach for conducting the physical inventory count and
rationalization, including time frame required and the level of involvement
necessary on the part of the City employees. The Contractor's cost
proposal for rationalizing and disposing of excess inventory shall be part of
the Cost Proposal described below.
Orientation of Contractor and City Personnel.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 23 of 76
Description of resources to be applied by Contractor.
Description of resources required from the City of Denton.
Description of security measures during transition. Record Keeping, Reference
Materials, and Reporting Requirements. Note that a Monthly On-Hand Inventory
Valuation Report shall be provided to the City at the end of each cycle count.
ANNUAL REPORTS
a. Annual Reports - On the calendar year of the effective date of the Contract
and every other anniversary date thereafter, the Contractor shall submit to
the City a written annual report that summarizes the year's activity in a
format agreed upon by the Contractor and the City. The following specific
annual reports are required, at a minimum, to be submitted to the City.
b. Cost Savings Report - The Contractor shall submit a summary of all parts
supplied to the City at a cost less than previously provided and the
resulting annualized savings. The savings shall include savings in the area
of parts price, discount including volume discount, labor cost, overhead,
etc. The report shall indicate that the Contractor obtained the lowest
available pricing, a.k.a. lowest landed cost, for the parts sold to the City.
The highest turnover rate in parts, as well as the highest valued parts sold
over the prior twelve (12) months will determine which items will be
included in the savings report. The savings offered by the Contractor may
also include labor savings, delivery savings, and/or discounts that were
utilized.
c. Annual Sales Summary Report – The report shall summarize the pricing
paid by the City for all parts invoiced and paid by the City. The prices shall
be broken down by each invoice issued during the course of the year. At a
minimum, the report shall include invoice number, invoice date, City’s fleet
unit number, work order number, part number, part description, quantity
sold per invoice, unit price, and extended total. The report shall show an
annual total for the quantity, average unit price, and a grand total for the
extended cost.
d. Annual Parts Warranty Report - The annual warranty report shall
summarize all parts sold to the City over the prior twelve (12) months that
qualify for warranty coverage. The report shall clearly identify the
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 24 of 76
warrantied part by serial number, sales ticket number, or another
identifying number that can be traced to the sale of the item.
AD HOC REPORTING
The City reserves the right to obtain additional reports as required to the extent
reasonably capable of being generated by the Contractor’s or the City’s system.
E. CONTRACTOR MISCELLANEOUS RELATED SERVICES
The contractor shall provide such other related services as may be required and
directed by the City. Advance approval is required in writing before access to any
facility after hours is authorized or any overtime is performed.
1. Training
The Contractor will make available an average of 24 hours of training annually to City
Fleet Services technicians. This shall include, but not be limited to, classroom and
hands-on training, new and or current product review, new procedures and ASE
Certification training. The content and quality for such training will be mutually agreed
upon between City and the Contractor.
2. On-Site Disposal and Recycling Services
The Contractor agrees to arrange for third parties to handle the disposal and/or
recycling of used motor oil, used oil filters, used hydraulic fluid, used anti-freeze, used
refrigerant, scrap tire casings, used batteries, and battery acid, but will not be directly
involved in the actual disposal of such items. Contractor shall only use Disposal
Companies approved by the City to comply with “Cradle to Grave” liability for generated
waste products. Use reasonable commercial efforts to Contractor shall defend the City
from any liability caused by negligent acts of the Contractor’s employees, and assist the
City in processing any claim that may arise against such third party associated with the
disposal of the items. The City reserves the right to select all, some or none of the items
for disposal. Disposal of any such products shall be only in a manner prescribed by
Federal, State and local laws. Contractor shall immediately convey to the City, all
documentation received including but not limited to manifests and other records for
shipping and disposal of such products to ensure proper disposal, handling and
shipping, for permanent retention, in accordance with all applicable laws. The proposal
shall include disclosure of any notice of violation received by the proposer concerning
shipment or disposal of any such product or other hazardous material. All recycled
items shall be billed to the City at a pass-through cost only. Any revenue generated
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 25 of 76
through the disposal plan shall be returned to the City’s Contract Administration
Supervisor at the following address:
City of Denton Purchasing
Attn: Contract Administration Supervisor
901 B Texas Street
Denton, TX 76209
F. CONTRACTOR IMPLEMENTATION PLAN
1. Implementation Plan
The contractor shall present an Implementation Plan that identifies all actions to be
taken and the resources they will employ to accomplish a successful transition of
services under any agreement negotiated pursuant to this solicitation. At a minimum,
the Implementation Plan must describe the following categories in detail:
a. Continuity of Service
The Contractor shall develop and submit a proposed implementation plan that outlines
the process to be followed, time frames required, and any measurable milestones in
the plan for ensuring continuity of service during the transition period.
b. Purchase of Current Inventory
The Incumbent currently maintains the inventory of parts and supplies in the City's
Fleet Services parts warehouse. The awarded contractor shall purchase this inventory,
at the acquisition cost from the incumbent at the inception of any agreement resulting
from this solicitation.
All proposals must include a plan for accomplishing a physical inventory count of all
existing parts inventories, and a methodology for rationalizing inventory size. (The
physical inventory count and rationalization must be conducted as part of any
implementation plan, and be acceptable to both the City and the Contractor).
All Contractor branded parts and supplies will remain the sole property of the
Contractor unless purchased by the City in accordance with the buy-back terms set
forth herein.
Material Safety Data Sheets
The City maintains a cataloging system for all chemicals, chemical compounds, and
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 26 of 76
chemical mixtures. The Contractor shall provide a Material Safety Data Sheet (MSDS)
for all chemicals and parts containing any potential hazardous material. The MSDS
documents shall be kept up-to-date and available to City staff at all times.
c. Safety and Environmental Hazards
The City does not warrant or guarantee against the possibility that safety or
environmental hazards or potential hazards may exist at the City’s Fleet Services
maintenance facility. The Contractor, as the incumbent, shall be responsible for
conducting ongoing monthly Safety inspections to identify any hazardous conditions
and notifying the City of these conditions in writing immediately upon identification of
any perceived hazard Notwithstanding the foregoing, the City shall, at all times during
the term of the contract, at the City’s sole expense, maintain in good condition and
repair (so as to prevent any damage or injury to Contractor’s employees, the inventory
or other personal property located in the on-site store(s)) the roof, exterior walls,
foundation, and structural portions of the on-site store(s) and all portions of the
electrical and plumbing systems lying outside of the on-site store(s) but serving the on-
site store(s).
d. Facility and Inventory Inspections
Facility and inventory inspections by City and Contractor personnel shall be an element
in the negotiations and transitions of any contract resulting from this solicitation. The
Contractor shall schedule with the City a joint parts room inspection for the purpose of
identifying pre-existing deficiencies pertaining to the buildings, utility systems,
equipment, and other assets. The Contractor and the City together shall make a
complete and systematic inspection and inventory of all structural, mechanical,
electrical, utility systems, and equipment and furniture to which the Contractor shall
have access during the course of the agreement period. The Contractor shall then
prepare and submit to the City a Pre-Existing Deficiency Report describing all observed
deficiencies pertaining to the building structure, systems, equipment, or other assets
noted during the joint inspection no later than five (5) days after the joint inspection.
The City and Contractor shall then develop a mutually acceptable time table for the
correction of any noted deficiencies. The allocation of costs and the completion of the
corrections will be mutually agreed upon during contract negotiations.
e. Receipt of Assets
The Contractor shall be required to acknowledge receipt by signature of assets
provided by the City for the Contractor's use. The assets accepted by the Contractor
for the term of the agreement shall then become the responsibility of the Contractor.
Upon completion of the agreement, these assets shall be returned in the same
condition in which they were provided to the Contractor, less normal wear and tear.
The Contractor shall be responsible for replacing any stolen, missing, or destroyed
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 27 of 76
asset with a comparable asset at the Contractor's expense.
G. BUY-BACK OF INVENTORY UPON TERMINATION, EXPIRATION OR
NON-RENEWAL OF CONTRACT
Upon termination, expiration, or non-renewal of the contract, Contractor shall have the
option to require the City to purchase all non-NAPA branded inventory owned by
Contractor and located in the on-site store(s) at Contractor’s most recent acquisition cost.
Additionally, the City shall have the option to purchase all NAPA branded inventory,
owned by Contractor and located in the on-site store(s) at Contractor’s current jobber net
acquisition cost. Upon the City’s request, Contractor shall provide City with a listing of all
NAPA and non-NAPA branded inventory owned by Contractor and located in the on-site
store(s).
H. EQUIPMENT AND SERVICES TO BE PROVIDED BY CITY OF DENTON
1. Fleet Services Parts Warehouse
The City will permit the Contractor use of the existing Fleet Services Parts
Warehouse, including installed equipment such as furniture, shelving and racks,
through an executed lease agreement. The City will reimburse the Contractor for any
and all costs and expenses charged to Contractor or incurred by Contractor under such
executed lease agreement. Such costs and expenses will be deemed an operational
cost and will be paid to Contractor in accordance with the terms set forth in the pricing
section below. The Contractor will be provided with exclusive access to those portions
of the Fleet Services facility so designated for its use subject to the City's right to
inspect and audit. The Contractor shall be responsible for parts room clean up and
custodial services and must maintain the facility in a presentable manner. The City will
provide physically separated space for the purpose of parts inventory storage as is
mutually agreed upon by the Contractor and the City. Facility inspections by City and
Contractor personnel will be an element in the negotiations and transitions of any
contract resulting from this solicitation. The City shall maintain a set of keys to all
facilities for security and emergency situations only. The keys will be under exclusive
control of the Fleet Superintendent. The City shall provide to Contractor written notice
prior to entering the secured parts area, except in the event of a declared emergency.
2. Utilities
The City will be responsible for supplying all utilities, including refuse collection, to the
facility operated by the selected Contractor. The City will supply the utilities and
communication infrastructure necessary for the Contractor to operate an efficient parts
operation. Contractor will be responsible for their own telephone/fax charges including
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 28 of 76
employee cellular telephones.
The Contractor shall not use the facility or other property furnished by the City for
provision of parts to vehicles not owned or leased by the City. The Contractor shall not
use City property for any personal advantage, business gain, or other personal
endeavor by the Contractor or the Contractor's employees other than in the
performance of the work described in the agreement.
I. PRICING/PAYMENT REQUIREMENTS
PAYMENT TERMS/PRICING
For purposes of this section, the term “NAPA” shall mean Genuine Parts Company and
“CUSTOMER” shall mean the City of Denton, TX.
NAPA shall invoice the CUSTOMER for all inventory purchased pursuant to this contract
on a monthly basis according to the pricing plan below. CUSTOMER agrees to pay the
entire amount of all statements received from NAPA within thirty (30) days following
receipt of any such statement. If CUSTOMER has not paid the entire amount of all
statements received from NAPA within 30 days following receipt of such invoice,
CUSTOMER’s services may be suspended at CUSTOMER’s sole cost and expense,
until previously “undisputed” invoiced amount is has been paid in full. No prompt pay
discount is available under this Agreement.
The overall goal of CUSTOMER’s pricing plan is to achieve a ten percent (10%) net profit
for NAPA (the “Net Profit Target”). CUSTOMER’s pricing plan is comprised of the
following elements:
(a) Product Costs. The pricing of the inventory to be supplied to CUSTOMER by
NAPA pursuant to this Agreement. Product Costs shall be further divided into “NAPA
Product Costs,” which is the pricing of NAPA supplier manufactured products, and “Non-
NAPA Product Costs,” which is the pricing of products which have not been
manufactured by NAPA suppliers but which have been acquired for CUSTOMER by
NAPA pursuant to this Agreement.
(b) Outside Purchases or Services Costs. Outside Purchases or Services Costs is
the pricing of those parts or services not traditionally stocked or performed by NAPA.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 29 of 76
(c) Operational Costs. Any and all costs and expenses associated with the operation
of the On Site Store(s), including, but not limited to, the Corporate Allocation Expenses
(as defined below), any and all costs and expenses charged to Contractor or incurred by
Contractor under that certain Lease Agreement entered into between Contractor and the
City on _________, 2016, vehicle gas and maintenance costs, salary and benefits
payable to NAPA employees at the On Site Store(s), worker’s compensation benefits and
insurance, unemployment insurance, personal property insurance for the On Site
Store(s), inventory, any deductible for losses covered under the insurance policies of
NAPA, and all equipment supplied by NAPA. Corporate Allocation Expenses may include
but are not limited to, inventory investment expense, pension funding cost, executive fees,
accounting fees, general office fees, and shared service expense. An example of a profit
and loss statement reflecting such costs and expenses is attached hereto as Schedule 1.
CUSTOMER acknowledges and agrees that the costs and expenses reflected on the
profit and loss statement set forth on Schedule 1 are subject to change based on actual
monthly costs, expenses or Corporate Allocation Expenses incurred relative to the
operation of the On Site Store(s). To achieve economies of scale, NAPA utilizes certain
headquarter and corporate personnel or assets in the performance of this contract. As a
result, each On Site Store location is charged a corporate allocation expense (“Corporate
Allocation Expense”) which is calculated as a percentage of sales for each contract year.
As such, there is not a supportive invoice for such expenses other than an annual
allocation rate statement. This Corporate Allocation Expense allows NAPA to have fewer
employees performing mundane or menial tasks such as paper work and filing at the On
Site Store(s) allowing NAPA counter personnel to focus more attention on serving the
On-Site Store operations and maximizing on-site cost efficiency.
(d) Management Fee. CUSTOMER shall be billed a Management Fee (as defined
below) on a monthly basis in accordance with the terms below.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
June 21
Contract # 5641 – Service Agreement Page 30 of 76
PRICING PLAN SUMMARY
NAPA Product Costs
Non-NAPA Product
Costs and Outside
Purchases and
Services
Billed to CUSTOMER at jobber net store
acquisition cost
Billed to CUSTOMER at a 0% gross profit rate
Operational Costs Billed to CUSTOMER at cost or at the current
corporate annual allocation rate for those
services performed by headquarter and
corporate personnel.
Management Fee Billed to CUSTOMER in accordance with the
terms below
Net Profit Target
10% net profit for NAPA
NAPA Product Costs shall be billed to CUSTOMER at jobber net store acquisition cost.
Non-NAPA Product Costs and Outside Purchases/Services shall be set by NAPA to yield
a gross profit of zero percent (0%). Operational costs will be charged to CUSTOMER at
cost or at the current corporate annual allocation rate for those services performed by
headquarter and corporate personnel, with all such charges for Operational Costs to be
included in CUSTOMER’s monthly billing statement. CUSTOMER will be billed at the
end of each month for operational costs on an “in arrears” basis.
CUSTOMER shall pay to NAPA on a monthly basis a management fee equal to ten
percent (10%) of the Total Monthly Net Sales (as defined below) during the preceding
month (the “Management Fee”). For purposes hereof, “Total Monthly Net Sales” means
the total dollar amount of all products (both NAPA and Non-NAPA) and outside purchases
and services sold to the CUSTOMER during the preceding month at the costs set forth in
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 31 of 76
the pricing plan summary above less purchase returns.
CUSTOMER agrees to encumber sufficient funds necessary to cover the anticipated
amount of all financial obligations owed to NAPA, including but not limited to, projected
operational expenses, product to be purchased from NAPA, non-NAPA inventory buy-
back, and agreed profit for the applicable state fiscal year. The parties agree to mutually
work together to adjust the amount if such amount must be increased during the term of
the contract. CUSTOMER retains the right to exercise the provisions of Section 28 of
Exhibit C Standard Terms and Conditions if the governing body does not award funding
for the contract. CUSTOMER INITIALS ______________
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 32 of 76
Contract #5641
Schedule 1
Sample Profit and Loss Statement
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Description of Billing:
Note:
Genuine Parts Co
IBS Operational Expense Invoice
Sold to:City of Denton IBS
Date :July 1, 2016
Invoice No:471 1606
dba- NAPA Auto Parts
P.O. Box 848033
Dallas TX 75284-8033
Remit payments to:Genuine Parts Company
Jun-16 OPERATIONAL EXPENSE FOR PARTS DEPARTMENT 43,642$
dba- NAPA Auto Parts
635 Freeport Parkway
Coppell Texas 75019
See attached Summary detail
Account # : City of Denton Operations Expense Account
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
City of Denton Expense Category Current YTD Notes
Customer Part Purchases 201,991 201,991
Cost of Goods to NAPA 201,244 201,244
Gross Markup Margin 747 747
Payroll Expenses
Manager/Counter Salaries 13,288 13,288
Employee Pension/401K 909 909
Group Insurance/Benefits 2,762 2,762
Workers Comp Insurance 337 337
Payroll Taxes 1,123 1,123
Total IBS Payroll Expenses 18,419 18,419
Miscellaneous Expenses
Delivery Maintenance/Gas 101 101
Truck Payment 450 450
Facility Expenses 77 77
Shelving/Equipment Depreciation 00
Store Expenses 400 400
Computers and Support Equipment 549 549
Freight & Postage 219 219
Training 00
Total IBS Misc Expense 1796 1796
Corporate Allocated Expenses 3,974 3,974
TOTAL EXPENSES 24,189 24,189
Gross Margin Less Expenses -23,443 -23,443
Miscellaneous Adjustments 00
IBS Management Fee 43642 43,642
NAPA's Return on Investment 20199 20199
Contracted Management Fee 20,199 10% of Total Monthly Net Sales
Less Profits received: (747) Profits from Invoices (Sales less cost & adjustments)
Total Expenses 24,189
Misc Discounts 0
43,642 Balance due NAPA after adjustments
NAPA Monthly Expense Billing Breakdown
IBS Expense Summary
Disclaimer- Individual Line item values stated in dollars, Section totals rounded to dollars from original values
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 33 of 76
Contract #5641
Exhibit C
Standard Purchase Terms and Conditions
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 34 of 76
Standard Purchase Terms and Conditions
These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings
and other requirements included in the City of Denton’s contract are applicable to
contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer
and the Seller or respondent herein after referred to as Contractor or Supplier. Any deviations must
be in writing and signed by a representative of the City’s Procurement Department and the
Supplier. No Terms and Conditions contained in the seller’s proposal response, invoice or
statement shall serve to modify the terms set forth herein. If there is a conflict between the
provisions on the face of the contract/purchase order these written provisions will take precedence.
The Contractor agrees that the contract shall be governed by the following terms and conditions,
unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract,
Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a solicitation to purchase goods, and
sections 9, 10, 11, 22 and 32 shall apply only to a solicitation to purchase services to be performed
principally at the City’s premises or on public rights-of-way.
1. CONTRACTOR’S OBLIGATIONS. The Contractor shall fully and timely provide all
deliverables described in the Solicitation and in the Contractor’s Offer in strict accordance with
the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local
laws, rules, and regulations.
2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall
be effective as of the date the contract is signed by the City, and shall continue in effect until all
obligations are performed in accordance with the Contract.
3. CONTRACTOR TO PACKAGE DELIVERABLES: The Contractor will use commercially
reasonable efforts to cause it manufacturers to package deliverables in accordance with good
commercial practice and shall include a packing list showing the description of each item, the
quantity and unit price unless otherwise provided in the Specifications or Supplemental Terms and
Conditions, each shipping container shall be clearly and permanently marked as follows: (a) The
Contractor's name and address, (b) the City’s name, address and purchase order or purchase release
number and the price agreement number if applicable, (c) Container number and total number of
containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The
Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest
transportation costs and to conform to all the requirements of common carriers and any applicable
specification. The City's count or weight shall be final and conclusive on shipments not
accompanied by packing lists.
4. SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor is not authorized to
ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of
deliverables.
5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City
only when the City actually receives the deliverables.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 35 of 76
6. DELIVERY TERMS AND TRANSPORTATION CHARGES: All normally stocked, and
locally available, items will be furnished FOB Destination, Prepaid and Allowed, and all non-stock
items, non-locally available items, special/custom and emergency orders will be furnished FOB
Destination, Prepaid and Added, which means that Contractor initially pays the freight and then
adds the freight charges to its invoice to the City for reimbursement.
7. RIGHT OF INSPECTION AND REJECTION: The City expressly reserves all rights under
law, including, but not limited to the Uniform Commercial Code, to inspect the deliverables at
delivery before accepting them, and to reject defective or non-conforming deliverables. If the City
has the right to inspect the Contractor’s, or the Contractor’s Subcontractor’s, facilities, or the
deliverables at the Contractor’s, or the Contractor’s Subcontractor’s, premises, the Contractor shall
furnish, or cause to be furnished, without additional charge, all reasonable facilities and assistance
to the City to facilitate such inspection.
8. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of deliverables
must fully comply with all provisions of the Contract as to time of delivery, quality, and quantity.
Any non-complying tender shall constitute a breach and the Contractor shall not have the right to
substitute a conforming tender; provided, where the time for performance has not yet expired, the
Contractor may notify the City of the intention to cure and may then make a conforming tender
within the time allotted in the contract.
9. PLACE AND CONDITION OF WORK: The City shall provide the Contractor access to the
sites where the Contractor is to perform the services as required in order for the Contractor to
perform the services in a timely and efficient manner, in accordance with and subject to the
applicable security laws, rules, and regulations. The Contractor acknowledges that it has satisfied
itself as to the nature of the City’s service requirements and specifications, the location and
essential characteristics of the work sites, the quality and quantity of materials, equipment, labor
and facilities necessary to perform the services, and any other condition or state of fact which could
in any way affect performance of the Contractor’s obligations under the contract. The Contractor
hereby releases and holds the City harmless from and against any liability or claim for damages of
any kind or nature if the actual site or service conditions differ from expected conditions.
The contractor shall, at all times, exercise reasonable precautions for the safety of their employees,
City Staff, participants and others on or near the City’s facilities.
10. WORKFORCE
A. The Contractor shall employ only orderly and competent workers, skilled in the performance
of the services which they will perform under the Contract.
B. The Contractor, its employees, subcontractors, and subcontractor's employees may not while
engaged in participating or responding to a solicitation or while in the course and scope of
delivering goods or services under a City of Denton contract or on the City's property .
i. use or possess a firearm, including a concealed handgun that is licensed under state law,
except as required by the terms of the contract; or
ii. use or possess alcoholic or other intoxicating beverages, illegal drugs or controlled
substances, nor may such workers be intoxicated, or under the influence of alcohol or drugs, on
the job.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 36 of 76
C. If the City or the City's representative notifies the Contractor that any worker is incompetent,
disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed
any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the
Contractor shall immediately remove such worker from Contract services, and may not employ
such worker again on Contract services without the City's prior written consent.
Immigration: The Contractor represents and warrants that it shall comply with the requirements
of the Immigration Reform and Control Act of 1986 and 1990 regarding employment verification
and retention of verification forms for any individuals hired on or after November 6, 1986, who
will perform any labor or services under the Contract and the Illegal Immigration Reform and
Immigrant Responsibility Act of 1996 (“IIRIRA) enacted on September 30, 1996.
11. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL
REGULATIONS: The Contractor, its Subcontractors, and their respective employees, shall
comply fully with all applicable federal, state, and local health, safety, and environmental laws,
ordinances, rules and regulations in the performance of the services, including but not limited to
those promulgated by the City and by the Occupational Safety and Health Administration (OSHA).
In case of conflict, the most stringent safety requirement shall govern. The Contractor shall
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.
Environmental Protection: The Respondent shall be in compliance with all applicable standards,
orders, or regulations issued pursuant to the mandates of the Clean Air Act (42 U.S.C. §7401 et
seq.) and the Federal Water Pollution Control Act, as amended, (33 U.S.C. §1251 et seq.).
12. INVOICES:
A. The Contractor shall submit separate invoices in duplicate on each purchase order or purchase
release after each delivery. If partial shipments or deliveries are authorized by the City, a separate
invoice must be sent for each shipment or delivery made.
B. Proper Invoices must include a unique invoice number, the purchase order or delivery
order number and the master agreement number if applicable, the Department’s Name, and
the name of the point of contact for the Department. Invoices shall be itemized and
transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight
waybill, when applicable, shall be attached to the invoice. The Contractor’s name, remittance
address and, if applicable, the tax identification number on the invoice must exactly match the
information in the Vendor’s registration with the City. Unless otherwise instructed in writing, the
City may rely on the remittance address specified on the Contractor’s invoice.
C. Invoices for labor shall include a copy of all time-sheets with trade labor rate and deliverables
order number clearly identified. Invoices shall also include a tabulation of work-hours at the
appropriate rates and grouped by work order number. Time billed for labor shall be limited to
hours actually worked at the work site.
D. Unless otherwise expressly authorized in the Contract, the Contractor shall pass through all
Subcontract and other authorized expenses at actual cost without markup.
E. Federal excise taxes, State taxes, or City sales taxes must not be included in the invoiced
amount.
The City will furnish a tax exemption certificate upon request.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 37 of 76
13. PAYMENT:
A. All proper invoices need to be sent to Accounts Payable. A copy of the invoice shall be sent to
Fleet Services on the same day. Approved invoices will be paid within thirty (30) calendar days
of the City’s receipt of the deliverables or of the invoice being received in Accounts Payable,
whichever is later.
B. If payment is not timely made, (per paragraph A); interest shall accrue on the unpaid
balance at the lesser of the rate specified in Texas Government Code Section 2251.025 or the
maximum lawful rate; except, if payment is not timely made for a reason for which the City
may withhold payment hereunder, interest shall not accrue until ten (10) calendar days after
the grounds for withholding payment have been resolved.
C. If partial shipments or deliveries are authorized by the City, the Contractor will be paid for the
partial shipment or delivery, as stated above, provided that the invoice matches the shipment or
delivery.
D. The City may dispute any invoice submitted by Contractor, in accordance with provisions of
Texas Government Code 2251.
E. Notice is hereby given that any awarded firm who is in arrears to the City of Denton for
delinquent taxes, the City may offset indebtedness owed the City through payment withholding.
F. Payment will be made by check unless the parties mutually agree to payment by credit card or
electronic transfer of funds.
G. The awarding or continuation of this contract is dependent upon the availability of funding.
The City’s payment obligations are payable only and solely from funds Appropriated and
available for this contract. The absence of Appropriated or other lawfully available funds shall
render the Contract null and void to the extent funds are not Appropriated or available and any
deliverables delivered but unpaid shall be returned to the Contractor. The City shall provide the
Contractor written notice of the failure of the City to make an adequate Appropriation for any
fiscal year to pay the amounts due under the Contract, or the reduction of any Appropriation to
an amount insufficient to permit the City to pay its obligations under the Contract. In the event of
none or inadequate appropriation of funds, there will be no penalty nor removal fees charged to
the City. The City warrants and represents that it reasonably believes that it will have sufficient
funds to make all payments due pursuant to the contract, and hereby covenants that it will do all
things lawfully within its power to obtain, maintain, request and pursue funds from which the
said payments may be made.
14. TRAVEL EXPENSES: All travel, lodging and per diem expenses in connection with the
Contract shall be paid by the Contractor, unless otherwise stated in the contract terms. During the
term of this contract, the contractor shall bill and the City shall reimburse contractor for all
reasonable and approved out of pocket expenses which are incurred in the connection with the
performance of duties hereunder. Notwithstanding the foregoing, expenses for the time spent by
the contractor in traveling to and from City facilities shall not be reimbursed, unless otherwise
negotiated.
