Loading...
Contract 2023-032ADocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 TO: FROM CONTRACT APPROVAL FORM BRIAN BULTHUIS, CITY MANAGER FREDDY SUAREZ, PROCUREMENT SERVICES DIRECTOR SUBJECT: RFB 23-039 AUTOMOTIVE AND TRUCK BATTERIES DATE: APRIL 6, 2023 THE PROCUREMENT SERVICES DIRECTOR RECOMMENDS THE FOLLOWING: 1. APPROVE: Agreement between the City of Clermont and Advance Auto Parts to provide automotive and truck batteries for the Fleet Department. The agreement shall take effect on the date of execution by both parties and shall remain in effect for three (3) years, unless renewed or terminated as provided in the agreement. Upon mutual agreement, the agreement may be renewed for three (3) additional one (1) year terms. 2. Why is this action necessary: In accordance with the City of Clermont Purchasing Policy, the City Manager is authorized to approve contracts under $50,000 that do not require a budget amendment. 3. ADDITIONAL INFORMATION: The Procurement Services Department issued a Request for Bid (RFB) number 23-039 to acquire a qualified respondent to provide automotive and truck batteries. The RFB was fully competed, advertised, and complies with the City of Clermont Purchasing Policy. Award is being recommended to the low responsive and responsible bidder, Advance Auto Parts in the annual amount of $15,000. The total amount of the initial three (3) contract is $45,000. 4. FISCAL IMPACT: The fiscal impact of $15,000 is included in the current year approved budget. 5. EXHIBITS: RFB 23-039 Tabulation Agreement APPROVAL AUTHORITY Approved q Disapproved ❑ Reason/Suggestion (If disapproved) DocuSigned by: ;. N"S City Manager 4/10/2023 4181 Igna ure Title Date DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 AGREEMENT No. 2023-032 AUTOMOTIVE AND TRUCK BATTERIES THIS AGREEMENT, is made and entered into this Friday, March 10, 2023, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and ADVANCE STORES COMPANY, INC. D/B/A ADVANCE AUTO PARTS, whose address is: 4200 Six Forks Road, Raleigh, NC 27609, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Clermont issued RFB 23-039 titled Automotive and Truck Batteries; WHEREAS, CONTRACTOR submitted its response dated February 23, 2023, to RFB 23-039; WHEREAS, CITY desired to award a contract to CONTRACTOR in accordance with the terms and conditions of RFB 23-039 and CONTRACTOR's response thereto; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: SCOPE OF WORK The CONTRACTOR shall furnish automotive and truck batteries on consignment on an as -need basis as described in CITY's RFB 23-039 and CONTRACTOR's February 23, 2023 response thereto, which are expressly incorporated herein and made a part of the Agreement Documents hereto and shall do everything required by this Agreement and the Agreement Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. 2. THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement Documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit "A", attached hereto and incorporated herein. 3. PROVISION OF SERVICES AND COMPLETION OF WORK A. The CONTRACTOR shall only provide to CITY with automotive and truck batteries upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in NO VALUE or in the specific purchase order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not be obligated or required to pay for any items received until such time as CITY has accepted the items in accordance with the order provided to CONTRACTOR. B. CONTRACTOR, upon receipt of a purchase order hereunder, shall immediately notify CITY if it has an issue or question related to the fulfillment of the order or whether there DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 Fixed Price Term Agreement RFB 23-039 Automotive and Truck Batteries will be any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking payment of any kind for any items that were delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option cancel the order and seek the items from any available source. C. It is expressly understood and agreed that the passing, approval, and/or acceptance of any services herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract and the CITY may require the CONTRACTOR replace the accepted services so as to comply with the warranties and specifications hereof. D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. 