Loading...
Item 4G MemoM E M O R A N D U M January 19, 2021 To: Shana Yelverton, City Manager From: Sharen Jackson, Chief Financial Officer Timothy Slifka, Purchasing Manager Subject: Item 4G Approve Contract Renewal for Preventative Maintenance and General Repair Services with Grapevine Ford Lincoln Action Requested: Approve contract renewal for preventative maintenance and general repair services for City vehicles with Grapevine Ford Lincoln. Background Information: The City Council approved the original contract with Grapevine Ford Lincoln on February 21, 2017. The original contract allows two (2), one-year contract renewals at the City’s option. This is the second available renewal. The contract provides preventative maintenance and general repair services for heavy and specialty vehicles for the City. No increase in pricing is requested at this renewal. Financial Considerations: Costs for City of Southlake preventative maintenance and general repair services are funded through budgeted department maintenance accounts. FY 2020 spend $43,800. Strategic Link: C1 – Achieve the highest standards of safety and security. B2 – Collaborate with select partners to implement service solutions. F2 – Invest to provide and maintain high quality public assets Citizen Input/ Board Review: None Legal Review: Attorney reviewed original bid documents as to form Alternatives: Deny and re-bid preventative maintenance services Supporting Documents: Current contract documents with Grapevine Ford Lincoln Staff Recommendation: Approve the renewal of contract for preventative maintenance and general repair services with Grapevine Ford Lincoln. December 28, 2020 Grapevine Ford Lincoln 801 E. Hwy. 114 Grapevine, Texas 76051 Attn: Mr. Clarence Diggs Subject: Notification of Contract Renewal for Preventative Maintenance Services for City of Southlake Vehicles RFP1608B200TS160018 Dear: Mr. Diggs: The City of Southlake is providing notification of contract renewal, pending City Council approval, for “Preventative Maintenance Services for City of Southlake Vehicles RFP1608B200TS160018”. This renewal shall become effective February 21, 2021 (CC Approval date _________) and shall continue in full force based on the terms and conditions of the initial award. As a condition of contract renewal, a price adjustment may be requested by the vendor and considered by the City. Price adjustments may only occur at the time of renewal and only upon securing the approval of the City in writing. Requests for price adjustments must be solely for the purpose of accommodating an increase in the vendor’s cost, not profit. Your company has not requested an increase at this renewal. All terms and conditions remain in effect. The terms and conditions proposed and accepted in this renewal agreement are as follows: Payment Terms: Net 30 days (Unless otherwise noted – such as pre- and/or partial payment) Method of Payment: Shall be made by purchasing card or purchase order. Delivery Terms: FOB Destination Delivery Locations: IF STATED IN RFP DOCUMENT Term of Contract: Shall be effective for twelve months from date of renewal City Contact: Tim Slifka 817-748-8312 Send all billing to: City of Southlake 1400 Main Street, Suite 420, Accounts Payable Southlake, TX 76092 or Email: accountspayable@ci.southlake.tx.us Other Charges: The City of Southlake is a tax-exempt municipal corporation and is exempt from all federal, state, and local sales taxes. All other specifications, terms and conditions shall be as provided in the original procurement documents. No other attachments to or in response to this agreement will be accepted unless approved in writing by the Purchasing Manager or an authorized representative of the City of Southlake. Thank you for participating in our procurement process. Please call 817-748-8312 with any questions. Sincerely, Tim Slifka Purchasing Manager CPPO, CPPB City of Southlake 1400 Main Street, Suite 420 Southlake, Texas 76092 tslifka@ci.southlake.tx.us Attest: ________________________ Fax: 817-748-8010 Amy Shelley, TRMC City Secretary Contract Renewal Accepted: Signed: ____________________ Date: ______________ Approved as to Form and Legality: Mayor Laura Hill _____________________ City of Southlake City Attorney 1 Timothy Slifka From:Diggs, Clarence <CDiggs@vtaig.com> Sent:Tuesday, December 22, 2020 9:52 AM To:Timothy Slifka Cc:Hayden, Daren Subject:RE: [EXTERNAL] Contract Renewal for City of Southlake No Increase Requested Have a great Holliday Season and stay Safe Clarence E. Diggs Fleet and Commercial Service Manager Grapevine Ford Lincoln Main-817-481-3531 Direct-817-251-2476 12-22-2020 From: Timothy Slifka <tslifka@ci.southlake.tx.us> Sent: Monday, December 21, 2020 3:15 PM To: Diggs, Clarence <CDiggs@vtaig.com> Cc: Hayden, Daren <DHayden@vtaig.com> Subject: [EXTERNAL] Contract Renewal for City of Southlake Clarence, I am working on the City Council packet for this contract renewal. Will you be requesting an increase in contract rates at this renewal? If no increase is requested please respond with “No Increase Requested”, and I will prepare the renewal packet for City Council approval. If you will be requesting an increase I will need to send you additional paperwork to complete and we will also need to have a conversation regarding possible City Council approval of an increase request. Please let me know at your earliest convenience. Have a great rest of the week and a Merry Christmas! Tim Timothy Slifka, CPPO, CPPB Purchasing Manager 1400 Main Street Suite 420 Southlake, Texas 76092 SOUTHLAKE ORIGINAL DOCUMENT El CITY OF SOUTHLAKE Council Actio Qi Ord./Res.No. February 10,2020 Date Approved 0/I IR 120 Grapevine Ford Lincoln 801 E. Hwy. 114 Grapevine,Texas 76051 Attn: Mr. Clarence Diggs Subject: Notification of Contract Renewal for Preventative Maintenance Services for City of Southlake Vehicles RFP1608B200TS160018 Dear: Mr. Diggs: The City of Southlake is providing notification of contract renewal, pending City Council approval, for "Preventative Maintenance Services for City of Southlke Vehicles RFP1608B200TS160018". This renewal shall become effective February 21, 2020 (CC Approval date a\q 2. ) and shall continue in full force based on the terms and conditions of the initial award. As a condition of contract renewal, a price adjustment may be requested by the vendor and considered by the City. Price adjustments may only occur at the time of renewal and only upon securing the approval of the City in writing. Requests for price adjustments must be solely for the purpose of accommodating an increase in the vendor's cost,not profit.Your company has not requested an increase at this renewal. All terms and conditions remain in effect. The terms and conditions proposed and accepted in this renewal agreement are as follows: Payment Terms: Net 30 days(Unless otherwise noted—such as pre-and/or partial payment) Method of Payment: Shall be made by purchasing card or purchase order. Delivery Terms: FOB Destination Delivery Locations: IF STATED IN RFP DOCUMENT Term of Contract: Shall be effective for twelve months from date of renewal and is eligible for one(1)more one 1)year annual renewal. City Contact: Tim Slifka 817-748-8312 Send all billing to:City of Southlake 1400 Main Street, Suite 420,Accounts Payable