15. FINAL PAYMENT AND CLOSE-OUT:
A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified
Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance
Report to the Purchasing Manager no later than the 15th calendar day after completion of all work
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 38 of 76
under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in
compliance with the requirements as accepted by the City.
B. The making and acceptance of final payment will constitute:
i. a waiver of all claims by the City against the Contractor, except claims (1) which have
been previously asserted in writing and not yet settled, (2) arising from defective work appearing
after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the
terms of any warranty specified herein, (4) arising from the Contractor’s continuing obligations
under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising
under the City’s right to audit; and ii. a waiver of all claims by the Contractor against the City
other than those previously asserted in writing and not yet settled.
16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost
of any special tooling or special test equipment fabricated or required by the Contractor for the
purpose of filling this order, such special tooling equipment and any process sheets related thereto
shall become the property of the City and shall be identified by the Contractor as such.
17. RIGHT TO AUDIT:
A. The City shall have the right to audit and make copies of the books, records and computations
pertaining to the Contract. The Contractor shall retain such books, records, documents and other
evidence pertaining to the Contract period and two years thereafter, except if an audit is in progress
or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are
completed and resolved. These books, records, documents and other evidence shall be available,
within ten (10) business days of written request. Further, the Contractor shall also require all
Subcontractors, to retain all books, records, documents and other evidence pertaining to the
Contract, and to allow the City similar access to those documents. All books and records will be
made available within a 50 mile radius of the City of Denton. Audit results will be based upon
overcharges and undercharges being combined to determine the net impact. If the audit results in
a net overcharge, Contractor will issue a check to the City equal to the net overcharge amount. The
cost of the audit will be borne by the City.
B. Failure to comply with the provisions of this section shall be a material breach of the Contract
and shall constitute, in the City’s sole discretion, grounds for termination thereof. Each of the
terms “books”, “records”, “documents” and “other evidence”, as used above, shall be construed to
include drafts and electronic files, even if such drafts or electronic files are subsequently used to
generate or prepare a final printed document.
18. SUBCONTRACTORS:
A. If the Contractor identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor
shall comply with all requirements approved by the City. The Contractor shall not initially employ
any Subcontractor except as provided in the Contractor’s Plan. The Contractor shall not substitute
any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in
writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or
remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan
has been approved, the Contractor is additionally required to submit a monthly Subcontract
Awards and Expenditures Report to the Procurement Manager, no later than the tenth calendar day
of each month.
B. Work performed for the Contractor by a Subcontractor shall be pursuant to a written contract
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 39 of 76
between the Contractor and Subcontractor. The terms of the subcontract may not conflict with the
terms of the
Contract, and shall contain provisions that:
i. Require that all deliverables to be provided by the Subcontractor be provided in strict
accordance with the provisions, specifications and terms of the Contract;
ii. Prohibit the Subcontractor from further subcontracting any portion of the Contract
without the prior written consent of the City and the Contractor. The City may require, as
a condition to such further subcontracting, that the Subcontractor post a payment bond in
form, substance and amount acceptable to the City;
iii. Require Subcontractors to submit all invoices and applications for payments, including
any claims for additional payments, damages or otherwise, to the Contractor in sufficient
time to enable the Contractor to include same with its invoice or application for payment
to the City in accordance with the terms of the Contract;
iv. Require that all Subcontractors obtain and maintain, throughout the term of their
contract, insurance in the type and amounts specified for the Contractor, with the City
being a named insured as its interest shall appear; and
v. Require that the Subcontractor indemnify and hold the City harmless to the same extent
as the Contractor is required to indemnify the City.
C. 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.
Nothing in the Contract shall create for the benefit of any such Subcontractor any contractual
relationship between the City and any such Subcontractor, nor shall it create any obligation on the
part of the City to pay or to see to the payment of any moneys due any such Subcontractor except
as may otherwise be required by law.
D. The Contractor shall pay each Subcontractor its appropriate share of payments made to the
Contractor not later than ten (10) calendar days after receipt of payment from the City.
E. For the avoidance of any doubt, the parties agree that the term ‘Subcontractors’ as used herein
and throughout these terms and conditions and RFP shall specifically exclude all third party
suppliers and manufacturers of the products sold hereunder and all third party delivery service
providers (i.e. UPS and FedEx).
19. WARRANTY-PRICE: The Contractor certifies that the prices in the Offer have been arrived
at independently without consultation, communication, or agreement for the purpose of restricting
competition, as to any matter relating to such fees with any other firm or with any competitor.
20. WARRANTY – TITLE: The Contractor warrants that it has good and indefeasible title to all
deliverables furnished under the Contract, and that the deliverables are free and clear of all liens,
claims, and security interests. The Contractor shall indemnify and hold the City harmless from and
against all adverse title claims to the deliverables.
21. WARRANTY – DELIVERABLES: INTENTIONALLY DELETED.
22. WARRANTY – SERVICES: The Contractor warrants and represents that all services to be
provided the City under the Contract will be fully and timely performed in a good and workmanlike
manner in accordance with generally accepted industry standards and practices, the terms,
conditions, and covenants of the Contract, and all applicable Federal, State and local laws, rules
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 40 of 76
or regulations.
A. The Contractor may not limit, exclude or disclaim the foregoing warranty. ALL OTHER
WARRANTIES, OBLIGATIONS AND LIABILITIES OF CONTRACTOR ARE EXCLUDED,
WHETHER EXPRESS OR IMPLIED BY OPERATION OF LAW OR OTHERWISE, INCLUDING,
WITHOUT LIMITATION, ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS
FOR A PARTICULAR PURPOSE.
B. Unless otherwise specified in the Contract, the warranty period shall be at least one year from
the Acceptance Date. If during the warranty period, one or more of the above warranties are
breached, the Contractor shall promptly upon receipt of demand perform the services again in
accordance with above standard at no additional cost to the City. All costs incidental to such
additional performance shall be borne by the Contractor. The City shall endeavor to give the
Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery
of the breach warranty, but failure to give timely notice shall not impair the City’s rights under
this section.
C. If the Contractor is unable or unwilling to perform its services in accordance with the above
standard as required by the City, then in addition to any other available remedy, the City may
reduce the amount of services it may be required to purchase under the Contract from the
Contractor, and purchase conforming services from other sources.
23. ACCEPTANCE OF INCOMPLETE OR NON-CONFORMING DELIVERABLES: The
City will not accept incomplete or non-conforming commodities or parts, and shall dispute any
invoiced amount for such, in accordance with the provisions of Texas Government Code 2251.
24. RIGHT TO ASSURANCE: Whenever one party to the Contract in good faith has reason to
question the other party’s intent to perform, demand may be made to the other party for written
assurance of the intent to perform. In the event that no assurance is given within the time specified
after demand is made, the demanding party may treat this failure as an anticipatory repudiation of
the Contract.
25. STOP WORK NOTICE: The City may issue an immediate Stop Work Notice in the event
the Contractor is observed performing in a manner that is in violation of Federal, State, or local
guidelines, or in a manner that is determined by the City to be unsafe to either life or property.
Upon notification, the Contractor will cease all work until notified by the City that the violation or
unsafe condition has been corrected. The Contractor shall be liable for all costs incurred by the
City as a result of the issuance of such Stop Work Notice.
26. DEFAULT: The Contractor shall be in default under the Contract if the Contractor (a) fails to
fully, timely and faithfully perform any of its material obligations under the Contract, (b) fails to
provide adequate assurance of performance under Paragraph 24, (c) becomes insolvent or seeks
relief under the bankruptcy laws of the United States or (d) makes a material misrepresentation in
Contractor’s Offer, or in any report or deliverable required to be submitted by the Contractor to
the City. Likewise, the City shall be in default under the Contract if the City (a) fails to fully,
timely and faithfully perform any of its material obligations under the Contract or (b) becomes
insolvent or seeks relief under the bankruptcy laws of the United States.
27. TERMINATION FOR CAUSE: In the event of a default by either party, the other party shall
have the right to terminate the Contract for cause, by written notice effective ten (10) calendar
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 41 of 76
days, unless otherwise specified, after the date of such notice, unless the defaulting party, within
such ten (10) day period, cures such default, or provides evidence sufficient to prove to the other
party’s reasonable satisfaction that such default does not, in fact, exist. Either party may pursue all
remedies available to it at law or in equity, including without limitation, remedies at law in a court
of competent jurisdiction, in the State of Texas. Additionally, in the event of a default by the
Contractor, the City may remove the Contractor from the City’s vendor list for three (3) years and
any Offer submitted by the Contractor may be disqualified for up to three (3) years. All rights and
remedies under the Contract are cumulative and are not exclusive of any other right or remedy
provided by law.
28. TERMINATION WITHOUT CAUSE: Either party shall have the right to terminate the
Contract, in whole or in part, without cause any time upon ninety (90) calendar days’ prior written
notice. Upon receipt of a notice of termination, both parties shall promptly cease all further work
pursuant to the Contract, with such exceptions, if any, specified in the notice of termination. The
City shall pay the Contractor, to the extent of funds Appropriated or otherwise legally available
for such purposes, for all goods delivered and services performed and obligations incurred prior to
the date of termination in accordance with the terms hereof.
29. FRAUD: Fraudulent statements by the Contractor on any Offer or in any report or deliverable
required to be submitted by the Contractor to the City shall be grounds for the termination of the
Contract for cause by the City and may result in legal action.
30. DELAYS:
A. The City may delay scheduled delivery or other due dates by written notice to the Contractor if
the City deems it is in its best interest. If such delay causes an increase in the cost of the work
under the Contract, the City and the Contractor shall negotiate an equitable adjustment for costs
incurred by the Contractor in the Contract price and execute an amendment to the Contract. The
Contractor must assert its right to an adjustment within thirty (30) calendar days from the date of
receipt of the notice of delay. Failure to agree on any adjusted price shall be handled under the
Dispute Resolution process specified in paragraph 49. However, nothing in this provision shall
excuse the Contractor from delaying the delivery as notified.
B. Neither party shall be liable for any default or delay in the performance of its obligations under
this Contract if, while and to the extent such default or delay is caused by acts of God, fire, riots,
civil commotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond the
reasonable control of such Party. In the event of default or delay in contract performance due to
any of the foregoing causes, then the time for completion of the services will be extended;
provided, however, in such an event, a conference will be held within three (3) business days to
establish a mutually agreeable period of time reasonably necessary to overcome the effect of such
failure to perform.
31. INDEMNITY:
A. Definitions:
i. "Indemnified Claims" shall include any and all claims, demands, suits, causes of action,
judgments and liability of every character, type or description, including all reasonable
costs and expenses of litigation, mediation or other alternate dispute resolution mechanism,
including attorney and other professional fees for: (1) damage to or loss of the property of
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 42 of 76
any person (including, but not limited to the City, the Contractor, their respective agents,
officers, employees and subcontractors; the officers, agents, and employees of such
subcontractors; and third parties); and/or (2) death, bodily injury, illness, disease, worker's
compensation, loss of services, or loss of income or wages to any person (including but not
limited to the agents, officers and employees of the City, the Contractor, the Contractor’s
subcontractors, and third parties), ii. "Fault" shall include the negligence, willful
misconduct or a breach of any legally imposed strict liability standard.
B. THE CONTRACTOR SHALL DEFEND (AT THE OPTION OF THE CITY),
INDEMNIFY, AND HOLD THE CITY, ITS SUCCESSORS, ASSIGNS, OFFICERS,
EMPLOYEES AND ELECTED OFFICIALS HARMLESS FROM AND AGAINST ALL
INDEMNIFIED CLAIMS DIRECTLY ARISING OUT OF, INCIDENT TO,
CONCERNING OR RESULTING FROM THE FAULT OF THE CONTRACTOR, OR
THE CONTRACTOR'S AGENTS, EMPLOYEES OR SUBCONTRACTORS, IN THE
PERFORMANCE OF THE CONTRACTOR’S OBLIGATIONS UNDER THE
CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE RIGHTS OF
THE CITY OR THE CONTRACTOR (INCLUDING, BUT NOT LIMITED TO, THE
RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE
LIABLE FOR AN INDEMNIFIED CLAIM. To the extent permitted by contract or law,
Contractor shall take all such steps as are necessary in order to assign or otherwise extend to the
City the full benefit of any representations, warranties, indemnities and other protections that
Contractor has received or to which Contractor is otherwise a beneficiary with respect to any
product (including any representation, warranty, indemnity or other protection provided by the
manufacturer of any product). Additionally, Contractor agrees to use commercially reasonable
efforts to ensure that its contracts and other agreements with the manufacturers of any product
permit the assignment of any such representations, warranties, indemnities and other protections
to subsequent commercial purchasers of the applicable products (including the City).
32. INSURANCE: The following insurance requirements are applicable, in addition to the specific
insurance requirements detailed in Appendix A for services only. The successful firm shall procure
and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton.
The insurance shall be written by a company licensed to do business in the State of Texas and
satisfactory to the City of Denton.
A. General Requirements:
i. The Contractor shall at a minimum carry insurance in the types and amounts indicated
and agreed to, as submitted to the City and approved by the City within the procurement
process, for the duration of the Contract, including extension options and hold over periods.
ii. The Contractor shall provide Certificates of Insurance with the coverage’s and
endorsements required to the City as verification of coverage prior to contract execution
and within fourteen (14) calendar days after written request from the City. Failure to
provide the required Certificate of Insurance may subject the Offer to disqualification from
consideration for award. The Contractor must also forward a Certificate of Insurance to the
City whenever a previously identified policy period has expired, or an extension option or
hold over period is exercised, as verification of continuing coverage.
iii. The Contractor shall not commence work until the required insurance is obtained and
until such insurance has been reviewed by the City. Approval of insurance by the City shall
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 43 of 76
not relieve or decrease the liability of the Contractor hereunder and shall not be construed
to be a limitation of liability on the part of the Contractor.
iv. The Contractor must submit certificates of insurance to the City for all subcontractors
prior to the subcontractors commencing work on the project.
v. The Contractor’s and all subcontractors’ insurance coverage shall be written by
companies licensed to do business in the State of Texas at the time the policies are issued
and shall be written by companies with A.M. Best ratings of A- VII or better. The City
will accept workers’ compensation coverage written by the Texas Workers’ Compensation
Insurance Fund.
vi. All endorsements naming the City as additional insured, waivers, and notices of
cancellation endorsements as well as the Certificate of Insurance shall contain the
solicitation number and the following information:
City of Denton
Materials Management Department
901B Texas Street
Denton, Texas 76209
vii. The “other” insurance clause shall not apply to the City where the City is an additional
insured shown on any policy. It is intended that policies required in the Contract, covering
both the City and the Contractor, shall be considered primary coverage as applicable for
any of the indemnified claims set forth above and assumed by Contractor.
viii. If insurance policies are not written for amounts agreed to with the City, the Contractor
shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified.
If Excess Liability Insurance is provided, it shall follow the form of the primary coverage.
ix. The City shall be entitled, upon request, at an agreed upon location, and without
expense, to review certified copies of policies and endorsements thereto and may make any
reasonable requests for deletion or revision or modification of particular policy terms,
conditions, limitations, or exclusions except where policy provisions are established by law
or regulations binding upon either of the parties hereto or the underwriter on any such
policies.
x. The City reserves the right to review the insurance requirements set forth during the
effective period of the Contract and to make reasonable adjustments to insurance coverage,
limits, and exclusions when deemed necessary and prudent by the City based upon changes
in statutory law, court decisions, the claims history of the industry or financial condition
of the insurance company as well as the Contractor.
xi. The Contractor shall not cause any insurance to be canceled nor permit any insurance
to lapse during the term of the Contract or as required in the Contract.
xii. The Contractor shall be responsible for premiums, deductibles and self-insured
retentions, if any, stated in policies. All deductibles or self-insured retentions shall be
disclosed on the Certificate of Insurance.
xiii. The Contractor shall endeavor to provide the City thirty (30) calendar days’ written
notice of erosion of the aggregate limits below occurrence limits for all applicable
coverage’s indicated within the Contract.
xiv. The insurance coverage’s specified in within the solicitation and requirements are
required minimums and are not intended to limit the responsibility or liability of the
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 44 of 76
Contractor.
B. Specific Coverage Requirements: Specific insurance requirements are contained in the
solicitation instrument.
33. CLAIMS: If any claim, demand, suit, or other action is asserted against the Contractor which
arises under or concerns the Contract, or which could have a material adverse effect on the
Contractor’s ability to perform thereunder, the Contractor shall give written notice thereof to the
City within ten (10) calendar days after receipt of notice by the Contractor. Such notice to the City
shall state the date of notification of any such claim, demand, suit, or other action; the names and
addresses of the claimant(s); the basis thereof; and the name of each person against whom such
claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to
the City and to the Denton City Attorney. Personal delivery to the City Attorney shall be to City
Hall, 215 East McKinney Street, Denton, Texas 76201.
34. NOTICES: Unless otherwise specified, all notices, requests, or other communications required
or appropriate to be given under the Contract shall be in writing and shall be deemed delivered
three (3) business days after postmarked if sent by U.S. Postal Service Certified or Registered
Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon
receipt by the addressee. Routine communications may be made by first class mail, telefax, or
other commercially accepted means. Notices to the Contractor shall be sent to the address specified
in the Contractor’s Offer, or at such other address as a party may notify the other in writing. Notices
to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked
to the attention of the Purchasing Manager.
35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material
submitted by the Contractor to the City shall become property of the City upon receipt. Any
portions of such material claimed by the Contractor to be proprietary must be clearly marked as
such. Determination of the public nature of the material is subject to the Texas Public Information
Act, Chapter 552, and Texas Government Code.
36. NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Contractor represents
and warrants to the City that Contractor shall provide the City good and indefeasible title to the
deliverables.
37. CONFIDENTIALITY: In order to provide the deliverables to the City, Contractor may
require access to certain of the City’s and/or its licensors’ confidential information (including
inventions, employee information, trade secrets, confidential know-how, confidential business
information, and other information which the City or its licensors consider confidential)
(collectively, “Confidential Information”). Contractor acknowledges and agrees that the
Confidential Information is the valuable property of the City and/or its licensors and any
unauthorized use, disclosure, dissemination, or other release of the Confidential Information will
substantially injure the City and/or its licensors. The Contractor (including its employees,
subcontractors, agents, or representatives) agrees that it will maintain the Confidential Information
in strict confidence and shall not disclose, disseminate, copy, divulge, recreate, or otherwise use
the Confidential Information without the prior written consent of the City or in a manner not
expressly permitted under this Agreement, unless the Confidential Information is required to be
disclosed by law or an order of any court or other governmental authority with proper jurisdiction,
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 45 of 76
provided the Contractor promptly notifies the City before disclosing such information so as to
permit the City reasonable time to seek an appropriate protective order. The Contractor agrees to
use protective measures no less stringent than the Contractor uses within its own business to protect
its own most valuable information, which protective measures shall under all circumstances be at
least reasonable measures to ensure the continued confidentiality of the Confidential Information.
38. OWNERSHIP AND USE OF DELIVERABLES: INTENTIONALLY DELETED.
39. PUBLICATIONS: All published material and written reports submitted under the Contract
must be originally developed material unless otherwise specifically provided in the Contract.
When material not originally developed is included in a report in any form, the source shall be
identified.
40. ADVERTISING: The Contractor shall not advertise or publish, without the City’s prior
consent, the fact that the City has entered into the Contract, except to the extent required by law.
41. NO CONTINGENT FEES: The Contractor warrants that no person or selling agency has
been employed or retained to solicit or secure the Contract upon any agreement or understanding
for commission, percentage, brokerage, or contingent fee, excepting bona fide employees of bona
fide established commercial or selling agencies maintained by the Contractor for the purpose of
securing business. For breach or violation of this warranty, the City shall have the right, in addition
to any other remedy available, to cancel the Contract without liability and to deduct from any
amounts owed to the Contractor, or otherwise recover, the full amount of such commission,
percentage, brokerage or contingent fee.
42. GRATUITIES: The City may, by written notice to the Contractor, cancel the Contract without
liability if it is determined by the City that gratuities were offered or given by the Contractor or
any agent or representative of the Contractor to any officer or employee of the City of Denton with
a view toward securing the Contract or securing favorable treatment with respect to the awarding
or amending or the making of any determinations with respect to the performing of such contract.
In the event the Contract is canceled by the City pursuant to this provision, the City shall be
entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost
incurred by the Contractor in providing such gratuities.
43. PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS: No officer,
employee, independent consultant, or elected official of the City who is involved in the
development, evaluation, or decision-making process of the performance of any solicitation shall
have a financial interest, direct or indirect, in the Contract resulting from that solicitation. Any
willful violation of this section shall constitute impropriety in office, and any officer or employee
guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation
of this provision, with the knowledge, expressed or implied, of the Contractor shall render the
Contract voidable by the City. The Contractor shall complete and submit the City’s Conflict of
Interest Questionnaire.
44. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 46 of 76
employer/employee relationship, a partnership, or a joint venture. The Contractor’s services shall
be those of an independent contractor. The Contractor agrees and understands that the Contract
does not grant any rights or privileges established for employees of the City of Denton, Texas for
the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits,
worker’s compensation, or any other City employee benefit. The City shall not have supervision and
control of the Contractor or any employee of the Contractor, and it is expressly understood that
Contractor shall perform the services hereunder according to the attached specifications at the general
direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. The
contractor is expressly free to advertise and perform services for other parties while performing
services for the City.
45. ASSIGNMENT-DELEGATION: The Contract shall be binding upon and ensure to the
benefit of the City and the Contractor and their respective successors and assigns, provided
however, that no right or interest in the Contract shall be assigned and no obligation shall be
delegated by the Contractor without the prior written consent of the City. Any attempted
assignment or delegation by the Contractor shall be void unless made in conformity with this
paragraph. The Contract is not intended to confer rights or benefits on any person, firm or entity
not a party hereto; it being the intention of the parties that there are no third party beneficiaries to
the Contract.
46. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole
or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is
supported by consideration and is in writing signed by the aggrieved party. No waiver by either
the Contractor or the City of any one or more events of default by the other party shall operate as,
or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an
express or implied acceptance of any other existing or future default or defaults, whether of a
similar or different character.
47. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by
both parties. No pre-printed or similar terms on any the Contractor invoice, order or other
document shall have any force or effect to change the terms, covenants, and conditions of the
Contract.
48. INTERPRETATION: The Contract is intended by the parties as a final, complete and
exclusive statement of the terms of their agreement. No course of prior dealing between the parties
or course of performance or usage of the trade shall be relevant to supplement or explain any term
used in the Contract. Although the Contract may have been substantially drafted by one party, it
is the intent of the parties that all provisions be construed in a manner to be fair to both parties,
reading no provisions more strictly against one party or the other. Whenever a term defined by the
Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC
definition shall control, unless otherwise defined in the Contract.
49. DISPUTE RESOLUTION:
A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to
negotiate prior to prosecuting a suit for damages. However, this section does not prohibit the filing
of a lawsuit to toll the running of a statute of limitations or to seek injunctive relief. Either party
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 47 of 76
may make a written request for a meeting between representatives of each party within fourteen
(14) calendar days after receipt of the request or such later period as agreed by the parties. Each
party shall include, at a minimum, one (1) senior level individual with decision-making authority
regarding the dispute. The purpose of this and any subsequent meeting is to attempt in good faith
to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the
parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to
mediation as described below. Negotiation may be waived by a written agreement signed by both
parties, in which event the parties may proceed directly to mediation as described below.
B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation
process, the parties may select, within thirty (30) calendar days, a mediator trained in mediation
skills to assist with resolution of the dispute. Should they choose this option; the City and the
Contractor agree to act in good faith in the selection of the mediator and to give consideration to
qualified individuals nominated to act as mediator. Nothing in the Contract prevents the parties
from relying on the skills of a person who is trained in the subject matter of the dispute or a contract
interpretation expert. If the parties fail to agree on a mediator within thirty (30) calendar days of
initiation of the mediation process, the mediator shall be selected by the Denton County Alternative
Dispute Resolution Program (DCAP). The parties agree to participate in mediation in good faith
for up to thirty (30) calendar days from the date of the first mediation session. The City and the
Contractor will share the mediator’s fees equally and the parties will bear their own costs of
participation such as fees for any consultants or attorneys they may utilize to represent them or
otherwise assist them in the mediation.
50. JURISDICTION AND VENUE: The Contract is made under and shall be governed by the
laws of the State of Texas, including, when applicable, the Uniform Commercial Code as adopted
in Texas, V.T.C.A., Bus. & Comm. Code, Chapter 1, excluding any rule or principle that would
refer to and apply the substantive law of another state or jurisdiction. All issues arising from this
Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit
to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be
construed or interpreted to limit or restrict the right or ability of the City or Contractor to seek and
secure injunctive relief from any competent authority as contemplated herein.
51. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract
shall in no way affect the validity or enforceability of any other portion or provision of the
Contract. Any void provision shall be deemed severed from the Contract and the balance of the
Contract shall be construed and enforced as if the Contract did not contain the particular portion
or provision held to be void. The parties further agree to reform the Contract 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 Contract from being void
should a provision which is the essence of the Contract be determined to be void.
52. HOLIDAYS: The following holidays are observed by the City:
New Year’s Day (observed)
MLK Day
Memorial Day
4th of July
Labor Day
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 48 of 76
Thanksgiving Day
Day After Thanksgiving
Christmas Eve (observed)
Christmas Day (observed)
New Year’s Day (observed)
If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday
falls on Sunday, it will be observed on the following Monday. Normal hours of operation shall be
between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any
scheduled deliveries or work performance not within the normal hours of operation must be
approved by the City Manager of Denton, Texas or his authorized designee.
53. SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose
continuing obligations on the parties, including but not limited to the warranty, indemnity, and
confidentiality obligations of the parties, shall survive the expiration or termination of the Contract.
54. NON-SUSPENSION OR DEBARMENT CERTIFICATION:
The City of Denton is prohibited from contracting with or making prime or sub-awards to parties
that are suspended or debarred or whose principals are suspended or debarred from Federal, State,
or City of Denton Contracts. By accepting a Contract with the City, the Vendor certifies that its
firm and its principals are not currently suspended or debarred from doing business with the
Federal Government, as indicated by the General Services Administration List of Parties Excluded
from Federal Procurement and Non-Procurement Programs, the State of Texas, or the City of
Denton.
55. EQUAL OPPORTUNITY
A. Equal Employment Opportunity: No Offeror, or Offeror’s agent, shall engage in any
discriminatory employment practice. No person shall, on the grounds of race, sex, age, disability,
creed, color, genetic testing, or national origin, be refused the benefits of, or be otherwise subjected
to discrimination under any activities resulting from this RFQ.
B. Americans with Disabilities Act (ADA) Compliance: No Offeror, or Offeror’s agent, shall
engage in any discriminatory employment practice against individuals with disabilities as defined
in the ADA.
56. BUY-AMERICAN ACT-SUPPLIES: INTENTIONALLY DELETED. The parties agree
that Contractor will not be required to comply with the requirements of the Buy-American Act
under this Contract.
