Loading...
R-11-09-08-10D1 - 9/8/2011RESOLUTION NO. R -11-09-08-10D1 WHEREAS, the City of Round Rock has duly advertised for bids to purchase various sized water meter boxes and matching lids, compatible with remote read meters, for use throughout the City, and to purchase associated goods and services, and WHEREAS, ACT Pipe and Supply has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of ACT Pipe and Supply, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement for Purchase of Water Meter Boxes From ACT Pipe and Supply, a copy of said Agreement being attached hereto as Exhibit "A" and incorporated herein. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 8th day of September, 2011. ATTEST: ;U - SARA L. WHITE, City Secretary O:Awdox\SCCIntsV0112V lug .MUNICIPALA00231599.DOC/rmc ALAN MCGRAW, Mayor City of Round Rock, Texas Gwrlos ? Sal i 2- Mayo y' CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF WATER METER BOXES FROM ACT PIPE AND SUPPLY 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 water meter boxes, 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 , 2011, by and between the CITY OF ROUND ROCK, TEXAS, a home -rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the "City," and ACT Pipe and Supply, whose offices are located at 1400 Grand Avenue Parkway, Pflugerville, Texas, referred to herein as the "Vendor." This Agreement supersedes and replaces any previous agreements between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City desires.to purchase various sized water meter boxes and matching lids, compatible with remote read meters, for use throughout the City, and to purchase associated goods and services, and City desires to purchase same from Vendor; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods, and City has selected the bid submitted by Vendor; 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 receipt and sufficiency of which are hereby acknowledged, the parties mutually agree as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City is obligated to buy specified goods and/or services and Vendor is obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid designated Solicitation Number 11-026, Specification Number 11-890-40 revised May 2011; (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: 00227087/jkg This Agreement; Purchaser's Response to IFB; City's Invitation for Bid, 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 govermnent and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods mean the specified supplies, materials, conunodities, or equipment. F. Vendor means ACT Pipe and Supply, or any of its successors or assigns. 2.01 EFFECTIVE DATE, INITIAL TERM, AND ALLOWABLE RENEWALS A. This Agreement shall be effective on the date it has been signed by both parties hereto, and shall remain in full force and effect unless and until it expires by operation of the term stated herein; or until terminated or extended as provided herein. B. The term of this Agreement shall be for three (3) consecutive twelve-month periods from the effective date hereof. After that term, this Agreement may be renewed for two terms of twelve (12) months each, with such renewal(s) to occur on or before the expiration date of the preceding terns, and with such renewal(s) being absolutely predicated upon the express written agreement of both parties. Such renewal(s) shall be permitted only provided Vendor has performed each and every contractual obligation specified in this original Agreement. C. Prices shall be firm for the duration of this Agreement and for any renewal periods. No separate Iine item charges shall be permitted for invoicing purposes, including but not limited to equipment rental, demurrage, costs associated with obtaining permits, or any other extraneous charges. City may permit "unit price" adjustments upwards only as a result of a cost increase in goods or services in accordance with the Producers Price Index located at http://www.bls.gov/ppi/ppi dr.htm. Any price increase shall be requested by Vendor in writing and accompanied by the appropriate documentation to justify the requested increase. Vendor may offer price decreases in excess of the allowable percentage change. D. 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. 