Loading...
Contract # : C20-0505 - HEMPELMAN AUTO PARTS CO, DBA NAPA - Execution Date: 6/15/2020 C20-0505 AGREEMENT FOR ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT PARTS OPERATION City of Glendale Solicitation No. RFP 20-25 This Agreement for Onsite Automotive and Heavy Equipment Parts Operation ("Agreement")is effective and entered into between CITY OF GLENDALE,an Arizona municipal corporation ("City"),and Hempelman Auto Parts Co. Inc. dba NAPA Auto Parts,a Arizona corporation,authorized to do business in Arizona,(the "Contractor"),as of the iS41-day of ,2020. RECITALS A. City intends to undertake a project for the benefit of the public and with public funds that is more fully set forth in Exhibit A,pursuant to Solicitation No.RFP 20-25 (the "Project"); B. City desires to retain the services of Contractor to perform those specific duties and produce the specific work as set forth in the Project attached hereto; C. City and Contractor desire to memorialize their agreement with this document. AGREEMENT In consideration of the Recitals,which are confirmed as true and correct and incorporated by this reference, the mutual promises and covenants contained in this Agreement, and other good and valuable consideration,City and Contractor agree as follows: 1. Key Personnel; Sub-contractors. 1.1 Services. Contractor will provide all services necessary to assure the Project is completed timely and efficiently consistent with Project requirements,including,but not limited to,working in close interaction and interfacing with City and its designated employees,and working closely with others, .including other contractors or consultants,retained by City. 1.2 Project Team. a. Project Manager. (1) Contractor will designate an employee as Project Manager with sufficient training, knowledge,and experience to,in the City's option, complete the Project and handle all aspects of the Project such that the work produced by Contractor is consistent with applicable standards as detailed in this Agreement; (2) The City must approve the designated Project Manager;and (3) To assure the Project schedule is met,Project Manager may be required to devote no less than a specific amount of time as set out in Exhibit A. b. Project Team. (1) The Project Manager and all other employees assigned to the project by Contractor will comprise the"Project Team." (2) Project Manager will have responsibility for and will supervise all other employees assigned to the Project by Contractor. c. Discharge,Reassign,Replacement. (1) Contractor acknowledges the Project Team is comprised of the same persons and roles for each as may have been identified in the response to the Project's solicitation. - 1 - 1/2/20 (2) Contractor will not discharge,reassign or replace or diminish the responsibilities of any of the employees assigned to the Project who have been approved by City without City's prior written consent unless that person leaves the employment of Contractor,in which event the substitute must first be approved in writing by City. (3) Contractor will change any of the members of the Project Team at the City's request if an employee's performance does not equal or exceed the level of competence that the City may reasonably expect of a person performing those duties or if the acts or omissions of that person are detrimental to the development of the Project. d. Sub-contractors. (1) Contractor may engage specific technical contractor (each a"Sub-contractor") to furnish certain service functions. (2) Contractor will remain fully responsible for Sub-contractor's services. (3) Sub-contractors must be approved by the City,unless the Sub-contractor was previously mentioned in the response to the solicitation. (4) Contractor shall certify by letter that contracts with Sub-contractors have been executed incorporating requirements and standards as set forth in this Agreement. 2. Schedule. The services will be undertaken in a manner that ensures the Project is completed timely and efficiently in accordance with the Project. 3. Contractor's Work. 3.1 Standard. Contractor must perform services in accordance with the standards of due diligence, care, and quality prevailing among contractors having substantial experience with the successful furnishing of services for projects that are equivalent in size, scope,quality,and other criteria under the Project and identified in this Agreement. 3.2 Licensing. Contractor warrants that: a. Contractor and Sub-contractors will hold all appropriate and required licenses,registrations • and other approvals necessary for the lawful furnishing of services ("Approvals");and b. Neither Contractor nor any Sub-contractor has been debarred or otherwise legally excluded from contracting with any federal, state, or local governmental entity ("Debarment"). (1) City is under no obligation to ascertain or confirm the existence or issuance of any Approvals or Debarments or to examine Contractor's contracting ability. (2) Contractor must notify City immediately if any Approvals or Debarment changes during the Agreement's duration and the failure of the Contractor to notify City as required will constitute a material default under the Agreement. 3.3 Compliance. Services will be furnished in compliance with applicable federal, state, county and local statutes,rules,regulations, ordinances,building codes,life safety codes,and other standards and criteria designated by City. Contractor must not discriminate against any employee or applicant for employment on the basis of race, color,religion, sex,national origin,age,marital status, sexual orientation,gender identity or expression,genetic characteristics, familial status,U.S. military veteran status or any disability. Contractor will require any Sub-contractor to be bound to the same requirements as stated within this section. Contractor,and on behalf of any subcontractors,warrants compliance with this section. -2- vzizo 3.4 Coordination;Interaction. a. For projects that the City believes requires the coordination of various professional services, Contractor will work in close consultation with City to proactively interact with any other professionals retained by City on the Project("Coordinating Project Professionals"). b. Subject to any limitations expressly stated in the Project Budget, Contractor will meet to review the Project,Schedule,Project Budget, and in-progress work with Coordinating Project Professionals and City as often and for durations as City reasonably considers necessary in order to ensure the timely work delivery and Project completion. c. For projects not involving Coordinating Project Professionals, Contractor will proactively interact with any other contractors when directed by City to obtain or disseminate timely information for the proper execution of the Project. 3.5 Work Product. a. Ownership. Upon receipt of payment for services furnished, Contractor grants to City, and will cause its Sub-contractors to grant to the City,the exclusive ownership of and all copyrights,if any,to evaluations,reports,drawings, specifications,project manuals, surveys, estimates,reviews,minutes,all "architectural work" as defined in the United States Copyright Act, 17 U.S.0§ 101, et seq., and other intellectual work product as may be applicable ("Work Product"). (1) This grant is effective whether the Work Product is on paper(e.g.,a "hard copy"), in electronic format, or in some other form. (2) Contractor warrants, and agrees to indemnify,hold harmless and defend City for, from and against any claim that any Work Product infringes on third-party proprietary interests. b. Delivery. Contractor will deliver to City copies of the preliminary and completed Work Product promptly as they are prepared. c. City Use. (1) City may reuse the Work Product at its sole discretion. (2) In the event the Work Product is used for another project without further consultations with Contractor, the City agrees to indemnify and hold Contractor harmless from any claim arising out of the Work Product. (3) In such case, City shall also remove any seal and title block from the Work Product. 4. Compensation for the Project. 4.1 Compensation. Contractor's compensation for the Project,including those furnished by its Sub- contractors will not exceed$9,500,000 for the entire term of the project, as specifically detailed in Exhibit B (the"Compensation"). 4.2 Change in Scope of Project. The Compensation may be equitably adjusted if the originally contemplated scope of services as outlined in the Project is significantly modified. a. Adjustments to the Compensation require a written amendment to this Agreement and may require City Council approval. b. Additional services which are outside the scope of the Project contained in this Agreement may not be performed by the Contractor without prior written authorization from the City. c. Notwithstanding the incorporation of the Exhibits to this Agreement by reference, should any conflict arise between the provisions of this Agreement and the provisions found in -3 - 1/2/20 the Exhibits and accompanying attachments, the provisions of this Agreement shall take priority and govern the conduct of the parties. 5. Billings and Payment. 5.1 Applications. a. Contractor will submit monthly invoices (each,a "Payment Application") to City's Project Manager and City will remit payments based upon the Payment Application as stated below. b. The period covered by each Payment Application will be one calendar month ending on the last day of the month or as specified in the solicitation. 5.2 Payment. a. After a full and complete Payment Application is received, City will process and remit payment within 30 days. b. Payment may be subject to or conditioned upon City's receipt of: (1) Completed work generated by Contractor and its Sub-contractors;and (2) Unconditional waivers and releases on final payment from Sub-contractors as City may reasonably request to assure the Project will be free of claims arising from required performances under this Agreement. 5.3 Review and Withholding. City's Project Manager will timely review and certify Payment Applications. a. If the Payment Application is rejected, the Project Manager will issue a written listing of the items not approved for payment. b. City may withhold an amount sufficient to pay expenses that City reasonably expects to incur in correcting the deficiency or deficiencies rejected for payment. 6. Termination. 