57. RIGHT TO INFORMATION: The City of Denton reserves the right to use any and all
information presented in any response to this contract, whether amended or not, except as
prohibited by law. Selection of rejection of the submittal does not affect this right.
58. LICENSE FEES OR TAXES: Provided the solicitation requires an awarded contractor or
supplier to be licensed by the State of Texas, any and all fees and taxes will be passed on to the City
and included in the Corporate Allocation Expenses for reimbursement.
59. PREVAILING WAGE RATES: The contractor shall comply with prevailing wage rates as
defined by the United States Department of Labor Davis-Bacon Wage Determination at
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 49 of 76
http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov
for Denton County, Texas (WD-2509).
60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor
shall comply with all applicable State, Federal, and Local laws and requirements. The Respondent
must comply with all applicable laws at all times, including, without limitation, the following: (i)
§36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code,
which prohibits the offering or conferring of benefits to public servants. The Respondent shall give
all notices and comply with all laws and regulations applicable to furnishing and performance of
the Contract.
61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on-
site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530
of the Revenue Act of of 1978, dealing with issuance of Form W-2's to common law employees.
Respondent is responsible for both federal and State unemployment insurance coverage and
standard Workers’ Compensation insurance coverage. Respondent shall ensure compliance with
all federal and State tax laws and withholding requirements. The City of Denton shall not be liable
to Respondent or its employees for any Unemployment or Workers' Compensation coverage, or
federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall
pay all costs, penalties, or losses resulting from Respondent's omission or breach of this Section.
62. DRUG FREE WORKPLACE: The contractor shall comply with the applicable provisions
of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701
ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide
requirements for drug-free work place (grants), issued by the Office of Management and Budget
and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the
Drug-Free Work Place Act of 1988 is incorporated by reference and the contractor shall comply
with the relevant provisions thereof, including any amendments to the final rule that may hereafter
be issued.
63. RESPONDENT LIABILITY FOR DAMAGE TO GOVERNMENT PROPERTY: The
Respondent shall be liable for all damages to government-owned, leased, or occupied property and
equipment caused by the Respondent and its employees, agents, and subcontractors, in connection
with any performance pursuant to the Contract. The Respondent shall notify the City of Denton
Procurement Manager in writing of any such damage within one (1) calendar day.
64. FORCE MAJEURE: The City of Denton, any Customer, and the Respondent shall not be
responsible for performance under the Contract should it be prevented from performance by an act
of war, order of legal authority, act of God, or other unavoidable cause not attributable to the fault
or negligence of the City of Denton. In the event of an occurrence under this Section, the
Respondent will be excused from any further performance or observance of the requirements so
affected for as long as such circumstances prevail and the Respondent continues to use
commercially reasonable efforts to recommence performance or observance whenever and to
whatever extent possible without delay. The Respondent shall immediately notify the City of
Denton Procurement Manager by telephone (to be confirmed in writing within five (5) calendar
days of the inception of such occurrence) and describe at a reasonable level of detail the
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 50 of 76
circumstances causing the non-performance or delay in performance.
65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party
under the Contract will not affect the right of such Party to require performance in the future. No
delay, failure, or waiver of either Party’s exercise or partial exercise of any right or remedy under
the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right
or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as
a waiver of any continuing or succeeding breach.
66. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision
of the Contract is in any way intended to constitute a waiver by the City of Denton of any
immunities from suit or from liability that the City of Denton may have by operation of law.
67. RECORDS RETENTION: The Respondent shall retain all financial records, supporting
documents, statistical records, and any other records or books relating to the performances called
for in the Contract. The Respondent shall retain all such records for a period of two (2) years after
the expiration of the Contract, or until the CPA or State Auditor's Office is satisfied that all audit
and litigation matters are resolved, whichever period is longer. The Respondent shall grant access
to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of
Texas, and any federal governmental entity that has authority to review records due to federal
funds being spent under the Contract.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 51 of 76
Contract #5641
Exhibit D
Insurance Requirements
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 52 of 76
INSURANCE REQUIREMENTS AND
WORKERS’ COMPENSENTATION REQUIREMENTS
Upon contract execution, all insurance requirements shall become contractual obligations, which
the successful contractor shall have a duty to maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor
shall provide and maintain until the contracted work has been completed and accepted by
the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter.
Contractor shall file with the Purchasing Department satisfactory certificates of insurance
including any applicable addendum or endorsements, containing the contract number and
title of the project. Contractor may, upon written request to the Purchasing Department,
ask for clarification of any insurance requirements at any time; however, Contractor shall
not commence any work or deliver any material until he or she receives notification that
the contract has been accepted, approved, and signed by the City of Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall
comply with the following general specifications, and shall be maintained in compliance
with these general specifications throughout the duration of the Contract, or longer, if so
noted:
Each policy shall be issued by a company authorized to do business in the State of Texas
with an A.M. Best Company rating of at least A or better.
Any deductibles or self-insured retentions shall be declared in the proposal. If requested
by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions
with respect to the City, its officials, agents, employees and volunteers; or, the contractor
shall procure a bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses.
Liability policies shall be endorsed to provide the following:
Name as Additional Insured the City of Denton, its Officials, Agents, Employees
and volunteers.
That such insurance is primary to any other insurance available to the Additional
Insured with respect to claims covered under the policy and that this insurance
applies separately to each insured against whom claim is made or suit is brought.
The inclusion of more than one insured shall not operate to increase the insurer's
limit of liability.
Cancellation: The Contractor will endeavor to provide the City at least 30 day written
notice should any of the policies described on the certificate be cancelled or
materially changed before the expiration date.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 53 of 76
Should any of the required insurance be provided under a claims made form, Contractor
shall maintain such coverage continuously throughout the term of this contract and,
without lapse, for a period of three years beyond the contract expiration, such that
occurrences arising during the contract term which give rise to claims made after
expiration of the contract shall be covered.
Should any required insurance lapse during the contract term, requests for payments
originating after such lapse shall not be processed until the City receives satisfactory
evidence of reinstated coverage as required by this contract, effective as of the lapse date.
If insurance is not reinstated, City may, at its sole option, terminate this agreement
effective on the date of the lapse.
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall
additionally comply with the following marked specifications, and shall be maintained in
compliance with these additional specifications throughout the duration of the Contract,
or longer, if so noted:
[X] A. General Liability Insurance:
General Liability insurance with per occurrence limits of not less than $1,000,000.00
shall be provided and maintained by the Contractor. The policy shall be written on an
occurrence basis either in a single policy or in a combination of underlying and
umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 0001 current edition) is used:
Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this
contract and broad form property damage coverage.
Coverage B shall include personal injury.
Coverage C, medical payments, is not required.
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition
and ISO Form GL 0404) is used, it shall include at least:
Bodily injury and Property Damage Liability for premises, operations, products
and completed operations, independent contractors and property damage
resulting from explosion, collapse or underground (XCU) exposures.
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage liability.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 54 of 76
[X] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined Single
Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic
and umbrella or excess policies. The policy will include bodily injury and property damage
liability arising out of the operation, maintenance and use of all automobiles used in
conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy endorsement for:
any auto, or
all owned hired and non-owned autos.
[X] Workers’ Compensation Insurance
Contractor shall purchase and maintain Workers’ Compensation insurance which, in
addition to meeting the minimum statutory requirements for issuance of such insurance,
has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each
employee, and a $500,000 policy limit for occupational disease. The City need not be
named as an "Additional Insured" but the insurer shall agree to waive all rights of
subrogation against the City, its officials, agents, employees and volunteers for any work
performed for the City by the Named Insured. For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096
of the Texas Labor Code and rule 28TAC 110.110 of the Texas Workers’ Compensation
Commission (TWCC).
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the prosecution of the
work under this contract, an Owner's and Contractor's Protective Liability insurance policy
naming the City as insured for property damage and bodily injury which may arise in the
prosecution of the work or Contractor's operations under this contract. Coverage shall be
on an “occurrence" basis and the policy shall be issued by the same insurance company
that carries the Contractor's liability insurance. Policy limits will be at least $500,000.00
combined bodily injury and property damage per occurrence with a $1,000,000.00
aggregate.
[ ] Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable to the
contractor or if a contractor leases or rents a portion of a City building. Limits of not less
than each occurrence are required.
[ ] Professional Liability Insurance
Professional liability insurance with limits not less than $1,000,000.00 per claim with
respect to negligent acts, errors or omissions in connection with professional services is
required under this Agreement.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 55 of 76
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be
provided. Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear.
[ ] Environmental Liability Insurance
Environmental liability insurance for $1,000,000 to cover all hazards contemplated by this
contract.
[ ] Riggers Insurance
The Contractor shall provide coverage for Rigger’s Liability. Said coverage may be
provided by a Rigger’s Liability endorsement on the existing CGL coverage; through and
Installation Floater covering rigging contractors; or through ISO form IH 00 91 12 11,
Rigger’s Liability Coverage form. Said coverage shall mirror the limits provided by the
CGL coverage
[ ] Commercial Crime
Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside
the premises, burglary of the premises, and employee fidelity. The employee fidelity
portion of this coverage should be written on a “blanket” basis to cover all employees,
including new hires. This type insurance should be required if the contractor has access
to City funds. Limits of not less than $ each occurrence are required.
[ ] Additional Insurance
Other insurance may be required on an individual basis for extra hazardous contracts and
specific service agreements. If such additional insurance is required for a specific
contract, that requirement will be described in the "Specific Conditions" of the contract
specifications.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 56 of 76
ATTACHMENT 1
[] Workers’ Compensation Coverage for Building or Construction Projects for
Governmental Entities
A. Definitions:
Certificate of coverage ("certificate")-A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's
employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on
the project until the contractor's/person's work on the project has been
completed and accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in §406.096) -
includes all persons or entities performing all or part of the services the
contractor has undertaken to perform on the project, regardless of whether
that person contracted directly with the contractor and regardless of whether
that person has employees. This includes, without limitation, independent
contractors, subcontractors, leasing companies, motor carriers, owner-
operators, employees of any such entity, or employees of any entity which
furnishes persons to provide services on the project. "Services" include,
without limitation, providing, hauling, or delivering equipment or materials, or
providing labor, transportation, or other service related to a project. "Services"
does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of
classification codes and payroll amounts and filing of any overage
agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all employees of the Contractor providing services on
the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage
ends during the duration of the project, the contractor must, prior to the end of
the coverage period, file a new certificate of coverage with the governmental
entity showing that coverage has been extended.
E. The contractor shall obtain from each person providing services on a project,
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 57 of 76
and provide to the governmental entity:
1. a certificate of coverage, prior to that person beginning work on the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
project; and
2. no later than seven days after receipt by the contractor, a new certificate
of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of
the project.
F. The contractor shall retain all required certificates of coverage for the duration
of the project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail
or personal delivery, within 10 days after the contractor knew or should have
known, of any change that materially affects the provision of coverage of any
person providing services on the project.
H. The contractor shall post on each project site a notice, in the text, form and
manner prescribed by the Texas Workers' Compensation Commission,
informing all persons providing services on the project that they are required
to be covered, and stating how a person may verify coverage and report lack
of coverage.
I. The contractor shall contractually require each person with whom it contracts
to provide services on a project, to:
1. provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all of
its employees providing services on the project, for the duration of the
project;
2. provide to the contractor, prior to that person beginning work on the project,
a certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration
of the project;
3. provide the contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the duration
of the project;
4. obtain from each other person with whom it contracts, and provide to the
contractor:
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 58 of 76
a. a certificate of coverage, prior to the other person beginning work on the
project; and
b. a new certificate of coverage showing extension of coverage, prior to the
end of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
5. retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
6. notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known, of any
change that materially affects the provision of coverage of any person
providing services on the project; and
7. Contractually require each person with whom it contracts, to perform as
required by paragraphs (1) - (7), with the certificates of coverage to be
provided to the person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all
employees of the contractor who will provide services on the project will be
covered by workers' compensation coverage for the duration of the project,
that the coverage will be based on proper reporting of classification codes and
payroll amounts, and that all coverage agreements will be filed with the
appropriate insurance carrier or, in the case of a self-insured, with the
commission's Division of Self-Insurance Regulation. Providing false or
misleading information may subject the contractor to administrative penalties,
criminal penalties, civil penalties, or other civil actions.
K. The contractor’s failure to comply with any of these provisions is a breach of
contract by the contractor which entitles the governmental entity to declare the
contract void if the contractor does not remedy the breach within ten days after
receipt of notice of breach from the governmental entity.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 59 of 76
Contract #5641
Exhibit E
Lease Agreement
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 60 of 76
STATE OF TEXAS
COUNTY OF DENTON
LEASE AGREEMENT This Lease Agreement (hereafter the "Lease Agreement") is made and entered into effective
as of the Effective Date, as set forth below, by and between THE CITY OF DENTON,
TEXAS (hereinafter sometimes referred to as "LESSOR" and/or "the City"), and
Genuine Parts Company dba NAPA Auto Parts. ("LESSEE").
WHEREAS, LESSOR owns the City's Fleet Services Building Site (the "Site"), located
in the vicinity of 804 Texas Street, Denton, Texas and operates a parts inventory room on the
Site (the "Parts Room"); and
WHEREAS, the City desires to lease to LESSEE an approximate 2,775 square foot section of
the building located at the Site (hereinafter the "Leased Premises"); and
WHEREAS, LESSEE desires to lease the Leased Premises from the City for purposes of
operation of an integrated parts inventory management store.
NOW, THEREFORE, for and in consideration of the mutual covenants and agreements herein
contained, and for $1.00 other good and valuable consideration, the receipt and sufficiency of
which are hereby acknowledged, LESSOR and LESSEE, intending to be legally bound, do
hereby AGREE as follows:
ARTICLE 1
PREMISES
1.1 Lease Premises.
LESSOR hereby leases and lets unto LESSEE, and LESSEE hereby leases and lets from
LESSOR the Leased Premises, which is that certain tract or parcel of real property containing
approximately 2,775 square feet, more or less, located at the Site, commonly referred to as 804
Texas Street, Denton, Denton County, Texas.
1.2 Use of Premises.
The Leased Premises are to be occupied and used by LESSEE solely for the operation
of an integrated parts inventory management store. In the event LESSEE for any reason desires
hereafter to substantially modify and/or substantially change its use of any of the Leased
Premises, the nature and terms of such modification and change must be approved in writing by
LESSOR and this Lease Agreement must be amended in writing to authorize the same.
1.3 Lessee Construction on Lease Premises.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 61 of 76
LESSEE shall have the right to construct minor improvements on the Leased Premises, such
as shelving, lighting, etc. and this right shall continue in effect throughout the term of this
Lease Agreement. All improvements shall be submitted to the City of Denton Facilities
Department for final approval, and if required, submitted to the City’s Planning Department for
permitting and for compliance with the municipal code of Denton, Texas as well as any
applicable environmental laws and/or regulations that are applicable to the LESSEE's operations.
LESSOR’s Facilities Department must approve, within twenty (20) days, or must provide
LESSEE a written statement advising why the m i n o r construction plans are not approved.
All improvements constructed or placed on the Lease Premises by LESSEE shall remain the
property of LESSEE during the term of this Lease Agreement and any renewal or extension
hereof. For real property fixtures, they shall remain the property of LESSEE, and upon the
termination of this Lease, the LESSEE is under a duty to promptly, within sixty (60) days of the
expiration of the term of this Lease Agreement, remove any and all improvements and fixtures
installed or constructed by LESSEE with no damage to the leased premises. LESSEE agrees
to surrender the premises to LESSOR in broom-clean condition. The LESSEE covenants to
LESSOR that upon termination of this Lease the subject real property shall be free and clear of
any and all materials or waste that LESSEE abandons on the subject real property.
1.4 Easements.
None granted.
1.6 Signs.
LESSEE shall be entitled to erect, install, and maintain on the Leased Premises identification
and advertising signs appropriate to its business; provided, however, that all such signs at
all times shall be subject to the prior written approval of LESSOR as to location, size,
shape, color and content. Said approval is conditioned upon the signs meeting the
requirements of the applicable City ordinances of the City of Denton, Texas.
1.7 Lien Claims.
LESSEE hereby covenants to unconditionally indemnify LESSOR from and against, and
hold LESSOR harmless from any and all lien claims of any nature whatsoever arising out of
or in any manner connected with the construction, installation, erection, maintenance, repair,
occupancy, use and/or operation of any improvements, facilities and/or equipment of
LESSEE or any third person on or about the Leased Premises by or at the direction of
or with the permission of LESSEE; and LESSEE further agrees that it shall, in the event
any such liens are filed, forthwith effect their removal and/or satisfaction. Provided, however,
LESSEE shall have the right, at its sole cost and expense, and after having given LESSOR prior
written notice of its intent to do so, to promptly contest by appropriate legal proceedings
diligently conducted in good faith, the amount, validity or application, in whole or in part, of
any such lien or liens, provided (i) such proceedings shall suspend the collection of such lien(s);
(ii) neither the Leased Premises nor any rent therefor, nor any portion of same, would be in
danger of attachment, forfeiture, loss or similar consequence; and (iii) that LESSEE shall first
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 62 of 76
furnish security to the City's reasonable satisfaction to bond said lien or liens off of the Leased
Premises.
1.8 Inspection and/or Repair of Leased Premises.
LESSEE shall at all times maintain the Leased Premises including all improvements thereon in
good condition. LESSEE shall be responsible for all maintenance, repair and replacement of the
Leased Premises and all improvements thereon except for repairs or replacements caused by the
acts or negligence of LESSOR, its agents or employees.
1.9 Warranty.
LESSOR represents and warrants that it owns the Leased Premises and that LESSOR is fully
authorized to enter into this Lease Agreement with LESSEE. In addition, LESSOR represents
and warrants that it has not granted any mortgages or pledges of the tract of real property leased
hereunder. It is understood and agreed that any mortgage, pledge, or other encumbrance of the
property leased hereunder shall be subordinate to this Lease Agreement and that any such
mortgage, pledge, or other encumbrance shall contain specific provisions providing that all of
LESSEE's improvements or appurtenances on the property leased hereunder, as well as any
products or other contents in or on said improvements or appurtenances, are excluded from such
mortgage, pledge or encumbrance, and that LESSEE hereunder retains the right to remove any
and all such improvements or appurtenances, as well as any products or other contents in or on
said improvements or appurtenances, in accordance with the terms of this Lease Agreement, and
that in the event of a foreclosure, LESSEE shall have the right to continue to occupy the Lease
Premises pursuant to the terms of this Lease Agreement so long as LESSEE is not in default
hereunder.
ARTICLE 2
LEASE TERM
2.1 Primary Term.
The Primary Term of this Lease Agreement shall be for a term in conjunction with the award
of the City of Denton Fleet Vehicle and Equipment Integrated Parts Inventory Support
Services Contract, the Effective Date of this Lease Agreement, unless sooner terminated as
provided for herein; provided that this Lease Agreement is approved by the Denton City Council.
2.2 Renewal Terms.
Provided that LESSEE is not in default, and provided that this Lease Agreement is otherwise in
full force and effect, this Lease Agreement may be extended in conjunction with the renewal fo
the City of Denton Fleet Vehicle and Equipment Integrated Parts Inventory Support Services
Contract. The decision to extend the Lease Agreement must be a mutual decision made by both
LESSOR and LESSEE.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 63 of 76
2.3 Assignment of Lease Agreement
LESSEE shall not assign, sublet, mortgage or pledge this Lease Agreement or any interest herein
or in the Leased Premises or any part thereof, nor shall any assignment, sublease or transfer of
whatever kind of any interest of LESSEE herein by operation of law or by reason of LESSEE's
bankruptcy become effective, without the prior written consent of LESSOR, which consent shall
not be unreasonably withheld; provided however, that the City's refusal to give the City's
consent to a potential assignee who is not as creditworthy as LESSEE, shall be deemed to be
reasonable. Notwithstanding the foregoing, LESSEE shall have the right to assign this Lease
Agreement or sublet the Lease Premises to an entity that is controlled by, or under common
control with LESSEE, provided that LESSEE remains fully and primarily liable for all of its
obligations under this Lease Agreement.
ARTICLE 3
RENTALS
3.1 Rentals.
The rental for the Lease Premises shall be $1 dollar, per year of the Lease Term.
3.2 Taxes.
LESSEE agrees to pay all sales and/or use taxes and any and all ad valorem assessments
and/or taxes which may be legally exacted, made, and charged upon and/or levied and/or
assessed against LESSEE's property on the Leased Premises, before the same shall become
delinquent; provided, however, LESSEE shall have the right, at its sole cost and expense
and after having given LESSOR prior written notice of its intention to do so, to contest by
appropriate legal proceedings diligently conducted in good faith, the validity, amount or
application, in whole or in part, of such taxes, levies and/or assessments provided (i) such
proceedings will suspend the collection of the tax, levy, or assessment; and (ii) the Lease
Premises, nor any rent therefrom, nor any portion of it is in danger of seizure, forfeiture, sale,
loss or similar consequences.
3.3 Late Charges on Rentals.
If any installment of rental due from LESSEE is not received by LESSOR within twenty
(20) days of the date upon which it is due, without any notice or demand for payment to
LESSEE being necessary, LESSEE will pay to LESSOR the additional sum of Fifty Dollars
($50.00) as a late charge for each late payment. The late charge represents the reasonable
time and efforts of City staff expended in order to enforce the rental obligation. Acceptance
of any late charge shall not constitute a waiver of LESSEE’s default with respect to the overdue
amount, nor prevent LESSOR from exercising any other rights and remedies available to
LESSOR.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 64 of 76
3.4 No Additional Fees
There shall be no additional fees or assessments made by LESSOR for LESSEE's use
or occupancy of the Lease Premises.
ARTICLE 4
OPERATIONS
4.1 Pollution Control.
LESSEE agrees that it shall use its commercially reasonable best efforts to comply with
all applicable federal, state and local laws, regulations and the common law, as they may
exist currently, or as they may be amended in the future, pertaining to protection of the
environment or human health and safety at the leased premises and/or in the vicinity of any
of its operations or activities that may be permitted hereunder.
4.2 Compliance with Environmental Laws and Indemnification.
During the term of this Lease Agreement, LESSEE shall fully comply with all applicable
federal, state and local laws, regulations and the common law, as they may exist currently or
as they may be amended in the future, pertaining to protection of the environment or human
health and safety at the leased premises.
LESSOR warrants and represents that at the commencement of this Lease Agreement, that
to its knowledge there is no Hazardous Substance (as defined herein below) including any
petroleum, petroleum product, or other types of hydrocarbons in or on the Leased Premises
in contravention of any federal, state or local laws, regulations or the common law pertaining
to protection of the environment or human health and safety.
Notwithstanding any provision in this Lease Agreement to the contrary, it is
expressly understood and agreed that the LESSOR hereby agrees to indemnify to the extent
provided by applicable law, defend and hold harmless the LESSEE, only to the extent
permitted by applicable law, its officers, employees, contractors, agents, customers, licensees,
invitees and/or visitors and any other person for or on whose behalf LESSOR is liable,
harmless from and against any and all claims, obligations, liabilities, costs, expenses
(including attorney's fees), losses, suits, fines, penalties or demands, made or sought by
or on behalf of any person, firms, corporation or government authority whomsoever,
based upon or arising out of any obligation, liability, loss, damage or expense, of whatever
nature or kind, contingent or otherwise, known or unknown, incurred under or imposed
by any provision of federal, state or local law or regulation, or common law, pertaining
to protection of the environment or human health and safety in or on the Leased Premises
prior to the Effective Date.
Notwithstanding any provision in this Lease Agreement to the contrary, it is
expressly understood and agreed that the LESSOR does not assume or agree to be
responsible for, and LESSEE hereby agrees to indemnify, defend and hold LESSOR,
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 65 of 76
its officers, employees, contractors, agents, customers, licensees, invitees and/or visitors
and any other person for or on whose behalf LESSOR is liable, harmless from and against
any and all claims, obligations, liabilities, costs, expenses (including attorneys' fees),
losses, suits, fines, penalties, or demands, made or sought by or on behalf of any person, firm,
corporation or government authority whomsoever, based upon or arising out of the
handling, storage or disposal of Hazardous Substances by LESSEE, LESSEE's agent or
anyone on or about the Leased Premises by or at the direction of LESSEE or with the
permission of LESSEE during the term of this Lease Agreement.
For purposes of this Lease Agreement, the term "Hazardous Substance" or
"Hazardous Substances" means that term as defined in Section 9601(14) of the
Comprehensive Environmental Response, Compensation and Liability Act of 1980, as
amended, 42 U.S.C. Section 9601, et seq. ("CERCLA"), but it also includes the term
"Regulated Substance" as defined in Section 6991(2), and the term "Hazardous Waste" as
defined in Section 6903(5), of the Resource Conservation and Recovery Act of 1976, as
amended, 42 U.S.C. Section 6901, et seq. ("RCRA"), including all regulations issued
pursuant to any of the above statutes, as well as any other contaminant, oil, petroleum,
petroleum product or byproduct, radioactive material or byproduct and any unsafe, noxious,
toxic or hazardous substance or similar material regulated as a hazardous substance under
any applicable state, federal or local law, and any other applicable environmental, land use
or similar act, statute or regulation existing as of the date of this Lease Agreement or
thereafter.
The indemnifications provided by this Article shall specifically and reciprocally cover,
without limitation, costs incurred in connection with any investigation of site conditions or
any cleanup, remedial, removal or restoration work required by any federal, state or
local governmental agency or political subdivision or other third party.
The foregoing environmental indemnity provisions shall survive for a period of five (5)
years after the expiration or termination of this Lease Agreement and any renewals hereof.
4.3 Compliance with Laws and Regulations.
LESSEE's exercise of such rights and/or privileges as may be extended it hereunder shall at all
times be in full compliance with all applicable laws, rules, and regulations, including safety
regulations, of the City of Denton, Texas, the State of Texas, the United States, and other
governmental authorities now or hereafter having jurisdiction thereof and/or any of their duly
empowered agencies and/or instrumentalities. A copy of all building permits, licenses, and
similar authorizing documents will be promptly provided to the LESSOR.
4.4 Lessee Insurance.
For the term of this Lease Agreement and any renewal thereof, LESSEE will maintain, at its own
expense, the following insurance coverage:
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 66 of 76
(a) Workers’ Compensation providing statutory benefits, and Employers' Liability
coverage with minimum limits of $1,000,000 per each occurrence; and
(b) Comprehensive General Liability insurance coverage with minimum limits of
$1,000,000 per occurrence; combined single limit, for bodily injury and
property damage. Coverage shall include contractual liability; and
(c) Automobile liability insurance coverage with minimum limits of $1,000,000 per
occurrence, combined single limit; and
(d) Casualty property insurance on the LESSEE constructed facilities on-site in an
appropriate amount reasonably determined by the agreement of LESSEE and
LESSOR, which amount shall take into account the construction costs of the
LESSEE's facilities and other relevant factors.
LESSEE shall provide LESSOR with a certificate evidencing the insurance required hereunder.
LESSOR and LESSEE shall endeavor to provide at least thirty (30) days prior written
notice of any modification, termination and/or cancellation of coverage. The insurance policies
described in (b) and (c) above shall name LESSOR as an additional insured party. All
insurance policies belonging to LESSEE shall be issued through companies that shall have a
minimum A.M. Best Company rating of "A," in addition to a minimum financial size category
of "VI" or "VII," or alternatively a Standard and Poor's rating of "BBB" or better.
