Contract - Don Hewlitt Chevrolet - 8/13/2020CITY OF ROUND ROCK AGREEMENT FOR
THE PURCHASE OF OEM CHEVROLET REPLACEMENT PARTS
WITH
DON HEWLETT CHEVROLET BUICK INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK §
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
KNOW ALL BY THESE PRESENTS:
THAT THIS AGREEMENT for purchase of OEM Chevrolet replacement parts, and for
related goods and services (referred to herein as the "Agreement"), is made and entered into on
this the -— day of the month of c U�f., 2020 by and between the CITY OF
ROUND ROCK, a Texas home -rule municip ity�Ll , whose offices are located at 221 East Main
Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and DON HEWLETT
CHEVROLET BUICK INC., whose mailing address is 7601 South Interstate Highway 35,
Georgetown, Texas 78626 (referred to herein as the "Vendor").
RECITALS:
WHEREAS, City desires to purchase OEM Chevrolet replacement parts, and City desires
to procure same from Vendor; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said services;
and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified services and Vendor is obligated to provide same. The
Agreement includes the following: (a) City's Invitation for Bid, designated Solicitation Number
20-013 dated May 2020 ("IFB"); (b) Vendor's Response to IFB; (c) contract award; and (d) any
exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract
documents shall be resolved by giving preference in the following order:
00448477/ss2
(1) This Agreement;
(2) Vendor's Response to IFB; '
(3) City's Invitation for Bids, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
F. Vendor means Don Hewlett Chevrolet Buick Inc., its successor or assigns.
2.01 EFFECTIVE DATE, TERM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein, or is terminated or extended as provided herein.
B. The term of this Agreement shall be for sixty (60) months from the effective date
hereof.
C. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXMBITS
City selected Vendor to supply the goods as outlined in the Part IV, Scope of 'Mork, of
the IFB, and the Response to EFB submitted by Vendor as described in Attachment A: Bid Sheet
in Exhibit "A." The intent of these documents is to formulate an Agreement listing the
responsibilities of both parties as outlined in the IFB and as offered by Vendor in its Response to
the IFB.
The services which are the subject matter of this Agreement are described in Exhibit "A"
and, together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
2
4.01 ITEMS AWARDED; AND SCOPE OF WORK
Items Awarded. All bid items in Attachment A: Bid Sheet of Exhibit "A" are awarded to
Vendor.
Scope of Work: For purposes of this Agreement, City has issued documents delineating the
required services (specifically IFB 20-013 dated May 2020). Vendor has issued its response
agreeing to provide all such required services in all specified particulars. All such referenced
documents are included in Exhibit "A" attached hereto and made a part hereof for all purposes.
When taken together with the appended exhibits, this Agreement shall evidence the entire
understanding and agreement between the parties and shall supersede any prior proposals,
correspondence or discussions.
Vendor shall satisfactorily provide all services described under the attached exhibits
within the contract term specified in Section 2.01. Vendor's undertakings shall be limited to
performing services for City and/or advising City concerning those matters on which Vendor has
been specifically engaged. Vendor shall perform its services in accordance with this Agreement,
in accordance with the appended exhibits, in accordance with due care, and in accordance with
prevailing industry standards for comparable services.
5.01 COSTS
A. In consideration for the services to be performed by Vendor, City agrees to pay
Vendor the amounts set forth in "Attachment A: Bid Sheet" of the attached Exhibit "A."
B . The City shall be authorized to pay the Vendor an amount not -to -exceed Fifty -Sic
Thousand Four Hundred Nine and 60/100 Dollars ($56,409.60) per year for a total not -to -
exceed amount of Two Hundred Eighty -Two Thousand Forty -Eight and No/1.00 Dollars
($282,048.00) for the term of this Agreement.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 INTERLOCAL COOPERATIVE CONTRACTING / PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
3
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 271.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful service
provider(s) and the City. Such agreement shall be conclusively inferred for the Vendor from
lack of exception to this clause in the service provider's response. However, all parties hereby
expressly agree that the City is not an agent of, partner to, or representative of those outside
agencies or entities and that the City is not obligated or liable for any action or debts that may
arise out of such independently -negotiated "piggyback" procurements.
8.01 1NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may affect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
9.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on
which the performance of services was complete, or within thirty (30) days of the day on which
City receives a correct invoice for the performance and/or deliverables or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1
of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b); however, this Policy does not apply to payments made
by City in the event:
A. There is a bona fide dispute between City and Vendor, a contractor, subcontractor
or supplier about the goods delivered or the service performed that cause the
payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
4
10.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition, Vendor may .be subject to penalties stated in Title 8 of the Texas Penal Code.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
12.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products from another supplier or suppliers.
13.01 INSURANCE
Vendor shall meet all insurance requirements set forth Part H of No. 19-03 0 and on the
City's website at:
hMs://www.roundrocktexas.goy/wp-content/uploads/2014/12/corr insurance 07.ZU112.pdf
14.01 CITY' S REPRESENTATIVES
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Chad McDowell
Director of General Services
212 Commerce Cove
Round Rock, Texas 78665
512-341-3191
cmcdowel l (a,roundro cktexas . go_v
15.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
F
16.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if
any, and that it will not be considered in the re -advertisement of the service and that it may not
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States,
17.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (3 0) days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City, or by mutual agreement to terminate
evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
it would have performed under the remaining term of the Agreement except as provided herein.
r
18.01 IIVDEMN]FICATION
Vendor shall defend (at the option of City), -indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution) against any third party who may be liable for an indemnified claim.