2 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor as the integrator of choice to supply the goods as outlined in IFB No. 11-026, Specification No. 11-890-40 revised May 2011, and Response to IFB submitted by Vendor, all as specified in Exhibit "A" attached hereto and made a part hereof for all purposes. 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 goods 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 fiill. 4.01 ITEMS AWARDED All bid items on Exhibit "A" are awarded .to•Vendor. 5.01 COSTS Bid costs listed on Exhibit "A" shall be the basis of any charges collected by Vendor. 6.01 INVOICES All invoices shall include, at'aminimuni, the following information: A. Name and address of Vendor; B. Purchase Order Number; C. Description and quantity of items received; and D. Delivery dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING / PURCHASING Authority for local governments to contract with one another to perform certain govermnental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Govenunent 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 of Round Rock's bid, with the consent and agreement of the successful vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City of Round Rock is not an agent of, partner to, or representative of those outside agencies or entities and that the City of Round Rock is not obligated or liable for any action or debts that may arise out of such independently -negotiated "piggyback" procurements. 3 8.01 NON -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 effect 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 Govermnent Code, any payment to be made by City to Vendor will be made within thirty (30) days of the date City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the date City receives a correct invoice for the goods 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 Govermnent Code, Section 2251.025(b). This Prompt Payment 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 causes the payment to be late; or B. 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 C. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or D. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 10.01 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without incurring any 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. 4 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 requirements as stated in the attached IFB No. 11-026 (including all attachments and exhibits), and its bid response. 14.01 CITY'S REPRESENTATIVE City's representative(s) authorized to act in its behalf with regard to this Agreement is: Rick Whisenant City of Round Rock, Utility Inventory Specialist 910 Luther Peterson Place Round Rock, Texas 78664 512-218-5570 rwhisenant@round-rock.tx.us 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. 16.01 DEFAULT If Vendor abandons or defaults hereunder 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. 5 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 (30) 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. 18.01 INDEMNIFICATION 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 WITII LAWS, CHARTER AND ORDINANCES 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. 20.01 ASSIGNMENT AND DELEGATION The parties hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terns of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 6 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 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: ACT Pipe & Supply 1400 Grand Avenue Parkway Pflugerville, TX Notice to City: Assistant City Manager 221 East Main Street Round Rock, TX 78664 Stephen L. Sheets, City Attorney AND TO: 309 East Main Street 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 If a dispute or claim arises under this Agreement, the parties agree to first try to resolve the dispute or claim by appropriate internal means, including referral to each party's senior management. If the parties cannot reach a mutually satisfactory resolution, then and in that event any such dispute or claim will be sought to be resolved with the help of a mutually selected mediator. If the parties cannot agree on a mediator, .City and Vendor shall each select a mediator 7 and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney fees, associated with the mediation shall be shared equally by the parties. 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 such void provision shallbedeemed 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 to he void. 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. 