Southlake,TX 76092 or Email:accountspayableAci.southlake.tx.us Other Charges: The City of Southlake is a tax-exempt municipal corporation and is exempt from all federal, state,and local sales taxes. All other specifications, terms and conditions shall be as provided in the original procurement documents. No other attachments to or in response to this agreement will be accepted unless approved in writing by the Purchasing Manager or an authorized representative of the City of Southlake. Thank you for participating in our procurement process. Please call 817-748-8312 with any questions. ely, / r G / 1111111//im li a o i, Purchasing Manager PO, CPPB x\...T !o City of Southlake Off;• t7'%,S ,' 1400 Main Street, Suite 420 Southlake,Texas 76092 u_i .irC, t tslifka/c4c i.southlake.tx.us Attest:— '.I Fax: 817-748-8110 Amy lley,TRM III 3. City Secretary Contract R: al Acc pteg: iJ•••• •. \ IF •• 1'// 1111111\\ Signed: l l Date:Az -•%/s Fo a' e ality: fir• or L.ura Hill City of Southlake City Atto er 1/30/2020 Ci.southlake.tx.us Mail-Contract Renewal for City of Southlake SOUTHLAKE Timothy Slifka<tslifka@ci.southlake.tx.us> Contract Renewal for City of Southlake Diggs,Clarence<CDiggs@vtaig.com> Thu, Jan 30,2020 at 11:06 AM To:Timothy Slifka<tslifka@ci.southlake.tx.us> Cc:"Davis, David"<ddavis05@vtaig.com>, "Dickson,Tom"<TDickson@vtaig.com> Tim, There will be no increase in our services. Clarence E Diggs Fleet and Commercial Service Manager Grapevine Ford Lincoln 817-251-2476 1-30-2020 From:Timothy Slifka<tslifka@ci.southlake.tx.us> Sent:Wednesday,January 29, 2020 3:11 PM To: Diggs,Clarence<CDiggs@vtaig.com> Subject: [EXTERNAL] Contract Renewal for City of Southlake Clarence, I'm getting a jump on contract renewals and our contract with Grapevine Ford is coming up for its first available renewal. Will pricing stay the same at this renewal or will you be requesting an increase in contract rates? If no increase is requested, please respond with"No Increase Requested"and I will start to complete the renewal process. If you are going to request an increase I will need to send additional paperwork. Please let me know at your earliest convenience. https://mail.google.com/mail/u/0?ik=1 dc9780fd9&view=pt&search=all&permmsgid=msg-f%3A1657173723459852097&simpl=msg-f%3A16571737234... 1/2 1/30/2020 Ci.southlake.tx.us Mail-Contract Renewal for City of Southlake Regards, Tim Timothy Slifka,CPPO,CPPB Purchasing Manager 1400 Main Street Suite 420 Southlake,Texas 76092 Phone: 817-748-8312 Fax: 817-748-8010 CityofSouthlake.com Current Bidding Opportunities * Please take a moment and click on the appropriate link below to complete our Purchasing Department Survey. Your answers will help us to continually improve our services. City Staff Survey * Internal Staff Bid Survey * Vendor Survey - How are we Doing? * https://mail.google.com/mail/u/0?ik=1 dc9780fd9&view=pt&search=all&permmsgid=msg-f%3A1657173723459852097&simpl=msg-f%3A16571737234... 2/2 ORIGINAL DOCUMENT Grl Y tx SOU7T_ftAKE CITY OF sOUTHLAKE 111 ounc 1 Actio'"!f.><D Ord Rc.,. No. Date Approved Z/Z/7/7 February 9,2017 Grapevine Ford Lincoln 801 E. Hwy 114 Grapevine,Texas 76051 Attn. Mr Clarence E. Diggs Subject: Contract Award Notification for Preventative Maintenance Services for City of Southlake Vehicles RFP16086200TS160018 Dear Mr Diggs. The City of Southlake is pleased to inform you that Grapevine Ford Lincoln of Grapevine,Texas is one of two(2)vendors being awarded "Preventative Maintenance Services for City of Southlake Vehicles RFP1608B200TS160018" The award and this agreement are based on your proposal to the City, copy enclosed. This is a multiple vendor award ntra t. Your company's portion of the award is attached.This award was approved by the City of Southlake City Council on Z/ The terms and conditions proposed and accepted in this agreement are as follows. Line Items Awarded All Items as listed Payment Terms: Net 30 days(Unless otherwise noted—such as pre-and/or partial payment) Estimated Quantities: The City does not guarantee to purchase any minimum or maximum quantity but does contemplate purchasing the awarded items exclusively during the term of the contract from the successful vendors. Method of Payment: Shall be made by City procurement card or purchase order Delivery Terms. FOB Destination Delivery Locations.Vendor Delivery or City employee pick-up Term of Contract: The term of awarded contract shall remain in effect for thirty six months(36)from date of award and is eligible for up to two(2)one(1)year annual renewals City Contact TIM SLIFKA 817-748-8312 Send all billing to:City of Southlake 1400 Main Street,Suite 440,Accounts Payable Southlake,TX 76092 or via email to accountspavableaci.southlake.tx.us Other Charges. The City of Southlake is a tax exempt municipal corporation and is exempt from all federal,state,and local sales taxes. All other specifications,terms and conditions shall be as provided in the original procurement documents. No other attachments to or in response to this agreement will be accepted unless approved in writing by the Purchasing Manager or an authorized representative of the City of Southlake. Thank you for participating in our procurement process. Please call 817-748-8312 with any questions. Sincerely, T`-4'r vl-Yc kms' Tim Slifka,CPPD,C'PB f Purchasing Manager City of Southlake kai.p 3 1400 Main Street, Suite 440Southlake,Texas 76092 44r*** tslifka(@.ci.southlake.tx.us Attest: Lori Payne,TRM Contract a d and Accepted. City Secretary Signed:a.. . '/ 'Date. 2/24 b 7 A rove as Form and a ty. Mayor Laura Hill City Attorne City of Southlake Appendix B—Proposal Submittal Cbecktdt: (To determine validity of proposal) Appestats*(pato 12_through 25)meet be badoded a the proposal sobmktal Appestats C Candia of Interest Form(pate 2S)must be bechrded is the proposal submittal. Fera 1296 Cathleen of Interested Party most be Included in the proposed submittal.See Paste 2 Item LE. X11 Itt opo.al. .ol otittc+i to the CO oC SoitihlakC%hall patIs 0.1111 the,uhntittt+I Prnpu,al. RFP Number:RFP1608B200TS160018 Project Tide: Preventative Maintenance Services for City of Southlake Vehicles Submittal Deadline: 3:00 P.M. (CST), Friday December 9, 2016 Submit electronically* to: www.securebidusa.com Requires email account loin and password. romoaer information: Proposer's Legal Name: G 2A f 1'SJJe f no L.r/vc 419 G. N Address: , got 6 HWY it Lf City,sate&zip 62 AP t>;JYa TI- 7 re qr/ Federal Employer IdentMutbn Naber 9 LI "753 9 f$ r( now Humber. 'ell-LIS1- ,-2] J51/ Paz Naber: j -3 29- O 7 E-Mail Address: WA/W TRAP &4)RD LIJacocv 'C G ,r• J Proposer Autboritatiog 1,the andersiped.have the authority to execute this Proposal in its entirety as submitted and enter into a contract on behalf of the Proposer. N Printed Name and Position of Authorized Ora; Signature of Authorized Representative:.fi/i9 .JI Signed this 6P (day)of Pee'91',A e',e (m•!. 