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards, bureaus and agencies.
B. In accordance with Chapter 2270, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contact contains
written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott
Israel during the terms of this contract. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this
Agreement.
20.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest .in this Agreement without prior written authorization of the
other party.
21.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Don Hewlett Chevrolet Buick Inc.
7601 South Interstate Highway 35
Georgetown, TX 78626
Notice to City:
Laurie Hadley, City Manager Stephan L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing, duly authorized by action of the City Manager or City Council.
24.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable state arbitration statute.
25.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
8
26.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impediment or delay in performance must
be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures on the following page.]
9
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock, Texas
By:
Prin
Title
Date
Attest:
By: _ `21� L i
Sara L. White, City Clerk
For City, oved as to Fo m:
By: V
Steph . Sheets, City Attorney
10
Don Hewlett Chevrolet Buick Inc.
By: (�]w
Printed N e: a-&U-?"
Title: BAA:rs D ieecTprt-
Date Signed: ;Kq ;zp2,o
`_�. _. .. -.. .._ .� .•- .' _ �I,FSi� `a7SJ�i�ii. f i. _R�4 �� -. -
Exhibit "A"
:K TEXAS
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www. rou nd rocktexas.g ov
INVITATION FOR BID (IFB)
OEM CHEVROLET REPLACEMENT PARTS
SOLICITATION NUMBER 20-013
MAY 2020
City of Round Rock
OEM Chevrolet Replacement Parts
IFB 20-013
Class/Item: 060-71; 060-72
May 2020
Exhibit "A"
OEM CHEVROLET REPLACEMENT PARTS
PART I
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock seeks an agreement with a qualified Respondent to supply and deliver
Original Equipment Manufacturer (OEM) Chevrolet replacement parts for the City's fleet.
2. SOLICITATION PACKET: This solicitation packet is comprised of the following
�p r' - C -':. t k -:• to K t t a. <Y .�L 1.-_
rnS x t,. .y r <A:Z) s ^ t.� r .. 70SN x..M :2-6,T ,,, ):.<'7 !�✓°."ai,.sZ. s>,s ''Ef' 3� S�"xXL•t n«\'x^. �K< ,'. i ,K
2..,`. � �J t ��.\ �/ } K � \ S U \� yL.i,^
Lax ) +A _K �t
'J ::y a, _.
<_.;5 �{tu,i+r tk/ s aif uJ RX' -.tY
t �K �. > :{.t �<f
� y�.:�L���$ }��:. �w n� t y
- ...!
C :. l f L A 3 '1 h 3 s^ \ a Y J � -- .�.'(Y > t ryy"•�$''..- bY•� S a. : Y >}' x-4 ffi S\ b'�R ?h t`. a
: '%`.• :..: r!• . ... v., ■ . '' ':'�} Ny�) � y 1^. � h .� •y G - 4 �:fZ b ) $'N,{�" S'ii'Z .L
@j D f'N�i k +� < y { i� .>(ft �` L 'C` Mis 'i• '.Sn >Ly� ,f -". L S K IR li{, „� �`�Y.� 1 �Z/ �pO.S
�crY�1 ��� } Y :.• t�L)(�U;. >X;'N L�� N' f�H1}F-. �,�{'�L�}�:�Y�pR � 2:Y0 �'` x.. 'S�]'i4tX�t ��,�"Z Tb� 2
2�Jn. •:tY\ > \�• i. .. .. YX.t
4. �L'ho �` M . �-: �h v'
\..., t'2 } 3� ::
'S:1 2 h S
?.�n���C ��Oh �
..>!:, .:$ ,1�
i .�
. '.�Y `a i �yy.RF'•N" a <.: a S ?'as A."
5.: :'.);. ... .: -. 3< ,�. . (s :• a .. :, L f? S r x .. >� "9- A L r. <�."titt'.a..HY•� ('. 5 s-: i C h'. c '(�
✓'K"i':: ,. T ).2.: }., E.,§. ti th"�-/. ^: .:' ..t ,. .. .� J �)f'
p>�/`'"
3Fry k. >,J sj'Sfp3.2F h .t
SA1
<as't;B(
R i � �i: i '!K \ K G• < -.t ) �A( X � �' L C � .K � L Y?'�"�t'�.hw L(' N'E^ H Cn) .),. }�
)y v��l yxL }>\ AC �,
Part I — General Requirements
Page(s) 1-4
Part II — Definitions, Standard Terms and Conditions
Page 5
and Insurance Requirements
Part III — Supplemental Terms and Conditions
Page(s) 6-8
Part IV — Specifications
Page(s) 9-10
Attachment A — Bid Sheet
Page 11
Attachment B — Reference Sheet
Page 12
3. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact:
Amanda Crowell
Purchaser
Purchasing Division
City of Round Rock
Phone: 612-218-5458
E-mail:acrowelIA oundrocktexas.gov
Allen Reich
Purchaser
Purchasing Division
City of Round Rock
Phone 512-218-6682
E-mail: areich(&-roundrocktexas.gov
The individual listed above is the only authorized contact for this solicitation and may be contacted by e-mail
for clarification of the specifications only. No authority is intended or implied that specifications may be
amended, or alterations accepted prior to solicitation opening without written approval of the City of Round
Rock through the Purchasing Department.
4. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
EVENT
DATE
Solicitation released
May 7, 2020
Deadline for submission of questions
May 18, 2020 @ 5:00pm CST
City responses to questions or addendums
Approximately May 21, 2020
Deadline for submission of responses
May 29, 2020 @ 3:00pm CST
All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted
above. A copy of all questions submitted and the City's response to the questions shall be posted on the
City's webpage in the form of an addendum at:
httDs://www.roundrocktexas.gov/businesses/solicitations/.
Questions shall be submitted in writing to the "Authorized Purchasing Contact". The City reserves the right to
modify these dates. Notice of date change will be posted to the City's website:
http://www.roundrocktexas-gov/bids..
Page 2 of 12
City of Round Rock Exhibit "A"
OEM Chevrolet Replacement Parts
IFB 20-013
Class/Item: 060-71; 060-72
May 2020
5. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
http://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation described herein. Various
updates may include addendums, cancellations, notifications, and any other pertinent information necessary
for the submission of a correct and accurate response. The City will not be held responsible for any further
communication beyond updating the website.
6. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted
in PART I, Section 4 — Schedule of Events. Mail or hand deliver sealed responses to:
City of Round Rock
Attn: Amanda Crowell
Purchasing Department
221 E. Main Street
Round Rock, Texas 78664-5299
A. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number,
due date and "DO NOT OPEN".
B. Facsimile or electronically transmitted responses are not acceptable.
C. Responses cannot be altered or amended after opening.
D. No response can be withdrawn after opening without written approval from the City for an acceptable
reason.
E. The City will not be bound by any oral statement or offer made contrary to the written specifications.
F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of
the City.
G. Late responses will not be considered and will be returned unopened, if a return address is provided.
7. RESPONDENT REQUIREMENTS: The City of Round Rock makes no warranty that this checklist is a full
comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist
participating Respondents in compiling their final responses. Respondents are to carefully read the entire
solicitation.
Respondent shall submit one (1) evident signed "Original," one identical electronic copy of the IFB response
on a flash drive. The submittal is required to include all addendums and requested attachments. The bid
response along with samples and/or copies shall be provided at the Respondent's expense and shall become
the property of the City.
This invitation for bid (IFB) does not commit the City to contract for any supply or service. Respondents are
advised that the City will not pay for any administrative costs incurred in response preparation to this IFB; all
costs associated with responding to this IFB will be solely at the interested parties' expense. Not responding
to this IFB does not preclude participation in any future RFP/RFQ/IFB.
For your bid to be responsive, addendums and the attachments identified below shall be submitted
with vour proposal.
a Addendums: Addendums may be posted to this solicitation. Bidders are required to submit signed
addendums with their sealed response. The Bidder shall be responsible for monitoring the City's website
at httD://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation.
o Attachment A: BID SHEET & MSRP Catalog: The bid response shall be submitted on itemized, signed
Bid Sheet provided in the solicitation packet. Failure to complete and sign the bid sheet will result in
disqualification. If there is a conflict between the unit price and extended price, the unit price will take
precedence. Submission of responses on forms other than the City's solicitation document may result in
disqualification of the response. Also required is the attachment of a complete MSRP catalog or a current
active weblink to your company's complete MSRP online catalog for the brand of vehicle replacement
parts bid.
Page 3of12
City of Round Rock Exhibit "A"
OEM Chevrolet Replacement Parts
IFB 20-013
Class/Item: 060-71; 060-72
May 2020
❑ Attachment B: REFERENCE SHEET: Provide the name, address, telephone number and E-MAIL of at
least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized
services that are similar in type and capacity within the last two (2) years. City of Round Rock references
are not applicable. References may be checked prior to award. If references cannot be confirmed or if
any negative responses are received it may result in the disqualification of submittal.
8. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to
accept any response deemed most advantageous, or to waive any irregularities or informalities in the
response received that best serves the interest and at the sole discretion of the City. All solicitations received
may be evaluated based on the best value for the City. In determining best value, the City may consider:
A. Purchase price;
B. Reputation of Respondent and of Respondent's goods and services;
C. Quality of the Respondent's goods and services;
D. The extent to which the goods and services meet the City 's needs;
E. Respondent's past performance with the City;
F. The total long-term cost to the City to acquire the Respondent's goods or services;
G. Any relevant criteria specifically listed in the solicitation.
Respondents may be contacted for clarification of bid and/or to discuss details of the items or services they
are proposing.
9. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions,
Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the
Texas Public Information Act. Following an award, responses are subject to release as public information
unless the response or specific parts of the response can be shown to be exempt from the Texas Public
Information Act. Pricing is not considered to be confidential under any circumstances
A. Information in a submittal that is legally protected as a trade secret or otherwise confidential must be
clearly indicated with stamped, bold red letters stating "CONFIDENTIAL" on that section of the document.
The City will not be responsible for any public disclosure of confidential information if it is not clearly
marked as such.
B. If a request is made under the Texas Public Information Act to inspect information designated as
confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and
information as to why the information should be protected from disclosure. The matter will then be
presented to the Attorney General of Texas for final determination.