8 IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. City of Rowed Rock, Texas ACT Pipe and Supply By: Printed Name: Title: Date Signed: Attest: By: Sara L. White, City Secretary For City, Approved as to Form: By: Stephan L. Sheets, City Attorney By: Printed Names mkt w j - Title: 5p1 Date Signed: 2'1 l5 zn 11 9 INVITATION FOR 81D (IFB) CITY OF ROUND ROCK PURCHASING DEPARTMENT 221 E. Main Street Round Rock, Texas 78664-5299 Solicitations are due to the Purchasing Office at the above address by 3:OOpm, June 21, 2011 Show solicitation opening date & solicitation number in lower left hand corner of sealed solicitation envelope with return address of responding firm. Facsimile responses shall not be accepted INVOICE TO: CITY OF ROUND ROCK ACCOUNTS PAYABLE 221 EAST MAIN STREET ROUND ROCK, TEXAS 78664-5299 F.O.B. Destination. Freight prepaid and allowed unless otherwise specified below DESTINATION: CITY OF ROUND ROCK WATER LINE MAINTENANCE 910 LUTHER PETERSON ROUND ROCK, TEXAS 78665 By the signature hereon affixed, 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." SOLICITATION NUMBER 11-026 SPECIFICATION NUMBER 11-890.40 REVISED: MAY 2011 Solicitation Information: Water Meter Boxes Solicitation Number: Opening Date: Opening Time: Solicitation Location: 221 E. Main Street Council Chambers Round Rock, TX 78664 11-026 06(2112011 3:OOpm Return signed one (1) original and three (3) copies of response Respondent shall sign below Failure to sign will dis lify-r sponse Autho ' ed Signa ure Skip Saab Print Name (9•IIP•2O/l Date SEE 1.7 OF SOLICITATION INSTRUCTIONS TAX ID NO.: 20332-8776 LEGAL BUSINESS NAME: ACT Pipe & Supply ADDRESS: 1400 Grand Avenue Parkway Pflugerville, TX CONTACT: Skip Spahn TELEPHONE NO: 512-252-7030 BUSINESS ENTITY TYPE: Corporation E-MAIL: sspahn@actpipe.com Respondent agrees to comply with all conditions set forth In this solicitation. SUPERSEDES SPECIFICATION 140.01-890-40-03: REVISED: MARCH 2005 EXHIBIT SOLICITATION SHEET ITEM DESCRIPTION O-ry UNIT OF MEASURE MODEL NUMBER UNIT PRICE EXTENSION 1 SIZE A METER BOX 140 EA OFW36C-12-1A 564.35 $9,009.00 2 SIZE B METER BOX 50 EA DFW37C-12-1A 580.97 $4,048.50 3 SIZE C METER BOX 250 EA DFW38C-14- 1BA 5115.74 828,935.00 4 SIZE 0 METER BOX 50 EA DFW1730F-12- IDA S145.66 57,283.00 5 SIZE E METER BOX 50 EA DFW65C-14- IDCA 5152.37 37,618.50 TOTAL: 556.894.00 DELIVERY IN 7-10 DAYS SUPERSEDES SPECIFICATION 140.01-890-40-03: REVISED: MARCH 2005 EXHIBIT SOLICITATION NUMBER 11-026 SPECIFICATION NUMBER 11-890-40 REVISED: MAY 2011 CITY OF ROUND ROCK INVITATION FOR BID WATER METER BOXES PART I GENERAL 1. PURPOSE: The City of Round Rock, herein after "City", seeks an agreement with a qualified Individual, Firm, or Corporation, hereafter referred to as "Respondent", to provide various sized water meter. boxes and matching lids, compatible with remote read meters for use throughout the City's water supply system. 2. DEFINITIONS, TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the City's standard Definitions, Terms and Conditions shall govem 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, Terms and Conditions can be obtained from the City's website http:l/www.roundrocktexas.00vlhomelindex.asn?page=463. 3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the Insurance Requirements as identified on the City's website at hip://www.roundrocktexas mov/homeli ndex.asp?nacre=463. 4. CLARIFICATION: For questions or clarification of specifications, you may contact: Nora Randall, CPPB, CTPM, CTP Purchasing Department City of Round Rock Telephone: 512-218-7068 nrandaii at round-rock.tx.us The individual listed above may be contacted by telephone or visited 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. 5. QUALIFICATIONS: The opening of a response shall not be construed as the City's acceptance of such as qualified and responsive. Ali Respondents shall: 5.1. Be firms, corporations, individuals or partnerships normally engaged in the sate and distribution of commodity or provision of the services as specified herein. 5.2. Have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the City. 5.3. Identify any subcontractors to be used for this project. Experience, qualifications and references of the subcontractors shall be submitted. The City reserves the right to approve or disapprove alt subcontractors prior to any work being performed. 