2D/t (year) • I learned of this Request for Proposals by the following means: Newspaper Advertisement City E-mail Notification U Soutl lake Website Cold Call to City Mailed Me a Copy I Other SecttreBid City of Southbtke RFP1608B200T3160018 Page 12 of 26 Appendix B—Proposal(co.aaa.a) I. REQUIRED PROF SAL INFORMATION. IN ORDER FOR A PROPASAL TO BE CONSIDERED COMPLETE,AND TO BE EVALUATED FOR A CONTRACT AWARD BY THE CITY,PROPOSER MUST SUBMIT ALL OF THE FOLLOWING INFORMATION: 1. Proposed Products and/or Services A. Product or Service Description: Proposers should utilize this section to describe the technical aspects, capabilities, features and options of the product and/or service proposed in accordance with the required Scope of Services as identified in Appendix A. Promotional literature, brochures,or other technical information may be used. B. Additional Hardwire Descriptions: Proposers should also include in this section a detaileddescriptionofwhatadditionalhardwareand/or software,if any,would be required by the City in order to fully utilize the goods and/or services proposed. C. Guarantees and Warranties: Each Proposer shall submit a complete copy of any warranties or guarantees provided by the manufacturer or Proposer with the Proposal submitted_ D. Project Schedule/Delivery Date: Proposer must provide a project schedule noting all projected completion dates for segments of the Project,from start-up to completion,and all delivery dates for goods covered by the RFP. The Proposal must show the number of days required to deliver and install the product or equipment after the receipt of the City's Purchase Order. 2. Cost of Proposed Products and/or Services A. Pricing Pricing shall reflect the full Scope of Services defined herein, inclusive of all associated cost for delivery,labor,insurance,taxes,overhead,and profit. B. Schedule of Pricing: Proposer shall quote unit pricing in accordance with the itemized listing ofproductsorcontractsegmentsstatedintheScopeofServicesandusingthefollowingformat: Item Quantity Description of Product or Service Unit Coot 1. Ford F-150 Series Vehicle Unleaded/Flex-Fuel 2WD Per Svc PM Level A per Scope of Services S 413. ®o Per Svc PM Level C per Scope of Services S ! '"e? 2. Ford F-150 Series Vehicle Unieaded/Flex-Fnel 4WD Per Svc PM Level A per Scope of Services S Per Svc PM Level C per Scope of Services S j 3. Ford F-250 Series Vehicle Unleaded/Flex-Fuel 2WD Per Svc PM Level A per Scope of Services S 43• DO Per Svc PM Level C per Scope of Services S 09. e U 4. Ford F-250 Series Vehicle Unleaded/Flex-Fuel 4WD Per Svc PM Level A per Scope of Services y3 • 00 Per Svc PM Level C per Scope of Services S /c.59 . 00 City of Saathlalce RFP1608g2aTS160018 Page 13 of 26 Item QininlitY Descriptou of Product or Service Unit Cost S. Ford F-250 Series Vehicle Diesel Fuel 2WD Per Svc PM Level A per Scope of Services S yt• d 0 Per Svc PM Level C per Scope of Services S Zig.D v 6. Ford F-250 Series Vehicle Diesel Fuel 4WD Per Svc PM Level A per Scope of Services S g F.0 u Per Svc PM Level C per Scope of Services S 315-. 00 7.Ford T-250 Series Vehicle Unleaded Fuel 2WD Per Svc PM Level A per Scope of Services Y.3. 4 0 Per Svc PM Level C per Scope of Services S g •D d 8. Ford F-450 Series Vehide Diesel Fuel 2WD Per Svc PM Level A per Scope of Services S 5R, d u Per Svc PM Level C per Scope of Services S r 6.• CJ 0 9. Ford F-450 Series Vehicle Diesel Fuel 4WD Per Svc PM Level A per Scope of Services S Ir. 0 a Per Svc PM Level C per Scope of Services S ?lvr'• O u 10. Ford F-550 Series Vehicle Diesel Fuel Per Svc PM Level A per Scope of Services S /7 f• 95 Per Svc PM Level C per Scope of Services S A/lf. o O 11. Ford F-650 Series Diesel Fuel Per Svc PM Level A per Scope of Services S / 79. 9-5# Per Svc PM Level C per Scope of Services S 479. Del 12.Ford F-650 Series Unleaded Fuel Per Svc PM Level A per Scope of Services S /21. 15-- Per 21. 4S-- Per Svc PM Level C per Scope of Services S .3 4/47. 9. 5r 13. Ford F-750 Series Vehicle Diesel Fuel Per Svc PM Level A per Scope of Services S 179, 9 Per Svc PM Level C per Scoof Services S 6/79 A 0 14.Ford Escape Unleaded Fuel 2WD Per Svc PM Level A per Scope of Services S 00 Per Svc , PM Level C per Scope of Services S 1'9- .0 0 City of Southiake RFP1608B200TS160018 Page 14 of 26 Item - Qsinedty Descripdoo of Product or Service Unit Cost 15. Ford Escape Hybrid Unleaded Fuel Per Svc PM Level A per Scope of Services S '/•3.iv 0 Per Svc PM Level C per Scope of Services S /59 . 0 " 16. Toyota Camry Hybrid Unleaded Fuel Per Svc PM Level A per Scope of Services S 4.3 .O 0 Per Svc PM Level C per Scope of Services S 1_59. eP V 17. Ford Taurus Interceptor Flex Fuel Per Svc PM Level A per Scope of Services S 11,3 .0 0 Per Svc PM Level C per Scope of Services S /.59. 0 0 18. Ford Explorer Unleaded Fuel 2WD Per Svc PM Level A per Scope of Services S i/,3. O O Per Svc PM Level C per Scope of Services S_/g9. 0 0 19. Ford Explorer Unleaded Fuel 4WD Per Svc PM Level A per Scope of Services S 11(3 • 0 D Per Svc PM Level C per Scope of Services S /S9. OO 20. Ford E-150 through E-350 Series Von Unleaded Fuel Per Svc PM Level A per Scope of Services S 13 .0 o Per Svc PM Level C per Scope of Services s/$9• a a 21. Ford E-350 Series Van Chassis Diesel Fuel Per Svc PM Level A per Scope of Services S J79.00 Per Svc PM Level C per Scope of Services S 1119- OP 22.Dodge Charger Police Vehicle Unleaded Fuel Per Svc PM Level A per Scope of Services S hi3 .00 Per Svc PM Level C per Scope of Services SIO9 'O O 23.Dodge Magnum Police Vehicle Unleaded Fuel Per Svc PM Level A per Scope of Services S 1213 •D O Per Svc PM Level C per Scope of Services VS9; o a 24. Chevrolet Tahoe Police Version Unleaded/Flex-Fuel , Per Svc PM Level A per Scope of Services S fa. O U Per Svc PM Level C per Scope of Services S 454.Od City of Sonthlake RFPI6088200TS160018 Page 15 of 26 Item Quantity Deseriiptia.of Product or Service Unit Cost 25. Chevrolet Tahoe Police Version 4x4 Unleaded/Flex-Fuel Per Svc PM Level A per Scope of Services S 3 . O Per Svc PM Level C per Scope of Services S /S9.0 0 26. Chevrolet 23 Passenger Bus Unleaded Fuel Per Svc PM Level A per Scope of Services S Per Svc PM Level C per Scope of Services S 309,00 27. GMC TC6C042 Diesel Fuel Per Svc PM Level A per Scope of Services S 1/5. s a Per Svc PM Level C per Scope of Services S .S4/.0•® 28.GMC C7500 Series Diesel Fuel Per Svc PM Level A per Scope of Services S ?1S•o o Per Svc PM Level C per Scope of Services S _S'4/D.4 D 29. International 7400 Series Vacuum Truck Diesel Fuel Per Svc PM Level A per Scope of Services S 2b 17•d o Per Svc PM Level C per Scope of Services S v 30. Freightliner 108SD Vacuum Truck Diesel Fuel Per Svc PM Level A per Scope of Services S 2 7S•0 a Per Svc PM Level C per Scope of Services S 60.50 •d V 3L Mack GU 713 Dump Truck Diesel Fuel Per Svc PM Level A per Scope of Services S i/D0.O U Per Svc PM Level C per Scope of Services S _647D•O 0 32. Isuzu Street Sweeper Diesel Fuel Per Svc PM Level A per Scope of Services S / 7 /"90 Per Svc PM Level C per Scope of Services S4f'79 • eta City of Southiake RFP1608B200TS160018 Page 16 of 26 Item Quantity Description ofProduct or Service Unit Cost ADDITIONAL SERVICES 33. Small Engine Powered Unit PM Services as Required This shall include labor costs only.Parts and supplies shall Per Svc be additional cost item based on parts and supplies cost S ("i •d U rate listed below.Labor Only 34. Electric Crane PM Services This shall include labor costs only.Parts and supplies shall Per Svc be additional cost item based on parts and supplies cost S (01 .D a rate listed below.Labor Only 35. Hourly Labor Rate for'Off-Site'General