10. SUSPENSION OR DEBARMENT CERTIFICATION: The provisions of the Code of Federal Regulations 2
CFR part 180 suspension and debarment may apply to this agreement. The City of Round Rock is prohibited
from contracting with or making prime or sub -awards to parties that are suspended or debarred or whose
principals are suspended or debarred from doing business with the Federal Government, State of Texas, or
the City of Round Rock.
11. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the
successful offeror to complete a Form 1295 "Certificate of Interested Parties" that is signed for a contract
award requiring council authorization. The "Certificate of Interested Parties" form must be completed on the
Texas Ethics Commission website, printed, signed and submitted to the City by the authorized agent of the
Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to
final contract execution. Link to Texas Ethics Commission Webpage:
https•//www.ethics.state.tx.us/whatsnew/elf info form1295.htm ,
Page 4 of 12
City of Round Rock Exhibit "A"
OEM Chevrolet Replacement Parts
IFB 20-013
Class/Item: 060-71; 060-72
May 2020
PART 11
DEFINITIONS, STANDARD TERMS AND CONDITONS
AND INSURANCE REQUIREMENTS
1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's Definitions, Standard Terms and Conditions, in effect at the time of release
of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face
of a purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the
sole responsibility of Respondents to stay apprised of changes. The City's Definitions, Standard Terms and
Conditions can be viewed and downloaded from the City's website at:
httgs://www.roundrocktexas.gov/degartments/r)urchas
2. INSURANCE: Insurance does not apply to this solicitation.
Page 5of12
City of Round Rock Exhibit "A"
OEM Chevrolet Replacement Parts
IFB 20-013
Class/Item: 060-71; 060-72
May 2020
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following:
A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty (60)
months.
B. Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of
this agreement for such a period as is reasonably necessary to re -solicit and/or complete the project up to
90 days.
2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications.
Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent
shall:
A. Be firms, corporations, individuals or partnerships normally engaged in providing OEM Chevrolet
replacement parts as specified herein and have adequate organization, facilities, equipment, financial
capability, and personnel to ensure prompt and efficient service to the City;
B. Provide all labor, supplies, and materials required to satisfactorily perform the services as specified herein
and own or acquire at no cost to the City all construction aids, appliances, and equipment Respondent
deems necessary and maintain sole responsibility for the maintenance and repair of Respondent's
vehicles, equipment, tools and all associated costs. The City shall not be responsible for any
Respondent's tools, equipment or materials lost or damaged during the performance of the services
specified herein;
C. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the
United States, or not having a home office inside the United States will not be included for consideration
in this procurement process.
D. Shall have a facility located within Williamson or Travis County that will stock and ship/deliver parts to the
City of Round Rock.
E. Respondent warrants and agrees that all materials supplied herein shall be manufactured and produced
in compliance with the laws, regulations, codes, terms, standards, and requirements of Underwriters
Laboratories Incorporated, all Federal, State, and local authorities, and all other authorities having
jurisdiction, and that performance of goods shall be in accordance with the above laws, regulations,
codes, terms, standards, and requirements, and agrees upon request, to furnish the City a certificate of
compliance upon request.
3. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform
required services. The City seeks to do business directly with a company experienced in stocking and
shipping OEM Chevrolet Replacement Parts.
4. SAFETY: The City reserves the right to remove any employee from City property for violation of federal,
state, and local health, safety and environmental laws, ordinances, rules and regulations. The Respondent
shall:
A. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury
or damage to any persons or property within and around the work site. In case of conflict, the most
stringent safety requirement shall govern;
B. Indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments,
fines penalties and liability of every kind arising from the breach of the successful Respondents'
obligations under this paragraph.
Page 6 of 12
City of Round Rock Exhibit "A"
OEM Chevrolet Replacement Parts
IFB 20-013
Class/Item: 060-71; 060-72
May 2020
5. WORKFORCE: The successful Respondent shall:
A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner;
B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly
identifies them as the Respondent's employee;
C. Employ all personnel for work in accordance with the requirements set forth -by the United States
Department of Labor. The City reserves the right to verify citizenship or right to work in the United States.
6. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all
incidental costs, labor, overhead charges, travel, payroll expenses, equipment acquisition and maintenance,
demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits, insurance, bonds and
risk management. No separate line item charges shall be permitted for either response or invoice purposes.
7. PRICE INCREASE: Contract prices for OEM Chevrolet Replacement Parts shall remain firm throughout the
initial twelve (12) month term of the contract. A price increase to the agreement may be considered on the
anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at
no time can the increase be greater than 10% for any single line item.
A. Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage
change in the U.S. Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers. The
price adjustment rate will be determined by comparing the percentage difference between the CPI in
effect for the base year six-month average (January through June OR July through December); and each
(January through June OR July through December six month average) thereafter. The percentage
difference between those two CPI issues will be the price adjustment rate. No retroactive contract price
adjustments will be allowed. The Consumer Price Index (CPI) is found at the Bureau of Labor Statistics,
Consumer Price Index website: httg://www.bls.aov/cpi/.
B. Procedure to Request Increase:
i. Mail the written price increase request with the rate detail comparison and comprehensive calculation
and any supporting documentation to the designated City Contract Specialist a minimum of 45 days
prior to the annual Contract anniversary date. The detailed written calculation will be verified and
confirmed. All written requests for increases must include the City of Round Rock contract number,
solicitation reference information and contact information for the authorized representative requesting
the increase. Price increase requests shall be sent by mail to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock, TX 79664-5299
ii. Upon receipt of the request, the City reserves the right to either, accept the escalation and make
change to the purchase order within 30 days of the request, negotiate with the Vendor or cancel the
agreement or purchase order if an agreement cannot be reached on the value of the increase.
8. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents.performance at
any time during the contract term.
9. ACCEPTANCE/INSPECTION: Acceptance inspection should not take more than five (5) working days. The
awarded respondent will be notified within the time frame if the services delivered are not in full compliance
with the specifications. In the event the services are not performed to the satisfaction of the City; the vendor
shall agree to reperform services to specification at no additional cost to the City. If any agreement or
purchase order is cancelled for non -acceptance, the needed services may be purchased elsewhere.
Page 7 of 12
City of Round Rock Exhibit "A"
OEM Chevrolet Replacement Parts
IFB 20-013
Class/Item: 060-71; 060-72
May 2020
10. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or maximum purchase is made or implied. The City will only order the services/goods needed to
satisfy requirements within budgetary constraints, which may be more or less than indicated.
A. A. City representative will contact the successful Respondent by e-mail, fax, or telephone to place an
order for parts. The request will include the part numbers, parts description, delivery requirements, and a
unique delivery/purchase order number.
B. A minimum order quantity will not be permitted.
C. Backordered parts shall be delivered within five (5) working days. The successful Respondent shall
notify the ordering City representative by telephone immediately to advise when the part will be
available. If the successful Respondent cannot provide the backordered part within five (5) working
days, the City reserves the right to purchase the part on the open market.
11. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award,
split award, primary and secondary award, non -award, or use any combination that best serves the interest
and at the sole discretion of the City. Respondents to the solicitation will be notified when City staff
recommendation of award has been made. The award announcement will be posted to the City's website at
https://www.roundrocktexas.gov/businesses/solicitations/ once City Council has approved the
recommendation of award and the agreement has been executed.
12. POST AWARD MEETING: The City and successful Respondent(s) may have a post award meeting to
discuss, but not be limited to the following:
A. The method to provide a smooth and orderly transition of services performed from the current contractor;
B. Provide City contact(s) information for implementation of agreement.
C. Identify specific milestones, goals and strategies to meet objectives.
13. POINT OF CONTACT / DESIGNATED REPRESENTATIVE:
A. Contractor's point of contact: In order to maintain consistent standards of quality work performed across
the City, the City shall be provided with a designated and identified point of contact upon award of the
contract to include contact information. The City's designated representative shall be notified by the
Respondent immediately should the point of contact change.
B. The City's designated representative:
Marshall Reynold
Fleet Operations Manager
General Services
Phone: (512) 218-5571
E-mail: mreyno_C-ro_. undrocktexas.aov
14. INTERLOCAL PURCHASING AGREEMENTS
A. The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the
Interlocal Cooperation Act, Chapter 791 of the Texas Government Code. The Contractor agrees to offer
the same price and terms and conditions to other eligible agencies that have an interlocal agreement with
the City.
B. The City does not accept any responsibility or liability for the purchases by other government agencies
through an interlocal cooperative agreement
Page 8 of 12
City of Round Rock Exhibit "A"
OEM Chevrolet Replacement Parts
IFB 20-013
Class/Item: 060-71; 060-72
May 2020
PART IV
SCOPE OF WORK
1. INTRODUCTION: The City of Round Rock seeks an agreement with a qualified Respondent to supply
and deliver Original Equipment Manufacturer (OEM) Chevrolet replacement parts for the City's fleet
operations.
2. PURPOSE: To supply and deliver OEM Chevrolet replacement parts on an "as needed" basis for the City
of Round Rock Fleet Maintenance Facility. The City's fleet consists of approximately 6% Chevrolet
vehicles; however, this percentage may shift throughout the life of the contract.
3. CONTRACTOR RESPONSIBILITIES:
A. Shipping and Delivery:_ All shipments and deliveries shall be FOB (Freight on Board) destination to
the following address:
Fleet Maintenance
901 Luther Peterson Place
Round Rock, Texas 78664
i. No parts shall ship without a City PO referenced on the delivery order and invoice.
ii. All parts shall be shipped and delivered complete unless arrangements for partial shipments
are made in advance.
iii. All parts shipped and delivered shall include a shipping/delivery ticket showing the description of
each item, quantity, the City's purchase order number, and unit price.
iv. Goods shall be received between the hours of 8:00 am to 5:00 pm Monday through Friday.
All shipments shall be coordinated with a City -authorized representative.
v. For Items that are not normally stocked and will require 3rd party shipping charges for delivery,
the at -cost freight charges shall be prepaid and added to the invoice. The City reserves the right
to audit the Contractor's freight invoice to ensure compliance.
vi. All goods shall be received and signed for by a City -authorized representative upon delivery.
vii. Goods shall be delivered within two (2) hours from the time the order is placed. Exceptions
may be considered upon preapproval by the City's Authorized Representative.
viii. No additional delivery costs are permitted for items that should be in stock.
Transportation and delivery costs shall be included in the unit price provided in
response to this solicitation.
ix. No fuel surcharges or mileage charges shall be permitted for delivery of items.
Transportation _and delivery costs shall be included in the unit price provided in
response to this solicitation.