5.4. Respondent shall employ a minimum of two qualified technicians. Service technicians shall be fully qualified to work on the listed equipment and employed by the successful respondent on the effective date of the agreement. Respondent shall verify that service personnel have had training with a minimum of one year of "hands on" experience working on the listed equipment. SUPERSEDES SPECIFICATION NO. 01-890 40-03: REVISED: MARCH 2005 1 of 8 SOLICITATION NUMBER 11-026 SPECIFICATION NUMBER 11-890-40 REVISED: MAY 2011 5.5, Provide the name, address, telephone number and E-MAIL of at least three (3) firms applicable to Municipal and/or Government projects that have utilized similar service for at least (two) 2 years. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. NOTE: REFERENCE FORM (ATTACHMENT A) PROVIDED. E-MAIL ADDRESSES ARE REQUIRED. 6. BEST VALUE EVALUATION AND CRITERIA: All responses received may be evaluated based on the best value for the City. In determining best value, the City may consider: 6.1. Purchase price and terms; 6.2. Reputation of Respondent.and of Respondent's goods and services; 6.3. Experience, qualifications and quality of the Respondent's goods and services; 6.4. The extent to which the goods and services meet the City's needs; 6.5. Respondent's past relationship with the City; 6.6. The total tong -term cost to the City to acquire the Respondent's goods or services; 6.7. Any relevant criteria specifically listed in the solicitation. 7. AGREEMENT TERM: The terms of the awarded agreement shall: 7.1. The initial term of the resulting agreement shall be three (3) consecutive twelve (12) month periods from the effective date. The agreement may be renewed for two (2) additional periods of time, not to exceed twelve (12) months each, provided both parties agree in writing prior to the expiration of the current term. 7.2. The City reserves the right to review the respondents' performance at the end of each twelve (12) month period and cancel all or part of the agreement(s) or continue the agreement(s) through the next period. 7.3. If the respondent fails to perform its duties in a reasonable and competent manner, the City shall give written notice to the respondent of the deficiencies and the respondent shall have thirty (30) days to correct such deficiencies. If the respondent fails to correct the deficiencies with the thirty (30) days, the City may terminate the agreement by giving the respondent written notice of termination and the reason for the termination. 7.4. If the agreement is terminated, for any reason, the respondent shall turn over all records, to include but not be limited to the following: records of repairs, services, deliveries, and replacement parts, to the City within fifteen (15) working days after completion of duties contained in the agreement. 8. PRICE INCREASE OR DECREASE: A price increase or decrease to the agreement may be considered based on the following: 8.1. The City may permit "unit price" adjustments upwardly or downwardly when correlated with the price index specified herein. Unless otherwise indicated, the price index shall be the specified index as published by the Bureau of Labor Statistics, Washington, DC 20212. The baseline index shall be the index announced for the month in which the solicitations opened. Unit prices may be adjusted for each renewal period and extension period in accordance with changes in index. 8.2. Price adjustments for each renewal and extension periods will be based on the PPI: http:l/www.bts.aovfppi/ppi dr.htm TABLE 3: Producer price indexes for selected stage -of - processing groupings, seasonally adjusted [1982=100J. 8.2.1. The allowable percent change shall be calculated by subtracting the baseline index from the index announced for the month in which the renewal option is exercised and dividing the result by the baseline index. SUPERSEDES SPECIFICATION NO. 01-890-40-03; REVISED: MARCH 2005 2 of 8 SOLICITATION NUMBER 11.026 SPECIFICATION NUMBER 11-890-40 REVISED: MAY 2011 8.2.1.1. A=Baseline index from the month in which the solicitations opened or the month of the last approved price increase. 8.2.1.2. B=Current and/or latest baseline index 8.2.1.3. "B" minus "A", then divided by "A". Multiply sum by 10C% equals the percent of the allowable price increase or decrease, C. C=[(8-A)-A]x100% 8.2.2. The allowable percent change shall be rounded to the nearest one-hundredth of one percent and shall be the maximum unit price adjustment permitted, except that the vendor may offer price decreases in excess of the allowable percent change. 