Repairs Per Hr. Hourly labor rate at vendors location S 411.0 D Per Hr After Hours Hourly Labor Rate for`Off-Site'General 36. Repairs Per Hr. After Hours hourly labor rate at vendors location S 1 j.0 V Per Hr Hourly Labor Rate for General Repairs Performed 37. On-Site'at City Location Per Hr. Hourly labor rate at City location S itifrPer Hr After Hours Hourly Labor Rate for General Repairs 38. Performed'On-Site'at City Location Per Hr. After Hours hourly labor rate at City location S Nhl Per Hr Parts and Supplies Cost for General Fleet Repairs.List List Price Minus 39. Price Minas Percentage.List-%Discount 1" Discount Parts and Supplies Cost for PM Services for Small List Price Minns Engine and Electric Crane Units.List Price Minus 40. Percentage.List-%Discount JQ Discount Vendor Vehicle Pick Up and Delivery Fee Vehicle Pick-Up and Delivery Fee for Any City Vehicle 41. Each Per Each Way to/from City location to/from Vendor Way location S D -- Vendor Transport of City Vehicle to Non-City Location Vehicle Delivery Fee for Any City Vehicle From Vendor 42. Per Mile location to Non-City location S `0 Per Mile City of Southlake RFPI6ASB200TS160818 Page 17 of 26 Itt'm Quantity Description of Product or Service Unit Cost 43. Other Vendor Charges.Please Describe. Per Svc S ,ill 4- 44. Other Vendor Charges.Please Describe. Per Svc S '"/ it 45. Other Vendor Charges.Please Describe. Per Svc S 46. Other Vendor Charges.Please Describe. Per Svc s '"'9 3. Term of Contract and Option to Extend Any contract resulting from this RFP shall be effective for thirty six 0361 months from date of award. The City anticipates that contract shall be renewed pursuant to the availability of funds and at the discretion of the City. The following clauses shall be included in the contract A Option Clause,.It is agreed that City will have die option to extend the contract for up to two(2) additional years,in one-year intervals.To exercise this option,the City shall serve notice 30 days prior to contract termination or to the end of any one-year extension.The Option to Extend will not be considered if funding is unavailable or if the contractor's past performance is not within the industry standard. B. Escalation Clause: Should market conditions prevail which dictate an increase, the successful contractor may submit documentation requesting permission to increase pricing no later than 30 days after receiving notice from the City of its intent to extend the agreement.Escalation may only occur at the time of renewal and only upon securing the approval of the City in writing.Requests for price adjustments must be solely for the purpose of accommodating an increase in the contractor's cost,not profits. Vendors shall show in this quote their anticipated percent of escalation if/when the option to extend is exercised. The percent quoted will be a maximum. In addition,the percentage proposed will be a factor in determining the best value to the City. It is the average price over the period of the contract that will be the price factor considered in the evaluation of this quote.Quotes in which negative or no escalation is shown will be considered as 0%escalation. C. Price Increases Upon Extension: If approved by the City, the Contractor shall modify the rates charged by the Contractor to reflect any changes shown in the comparative statement delivered to the City. The maximum increase allowed under this provision shall be four percent(4%)per year. The City shall have authority,in its reasonable discretion,to determine the validity of any change in Contractor's rates.City cannot exercise the Option to Extend with any price increases unless the Vendor completes the section of the Quote requesting anticipated percentage of annual escalation. City of Southlake RFPI608B200 TS160018 Page 18 of 26 First Additional Year(FY 2020-2021)Escalation.. t % Second Additional Year(FY 2021-2022)Escalation................. 3 % 4. Proposer's Experience/Staff A. pried Team: Identify all members of the Proposer's team (including both team members and management)who will be providing any services proposed and include information which details their experience. B. Removal or Replacement of Staff:If an assigned staff person must be removed or replaced for any reason,the replacement person must be approved by City prior to joining the project. C. Business Establishment State the number of years the Proposer's business has been established and operating. If Proposer's business has changed names or if the principals operating the business operate any similar businesses under different names, or have operated any other businesses or changed the legal status or form of the business within the last five (5) years, all names, of predecessor business names, affiliated entities, and previous business entities operated by the principals,if different than present,must be provided; State the number of years' experience the business has: 7 ; and the number of employees: 112- . D. Protect Related Experience: All Proposals must include detailed information that details the Proposer's experience and expertise in providing the requested services that demonstrates the Proposer's ability to logically plan and complete the requested project City of Southlake RFP1605B200TS160018 Page 19 of 26 S. References Proposer shall provide four(4)references where Proposer has performed similar to or the same types of services as described herein. Reference#1: Client Company Name: 2.Ac H r Y C c NS-r-! -ucrI IJ Contact Name: Contact Tide: i-1i tom'R.- F srH ,EquuPMtNT rte tllst Phone.-Email. 2114 - S} )- 3 K4 FXM Q ..zAcH Py Date and Scope of Work Provided: CPAP .CO el eld.v EA tali/611'0r :I-Await dm/AirsalArt, Pate.11a:5 Arto vegsri E s Reference#2: Client/Company Name" Contact Name: Contact Title: cam WWI Atilaibq 4704 Ph e:8 ,. ,41a . 7 Email: R1AI TA .Pea i)!9r.*i} .Ca w. Date and Scope of Work Provided: PM / 7? '-PA. 4aipnfeA t Tov1 LL Em) ,4 wit h is/Pi Reference#3: Client I Company Name L OO fo,Pe Are, Contact Name: Contact Tide: y Des LAG Chi ff2 1Y? D/)e2AT A/_r ANildFIL- Ph j7-,3z'' - 7/0 v Gtrl eze0 Qe•aPotare- Date and Scope of Work Provided:I=/•oss ' e d M 5Y&5 Fin ,'- J7 Ps Reference#4: Client I Company Name:ft C .4tfg:il /fzeop Contact Name: Contact Tide: Mx-jeir 14=0Ju ri1 r/orr ihEyfeli PhankEmail: i'7-1/l; -,563 z rGCM4 TA r BLOO.D Date and` Scope of Work Provided: C me- 2103.p $ t/J2e a. Y City of Southlake RFPi608B200TS160018 Page 20 of 26 6. Trade Secrets and/or Confidential Information This proposal_(does), .(does not)contain trade secrets and/or confidential information. If applicable, describe such tri secrets and confidential information, and the basis for your assertion that such material qualifies for legal protection from disclosure. 