B. Returns: The City of Round Rock reserves the right to return unused items as needed. The
Contractor will be responsible for issuing all return credits, to include any shipping charges if
necessary, for returns due to incorrectly shipped orders, items damaged in transit, shipment of
obsolete parts to the City, or instances of surplus. The Contractor must have a return policy that will
assist in preventing obsolescence. The Contractor shall buy back all unused items purchased under
this agreement that are declared surplus or are no longer required by the City within 120 days of
shipment at the original purchase price. Restocking charges are not acceptable and will not be
authorized for payment.
C. Warranty: All goods shall be warranted against defects in material and workmanship for a period
of not less than 12 months beginning with the date of installation of part as evidenced by the City's
work order. If the manufacturer's standard warranty exceeds 12 months, then the manufacturer's
standard warranty shall be in effect. The Contractor shall furnish a copy of the manufacturer's
warranty at time of delivery.
D. Re orts: The successful Respondent shall provide, upon request, a monthly/quarterly/annual total of
all parts purchased by the City. The report shall include the date purchased, invoice number, part
number, part description, price per part, and total dollar amount for all parts purchased.
Page 9 of 12
City of Round Rock Exhibit "A"
OEM Chevrolet Replacement Parts
IF'B 20-013
Class/Item: 060-71; 060-72
May 2020
E. Product: All materials and repair parts shall be new except core components on renewed
assemblies. Used, shopworn, demonstrator, prototype, and discontinued parts or materials are not
acceptable. Repair parts shall be genuine OEM parts.
i. Substitutions: If OEM parts are not available from the manufacturer -
a. AC Delco or General Motors OEM parts will be considered acceptable substitutions for
Chevrolet OEM parts.
b. All substitutions must be approved by City personnel prior to shipment.
ii. Safety Data Sheets (SDS) shall be made available upon request.
iii. Successful Respondent shall notify the City's authorized representative of recall notices,
warranty replacements, safety notices, or any applicable notice regarding the parts being sold.
4. CITY RESPONSIBILITIES: The City will -
A. Provide a single point of contact for the Contractor to coordinate deliveries with.
B. Provide the Contractor with a City PO number prior to the shipment of any materials for
reference on the delivery order and invoice.
C. Contact the Contractor by e-mail, fax, or telephone to place an order for parts. The request will
include the part numbers, parts description, delivery requirements, and a unique delivery/purchase
order number.
D. Provide associated work order to the Contractor to ensure warranty claims are made within
acceptable time frames.
Page 10 of 12
City of Round Rock Exhibit "A"
OEM Chevrolet Replacement Parts
IFB 20-013
Class/Item: 060-71; 060-72
May 2020
ATTACHMENT A
BID SHEET
1. ATTACHMENT A — BID SHEET is posted in Solicitation Documents for IFB 20-013 Chevrolet Replacement
Parts in an Excel format on the City of Round Rock website at:
httas://www.roundrocktexas.gov/departments/purchasing/purchasing-active-solicitations/
A. In order to be considered responsive Attachment A- Bid Sheet must be completed, signed by an
authorized representative and returned by the deadline for submission of response indicated in Part I
Section 4 — Schedule of Events.
B. The Respondent, by submitting and signing Attachment A — Bid Sheet, acknowledges that he/she has
received and read the entire document packet sections defined above including all documents
incorporated by reference, and agrees to be bound by the terms therein.
C. In order to do business with the City of Round Rock you must be registered with the City's Vendor
Database. To register, go to: httgs://roundrock.munisselfservice.com/Vendors/default.aspx.
D. By the signature affixed on Attachment A -Bid Sheet, the Respondent hereby certifies that neither the
Respondent nor the entity represented by the Respondent, or anyone acting for such entity has violated
the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code,
or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any
competitor or any other person engaged in such line of business."
E. The Respondent agrees, if this Offer is accepted within 120 calendar days after the Due Date, to fully
comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet.
F. The Respondent must attach a complete MSRP Catalog or supply a current active weblink to
their complete MSRP online catalog.
Page 11 of 12
Exhibit "A"
Attachment A- Bid Sheet
OEM Chevrolet Replacement Parts
IFB # 20-013
The Respondent represents by their signature below that they are submitting a binding offer and are authorized to bind
the respondent to fully comply with the solicitation documents contained In IFB No. 20-013 OEM Chevrolet Replacement
Parts. The Respondent. acknowledges that they have received and read the entire solicitation packet, attachments, and
all documents incorporated by reference, and agrees to be bound by the terms therein.
Special Instructions: All prices must be quoted completely in Part. I & 11 of this bid sheet In order to be considered
responsive . A value of "0" will be interpreted as no,cost to the City. Be advised that exceptions taken to any portion of
the solicitation or any unauthorized changes to the bid sheet may jeopardize acceptance of your offer, The City reserves
the right to purchase more or less than the Quantities indicated below.
No addtional delivery charges , fuel surcharges or mileage charges are permitted. Delivery shall be FOB Destination,
• Nft-l- .Ch®vrol�tarts
- .. 't• g. r • :.'L4 w► p. ••r,. .... »1 `}. �►rw ! I Y' ♦•"ti :"'S ..'i : i • w.i• �• '' • •� « X . . " V-».. • r' ••--1 1
• •• •.'r I' i'i 'Z• :.. 'L'•.� .•'11•••� r+f..J ..`. ,.�Lr: i. ry'yX.