8.3. Price increase cannot exceed 25% for the total cost and term of the agreement. 8.4. PROCEDURE TO REQUEST INCREASE OR OFFER DECREASE. 8.4.1. Mail the price increase request to the designated City Contract Specialist a minimum of 120 days prior to each renewal period. Vendor shall supply supporting documentation as justification for each request. City of Round Rock Purchasing Department ATTN: Contract Specialist 221 E. Main Street Round Rock, Texas 78664-5299 8.4.2. Upon receipt of the request, the City reserves the right to either: accept the escalation as supported by the appropriate price index and make change to the purchase order within 30 days of the request, negotiate with the vendor or cancel the purchase order if an agreement cannot be reached on the value of the increase. PART II SCHEDULE 1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline: 1.1. Solicitation released May 27, 2011 1.2. Responses for solicitation due by 3:00 p.m. June 21, 2011 1.3. Award to Respondent by July 15, 2011 The City reserves the right to modify these dates. Notice of date change will be posted to the City website. 2. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 P.M., on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department 221 E. Main Street Round Rock, Texas 78664-5299 2.1. Responses received after this time and date will not be considered. 2.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN". 2.3. Facsimile or electronically transmitted responses are not acceptable. SUPERSEDES SPECIFICATION NO. 01-890-40-03: REVISED: MARCH 2005 3 of 8 SOLICITATION NUMBER 11.026 SPECIFICATION NUMBER 11-890-40 REVISED: MAY 2011 2.4, Late responses will be returned to Respondent unopened if return address is provided. 3. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss, but not be limited to the following: 3.1. Provide City contact(s) information. 3.2. Identify specific goals and strategies to meet objectives. 3.3. Agreement terms, renewals, and extensions. PART III SPECIFICATIONS 1. SCOPE OF WORK: Provide water meter boxes in five (5) sizes to be used by water line maintenance. Unit(s) furnished to these specifications shall meet or exceed all requirements described herein. Single wall water meter boxes shall be used to house and protect various size remote read water meters from damage due to, but not limited to, ground collapse or traffic throughout the City's water supply system. Specifications cover only the general requirements as to the performance and design criteria of the water meter box, as well as certain details to which the successful respondent shall conform. Respondents shall be responsible for furnishing equipment that meets or exceeds all of the requirements as set forth herein, as well as provide equipment that is designed for the intended application. 2. APPROVED PRODUCTS LIST: The water meter boxes listed have been pre -approved for compatibility and durability. Respondents wishing to submit make and model of water meter boxes not listed shall contact the City's Purchaser as identified in PART I, Paragraph 4, to arrange for evaluation. Evaluations will take approximately five (5) business days. Please submit water meter boxes for evaluation a minimum of ten (10) business days prior to the solicitation opening date. Any evaluation request received for water meter boxes after the solicitation opening will not be considered for award. Meter boxes currently pre -approved: 2.1. Size A Meter Box with Lid Use with single service for 5/8, 3/4, & 1 -inch meters MFR: DFW Plastics, Inc. Model No. DFW 36C-SBSM 2.2. Size B Meter Box with Lid Use with single service for 5/8, 3/4, & 1 -inch meters MFR: DFW Plastics, Inc. Model No. DFW 37C-SBSM 2.3. Size C Meter Box with Lid Use with single service for 5/8, 3/4, & 1 -inch meters MFR: DFW Plastics, Inc. Model No. DFW 38C-14-KSBSM 2.4. Size D Meter Box with Lid Use with single service for 1-1/2 & 2 -inch meters MFR: DFW Plastics, Inc. Model No. DFW 1730-12-BDSM 2.5. Size E Meter Box with Lid Use with single service for 5/8, 3/4, & 1 -inch meters MFR: DFW Plastics, Inc. Model No. DFW 65C-12-BDCIR 3. FUNCTIONAL REQUIREMENTS: The water meter box(es) shalt: 3.1. Be equipped with an all-purpose flange around the top perimeter to allow the box to be installed in concrete, asphalt or other permanent material. 