4.6 Termination.
This Lease Agreement shall terminate pursuant upon the expiration of its Term, or extension
of Term (if applicable), or upon the subsequent written agreement of LESSOR and LESSEE.
Upon termination, LESSEE shall be entitled to remove all of its personal property from the
building(s) and any equipment that LESSEE has installed in the building, and shall thereafter
promptly quit and surrender the Leased Premises to LESSOR in broom-clean condition.
LESSEE shall additionally remove all feedstock, recyclables and recycling materials,
by-products, end- products, and chemical supplies from the Leased Premises, and shall
thereafter quit and surrender the Leased Premises to LESSOR; subject to the provisions of
Article 1.3 hereinabove.
4.7 Events of Default.
The following shall be "Events of Default" under this Lease Agreement and the terms "Event
of Default" or "Default” shall mean whenever they are used in this Lease Agreement, any
one or more of the following events:
(a) The insolvency, assignment for the benefit of creditors, adjudication as a
bankrupt of LESSEE or the appointment of a receiver for substantially all of
the LESSEE's property and/or LESSEE's interest in this Lease Agreement; or
(b) The issuance of execution against LESSEE's interest in this Lease Agreement
or any legal process which by operation of law would cause LESSEE's interest in this
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 67 of 76
Lease Agreement to pass to any person other than LESSEE or its successor
assignee or sub-lessee; or
(c) The failure or refusal of LESSEE to pay or cause to be paid any lease
rental payment, charge and/or assessment hereunder or any installment thereof when
due and the continuance of such failure for a period of twenty (20) days after
written notice thereof has been sent by LESSOR to LESSEE at the address shown
herein for LESSEE; or
(d) The failure or refusal of LESSEE and/or LESSOR to perform any agreement,
covenant, condition, obligation and/or undertaking herein contained or required
by operation of law and/or to observe or comply with any of the terms provisions
or conditions of this Lease Agreement, and the continuance of such for a period of
thirty (30) days after written notice thereof has been sent by LESSOR to LESSEE
at the address shown herein for LESSEE; or
(e) The failure of LESSEE and/or LESSOR in the observance or performance of
any material term, obligation or covenant required to be performed by LESSEE
and/or LESSOR under this Lease Agreement or by operation of law, and the
continuance of such for a period of thirty (30) days after written notice thereof has
been sent by LESSOR to LESEE at the address shown herein for LESSEE.
4.8 Holding Over.
No hold over shall be authorized or granted, after the expiration of the lease term.
4.9 Waiver of Breach of Default - Cumulative Remedies.
Waiver by any party of any breach or Default of this Lease Agreement shall not be deemed a
waiver of similar or other breaches or Defaults, nor shall the failure of any party to take action by
reason of any such breach or Default deprive such party of the right to take action at any time
while such breach or Default continues. The rights and remedies created by this Lease
Agreement shall be cumulative and nonexclusive of those to which the parties may be entitled
pursuant to law. Right of exercise of all such rights and remedies is hereby reserved. The use
and availability of one remedy shall not be taken to exclude or waive the right to use of another.
In order to entitle any party to exercise any remedy reserved to it in this Lease Agreement,
it shall not be necessary to give any notice, other than such notice as is herein expressly required.
ARTICLE 5
MISCELLANEOUS
5.1 Quiet Enjoyment.
LESSOR covenants that during the term of this Lease Agreement and for so long as LESSEE
shall make timely payment of rentals due hereunder, and shall perform all covenants on its part
to be performed, LESSEE shall and may peaceably and quietly have, hold and enjoy the Leased
Premises.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 68 of 76
In the event of bankruptcy, insolvency, assignment for benefit of creditors, or foreclosure of any
mortgage or other encumbrances, by entry or by sale, LESSEE, if it is not then in default, shall
peaceably hold and enjoy the Leased Premises for the remainder of the unexpired term of the
Lease Agreement upon the same terms, covenants, and conditions as in this Lease Agreement.
5.2 Notices.
All notices and other communications required or permitted to be given by any provision of this
Agreement shall be in writing and mailed (certified or registered mail, postage prepaid, return
receipt requested) or sent by hand or overnight courier, and such notices shall also be sent by
facsimile transmission (with acknowledgment received), charges prepaid and addressed to the
intended recipient as follows, or to such other address or number as may be specified from time
to time by like notice to the Parties. A courtesy copy of such notice or other communication
shall also be sent electronically via e-mail to the e-mail addresses provided in the contact
information below; provided, however, that such e-mail copies will not constitute Notice as
defined in this Section 5.2:
(a) If to the LESSOR:
City of Denton, Texas
215 East McKinney Street
Denton, TX 76201
Attention: City Manager
Facsimile: 940-349-8596
If to LESSEE:
Genuine Parts Company dba NAPA Auto Parts
635 Freeport Parkway
Coppell, Texas 75019
Attention: Paul Schlebach, Division IBS Manager
Email: Paul_Schlebach@genpt.com
Any Party may from time to time specify a different address for notices by like notice to
the other Party. All notices and other communications given in accordance with the
provisions of this Lease Agreement shall be effective upon receipt of the same.
5.3 Substitution of Performance by Lessor.
If LESSEE shall fail to do anything required to be done by it under the terms of this Lease
Agreement, except to pay rent and other charges, LESSOR may, after thirty (30) days
written notice to LESSEE, at LESSOR's sole option, do such act or thing on behalf of
LESSEE, and upon notification of the cost thereof to LESSOR, LESSEE shall promptly pay
to LESSOR the amount of that cost. In case of emergency, LESSOR may perform, but is not
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 69 of 76
obligated to perform, any act or do anything reasonably necessary on behalf of LESSEE
and upon notification of the cost thereof to LESSEE, LESSEE shall pay said cost to LESSOR
within thirty (30) days from the date of LESSOR'S written claim to LESSEE.
5.4 Eminent Domain.
If all or a portion of the Leased Premises or all or any portion of LESSOR’s other property
comprising the Leased Property shall be taken or sold in any proceeding by public authorities, by
means of condemnation, expropriation, appropriation or otherwise be acquired for public or
quasi-public purposes, there shall be an equitable abatement or refund of the rental paid by
LESSEE under Article 3.1 above from any date of award to LESSOR proportionate to the
amount taken. Nothing herein shall affect or diminish LESSEE's right to seek compensation for
any portion of the Leased Premises taken and LESSEE shall be entitled to all such compensation
for its provable loss or damage.
In the event the taking of the Leased Premises or all or a part of LESSOR’s other property
comprising the Leased Premises is total, this Lease Agreement shall terminate, and LESSEE
shall be released from all obligations hereunder; except for any sums of money owed to
LESSOR at the date of termination of this lease, which amounts shall be paid to LESSOR within
thirty (30) days.
In the event the taking of the Leased Premises or LESSOR's other property comprising the
Landfill is less than total, then LESSEE shall have the option to terminate this Lease Agreement
if continuation of its operations on the Lease Premises is substantially impaired and
economically impractical.
5.5 Substitution of Performance by Lessee.
If LESSOR shall fail to do anything required to be done by it under the terms of this Lease
Agreement, LESSEE may, after sixty (60) days written notice to LESSOR, at LESSEE's sole
option, do such act or thing on behalf of LESSOR, and upon notification of the reasonable cost
thereof to LESSOR, may deduct said amount from any amount owed by LESSEE to LESSOR.
In case of emergency, LESSEE may perform any act or do anything reasonably necessary on
behalf of LESSOR and upon notification of the cost thereof to LESSOR, may deduct said
amount from the amount of rental then owed by LESSEE to LESSOR. If no amount is presently
owed by LESSEE to LESSOR, then LESSOR shall pay such amount to LESSEE on demand.
5.6 Recordation.
Neither LESSOR nor LESSEE shall record this Lease Agreement without the prior written
consent of the other party.
5.7 Entire Agreement.
This Lease Agreement embodies the entire agreement between the parties with respect to the
leasing and use of the Leased Premises. There are no representations, terms, conditions,
covenants or agreements between the parties which are not mentioned or contained herein. This
Lease Agreement shall completely and fully supersede all other prior agreements both written
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 70 of 76
and oral, between the parties pertaining to the Leased Premises. No party to any such prior
agreement hereafter will have any rights thereunder, but shall look solely to this
Lease Agreement for definition and determination of its rights, liabilities, or responsibilities
relating to the aforesaid matters set forth herein.
5.8 Captions.
The article and the subsection headings and captions contained herein are included
for convenience only and shall not be considered a part hereof or affect in any
manner the construction or interpretation of this Lease Agreement.
5.9 Severability.
The parties agree that if it should ever be held by a court of competent jurisdiction that any
one or more articles, subsections, clauses or provisions of this Lease Agreement are
invalid or ineffective for any reason, any such article, subsection, clause or provision
shall be deemed separate from the remainder of this Lease Agreement and shall not affect the
validity and enforceability of such remainder.
5.10 Successors and Assigns.
The covenants, terms, conditions and obligations set forth and contained in this Lease
Agreement shall be binding upon and inure to the benefit of LESSOR and LESSEE and their
respective successors and assigns.
5.11 Disputes and Governing Law.
This Lease Agreement shall be governed by and construed solely in accordance with the laws
of the State of Texas. Exclusive venue for any claim or cause of action under this Agreement
shall be, as the case may be, either in the District Courts of Denton County, Texas, or the
federal district courts of the Eastern District of Texas, Plano or Sherman Division.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 71 of 76
IN WITNESS WHEREOF, this Lease Agreement has been executed by the duly
authorized City Manager of LESSOR; and by the duly-authorized officer of LESSEE,
in multiple counterparts, each of which, for all purposes, shall be deemed an original and
all of which shall evidence but one agreement.
LESSEE
BY: _______________________________
AUTHORIZED SIGNATURE
Date: _______________________
Name: ______________________
Title: _______________________
____________________________
PHONE NUMBER
____________________________
EMAIL ADDRESS
CITY OF DENTON, TEXAS
ATTEST:
JENNIFER WALTERS, CITY SECRETARY BY:
GEORGE C. CAMPBELL, CITY MANAGER
BY: __________________________________ Date:
APPROVED AS TO LEGAL FORM:
ANITA BURGESS, CITY ATTORNEY
BY: __________________________________
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Stu Kambury
214 414-1700
6/13/2016
Division VP
Stu_kambury@genpt.com
June 21, 2016
Contract # 5641 – Service Agreement Page 72 of 76
Contract #5641
Exhibit F
Request for Proposal (RFP) No. 5641
On File at the Office of the Purchasing Agent
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 73 of 76
Contract #5641
Exhibit G
Conflict of Interest Questionnaire
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 75 of 76
Contract #5641
Exhibit H
Contractor’s Best and Final Proposal
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Best and Final OfferRespondent's Business NameGPC D.B.A NAPA Auto PartsPrincipal Place of Business (City and State)Dallas TexasRFP 5641 Pricing Sheet for Fleet Vehicle and Equipment Parts Support ServicesSECTION A ‐ REQUIRED STOCK PARTS PRICINGFirm Prices ‐ Changes are authorized every twelve months.Inventory Parts Cost Proposal Pricing:Item No.Product Line Line Description Product Type Product CategoryPart Number (for cross referencing purpose only)Required Part's Descriptionor EqualUoMQuantity Issued in FY 2013-2014Required Minimum Stocking QuantityManufacturer/Brand NameManufacturer's Price City's Unit Price1 6DL DIAL LUBRICANTSChemical Oil & GreaseGREASE HIGH TEMPEA1,04010 Suncoast 2.43$ 2.43$ 2 6DL DIAL LUBRICANTSChemical Oil & Grease136 ANTI‐FREEZEQT1,76616 Suncoast 1.64$ 1.64$ 3 6DL DIAL LUBRICANTSChemical Oil & GreaseOILSORB OILSORBEA32756 Suncoast 4.86$ 4.86$ 4 6DL DIAL LUBRICANTSChemical Oil & GreaseT0430W 30W OILQT2,054220 Suncoast 3.57$ 3.57$ 5 6DL DIAL LUBRICANTSChemical Oil & GreaseAW46 HYD OILQT210410 Suncoast 2.58$ 2.58$ 6 6DL DIAL LUBRICANTSChemical Oil & GreaseMERCONV TRANS FLUID QT 104960 Suncoast 2.95$ 2.95$ 7 6DL DIAL LUBRICANTSChemical Oil & Grease15W40 BULK OIL QT 15,583988 Suncoast 2.38$ 2.38$ 8 6DL DIAL LUBRICANTSChemical Oil & GreaseAW68 HYD OIL BULK QT 15,6441346 Suncoast 1.75$ 1.75$ 9 CAS CASTROLChemical Oil & Grease172 HD 30 QTQT13317 Castrol 3.79$ 3.79$ 10 MAC NAPA CHEMICALSChemical Cleaners1072 MACS BATTERY CLEANEREA165 Mac Chemical 3.49$ 3.49$ 11 MAC NAPA CHEMICALSChemical Cleaners8100 GLASS CLEANER 18OZOZ13810 Mac Chemical 2.92$ 2.92$ 12 MAC NAPA CHEMICALSChemical Cleaners1458 ALUM BRIGHT 32 OZOZ11820 Mac Chemical 6.50$ 6.50$ 13 NCB NAPA CONSUMER BChemical Misc. Vehicle maintenance10863 ARMOR ALL WIPESEA644 Clorox Company 3.86$ 3.86$ 14 NCB NAPA CONSUMER BChemical Misc. Vehicle maintenance16PB BLASTER PENETRANTEA8313 PB Blaster 3.78$ 3.78$ 15 NCB NAPA CONSUMER BChemical Misc. Vehicle maintenance10160 ARMOR ALL PROT 16OZOZ766 Clorox Company 5.66$ 5.66$ 16 NCB NAPA CONSUMER BChemical Misc. Vehicle maintenance13013 SIMPL GRN CLNR 24OZOZ1548Sunshine Makers, Inc 4.73$ 4.73$ 17 NCB NAPA CONSUMER BChemical Misc. Vehicle maintenance101723 SUP CLN DEGREASER VOCEA1309 SuperClean Brands 8.99$ 8.99$ 18 NCB NAPA CONSUMER BChemical Misc. Vehicle maintenance31200 RV MARINE ANTI‐FREEZEGAL15226 StarBrite 4.23$ 4.23$ 19 LUC LUCAS OIL PRODUChemicals Additives10020 LUCAS FUEL TREAT 5OZOZ5512 Lucas Oil Products 4.14$ 4.14$ 20 MAC NAPA CHEMICALSChemicals Additives9600 DIESEL FUEL COND 1QTQT91789 Mac Chemical 6.03$ 6.03$ 21 MMM MMM (3M) PRODUCChemicals Misc Chemicals01987 WHEELEA5320 3M 1.46$ 1.46$ 22 MMM MMM (3M) PRODUCChemicals Misc Chemicals06463 TAPEEA61 3M 102.09$ 102.09$ 23 MMM MMM (3M) PRODUCChemicals Misc Chemicals07498 STRIPE OFF WHL KITEA223 3M 27.27$ 27.27$ 24 MMM MMM (3M) PRODUCChemicals Misc Chemicals07499 STRIP OFF WHLEA318 3M 24.81$ 24.81$ 25 MMM MMM (3M) PRODUCChemicals Misc Chemicals01407 3 DISCEA5112 3M 1.38$ 1.38$ 26 MMM MMM (3M) PRODUCChemicals Misc Chemicals93604 ELECTRICAL TAPEEA6714 3M 0.82$ 0.82$ 27 MMM MMM (3M) PRODUCChemicals Misc Chemicals08880 NON‐CHLOR BRAKE CLNR+ 1,868509 3M 2.79$ 2.79$ 28 NAF NAPA ANTIFREEZEChemicals Antifreeze & CoolantRTU1GAL ANTIFRZEGAL14019 Old World Industries 6.68$ 6.68$ 29 NAF NAPA ANTIFREEZEChemicals Antifreeze & Coolant1GAL ANTIFREEZEGAL10327 Mac's Valvoline 8.57$ 8.57$ 30 NFR NAPA REFRIGERANChemicals FreonZX3012 12OZ134AEA8919 Weitron 2.79$ 2.79$ 31 NHF NAPA HYDRAULICChemicals Oil & Grease85475 TRACTOR FLUID 5GGAL232 Warren Unilube, Inc. 33.30$ 33.30$ 32 NHF NAPA HYDRAULICChemicals Oil & Grease85105 R O HYDRAULIC OIL 5GGAL614 Warren Unilube, Inc. 33.79$ 33.79$ 33 NHF NAPA HYDRAULICChemicals Oil & Grease85805 PREM AW 46 HYD FL 5GGAL144 Warren Unilube, Inc. 32.33$ 32.33$ 34 NHF NAPA HYDRAULICChemicals Oil & Grease85101 R O HYDRAULIC OIL 1GGAL548 Warren Unilube, Inc. 6.85$ 6.85$ 35 NOL NAPA OILChemicals Oil & Grease75130 NAPA 10W30 QTQT508 Valvoline 2.23$ 2.23$ 36 NOL NAPA OILChemicals Oil & Grease75210 NAPA GEAR 80W‐90 QTQT6813 Valvoline 3.05$ 3.05$ 37 NOL NAPA OILChemicals Oil & Grease75050 NAPA 5W30 QTQT9534 Valvoline 2.26$ 2.26$ 38 NOL NAPA OILChemicals Oil & Grease75150 SAE 5W20 MOTOR OIL QTQT15534 Valvoline 2.26$ 2.26$ 39 NOL NAPA OILChemicals Oil & Grease75200 NAPA DEXRON MERCON QTQT61377 Valvoline 2.50$ 2.50$ The City has over the past several years utilized a third party vendor managed inventory and distribution center, that is operated on-site, and within the City's Fleet Operations Building. In the previous 12 month period, there were in excess of 6,714 sales transactions, which totaled 2.6 million dollars. Approximately 800,000 of these transactions were from vendor managed inventory, while the greater percentage was obtained outside the inventory requirements, mostly from outside supply sources. This comprehensive list of parts compromises the required stocking, and high volume parts sold to the City. The intention of this list is to obtain a value price point for each part, and utilize these prices as firm for across the counter sales, with adjustment periods recommended by the respondent.The respondent shall complete the following three (3)worksheets, which directly corresponds to the specifications. The contractor shall not make changes to this format. DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Item No.Product Line Line Description Product Type Product CategoryPart Number (for cross referencing purpose only)Required Part's Descriptionor EqualUoMQuantity Issued in FY 2013-2014Required Minimum Stocking QuantityManufacturer/Brand NameManufacturer's Price City's Unit Price40 NOL NAPA OILChemicals Oil & Grease75123 NAPA FLEET 15W40 QTQT610107 Valvoline 2.29$ 2.29$ 41 PAF PRESTONE ANTIFRChemicals Misc ChemicalsAS242 PRESTONE SPRAY DEICEREA9724 Prestone Products 1.98$ 1.98$ 42 PEA PEAK ANTIFREEZEChemicals Antifreeze & Coolant00407 PEAK GLOBAL ANTIFRZGAL47227 Old World Industries 11.33$ 11.33$ 43 SF SEAFOAMChemicals AdditivesSF16 MOTOR TUNE‐UP 16OZEA33927 Sea Foam 6.41$ 6.41$ 44 SL STA‐LUBEChemicals Oil & GreaseSL3190 EP PREM RED GRS CARTEA53562 CRC 4.23$ 4.23$ 45VAL VALVOLINEChemicals Oil & Grease723856 GEAR OILQT12 Valvoline 173.18$ 173.18$ 46 VAL VALVOLINEChemicals Oil & Grease774039 NATURALGAS FLEETOILGAL3821 Valvoline 17.80$ 17.80$ 47 VAL VALVOLINEChemicals Oil & Grease324 MAX LIFE TRANS FLUIDQT29031 Valvoline 4.90$ 4.90$ 48 VAL VALVOLINEChemicals Oil & Grease346 TRANS FLQT1738 Valvoline 4.81$ 4.81$ 49 VAL VALVOLINEChemicals Oil & Grease729566 DIESL EXST FLD 2.5 GAGAL14214 Valvoline 10.21$ 10.21$ 50 VAL VALVOLINEChemicals Oil & Grease975 SYN GEAR OIL 75‐90 QTQT13615 Valvoline 9.41$ 9.41$ 51 VAL