6.1 For Convenience. City may terminate this Agreement for convenience,without cause,by delivering a written termination notice stating the Effective Termination date,which may not be less than 30 days following the date of delivery. a. Contractor will be equitably compensated for Goods or Services furnished prior to receipt of the termination notice and for reasonable costs incurred. b. Contractor will also be similarly compensated for any approved effort expended and approved costs incurred that are directly associated with project closeout and delivery of the required items to the City. 6.2 For Cause. City may terminate this Agreement for cause if Contractor fails to cure any breach of this Agreement within thirty(30) days after receipt of written notice specifying the breach. a. Contractor will not be entitled to further payment until after City has determined its damages. If City's damages resulting from the breach,as determined by City,are less than the equitable amount due but not paid Contractor for Service and Repair furnished, City will pay the amount due to Contractor,less City's damages,in accordance with the provision of§ 5. b. If City's direct damages exceed amounts otherwise due to Contractor, Contractor must pay the difference to City immediately upon demand;however, Contractor will not be subject to consequential damages of more than$1,000,000 or the amount of this Agreement, whichever is greater. -4- 1/2/20 7. Conflict. Contractor acknowledges this Agreement is subject to A.R.S. § 38-511,which allows for cancellation of this Agreement in the event any person who is significantly involved in initiating, negotiating, securing,drafting, or creating the Agreement on City's behalf is also an employee,agent,or consultant of any other party to this Agreement. 8. Insurance. 8.1 Requirements. Contractor must obtain and maintain the following insurance ("Required Insurance"): a. Contractor and Sub-contractors. Contractor,and each Sub-contractor performing work or providing materials related to this Agreement must procure and maintain the insurance coverages described below(collectively referred to herein as the "Contractor's Policies"), until each Party's obligations under this Agreement are completed. b. General Liability. (1) Contractor must at all times relevant hereto carry a commercial general liability policy with a combined single limit of at least$1,000,000 per occurrence and $2,000,000 annual aggregate for each property damage and contractual property damage. (2) Sub-contactors must at all times relevant hereto carry a general commercial liability policy with a combined single limit of at least$1,000,000 per occurrence. (3) This commercial general liability insurance must include independent contractors' liability, contractual liability,broad form property coverage,XCU hazards if requested by the City,and a separation of insurance provision. (4) These limits may be met through a combination of primary and excess liability coverage. c. Auto. A business auto policy providing a liability limit of at least$1,000,000 per accident for Contractor and$1,000,000 per accident for Sub-contractors and covering owned,non- owned and hired automobiles. d. Workers' Compensation and Employer's Liability. A workers' compensation and employer's liability policy providing at least the minimum benefits required by Arizona law. e. Notice of Changes. Contractor's Policies must provide for not less than 30 days'advance written notice to City Representative of: (1) Cancellation or termination of Contractor or Sub-contractor's Policies; (2) Reduction of the coverage limits of any of Contractor or and Sub-contractor's Policies;and (3) Any other material modification of Contractor or Sub-contractor's Policies related to this Agreement. f. Certificates of Insurance. (1) Within 10 business days after the execution of the Agreement, Contractor must deliver to City Representative certificates of insurance for each of Contractor and Sub-contractor's Policies,which will confirm the existence or issuance of Contractor and Sub-contractor's Policies in accordance with the provisions of this section,and copies of the endorsements of Contractor and Sub-contractor's Policies in accordance with the provisions of this section. (2) City is and will be under no obligation either to ascertain or confirm the existence or issuance of Contractor and Sub-contractor's Policies,or to examine Contractor and Sub-contractor's Policies, or to inform Contractor or Sub-contractor in the event that any coverage does not comply with the requirements of this section. -5- 1/2/20 (3) Contractor's failure to secure and maintain Contractor Policies and to assure Sub- contractor policies as required will constitute a material default under the Agreement. g. Other Contractors or Vendors. (1) Other contractors or vendors that may be contracted with in connection with the Project must procure and maintain insurance coverage as is appropriate to their particular contract. (2) This insurance coverage must comply with the requirements set forth above for Contractor's Policies (e.g., the requirements pertaining to endorsements to name the parties as additional insured parties and certificates of insurance). h. Policies. Except with respect to workers' compensation and employer's liability coverages, City must be named and properly endorsed as additional insureds on all liability policies required by this section. (1) The coverage extended to additional insureds must be primary and must not contribute with any insurance or self insurance policies or programs maintained by the additional insureds. (2) All insurance policies obtained pursuant to this section must be with companies legally authorized to do business in the State of Arizona and reasonably acceptable to all parties. 8.2 Sub-contractors. a. Contractor must also cause its Sub-contractors to obtain and maintain the Required Insurance. b. City may consider waiving these insurance requirements for a specific Sub-contractor if City is satisfied the amounts required are not commercially available to the Sub-contractor and the insurance the Sub-contractor does have is appropriate for the Sub-contractor's work under this Agreement. c. Contractor and Sub-contractors must provide to the City proof of the Required Insurance whenever requested. 8.3 Indemnification. a. To the fullest extent permitted by law, Contractor must defend,indemnify,and hold harmless City and its elected officials,officers, employees and agents (each,an "Indemnified Party," collectively,the"Indemnified Parties"), for, from,and against any and all claims, demands,actions,damages,judgments, settlements,personal injury(including sickness, disease, death,and bodily harm),property damage (including loss of use), infringement,governmental action and all other losses and expenses,including attorneys' fees and litigation expenses (each,a "Demand or Expense";collectively, "Demands or Expenses") asserted by a third-party(i.e. a person or entity other than City or Contractor) and that arises out of or results from the breach of this Agreement by the Contractor or the Contractor's negligent actions, errors or omissions (including any Sub-contractor or other person or firm employed by Contractor),whether sustained before or after completion of the Project. b. This indemnity and hold harmless provision applies even if a Demand or Expense is in part due to the Indemnified Party's negligence or breach of a responsibility under this Agreement,but in that event, Contractor shall be liable only to the extent the Demand or Expense results from the negligence or breach of a responsibility of Contractor or of any person or entity for whom Contractor is responsible. -6- 1/2/20 c. Contractor is not required to indemnify any Indemnified Parties for, from,or against any Demand or Expense resulting from the Indemnified Party's sole negligence or other fault solely attributable to the Indemnified Party. 9. E-verify, Records and Audits.To the extent applicable under A.R.S. 5 41-4401, the Contractor warrant their compliance and that of its subcontractors with all federal immigration laws and regulations that relate to their employees and compliance with the E-verify requirements under A.R.S. 5 23-214(A).The Contractor or subcontractor's breach of this warranty shall be deemed a material breach of the Agreement and may result in the termination of the Agreement by the City under the terms of this Agreement.The City retains the legal right to randomly inspect the papers and records of the other party to ensure that the other party is complying with the above-mentioned warranty.The Contractor and subcontractor warrant to keep their respective papers and records open for random inspection during normal business hours by the other party.The parties shall cooperate with the City's random inspections,including granting the inspecting party entry rights onto their respective properties to perform the random inspections and waiving their respective rights to keep such papers and records confidential. 10. No Boycott of Israel. The Parties agree that they are not currently engaged in and agree that for the duration of the Agreement they will not engage in,a boycott of Israel,as that term is defined in A.R.S. 535- 393. Unless and until the District Court's injunction in Jordahl v. Brnovich, 336 F.Supp.3d 1016 (D.Ariz. 2018)is stayed or lifted, the Anti-Israel Boycott Provision (A.R.S. 535-393.01 (A)) (if applicable to this agreement) is unenforceable and the City will take no action to enforce it. 11. Attestation of PCI Compliance. When applicable, the Contractor will provide the City annually with a Payment Card Industry Data Security Standard(PCI DSS) attestation of compliance certificate signed by an officer of Contractor with oversight responsibility. 12. Notices. 12.1 A notice,request or other communication that is required or permitted under this Agreement(each a "Notice")will be effective only if: a. The Notice is in writing;and b. Delivered in person or by overnight courier service (delivery charges prepaid), certified or registered mail (return receipt requested);and c. Notice will be deemed to have been delivered to the person to whom it is addressed as of the date of receipt,if: (1) Received on a business day,or before 5:00 p.m., at the address for Notices identified for the Party in this Agreement by U.S.Mail,hand delivery, or overnight courier service on or before 5:00 p.m.; or (2) As of the next business day after receipt,if received after 5:00 p.m. d. The burden of proof of the place and time of delivery is upon the Party giving the Notice; and e. Digitalized signatures and copies of signatures will have the same effect as original signatures. 