7. Federal,State and/or Local Identification Information k Centralized Master Bidders List registration number: // d B. Prime contractor HUB/MWBE registration number: 1[i//7 C. An individual as a sole proprietor must also enter the Proposer's Social Security Number:#___p Emergency Business Services Contact Notice During a natural disaster,or homeland security event;there may be a need for the City of Sou hlake toaccessyourbusinessforproductsorservicesafternormalbusinesshoursand/or holidays. The City may request City employee pick up or vendor delivery of product or services. For this purpose,a primary and secondary emergency contact name and phone number are required. It is critical the vendor's emergency contact information remains current City shall be contacted by E- mail with any change to a contact name or phone number of these emergency contacts.Updates may be emailed to vendors.aci.southlal e.tx.us. All products or services requested during an emergency event are to be supplied as per the established contract prices, terms and conditions. The vendor shall provide the fee (pricing) for an after-hours emergency opening of the business,if any. In general,orders will be placed using a City of Southlake procurement card (Master Card) or City issued Purchase Order. The billing is to include the emergency opening fee,if applicable. The contractor shall provide the names, phone numbers and fee (pricing), if any, for an after-hours emergency opening of the business listed below. Business Name:AY /4— Contract#: Description: Primary Contact(Name): Primary Contact Phone Numbers:Horn C Secondary Contact(Name): Secondary Contact Phone Numbers:Hous After Hours emergency opening fee,if le:S City of Southiake RFP1606B20OTS160018 Page 21 of 26 9. Cooperative Governmental Purchasing Notice Other governmental entities maintaining interlocal agreements with the City,may desire, but are not obligated, to purchase goods and services defined in this RFB from the successful Bidder. All purchases by governmental entities, other than the City, will be billed directly to and paid by that governmental entity. The City will not be responsible for another governmental entity's debts. Each governmental entity will place their own orders with the successful Bidder and be responsible for ensuring full compliance with the RFB specifications. Prior to other governmental entities placing orders,the City will notify the successful Bidder of their intent Please indicate below if you will permit other governmental entities to purchase from your agreement with the City. J Yes,Others can purchase P4No,Only the City can purchase IL CONTRACT TERMS AM)CONDITIONS EXCEPT WHERE PROPOSER MAKES SPECIFIC EXCEPTION IN THE SUBMITTED PROPOSAL,ANY CONTRACT RESULTING FROM THIS RFP WILL CONTAIN THE FOLLOWING TERMS AND CONDITIONS, WHICH PROPOSER HEREBY ACKNOWLEDGES, AND TO WHICH PROPOSER AGREES BY SUBMITTING A PROPOSAL: 1. Delivery of Products and/or Services A. Payment Terms: Unless otherwise specified in the Scope of Services or otherwise agreed to in writing by the City,payment terms for the City are Net 30 days upon receipt of invoice. B. Warranty of Products and Services:All products furnished under this contract shall be warranted to be merchantable and good quality and fit for the purposes intended as described in this Proposal,to the satisfaction of City and in accordance with the specifications, terms, and conditions of the Scope of Services,and all services performed shall be warranted to be of a good and workmanlike quality,in addition to,and not in lieu of,any other express written warranties provided. C. Late Delivery or Performance: If Proposer fails to deliver acceptable goods or services within the timeframes established in the Project Schedule,the City shall be authorized to purchase the goods or services from another source and assess any increase in costs to the defaulting Proposer,who agrees to pay such costs within ten days of invoice. D. Title to Goods and Risk of Loss: For goods to be provided by Proposers hereunder,if any,the title and risk of loss of the goods shall not pass to City until City actually receives,takes possession, and accepts the goods and the installation of such goods,has tested the system,and determined that it is in good and acceptable working order. 2. Miscellaneous A. Independent Contractor Proposer agrees that Proposer and Proposer's employees and agents have no employer employee relationship with City. Proposer agrees that if Proposer is selected and awarded a contract, City shall not be responsible for the Federal Insurance Contribution Act FICA) payments, Federal or State unemployment taxes, income tax withholding, Workers Compensation Insurance payments, or any other insurance payments, nor will City furnish any medical or retirement benefits or any paid vacation or sick leave. B. Assignments: The rights and duties awarded the successful Proposer shall not be assigned to another without the written consent of the Purchasing Manager. Such consent shall not relieve the assigner of liability in the event of default by the assignee. City of Soothlake RFP1608B200TS160018 Page 22 of 26 C. Lim: Proposer shall indemnify and save harmless the City against any and all liens and encumbrances for all labor,goods,and services which may be provided to the City by Proposer or Proposer's vendor(s),and if the City requests,a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. D. Gratuities / Bribes: Proposer certifies that no bribes in the form of entertainment, gifts, or otherwise,were offered or given by the successful Proposer,or its agent or representative,to any City officer,employee or elected representative,with respect to this RFP or any contract with the City,and that if any such bribe is found to have been made this shall be grounds for voiding of the contract E. Financial Participation: Proposer certifies that it has not received compensation from the City to participate in preparing the specifications or RFP on which the Proposal is based and acknowledges that this contract may be terminated and/or payment withheld if this certification is inaccurate. F. Required Licenses:Proposer certifies that he holds all licenses required by the State of Texas for a provider of the goods and/or services described by the Scope of Services herein. G. Authority to Submit Proposal and Enter Cin : The person signing an behalf of Proposer certifies that the signer has authority to submit the Proposal on behalf of the Proposer and to bind the Proposer to any resulting contract. H. Compliance with Applicable Law: Proposer agrees that the contract will be subject to, and Proposer will strictly comply with,all applicable federal, state,and local laws,ordinances, rules, and regulations. 