VALVOLINEChemicals Oil & Grease360 DURABLND MERCON V QTQT17524 Valvoline 4.33$ 4.33$ 52 WD WD 40 PRODUCTSChemicals Oil & Grease10032 SMART STRAW LUBRICANTEA14521 WD40 Company 5.31$ 5.31$ 53 WWS WINDSHIELD WASHChemicals FluidsPLUS20 WASHER FLUIDGAL69223 Old World 1.27$ 1.27$ 54 9HD heavy duty partGeneric HD Vehicle Repair Parts802062 BRAKE RotorEA42 Bendix 423.93$ 423.93$ 55 9HD heavy duty partGeneric HD Vehicle Repair PartsREDOILKITS Oil KitsEA16313 18.10$ 18.10$ 56 9HD heavy duty partGeneric HD Vehicle Repair PartsPFC60FILTER Oil FilterEA24138 Pleatco 39.00$ 39.00$ 57 9HD heavy duty partGeneric HD Vehicle Repair PartsOILKITS Blue Oil KitsEA14148 28.15$ 28.15$ 58 9HD heavy duty partGeneric HD Vehicle Repair PartsGREASELANDFILL Landfill GreaseEA2,440760 3.65$ 3.65$ 59 9SC SUPPLY COMPANYGeneric Misc Parts/ SuppliesAT1AP1H proxy switchEA7914 Precision Controls 26.50$ 26.50$ 60 ATP NAPA AUTOMATICGeneric Auto Trans Part17796 FILTEREA393Automatic Transmissio5.21$ 5.21$ 61 BK BALKAMPGeneric Maintenace Parts & Supplies7552107 RATCHET TIE DOWNEA372 Highland 21.94$ 21.94$ 62 BK BALKAMPGeneric Maintenace Parts & Supplies7825252 BOOSTER CABLEEA142 NAPA Balkamp 57.02$ 57.02$ 63 BK BALKAMPGeneric Maintenace Parts & Supplies8992162 NAPA TECH GLOVE XLEA652 NAPA Balkamp 12.61$ 12.61$ 64 BK BALKAMPGeneric Maintenace Parts & Supplies7151230 GRSE GUNEA414 ldwide Welding\Lube28.50$ 28.50$ 65 BK BALKAMPGeneric Maintenace Parts & Supplies7651814 AIR FRESHENEREA1104 Car Freshner Corp. 2.04$ 2.04$ 66 BK BALKAMPGeneric Maintenace Parts & Supplies7709265 24 175 UVB CBLE TIEEA314 NAPA Balkamp 14.98$ 14.98$ 67 BK BALKAMPGeneric Maintenace Parts & Supplies5051210 HOS CLMPEA576Cambridge Resources0.29$ 0.29$ 68 BK BALKAMPGeneric Maintenace Parts & Supplies7822023 FUSE HLDEA606 Bussman 1.99$ 1.99$ 69 BK BALKAMPGeneric Maintenace Parts & Supplies7821130 FUSEEA8910 Bussman 0.46$ 0.46$ 70 BK BALKAMPGeneric Maintenace Parts & Supplies5051206 HOS CLMPEA6811Cambridge Resources0.27$ 0.27$ 71 BK BALKAMPGeneric Maintenace Parts & Supplies7821110 FUSEEA7611 Bussman 0.32$ 0.32$ 72 BK BALKAMPGeneric Maintenace Parts & Supplies7651736 VENTFRESH OUTDOOREA20912 Kraco Enterprises 2.45$ 2.45$ 73 BK BALKAMPGeneric Maintenace Parts & Supplies7151151 COUPLEREA10513 Lumax 2.19$ 2.19$ 74 BK BALKAMPGeneric Maintenace Parts & Supplies7821112 FUSEEA5514 Bussman 0.32$ 0.32$ 75 BK BALKAMPGeneric Maintenace Parts & Supplies7651737 VENTFRESH NEW CAREA16516 Kraco Enterprises 2.45$ 2.45$ 76 BK BALKAMPGeneric Maintenace Parts & Supplies7822226 CIRCUITEA5916 Bussman 5.11$ 5.11$ 77 BK BALKAMPGeneric Maintenace Parts & Supplies7151237 GRSE GUNEA2418 ldwide Welding\Lube20.51$ 20.51$ 78 BK BALKAMPGeneric Maintenace Parts & Supplies7821132 FUSEEA12418 Bussman 0.46$ 0.46$ 79 BK BALKAMPGeneric Maintenace Parts & SuppliesEN92 AAA INDUSTRIAL BATTEA5727ready/Enegizer Batter0.44$ 0.44$ 80 BAT NAPA BATTERIESNAPA Batteries7244 BATTERYEA11 Exide/East Penn 66.75$ 66.75$ 81 BAT NAPA BATTERIESNAPA Batteries7524 BATTERYEA41 Exide/East Penn 62.35$ 62.35$ 82 BAT NAPA BATTERIESNAPA Batteries7536R BATTERYEA31 Exide/East Penn 65.84$ 65.84$ 83 BAT NAPA BATTERIESNAPA Batteries7549 BATTERYEA21 Exide/East Penn 81.03$ 81.03$ 84 BAT NAPA BATTERIESNAPA Batteries7556 BATTERYEA21 Exide/East Penn 64.06$ 64.06$ 85 BAT NAPA BATTERIESNAPA Batteries7558 BATTERYEA61 Exide/East Penn 59.32$ 59.32$ 86 BAT NAPA BATTERIESNAPA Batteries7558R BATTERYEA31 Exide/East Penn 63.57$ 63.57$ 87 BAT NAPA BATTERIESNAPA Batteries7575 BATTERYEA51 Exide/East Penn 57.15$ 57.15$ 88 BAT NAPA BATTERIESNAPA Batteries8144 BATTERYEA61 Exide/East Penn 86.85$ 86.85$ 89 BAT NAPA BATTERIESNAPA Batteries8223 BATTERYEA51 Exide/East Penn 66.75$ 66.75$ 90 BAT NAPA BATTERIESNAPA Batteries8224 BATTERYEA41 Exide/East Penn 27.74$ 27.74$ 91 BAT NAPA BATTERIESNAPA Batteries8240 BATTERYEA111 Exide/East Penn 63.91$ 63.91$ 92 BAT NAPA BATTERIESNAPA Batteries8496R BATTERYEA31 Exide/East Penn 72.94$ 72.94$ 93 BAT NAPA BATTERIESNAPA BatteriesN993478RED BATTERYEA61 Exide/East Penn 141.37$ 141.37$ 94 BAT NAPA BATTERIESNAPA Batteries7251 BATTERYEA42 Exide/East Penn 111.73$ 111.73$ 95 BAT NAPA BATTERIESNAPA Batteries7266 BATTERYEA42 Exide/East Penn 126.37$ 126.37$ DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Item No.Product Line Line Description Product Type Product CategoryPart Number (for cross referencing purpose only)Required Part's Descriptionor EqualUoMQuantity Issued in FY 2013-2014Required Minimum Stocking QuantityManufacturer/Brand NameManufacturer's Price City's Unit Price96 BAT NAPA BATTERIESNAPA Batteries7271 BATTERYEA72 Exide/East Penn 148.96$ 148.96$ 97 BAT NAPA BATTERIESNAPA Batteries7526R BATTERYEA32 Exide/East Penn 64.62$ 64.62$ 98 BAT NAPA BATTERIESNAPA Batteries7540R BATTERYEA62 Exide/East Penn 66.03$ 66.03$ 99 BAT NAPA BATTERIESNAPA Batteries7565 BATTERYEA22 Exide/East Penn 71.76$ 71.76$ 100 BAT NAPA BATTERIESNAPA Batteries8434 BATTERYEA92 Exide/East Penn 68.29$ 68.29$ 101 BAT NAPA BATTERIESNAPA Batteries843478 BATTERYEA82 Exide/East Penn 72.99$ 72.99$ 102 BAT NAPA BATTERIESNAPA Batteries9165 BATTERYEA82 Exide/East Penn 114.35$ 114.35$ 103 BAT NAPA BATTERIESNAPA Batteries9894R AGM BATTERYEA22 Exide/East Penn 134.08$ 134.08$ 104 BAT NAPA BATTERIESNAPA Batteries7594R BATTERYEA53 Exide/East Penn 95.77$ 95.77$ 105 BAT NAPA BATTERIESNAPA Batteries7237 BATTERYEA144 Exide/East Penn 83.71$ 83.71$ 106BAT NAPA BATTERIESNAPA Batteries7239 BATTERYEA24 Exide/East Penn 75.16$ 75.16$ 107 BAT NAPA BATTERIESNAPA Batteries7578 BATTERYEA54 Exide/East Penn 62.82$ 62.82$ 108 BAT NAPA BATTERIESNAPA BatteriesN9931TYEL BATTERYEA125 Exide/East Penn 205.73$ 205.73$ 109 BAT NAPA BATTERIESNAPA Batteries7236 BATTERYEA1018 Exide/East Penn 83.73$ 83.73$ 110 BAT NAPA BATTERIESNAPA Batteries9848 BATTERYEA248 Exide/East Penn 112.34$ 112.34$ 111 BAT NAPA BATTERIESNAPA Batteries8465 BATTERYEA13410 Exide/East Penn 76.89$ 76.89$ 112 BEL BELDENNAPA Electric Cable & Wiring736117 BULK BATTERY CABLEFoot5916 Echlin Ignition 1.15$ 1.15$ 113 BEL BELDENNAPA Electric Cable & Wiring736102 CABLEEA5020 Echlin Ignition 1.55$ 1.55$ 114 BEL BELDENNAPA Electric Cable & Wiring736121 BULK BATTERY CABLEEA5335 Echlin Ignition 3.61$ 3.61$ 115 ECH ECHLIN IGNITIONNAPA Vehicle Ignition PartsIC369 IGNITION COILEA4216 Echlin Ignition 31.83$ 31.83$ 116 FIL NAPA FILTERSNAPA Filters1799MP OIL FILTERSEA42 Wix/NAPA Gold 12.67$ 12.67$ 117 FIL NAPA FILTERSNAPA Filters1200 HYD FILEA11 Wix/NAPA Gold 10.01$ 10.01$ 118 FIL NAPA FILTERSNAPA Filters1261 OIL FILEA11 Wix/NAPA Gold 3.67$ 3.67$ 119 FIL NAPA FILTERSNAPA Filters1307 OIL FILEA41 Wix/NAPA Gold 2.90$ 2.90$ 120 FIL NAPA FILTERSNAPA Filters1445 NAPA HYDRAULIC FILTREA11 Wix/NAPA Gold 23.48$ 23.48$ 121 FIL NAPA FILTERSNAPA Filters1545 NAPA HYDRAULIC FILTEREA31 Wix/NAPA Gold 8.79$ 8.79$ 122 FIL NAPA FILTERSNAPA Filters1551 HYD FILEA261 Wix/NAPA Gold 1.92$ 1.92$ 123 FIL NAPA FILTERSNAPA Filters1553 HYD FILEA41 Wix/NAPA Gold 3.71$ 3.71$ 124 FIL NAPA FILTERSNAPA Filters1586 HYD FILEA21 Wix/NAPA Gold 12.89$ 12.89$ 125 FIL NAPA FILTERSNAPA Filters1683 HYD FILEA11 Wix/NAPA Gold 37.84$ 37.84$ 126 FIL NAPA FILTERSNAPA Filters1773 OIL FILEA31 Wix/NAPA Gold 2.31$ 2.31$ 127 FIL NAPA FILTERSNAPA Filters1820 HYD FILEA41 Wix/NAPA Gold 6.37$ 6.37$ 128 FIL NAPA FILTERSNAPA Filters1858 HYD FILEA11 Wix/NAPA Gold 13.20$ 13.20$ 129 FIL NAPA FILTERSNAPA Filters2114 AIR FILEA71 Wix/NAPA Gold 41.02$ 41.02$ 130 FIL NAPA FILTERSNAPA Filters2233 NAPAGOLD AIR FILTEREA11 Wix/NAPA Gold 16.98$ 16.98$ 131 FIL NAPA FILTERSNAPA Filters2235 AIR FILEA3 1 Wix/NAPA Gold 63.62$ 63.62$ 132 FIL NAPA FILTERSNAPA Filters2236 NAPAGOLD AIR FILTEREA1 1 Wix/NAPA Gold 37.15$ 37.15$ 133 FIL NAPA FILTERSNAPA Filters2243 AIR FILTEREA11 Wix/NAPA Gold 18.04$ 18.04$ 134 FIL NAPA FILTERSNAPA Filters2253 AIR FILEA21 Wix/NAPA Gold 24.46$ 24.46$ 135 FIL NAPA FILTERSNAPA Filters2276 AIR FILEA11 Wix/NAPA Gold 11.98$ 11.98$ 136 FIL NAPA FILTERSNAPA Filters2321 AIR FILEA71 Wix/NAPA Gold 19.58$ 19.58$ 137 FIL NAPA FILTERSNAPA Filters2330 OUTER FILTER FOR 2816EA21 Wix/NAPA Gold 22.00$ 22.00$ 138 FIL NAPA FILTERSNAPA Filters2420 AIR FILEA71 Wix/NAPA Gold 4.11$ 4.11$ 139 FIL NAPA FILTERSNAPA Filters2433 AIR FILEA11 Wix/NAPA Gold 6.43$ 6.43$ 140 FIL NAPA FILTERSNAPA Filters2488 Air Filter (Gold)EA41 Wix/NAPA Gold 8.12$ 8.12$ 141 FIL NAPA FILTERSNAPA Filters2557 NAPA CABIN AIR FILTEREA31 Wix/NAPA Gold 13.18$ 13.18$ 142 FIL NAPA FILTERSNAPA Filters2709 NAPAGOLD AIR FILTEREA31 Wix/NAPA Gold 9.65$ 9.65$ 143 FIL NAPA FILTERSNAPA Filters2725 AIR FILTEREA21 Wix/NAPA Gold 8.97$ 8.97$ 144 FIL NAPA FILTERSNAPA Filters2769 AIR FILEA31 Wix/NAPA Gold 9.66$ 9.66$ 145 FIL NAPA FILTERSNAPA Filters2809 Air Filter (Gold)EA21 Wix/NAPA Gold 33.54$ 33.54$ 146 FIL NAPA FILTERSNAPA Filters2816 INNER FILTER FOR 2330EA21 Wix/NAPA Gold 13.82$ 13.82$ 147 FIL NAPA FILTERSNAPA Filters2817 AIR FILTEREA11 Wix/NAPA Gold 65.25$ 65.25$ 148 FIL NAPA FILTERSNAPA Filters2818 AIR FILTEREA11 Wix/NAPA Gold 54.20$ 54.20$ 149 FIL NAPA FILTERSNAPA Filters2845 AIR FILTEREA51 Wix/NAPA Gold 7.20$ 7.20$ 150 FIL NAPA FILTERSNAPA Filters2852 NAPAGOLD AIR FILTEREA11 Wix/NAPA Gold 19.73$ 19.73$ 151 FIL NAPA FILTERSNAPA Filters3001 FUEL FILEA21 Wix/NAPA Gold 1.47$ 1.47$ DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Item No.Product Line Line Description Product Type Product CategoryPart Number (for cross referencing purpose only)Required Part's Descriptionor EqualUoMQuantity Issued in FY 2013-2014Required Minimum Stocking QuantityManufacturer/Brand NameManufacturer's Price City's Unit Price152 FIL NAPA FILTERSNAPA Filters3031 FUEL FILEA11 Wix/NAPA Gold 1.51$ 1.51$ 153 FIL NAPA FILTERSNAPA Filters3032 FUEL FILEA91 Wix/NAPA Gold 1.59$ 1.59$ 154 FIL NAPA FILTERSNAPA Filters3033 FUEL FILEA21 Wix/NAPA Gold 1.94$ 1.94$ 155 FIL NAPA FILTERSNAPA Filters3097 FUEL FILEA21 Wix/NAPA Gold 2.80$ 2.80$ 156 FIL NAPA FILTERSNAPA Filters3120 FUEL FILEA51 Wix/NAPA Gold 2.58$ 2.58$ 157 FIL NAPA FILTERSNAPA Filters3132 FUEL FILTEREA41 Wix/NAPA Gold 13.83$ 13.83$ 158 FIL NAPA FILTERSNAPA Filters3166 FUEL FILEA11 Wix/NAPA Gold 1.88$ 1.88$ 159 FIL NAPA FILTERSNAPA Filters3192 FUEL FILEA151 Wix/NAPA Gold 7.17$ 7.17$ 160 FIL NAPA FILTERSNAPA Filters3210 FUEL FILEA21 Wix/NAPA Gold 7.06$ 7.06$ 161 FIL NAPA FILTERSNAPA Filters3262 FUEL FILEA11 Wix/NAPA Gold 4.49$ 4.49$ 162 FIL NAPA FILTERSNAPA Filters3263 FUEL FILEA21 Wix/NAPA Gold 3.92$ 3.92$ 163 FIL NAPA FILTERSNAPA Filters3370 FUEL FILEA11 Wix/NAPA Gold 6.56$ 6.56$ 164 FIL NAPA FILTERSNAPA Filters3386 FUEL FILEA11 Wix/NAPA Gold 4.17$ 4.17$ 165 FIL NAPA FILTERSNAPA Filters3393 Fuel Dispensing PumpEA11 Wix/NAPA Gold 5.02$ 5.02$ 166 FIL NAPA FILTERSNAPA Filters3399 FUEL FILEA21 Wix/NAPA Gold 6.73$ 6.73$ 167 FIL NAPA FILTERSNAPA Filters3403 FUEL FILEA31 Wix/NAPA Gold 5.85$ 5.85$ 168 FIL NAPA FILTERSNAPA Filters3405 FUEL FILEA21 Wix/NAPA Gold 7.70$ 7.70$ 169 FIL NAPA FILTERSNAPA Filters3424 FUEL FILTEREA101 Wix/NAPA Gold 7.09$ 7.09$ 170 FIL NAPA FILTERSNAPA Filters3481 FUEL FILEA11 Wix/NAPA Gold 5.63$ 5.63$ 171 FIL NAPA FILTERSNAPA Filters3507 FUEL FILEA11 Wix/NAPA Gold 4.44$ 4.44$ 172 FIL NAPA FILTERSNAPA Filters3527 NAPAGOLD FUEL FILTEREA11 Wix/NAPA Gold 11.22$ 11.22$ 173 FIL NAPA FILTERSNAPA Filters3540 NAPAGOLD FUEL FILTEREA11 Wix/NAPA Gold 3.88$ 3.88$ 174 FIL NAPA FILTERSNAPA Filters3585XE NAPAGOLD FUEL FILTEREA11 Wix/NAPA Gold 8.22$ 8.22$ 175 FIL NAPA FILTERSNAPA Filters3587 FUEL FILTEREA31 Wix/NAPA Gold 8.74$ 8.74$ 176 FIL NAPA FILTERSNAPA Filters3588 FUEL FILTEREA21 Wix/NAPA Gold 6.92$ 6.92$ 177 FIL NAPA FILTERSNAPA Filters3628 FUEL FILTEREA11 Wix/NAPA Gold 9.72$ 9.72$ 178 FIL NAPA FILTERSNAPA Filters3636 FUEL FILTEREA11 Wix/NAPA Gold 10.12$ 10.12$ 179 FIL NAPA FILTERSNAPA Filters3638 FUEL FILTEREA21 Wix/NAPA Gold 10.59$ 10.59$ 180 FIL NAPA FILTERSNAPA Filters3640 FUEL FILTEREA231 Wix/NAPA Gold 12.03$ 12.03$ 181 FIL NAPA FILTERSNAPA Filters3651XE FUEL FILTEREA31 Wix/NAPA Gold 9.53$ 9.53$ 182 FIL NAPA FILTERSNAPA Filters3659 NAPAGOLD FUEL FILTEREA81 Wix/NAPA Gold 9.39$ 9.39$ 183 FIL NAPA FILTERSNAPA Filters3694 NAPAGOLD FUEL FILTEREA21 Wix/NAPA Gold 12.64$ 12.64$ 184 FIL NAPA FILTERSNAPA Filters3722 NAPAGOLD FUEL FILTEREA21 Wix/NAPA Gold 7.95$ 7.95$ 185 FIL NAPA FILTERSNAPA Filters3739 NAPAGOLD FUEL FILTEREA11 Wix/NAPA Gold 9.37$ 9.37$ 186 FIL NAPA FILTERSNAPA Filters3740 NAPAGOLD FUEL FILTEREA61 Wix/NAPA Gold 16.52$ 16.52$ 187 FIL NAPA FILTERSNAPA Filters3752 FUEL FILTEREA11 Wix/NAPA Gold 13.11$ 13.11$ 188 FIL NAPA FILTERSNAPA Filters3759 NAPAGOLD FUEL FILTEREA11 Wix/NAPA Gold 10.05$ 10.05$ 189 FIL NAPA FILTERSNAPA Filters3765 NAPAGOLD FUEL FILTEREA31 Wix/NAPA Gold 10.63$ 10.63$ 190 FIL NAPA FILTERSNAPA Filters3780 FUEL FILTEREA51 Wix/NAPA Gold 20.11$ 20.11$ 191 FIL NAPA FILTERSNAPA Filters3792 FUEL FILTEREA11 Wix/NAPA Gold 7.78$ 7.78$ 192 FIL NAPA FILTERSNAPA Filters3812 FUEL FILTEREA21 Wix/NAPA Gold 19.71$ 19.71$ 193 FIL NAPA FILTERSNAPA Filters3817 FUEL FILEA11 Wix/NAPA Gold 15.02$ 15.02$ 194 FIL NAPA FILTERSNAPA Filters3818 FUEL FILEA41 Wix/NAPA Gold 15.58$ 15.58$ 195 FIL NAPA FILTERSNAPA Filters3937 NAPAGOLD FUEL FILTEREA21 Wix/NAPA Gold 9.82$ 9.82$ 196 FIL NAPA FILTERSNAPA Filters3941 NAPAGOLD FUEL FILTEREA11 Wix/NAPA Gold 2.19$ 2.19$ 197 FIL NAPA FILTERSNAPA Filters3958 FUEL FILEA61 Wix/NAPA Gold 10.98$ 10.98$ 198 FIL NAPA FILTERSNAPA Filters3959 FUEL FILEA41 Wix/NAPA Gold 12.45$ 12.45$ 199 FIL NAPA FILTERSNAPA Filters3960 NAPAGOLD FUEL FILTEREA11 Wix/NAPA Gold 9.93$ 9.93$ 200 FIL NAPA FILTERSNAPA Filters3961 NAPAGOLD FUEL FILTEREA11 Wix/NAPA Gold 4.48$ 4.48$ 201 FIL NAPA FILTERSNAPA Filters3976 NAPAGOLD FUEL FILTEREA21 Wix/NAPA Gold 11.03$ 11.03$ 202 FIL NAPA FILTERSNAPA Filters4071 COOL FILEA171 Wix/NAPA Gold 3.49$ 3.49$ 203 FIL NAPA FILTERSNAPA Filters4073 COOL FILEA21 Wix/NAPA Gold 5.76$ 5.76$ 204 FIL NAPA FILTERSNAPA Filters4084 COOL FILEA41 Wix/NAPA Gold 32.92$ 32.92$ 205 FIL NAPA FILTERSNAPA Filters4196 COOL FILEA11 Wix/NAPA Gold 11.55$ 11.55$ 206 FIL NAPA FILTERSNAPA Filters4348 FUEL FILEA21 Wix/NAPA Gold 4.80$ 4.80$ 207 FIL NAPA FILTERSNAPA Filters4466 NAPA CABIN AIR FILTEREA21 Wix/NAPA Gold 8.16$ 8.16$ DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Item No.Product Line Line Description Product Type Product CategoryPart Number (for cross referencing purpose only)Required Part's Descriptionor EqualUoMQuantity Issued in FY 2013-2014Required Minimum Stocking QuantityManufacturer/Brand NameManufacturer's Price City's Unit Price208 FIL NAPA FILTERSNAPA Filters4590 NAPA CABIN AIR FILTEREA11 Wix/NAPA Gold 7.72$ 7.72$ 209 FIL NAPA FILTERSNAPA Filters4849 NAPAGOLD FUEL FILTEREA31 Wix/NAPA Gold 17.73$ 17.73$ 210 FIL NAPA FILTERSNAPA Filters4883 CABIN AIR FILTEREA21 Wix/NAPA Gold 6.08$ 6.08$ 211 FIL NAPA FILTERSNAPA Filters600052 NAPA GOLD FUEL FILTEREA21 Wix/NAPA Gold 12.29$ 12.29$ 212 FIL NAPA FILTERSNAPA Filters600059 NAPA GOLD FUEL FILTEREA11 Wix/NAPA Gold 13.15$ 13.15$ 213 FIL NAPA FILTERSNAPA Filters6080 AIR FILEA11 Wix/NAPA Gold 4.16$ 4.16$ 214 FIL NAPA FILTERSNAPA Filters6128 AIR FILEA91 Wix/NAPA Gold 3.81$ 3.81$ 215 FIL NAPA FILTERSNAPA Filters6314 AIR FILEA71 Wix/NAPA Gold 18.59$ 18.59$ 216 FIL NAPA FILTERSNAPA Filters6353 AIR FILTEREA11 Wix/NAPA Gold 41.72$ 41.72$ 217 FIL NAPA FILTERSNAPA Filters6375 AIR FILEA101 Wix/NAPA Gold 12.65$ 12.65$ 218 FIL NAPA FILTERSNAPA Filters6404 NAPAGOLD AIR FILTEREA11 Wix/NAPA Gold 22.83$ 22.83$ 219 FIL NAPA FILTERSNAPA Filters6458 AIR FILEA21 Wix/NAPA Gold 49.25$ 49.25$ 220 FIL NAPA FILTERSNAPA Filters6474 AIR FILEA11 Wix/NAPA Gold 22.57$ 22.57$ 221 FIL NAPA FILTERSNAPA Filters6475 AIR FILEA11 Wix/NAPA Gold 19.67$ 19.67$ 222 FIL NAPA FILTERSNAPA Filters6477 AIR FILEA41 Wix/NAPA Gold 20.20$ 20.20$ 223 FIL NAPA FILTERSNAPA Filters6489 AIR FILEA81 Wix/NAPA Gold 15.84$ 15.84$ 224 FIL NAPA FILTERSNAPA Filters6490 AIR FILEA61 Wix/NAPA Gold 11.96$ 11.96$ 225 FIL NAPA FILTERSNAPA Filters6496 AIR FILEA21 Wix/NAPA Gold 20.75$ 20.75$ 226 FIL NAPA FILTERSNAPA Filters6569 AIR FILEA121 Wix/NAPA Gold 10.76$ 10.76$ 227 FIL NAPA FILTERSNAPA Filters6607 AIR FILEA91 Wix/NAPA Gold 26.74$ 26.74$ 228 FIL NAPA FILTERSNAPA Filters6664 NAPAGOLD AIR FILTEREA11 Wix/NAPA Gold 28.37$ 28.37$ 229 FIL NAPA FILTERSNAPA Filters6689 AIR FILEA21 Wix/NAPA Gold 17.59$ 17.59$ 230 FIL NAPA FILTERSNAPA Filters6701 NAPAGOLD AIR FILTEREA11 Wix/NAPA Gold 23.07$ 23.07$ 231 FIL NAPA FILTERSNAPA Filters6748 NAPAGOLD AIR FILTEREA31 Wix/NAPA Gold 60.87$ 60.87$ 232 FIL NAPA FILTERSNAPA Filters6782 AIR FILTEREA41 Wix/NAPA Gold 19.80$ 19.80$ 233 FIL NAPA FILTERSNAPA Filters6804 AIR FILTEREA41 Wix/NAPA Gold 10.44$ 10.44$ 234 FIL NAPA FILTERSNAPA Filters6813 AIR FILTEREA11 Wix/NAPA Gold 65.22$ 65.22$ 235 FIL NAPA FILTERSNAPA Filters6818 NAPAGOLD AIR FILTEREA101 Wix/NAPA Gold 26.86$ 26.86$ 236 FIL NAPA FILTERSNAPA Filters6825 NAPAGOLD AIR FILTEREA11 Wix/NAPA Gold 16.40$ 16.40$ 237 FIL NAPA FILTERSNAPA Filters6829 NAPAGOLD AIR FILTEREA91 Wix/NAPA Gold 25.95$ 25.95$ 238 FIL NAPA FILTERSNAPA Filters6836 AIR FILTEREA11 Wix/NAPA Gold 30.68$ 30.68$ 239 FIL NAPA FILTERSNAPA Filters6842 AIR FILEA81 Wix/NAPA Gold 39.04$ 39.04$ 240 FIL NAPA FILTERSNAPA Filters6871 AIR FILTEREA71 Wix/NAPA Gold 28.98$ 28.98$ 241 FIL NAPA FILTERSNAPA Filters6919 FILTEREA91 Wix/NAPA Gold 37.28$ 37.28$ 242 FIL NAPA FILTERSNAPA Filters6932 NAPAGOLD AIR FILTEREA21 Wix/NAPA Gold 17.00$ 17.00$ 243 FIL NAPA FILTERSNAPA Filters6934 NAPAGOLD AIR FILTEREA11 Wix/NAPA Gold 9.92$ 9.92$ 244 FIL NAPA FILTERSNAPA Filters6935 NAPAGOLD AIR FILTEREA31 Wix/NAPA Gold 5.30$ 5.30$ 245 FIL NAPA FILTERSNAPA Filters6937 NAPAGOLD AIR FILTEREA91 Wix/NAPA Gold 32.44$ 32.44$ 246 FIL NAPA FILTERSNAPA Filters7084 NAPA HYDRAULIC FILTREA21 Wix/NAPA Gold 42.43$ 42.43$ 247 FIL NAPA FILTERSNAPA Filters7087 HYDRAULIC FILTEREA51 Wix/NAPA Gold 56.40$ 56.40$ 248 FIL NAPA FILTERSNAPA Filters7143 NAPAGOLD OIL FILTEREA11 Wix/NAPA Gold 4.67$ 4.67$ 249 FIL NAPA FILTERSNAPA Filters7151 NAPAGOLD OIL FILTEREA11 Wix/NAPA Gold 9.41$ 9.41$ 250 FIL NAPA FILTERSNAPA Filters7181 NAPAGOLD OIL FILTEREA31 Wix/NAPA Gold 7.52$ 7.52$ 251 FIL NAPA FILTERSNAPA Filters7191 NAPAGOLD AIRFILTEREA11 Wix/NAPA Gold 9.32$ 9.32$ 252 FIL NAPA FILTERSNAPA Filters7203 OIL FILTEREA21 Wix/NAPA Gold 2.71$ 2.71$ 253 FIL NAPA FILTERSNAPA Filters7207 NAPAGOLD OIL FILTEREA51 Wix/NAPA Gold 7.67$ 7.67$ 254 FIL NAPA FILTERSNAPA Filters7213 OIL FILTEREA11 Wix/NAPA Gold 13.24$ 13.24$ 255 FIL NAPA FILTERSNAPA Filters7220 HYDRAULIC FILTEREA11 Wix/NAPA Gold 20.27$ 20.27$ 256 FIL NAPA FILTERSNAPA Filters7233 NAPAGOLD OIL FILTEREA11 Wix/NAPA Gold 7.55$ 7.55$ 257 FIL NAPA FILTERSNAPA Filters7315 FILTER, HYDEA11 Wix/NAPA Gold 10.69$ 10.69$ 258 FIL NAPA FILTERSNAPA Filters7324 NAPAGOLD OIL FILTEREA81 Wix/NAPA Gold 17.03$ 17.03$ 259 FIL NAPA FILTERSNAPA Filters7421 HYDRAULIC FILTEREA31 Wix/NAPA Gold 19.56$ 19.56$ 260 FIL NAPA FILTERSNAPA Filters7457 NAPA HYDRAULIC FILTREA41 Wix/NAPA Gold 28.59$ 28.59$ 261 FIL NAPA FILTERSNAPA Filters7502 NAPAGOLD OIL FILTEREA21 Wix/NAPA Gold 2.75$ 2.75$ 262 FIL NAPA FILTERSNAPA Filters7521 OIL FILTEREA31 Wix/NAPA Gold 10.11$ 10.11$ 263 FIL NAPA FILTERSNAPA Filters7557 HYD FILEA11 Wix/NAPA Gold 11.31$ 11.31$ DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Item