12.2 Representatives. a. Contractor. Contractor's representative (the "Contractor's Representative") authorized to act on Contractor's behalf with respect to the Project,and his or her address for Notice delivery is: Hempelman Auto Parts Co. Inc. dba NAPA Auto Parts c/o David Hempelman,President 8871 N 78th Avenue Peoria,AZ 85345 Tel: 623-518-2217 -7- 1/2/20 Email: dhempelmanl@cox,net b. City. City's representative("City's Representative")authorized to act on City's behalf,and his or her address for Notice delivery is: City of Glendale c/o Montana Slack,Fleet Superintendent 6210 W Myrtle Avenue,#111 Glendale,Arizona 85301 623-930-2621 With required copy to: City Manager City Attorney City of Glendale City of Glendale 5850 West Glendale Avenue 5850 West Glendale Avenue Glendale,Arizona 85301 Glendale,Arizona 85301 c. Concurrent Notices. (1) All notices to City's representative must be given concurrently to City Manager and City Attorney. (2) A notice will not be deemed to have been received by City's representative until the time that it has also been received by City Manager and City Attorney. (3) City may appoint one or more designees for the purpose of receiving notice by delivery of a written notice to Contractor identifying the designee(s)and their respective addresses for notices. d. Changes, Contractor or City may change its representative or information on Notice,by giving Notice of the change in accordance with this section at least ten days prior to the change. 13. Financing Assignment. City may assign this Agreement to any City-affiliated entity,including a non- profit corporation or other entity whose primary purpose is to own or manage the Project. 14. Entire Agreement;Survival;Counterparts;Signatures. 14.1 Integration. This Agreement contains,except as stated below,the entire agreement between City and Contractor and supersedes all prior conversations and negotiations between the parties regarding the Project or this Agreement. a. Neither Party has made any representations,warranties or agreements as to any matters concerning the Agreement's subject matter. b. Representations,statements,conditions,or warranties not contained in this Agreement will not be binding on the parties. c. The solicitation,any addendums and the response submitted by the Contractor are incorporated into this Agreement as if attached hereto. Any Contractor response modifies the original solicitation as stated. Inconsistencies between the solicitation,any addendums and the response or any excerpts attached as Exhibit A and this Agreement will be resolved by the terms and conditions stated in this Agreement. 14.2 Interpretation. a. The parties fairly negotiated the Agreement's provisions to the extent they believed necessary and with the legal representation they deemed appropriate. .g . 1/2/20 b. The parties are of equal bargaining position and this Agreement must be construed e'ually between the parties without consideration of which of the parties may have drafted this Agreement. c. The Agreement will be interpreted in accordance with the laws of the State of Arizona. 14.3 Survival. Except as specifically provided otherwise in this Agreement, each warranty, representation,indemnification and hold harmless provision,insurance requirement,and every other right,remedy and responsibility of a Party,will survive completion of the Project,or the earlier termination of this Agreement. 14.4 Amendment, No amendment to this Agreement will be binding unless in writing and executed by the parties. Any amendment may be subject to City Council approval. Electronic signature blocks do not constitute execution. 14.5 Remedies. All rights and remedies provided in this Agreement are cumulative and the exercise of any one or more right or remedy will not affect any other rights or remedies under this Agreement or applicable law. 14.6 Severability. If any provision of this Agreement is voided or found unenforceable, that determination will not affect the validity of the other provisions,and the voided or unenforceable provision will be deemed reformed to conform to applicable law. 14.7 Counterparts. This Agreement may be executed in counterparts,and all counterparts will together comprise one instrument. 15. Term. The term of this Agreement commences upon the effective date and continues for a two(2)-year initial period. The City may,at its option and with the approval of the Contractor,extend the term of this Agreement an additional three(3)years,renewable on an annual basis. Contractor will be notified in writing by the City of its intent to extend the Agreement period at least thirty(30) calendar days prior to the expiration of the original or any renewal Agreement period. Price adjustments will only be reviewed during the Agreement renewal period and any such price adjustment will be a determining factor for any renewal. There are no automatic renewals of this Agreement. 16. Dispute Resolution. Any controversy or claim arising out of or relating to this contract, or the breach thereof,shall be settled by arbitration administered according to the American Arbitration Association's Commercial Arbitration Rules,and judgment on the award rendered by the arbitrator may be entered in any court having jurisdiction thereof. 17. Exhibits. The following exhibits,with reference to the term in which they are first referenced,are incorporated by this reference. Exhibit A Project Exhibit B Compensation (Signatures appear on the following page.) -9- 1tL2O The parties enter into this Agreement as of the Effective Date shown above. City of Glendale, ,- an Arizona municipalcorpo'rationl /71 7nT? - A:1 1- !/r ✓1/l /•"" By: Kev4 R.Phc is1 Its: City 7anager A L EST: Julie K. o •r City.Cl (SEAL) APPROVED AS TO FORM: Micha: D. 'ailey City Attorney Hempelman Auto Parts Co.Inc.dba NAPA Auto Parts, an Arizona corporation By: David Hempe an Its: President • - 10- Irmo EXHIBIT A ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT PARTS OPERATION PROJECT Hempelman Auto Parts Co.Inc., dba NAPA Auto Parts shall provide turnkey automotive and heavy equipment parts operation for the Fleet Maintenance Facility as per RFP 20-25 Scope of Work. EXHIBIT B ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT PARTS OPERATION COMPENSATION METHOD AND AMOUNT OF COMPENSATION Payment shall be as per Section 5 of the Agreement. NOT-TO-EXCEED AMOUNT The total amount of compensation paid to Contractor for full completion of all work required by the Project during the entire term of the Project must not exceed$9,500,000. DETAILED PROJECT COMPENSATION See attached Contractor's response to RFP 20-25. - 12- 1/2/20 CITY OF GLENDALE City of Glendale Solicitation Number: RFP 20-25 Procurement Division ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT 5850 West GlendaleAvenue, Suite 317 Maro:fled PARTS OPERATION Glendale,Arizona 85301 ARIZOUARESPONSE WORKBOOK Offerors to complete this Response Workbook and submit as their response to this RFP. COVER SHEET OFFEROR NAME: Hempelman Auto Pats Co. Inc. dba: NAPA OFFEROR ADDRESS: 8871 N. 78th AVE. Peoria, AZ 85345 { 1' City of Glendale CITY OF GLENDALE Procurement Division Solicitation Number: RFP 20-25 5850 West Glendale •�' ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue,Suite 317 ellenodialle PARTS OPERATION Glendale,Arizona 85301 RESPONSE WORKBOOK OFFER SF JEET (Must be printed, signed and returned) Offeror certifies that they have read, understand, and will fully and faithfully comply with this solicitation, its attachments and any referenced documents. Offeror also certifies that the prices offered were independently developed without consultation with any of the other Offerors or potential Offerors. Authorized Signature Date David Hempel man Hempelman Auto Parts Co. Inc. dba NAPA Printed Name(Authorized Signatory) Legal Company Name President Offeror Certifies it is a (check only one): Job Title ❑ Proprietorship ❑ Partnership ►I Corporation Email Address: dhempelmanl(a�cox.net Mailing Address: 8871 N. 78th Ave. Peoria, AZ 85345 623-518.2217 Phone Number City, State&Zip Code Questions regarding this offer should be directed to(if different from above): Contact Name Phone Number Email Address FEDERAL TAXPAYER ID NUMBER(Required): 86-0181686 OFFEROR IS A MINORITY OR WOMEN OWNED BUSINESS: [' Yes ® No DO YOU HAVE AN ARIZONA TRANSACTION PRIVILEGE TAX(TPT)LICENSE? ®Yes, Number 07074361Y Tax Rate:9.2 OR❑No, not required to have an Arizona TPT License CONFLICT OF INTEREST(SPECIAL NOTICES): El No, I do not have a conflict of interest ❑Yes, I have a conflict of interest and response includes the disclosure required(see Exhibit 1, Item #3) ACKNOWLEDGEMENTS: By signing this Offer Sheet and submitting the accompanying solicitation response, Offeror is certifying that they have read, understand, and agree to comply with all required terms and conditions provided in the EXHIBITS PACKAGE and checked off below. Failure to provide this acknowledgement will result in disqualification. 1E] Exhibit 1—Special Notices ® Exhibit 2—RFP Standard Terms and Conditions City of Glendale CITY OF GLENDALE ,rr Solicitation Number: RFP 20-25 Procurement Division . 5850 West Glendale ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue, Suite 317 ellendalle PARTS OPERATION Glendale,Arizona 85301 A R 17.O N A RESPONSE WORKBOOK ® Exhibit 3— Insurance Requirements ®Exhibit 4—Template Agreement 1 { City of Glendale CITY OF GLENDALE Solicitation Number: RFP 20.25 Procurement Division ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT 5850 West GlendaleAvenue, Suite 317 Mandela PARTS OPERATION Glendale, Arizona 85301 R 7 o t,h RESPONSE WORKBOOK REQUIRED RESPONSES: Offeror's answers to the following questions will comprise the Offeror's response to this RFP. It should be noted that all attachments or exhibits prepared by the City and referenced herein are incorporated by reference into the Offeror's response and shall be included in a final contract with the successful Offeror. Information prepared by the Offeror and submitted with their proposal may be incorporated into a final contract. 