4. TERM AND TERMINATION A. This Agreement is to become effective upon execution by both parties and shall remain in effect for a period of three (3) years thereafter, unless terminated or renewed as provided for herein. B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR; b) if CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon the performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. C. Upon mutual Agreement of the parties, this Agreement may be renewed for three (3) additional one-year terms. Sixty (60) days prior to completion of each extended term of this Agreement, CONTRACTOR may request and the City may consider an adjustment to price based on changes in the Producer Price Index (PPI). 5. PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for 1 DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 Fixed Price Term Agreement RFB 23-039 Automotive and Truck Batteries all accepted deliveries and undisputed products delivered and services provided, within thirty (30) calendar days of receipt of the invoice. 6. DISPUTE RESOLUTION - MEDIATION A. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. 7. INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Compensation Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 7.2. CONTRACTOR's Commercial General Liability Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows: A. CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 Fixed Price Term Agreement RFB 23-039 Automotive and Truck Batteries Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 7.3. CITY's and CONTRACTOR's Protective Liability Insurance The CITY shall procure and furnish a CITY's and CONTRACTOR's Protective Liability Insurance Policy with the following minimum limits: A. Bodily Injury Liability & $1,000,000 Each ($2,000,000 aggregate) Property Damage Liability Occurrence Combined Single Limit. 7.4. Indemnification Rider A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not such acts are caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. B. In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. C. The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. 8. NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 Fixed Price Term Agreement RFB 23-039 Automotive and Truck Batteries A. CONTRACTOR: • Advance Auto Parts • Attn: Laura Payne, Senior Manager, Bids and Contracts • 4200 Six Forks Road, Raleigh, NC 27609 A. OWNER: • City of Clermont • Attn: Brian Bulthuis, City Manager • 685 W. Montrose Street, Clermont, FL 34711 9. MISCELLANEOUS 9.1. Attorneys' Fees In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 9.2. Waiver The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 9.3. Severability If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 9.4. Amendment Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 9.5. Entire Agreement This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 4 DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 Fixed Price Term Agreement RFB 23-039 Automotive and Truck Batteries 9.6. Assi _ ng ment Except in the event of a merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 9.7. Venue The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 9.8. Applicable Law This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9.9. Public Records The CONTRACTOR expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: A. Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. B. Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon the termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, THE CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT THE CITY CLERK'S OFFICE, (352) 241-7331. DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 Fixed Price Term Agreement RFB 23-039 Automotive and Truck Batteries 10. CONTRACT DOCUMENTS The Contract Documents, as listed below are herein made fully a part of this Contract as if herein repeated. Document Precedence: A. This Agreement B. Purchase Order / Notice To Proceed C. An applicable Contractor Quote or Statement of Work D. All documents contained in RFB 23-039 titled Automotive and Truck Batteries and CONTRACTOR's response thereto. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 30 day of March, 2023. CITY OF CLERMONT —DocuSigned by: DS Brian Bulthuis, City ATTEST: DocuSigned by: u T,w-csy AG4,i.Csyot I O W Tracy Ackroyd Howe, City Clerk 11 DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 ADVANCE STORES COMPANY, INC. DB/A ADVANCE AUTO PARTS jg j&:�- By: Todd Sanders fMar 23, 202313:58 EDTt (Signature) Print Name: Todd Sanders Title: SVP Strategic Accounts Date: March 23, 2023 DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 CLER ONT Chace of Champions' PRICING SCHEDULE City of Clermont Procurement Services Freddy Suarez, Procurement Services Director 685 W. Montrose Street, Clermont, FL 34711 Exhibit "A" RFB No. RFB 23-039 Automotive and Truck Batteries RESPONSE DEADLINE: February 23, 2023 at 2:00 pm Advance A Parts Selected Line Item Description Estimated Unit of Battery Total Cost Core Specify Measure Unit Cost Charges Brand QuantityAnnual X 1 Automotive/Light Truck Battery, ODYSSEY EXTREME 65-PC1750, 950 60 EA $168.83 $10,129.80 Diehard, Minimum CCA Rating, 48-Months Pro -Rated Minimum Warranty, 12 65-AGM Months Minimum Replacement Warranty X 2 Automotive/Light Truck Battery, HDC31A-925, 925 Minimum CCA 16 EA $112.55 $1,800.80 Diehard, Rating, 48 Months Pro -Rated Minimum Warranty, 12 Months 31P30 Minimum Replacement Warranty. X 3 Automotive/Light Truck Battery, HDC31S-925, 925 Minimum CCA 16 EA $82.40 $1,318.40 Diehard, Rating, 48 Months Pro -Rated Minimum Warranty, 12 Months 31S30 Minimum Replacement Warranty. X 4 Heavy Duty Battery, HDC4D, 1,000 Minimum CCA Rating, 48 Months 10 EA $140.69 $1,406.90 Diehard, Pro -Rated Minimum Warranty, 12 Months Minimum Replacement 4D30 Warranty. X 5 Heavy Duty Battery, HDC8D, 1,300 Minimum CCA Rating, 48 Months 10 EA $162.80 $1,628.00 Diehard, Pro -Rated Minimum Warranty, 12 Months Minimum Replacement 8DX24 Warranty. DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 EVALUATION TABULATION RFB No. RFB 23-039 Automotive and Truck Batteries Advance A Parts Selected Line Item Description Estimated Unit of Battery Total Cost Core Specify Annual Measure Unit Cost Charges Brand X 6 Automotive/Light Truck Battery, U1LH, 300 Minimum CCA Rating, 10 EA $44.21 $442.10 Diehard, 48 Months Pro -Rated Minimum Warranty, 12 Months Minimum U1-3 Replacement Warranty. X 7 Automotive/Light Truck Battery, PS96R, 590 Minimum CCA Rating, 4 EA $147.39 $589.56 Diehard, 48 Months Pro -Rated Minimum Warranty, 12 Months Minimum 96R-3 Replacement Warranty. X 8 Automotive/Light Truck Battery, PTX65, 850 Minimum CCA Rating, 10 EA $147.39 $1,473.90 Diehard, 48 Months Pro -Rated Minimum Warranty, 12 Months Minimum 65-2 Replacement Warranty. X 9 Medium Duty Battery, MOTOR CRAFT AGM BAGM-481-16-760, 760 16 EA $168.83 $2,701.28 Diehard, Minimum CCA Rating, 48 Months Pro -Rated Minimum Warranty, 12 H6-AGM Months Minimum Replacement Warranty. X 10 Medium/Heavy Duty Battery, PS35, 570 Minimum CCA Rating, 48 4 EA $147.39 $589.56 Diehard, Months Pro -Rated Minimum Warranty, 12 Months Minimum 35-2 Replacement Warranty. X 11 Automotive/Light Truck Battery, PS40R, 590 Minimum CCA Rating, 6 EA $167.99 $1,007.94 Diehard, 48 Months Pro -Rated Minimum Warranty, 12 Months Minimum 640RMF Replacement Warranty. X 12 Automotive/Light Truck Battery, PSL3/48 (H6), 690 Minimum CCA 4 EA $147.39 $589.56 Diehard, Rating, 48 Months Pro -Rated Minimum Warranty, 12 Months 48H6 Minimum Replacement Warranty. EVALUATION TABULATION Request For Bid - Automotive and Truck Batteries Page 2 DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 EVALUATION TABULATION RFB No. RFB 23-039 Automotive and Truck Batteries RECHARGING FEE BALANCE OF PRODUCT LINE PRICING EVALUATION TABULATION Request For Bid - Automotive and Truck Batteries Page 3 DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 Product Group Product Department Product Class Retail discount BATTERIES - BATTERIES BATTERY ACCESSORIES CHARGERS, TERMINALS, CABLES 33", BATTERIES AUTOMOTIVE BATTERIES PREMIUM (PLATINUM) 331/1 BATTERIES AUTOMOTIVE BATTERIES BEST (GOLD) 3391. BATTERIES AUTOMOTIVE BATTERIES BETTER (SILVER) 3391. BATTERIES AUTOMOTIVE BATTERIES GOOD (AUTOMOTIVE) 3355 BATTERIES HEAVY DUTY BATTERIES FARM & TRUCK 3391. BATTERIES OTHER BATTERIES LAWN & GARDEN, MARINE, POWER SPORTS, WHEEL CHAIR 33% BATTERIES SPECIALTY BATTERIES 3355 DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 Deviations from Specifications Catalog & Pricing "Pricing may be adjusted periodically in accordance with the master OMNIA Partners government cooperative agreement." Discount percentages remain static. Details are available at: https://www.omniapartners.com/publicsector/contracts/supplier- contracts/advance-auto-parts Pricing, Availability and Warranty are provided through Advance's online catalog, www.advancepro.com. Federal Provisions All contract provisions for contracts under federal awards shall be self -deleting. Buyer further agrees that they shall not purchase products from vendor utilizing any federal awards. DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 Advance Auto Parts Limited Warranty Policy General Limited Warranty Period and Applicability The warranty period is 90 days from your date of purchase or any longer warranty period that