No.Product Line Line Description Product Type Product CategoryPart Number (for cross referencing purpose only)Required Part's Descriptionor EqualUoMQuantity Issued in FY 2013-2014Required Minimum Stocking QuantityManufacturer/Brand NameManufacturer's Price City's Unit Price264 FIL NAPA FILTERSNAPA Filters7708 NAPAGOLD OIL FILTEREA11 Wix/NAPA Gold 23.19$ 23.19$ 265 FIL NAPA FILTERSNAPA Filters7720 HYDRALIC FILTEREA31 Wix/NAPA Gold 19.88$ 19.88$ 266 FIL NAPA FILTERSNAPA Filters7744XD NAPAGOLD OIL FILTEREA161 Wix/NAPA Gold 22.68$ 22.68$ 267 FIL NAPA FILTERSNAPA Filters7777 NAPAGOLD OIL FILTEREA61 Wix/NAPA Gold 26.53$ 26.53$ 268 FIL NAPA FILTERSNAPA Filters7791 NAPAGOLD OIL FILTEREA41 Wix/NAPA Gold 5.02$ 5.02$ 269 FIL NAPA FILTERSNAPA Filters9075 NAPAGOLD AIR FILTEREA81 Wix/NAPA Gold 22.00$ 22.00$ 270 FIL NAPA FILTERSNAPA Filters9116 Air Filter (Gold)EA11 Wix/NAPA Gold 6.23$ 6.23$ 271 FIL NAPA FILTERSNAPA Filters9131 AIR FILTEREA41 Wix/NAPA Gold 41.32$ 41.32$ 272 FIL NAPA FILTERSNAPA Filters9160 NAPA GOLD AIR FILTEREA21 Wix/NAPA Gold 10.08$ 10.08$ 273 FIL NAPA FILTERSNAPA Filters9205 NAPAGOLD AIR FILTEREA11 Wix/NAPA Gold 11.96$ 11.96$ 274 FIL NAPA FILTERSNAPA Filters9244 NAPAGOLD AIR FILTEREA11 Wix/NAPA Gold 10.39$ 10.39$ 275 FIL NAPA FILTERSNAPA Filters9266 CABIN AIR FILTEREA31 Wix/NAPA Gold 21.35$ 21.35$ 276 FIL NAPA FILTERSNAPA Filters9275 NAPAGOLD AIR FILTEREA21 Wix/NAPA Gold 22.76$ 22.76$ 277 FIL NAPA FILTERSNAPA Filters9314 NAPAGOLD AIR FILTEREA41 Wix/NAPA Gold 12.76$ 12.76$ 278 FIL NAPA FILTERSNAPA Filters9666 NAPAGOLD AIR FILTEREA11 Wix/NAPA Gold 42.07$ 42.07$ 279 FIL NAPA FILTERSNAPA Filters9779 NAPAGOLD AIR FILTEREA11 Wix/NAPA Gold 40.50$ 40.50$ 280 FIL NAPA FILTERSNAPA Filters9813 NAPA CABIN AIR FILTEREA11 Wix/NAPA Gold 11.48$ 11.48$ 281 FIL NAPA FILTERSNAPA Filters9873 NAPAGOLD AIR FILTEREA21 Wix/NAPA Gold 9.86$ 9.86$ 282 FIL NAPA FILTERSNAPA Filters1042 OIL FILEA72 Wix/NAPA Gold 2.80$ 2.80$ 283 FIL NAPA FILTERSNAPA Filters1056 OIL FILEA42 Wix/NAPA Gold 4.74$ 4.74$ 284 FIL NAPA FILTERSNAPA Filters1064 OIL FILEA82 Wix/NAPA Gold 2.27$ 2.27$ 285 FIL NAPA FILTERSNAPA Filters1194 OIL FILEA22 Wix/NAPA Gold 9.87$ 9.87$ 286 FIL NAPA FILTERSNAPA Filters1197XE HYDRAULIC FILTEREA32 Wix/NAPA Gold 19.88$ 19.88$ 287 FIL NAPA FILTERSNAPA Filters1243 OIL FILEA32 Wix/NAPA Gold 3.22$ 3.22$ 288 FIL NAPA FILTERSNAPA Filters1348 OIL FILEA162 Wix/NAPA Gold 2.48$ 2.48$ 289 FIL NAPA FILTERSNAPA Filters1367 NAPA HYDRAULIC FILTREA2 2 Wix/NAPA Gold 7.54$ 7.54$ 290 FIL NAPA FILTERSNAPA Filters1394 OIL FILEA162 Wix/NAPA Gold 2.68$ 2.68$ 291 FIL NAPA FILTERSNAPA Filters1407 OIL FILEA42 Wix/NAPA Gold 6.69$ 6.69$ 292 FIL NAPA FILTERSNAPA Filters1495 HYD FILEA12 Wix/NAPA Gold 21.73$ 21.73$ 293 FIL NAPA FILTERSNAPA Filters1660 OIL FILEA92 Wix/NAPA Gold 12.14$ 12.14$ 294 FIL NAPA FILTERSNAPA Filters1730 HYD FILEA122 Wix/NAPA Gold 39.98$ 39.98$ 295 FIL NAPA FILTERSNAPA Filters1746 OIL FILEA22 Wix/NAPA Gold 6.86$ 6.86$ 296 FIL NAPA FILTERSNAPA Filters1748 NAPAGOLD OIL FILTEREA42 Wix/NAPA Gold 11.74$ 11.74$ 297 FIL NAPA FILTERSNAPA Filters1758 OIL FILEA12 Wix/NAPA Gold 7.36$ 7.36$ 298 FIL NAPA FILTERSNAPA Filters1759 HYD FILEA12 Wix/NAPA Gold 8.29$ 8.29$ 299 FIL NAPA FILTERSNAPA Filters1792XE OIL FILTEREA262 Wix/NAPA Gold 14.74$ 14.74$ 300 FIL NAPA FILTERSNAPA Filters1860 HYD FILEA12 Wix/NAPA Gold 12.24$ 12.24$ 301 FIL NAPA FILTERSNAPA Filters1863 HYD FILEA22 Wix/NAPA Gold 39.16$ 39.16$ 302 FIL NAPA FILTERSNAPA Filters2126 AIR FILEA122 Wix/NAPA Gold 10.47$ 10.47$ 303 FIL NAPA FILTERSNAPA Filters2222 AIR FILEA52 Wix/NAPA Gold 10.50$ 10.50$ 304 FIL NAPA FILTERSNAPA Filters2226 AIR FILEA172 Wix/NAPA Gold 17.97$ 17.97$ 305 FIL NAPA FILTERSNAPA Filters2254 AIR FILEA22 Wix/NAPA Gold 16.71$ 16.71$ 306 FIL NAPA FILTERSNAPA Filters230004 NAPA CABIN AIR FILTEREA12 Wix/NAPA Gold 8.63$ 8.63$ 307 FIL NAPA FILTERSNAPA Filters2323 NAPAGOLD AIR FILTEREA12 Wix/NAPA Gold 5.44$ 5.44$ 308 FIL NAPA FILTERSNAPA Filters2448 AIR FILEA142 Wix/NAPA Gold 15.66$ 15.66$ 309 FIL NAPA FILTERSNAPA Filters2469 AIR FILEA32 Wix/NAPA Gold 5.71$ 5.71$ 310 FIL NAPA FILTERSNAPA Filters2484 AIR FILTEREA32 Wix/NAPA Gold 5.30$ 5.30$ 311 FIL NAPA FILTERSNAPA Filters2691 AIR FILEA532 Wix/NAPA Gold 59.26$ 59.26$ 312 FIL NAPA FILTERSNAPA Filters2798 NAPAGOLD AIR FILTEREA82 Wix/NAPA Gold 45.17$ 45.17$ 313 FIL NAPA FILTERSNAPA Filters2831 NAPAGOLD AIR FILTEREA22 Wix/NAPA Gold 4.35$ 4.35$ 314 FIL NAPA FILTERSNAPA Filters2985 AIR FILTEREA112 Wix/NAPA Gold 8.76$ 8.76$ 315 FIL NAPA FILTERSNAPA Filters3118 FUEL FILEA72 Wix/NAPA Gold 2.57$ 2.57$ 316 FIL NAPA FILTERSNAPA Filters3177 NAPAGOLD FUEL FILTEREA62 Wix/NAPA Gold 19.22$ 19.22$ 317 FIL NAPA FILTERSNAPA Filters3231 FUEL FILEA92 Wix/NAPA Gold 17.93$ 17.93$ 318 FIL NAPA FILTERSNAPA Filters3255 NAPAGOLD FUEL FILTEREA162 Wix/NAPA Gold 20.68$ 20.68$ 319 FIL NAPA FILTERSNAPA Filters3258 NAPAGOLD FUEL FILTEREA142 Wix/NAPA Gold 15.34$ 15.34$ DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Item No.Product Line Line Description Product Type Product CategoryPart Number (for cross referencing purpose only)Required Part's Descriptionor EqualUoMQuantity Issued in FY 2013-2014Required Minimum Stocking QuantityManufacturer/Brand NameManufacturer's Price City's Unit Price320 FIL NAPA FILTERSNAPA Filters3270 FUEL FILEA32 Wix/NAPA Gold 4.33$ 4.33$ 321 FIL NAPA FILTERSNAPA Filters3377 FUEL FILEA102 Wix/NAPA Gold 6.55$ 6.55$ 322 FIL NAPA FILTERSNAPA Filters3390 FUEL FILEA222 Wix/NAPA Gold 4.06$ 4.06$ 323 FIL NAPA FILTERSNAPA Filters3411 FUEL FILEA82 Wix/NAPA Gold 13.67$ 13.67$ 324 FIL NAPA FILTERSNAPA Filters3472 FUEL FILEA52 Wix/NAPA Gold 3.74$ 3.74$ 325 FIL NAPA FILTERSNAPA Filters3531 FUEL FILEA52 Wix/NAPA Gold 11.91$ 11.91$ 326 FIL NAPA FILTERSNAPA Filters3547 FUEL FILTEA32 Wix/NAPA Gold 9.32$ 9.32$ 327 FIL NAPA FILTERSNAPA Filters3606 NAPAGOLD FUEL FILTEREA122 Wix/NAPA Gold 13.88$ 13.88$ 328 FIL NAPA FILTERSNAPA Filters3668 FUEL FILTEREA12 Wix/NAPA Gold 11.22$ 11.22$ 329 FIL NAPA FILTERSNAPA Filters3670 filterEA22 Wix/NAPA Gold 10.54$ 10.54$ 330 FIL NAPA FILTERSNAPA Filters3682 NAPAGOLD FUEL FILTEREA102 Wix/NAPA Gold 9.68$ 9.68$ 331 FIL NAPA FILTERSNAPA Filters3684 NAPAGOLD FUEL FILTEREA82 Wix/NAPA Gold 11.48$ 11.48$ 332 FIL NAPA FILTERSNAPA Filters3690 FUEL FILEA132 Wix/NAPA Gold 6.81$ 6.81$ 333 FIL NAPA FILTERSNAPA Filters3719 FUEL FILTEREA12 Wix/NAPA Gold 8.29$ 8.29$ 334 FIL NAPA FILTERSNAPA Filters3721 FUEL FILTEREA142 Wix/NAPA Gold 10.47$ 10.47$ 335 FIL NAPA FILTERSNAPA Filters3732 NAPAGOLD FUEL FILTEREA42 Wix/NAPA Gold 17.64$ 17.64$ 336 FIL NAPA FILTERSNAPA Filters3743 FUEL FILTEREA72 Wix/NAPA Gold 10.03$ 10.03$ 337 FIL NAPA FILTERSNAPA Filters3785 NAPAGOLD FUEL FILTEREA62 Wix/NAPA Gold 17.70$ 17.70$ 338 FIL NAPA FILTERSNAPA Filters3827 NAPAGOLD FUEL FILTEREA42 Wix/NAPA Gold 9.78$ 9.78$ 339 FIL NAPA FILTERSNAPA Filters3967 NAPAGOLD FUEL FILTEREA32 Wix/NAPA Gold 45.19$ 45.19$ 340 FIL NAPA FILTERSNAPA Filters3972 NAPAGOLD FUEL FILTEREA22 Wix/NAPA Gold 3.60$ 3.60$ 341 FIL NAPA FILTERSNAPA Filters3977 NAPAGOLD FUEL FILTEREA42 Wix/NAPA Gold 13.67$ 13.67$ 342 FIL NAPA FILTERSNAPA Filters3978 NAPAGOLD FUEL FILTEREA32 Wix/NAPA Gold 14.08$ 14.08$ 343 FIL NAPA FILTERSNAPA Filters4094 CABIN AIR FILTEREA92 Wix/NAPA Gold 11.50$ 11.50$ 344 FIL NAPA FILTERSNAPA Filters4316 CABIN AIR FILTEREA62 Wix/NAPA Gold 8.27$ 8.27$ 345 FIL NAPA FILTERSNAPA Filters4848 NAPAGOLD FUEL FILTEREA22 Wix/NAPA Gold 7.66$ 7.66$ 346 FIL NAPA FILTERSNAPA Filters600149 NAPAGOLD FUEL FILTEREA32 Wix/NAPA Gold 31.68$ 31.68$ 347 FIL NAPA FILTERSNAPA Filters6366 NAPA CABIN AIR FILTEREA32 Wix/NAPA Gold 12.09$ 12.09$ 348 FIL NAPA FILTERSNAPA Filters6433 AIR FILEA92 Wix/NAPA Gold 18.45$ 18.45$ 349 FIL NAPA FILTERSNAPA Filters6449 AIR FILEA212 Wix/NAPA Gold 8.01$ 8.01$ 350 FIL NAPA FILTERSNAPA Filters6492 AIR FILTEREA202 Wix/NAPA Gold 41.08$ 41.08$ 351 FIL NAPA FILTERSNAPA Filters6556 AIR FILEA52 Wix/NAPA Gold 30.58$ 30.58$ 352 FIL NAPA FILTERSNAPA Filters6595 AIR FILEA62 Wix/NAPA Gold 21.61$ 21.61$ 353 FIL NAPA FILTERSNAPA Filters6648 AIR FILTEREA42 Wix/NAPA Gold 8.35$ 8.35$ 354 FIL NAPA FILTERSNAPA Filters6671 NAPAGOLD AIR FILTEREA152 Wix/NAPA Gold 17.20$ 17.20$ 355 FIL NAPA FILTERSNAPA Filters6672 AIR FILEA132 Wix/NAPA Gold 11.54$ 11.54$ 356 FIL NAPA FILTERSNAPA Filters6728 AIR FILTEREA82 Wix/NAPA Gold 1.28$ 1.28$ 357 FIL NAPA FILTERSNAPA Filters6729 AIR FILTEREA182 Wix/NAPA Gold 24.40$ 24.40$ 358 FIL NAPA FILTERSNAPA Filters6744 AIR FILEA72 Wix/NAPA Gold 22.46$ 22.46$ 359 FIL NAPA FILTERSNAPA Filters6747 AIR FILEA82 Wix/NAPA Gold 36.78$ 36.78$ 360 FIL NAPA FILTERSNAPA Filters6870 AIR FILTEREA152 Wix/NAPA Gold 32.41$ 32.41$ 361 FIL NAPA FILTERSNAPA Filters7035 OIL FILTEREA52 Wix/NAPA Gold 4.11$ 4.11$ 362 FIL NAPA FILTERSNAPA Filters7037 OIL FILTEREA82 Wix/NAPA Gold 8.05$ 8.05$ 363 FIL NAPA FILTERSNAPA Filters7076 NAPAGOLD OIL FILTEREA32 Wix/NAPA Gold 4.35$ 4.35$ 364 FIL NAPA FILTERSNAPA Filters7106 OIL FILTEREA12 Wix/NAPA Gold 5.84$ 5.84$ 365 FIL NAPA FILTERSNAPA Filters7116 NAPA HYDRAULIC FILTREA62 Wix/NAPA Gold 6.04$ 6.04$ 366 FIL NAPA FILTERSNAPA Filters7182 OIL FILTEREA92 Wix/NAPA Gold 6.05$ 6.05$ 367 FIL NAPA FILTERSNAPA Filters7197 HYD FILTEREA52 Wix/NAPA Gold 12.80$ 12.80$ 368 FIL NAPA FILTERSNAPA Filters7221 NAPA HYDRAULIC FILTREA22 Wix/NAPA Gold 15.31$ 15.31$ 369FIL NAPA FILTERSNAPA Filters7243 LUBE FILEA22 Wix/NAPA Gold 4.38$ 4.38$ 370 FIL NAPA FILTERSNAPA Filters7253 NAPAGOLD OIL FILTEREA32 Wix/NAPA Gold 12.76$ 12.76$ 371 FIL NAPA FILTERSNAPA Filters7370 NAPAGOLD OIL FILTEREA22 Wix/NAPA Gold 17.20$ 17.20$ 372 FIL NAPA FILTERSNAPA Filters7488 NAPAGOLD OIL FILTEREA92 Wix/NAPA Gold 8.27$ 8.27$ 373 FIL NAPA FILTERSNAPA Filters7701 TRANSMISSION FILTEREA82 Wix/NAPA Gold 8.68$ 8.68$ 374 FIL NAPA FILTERSNAPA Filters7717 Oil Filter (Gold)EA32 Wix/NAPA Gold 5.85$ 5.85$ 375 FIL NAPA FILTERSNAPA Filters7841 NAPA HYDRAULIC FILTREA22 Wix/NAPA Gold 24.28$ 24.28$ DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Item No.Product Line Line Description Product Type Product CategoryPart Number (for cross referencing purpose only)Required Part's Descriptionor EqualUoMQuantity Issued in FY 2013-2014Required Minimum Stocking QuantityManufacturer/Brand NameManufacturer's Price City's Unit Price376 FIL NAPA FILTERSNAPA Filters9108 NAPAGOLD AIR FILTEREA72 Wix/NAPA Gold 33.32$ 33.32$ 377 FIL NAPA FILTERSNAPA Filters9115 NAPAGOLD AIR FILTEREA12 Wix/NAPA Gold 7.33$ 7.33$ 378 FIL NAPA FILTERSNAPA Filters9137 NAPAGOLD AIR FILTEREA62 Wix/NAPA Gold 14.36$ 14.36$ 379 FIL NAPA FILTERSNAPA Filters9173 AIR FILTEREA92 Wix/NAPA Gold 64.78$ 64.78$ 380 FIL NAPA FILTERSNAPA Filters9587 NAPAGOLD AIR FILTEREA92 Wix/NAPA Gold 12.21$ 12.21$ 381 FIL NAPA FILTERSNAPA Filters9588 Air Filter (Inner) (GEA62 Wix/NAPA Gold 6.88$ 6.88$ 382 FIL NAPA FILTERSNAPA Filters9661 NAPAGOLD AIR FILTEREA62 Wix/NAPA Gold 8.56$ 8.56$ 383 FIL NAPA FILTERSNAPA Filters9699 Air Filter (Cab) (Gold)EA32 Wix/NAPA Gold 10.30$ 10.30$ 384 FIL NAPA FILTERSNAPA Filters9741 NAPAGOLD AIR FILTEREA72 Wix/NAPA Gold 6.30$ 6.30$ 385 FIL NAPA FILTERSNAPA Filters9801 NAPAGOLD AIR FILTEREA22 Wix/NAPA Gold 61.99$ 61.99$ 386 FIL NAPA FILTERSNAPA Filters9883 NAPAGOLD AIR FILTEREA142 Wix/NAPA Gold 7.72$ 7.72$ 387 FIL NAPA FILTERSNAPA Filters1602MP OIL FILTEREA63 Wix/NAPA Gold 3.08$ 3.08$ 388FILNAPA FILTERSNAPA Filters1734 OIL FILEA163 Wix/NAPA Gold 8.36$ 8.36$ 389 FIL NAPA FILTERSNAPA Filters1792 OIL FILEA33 Wix/NAPA Gold 5.35$ 5.35$ 390 FIL NAPA FILTERSNAPA Filters1847 HYD FILEA63 Wix/NAPA Gold 37.33$ 37.33$ 391 FIL NAPA FILTERSNAPA Filters2124 AIR FILEA43 Wix/NAPA Gold 20.74$ 20.74$ 392 FIL NAPA FILTERSNAPA Filters2385 AIR FILTEREA33 Wix/NAPA Gold 3.86$ 3.86$ 393 FIL NAPA FILTERSNAPA Filters2546 AIR FILEA103 Wix/NAPA Gold 61.57$ 61.57$ 394 FIL NAPA FILTERSNAPA Filters2547 AIR FILEA93 Wix/NAPA Gold 43.51$ 43.51$ 395 FIL NAPA FILTERSNAPA Filters2731 AIR FILTEREA233 Wix/NAPA Gold 27.73$ 27.73$ 396 FIL NAPA FILTERSNAPA Filters3109MP FUEL FILEA23 Wix/NAPA Gold 3.30$ 3.30$ 397 FIL NAPA FILTERSNAPA Filters3361 FUEL FILEA53 Wix/NAPA Gold 5.57$ 5.57$ 398 FIL NAPA FILTERSNAPA Filters3626 FUEL FILTEREA143 Wix/NAPA Gold 4.00$ 4.00$ 399 FIL NAPA FILTERSNAPA Filters3657 NAPAGOLD FUEL FILTEREA93 Wix/NAPA Gold 9.10$ 9.10$ 400 FIL NAPA FILTERSNAPA Filters3697 FUEL FILTEREA23 Wix/NAPA Gold 7.07$ 7.07$ 401 FIL NAPA FILTERSNAPA Filters3899 FUEL FILEA273 Wix/NAPA Gold 31.61$ 31.61$ 402 FIL NAPA FILTERSNAPA Filters3936 NAPAGOLD FUEL FILTEREA143 Wix/NAPA Gold 10.56$ 10.56$ 403 FIL NAPA FILTERSNAPA Filters4314 CABIN AIR FILTEREA53 Wix/NAPA Gold 20.26$ 20.26$ 404 FIL NAPA FILTERSNAPA Filters600066 NAPA GOLD FUEL FILTEREA13 Wix/NAPA Gold 39.60$ 39.60$ 405 FIL NAPA FILTERSNAPA Filters600078 FUEL FILEA23 Wix/NAPA Gold 35.63$ 35.63$ 406 FIL NAPA FILTERSNAPA Filters6253 AIR FILEA43 Wix/NAPA Gold 5.78$ 5.78$ 407 FIL NAPA FILTERSNAPA Filters6438 AIR FILTEREA253 Wix/NAPA Gold 11.00$ 11.00$ 408 FIL NAPA FILTERSNAPA Filters6476 AIR FILEA63 Wix/NAPA Gold 27.90$ 27.90$ 409 FIL NAPA FILTERSNAPA Filters6522 AIR FILEA53 Wix/NAPA Gold 12.31$ 12.31$ 410 FIL NAPA FILTERSNAPA Filters6562 AIR FILEA173 Wix/NAPA Gold 18.46$ 18.46$ 411 FIL NAPA FILTERSNAPA Filters6573 AIR FILTEREA23 Wix/NAPA Gold 8.07$ 8.07$ 412 FIL NAPA FILTERSNAPA Filters6746 AIR FILEA143 Wix/NAPA Gold 50.91$ 50.91$ 413 FIL NAPA FILTERSNAPA Filters6814 AIR FILTEREA123 Wix/NAPA Gold 7.33$ 7.33$ 414 FIL NAPA FILTERSNAPA Filters6930 NAPAGOLD AIR FILTEREA153 Wix/NAPA Gold 13.99$ 13.99$ 415 FIL NAPA FILTERSNAPA Filters7398 OIL FILTEREA573 Wix/NAPA Gold 4.50$ 4.50$ 416 FIL NAPA FILTERSNAPA Filters7620 OIL FILTEREA383 Wix/NAPA Gold 2.20$ 2.20$ 417 FIL NAPA FILTERSNAPA Filters7730 OIL FILTEREA223 Wix/NAPA Gold 4.01$ 4.01$ 418 FIL NAPA FILTERSNAPA Filters7750S Oil FilterEA283 Wix/NAPA Gold 7.71$ 7.71$ 419 FIL NAPA FILTERSNAPA Filters9087 AIR FILTEREA103 Wix/NAPA Gold 3.93$ 3.93$ 420 FIL NAPA FILTERSNAPA Filters9096 NAPA CABIN AIR FILTEREA53 Wix/NAPA Gold 26.10$ 26.10$ 421 FIL NAPA FILTERSNAPA Filters9132 AIR FILTEREA33 Wix/NAPA Gold 41.80$ 41.80$ 422 FIL NAPA FILTERSNAPA Filters9886 AIR FILTEREA343 Wix/NAPA Gold 31.68$ 31.68$ 423 FIL NAPA FILTERSNAPA Filters1040 OIL FILEA34 Wix/NAPA Gold 2.48$ 2.48$ 424 FIL NAPA FILTERSNAPA Filters1344 OIL FILEA134 Wix/NAPA Gold 3.79$ 3.79$ 425 FIL NAPA FILTERSNAPA Filters1358 LUBE FILEA44 Wix/NAPA Gold 4.22$ 4.22$ 426 FIL NAPA FILTERSNAPA Filters1452 TRAN FILEA14 Wix/NAPA Gold 2.29$ 2.29$ 427 FIL NAPA FILTERSNAPA Filters1494 HYD FILEA194 Wix/NAPA Gold 26.99$ 26.99$ 428 FIL NAPA FILTERSNAPA Filters1791 OIL FILEA124 Wix/NAPA Gold 3.13$ 3.13$ 429 FIL NAPA FILTERSNAPA Filters1970 OIL FILEA84 Wix/NAPA Gold 5.83$ 5.83$ 430 FIL NAPA FILTERSNAPA Filters1971 NAPAGOLD OIL FILTEREA144 Wix/NAPA Gold 5.09$ 5.09$ 431 FIL NAPA FILTERSNAPA Filters3243 FUEL FILTEREA214 Wix/NAPA Gold 5.72$ 5.72$ DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Item No.Product Line Line Description Product Type Product CategoryPart Number (for cross referencing purpose only)Required Part's Descriptionor EqualUoMQuantity Issued in FY 2013-2014Required Minimum Stocking QuantityManufacturer/Brand NameManufacturer's Price City's Unit Price432 FIL NAPA FILTERSNAPA Filters3960XE NAPAGOLD FUEL FILTEREA74 Wix/NAPA Gold 21.47$ 21.47$ 433 FIL NAPA FILTERSNAPA Filters3963 Fuel FilterEA254 Wix/NAPA Gold 24.47$ 24.47$ 434 FIL NAPA FILTERSNAPA Filters600123 NAPA FUEL FILTEREA54 Wix/NAPA Gold 26.01$ 26.01$ 435 FIL NAPA FILTERSNAPA Filters6766 AIR FILTEREA114 Wix/NAPA Gold 13.89$ 13.89$ 436 FIL NAPA FILTERSNAPA Filters7669 oil filterEA154 Wix/NAPA Gold 15.53$ 15.53$ 437 FIL NAPA FILTERSNAPA Filters9280 NAPAGOLD AIR FILTEREA54 Wix/NAPA Gold 20.93$ 20.93$ 438 FIL NAPA FILTERSNAPA Filters9286 NAPAGOLD AIR FILTEREA54 Wix/NAPA Gold 9.56$ 9.56$ 439 FIL NAPA FILTERSNAPA Filters1085 OIL FILEA165 Wix/NAPA Gold 2.68$ 2.68$ 440 FIL NAPA FILTERSNAPA Filters1455 HYDEA115 Wix/NAPA Gold 20.28$ 20.28$ 441 FIL NAPA FILTERSNAPA Filters1459 OIL FILEA285 Wix/NAPA Gold 4.71$ 4.71$ 442 FIL NAPA FILTERSNAPA Filters1522 OIL FILEA55 Wix/NAPA Gold 2.84$ 2.84$ 443 FIL NAPA FILTERSNAPA Filters1750 OIL FILEA25 Wix/NAPA Gold 7.42$ 7.42$ 444 FIL NAPA FILTERSNAPA Filters3166MP FUEL FILTEREA25 Wix/NAPA Gold 3.00$ 3.00$ 445 FIL NAPA FILTERSNAPA Filters3604 FUEL FILTEREA145 Wix/NAPA Gold 16.65$ 16.65$ 446 FIL NAPA FILTERSNAPA Filters3674 FUEL FILEA235 Wix/NAPA Gold 4.57$ 4.57$ 447 FIL NAPA FILTERSNAPA Filters4851 NAPAGOLD FUEL FILTEREA75 Wix/NAPA Gold 8.00$ 8.00$ 448 FIL NAPA FILTERSNAPA Filters6761 AIR FILTEREA155 Wix/NAPA Gold 27.33$ 27.33$ 449 FIL NAPA FILTERSNAPA Filters7202 OIL FILTEREA585 Wix/NAPA Gold 2.75$ 2.75$ 450 FIL NAPA FILTERSNAPA Filters9007 NAPA CABIN AIR FILTEREA25 Wix/NAPA Gold 10.20$ 10.20$ 451 FIL NAPA FILTERSNAPA Filters9979 NAPA CABIN AIR FILTEREA295 Wix/NAPA Gold 15.11$ 15.11$ 452 FIL NAPA FILTERSNAPA Filters9980 NAPA CABIN AIR FILTEREA265 Wix/NAPA Gold 24.50$ 24.50$ 453 FIL NAPA FILTERSNAPA Filters1348MP OIL FILEA286 Wix/NAPA Gold 2.30$ 2.30$ 454 FIL NAPA FILTERSNAPA Filters1791MP OIL FILEA356 Wix/NAPA Gold 5.01$ 5.01$ 455 FIL NAPA FILTERSNAPA Filters3406 FUEL FILEA506 Wix/NAPA Gold 8.93$ 8.93$ 456 FIL NAPA FILTERSNAPA Filters3964 NAPAGOLD FUEL FILTEREA326 Wix/NAPA Gold 12.68$ 12.68$ 457 FIL NAPA FILTERSNAPA Filters4029 NAPAGOLD FUEL FILTEREA46 Wix/NAPA Gold 7.23$ 7.23$ 458 FIL NAPA FILTERSNAPA Filters5414 GASKETEA16 Wix/NAPA Gold 1.41$ 1.41$ 459 FIL NAPA FILTERSNAPA Filters601005 NAPAGOLD FUEL FILTEREA66 Wix/NAPA Gold 12.21$ 12.21$ 460 FIL NAPA FILTERSNAPA Filters7312MP OIL FILTEREA1316 Wix/NAPA Gold 10.11$ 10.11$ 461 FIL NAPA FILTERSNAPA Filters7674 OIL FILEA106 Wix/NAPA Gold 3.48$ 3.48$ 462 FIL NAPA FILTERSNAPA Filters7740XE TRANSMISSION FILTEREA486 Wix/NAPA Gold 40.08$ 40.08$ 463 FIL NAPA FILTERSNAPA Filters9908 NAPAGOLD AIR FILTEREA266 Wix/NAPA Gold 9.61$ 9.61$ 464 FIL NAPA FILTERSNAPA Filters2610 NAPAGOLD AIR FILTEREA187 Wix/NAPA Gold 43.01$ 43.01$ 465 FIL NAPA FILTERSNAPA Filters1748XD OIL FILTEREA338 Wix/NAPA Gold 22.33$ 22.33$ 466 FIL NAPA FILTERSNAPA Filters7746XD OIL FILTEREA669 Wix/NAPA Gold 22.68$ 22.68$ 467 FIL NAPA FILTERSNAPA Filters1334 OIL FILEA3310 Wix/NAPA Gold 2.98$ 2.98$ 468 FIL NAPA FILTERSNAPA Filters1334MP OIL FILEA1011 Wix/NAPA Gold 2.77$ 2.77$ 469 LIT NAPA LIGHTINGNAPA Lighting5014 LAMPEA22 Trucklite 28.56$ 28.56$ 470 LIT NAPA LIGHTINGNAPA Lighting6050 LAMPEA72 Trucklite 14.60$ 14.60$ 471 LIT NAPA LIGHTINGNAPA Lighting9007 LENSEA12 Trucklite 3.03$ 3.03$ 472 LIT NAPA LIGHTINGNAPA Lighting10250Y LAMPEA63 Trucklite 5.18$ 5.18$ 473 LIT NAPA LIGHTINGNAPA Lighting4050 LAMPEA234 Trucklite 10.92$ 10.92$ 474 LIT NAPA LIGHTINGNAPA Lighting5010202R3 LAMPEA44 Trucklite 0.87$ 0.87$ 475 LMP NAPA LAMPSNAPA Lamps/BulbsBP1255H11 HALOGEN BULBEA242 Wagner Lighting 7.18$ 7.18$ 476 LMP NAPA LAMPSNAPA Lamps/BulbsBP896 BULBEA32 Wagner Lighting 3.55$ 3.55$ 477 LMP NAPA LAMPSNAPA Lamps/BulbsH6054 HAL BULBEA293 Wagner Lighting 7.51$ 7.51$ 478 LMP NAPA LAMPSNAPA Lamps/BulbsBP9008 HALOGEN HEADLAMPEA64 Wagner Lighting 11.25$ 11.25$ 479 LMP NAPA LAMPSNAPA Lamps/Bulbs67 BULBEA55 Wagner Lighting 0.31$ 0.31$ 480 LMP NAPA LAMPSNAPA Lamps/Bulbs3057 BULBEA76 Wagner Lighting 0.45$ 0.45$ 481 LMP NAPA LAMPSNAPA Lamps/Bulbs912 BULBEA116 