1. STATEMENT OF THE PROJECT (5%) Offerors should state, in concise terms, their understanding of the project and the RFP requirements, including the scope of work, terms and conditions, etc. RFP requirements,including the scope of work, terms and conditions,etc. NAPA Auto Parts appreciates the opportunity to submit the'following proposal in response to your Request for Proposal titled: RFP No. 20-25 ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT PARTS OPERATION. We understand this is a program for the City of Glendale to provide on-site turnkey fleet parts and inventory program which we refer to as Integrated Business Solutions'(IBS). As the current provider of the On-Site Fleet Parts Program to the City of Glendale, we understand the expectations of the program require management of all inventory and parts needs including staffing the location in the most cost effective manner to provide optimum service to maintenance facilities and assist in reducing costs through improved parts pricing and an increase in productivity and efficiency. Inventory levels will continue to be kept at a level to achieve an 80%fill rate of the City's parts requirements within 1 hour of demand, 90%within 2 hours, and 95% of the City's requirements within 24 hours of the request, for both NAPA and non-NAPA merchandise. NAPA inventory will continue be automatically replaced on a daily basis with stock orders provided to City of Glendale by our NAPA Phoenix Distribution Center, currently located at 2811 W. Thomas Road, which carries over 25 million dollars in automotive, heavy duty and industrial inventory. OE and non-NAPA parts will continue to be replaced on a weekly basis or as needed to maintain an adequate fill level. Hot shot or emergency type items will continue to be ordered through our local suppliers, our network of NAPA parts stores, Integrated Supply locations throughout the area and direct from NAPA branded product manufacturing facilities via our on-site TAMS computer. For parts stocked in the stockroom, response time will continue to be instant; for parts not stocked in the stockroom, response time can range from thirty minutes to three hours, depending on where parts can be obtained. Response time for items ordered outside the immediate area can vary from one hour and up. If time is crucial, and the item is not in the immediate area. The City of Glendale Fleet Maintenance personnel will be notified, and a City of Glendale CITY OF GLENDALE Solicitation Number: RFP 20-25 Procurement Division 5850 West Glendale ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue, Suite 317 PARTS OPERATION Glendale, Arizona 85301 A R I Z O N,t RESPONSE WORKBOOK determination will be made on how, when, and where the item can be obtained. If additional freight is required, the City will be notified and authorize before any cost are incurred. The City of Glendale Fleet Services Division has a need to repair vehicles as quickly as possible to minimize the amount of time vehicles are out of service and to maximize the efficiency of the repair technicians. The City of Glendale requires a reliable and complete source of repair parts to service the needs of the repair facilities efficiently, NAPA Auto Parts will continue to provide a well-trained staff that is experienced and knowledgeable in automobile, light, and medium trucks as well as heavy machinery and equipment. Our goal is to meet and ultimately exceed the efficiency objectives of the City of Glendale. The extensive NAPA Parts System, along with the alliances formed with many outside vendors, allows NAPA Auto Parts the ability to provide the best possible sourcing system. We are aware of the critical deadlines, challenges and milestones outlined in the Request for Proposal (RFP) and the following proposal is based on the information contained in the RFP and applicable regulations and/or requirements. We are willing to enter into an agreement with the City of Glendale and have attempted to make our response as complete and thorough as possible. In addition to the full experience of NAPA Auto Parts Co., we are a participating member of NAPA Auto Parts, NAPA IBS and Traction Heavy Duty Parts, all divisions of the Genuine Parts Company. NAPA Auto Parts can use the experience of the Genuine Parts Company to enhance the operation at the City of Glendale. 2. MANAGEMENT SUMMARY (10%) Offerors should describe their firm's history, experience, business philosophy management operations, financial stability and capability, locations, years of experience, personnel plan, customer satisfaction program, and any pertinent information that allows their firm to provide the services requested in this RFP. Offerors should provide names, qualifications, resumes and experiences of key personnel to be assigned in the implementation of this project. Hempelman Auto Parts/NAPA is a leading independent distributor of auto parts and f accessories. Based in Glendale, Arizona, Hempelman Auto Parts/NAPA was founded in 1962 and today operates the current onsite parts operation for the City of Glendale. As an independent owner of NAPA Auto Parts stores, Hempelman Auto Parts partners with NAPA IBS and its parent company, Genuine Parts Company, to maximize resources in order to provide customers with the highest level of service and support. 1 City of Glendale CITY QF GLENDALE Solicitation Number: RFP 20-25 Procurement Division , 5850 West Glendale \ ' ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue, Suite 317 Mendel PARTS OPERATION Glendale, Arizona 85301 A R I Z O F!A RESPONSE WORKBOOK NAPA IBS has over 400 integrated locations across the United States. With NAPA's 25 years' experience in operating Integrated Supply operations, NAPA IBS can provide key value- added assistance to the County to help the shops' parts operation run smoothly and efficiently. Our customers today consist of city and county facilities, car dealers, other government facilities, large truck fleets, manufacturers, and many others. NAPA IBS has gained a myriad of unique experiences in handling millions of dollars in automotive and non-automotive products for its numerous and varied customer base including County operations, County facilities, State Government fleets, large car dealers and private truck fleets, manufacturers, and many more. Through its partnership with NAPA, • Hempelman Auto Parts is uniquely qualified to design, implement, and operate on-site parts programs. NAPA Auto Parts Integrated Business Solutions (IBS) program brings the substantial combined corporate assets of Genuine Parts Company's family of Supply and Distribution enterprises and the Automotive Parts Group's extensive experience into play in our 25 years of running successful IBS operations. Genuine Parts Company, founded in 1928, is a service organization engaged in the distribution of automotive replacement parts, industrial replacement parts, office products, and electrical/electronic materials. The Company serves numerous customers from more than 2,000 '} operations and has approximately 31,000 employees. Genuine Parts Company is ranked 214 of the Fortune 500 Companies, with annual sales of over 16 billion dollars. NAPA Auto Parts distributes to 6,000 NAPA Automotive Parts stores, approximately 5,000 are independently owned. Genuine Parts Company has the most experience operating Integrated Supply operations with our first location beginning in 1991. By having over 400 Integrated Store locations nationally, NAPA has been in a unique position to handle millions of dollars in automotive and non-automotive products for many of our customers. Our customers consist of many City/County governments. Key Personnel: Key Personnel Qualifications The Implementation/Project team for this project will be: Project Manager - David Hempelman Hempelman Auto Parts: David Hempelman -President Donald Hempelman -Vice-President 8871 N. 79th Ave. Peoria, AZ 85345 City of Glendale CITY OF GLENDALE Solicitation Number: RFP 20-25 Procurement Division 5850 West Glendale ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue, Suite 317 Mere des, PARTS OPERATION Glendale,Arizona 85301 "R"°"" RESPONSE WORKBOOK Joe Martinez- IBS Manager 6210 W. Myrtle Ave. Glendale, AZ 85301 Email address (623) 930-2628 Mike Picardi- Western Division NAPA IBS Director 2811 W. Thomas Road Phoenix, AZ 85017 QUALIFICATIONS/EXPERIENCE OF PROJECT TEAM Key Members Project Manager - David Hempelman • 50 years NAPA Auto Parts experience • 15+ years IBS/City of Glendale Parts Room experience Co-Project Manager - Donald Hempelman • 44 years NAPA Auto Parts experience • 15+years IBS/City of Glendale Parts Room experience Joe Martinez - IBS Manager/Glendale Parts Room • 31 years NAPA Auto Parts experience • 15+years IBS/City of Glendale Parts Room experience- On site Manager Mike Picardi - Director of Integrated Business Solutions NAPA/Western Division • 41 years overall experience in Government Fleet operations • 9 years NAPA IBS Director- Fleet/Government Parts Operations • 32 years City of Chicago/Fleet Commissioner Store Staffing Proposal: Manager 1 Assistant Manager/Counter 3 Drivers/Counter Trainees 2 Total 6 people { City of Glendale CITY OF GLENDALE Solicitation Number: RFP 20-25 Procurement Division ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT 5850 West GlendaleAvenue, Suite 317 ©lenclaU PARTS OPERATION Glendale,Arizona 85301 AR z OH RESPONSE WORKBOOK See Job Descriptions Below: Site Manager, IBS Position Mission: Manages a company owned Integrated Business Solutions (IBS) location or locations. Meet customer expectations of providing timely service and value. Hires and develops quality personnel, sets high performance standards, and uses Company-training resources to ensure the efforts and accomplishments of employees are recognized. Assumes responsibility for inventory protection, asset management and operational issues. Ensures overall cleanliness of the store, stock room and outside areas. Fully supports and implements all NAPA IBS programs. Fosters a positive relationship between the customer and staff through meetings and open discussions. Position Performance Measures: • Customer Satisfaction • Inventory Management/R01 • Utilization of available tools for tracking value added items for the customer • Maintain and develop local non-NAPA vendor relationships Responsibilities: Customer Satisfaction • Meets with the customer on a daily, weekly, monthly and year to date basis to identify needs, problems/concerns and to address them both quickly and effectively • Develop good customer relations and maintain a high level of service to the customer • Respond timely to customer sales and service questions • Understand, interpret and comply with all contract requirements and ensures the operation is meeting customer expectations • Work closely and communicate with NAPA and the Customer management team to develop strategies to ensure the overall value of the IBS program People Development and Employee Engagement • Supervise and coach store employees • Monitor and address both good and unacceptable performance of employees • Ensure compliance with Company policies and procedures • Encourage NAPA and ASE training • Ensure cross-training of employees • Conduct performance review meetings with employees on a regular basis, with a minimum of an annual review • Clearly define job responsibilities and expectations specific to the IBS customer City of Glendale CITY OF GLENDALE Solicitation Number: RFP 20-25 Procurement Division dale ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Ave u West Suite 317 ellz n�aBe Q Avenue, Suite 317 PARTS OPERATION Glendale, Arizona 85301 R,Z o„.' RESPONSE WORKBOOK Operational Excellence • Ensure proper processes and procedures are utilized to minimize inventory shrinkage • Ensure merchandise is received in a timely and accurate manner as well as put away in the stockroom in an appropriate manner o Create a safe work environment, ensuring required hazmat training is completed timely maner. • Understand and comply with NAPA and customer company policies • Responsible for inventory to be bar coded and placed in appropriate bin locations • Responsible for returning non-NAPA excess inventory • Build relationships and assist with the negotiation of non-NAPA vendors on pricing, inventory and service and return privileges Work Environment: • The physical demands described below are representative of those that must be met by an employee to successfully perform the essential functions of this job. Reasonable accommodations may be made to enable individuals with disabilities to perform the essential functions. • While performing the duties of this job, the employee is regularly required to stand, walk, talk and hear. • The employee is often required to sit and stoop, kneel, crouch, climb and crawl. O The employee is frequently required to lift and move product of up to 60 pounds. O Specific vision abilities required by this job include close vision, distance vision, color vision, peripheral vision, depth perception and ability to adjust focus. a While performing the duties of this position, the employee may be exposed to fumes or airborne particles. • The employee must be capable of moving engine blocks, core barrels, and other heavy equipment with moving aids designed to move such items, including hand trucks, barrel dollies, hydraulic lifts, etc. Counter Service -IBS Reports to: Site Manager—IBS Position Mission: Acts as primary point of contact for the IBS customer and ensures proper service by determining customer need, accessing POS system to assist in securing necessary parts/services, maintaining personal and site image, and ensuring customer receives a good experience. Sources and secures non- stocked items in a timely and effective manner. Position Performance Measures: • Customer Service • Source non-stock inventory in a prescribed timeline • Effectively maintain special order information in the STARS system Responsibilities: • Greets customer/technician, demonstrates product knowledge, and quickly understands customer/technicians needs. • Maintains customer satisfaction by serving customer, securing right part, and resolving issues. • Understands customer/technicians specific needs and requirements. City of Glendale CITY OF GLENDALE Procurement.Division Solicitation Number: RFP 20-25 5850 West Glendale A\zs, ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue, Suite 317 Vandalic PARTS OPERATION Glendale, Arizona 85301 "' Z ON A RESPONSE WORKBOOK • Maintains inventory and ensures parts stocked in correct location. • Maintains POS computer abilities by learning and applying how to use catalog and system, practicing asset security/loss prevention controls, and understanding customer's pricing matrix. • Sources all parts needs for customers by utilizing various approved IBS vendors. • Uses non-company approved line codes appropriately. • Understands and maintains the TAMS buy-out PO process. • Maintains all special-order information in the STARS system. • Understands, and has the ability to input information in, the customers fleet management software • Communicates to customer the status of all pending orders. • Understands our service level agreements with our IBS customer. • Participates in training as needed and required. • Performs all other associated tasks as assigned by management. • Follows all IBS policies and procedures. • Completes all available IBS operations training provided by company. Delivery Driver Supervisor: Branch Store Manager The primary functions of this position are to establish and maintain good relations with the City by providing courteous, efficient, and professional delivery service in a safe and timely manner. This person must also check invoices to ensure that the parts ordered were correctly pulled for delivery to the City. ;l Some secondary yet essential functions of the position are assisting with checking in of stock orders as well as stocking products on the shelves; cleaning of and some maintenance functions for the delivery ;l vehicle and the store; adherence to all safety rules, including the handling of hazardous materials; participating in training; and performing all other associated duties assigned by management. 1. { Offerors shall include disclosure of any notice of violation received by the Offeror concerning shipment or disposal of any waste product or other hazardous material. NAPA has not received any notices of violation concerning shipment or disposal of any Waste Product or other hazardous material. 3. PROJECT APPROACH (45%) Offerors shall provide a narrative description of their proposal in its entirely to include, but not limited to, the following: NAPA Auto Parts proposes to continue to provide an on-site Automotive/Heavy Equipment Parts Room within the confines of the City of Glendale facility. This operation will include NAPA owned inventories based mainly on the history file of the existing stock but modified where more coverage and less depth can be maintained. NAPA will provide the personnel and management to operate the location. The number of people currently scheduled and assigned will be mutually agreed upon between both parties. City of Glendale CITY OF GLENDALE Procurement Division ��- Solicitation Number: REP 20-25 5850 West Glendale ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue, Suite 317 C det7t1des PARTS OPERATION Glendale, Arizona 85301 "°' Z°"" RESPONSE WORKBOOK The parts operation will continue to provide the following services: • Provide a balanced inventory tailored to the City's maintenance needs • NAPA agrees to provide stock and non-stock O.E. equipment parts, supplies and equipment or NAPA aftermarket items in equal or higher quality. NAPA agrees to allow the City of Glendale to inspect the quality of materials, supplies and equipment proposed to be furnished and the City reserves the right to reject any item(s) that do not meet O.E. specifications. NAPA will notify the City personnel of any item(s) not able to obtain in an acceptable time frame. NAPA will not be held liable for any item(s) it is unable to obtain or liable for item(s) obtained by the City which fail to perform satisfactorily. • Provide access to the area's largest inventory (approximately $10 million) of automotive and heavy-duty replacement parts, paint, supplies, and equipment, This access would be provided through: ® Daily stock orders to the City location from our Phoenix Distribution Center to replenish the inventory on a daily basis. • NAPA agrees to be wholly responsible for the on-site inventory provided that the stock area is totally secured, and vendor controls the security. NAPA agrees to provide 80% of parts requirements within one (1) hour of demand, 90% within two (2) hours and 95%within 24 hours of demand. • Provide pickup and delivery vehicle(s) to procure inventory from NAPA Glendale, the NAPA Phoenix Distribution Center, and/or any other suppliers on a timely basis. • NAPA will not issue any item(s) to any City personnel without proper work order requisition. The invoice generated through NAPA's TAMS computer will have specific information on each invoice. The invoice will show part number, quantities, description of item(s) or service, price of each item or service, invoice number, date, time of transaction, P.O. or reference number, equipment number. Each receiving employee of the City will be required to sign each invoice. • NAPA will continue to provide the necessary equipment for the following, if necessary: ® Lube equipment for dispensing oils and greases. • Hydraulic hose making equipment. o Paint mixing equipment to custom mix any color (if needed). • All items will include full manufacturer's warranties and guarantees. NAPA will use reasonable commercial efforts to assist the City in replacing defective parts at the counter and in pursuing any and all remedies that the City may have against the manufacturer.The manufacturer's warranty will be the sole and exclusive warranty of the City in connection with any claims concerning the products supplied pursuant to the agreement. All other warranties, including any implied warranties of merchantability or fitness for a particular purpose, are excluded. City of Glendale CITY OF GLENDALE Procurement Division f Solicitation Number: RFP 20.25 5850 West Glendale -- ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue, Suite 317 9dendalle PARTS OPERATION Glendale, Arizona 85301 ARIZONARESPONSE WORKBOOK • Provide training (both classroom and hands-on) through our manufacturer representatives and factory training instructors, 80 manufacturer clinics, and 46 toll-free tech service numbers. • The availability o.f factory representatives who can offer personal service and assistance as needed. • Continue to provide a computer system that is in the fleet facility now,which includes the following capabilities: • Invoicing • Cataloging • Master Interchange • Inventory Control O Custom pricing • Parts in stock information • Parts on order information © Parts on backorder information • Lost sales reports and analysis • Automatic stock levels by part © Parts cost { • Ability to check stock and order from any NAPA Distribution Center. • Provide all daily and monthly reports generated by our Data General (TAMS) computer upon request by authorized City personnel. • Properly invoice all parts at the time of sale. • Provide a detailed statement at the end of the month showing all invoice numbers and amounts purchased. • Integration with City owned RTA computer at the time of sale as required by the City including complete repair order information. STAFFING Manager 1 Assistant Manager/Counter 3 Drivers/Counter Trainees 2 Total 6 people- Proposal subject fo City approval EMERGENCIES - NAPA will provide backup emergency availability during non-work hour contingencies. The City will be provided a list of personnel who will respond when needed. 