3. Financial Responsibility Provisions A Imo: The Proposer, consistent with its status as an independent contractor, shall carry, and shall require any of its subcontractors to carry,at least the following insurance in such form,with such companies,and in such amounts(unless otherwise specified)as City may require: i. Worker's Compensation and Employer's Liability insurance, including All Stales Endorsement, to the extent required by federal law and complying with the laws of the State of Texas; ii. Commercial General Liability insurance, including Blanket Contractual Liability, Broad Form Property Damage, Personal Injury, Completed Operations/Products Liability, Premises Liability, Medical Payments, Interest of Employees as additional insureds, and Broad Form General Liability Endorsements,for at least One Million Dollars(51,000,000) Combined Single Limit Bodily Injury and Property Damage on an occurrence basis; iii. Comprehensive Automobile Liability insurance covering all owned, non-owned or hired automobiles to be used by the Contractor, with coverage fir at least One Million Dollars 1,000,000)Combined Single Limit Bodily Injury and Property Damage. B. 1ndromificatiog: Proposer agrees to defend,indemnify and hold harmless the City,all of its officers,Council members,agents and employees from and against all claims,actions,suits, demands, proceedings,costs, damages and liabilities, including reasonable attorneys' fees, court costs and related expenses,arising out of,connected with,or resulting from any acts or omissions of Proposer or any agent,employee,subcontractor,or supplier of Proposer in the execution or performance of this contract without regard to whether such persons are under the direction of City agents or employees. City of Southiake RFP1606B200TS16001S Page 23 of 26 Appendix C—Form CIQ DIFORMATION REGARDING Y$NDOR CONFLICT OF INTEREST OIIESTIONNAIR WHO: The following persons must file a Conflict of Interest Questionnaire with the City if the person has anemploymentorbusinessrelationshipwithanofficeroftheCitythatresultsintaxableincomeexceeding$2,500 during the preceding twelve—month period,or an officer or a member of the officer's family has accepted gifts with an aggregate value of more than$250 during the previous twelve—month period and the person engages in any of the following actions: I. contracts or seeks to contract for the sale or purchase of property,goods or services with the City, including any of the following: a. written and implied contracts,utility purchases,purchase orders,credit card purchases and any purchase of goods and services by the City; b. contracts for the purchase or sale of real property,personal property including an auction of Property; c. tax abatement and economic development agreements; 2. submits a bid to sell goods or services,or responds to a request for proposal for services; 3. enters into negotiations with the City for a contract or 4 applies for a tax abatement and/or economic development incentive that will result in a contract with the City THE FOLLOWING ARE CONSIDERED OFFICERS OF THE CITY: 1. Mayor and City Council Members; 2. City Manager;3. Board and Commission members and appointed members by the Mayor and City Council; 4. Directors of 4A and 4B development corporations; 5 The executive directors or managers of 4A and 4B development corporations;and 6. Directors of the City of Southlake who have authority to sign contracts on behalf of the City. EXCLUSIONS: A questionnaire statement need not be filed if the money paid to a local government official was a political contribution,a gift to a member of the officer's family from a family member;a contract or purchase oflessthan$2,500 or a transaction at a price and subject to terms available to the public;a payment for food,lodging, transportation or entertainment; or a transaction subject to rate or fee regulation by a governmental entity or agency WHAT: A person or business that contracts with the City or who seeks to contract with the City must file a Conflict of Interest Questionnaire"(FORM CIQ)which is available online at www.ethics.state.tX.usand a copy of which is attached to this guideline,The form contains mandatory disclosures regarding"employment or businessrelationships" with a municipal officer Officials may be asked to clarify or interpret various portions of the questionnaire. WHEN:The person or business must file: 1. the questionnaire—no later than seven days after the date the person or business begins contract discussionsornegotiationswiththemunicipality,or submits an application,responds to a request for proposals or bids,correspondence,or other writing related to a potential contract or agreement with the City;and 2. an updated questionnaire—within seven days after the date of an event that would make a filed questionnaire incomplete or inaccurate. It does not matter if the submittal of a bid or proposal results in a contract.The statute requires a vendor to file a FORM CIQ at the time a proposal is submitted or negotiations commence. WHERE: The vendor or potential vendor must mail or deliver a completed questionnaire to the FinanceDepartmentTheFutanceDepartmentisrequiredbylawtopostthestatementsondieCity's website, ENFORCEMENT:Failure to file a questionnaire is a Class C misdemeanor punishable by a fine not to exceed 500 It is an exception to prosecution that the person files a FORM CIQ not later than seven business days after the person received notice of a violation. NOTE:The City does not have a duty to ensure that a person files a Conflict of Interest Questionnaire. City otSonthlake RFP1608B200TS160018 Page 24 of 26 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.1491.80th Leg.. Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176.Local Government Code o,w Received by a person who has a business relationship as defined by Section 176.001(1-a)v.lth a localgovernmentalentityandthepersonmeetsrequirementsunderSection176.006(a). By law this questionnaire must bellied with the records administrator of the local governmentaientitynotlaterthanthe7thbusinessdayafterthedatethepersonbecomesawareoffactsthatrequirethestatementtobeflied. See Section 176.006.Local Government Code. A person commits an offense if the person knowingly violates Section 176.006. Local Government Code.An offense under this section is a Class C misdemeanor. 11 Name of person who has a business relationship with local governmental entity. CL q ,Jcb- £ 7) ('s f-l-theck 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 the originally filed questionnaire becomes incomplete or inaccurate Name of local government officer with whom filer has employment or business relationship. ni0rnY S rKli- Name of Officer This section (item 3 including subparts A B C & D) must be completed for each officer with whom the (ilei hos an employment or other business-relationship as defined by Section 176 00 i i t-a i,Local Government Code Attach additional pages to this Form CIO 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 filer of the questionnase" Yes No B Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income.from or at thedirectionofthelocalgovernmentofficernamedinthissectionANDthetaxableincomeisnotreceivedfromthelocal governmental entity? nYes CR) No C Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the localgovernmentofficerservesasanofficerorordirector,or holds an ownership of 10 percent or more/ El Yes I YI No D Describe each employment or business relationship with the local Government officer named in this section y Air fr/"i-St's '1- r #1,4a/R c t ,4 - ( iPLU rJt f—D 6 Sigiature of person doing business 4 y governmental entity Date 1 Adopted 06/29/2077 City otSoutbhke RFP1608B200TS160018 Page 25 of 26 GRAPEVINE FORD,LINCOLN[RO:852499]2017 Lincoln MKC Pass/ Not Grapevine Ford Lincoln Courtesy Inspection Caution Fail Done D,o. 7InspectLighting Inspect instrienent duster warning lamps iiIIr:ii4. 7 . lInspectheadlightlowandhighbeamoperation1111 1 i 7, ,Inspect fog/driving lights(If equipped) 1111 Inspect taillight,turn signal,side marker,and license plate lights IIIIi Inspect taillight,turn signal,and side marker assemblies for cracks and IIII — Ill =f3-11 damage Inspect brake light operation illLI 1111 L!