Wagner Lighting 0.48$ 0.48$ 482 LMP NAPA LAMPSNAPA Lamps/Bulbs1891 BULBEA37 Wagner Lighting 0.33$ 0.33$ 483 LMP NAPA LAMPSNAPA Lamps/BulbsH4656 HAL BULBEA857 Wagner Lighting 7.27$ 7.27$ 484 LMP NAPA LAMPSNAPA Lamps/BulbsH4651 HAL BULBEA148 Wagner Lighting 7.35$ 7.35$ 485 LMP NAPA LAMPSNAPA Lamps/Bulbs3157 BULBEA5610 Wagner Lighting 0.45$ 0.45$ 486 LMP NAPA LAMPSNAPA Lamps/Bulbs194 BULBEA17112 Wagner Lighting 0.22$ 0.22$ 487 LMP NAPA LAMPSNAPA Lamps/Bulbs53 BULBEA316 Wagner Lighting 0.36$ 0.36$ DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Item No.Product Line Line Description Product Type Product CategoryPart Number (for cross referencing purpose only)Required Part's Descriptionor EqualUoMQuantity Issued in FY 2013-2014Required Minimum Stocking QuantityManufacturer/Brand NameManufacturer's Price City's Unit Price488 LMP NAPA LAMPSNAPA Lamps/Bulbs1156 BULBEA2418 Wagner Lighting 0.24$ 0.24$ 489 LMP NAPA LAMPSNAPA Lamps/Bulbs1157 BULBEA12318 Wagner Lighting 0.21$ 0.21$ 490 NBH NAPA BELTS & HONAPA Vehicle Belts & Hoses25100935HD V‐RIBBED BELTEA12 FleetRunner 31.10$ 31.10$ 491 NBH NAPA BELTS & HONAPA Vehicle Belts & HosesH177 F L HOSEEA5440 NAPA Belts & Hoses 0.71$ 0.71$ 492 NNE NAPA NEW ELECTRNAPA Rotating Electrical1N8498 NEW ALTERNATOREA72 BBB Industries 210.89$ 210.89$ 493 NPP NAPA PAPER PRODNAPA Shop Supplies75130 TOWELSEA42820 Kimberly Clark 2.09$ 2.09$ 494 NPP NAPA PAPER PRODNAPA Shop Supplies2021 HAND TOWELS BROWNEA20513 Kimberly Clark 3.21$ 3.21$ 495 NPP NAPA PAPER PRODNAPA Shop Supplies75190 SHOP TOWELS IN A BOXBOX7714 Kimberly Clark 12.03$ 12.03$ 496 NTH NAPA TIRE HARDWNAPATire Service Parts904142 TIRE VALEA14850 NAPA Tire Hardware 0.32$ 0.32$ 497 NTH NAPA TIRE HARDWNAPATire Service Parts90624SS ADAPTEREA9394 NAPA Tire Hardware 0.77$ 0.77$ 498 NTH NAPA TIRE HARDWNAPATire Service Parts90180 VAL CAPEA100100 NAPA Tire Hardware 0.08$ 0.08$ 499 NW NAPA WIRE PRODUNAPAWire/ terminals/electrical Repair725373 CL SL 16‐14 FEM TERMEA12020 Winzer Corp 0.45$ 0.45$ 500 NW NAPA WIRE PRODUNAPAWire/ terminals/electrical Repair725114 BUTT CONNECTOREA24238 Dorman 0.68$ 0.68$ 501 NW NAPA WIRE PRODUNAPAWire/ terminals/electrical Repair721322 RING TERMINALEA9850 Dorman 0.18$ 0.18$ 502 NW NAPA WIRE PRODUNAPAWire/ terminals/electrical Repair725115 BUTT CONNECTOREA31050 Dorman 0.52$ 0.52$ 503 NW NAPA WIRE PRODUNAPAWire/ terminals/electrical Repair725256 BUTT CONNECTEA30390 Dorman 0.59$ 0.59$ 504 NW NAPA WIRE PRODUNAPAWire/ terminals/electrical Repair737302 LOOM‐SPLIT POLYEA10793 Dorman 0.28$ 0.28$ 505 NW NAPA WIRE PRODUNAPAWire/ terminals/electrical Repair725255 BUTT CONNECTEA962138 Dorman 0.29$ 0.29$ 506 NW NAPA WIRE PRODUNAPAWire/ terminals/electrical Repair737301 LOOM‐SPLIT POLYEA415147 Dorman 0.21$ 0.21$ 507 NW NAPA WIRE PRODUNAPAWire/ terminals/electrical Repair737300 LOOM‐SPLIT POLYEA722173 Dorman 0.21$ 0.21$ 508 NW NAPA WIRE PRODUNAPAWire/ terminals/electrical Repair737299 LOOM‐SPLIT POLYEA1,836197 Dorman 0.16$ 0.16$ 509 NW NAPA WIRE PRODUNAPAWire/ terminals/electrical Repair725133 SPADE TERMINALEA220240 Dorman 0.17$ 0.17$ 510 NW NAPA WIRE PRODUNAPAWire/ terminals/electrical Repair725254 BUTT CONNECTEA700300 Dorman 0.57$ 0.57$ 511 OWI OWI WIPERSNAPA Wiper BladesNP13 BLADEEA11 Old World Ind 2.65$ 2.65$ 512 OWI OWI WIPERSNAPA Wiper BladesNP16 BLADEEA21 Old World Ind 2.65$ 2.65$ 513 OWI OWI WIPERSNAPA Wiper BladesNP24 BLADEEA15 Old World Ind 3.65$ 3.65$ 514 OWI OWI WIPERSNAPA Wiper BladesNP18 BLADEEA66 Old World Ind 2.72$ 2.72$ 515 OWI OWI WIPERSNAPA Wiper BladesNP22 BLADEEA2718 Old World Ind 2.72$ 2.72$ 516 OWI OWI WIPERSNAPA Wiper BladesNP20 BLADEEA5829 Old World Ind 2.72$ 2.72$ 517 SFI PRO SELECT FILTNAPA Filters23595 FUEL FILTEREA515 Wix/NAPA ProSelect 2.80$ 2.80$ 518 SFI PRO SELECT FILTNAPA Filters27060 PRO SELECT OIL FILTEREA19025 Wix/NAPA ProSelect 1.43$ 1.43$ 519 SFI PRO SELECT FILTNAPA Filters21372MP OIL FILTEREA26138 Wix/NAPA ProSelect 1.24$ 1.24$ 520 UP NAPA ULTRA PREMNAPA Vehicle Brake PartsUP7834X DISC BRAKE PADSPair203A Ultra Premium Cera41.45$ 41.45$ 521 UP NAPA ULTRA PREMNAPA Vehicle Brake PartsUP7835X DISC BRAKE PADSPair145A Ultra Premium Cera37.23$ 37.23$ 522 UP NAPA ULTRA PREMNAPA Vehicle Brake Parts89250 BATTERYEA61Ultra Premium Brake19.27$ 19.27$ 523 UP NAPA ULTRA PREMNAPA Vehicle Brake Parts880178 BRAKE ROTOREA122Ultra Premium Brake128.61$ 128.61$ 524 UP NAPA ULTRA PREMNAPA Vehicle Brake Parts880374 DISC BRAKE ROTOREA82Ultra Premium Brake108.26$ 108.26$ 525 UP NAPA ULTRA PREMNAPA Vehicle Brake PartsSD880279KT2 EMER SERVICE ROTORKITEA73 NAPA Severe Duty 180.28$ 180.28$ 526 UP NAPA ULTRA PREMNAPA Vehicle Brake PartsSD880422KT1 EMER SERVICE ROTORKITEA53 NAPA Severe Duty 180.28$ 180.28$ 527 UP NAPA ULTRA PREMNAPA Vehicle Brake PartsUP7972SD DISC BRAKE PADSEA74Ultra Premium Severe53.93$ 53.93$ 528 UP NAPA ULTRA PREMNAPA Vehicle Brake PartsRA880110 BRAKE ROTOR‐PERFORMANEA408Reactive One‐Hi‐Perfo 72.68$ 72.68$ 529 UP NAPA ULTRA PREMNAPA Vehicle Brake PartsRA880129 BRAKE ROTOR‐PERFORMANEA288Reactive One‐Hi‐Perfo 56.24$ 56.24$ 530 WIP NAPA WINDSHIELDNAPA Wiper Blades601870 H DUTY WIPER BLADEEA32 NAPA HD Truck 4.78$ 4.78$ 531 WIP NAPA WINDSHIELDNAPA Wiper Blades602050 BLADEEA262 NAPA HD Truck 3.35$ 3.35$ 532 WIP NAPA WINDSHIELDNAPA Wiper Blades602070 BLADEEA22 NAPA HD Truck 5.74$ 5.74$ 533 WIP NAPA WINDSHIELDNAPA Wiper Blades60022PP ACCUFIT BEAMEA2614 NAPA OE Style 9.57$ 9.57$ 534 NOS NAPA OIL SEALSNAPA Oil Seals47691 DRIVE AXLE SEALEA225 ScotSeal 32.99$ 32.99$ 535 1CH CHRYSLEROE Misc. Vehicle Repair Parts5189966AB mopar trans fluidEA6120 Genuine Mopar Fluid 10.65$ 10.65$ 536 1FD FORDOE Misc. Vehicle Repair PartsAC3Z2200B Brake PadsPair11 Ford Motor Company39.98$ 39.98$ 537 1FD FORDOE Misc. Vehicle Repair PartsBC3Z2001E Brake PadsPair11 Ford Motor Company39.98$ 39.98$ 538 1FD FORDOE Misc. Vehicle Repair Parts5C3Z9F452ARM egr valveEA61 Ford Motor Company125.52$ 125.52$ 539 1FD FORDOE Misc. Vehicle Repair Parts5C7Z2005B BOOSTER ASSYEA31 Ford Motor Company247.91$ 247.91$ 540 1FD FORDOE Misc. Vehicle Repair Parts5W7Z2C219AB CONTROLEA31 Ford Motor Company536.66$ 536.66$ 541 1FD FORDOE Misc. Vehicle Repair Parts6F2Z1A189A SENSOREA121 Ford Motor Company53.56$ 53.56$ 542 1FD FORDOE Misc. Vehicle Repair Parts6W1Z8B658AC RELAYEA101 Ford Motor Company97.74$ 97.74$ 543 1FD FORDOE Misc. Vehicle Repair Parts6W7Z19D734AA TUBE ASYEA71 Ford Motor Company87.25$ 87.25$ DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Item No.Product Line Line Description Product Type Product CategoryPart Number (for cross referencing purpose only)Required Part's Descriptionor EqualUoMQuantity Issued in FY 2013-2014Required Minimum Stocking QuantityManufacturer/Brand NameManufacturer's Price City's Unit Price544 1FD FORDOE Misc. Vehicle Repair Parts7W7Z1007CCP WHEEL RIMEA51 Ford Motor Company89.75$ 89.75$ 545 1FD FORDOE Misc. Vehicle Repair Parts8W1Z8C607C FAN ASY. COOLINGEA101 Ford Motor Company159.01$ 159.01$ 546 1FD FORDOE Misc. Vehicle Repair Parts4C4Z1001DB GASKETEA7416 Ford Motor Company2.19$ 2.19$ 547 1GM General MotorsOE Misc. Vehicle Repair Parts20828610 REAR BRAKE PADSEA12 General Motors 81.40$ 81.40$ 548 1GM General MotorsOE Misc. Vehicle Repair Parts25938524 BAREA33 General Motors 326.70$ 326.70$ 549 1GM General MotorsOE Misc. Vehicle Repair PartsZX3030 R134EA23222 General Motors 6.50$ 6.50$ 550 1GM General MotorsOE Misc. Vehicle Repair Parts19293000 Dexos Engine OilEA1,360195 General Motors 3.45$ 3.45$ 551 2CA caterpillerOE HD Vehicle Repair Parts2J3506 NUTEA31012 Caterpillar 1.66$ 1.66$ 552 2CA caterpillerOE HD Vehicle Repair Parts2085235 Dirt ToothEA5915 Caterpillar 26.68$ 26.68$ 553 2CA caterpillerOE HD Vehicle Repair Parts2011239 RetainerEA7119 Caterpillar 6.41$ 6.41$ 554 2CA caterpillerOE HD Vehicle Repair Parts2011238 Tooth PinEA6525 Caterpillar 3.85$ 3.85$ 555 2CA caterpillerOE HD Vehicle Repair Parts001500 OIL SAMPLE KITEA32456 Caterpillar 12.50$ 12.50$ 556 2CA caterpillerOE HD Vehicle Repair Parts2388648 cat anti freezeEA53589 Caterpillar 10.41$ 10.41$ 557 2CA caterpillerOE HD Vehicle Repair Parts1641354 Window SealEA148150 Caterpillar 0.59$ 0.59$ 558 2DD DETROIT CAT CUMOE HD Vehicle Repair PartsA0000904251 Fuel Filter KitEA22 Detroit Diesel 68.09$ 68.09$ 559 2DD DETROIT CAT CUMOE HD Vehicle Repair Parts27101 TRANSYND 55EA1,725917 Detroit Diesel 8.14$ 8.14$ 560 2MN McneilusOE Solid Waste/ Refuse9520643604 BELT, SINGLE TINEEA41 Mcneilus 43.12$ 43.12$ 561 2MN McneilusOE Solid Waste/ Refuse1108669A LOWER ARMEA123 Mcneilus 116.56$ 116.56$ 562 2MN McneilusOE Solid Waste/ Refuse9520643601 BELT, DBL. TINEEA83 Mcneilus 48.43$ 48.43$ 563 2MN McneilusOE Solid Waste/ Refuse9050602035 PAD, ARM BUMPEREA744 Mcneilus 8.79$ 8.79$ 564 2MN McneilusOE Solid Waste/ RefuseM3173 ARM PADEA34 Mcneilus 15.88$ 15.88$ 565 2MN McneilusOE Solid Waste/ Refuse1373127 PROXY SWITCHEA316 Mcneilus 31.85$ 31.85$ 566 2PB BUTTON KITOE Solid Waste/ RefuseKEIKJ340LI ALT. Fire TruckEA21 Peterbilt 749.00$ 749.00$ 567 4JD JD GREENOE Turf‐ MowingTCU51118 bladesEA14749 John Deere 21.52$ 21.52$ 568 4ST STIHLOE Lawn Equipment07813198014 2 cyl OilEA354102 Pacific STIHL Oil 1.42$ 1.42$ 569 GAT GATES HYDRAULICOE Hydraulic Hose / ComponentsG252301616 HYD HOSE FITTINGSEA162 Gates Fittings 18.85$ 18.85$ 570 GAT GATES HYDRAULICOE Hydraulic Hose / ComponentsG251700808 HYD HOSE FITTINGSEA174 Gates Fittings 4.43$ 4.43$ 571 GAT GATES HYDRAULICOE Hydraulic Hose / ComponentsG251701616 HYD HOSE FITTINGSEA334 Gates Fittings 15.83$ 15.83$ 572 GAT GATES HYDRAULICOE Hydraulic Hose / ComponentsG251790810 HYD HOSE FITTINGSEA114 Gates Fittings 14.26$ 14.26$ 573 GAT GATES HYDRAULICOE Hydraulic Hose / ComponentsG251700404 HYD HOSE FITTINGSEA555 Gates Fittings 3.33$ 3.33$ 574 GAT GATES HYDRAULICOE Hydraulic Hose / ComponentsG251700406 HYD HOSE FITTINGSEA135 Gates Fittings 4.05$ 4.05$ 575 GAT GATES HYDRAULICOE Hydraulic Hose / ComponentsG251700608 HYD HOSE FITTINGSEA125 Gates Fittings 4.43$ 4.43$ 576 GAT GATES HYDRAULICOE Hydraulic Hose / ComponentsG251701212 HYD HOSE FITTINGSEA195 Gates Fittings 8.52$ 8.52$ 577 GAT GATES HYDRAULICOE Hydraulic Hose / ComponentsG251700810 HYD HOSE FITTINGSEA247 Gates Fittings 5.70$ 5.70$ 578 GAT GATES HYDRAULICOE Hydraulic Hose / ComponentsG252300808 HYD HOSE FITTINGSEA147 Gates Fittings 6.11$ 6.11$ 579 GAT GATES HYDRAULICOE Hydraulic Hose / ComponentsG252300606 HYD HOSE FITTINGEA154 Gates Fittings 4.63$ 4.63$ 580 GAT GATES HYDRAULICOE Hydraulic Hose / Components70392 HYDRAULIC HOSEEA22656 Gates Fittings 3.95$ 3.95$ 581 GAT GATES HYDRAULICOE Hydraulic Hose / Components70390 HYDRAULIC HOSEEA28563 Gates Fittings 2.32$ 2.32$ 582 GAT GATES HYDRAULICOE Hydraulic Hose / Components70391 HYDRAULIC HOSEEA21874 Gates Fittings 2.70$ 2.70$ 583 GAT GATES HYDRAULICOE Hydraulic Hose / ComponentsH3000204 AIR BRAKE HOSEEA42106 Gates Fittings 0.24$ 0.24$ 584 GAT GATES HYDRAULICOE Hydraulic Hose / ComponentsH3000206 AIR BRAKE HOSEEA21143 Gates Fittings 0.48$ 0.48$ 585 GAT GATES HYDRAULICOE Hydraulic Hose / Components70395 HYDRAULIC HOSEEA193208 Gates Fittings 6.60$ 6.60$ 586 GAT GATES HYDRAULICOE Hydraulic Hose / Components70394 HYDRAULIC HOSEEA109216 Gates Fittings 5.10$ 5.10$ 587 MBI MIDLANDOE HD Vehicle Brake Parts109493X AD IP DRYER CART Refuse Truck)EA33ndix Automotive/Midl 45.08$ 45.08$ 588 SAS SAS SAFETY PRODOE Safety‐ PPE6608 GLOVEEA8111SAS Safety Corporation8.70$ 8.70$ 589 SAS SAS SAFETY PRODOE Safety‐ PPE6604 GLOVEEA17822SAS Safety Corporation11.61$ 11.61$ 590 SCC SECURITY CHAINOE Load Binding/ ChainsZ575 Z‐CHAIN CABLESEA162ecurity Chain Compan83.20$ 83.20$ 591 SCC SECURITY CHAINOE Load Binding/ ChainsSZ447 CABLESEA53ecurity Chain Compan87.51$ 87.51$ 592 TIR TIRESOE TiresM42653 11R11.5 RecapEA825 Michelin 191.58$ 191.58$ 593 TIR TIRESOE Tires1501246 23555R17EA1067 Michelin 112.27$ 112.27$ 594 TIR TIRESOE Tires1501978 265‐60R17EA7312 Michelin 129.28$ 129.28$ 595 TIR TIRESOE TiresM00691 225‐70R195EA8213 Michelin 301.62$ 301.62$ 596 TIR TIRESOE TiresM77510M Steer TireEA8324 Michelin 499.21$ 499.21$ 597 TIR TIRESOE TiresM92104 31580R225 CAPEA36263 Michelin 269.00$ 269.00$ 598 TWD TRACTION DISTRIOE HD Vehicle Repair PartsBEN5013257 SB‐7KIT SPARESPair52 Bendix 193.49$ 193.49$ 599 TWD TRACTION DISTRIOE HD Vehicle Repair Parts051U936N HD BRAKE SHOE KITSEA107 Rockwell Meritor 53.02$ 53.02$ DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Item No.Product Line Line Description Product Type Product CategoryPart Number (for cross referencing purpose only)Required Part's Descriptionor EqualUoMQuantity Issued in FY 2013-2014Required Minimum Stocking QuantityManufacturer/Brand NameManufacturer's Price City's Unit Price600 TWD TRACTION DISTRIOE HD Vehicle Repair Parts077U936N HD BRAKE SHOE KITSPair319HD Plus Ceramics 57.11$ 57.11$ 601 TWD TRACTION DISTRIOE HD Vehicle Repair PartsR955205 Air Dryer (Fire)EA11 Meritor Wabco 339.64$ 339.64$ 602 TWD TRACTION DISTRIOE HD Vehicle Repair Parts3796X BRAKE DRUMEA102 Gunite 249.78$ 249.78$ 603 TWD TRACTION DISTRIOE HD Vehicle Repair PartsR950013 MERITOREA12 Meritor 44.77$ 44.77$ 604 TWD TRACTION DISTRIOE HD Vehicle Repair Parts3576 BRAKE DRUMEA43 Gunite 129.72$ 129.72$ 605 TWD TRACTION DISTRIOE HD Vehicle Repair Parts086U936N 4725ES2 SHOE KIT WITHEA64HD Plus Ceramics 64.18$ 64.18$ 606 TWD TRACTION DISTRIOE HD Vehicle Repair Parts64179037 HMX BOLSTER SPRING KTEA224 Hendrickson 168.96$ 168.96$ 607 TWD TRACTION DISTRIOE HD Vehicle Repair PartsHD3030 CHAMBEREA184HD Plus Ceramics 32.45$ 32.45$ 608 TWD TRACTION DISTRIOE HD Vehicle Repair PartsX60794 DRUMEA454HD Plus Ceramics 73.35$ 73.35$ 609 TWD TRACTION DISTRIOE HD Vehicle Repair Parts087U936N 4726ES2 SHOE KIT WITHEA306HD Plus Ceramics 69.32$ 69.32$ 610 TWD TRACTION DISTRIOE HD Vehicle Repair Parts3687X BRAKE DRUMEA66 Gunite 139.11$ 139.11$ 611 TWD TRACTION DISTRIOE HD Vehicle Repair Parts8235075 MUD FLAPEA576 Koneta Rubber 7.03$ 7.03$ 612 TWD TRACTION DISTRIOE HD Vehicle Repair Parts3807AX BRAKE DRUMEA329 Gunite 191.04$ 191.04$ 613 1WL WHELENSpcialty LightingM4J Red/ Blue SplitEA546 WHELEN 137.40$ 137.40$ 614Meritor OEMKIT15625PM Brake Pads ( Fire) Pair0 1 Meritor 212.24$ 212.24$ 615DaDee Manufacturing OEM00392410171 arm proxity harness (Refuse Truck) EA01DaDee Manufacturing39.44$ 39.44$ 616McNeilus OEM1108667ASINGLE ARM ( Refuse Truck) EA0 1 McNeilus 144.97$ 144.97$ 6171051 Oil Filter EA0 1 Wix/NAPA Gold 4.28$ 4.28$ 6181374 Oil Filter EA0 1 Wix/NAPA Gold 2.98$ 2.98$ 6191664 Hydraulic Filter EA0 1 Wix/NAPA Gold 4.83$ 4.83$ 6201817 Hydraulic Filter EA0 1 Wix/NAPA Gold 25.50$ 25.50$ 6212096 Air Filter EA0 1 Wix/NAPA Gold 5.46$ 5.46$ 6222362 Air Filter EA0 1 Wix/NAPA Gold 3.56$ 3.56$ 6233049 Fuel Filter EA0 1 Wix/NAPA Gold 1.39$ 1.39$ 6243357 Filter EA0 1 Wix/NAPA Gold 5.47$ 5.47$ 6253583 Fuel Filter EA0 1 Wix/NAPA Gold 8.07$ 8.07$ 6263615 Fuel Filter EA0 1 Wix/NAPA Gold 35.20$ 35.20$ 6273744 Fuel Filter EA0 1 Wix/NAPA Gold 18.83$ 18.83$ 6284875 Cabin Air Filter EA0 1 Wix/NAPA Gold 6.14$ 6.14$ 6296077 Air Filter EA0 1 Wix/NAPA Gold 4.11$ 4.11$ 6306389 Air Filter EA0 1 Wix/NAPA Gold 15.78$ 15.78$ 6316411 Air Filter EA0 1 Wix/NAPA Gold 34.03$ 34.03$ 6326571 Cabin Air Filter EA0 1 Wix/NAPA Gold 14.13$ 14.13$ 6336591 Air Filter EA0 1 Wix/NAPA Gold 41.37$ 41.37$ 6346619 Air Filter EA0 1 Wix/NAPA Gold 20.89$ 20.89$ 6356837 Air Filter EA0 1 Wix/NAPA Gold 26.37$ 26.37$ 6367060 Oil Filter EA0 1 Wix/NAPA Gold 1.67$ 1.67$ 6377184 Hydraulic Filter EA0 1 Wix/NAPA Gold 16.18$ 16.18$ 638Wix Oil Filter7214 Oil Filter EA0 1 Wix/NAPA Gold 7.46$ 7.46$ 6398448 BATTERY EA0 1 Wix/NAPA Gold 77.51$ 77.51$ 6409187 Air Filter EA0 1 Wix/NAPA Gold 8.17$ 8.17$ 6419276 Air Filter EA0 1 Wix/NAPA Gold 15.11$ 15.11$ 6429455 Cabin Air Filter EA0 1 Wix/NAPA Gold 13.90$ 13.90$ 6439710 Air Filter EA0 1 Wix/NAPA Gold 16.68$ 16.68$ 6449711 Air Filter EA0 1 Wix/NAPA Gold 28.39$ 28.39$ 6459902 Air Filter EA0 1 Wix/NAPA Gold 13.75$ 13.75$ 6469912 Air Filter EA0 1 Wix/NAPA Gold 17.78$ 17.78$ 647W01AG322 Filter EA01Hydraulic Filtersationa80.00$ 80.00$ 64800372422833 arm dump harness (Refuse Truck) EA0 2 42.08$ 42.08$ 6491163 Transmission Filter EA0 2 Wix/NAPA Gold 5.50$ 5.50$ 6501195 Oil Filter EA0 2 Wix/NAPA Gold 8.35$ 8.35$ 65129548988 Transmission Filter Kit EA02DaDee Manufacturing51.88$ 51.88$ 652Meritor OEM3218A1145 ROTOR ( Fire) EA0 2 ArvinMeritor 498.59$ 498.59$ 6533645 Fuel Filter EA0 2 Wix/NAPA Gold 26.23$ 26.23$ 6543695 Fuel Filter EA0 2 Wix/NAPA Gold 9.15$ 9.15$ 655400007 Oil Filter EA0 2 Wix/NAPA Gold 13.47$ 13.47$ DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Item No.Product Line Line Description Product Type Product CategoryPart Number (for cross referencing purpose only)Required Part's Descriptionor EqualUoMQuantity Issued in FY 2013-2014Required Minimum Stocking QuantityManufacturer/Brand NameManufacturer's Price City's Unit Price656500014 Air Filter EA0 2 Wix/NAPA Gold 36.70$ 36.70$ 6576850 Air Filter EA0 2 Wix/NAPA Gold 54.97$ 54.97$ 6587244 Hydraulic Filter EA0 2 Wix/NAPA Gold 33.02$ 33.02$ 6597299 Oil Filter EA0 2 Wix/NAPA Gold 23.68$ 23.68$ 6609083 Cabin Air Filter EA0 2 Wix/NAPA Gold 25.71$ 25.71$ 66125‐9635BELT ( Fire) EA0 3 Gates Corporation 11.48$ 11.48$ 6627527 BATTERY EA0 3 Exide/East Penn 68.63$ 68.63$ 663DaDee Manufacturing OEM31232299ROTARY SENSOR (Refuse Truck ) EA06DaDee Manufacturing110.31$ 110.31$ 664McNeilus OEM1108668AUPPER ARM ( Refuse Truck ) EA0 9 McNeilus 116.56$ 116.56$ TOTAL70,882 12,617 19,826.29$ 19,826.29$ DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
RFP 5641 Pricing Sheet for Fleet Vehicle and Equipment Parts Support Services
SECTION A ‐ PAST NON‐STOCK PURCHASE PRICING
Item NON-STOCK - Vendor
Third Party Pricing to
Respondent
(Supplier Cost)
% above Lowest
Landed Cost
(City's Cost)
665 Akron Brass Lowest Landed Cost 0.0%
666 Alamo Industria Lowest Landed Cost 0.0%
667 ALLIANCE Lowest Landed Cost 0.0%
668 Altec Industrie Lowest Landed Cost 0.0%
669 ATLAS COPCO Lowest Landed Cost 0.0%
670 AUTO PART STORE Lowest Landed Cost 0.0%
671 Bandit Chipper Lowest Landed Cost 0.0%
672 Batteries Lowest Landed Cost 0.0%
673 BOBCAT Lowest Landed Cost 0.0%
674 BROCE Lowest Landed Cost 0.0%
675 BUTTON KIT Lowest Landed Cost 0.0%
676 Case equipment Lowest Landed Cost 0.0%
677 caterpiller Lowest Landed Cost 0.0%
678 CHELESA PTO Lowest Landed Cost 0.0%
679 CHRYSLER Lowest Landed Cost 0.0%
680 CLASS ONE Lowest Landed Cost 0.0%
681 CONSTRUCTION Lowest Landed Cost 0.0%
682 Cummins Lowest Landed Cost 0.0%
683 DADEE MFG Lowest Landed Cost 0.0%
684 DETROIT CAT CUM Lowest Landed Cost 0.0%
685 DIAL LUBRICANTS Lowest Landed Cost 0.0%
686 DITCH WITCH Lowest Landed Cost 0.0%
687 DOOSAN Lowest Landed Cost 0.0%
688 Emergency‐ Law Lowest Landed Cost 0.0%
689 EONE FIRE TRUCK Lowest Landed Cost 0.0%
690 FEDERAL SIGNAL Lowest Landed Cost 0.0%
691 FORD Lowest Landed Cost 0.0%
692 FRAZER Lowest Landed Cost 0.0%
693 FREIGHTLINER Lowest Landed Cost 0.0%
694 GATES AUTOMOTIV Lowest Landed Cost 0.0%
695 General Motors Lowest Landed Cost 0.0%
696 GRADALL Lowest Landed Cost 0.0%
697 GRAINGER Lowest Landed Cost 0.0%
698 GRASSHOPPER Lowest Landed Cost 0.0%
The respondent shall complete the following section, which directly corresponds to the specifications.