1 City of Glendale CITY OF GLENDALE Solicitation Number: RFP 20.25 Procurement Division 585 West Glendale ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue, Suite 317 ©gambles s PARTS OPERATION Glendale, Arizona 85301 API7ONA RESPONSE WORKBOOK NAPA will be responsible for the hiring, staffing, promoting, transferring and dismissal of any person employed in the performance of the resulting contract. NAPA will also be responsible for all wages, taxes,fringe benefits and training of these employees. a. Special programs that improve customer's access to products such as web-based ordering system or other innovative strategies: Part of the technological benefit of partnering with NAPA Integrated Business Solutions is access to our proprietary Point-of-Sale, inventory control and reporting system, Total Automotive Management System (TAMS), which accesses inventory across the whole country from anywhere that it is implemented. TAMS, which was designed and developed exclusively for NAPA Auto Parts facilities, is currently in use in over 6,000 NAPA Auto Parts Stores and IBS operations. TAMS -Total Automotive Management System - Exclusive to NAPA is a total Automotive and non- automotive inventory management system that provides a comprehensive system to inventory everything for the City of Glendale. In addition, this system has the ability to access every NAPA store in the Phoenix area, the Phoenix NAPA Distribution Center, 62 NAPA Distribution Centers and all NAPA supplier warehouses with one keystroke. Most parts in the NAPA system are available with same or next- day delivery-if requested. This computer will perform complete inventory control and invoicing functions as described below, as well as cataloging, part number interchanges, and providing daily and monthly-preformatted reports. NAPA IBS has multiple government customers who currently use e-procurement platforms to order parts through our system. The most common platforms are: NAPA Prolink—exclusive ordering and messaging system for shops to order parts directly through our NAPA stores or IBS stores Pro Link Connectivity—Exclusive to NAPA NAPA will provide any PC located in the Fleet facility access to NAPA ProLink - an internet-based on-line tool to check inventory levels, costs, etc. on parts stocked in the on-site parts facility and/or any servicing NAPA Auto Parts store(s). Prolink access at no charge to the City. Demo can be viewed at www.napaprolink.com. This site enables parts to be looked up with VIN codes or by year, make and model. Technical data, previous orders, specifications, conversion charts are just a few of the items that can be viewed on this site. Exclusive fleet software integration capabilities — as it relates to on-site and off-site vendor managed services. We also offer more in-depth integration capabilities within our IBS operations where customers may wish to have their current fleet software system integrate with our NAPA IBS point of sale system. This allows electronic transfer of work City of Glendale CITY OF GLENDALE Solicitation Number: RFP 20.25 Procurement Division 5850 West Glendale ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue,Suite 317 elleiruda[le PARTS OPERATION Glendale,Arizona 85301 rs r 0,+A RESPONSE WORKBOOK order parts orders, consolidated billing, data transfer, reporting, and down vehicle reporting to be integrated within our electronic point of sale system - improving shop productivity and ensuring all parts get placed on work orders and are billed correctly. Some of these integrations also allow for invoice reconciliation to happen electronically - dramatically improving productivity time for fleet and accounting. departments. Successful examples of NAPA IBS TAMS integration to 3rd party fleet systems include the current integration with Glendale's RTA system. Enterprise e-procurement - NAPA IBS also has the capabilities to do punch-through cataloging and EDI services with many enterprise platforms. On our e-commerce website (www.NAPAIBIZ.com) we show companies using large eProcurement applications to register their company with NAPA to shop the NAPA Catalog using the eProcurement program. Platforms supported include: Ariba, SAP, Oracle, Epicor, Ketera, Sciquest, TabLink, Perfect Commerce and Coupa - to name a few. We also offer warehousing solutions with JD Edwards and Manhattan warehousing solutions. b. Inventory sources, including locations, distribution centers, manufacturing centers, etc.: Inventory & Supplies Sourcing - (Non-NAPA) and NAPA Branded: NAPA IBS delivers a best-in-class solution to leverage our 400+ on-site operations and network of 64+ NAPA Distribution Centers and 6,000 NAPA stores by giving our on-site stores the ability to check inventory levels and order from any NAPA Distribution Centers in the entire United States with approximately $1 billion in inventory availability. In addition, our IBS sites have access to the largest OE, proprietary, and aftermarket parts supply database in the industry (sourced parts/non-NAPA product) with over 1,300 non-NAPA manufacturers and distributors. The Cityof Glendale parts operation will continue to receive parts and supplies inventory from the NAPA Phoenix Distribution Center located at 2811 W, Thomas Road, Phoenix, AZ 85017. NAPA will continue to procure parts to meet City needs through relationships with over 300 local vendors. With the current number of government customers utilizing the IBS program from NAPA, we have the ability to stock and/or procure any product required by the City of Glendale, to include automotive, heavy duty, Ag product, and automotive safety products. c. How inventory stock levels are determined and how often these levels are reviewed for usage needs: As the current provider of the On-Site Fleet Parts Program, NAPA will continue the analysis of reviewing parts purchasing history for City of Glendale. This analysis provides NAPA and City of Glendale with a continuous plan for inventory and City of Glendale CITY OF GLENDALE Solicitation Number: RFP 20-25 Procurement Division 5850 West Glendale ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue, Suite 317 Mendes PARTS OPERATION Glendale,Arizona 85301 °"" RESPONSE WORKBOOK stocking levels. The analysis includes but is not limited to: analyzing buying history, analyzing current inventory in terms of cost and usage rates, continually working with City of Glendale management, and identification of key stocking items for criticality for the operation. Stock levels are reviewed daily when reordering parts and supplies. Additionally, NAPA currently reviews inventory levels quarterly for parts usage and availability. d. Anticipated response time and procedures for issuing inventory parts during non- standard operating hours: NAPA can respond within 60 minutes of receiving a request to open the parts operation during non- standard operating hours. Napa has provided the city with a list of contact people that are available 24 hours a day 7 days a week to respond to emergencies or to open the parts room during non-standard hours. e. How existing inventory issues and City-owned tools are handled through the parts room: NAPA currently owns the parts inventory and is responsible for managing and issuing the parts inventory to work orders that are received from City Technicians. The tool room is managed with a separate account and is tracked accordingly. f. How many part numbers are available from the Offerors' inventory system and what general categories do they cover? NAPA has a network of over 1,300 OE, aftermarket suppliers, MRO and parts related vendors to support ANY operation that wishes to use the IBS contract. Our services go well beyond NAPA branded parts and include many OE and alternative brands to give our IBS customers a broad range of choice on the products they wish to use in their fleet and warehouse operations. No other vendor of these services can provide the choice and leverage that our 1,300 non-NAPA branded parts vendor network and experience can bring. NAPA IBS has exclusive vendor arrangements with key fleet parts and supplies-related vendors that are exclusive to NAPA IBS customers and are unavailable to any other supplier of these services. The NAPA catalog of parts and supplies has over 500,000 sku's and part numbers available for small engine, automobiles, light, medium & heavy truck, tractor and off-road equipment. City of Glendale CITY OF GLENDALE Solicitation Number: RFP 20-25 Procurement Division ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT 5850 West GlendaleAvenue, Suite 317 80en a[le PARTS OPERATION Glendale,Arizona 85301 ARI7ONA RESPONSE WORKBOOK g. How billing procedures are handled with Equipment Management: Billing will be handled in accordance with the current billing procedures that are required by the City. The NAPA Invoices will include vehicle number, work order number, parts numbers and description, unit price and transaction date. 1 h. What comprehensive reports on part(s) activities and other stock items are available: NAPA has developed a web-based reporting solution specifically tailored to satisfy the more frequent reporting. The following are some examples of reports that can be provided through our system: • Parts usage reports • Parts in stock report • Parts on order report • Parts on backorder report • Inventory snapshot report • Daily transaction report • Parts fill rate report • Lost Sales report i. How Offerors integrate existing Fleet Management information with their system: I. NAPA TAMS is currently Integrated with the City of Glendale RTA system. j. Proposed parts list, inventory, and billing software to be used: NAPA will continue to utilize the NAPA proprietary TAMS -Total Automotive Management System - Exclusive to NAPA this is a total Automotive and non-automotive inventory management system that provides a comprehensive system to inventory ANYTHING the City of Glendale wishes to include in the parts operation. In addition, this system has the ability to access every NAPA store in the Phoenix area, the NAPA Distribution Center, 64 NAPA Distribution Centers and all NAPA supplier warehouses with one keystroke. Most parts in the NAPA system are available with same or next-day delivery- if requested. Invoicing. City of Glendale CITY OF GLENDALE Procurement Division Solicitation Number: RFP 20-25 5850 West Glendale . ONSITE AUTOMOTIVE.AND HEAVY EQUIPMENT Avenue, Suite 317 ellendaile PARTS OPERATION Glendale,Arizona 85301 n a i z a ri n RESPONSE WORKBOOK This computer will perform complete inventory control and invoicing functions as described below, as well as cataloging, part number interchanges, and providing daily and monthly- preformatted reports. FEATURES OF TAMS SYSTEM INCLUDE: o Invoicing o Cataloging • Master Interchange o Inventory Control • Automatic inventory min/max review • Ability to check inventory levels and order from any NAPA Distribution Center across the country • Custom Pricing • Parts in Stock and On Order • Parts on Backorder Information • Automatic Stock Levels By Part • Parts Cost • Utilizes bar code formats specified for NAPA part numbers • Historical tracking of parts issued to your specific equipment units k. How to handle non-stock items and what pricing structure and procedures are used for their procurement (includes OEM, non-inventory parts, chemicals, etc. Please note the fleet equipment to be maintained under the resulting contract includes many types of construction and sanitation equipment with unique or limited parts suppliers. Proposals should specifically address this component of the work and describe how the Offeror intends to provide a higher level of service or better pricing than the City might currently enjoy with its in-house parts operation. How are priority parts requirements for emergency vehicles procured? NAPA will continue to use our network of 1300 suppliers for both OEM and aftermarket parts. We also have the ability to compare pricing with our other 400+ NAPA Integrated Supply locations to