Fs
4:f r 1 .'1'• r.y '!:".'M• ...1 . !ni.::.: ....,;..•� '.r ' •i.ni•'v:+.i7:t-`.rf ...rri.. w Y".-"•.'."'
. r "• �•.•►. L v ..g' }:.. t•„ r • . .N .' •Z j'tCf"'T,'.:.` f'•:,',,t.. ..:1 .. ♦.: y . "` "ASI.i'- N�'i•'�;^ .T?. 1:~r .:'R. _`
.., vt... x .. L.• 't'L+S; 1 ♦t .••v ,y.r:l•. .. • r. ,•: �• r.• .:A• rt. rat • .•.. -i•.
• .. I a 'X r ?.r+ •; .,n. :Yak•' .ta ••M'., ��i•.':' tN1.'•1Tr'...''S'.►'•:.'%.`1 •",, �• t
e: • _ } ,J• •:♦: ~•_♦ .i• 'S. �.� .*••�. r•�Sti' •a'id..rw. i,1 1 ti .'OJT'•`{••Y�'"�i S�1�1 •.J . -�yy,,
rr-
' 1 •Pain. . •. t • . , r •a .�.. 'f•�•1•'•�' •.! 7.w� .. r� r......Z:
a t .'r' '• .�BSCC� t�Aj
IQU
�n a •': t. Y,! 1t«•w..�t 7.. •.- • ���,i�I��� �' •i• �:.'•T• �t•Z�'.Ca�.i. �•.t
S 'tii ; tea:' ...r.a>...• . s: ; _ 1
• ber,,* 1:• w :Y:�: .'1 . "1"`!�,r.�• «�.i,..YI"'`•Lr::'.S . �1 tt.. ..I. .�._:. .
rx
1 25824250 BEARING;
REAR 50 Each $59.26 $2,963,00
2 11547135 BOLT 50 Each $4.22 $211.00
3
12613411 iNJECTOR;FUEL WITH ORINGS 40 Each $76.91 $3,076A
PLUG;SPARK,OEM DELCOt114 TAHOE 40 Each $7.53 $301.20
4 19417055 5.3L
) ---
BELT,SERPENTINE,TAHOE,DENALI(5.3 40 Each $34.14 $1,365.60
5 12626222 L,6.2L)
6 192.10691 BELT;A/C(TAHOE 5.3L) 40 Each $36.73 $1,469.20
7 84356643 HUB ASSY; R/F(' 14 TAHOE) 40 Each $218, 32 $8,732.80
MOUNT;MOTOR 40 Each $92.76 $3,710.40C
$ 15854941 D/SIDE TAHOE/DENALI)
9 13598771 SENSOR,TPMS,TA • HOE 40 Each. $50.01 $2,000.40
10 84127277 40 Each $
PANEL;FRONT LEFT- HAND(10-14 h • 379.48 -$151179.20
�
TAHOE)
NEEEMMMEMWENE�
SHOCKS;RF_AR (07 40 Each $73.55 $2l942.00
11 258?1024 SILVERADO)CHEVY
077362 SEAL 40 Each $11.18 $447.20
1
12 5
13 20955430 ABSORBER;REAR SHOCK 40 Each '$65.56 $2,622•40
14 260640 29 SEAL 40 Each $11.04 $441.60
1of2
Exhibit "A"
Attachment A- Bid Sheet
OEM Chevrolet Replacement Parts
IF6 # 20-013
15
25918049 ISILVERA)
BUSHING;KIT-STABILIZER LINK('07
40 ]Each
$25.20
$1,008,00
16
9596468
WHEEL;TAHOE 17" STEEL
40
Each
$177,62
$7,104.80
17
11588714
BOLT;PLUG STEAM VENT
40
Each
$3.85
$154,00
18
12471686
SEAL;REAR AXLE SHAFT(11 TAHOE)
40
Each
$9.12
$364.80
19
12479031
BEARING;REAR WHEELO 1 TAHOE)
40
Each
$43.80
$1,752.00
20
12602540
PLUG;STEAM VENT
40
Each
$14.09
$563060
Annual Total:
Pant 11_. Percent.over MSRP. on -Catalog .:trcfs
r , . , ,; . _. ,
; his°:a ire' ui'r`e f'rxria�ionr.
This section will not' be evaluated undefi Cost. but:i[l becQ:me part:of ails ;con . : Y , „� �::: q � , . � ..�_.... .
Percent Markup M off MSRP Catalog for Chevy OEM parts not listed above
CAST
Information Only; The City of Round Rock reserves the right to order other products from the vendor -attached MSRP Catalog
COMPANY NAME: Don Hewlett Chevrolet Buick Inc.
SIGNATURE OF AUTHORIZED REPRESENTATIVE:
PRINTED NAME: Jeff Gilbert
PHONE NUMBER: 512 681-3054
EMAIL ADDRESS: 1effgj2donhew1ett.cojm
2 of 2
Exhibit "A"
City of Round Rock
OEM Chevrolet Replacement Parts
IFB 20-013
Class/item: 060-71; 060-72
May 2020
ATTACHMENT B:
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: WOO
RESPONDENTS NAME: , m*► Af.Mitff 0gj&.(k:C DATE:
Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government
agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last
two (2) years. City of Round Rock references are not applicable, References may be checked prior to award. If
references cannot be confirmed or if any negative responses are received it may result In the disqualification of
submittal.