The contractor shall not make changes to this format.
The City has historically purchased parts from the below listed suppliers. In the previous 12 months,
there were in excess of 4,000 parts issued that carried a value of 1.8 millon dollars. The awarded
contractor is expected to obtain preferential pricing on behalf of the City, and provide a "lowest landed
cost". The awarded contractor shall provide a percentage above the lowest landed cost, or indicate
that these parts will be sold to the City at the supplier's cost.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Item NON-STOCK - Vendor
Third Party Pricing to
Respondent
(Supplier Cost)
% above Lowest
Landed Cost
(City's Cost)
699 GROVE CRANE Lowest Landed Cost 0.0%
700 HALE Lowest Landed Cost 0.0%
701 HARDWARE Lowest Landed Cost 0.0%
702 HAVIS Lowest Landed Cost 0.0%
703 HEATING & COOLI Lowest Landed Cost 0.0%
704 heavy duty part Lowest Landed Cost 0.0%
705 HEIL Lowest Landed Cost 0.0%
706 HUSQVARNA Lowest Landed Cost 0.0%
707 HYDRAULICS Lowest Landed Cost 0.0%
708 INLAND TRK PART Lowest Landed Cost 0.0%
709 INTERSTATE TRAILER Lowest Landed Cost 0.0%
710 ISUZU Lowest Landed Cost 0.0%
711 J DEERE YELLOW Lowest Landed Cost 0.0%
712 JCB‐VIBROMAX Lowest Landed Cost 0.0%
713 JD GREEN Lowest Landed Cost 0.0%
714 Jotto Desk Lowest Landed Cost 0.0%
715 Kawasaki Lowest Landed Cost 0.0%
716 KENWORTH TRUCKS Lowest Landed Cost 0.0%
717 KNAPHEIDE EQUIP Lowest Landed Cost 0.0%
718 Kohler Engine Lowest Landed Cost 0.0%
719 KOMATSU Lowest Landed Cost 0.0%
720 Kubota parts Lowest Landed Cost 0.0%
721 KUSSMAUL Lowest Landed Cost 0.0%
722 L3 Moble Vision Lowest Landed Cost 0.0%
723 Labrie / Wittke Lowest Landed Cost 0.0%
724 LUBERFINER Lowest Landed Cost 0.0%
725 Mack Lowest Landed Cost 0.0%
726 Mcneilus Lowest Landed Cost 0.0%
727 MOTION INDUST Lowest Landed Cost 0.0%
728 Mountain Tarp Lowest Landed Cost 0.0%
729 NAVISTAR Lowest Landed Cost 0.0%
730 Niehoff Lowest Landed Cost 0.0%
731 Onan generator Lowest Landed Cost 0.0%
732 OX Bodis Lowest Landed Cost 0.0%
733 PERKINS Lowest Landed Cost 0.0%
734 Pierce Fire Tru Lowest Landed Cost 0.0%
735 Pioneer Tarp Lowest Landed Cost 0.0%
736 POLARIS Lowest Landed Cost 0.0%
737 PROGARD Lowest Landed Cost 0.0%
738 PROTECTASEAL Lowest Landed Cost 0.0%
739 PULL TARPS Lowest Landed Cost 0.0%
740 RHINO EQUIP Lowest Landed Cost 0.0%
741 SEWER EQUIP Lowest Landed Cost 0.0%
742 STERLING Lowest Landed Cost 0.0%
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Item NON-STOCK - Vendor
Third Party Pricing to
Respondent
(Supplier Cost)
% above Lowest
Landed Cost
(City's Cost)
743 STIHL Lowest Landed Cost 0.0%
744 Streamlight Lowest Landed Cost 0.0%
745 SUPPLY COMPANY Lowest Landed Cost 0.0%
746 TEREX ‐ UTILITI Lowest Landed Cost 0.0%
747 Tiger Machinery Lowest Landed Cost 0.0%
748 Tiger Mower Lowest Landed Cost 0.0%
749 TOOL/ EQUIPMENT Lowest Landed Cost 0.0%
750 TORO Lowest Landed Cost 0.0%
751 TRAILERS Lowest Landed Cost 0.0%
752 Tymco Lowest Landed Cost 0.0%
753 Vermeer Lowest Landed Cost 0.0%
754 VOLVO PARTS Lowest Landed Cost 0.0%
755 WACKER PACKER Lowest Landed Cost 0.0%
756 Warren Inc.Lowest Landed Cost 0.0%
757 WATEROUS Lowest Landed Cost 0.0%
758 welding supplie Lowest Landed Cost 0.0%
759 WHELEN Lowest Landed Cost 0.0%
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
RFP 5641 Pricing Sheet for Fleet Vehicle and Equipment Parts Support Services
SECTION B ‐ OPERATIONAL EXPENSES PRICING
ITEM
Approximate
Hours per
Billing Period
Hourly Rate of
Pay
Total Cost to be
Billed to City per
Billing Period
Staffing and Support Expenses:
760 Gross Pay for Store Manager 173 $ $4,964.87
761 $1,878.00
762 Gross Pay for Counter Person No. 1 173 $ $3,706.20
763 $1,442.34
764 Gross Pay for Counter Person No. 2 173 $15.73 $2,726.53
765 $1,136.00
766 Gross Pay for Delivery Driver 87 $11.48 $1,002.59
767 $402.53
768 TOTAL PERSONNEL EXPENSES $0.00 $17,259.00
769 Third Party Tire Replacement and Repair Handling Fee $250.00
770 Insurance for Delivery Vehicle $0.00
771 Vehicle Expense ‐ Fuel and Maintenance $58.00
772 Monthly Depreciation of Vehicles, including annual registration/inspection $0.00
773 Monthly Depreciation of Stockroom Refurbishment Costs and/or Equipment $0.00
774 Monthy Depreciation of Software/Integration Costs $0.00
775 Freight and Postage $0.00
776 Insurance: General liability Insurance, Liability for Assets, Inventory Property $1,277.00
777 Office Supplies $81.71
778 Inventory Losses: Restocking Fees, Theft, etc.$0.00
779 Communications: Cellular Phones (for business use only), WAN access fees $276.00
780 Computers (Lease or depreciation) and Software Support fees $687.00
TOTAL MISCELLANEOUS EXPENSES $2,629.71
TOTAL OPERATING EXPENSES $19,888.71
Delivery Driver Employee Benefits: Insurance, FICA, UCI, Healthcare, Worker's
Compensation, etc.
The respondent shall complete the following section, which directly corresponds to the specifications. The
contractor shall not make changes to this format.
Description
Store Manager Employee Benefits: Insurance, FICA, UCI, Healthcare, Worker's
Compensation, etc.
Counter Person No. 1 Employee Benefits: Insurance, FICA, UCI, Healthcare, Worker's
Compensation, etc.
Counter Person No. 2 Employee Benefits: Insurance, FICA, UCI, Healthcare, Worker's
Compensation, etc.
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Contract # 5641 – Service Agreement Page 76 of 76
Contract #5641
Exhibit I
Sample Reports
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Store ID Part Number Part Description Line Billed Unit Price min_stk max_stk Total Sales46901112 RED ABRAS STIKIT DISC MMM 1,000 0.30 25 50 300.0047101112 RED ABRAS STIKIT DISC MMM 1,000 0.30 25 50 300.00201112 Count246607447 SAND PAD MMM 734 0.97 40 40 701.3846807447 SAND PAD MMM 734 0.97 40 40 701.3847107447 SAND PAD MMM 734 0.97 40 40 701.3848007447 SAND PAD MMM 734 0.97 40 40 701.38407447 Count446607481 2 DISC MMM 671 1.09 5 25 701.8046807481 2 DISC MMM 671 1.09 5 25 701.8047107481 2 DISC MMM 671 1.09 5 25 701.8048007481 2 DISC MMM 671 1.09 5 25 701.80407481 Count446908880 BRK/CLNR MMM 4,524 2.93 5 15 13,310.7047108880 BRK/CLNR MMM 4,524 2.93 5 15 13,310.70208880 Count2469091314 BRAKLEEN CRC 1,409 2.69 0 0 3,945.57471091314 BRAKLEEN CRC 1,409 2.69 0 0 3,945.572091314 Count246610032 LUBRCANT WD 610 5.31 0 0 3,273.9146810032 LUBRCANT WD 610 5.31 0 0 3,273.9147110032 LUBRCANT WD 610 5.31 0 0 3,273.91310032 Count346911382 R134A 30LB FREON WITH 9IP 6,074 3.35 0 0 20,347.9047111382 R134A 30LB FREON WITH 9IP 6,074 3.35 0 0 20,347.90211382 Count246611R225 11R22.5 HANKOOK TIR 765 311.46 0 0 239,444.5447111R225 11R22.5 HANKOOK TIR 765 311.46 0 0 239,444.5448011R225 11R22.5 HANKOOK TIR 765 311.46 0 0 239,444.54311R225 Count34691485353 SEAL, GLASS 2CA 1,400 0.33 0 0 462.004711485353 SEAL, GLASS 2CA 1,400 0.33 0 0 462.0021485353 Count246915520 PAINT STRAINERS MS 4,000 0.16 1000 1000 640.0047115520 PAINT STRAINERS MS 4,000 0.16 1000 1000 640.00215520 Count246915W40 MOBIL DELVAC ELITE 15 6MB 7,156 3.25 50 250 23,250.5647115W40 MOBIL DELVAC ELITE 15 6MB 7,156 3.25 50 250 23,250.56215W40 Count246919293000 Dexos Engine Oil 1GM 1,518 3.83 24 24 5,936.8547119293000 Dexos Engine Oil 1GM 1,518 3.83 24 24 5,936.85219293000 Count2469194 BULB LMP 928 0.22 0 0 281.64471194 BULB LMP 928 0.22 0 0 281.64Sample & ConfidentialSAMPLE TOP 100 PARTS REPORTDocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
Exhibit
CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ
For vendor or other person doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as
defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after
the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a
misdemeanor.
1 Name of vendor who has a business relationship with local governmental entity.
2
Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business
day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)
3 Name of local government officer about whom the information in this section is being disclosed.
Name of Officer
This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship
as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer
named in this section AND the taxable income is not received from the local governmental entity?
Yes No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an
officer or director, or holds an ownership of one percent or more?
Yes No
D. Describe each employment or business and family relationship with the local government officer named in this section.
4
I have no Conflict of Interest to disclose.
5
Signature of vendor doing business with the governmental entity Date
DocuSign Envelope ID: 0C699D04-68A7-4E48-A03C-6E9E4E176D42
G
X
6/13/2016
Genuine parts company
X
X
Stu Kambury
X
Certificate Of Completion
Envelope Id: 0C699D0468A74E48A03C6E9E4E176D42 Status: Completed
Subject: City Council Docusign Item - RFP 5641
Source Envelope:
Document Pages: 106 Signatures: 9 Envelope Originator:
Certificate Pages: 6 Initials: 1 Cindy Alonzo
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-08:00) Pacific Time (US & Canada)
Cynthia.Alonzo@cityofdenton.com
IP Address: 129.120.6.150
Record Tracking
Status: Original
6/13/2016 12:00:53 PM
Holder: Cindy Alonzo
Cynthia.Alonzo@cityofdenton.com
Location: DocuSign
Signer Events Signature Timestamp
Cindy Alonzo
cynthia.alonzo@cityofdenton.com
Buyer
City of Denton
Security Level: Email, Account Authentication
(Optional)
Completed
Using IP Address: 129.120.6.150
Sent: 6/13/2016 12:22:05 PM
Viewed: 6/13/2016 12:22:20 PM
Signed: 6/13/2016 12:24:23 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Stu Kambury
Stu_kambury@genpt.com
Division VP
Genuine parts company
Security Level: Email, Account Authentication
(Optional)
Using IP Address: 199.96.225.189
Sent: 6/13/2016 12:24:27 PM
Viewed: 6/13/2016 12:42:06 PM
Signed: 6/13/2016 12:43:46 PM
Electronic Record and Signature Disclosure:
Accepted: 1/28/2016 11:33:02 AM
ID: d5afb591-797f-4f83-a648-f9226af3fff8
John Knight
john.knight@cityofdenton.com
Deputy City Attorney
City of Denton
Security Level: Email, Account Authentication
(Optional)
Using IP Address: 129.120.6.150
Sent: 6/13/2016 12:43:53 PM
Viewed: 6/13/2016 2:03:06 PM
Signed: 6/13/2016 2:03:27 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Julia Winkley
julia.winkley@cityofdenton.com
Contracts Administration Supervisor
City of Denton
Security Level: Email, Account Authentication
(Optional)
Completed
Using IP Address: 129.120.6.150
Sent: 6/13/2016 2:03:30 PM
Viewed: 6/14/2016 5:37:30 AM
Signed: 6/22/2016 7:11:35 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Signer Events Signature Timestamp
George C. Campbell
george.campbell@cityofdenton.com
City Manager
City of Denton
Security Level: Email, Account Authentication
(Optional)
Using IP Address: 129.120.6.150
Sent: 6/22/2016 7:11:41 AM
Viewed: 6/22/2016 1:51:54 PM
Signed: 6/22/2016 1:52:16 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Jennifer Walters
jennifer.walters@cityofdenton.com
City Secretary
City of Denton
Security Level: Email, Account Authentication
(Optional)
Using IP Address: 129.120.6.150
Sent: 6/22/2016 1:52:21 PM
Viewed: 6/23/2016 7:06:07 AM
Signed: 6/23/2016 7:06:19 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Carbon Copy Events Status Timestamp
Michael Davis
michael_davis@genpt.com
Security Level: Email, Account Authentication
(Optional)
Sent: 6/13/2016 12:24:27 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Julia Winkley
julia.winkley@cityofdenton.com
Contracts Administration Supervisor
City of Denton
Security Level: Email, Account Authentication
(Optional)
Sent: 6/13/2016 12:43:51 PM
Viewed: 6/13/2016 12:53:14 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Sherri Thurman
sherri.thurman@cityofdenton.com
Security Level: Email, Account Authentication
(Optional)
Sent: 6/13/2016 12:43:51 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Jane Richardson
jane.richardson@cityofdenton.com
Security Level: Email, Account Authentication
(Optional)
Sent: 6/22/2016 7:11:39 AM
Viewed: 6/22/2016 7:13:05 AM
Carbon Copy Events Status Timestamp
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Robin Fox
Robin.fox@cityofdenton.com
Security Level: Email, Account Authentication
(Optional)
Sent: 6/22/2016 7:11:39 AM
Electronic Record and Signature Disclosure:
Accepted: 10/9/2015 11:39:51 AM
ID: 04463961-03db-4c4d-9228-d660d6146ed6
Jennifer Bridges
jennifer.bridges@cityofdenton.com
Procurement Assistant
City of Denton
Security Level: Email, Account Authentication
(Optional)
Sent: 6/23/2016 7:06:24 AM
Viewed: 6/23/2016 10:41:15 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Jane Richardson
jane.richardson@cityofdenton.com
Security Level: Email, Account Authentication
(Optional)
Sent: 6/23/2016 7:06:25 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Terry Kader
Terry.Kader@cityofdenton.com
Security Level: Email, Account Authentication
(Optional)
Sent: 6/23/2016 7:06:27 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Notary Events Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 6/23/2016 7:06:27 AM
Certified Delivered Security Checked 6/23/2016 7:06:27 AM
Signing Complete Security Checked 6/23/2016 7:06:27 AM
Completed Security Checked 6/23/2016 7:06:27 AM
Electronic Record and Signature Disclosure
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
From time to time, City of Denton (we, us or Company) may be required by law to provide to
you certain written notices or disclosures. Described below are the terms and conditions for
providing to you such notices and disclosures electronically through your DocuSign, Inc.
(DocuSign) Express user account. Please read the information below carefully and thoroughly,
and if you can access this information electronically to your satisfaction and agree to these terms
and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of
this document.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available
electronically to you by us. For such copies, as long as you are an authorized user of the
DocuSign system you will have the ability to download and print any documents we send to you
through your DocuSign user account for a limited period of time (usually 30 days) after such
documents are first sent to you. After such time, if you wish for us to send you paper copies of
any such documents from our office to you, you will be charged a $0.00 per-page fee. You may
request delivery of such paper copies from us by following the procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time
change your mind and tell us that thereafter you want to receive required notices and disclosures
only in paper format. How you must inform us of your decision to receive future notices and
disclosure in paper format and withdraw your consent to receive notices and disclosures
electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed at which we can complete certain steps in transactions with you and delivering services to
you because we will need first to send the required notices or disclosures to you in paper format,
and then wait until we receive back from you your acknowledgment of your receipt of such
paper notices or disclosures. To indicate to us that you are changing your mind, you must
withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your
DocuSign account. This will indicate to us that you have withdrawn your consent to receive
required notices and disclosures electronically from us and you will no longer be able to use your
DocuSign Express user account to receive required notices and consents electronically from us
or to sign electronically documents from us.
All notices and disclosures will be sent to you electronically
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through your DocuSign user account all required notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided or
made available to you during the course of our relationship with you. To reduce the chance of
you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
Electronic Record and Signature Disclosure created on: 4/20/2015 2:25:38 PM
Parties agreed to: Stu Kambury, Robin Fox
How to contact City of Denton:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To contact us by email send messages to: kevin.gunn@cityofdenton.com
To advise City of Denton of your new e-mail address
To let us know of a change in your e-mail address where we should send notices and disclosures
electronically to you, you must send an email message to us at kevin.gunn@cityofdenton.com
and in the body of such request you must state: your previous e-mail address, your new e-mail
address. We do not require any other information from you to change your email address..
In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected
in your DocuSign account by following the process for changing e-mail in DocuSign.
To request paper copies from City of Denton
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an e-mail to kevin.gunn@cityofdenton.com and in
the body of such request you must state your e-mail address, full name, US Postal address, and
telephone number. We will bill you for any fees at that time, if any.
To withdraw your consent with City of Denton
To inform us that you no longer want to receive future notices and disclosures in electronic
format you may:
i. decline to sign a document from within your DocuSign account, and on the subsequent
page, select the check-box indicating you wish to withdraw your consent, or you may;
ii. send us an e-mail to kevin.gunn@cityofdenton.com and in the body of such request you
must state your e-mail, full name, IS Postal Address, telephone number, and account
number. We do not need any other information from you to withdraw consent.. The
consequences of your withdrawing consent for online documents will be that transactions
may take a longer time to process..
Required hardware and software
Operating Systems: Windows2000? or WindowsXP?
Browsers (for SENDERS): Internet Explorer 6.0? or above
Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0,
NetScape 7.2 (or above)
Email: Access to a valid email account
Screen Resolution: 800 x 600 minimum
Enabled Security Settings:
•Allow per session cookies
•Users accessing the internet behind a Proxy
Server must enable HTTP 1.1 settings via
proxy connection
** These minimum requirements are subject to change. If these requirements change, we will
provide you with an email message at the email address we have on file for you at that time
providing you with the revised hardware and software requirements, at which time you will
have the right to withdraw your consent.
Acknowledging your access and consent to receive materials electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please verify that you
were able to read this electronic disclosure and that you also were able to print on paper or
electronically save this page for your future reference and access or that you were able to
e-mail this disclosure and consent to an address where you will be able to print on paper or
save it for your future reference and access. Further, if you consent to receiving notices and
disclosures exclusively in electronic format on the terms and conditions described above,
please let us know by clicking the 'I agree' button below.
By checking the 'I Agree' box, I confirm that:
• I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF
ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and
• I can print on paper the disclosure or save or send the disclosure to a place where I can
print it, for future reference and access; and
• Until or unless I notify City of Denton as described above, I consent to receive from
exclusively through electronic means all notices, disclosures, authorizations,
acknowledgements, and other documents that are required to be provided or made
available to me by City of Denton during the course of my relationship with you.