may be printed on your original sales receipt. During the warranty period, we will replace or refund, at our option, any new part that fails due to a defect in materials or workmanship under normal use and service after proper installation. Simply return the part along with your original sales receipt to any Advance Auto Parts store. You must be the original purchaser of the part and still own the vehicle on which it was installed. This warranty is not transferrable. Replacement parts are warranted for 90 days from the date of exchange or the remainder of the warranty period on the original part, whichever is longer. Refunds will only be considered if you bring the defective part to an Advance Auto Parts store along with your original sales receipt within 45 days from the original date of purchase. Refunds will be issued in accordance with our Refund Policy. Battery Limited Warranty The battery Free Replacement Period begins the day of purchase and expires at the end of the Free Replacement Period that is printed on your original sales receipt. This period does not renew when the battery is replaced during the Free Replacement Period. If the battery is found defective after the Free Replacement Period but prior to the end of the warranty period, a prorated credit will be issued that can be applied toward the purchase of a new battery. The prorated credit will be determined by dividing the original purchase price by the number of months of the warranty period, then multiplying the result by the months remaining in the warranty period. Partial months are rounded to the nearest whole month. Installation or use of an automotive battery in any other type of vehicle or equipment voids your warranty. What is Not Covered • Failure due to: accident or collision; misuse, abuse or modification; chemical fallout; salt, hail, or other environmental conditions including natural disasters; marine use; improper installation; installation of an incorrect part; and damages caused by other faulty parts. • Parts under manufacturer's recall for a related problem. • Parts installed on vehicles used off -road or for racing purposes. • Parts installed on a commercial -use vehicle after 90 days (see below). • Normal wear and tear. • Used or salvage parts. Commercial Use Vehicles Parts installed on commercial -use vehicles are warranted for 90 days from the date of purchase only, regardless of any longer warranty period that may be printed on your sales receipt. Part -Specific Requirements Certain parts must meet specific installation requirements. Failure to provide proof that these requirements have been met will void your warranty. • A/C Compressors. Flushing is required. Must also install a new receiver dryer/accumulator, orifice tube or expansion valve (as applicable). • Clutch/Clutch Kits. The clutch/clutch kit must be installed according to the manufacturer's instructions, including installation of a new pilot bearing and resurfacing of the flywheel. Clutches contaminated by oil and grease are not eligible for warranty replacement/refund. • Crankshafts. The installer must validate that the crankshaft OE number matches and there is no visible damage to the unit prior to installation. Warranty is limited to replacement of the crankshaft and bearings prior to installation. Warranted crankshafts that are returned must include the bearings supplied with the unit. • Fuel Pumps. Replacement of pump strainer (for in -tank electric pumps) and inline fuel filter at time of repair is required. Must also drain and clean fuel tanks. DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 Online Purchases Your local Advance Auto Parts store can assist with all warranty matters for online purchases. If you do not have a store location near you, please contact 1-877-ADVANCE (238-2623) for warranty assistance. Your online order confirmation is required to validate your proof of purchase for warranty coverage. Additional Important Information THIS LIMITED WARRANTY DOES NOT COVER LABOR COSTS OR INCIDENTAL, INDIRECT, SPECIAL OR CONSEQUENTIAL DAMAGES SUCH AS, BUT NOT LIMITED TO, PHYSICAL INJURIES OR PROPERTY DAMAGE, LOSS OF TIME, LOSS OF USE OF THE VEHICLE, INCONVENIENCE, RENTAL VEHICLE CHARGES, TOWING CHARGES OR ACCOMMODATIONS RESULTING FROM A DEFECT IN OR FAILURE OF THE PART. This limited warranty represents the exclusive remedy for any product defector failure and the total liability of Advance Auto Parts and its subsidiaries and affiliates ("Advance") for any part it warrants. ADVANCE MAKES NO OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY WARRANTIES OF MERCHANTABILITY, CONDITION OF ANY KIND OR FITNESS FOR A PARTICULAR PURPOSE. Some states do not allow disclaimers of implied warranties. Therefore all implied warranties that may apply to your part are limited to the duration of this written warranty. Some states also do not allow limitations on how long an implied warranty lasts or the exclusion or limitation of incidental, special or consequential damages, so the above information may not apply to you. This warranty gives you specific rights, and you may have other rights which vary from state to state. Advance does not authorize any person to vary the terms, conditions or exclusions of this warranty. If any provision of the warranty should become invalid or unenforceable because of any laws, the remaining terms and provisions of the warranty shall remain in full force and effect. To the extent allowed under local law, the remedies provided in this Limited Warranty Policy are the customer's sole and exclusive remedies. Advance Stores Company, Incorporated, P.O. Box 2710, Roanoke VA. 24001. Visit us on the web at www.advanceautoparts.com. DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 CLER ONT Chace of Champions' SELECTED VENDOR TOTALS Vendor. . Advance Auto Parts $24,267.36 PRICING SCHEDULE City of Clermont Procurement Services Freddy Suarez, Procurement Services Director 685 W. Montrose Street, Clermont, FL 34711 EVALUATION TABULATION RFB No. RFB 23-039 Automotive and Truck Batteries RESPONSE DEADLINE: February 23, 2023 at 2:00 pm Report Generated: Thursday, February 23, 2023 DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 EVALUATION TABULATION RFB No. RFB 23-039 Automotive and Truck Batteries Advance A Parts Line Item Description Estimated Unit of Battery Total Cost Core Specify Annual Measure Unit Cost Charge] Brand QuantitySelected X 4 Heavy Duty Battery, HDC4D, 1,000 Minimum CCA Rating, 48 Months 10 EA $140.69 $1,406.90 Diehard, Pro -Rated Minimum Warranty, 12 Months Minimum Replacement 4D30 Warranty. X 5 Heavy Duty Battery, HDC8D, 1,300 Minimum CCA Rating, 48 Months 10 EA $162.80 $1,628.00 Diehard, Pro -Rated Minimum Warranty, 12 Months Minimum Replacement 8DX24 Warranty. X 6 Automotive/Light Truck Battery, U1LH, 300 Minimum CCA Rating, 10 EA $44.21 $442.10 Diehard, 48 Months Pro -Rated Minimum Warranty, 12 Months Minimum U1-3 Replacement Warranty. X 7 Automotive/Light Truck Battery, PS96R, 590 Minimum CCA Rating, 4 EA $147.39 $589.56 Diehard, 48 Months Pro -Rated Minimum Warranty, 12 Months Minimum 96R-3 Replacement Warranty. X 8 Automotive/Light Truck Battery, PTX65, 850 Minimum CCA Rating, 10 EA $147.39 $1,473.90 Diehard, 48 Months Pro -Rated Minimum Warranty, 12 Months Minimum 65-2 Replacement Warranty. X 9 Medium Duty Battery, MOTOR CRAFT AGM BAGM-481-16-760, 760 16 EA $168.83 $2,701.28 Diehard, Minimum CCA Rating, 48 Months Pro -Rated Minimum Warranty, 12 H6-AGM Months Minimum Replacement Warranty. X 10 Medium/Heavy Duty Battery, PS35, 570 Minimum CCA Rating, 48 4 EA $147.39 $589.56 Diehard, Months Pro -Rated Minimum Warranty, 12 Months Minimum 35-2 Replacement Warranty. EVALUATION TABULATION Request For Bid - Automotive and Truck Batteries Page 2 DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 EVALUATION TABULATION RFB No. RFB 23-039 Automotive and Truck Batteries Advance A Parts Line Item Description Estimated Unit of Battery Total Cost Core Specify Annual Measure Unit Cost Charge] Brand QuantitySelected X 11 Automotive/Light Truck Battery, PS40R, 590 Minimum CCA Rating, 6 EA $167.99 $1,007.94 Diehard, 48 Months Pro -Rated Minimum Warranty, 12 Months Minimum 640RMF Replacement Warranty. X 12 Automotive/Light Truck Battery, PSL3/48 (1-16), 690 Minimum CCA 4 EA $147.39 $589.56 Diehard, Rating, 48 Months Pro -Rated Minimum Warranty, 12 Months 48H6 Minimum Replacement Warranty. X 13 Automotive/Light Truck Battery, PSL4/94R (1-17), 790 Minimum CCA 4 EA $147.39 $589.56 Diehard Rating, 48 Months Pro -Rated Minimum Warranty, 12 Months Minimum Replacement Warranty. X 14 Automotive/Light Truck Battery, ODYSSEY EXTREME 31-PC 2150, 10 EA No Bid No Bid Diehard 1150 Minimum CCA Rating, 48 Months Pro -Rated Minimum Warranty, 12 Months Minimum Replacement Warranty. I I Total : — IL,267.36 EVALUATION TABULATION Request For Bid - Automotive and Truck Batteries Page 3 DocuSign Envelope ID: B231D807-6532-4534-88AA-CE136D1A2328 EVALUATION TABULATION RFB No. RFB 23-039 Automotive and Truck Batteries RECHARGING FEE BALANCE OF PRODUCT LINE PRICING EVALUATION TABULATION Request For Bid - Automotive and Truck Batteries Page 4