obtain best source of price. We also use local • vendors and negotiate the best price possible. Priority parts requirements for emergency vehicles will be the best and fastest way possible with City's approval for freight charges. City of Glendale CITY OF GLENDALE Procurement Division Solicitation Number: RFP 20-25 5850 West Glendale ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue, Suite 317 PARTS OPERATION Glendale,Arizona 85301 "R "°"'' RESPONSE WORKBOOK I. How does the Offeror propose to handle the removal of the waste products generated at the facility, including batteries, oils, and lubricants? Include the process and vendors to be used for recycling anti-freeze and refrigerant. Describe any notices of violation your organization has received from environmental authorities regarding handling or disposal of such products. Batteries will continue to be removed monthly by battery truck. Oils and lubricants will • be picked up by Safety Kleen or the City's present source. Anti-Freeze recycling machines are available and recommended for City usage, or Safety Kleen or Thermal Fluids, or City's present source can dispose of used Anti-Freeze. Recycling machines are used to recycle the refrigerant.These machines are available from NAPA. m. Describe in detail the inventory system to be used and its operational features. NOTE: Bar coding equipment compatible with the City's Fleet Management software is required. Inventory will continue to be based on NAPA Classification System which includes a continual update of vehicles in the City of Glendale Fleet. The inventory system performs complete inventory control and invoicing functions. This includes invoicing, cataloging, bar code scanning, master interchange, parts in stock and on order and on backorder. Lost sales are tracked and there are automatic stock levels by part number. TAMS bar coding is capable of learning other bar codes and is compatible with the City's software. n. Offeror's proposed policy concerning defective, inferior, and non-fit items and any other general warranty considerations: All warranty or defective product claims are processed according to the product manufacturers' warranty policies. The following paragraph is the standard warranty language that NAPA offers to all of its commercial customers: All automotive parts supplied pursuant to this Contract are subject to the terms of written warranties provided by the manufacturer of each part, and NAPA 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 parts supplied to the City pursuant to this Contract. All other warranties, both expressed and implied, including any implied warranties of merchantability or fitness for a particular purpose, are hereby excluded. Copies of the manufacturers' warranties are available to the City upon request. City of Glendale CITY OF GLENDALE Solicitation Number: RFP 20.25 Procurement Division 5850 West Glendale � .- ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue, Suite 317 ©Hendee it a PARTS OPERATION Glendale,Arizona 85301 ° ' Z°" RESPONSE WORKBOOK o. How Offeror proposes to manage the Tool Room, including repairs, losses, issuance, etc. NAPA will continue to provide security, create part numbers for every tool and will have a separate account for Tool Room. NAPA will continue to bill at zero cost to employees and verify tools returned. Tools will continue to be repaired on an as needed basis with approval from the City of Glendale. p. Proposed format and pricing schedule Offeror will use for stock parts and supplies. How long are prices set? How are price increases determined? Provide cost accounting methodology to be used to recover costs of overhead, pickup/delivery, personnel and inventory carrying costs. Pricing-The pricing to be supplied by NAPA to the City of Glendale is shown below. The cost of the parts and services supplied will be determined by using the Lowest Available Landed Cost. The City of Glendale will receive all of the manufacturer's promotional discounts that are earned by NAPA as a result of the City of Glendale's purchases from NAPA. These discounts will be used in determining the Lowest Available Landed Cost of goods supplied. Pricing of product and services supplied by NAPA to the City of Glendale shall be set to guarantee NAPA 8 percent markup over the cost of the goods supplied (lowest landed cost plus an 8% Markup) plus all costs and expenses incurred by NAPA in the operation of the On-Site Store. All costs and expenses incurred by NAPA in the operation of the On-Site Store shall be included in the City of Glendale's monthly billing. The City of Glendale will be billed at the end of each month on an "in arrears" basis, the costs and expenses shall include, but are not limited to, salary and benefits for NAPA employees, worker's compensation benefits and insurance, unemployment insurance, interest, personal property insurance and inventory, any deductible for losses covered under personal property, automobile liability, or general liability insurance policies of NAPA, all equipment supplied by NAPA and any and all costs and expenses associated with the operation of the On Site Store or the vehicles used by NAPA in the operation of the On Site Store. q. Describe in detail how Offeror would propose to work with the incumbent operator to ensure a seamless transition for operational transfer if Offeror is selected as a new provider. NAPA is the current incumbent operator. No transition will be required, and the operation will continue to run seamlessly as we enter into the new contract. 1 City of Glendale CITY OF GLENDALE Procurement Division Solicitation Number: RFP 20-25 5850 West Glendale ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue, Suite 317 C ��Cr�C�i7�df= PARTS OPERATION Glendale, Arizona 85301 " ' Z°"" RESPONSE WORKBOOK 4. REFERENCES (10%) Offerors should submit with their offer a list of three (3) references, from companies with whom the vendor has provided similar products/services in the last five years. Also, include, company name, location, contact person, telephone numbers and email address and a description of the products/services provided. City of Tempe, AZ 55 S. Priest Road Tempe, AZ 85281 Contact: Kevin Devery Fleet Manager E-mail: Kevin devery@tempe.gov In-house parts operation - 2 years Services provided include: Parts & supplies, automotive parts; heavy-duty parts, tires (new & recap), lubrication products, machine shop service, on-site hydraulic hose assembly, sublet repairs. Vehicles: Police, Fire, Ambulance, Solid Waste, and miscellaneous small engine, light duty, and heavy-duty equipment. NAPA Employees: 2 Inventory Value: $200,000 Annual Contract Value: $1,200,000 City of Ventura, CA 336 Sanjon Road Ventura, CA 93002 Contact: Mary Joyce Ivers, Director of Public Works, 805-652-4539 E-mail: mjivers@cityofventura.ca.gov In-house parts operation — 10 years - one location Services provided include: industrial parts, facility maintenance items, Parks and Recreation equipment, automotive parts; heavy-duty parts, & supplies, tires (new & recap), lubrication products, machine shop service, on-site hydraulic hose assembly, sublet repairs, wrecker service, and emergency tire road service. Vehicles: Police, Fire, Ambulance, Solid Waste, and miscellaneous small engine, light duty, and heavy-duty equipment. NAPA Employees: 2 Inventory Value: $150,000 Annual Contract Value: $1,000,000 City of Glendale CITY OF GLENDALE f Solicitation Number: RFP 20-25 Procurement Division ,"( per. ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT 5850 West GlendaleAvenue, Suite 317 011ertadage PARTS OPERATION Glendale, Arizona 85301 R 1 '°t," RESPONSE WORKBOOK City of Sacramento, CA 6730 24th Street Sacramento, CA 95822 Contact: Mark Stevens 916-808-5869 E-mail: mstevens@cityofsacramento.orq • In-house parts operation - 10 years-5 locations Services provided include automotive parts; heavy-duty parts, industrial parts & supplies, tires (new & recap), lubrication products, machine shop service, on-site hydraulic hose assembly, sublet repairs, wrecker service, and emergency tire road service. Vehicles: Police, Fire, Ambulance, Solid Waste, and miscellaneous small engine, light duty, and heavy-duty equipment. NAPA Employees: 11 Inventory Value: $1,470,000 Annual Contract Value: $4,500,000 The Boeing Company, Mesa, AZ 5000 East McDowell Road Mesa, AZ Contact: Tonia Bailey 480-509-5324 Tonia.bailey@boeing.com In-house parts operation - 10 years- one location Services provided include industrial parts, facility maintenance items, HVAC, electrical materials, plumbing, mechanical parts. NAPA Employees: 2 Inventory Value: $70,000 Annual Contract Value: $500,000 City of Glendale CITY OF GLENDALE Solicitation Number: RFP 20-25 Procurement Division i� 5850 West Glendale ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue,Suite 317 (Vendee PARTS OPERATION Glendale, Arizona 85301 a i o 1, RESPONSE WORKBOOK 5. COST OF PROPOSED SERVICES / PRICING WORKBOOK (30%) Provide a method of charging and an estimated monthly cost for the proposed services. The method of charging shall be provided in complete detail. If your proposal references discount from trade price lists, include a copy of any such list. BE SPECIFIC on how the costs were calculated (i.e., include labor, administrative overhead, etc.). Provide methodology used by the Offeror in maximizing savings to the City for parts not on the Vendor's standard parts list. As a comparison of cost, the PRICING WORKBOOK and PRICING SUPPLEMENT shall be completed by the Offeror to aid the evaluation committee in determining cost points. Cost of Proposed Services The Parts operation would bill the following: Product Costs • All OEM or non OEM parts will be billed at NAPA Auto Parts cost plus 8% mark up. Example of a part that cost$ 10.00. City of Glendale cost will be $ 10.00 / .8%= $ 10.80 • Pricing will be set at Jobber Net store cost, minus any manufacture rebates, and drop ship discounts to achieve NET cost. Or in the case of buyouts, it will be lowest landed invoice cost. •The City of Glendale shall use NAPA Auto Parts as its primary supplier of inventory under this agreement.The parties agree that the term"Primary Supplier"shall mean the supplier of at least ninety- percent (90%) of the City of Glendale Facilities need for inventory. PRICING PLAN SUMMARY NAPA Product Billed to CUSTOMER at a cost / .8%= $10.80 Costs Non-NAPA Billed to CUSTOMER at a cost / .8%= $10.80 Product Costs Operational Billed to CUSTOMER at cost Costs Net Profit 8% net profit for NAPA Target City of Glendale CITY OF GLENDALE �f r Solicitation Number: RFP 20-25 Procurement Division 5850 West Glendale ` ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue, Suite 317 ©0enJele PARTS OPERATION Glendale, Arizona 85301 "R"°"" RESPONSE WORKBOOK Cost of Proposed Services Operational Cost To achieve this