--.A. Inspect hazard light operation a i 1 III 0 Inspect reverse light operation 1 • 40 Inspect dash and interior lights 1111 ----1 • gj Inspect Components Clad(horn operation III ia Windshield for cracks,chips and',Ming III --1 • M-' Inspect wiper and washer operation I I II E: Inspeict windshield wiper blades a -– i 1111 V.:.];'- Inspect rear wiper blade(If applicable) II 1 • Inspect Under Hood Fluid Levels. Condition Check engine oil level and condition a Check transmission fluid level and condition 111 1IN •LI Check brake fluid level and condition t'_'''..; ',' rl II 1:+2.]:,,,i.:: Check engine coolant level and condition 1111E:1: Check power steering fluid level and condition ii — IN E ROC 852499 Grapevine Ford Lincoln I I GRAPEVINE FORD,LINCOLN[RO:852499]2017 Lincoln MKC Pass/ Not Grapevine Ford Lincoln Courtesy Inspection Done Caution Fail Done Fill windshield washer fluid Inspect Under Hood Components u.= Inspect hoed struts Perform battery performance test I 11 *NE• Inspect battery terminals and cables I I U L;f1Inspectairfilter Inspect cabin air(NEPA/micro)filter(if equipped) U U z'11 Inspect all hoses and damps I Inspect drive belts 1111 Measure and Inspect Tire Tread Depth and Condition 3%32" or less = Fail 413" - 6i32" = Caution 6132" or more = Pass Left front tire tread depth 111 I 1 U tj Right front tire tread depth U Left rear tire tread depth U ^ 1 r Right roar tire tread depth I1 U Inspect overall the wear and condition U 4 Check and adjust front tire pressure U _J U Check and adjust rear tire pressure U Measure and Inspect Brake Linings and Condition: Pass: 6 mm and greater{disc) 3 mm and greater(drum) Caution: 4 mm - 5 mm(disc)/2 mm(drum) Fail:3 mm or less(disc)/1 mm or less(drum) iMeasurefrontbrakeliningthicknessI Measure rear brake lining thickness I ROH 852499 Grapevine Ford Lincoln 2 on,C__.0....,i,:L..._..„•r--_...L.... --Ott',tO tAO4 0..--L__!lf'_...... __c..J ...... GRAPEVINE FORD,LINCOLN(RO:8524991 2017 Lincohi MKC Pass/ Not Grapevine Ford Lincoln Courtesy Inspection Caution Fail Done Done Inspect brake system components 1-1 III la Inspect drive train fluid levels, condition and leaks Inspect front differential fluid level,condition and check for leaks II1 • ... ...V.f.'441 Inspect rear differential fluid level,condition and check for leaks IN _ IIII Inspect transfer case fluid level,condition and check for leaks II _J III rA Inspect Under Vehicle Components Inspect fuel tank,lines,and connections III _1 11111 rl inspect exhaust system for leaks,damage,and loose parts I L ] Inspect engine mounts 111 _ • Inspect transmission mounts I III 71 F.(:.t Inspect steering components II ri III r Inspect sway bar components I III t Inspect for wheel bearing free play N III 0- Inspect front suspension components NIIIIIIN Inspect rear suspension components 1111 Ti II Inspect axles,driveshaft(s)U-joints and CV joints/boots N Li • r'W Inspect for fluid leaks Inspect engine for oil leaks N I 1 • 4:a Inspect cooling system for leaks II Li Ill W- Inspect brake system for leaks III IV Inspect transmission for leaks N 1 1 III El Inspect steering system for leaks I T-I ® ,-;,-- ROC 852499 Grapevine Ford Lincoln 3 3 . GRAPEVINE FORD,LINCOLN[RO:85249912017 Lincoln MKC Pass/ Not Grapevine Ford Lincoln Courtesy Inspectionpone Caution Fail pane Services &ior Maintenance Items Time or Mileage based services or Maintenance items gl RO#:852499 Grapevine Ford Lincoln 4 on+r__.o._._.c-t..._..3"r..._-..:..- -v-V-occ -vco c.n• _o_____,r____.---r....a Small Equipment PM Inspection Date Performed Vehicle# Small Engine PM Operating as Designed Air Filter OK Replaced Cleaned Oil Changed Starting Condition Fuel Filter Notes on PM: Small Crane PM Operating as Designed Pulley, Cable, Hook, Oil All Needed Parts All Mountings OK Notes on PM: Technician Signature QUALIFICATIONS All our technicians are required to participate in a continuing education program, Ford Motor Company requires our technicians to be certified annually to maintain Shop and Technician Competency Status. Technicians: ASE-Master and Advanced Level-1 Technician Ford Senior Master 5 Technicians Ford Certified-23 Technicians VENDOR FACILITY 1. 801 EAST HIGHWAY 114 Grapevine Texas 76051 2. A total of 60 service bays,1 state inspection bay,2 window tint,5 detail 3. Services available,detail vehicles,oil and filter change,alignment,suspension and brakes,transmission repair and replacement,engine repair and replacement, electrical and trim repair. VEHICLE TRANSPORT We have a dedicated staff responsible for the pickup and delivery of our customers Vehicles.Normal hours are from 8:00am until 5:00pm Monday thru Friday,if needed earlier and later times could be arranged. Our employees and all vehicles driven by them are covered under our blanket policy(Berkshire Hathaway Automotive Inc.attached) Notice from authorized City of Southlake Employee giving us the vehicle, its location and services needed,information will be placed on our pickup log employees dispatched for pickup.At completion of vehicle the process is reversed and delivered to the pickup location unless instructed otherwise. 2 TEXAS LIABILITY INSURANCE CARD COMPANY PHONE NO COMPANY ®COMM PERSONAL O NAMED DRIVER PODGY 15-540.1000 ACE Arnsrrtan Inmosncn Coma.ny POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE GAR H090.0377 411/2016 wads? YEAR MARE MOOEL VEHICLE IDENTIFICATION KAISER Any auto driven by Mrs Insured AGENCYAGEAXYPHONE pro SPANISH TRANSLATION Aon Rist Insurance Sown Weal MA( 6025427.]200 2555 E.Camila& INSURED Rd.me AZ 656'6 mAmE*Np ADDRE5S OTRADUCCION DE ESPANOL NAME F' BFVT MOMra.LLC din Grapnwrr Ford 701 Epi very t t• rap..rrs, TX 760s r USA This policy provides at least the minimum amounts of liability insurance required by the Texas Motor Vehicle Safety Responsibility Act for the specified vehicles and named insureds and may provide coverage for other persons and vehicles as provided by the Insurance policy WARNING: A NAMED DRIVER POLICY DOES NOT PROMOS COVERAGE FOR INDIVIDUALS RESIDING IN THE INSURED'S HOUSEHOLD THAT ARE NOT NAMED ON THE POLICY. 3 Berkshire Hathaway Automotive Inc. Schedule of Insurance as of April 18, 2016 4/ki3N General Liability -Non Dealership HDO G27404777 Texas Non Subscriber Indemnity FJG0005004-02 Effective:4/1,2016 to 4/1/2017 Effective:4/1/2016 to 4!112017 ACE American Insurance Company North American Capacity General Liability General Policy Aggregate Limit 525,000,000 General Aggregate 15,000.000 Employers Liability Bodily Injury Damages See Per Occurrence Products&Completed Operations Aggregate 52,000,000 Total Indemnity Limit Per Occurrence 525,000,000 Each Occurrence 2,000,000 Maximum Limit Per Employee 5.000,000 Personal&Advertising Injury 52,000,000 Burial Benefit Limit 5,000 Damage to Premises Rented to You 300,000 Retention Each Accident/Each Empi for Disease 300,000 Medical Expense Limit Excluded Employee Benefits Legal Liability Aggregate 52.000,000 Primary Umbrella 19086374 Each Claim 52.000,000 Effective:4/1/2016 to 4/1/2017 Deductible 5300.000 National Union Fire Ins.Co.of Pittsburgh,PA Per Occurrence 25,000,000 Auto Garage Liability 4 GAR H09040377 General Aggregate 525.000,000 Effective:4H/2016 to 4/1/2017 Products/Completed Operations Aggregate 25.000,000 ACE American Insurance Company Retention 25,000 Annual Policy Aggregate 15,000,000 Liability 2.000.000 Excess Umbrella -Quota Share Auto Only,Each