1. Company's Name
Name of Contact
Title of Contact
EwMabl Address
Present Address
City, State, Zip Code
Telephone Number
2. Company's Name
Name of Contact
Title of Contact'
E-flail Address
Present Address
City, State, Zip Code
Telephone Number
3. Company's Name
Name of Contact
Title of Contact
E-4a11 Address
Present Address
City, State, Zip Code
Telephone Number
l'ty& 5&7ETY
Nl�,�tU�L Cr1A;��
�1Ton�wTc v� A� :r�7�lA�Ul� �PFR�llsa(�
izaftyja t I -Satz
5710
AtIST �t � IL ?t 75;L
73 If 7-7700 I Fax Number:
W-k Ll.l F1�M1o4,� L� �xa74� �c�T D��er�rr�
��lV��eTDe'�� /i�IR•R1A��R .mop
W i� ecw
Al
"Ork 7tb2�
:& Fax Number: ,
C'_sM) Fax Number: C )
FAILURE TO PROVIDE THE REQUIRED INFORMATION VYITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARDS
. Page 12of12
Exhibit "A"
City of Round flock
Purchasing Division
Solicitation Number 20-013
Please use the link below for access to the electronic pricing guide. User ID and temporary
password are also included. Feel free to reach out with any questions pertaining the Repair
Link site.
htt s: re airlinksho .com Account Lo in?ReturnUrl=°r62f
User ID: Roundrockfleet
Password: Hewlettl
Jeff Gilbert
Parts Director
Hewlett Parts Center
512..681.3054 Office
512.681.3113 Fax.
leffg0donhewlett-com
Exhibit "A"
ROUND ROCK TEXAS
PUR04AMN90 MSION
ADDENDUM
CITY OF ROUND ROCK, TEXAS
Solicitation: IFI3.20-013 Addendum No:1 Date of Addendum: 612012020
This addendum is to incorporate the following changes to the above referenced solicitation:
!. Questions:
Q.1 Do you anticipate extending the bid due date?
A.1 We do not anticipate extending the solicitation due date.
0.2 What additional details are you willing to provide, if any, beyond what is stated in bid documents
concerning how you will identify the winning bid?
A,2 All details are present in this solicitation.
Q.3 Other than your own website, where was this bid posted?
A.3 This Bid was posted in the Round Rack Leader newspaper.
11. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
APPROVED BY: 5/20/2020
Alien Fterch, Purchaser
Purchasing Office, 612418-6682 .
By the signature affixed, below t y Incorporated
+ his addendum is hereby Inco orated into and made a part of the above referenced
solicitation.
ACKNOWLEDGED BY: �
�r � it�E�'� � �o ZO Za
Name Authorize S ure Date
RE
TURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD. '
POLICY NUMBER: GL2020DOP00129
COMMERCIAL GENERAL LIABILITY
CG DS 01 10 01
COMMERCIAL GENERAL LIABILITY DECLARATIONS
New York Marine and General Insurance Company Risk Theory Insurance Services, LLC 59 Maiden Lane 27th Floor 13455 Noel RoadSuite 2300
New York, NY 10038 Dallas, TX 75240-1534
NAMED INSURED:
MAILING ADDRESS:
Hewlett Automotive Group
7601 Interstate 35 Frontage Road
Georgetown, TX 78626
POLICY PERIOD: FROM 03/01/2020
YOUR MAILING ADDRESS SHOWN ABOVE
TO 03/01 /2021 AT 12: 01 A.M. TIME AT
IN RETURN FOR THE PAYMENT OF PREMIUM, AND SUBJECT TO ALL THE TERMS OF THIS POLICY,
WE AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY.
LIMITS OF INSURANCE
EACH OCCURRENCE LIMIT $ 11000,000
DAMAGE TO PREMISES
RENTED TO YOU LIMIT $ 250,000 Any one premises
MEDICAL EXPENSE LIMIT $ 51000 Any one person
PERSONAL & ADVERTISING INJURY LIMIT $ 25,000 Any one person or organization
GENERAL AGGREGATE LIMIT $ 31000,000
PRODUCTS/COMPLETED OPERATIONS AGGREGATE LIMIT $ 310009000
RETROACTIVE DATE(CG 00 02 ONLY)
THIS INSURANCE DOES NOT APPLY TO "BODILY INJURY", "PROPERTY DAMAGE" OR "PERSONAL AND
NDVERTISING INJURY" WHICH OCCURS BEFORE THE RETROACTIVE DATE, IF ANY, SHOWN BELOW.
RETROACTIVE DATE: None
(ENTER DATE OR "NONE" IF NO RETROACTIVE DATE APPLIES)
DESCRIPTION OF BUSINESS
FORM OF BUSINESS:
❑ INDIVIDUAL ❑ PARTNERSHIP ❑ JOINT VENTURE ❑ TRUST
❑ LIMITED LIABILITY COMPANY ❑✓ ORGANIZATION, INCLUDING A CORPORATION (BUT NOT IN-
CLUDING A PARTNERSHIP, JOINT VENTURE OR LIMITED LIABILITY
COMPANY)
BUSINESS DESCRIPTION:
CG DS 01 10 01 0 ISO Properties, Inc., 2000 Page 1 of 2