goal, NAPA Auto Parts, will bill City of Glendale Facilities monthly: All Operational Expenses associated with City of Glendale Facility Parts Department will be billed on the monthly statement, at NAPA's cost with no mark up. • Any and all cost and expenses associated with the operation of the On-Site Store or the vehicles used by NAPA Auto Parts in the operation of the On-Site Store. Including, but not limited to salary, benefits and all insurance. • NAPA Auto Parts will provide City of Glendale a monthly Operating Statement provided by NAPA Accountant services. • Local COLA annual wage changes will be reviewed and agreed upon by both parties. All fees and expenses will be agreed upon by both parties: City of Glendale and NAPA Auto Parts. Additional overtime expense incurred as a result of peak or emergency response for required hours of operation outside normal business hours will be billed as a separate line item. Cost of Proposed Services Cost of proposed Parts and Repair Services Pricing-The pricing to be supplied by NAPA to the City of Glendale is shown below. The cost of the parts and services supplied will be determined by using the Lowest Available Landed Cost. The City of Glendale will receive all manufacturer's promotional discounts that are earned by NAPA as a result of the City of Glendale's purchases from NAPA. These discounts will be used in determining the Lowest Available Landed Cost of goods supplied. Pricing of product and services supplied by NAPA to the City of Glendale shall be set so as to guarantee NAPA 8 percent net profit over the cost of the goods supplied (lowest landed cost plus an 8% mark up) plus all costs and expenses incurred by NAPA in the operation of the On- Site Store. All costs and expenses incurred by NAPA in the operation of the On-Site Store shall be included in the City of Glendale's monthly billing. The City of Glendale will be billed at the end of each month on an "in arrears" basis, the costs and expenses shall include, but are not limited to, salary and benefits for NAPA employees, worker's compensation benefits and insurance, unemployment insurance, interest, personal property insurance and inventory, any deductible for losses covered under personal property, automobile liability, or general liability insurance policies of NAPA, all equipment supplied by NAPA and any and all costs and expenses associated with the operation of the On-Site Store or the vehicles used by NAPA in the operation of the On Site Store. { City of Glendale CITY OF GLENDALE Solicitation Number: RFP 20-25 Procurement Division 5850 West Glendale ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue, Suite 317 Qeutetlee PARTS OPERATION Glendale,Arizona 85301 ARIZONA RESPONSE WORKBOOK Upon termination of contract, the City of Glendale agrees to purchase all non- NAPA inventories at NAPA's cost. The City will have the option to purchase NAPA branded inventory at cost. The timeline is to have all inventory, personnel, computer system(s), and catalogs in place no more than thirty days after the award of the contract. NAPA will also hire and/or transfer existing qualified employees to the City facility. These employees will meet the qualifications of their positions as outlined in this response. We will also move the parts room inventory to the new location upon approval to do so. VENDOR EXCEPTIONS: Per Exhibit 2.2, Offeror shall note any exceptions to the solicitation documents in this section using the example below: Document Name: Exhibit 3 — Insurance Requirements Section: 1.a.i. Commercial General Liability— General Aggregate $5,000,000 Exception: Vendor's General Aggregate is only $3,000,000 (If there are any exceptions, Offeror shall list here) ADDENDUM RESPONSES AND ACKNOWLEDGEMENT: Attach addendum response(s) and acknowledgement(s) here. (Offeror to include response here) CONFLICT OF INTEREST STATEMENT: If Offeror indicated they have a conflict of interest on the Offer Sheet, Offeror must provide details here. Please refer to the CONFLICT OF INTEREST section on page 1 of the EXHIBITS PACKAGE for required information to be included here. (Offeror to include response here) City of Glendale CITY OFGLENDALE Solicitation Number:RFP 20-25 5 Pr850rement Division 50 West Glendale ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue,Suite 317 PARTS OPERATION Glendale,Arizona 85301 PRICING WORKBOOK PRICING WORKBOOK Offeror shall provide a method of charging and an estimated monthly cost for the proposed services in the similarformat below.The method of charging shall be provided in complete detail. If your proposal references discount from trade price lists, include a copy ofanysuchlist. BESPECIFICon howthecostswere calculated(i.e.,includelabor, administrative overhead,etc.). Provide methodology used by the Offeror in maximizing savings to the City for parts not on the Vendor's standard parts list. MONTHLY OVERHEAD COST Item TOTAL MONTLY No. DESCRIPTION COST 1 . Estimated City Purchases: $100,000.00 Cost of Sales: $ 92,000.00 Gross Profit: $ 8,000.00 Payroll: General Office: $ 0 Stockroom Delivery: $ 17,784.85 Accounting/data processing: $ 1695.10 Other: $ Miscellaneous: Insurance: $ 644.00 Depreciation: $ 705.00 Employee benefits: $ 2113.00 Freight/Postage: $ 53.00 Legal &professional: $ 450.00 Store supplies: $ 163.00 Telephone/utility: $ 66.00 Other: Tams $ 540.00 $ 24,213.95 $ 24,213.95 $ i Note: Hempelman Auto Parts cannot,and does not,represent,warrant or otherwise guarantee the accuracy of these projection.These are our best estimates. Ar al-Pests-P-Fiee-iciercasc astir-ate-flat to 1% (Disallowed by COG) Aruc4Wage 4ncrrase=-estimate--1.%a3%o (Disallowed by COG) City of Glendale CITY OFGLENDALE Procuremenn Solicitation Number:RFP 20-25 5850West lendaDivisle WestGlendale ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue,Suite 317 PARTS OPERATION Glendale,Arizona 85301 PRICING WORKBOOK STOCKED AND NON-STOCKED PARTS PRICING Percent Mark-Up Item DESCRIPTION from Cost Price or No. Price List 1 . STOCKED,AND NON-STOCKED PARTS PRICING WILL BE EVALUATED ON A COST PLUS % MARKUP ONLY. Percent Mark-Up from Price List 8 0/0 PRICE Unit Price representsthe price of each unitwhich includes,butis not limited to, shipping,packaging,licenses,fees, labor, insurance,and any other associated direct or indirectcosts. Sales taxes should not be included in unit prices. PRICING SUPPLEMENT EST. VENDOR'S ITEM DESCRIPTION ANNUAL VENDOR'S UNIT PRICE EXTENDED VIN# NO. QUANTITY COST WITH MARKUP AMOUNT (A) PRICE (B) (A X B) ALTERNATOR, 160 AMP,2013 1 1GNLC2E08DR282910 1 $_340.73_ $_367.99_ $_367.99 V8 _ CHEVROLET TAHOE,5.3L ALTERNATOR,200 AMP,2006& 2. UP FORD CROWN VIC,POLICE PKG 1 2FABP78V5AX106085 $_237.38_ $_256.37_ $_256.37 3. ALTERNATOR, 145 AMP,2011 PETERBILT, CUMMINS ISL 8.9L 38PZK59XXBF126854 3 $_178.96= $ 6_193 0 _ $_579.t8— 4. BRAKES DISC 17",2013 1GNLC2E08DR282910 2 CHEVROLET TAHOE $_152.27,_ $_164.45_ $_328.90_ _— —BRAKE 5. TAHOE 1GNLC2E08DR282910 2013 CHEVROLET 1GNLczEoBDRzsz9lo 4 $_109.94_ $_118.74_ $_474.96_ 6. BATTERY,DRY CELL,2009 HONDA 1H2SC51779K600158 6 $_164.00_ $_177.12_ $_1062.72 ST1300PA POLICE BIKE BATTERY, MAINTENANCE FREE, 7. 750CCA,2006&UP FORD CROWN 2FAgP7BV5Ax106085 45 $_93.68_ $_101.17_ $_4552.65^ VIC,POLICE PKG BATTERY,MAINTENANCE FREE, 8. 660 CCA,2013 CHEVROLET 1GNLC2E08DR282910 90 $_96.90_ $_104.65 $,_9418.50,__. TAHOE,5.3L V8 BATTERY, HVY DTY, 9' COMMERCIAL,2003,EONEHUSH 4EN36CA8731007300 87 $_123.15_ $_133.00_ $_11571.00_ FIRE TRUCK City of Glendale CITY OF GLENDALE Solicitation Number:RFP 20-25 Procurement Division ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue,Suite 3 l7 PARTS OPERATION Glendale,Arizona 85301 PRICING WORKBOOK 10. WIPER BLADES, BOLT ON, 1997 4ENDAAA83V1007275 16 $_6.45 $_6.97 $_111.52 &UP,EONE HUSH FIRE TRUCK 11 DRIVE BELT ASSESSORY, 2003, EONE HUSH FIRE TRUCK, 4EN3BCA8931007301 2 $_15.37 $_.16.60 $_33.20__ CUMMINS ISM 10.8E 12. ALTERNATOR,320 AMP,2003, 4EN3BCA8031007302 3 $_600.60.^ $_648.65 $_1945.95` EONE HUSH FIRE TRUCK 13. FRONT STRUTS, 2006&UP FORD 2FABP7BV5AX106085 8 $_86.61 $_93.54 $ 748.32 CROWN VIC,POLICE PKG SHOCK ABSRBR,REAR,2006& 14. UP FORD CROWN VIC, POLICE 2FABP7BV5AX106085 6 $_42.22� $_45.60 $_273.60_ PKG , .. WATER PUMP, 2006& UP FORD 15. 22 2FABP7BV5AX106085 7 $_ .45 $_24.25 $ 169.T5_ CROWN VIC,4.6L V8 POLICE PKG { GRIP CYLINDER, 2012 16' PETERBILT,W/HEILMODEL320 3BPZK59X5CF162629 3 $_650.00_ $_702.00 $_2106.00__ RAPID RAIL BODY GRIPPER STRAP,2012 17. PETERBILT,W/HEIL MODEL 320 3BPZK59X5CF162629 20 $_36.00 $_38.88 $_777.60 RAPID RAIL BODY - ,.. 18. GRIP CYLINDER,2013 AUTOCAR, 5VCACRVF1EH216383 9 $_579.00_ $_625.32 $_5627.88_ W/MODEL 30 SCORPION BODY 19. GRIPPERSTRAP,2013AUTOCAR, 5VCACRVF1EH216383 27 $_17.95 $_19.39 $_523.53_ W/MODEL 30 SCORPION BODY PACKER PADDLE/BLADE,2013 20. PETERBILT, W/HEIL MODEL 320 36P2K59X1CF162630 4 $_3034.40_ $_3277.15 $_13108.60_ RAPID RAIL BODY I ,-^_..._. __.- PACKER CYLINDER, 2013 21. PETERBILT,W/HEIL MODEL 320 $_ 3BPZK59XiCF162630 4 $_610.22_ $_659.04 2636.19_ RAPID RAIL BODY _ { COMP,A/C,W/CLUTCH& 22' PULLEY,2006 FORD TAURUS, 1FAFP53266A176155 2 $_117.64_ $_127.05 $_254.10 3.0E 23. IGNITION WIRE SET, 2006 FORD 1FAFP53266A176155 1 $_26.52 $_28.64 $_28.64_ TAURUS,3.0E 24 COOLING FANASSEMBLY;2010& UP,CHEVROLET TAHOE POLICE 1GNMCAEO4AR224688 6 $_177.52_ $_191,72 $_1150.32_ PKG BLADE,WIPER ASSEMBLE, 2010 25. &UP,CHEVROLET TAHOE POLICE 1GNMCAEO4AR224688 120 $ 6.43 $_6.94 $_832.80 PKG .-.- -- - 26. BLADE, WIPER REAR,2010 &UP, 1GNMCAEO4AR224688 3 $_5.64_ $_6.09 $_18.27 CHEVORLET TAHOE POLICE PKG 27. BLADE,WIPER ASSEMBLE, 2011 3BPZK59XXBF126854 18 $_6.43 $_6.94 $_124.92,., _ &UP PETERBILT,MODEL 320 GUTTER BROOM,2007 28. INTERNATIONAL,MODEL 4300 1HTMMAAN67H53O798 1 $_3542.15_ $_3825.52 $_3825.52__ BROOMBEAR STREET SWEEEPER DIRT SHOES,2007 29. INTERNATIONAL,MODEL 4300 1HTMMAAN67H530798 3 $_14.10 $_15.23 $ 45.69 BROOMBEAR STREET SWEEEPER _____ - City of Glendale CITY OF GLENDALE Solicitation Number:RFP 20-25 Pro 58curement Division West Glendale ONSITE AUTOMOTIVE AND HEAVY EQUIPMENT Avenue,Suite 317 PARTS OPERATION Glendale,Arizona 85301 PRICING WORKBOOK WATER PUMP,2005 CHEVROLET • 30.. 1500,4.3L V-6 1GCEC19V15Z182490 1 $_78.51_ $_84.79 $_84.79 GRAND TOTAL PARTS COSTS $63039.46 31 . TAXAMOUNT Offeror should not include any use tax or federal tax in their bid price. The City is exempt from the payment of federal excise tax and will add use tax as applicable. For the purpose of determining the lowest cost, the Citywill not take tax into consideration. Tax: 9.2 32. DELIVERY All orders sh all be delivered as per Specifications. 33. PROCUREMENT CARD ORDERING CAPABILITY Please check appropriate box. YES, I will accept payment under this contract with the Procurement Card. X NO, I will not accept payment under this contract with the Procurement Card. OFFEROR NAME: Hemoelman Auto Parts Co Inc (Offeror must enter full Company