Accident 52.000,000 Effective.4/1/2016 to 4/1/2017 Other Than Auto Only Each AccidentlAgg 2,000,000 North American Specialty Insurance Company#EXS 2000275 01 Deductible 300.000 Limit of liability$25,000,000 part of$50,000,000 excess of$25,000,000 Workers Compensation AOS 4 WLR C48600979 Effective:4/12016 to 4/1/2017 Effective:4/12016 to 4/12017 ACE Property and Casualty Insurance Company #XCO G27968788 001 ACE American insurance Company Limit of Liabdity$25,000,000 part of 550,000.000 excess of$25,000,000 Part I:Workers Compensation Statutory Part II:Employers Liability Bodily Injury by Accident-Each Accident 1,000,000 Bodily Injury by Disease-Policy Limit 51.000.000 Excess Umbrella 79834752 Bodily Injury by Disease-Each Employee 1,000,000 Effective.4/12016 to 4/12017 Deductible 300,000 Federal Insurance Company Limits of Liability$25,000,000 excess of$75,000,000 Excess Workers Compensation -AZ #WCU C48600980 Effective:4/112016 to 4/1/2017 ACE American Insurance Company Storage Tank FEIEIL1583202 Part I:Workers Compensation Statutory Effective:6/7/2015 to 6/72016 Part II:Employers Liability Admiral Insurance Company Bodily Injury by Accident-Each Accident 1,000,000 Bodily Injury by Disease-Policy Limit 51,000,000 Per Poftution Condition Limits 1,000,000 Bodily Injury by Disease-Each Employee 1.000,000 Aggregate Pollution Condition Limits 51,000.000 SIR:All Arizona Locations 300.000 Deductible: Environmental Impairment Liability Per Claim 10.000 I Berkshire Hathaway Automotive Inc. Schedule of Insurance as of April 18, 2016 A01#1 Crime F1O0098435 01 Effective:4/1/2016 to 4/1/2017 Effective:2/1/2016 to 4/1/2017 Zurich American Insurance Company XL Specialty Insurance Company Limits of Liability Aggregate Each Policy Period(Including Defense Expert 10,000,000 A.Employee Theft 20,000,000 C.Forgery or Alteration 20,000,000 D.On Premises 20,000,000 E.In Transit 20,000,000 F Computer Fraud 20,000,000 G.Funds Transfer Fraud 20,000,000 Property/Garage Keepers 31377332 H Money Orders and Counterfeit Money 20,000.000 Effective:5/1/2014 to 5/1/2016 J.Investigative Expenses 5150,000 Westport Insurance Corporation Deductible. 5250.000 Per Occurrence for all Coverages Combined 50,000,000 Forgery or Alteration(Credit,Debit.Charge Card) 1,000 Flood per Occurrence&Annual Aggregate 50,000,000 Money Orders&Counterfeit Currency 1,000 Earthquake Per Occurrence&Annual Aggregate 50,000,000 Earthquake Per Occurrence&Annual Aggregate CA 8,000,000 Newly Acquired Property 10,000,000 5.000,000 Management Liability including Fiduciary #1000055282161 Miscellaneous Unnamed Locations 000 Effective:4/12016 to 4/,2017 Transit Starr Indemnity&Liability Co Accounts Receivable 5,000,000 Pollution Clean-up 100,000 Directors&Officers and Employment Practices 5,000,000 Valuable Papers&Records 2,500,000 Liability Annual Aggregate 50,000,000 Retention D&O 100.000 Boiler&Machinery Retention Employment Practices 250.000 Garage Keepers Legal Liability per Location 55,000,000 Builders Risk 25,000,000 Fiduciary Limit 5,000,000 Deductible 2 Retention 5.000 Deductible-Wind&Hail 100, -, 100,000 Deductible-Earth Movement Varies Fiduciary Voluntary Loss SuWimit Varies HIPAA Penalties Sublimit 25,000 Deductible-Flood Deductible-Weather Catastrophe Varies it 510.000 TrTransit Continuity Date(Directors&Officers&EPL) 2/17/2015 Deductible525,000 Continuity Date(Fiduciary) 2/1712015 Deductible-Builders Risk Management Liability-Excess BLX10006488601 Excess Earth Movement -Quota Share Effective:4/12016 to 4/12017 Effective.4/12015 to 5/12016 Endurance American Insurance Company Empire Indemnity Insurance Company 75% MBPP1057413 Limits of Liability$5,000.000 excess of$5,000,000 Limits of Liability$22,000,000 part of$16,500,000 excess of$8,000,000 Prior and Pending Litigation 2/17/2015 Retention Nil Not excess over Fiduciary Liability Effective:4/12015 to 5/1/2016 General Security Indemnity Company of Arizona 25% 4TR00014860028115 Management Liability -Excess UDA152565116 Effective:4/12016 to 4/12017 Limits of Liability$22,000,000 part of$5,500,000 excess of$8,000,000 Retention Nil Hiscox insurance Limits of Liability$10,000,000 excess of$10.000,000 Prior and Pending Litigation 211712015 Not excess over Fiduciary Liability S Berkshire Hathaway Automotive Inc. Schedule of Insurance AON as of April 18, 2016 Master Vehicle Insurance Program Effective:5/1/2015 to 5,1/2016 Lagar Pam: .. ayc n nt iru.u-. Po:r.,"Ji,r-t,F:r Par? Sgt,' _ Pr_;c•urr artic:pa'on-_ S 5,000,000 Deductible Lloyd's of London(non-admitted) 3CPO-150041INA-150017 25.00% 25.00% S 1.250,000 S 465.432 S 5,000,000 Deductible Westport insurance Corporation NAP200058600 5.00% 5.00% S 250.000 S 230.204 5 5.000,000 Deductible Lexington Ins.Co.(MG)(non-admitted)17001526 70.00% 70.00% S 3,500.000 $ 1,300,320 S 10,000,000 S 5,000,000 Lexington Ins.Co.(MG)(non-admitted)13078919 50.00% 50.00% S 5.000,000 S 516.000 S 95,000,000 5 5,000,000 Westport Insurance Corporation NAP200058600 10.00% 10.00% $ 9,500,000 included 20,000.000 S 5,000,000 Axis Surplus In&Co.(non-admitted)ECF787246-15 10.00% 10.00% S 2,000,000 S 82.560 S 20.000.000 S 5,000,000 Liberty Surplus Ins.Corp.(non- 1000155683-01 20.00% 20.60% $ 4,000,000 $ 165,120 S 20,000,000 $ 5.000.000 Lloyds of London(non-admitted) AOS-151609 10.00% 10.00% S 2,000.000 $ 83,076 S 10,000,000 S 15,000,000 Lloyd's of London(non-admitted) AOS-151610 733% 7.33% S 733,300 S 41,796 S 45,000.000 5 15,000,000 National Fire&Marine Insurance 42-XPR-000293-02 42.67% 42.67% S 19,200,150 S 231,168 75,000,000 S 25,000,000 Maxum Indemnity Company(non- MSP 6026612-01 10.00% 10.00% S 7,500,000 5 62,075 5 75,000,000 S 25,000,000 Axis Surplus Ins.Co.(non-admitted)ECF780596-15 10.00% 10.00% $ 7,500,000 S 61,920 S 75,000,000 $ 25,000.000 Endurance American Ins.Co.(non-OMC10006977500 7.50% 7.50% S 5,625,000 5 45,000 S 75.000.000 S 25,000,000 Kinsale Insurance Company(non- 0100028624-0 6.50% 6.50% $ 4,875,000 $ 40,506 S 75,000,000 S 25,000,000 Landmark American Ins.Co.(RSUI) LHD392394 13.33% 13.33% S 9,999,750 S 82,560 S 40,000,000 $ 60,000,000 Aspen Specialty Ins.Co.(non- PXAEAH915 42.67% 42.67% S 17,066.800 S 66.053 Subunits of Liability 5750,000 Any one Automobile 51.500,000 Per Occurrence while in transit,if at your risk of loss 1,000,000 Per Occurrence while temporarily away from named locations for exhibition 1,000,000 In Aggregate for any one policy period in respect of losses arising from Trick and Device and False Pretense 25,000,000 In Aggregate for any one policy period with respect to the peril of Earthquake 25,000,000 In Aggregate for any one policy period with respect to Flood 750,000 Towing and debris removal expense 150.000 Pollutant Cleanup per occurrence subject to a Policy Period Aggregate of$300,000 Deductibles: 2,500 per vehicle subject to a max of 510.000 per occurrence for all covered causes of loss 25,000 with respect to any vehicle greater than 5400.000 Earthauake-$600,000 per occurrence max Flood-5600 000 per occurrence max Wind/Hail-$1,500 Per vehicle subject to a maximum of the greater of$600.000 per occurrence max or 075%of the average of the most recent two total monthly exposures per occurrence with respect to loss caused by or resulting from Wind andlor Hail Surplus Lines Tax&Stamping Fee are included in the premium listed above G