3.2. Have a crush resistant ribbing along the outside of the box and an earth retaining ring to help prevent sinking or floating when installed in native soil. SUPERSEDES SPECIFICATION NO. 01-890-40-03; REVISED: MARCH 2005 4 of 8 SOLICITATION NUMBER 11-026 SPECIFICATION NUMBER 11-890-40 REVISED: MAY 2011 3.3. Be engineered to withstand constricting ground pressures and withstand 20,000 pounds vertical crush load. 3.4. Be lightweight to enable one person to quickly and efficiently install the box(es), 3.5. Be equipped with a skid resistant, plastic lid that securely and evenly sets inside the box and shall not overlap the top edge of the box. 3.6. Have a minimum four -inch high pipe slot cut out(s). 4. DIMENSIONS: The water meter box(es) shall be rectangular in shape with the following dimensions: NOTE: The size of water meter box will be identified on the solicitation. 4.1. SIZE A—Meter Box TOP: 12-1/4"H x 12-3/4"W x 19"L BASE: 10"W x 18-1/4"L OPENING: 10"W x 15"L 4.2. SIZE B — Meter Box TOP: 12"H x 14-3/4"W x 21"L BASE: 11-5/16"W x 18-1/8"L OPENING: 11"W x 18"L 4.3. SIZE C — Meter Box TOP: 14-1/4"H x 21-1/4"W x 22"L BASE: 17-1/4"W x 18"L OPENING: 17"W x 18"L 4.4. SIZE D — Meter Box TOP: 12"H x 17"W x 30"L . BASE: 211W x 34"L OPENING: 16-3/4"W x 29-3/4"L 4.5. SiZE E - Meter Box TOP: 12-1/4"H x 12-3/4"W x 19"L BASE: 10"W x 18-1/4"L OPENING: 10'W x 15"L 5. PROPERTIES: The box shall be molded out of modified polyethylene material with the following ASTM specifications: PROPERTIES ASTM TEST METHOD MINIMUM TEST VALUE Tensile strength @ Yield D638 2300 psi Ultimate Elongation (%) D638 785 Density D1505 0.932 Flexural Modulus D790 73,000 psi Deflection Temperature D648 88c @ 66 psi Melt Index (dg/min.) D1238 Cond. E 5.0 UV Stabilizer Yes 6. MANUALS: One set of manuals and documentation shall be supplied with each unit purchased and shall provide complete and comprehensive information on all equipment, equipment components and accessories, as supplied to comply with this specification. SUPERSEDES SPECIFICATION NO. 01-890-40-03; REVISED: MARCH 2005 5 of 8 INVITATION FOR BID (IFS) CITY OF ROUND ROCK PURCHASING DEPARTMENT 221 E. Main Street Round Rock, Texas 78664-5299 Solicitations are due to the Purchasing Office of the above address by 3:00pm, June 21, 2011 Show solicitation opening date 8 solicitation number in lower left hand corner of sealed solicitation envelope with return address of responding firm. Facsimile responses shall not be accepted INVOICE TO: CITY OF ROUND ROCK ACCOUNTS PAYABLE 221 EAST MAIN STREET ROUND ROCK, TEXAS 76664-5299 F.O.B. Destination, Freight prepaid and allowed unless otherwise specified below DESTINATION: CITY OF ROUND ROCK WATER LINE MAINTENANCE 910 LUTHER PETERSON ROUND ROCK, TEXAS 78665 By the signature hereon affixed, 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." SOLICITATION NUMBER 11-026 SPECIFICATION NUMBER 11-890-40 REVISED: MAY 2011 Solicitation Information: Water Meter Boxes Solicitation Number: 11-026 Opening Date: 06/2112011 Opening Time: 3:00pm Solicitation Location: 221 E. Main Street Council Chambers Round Rock, TX 78664 Return signed one (1) original and three (3) copies of response Respondent shall sign below Failure 10 sign solicitation will dis• u ' ponse Autho ' ed Signa re Skip Snahn Print Name Ce 140'26/1 Date SEE 1.7 OF SOLICITATION INSTRUCTIONS TAX ID NO.: 20332-8776 LEGAL BUSINESS NAME: ACT Pipe & Supply ADDRESS: 1400 Grand Avenue Parkway PBugerville, TX CONTACT: Skip Spahn TELEPHONE NO: 512-252-7030 BUSINESS ENTITY TYPE: Corporation E-MAIL: sspahn@actpipe_com Respondent agrees to comply with all conditions set forth in this solicitation. SUPERSEDES SPECIFICATION NO. 01-890-40-03: REVISED: MARCH 2005 6 of 8 SOLICITATION SHEET ITEM DESCRIPTION QTY UNIT OF MEASURE MODEL NUMBER UNIT PRICE EXTENSION 1 SIZEAMETERBOX 140 EA DFW36C-12-1A $84.35 $9,009.00 2 SIZE BMETER BOX 50 EA DFW37C-12-1A 680.97 $4,04850 3 SIZE C METER BOX 250 EA i68C-14- A 8115.74 528 935.00 4 SIZE D METER BOX 80 EA DFW1730F-12- 1DA 5145.66 57,283.00 6 SIZE E METER BOX 50 EA DFW65C-14- 5152.37 57,81850 TOTAL: 656.894.00 DELIVERY IN 7-10 DAYS SUPERSEDES SPECIFICATION NO. 01-890-40-03: REVISED: MARCH 2005 6 of 8 SOLICITATION NUMBER 11-026 SPECIFICATION NUMBER 11-690.40 REVISED: MAY 2011 SOLICITATION INSTRUCTIONS ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF SOLICITATION ANY EXCEPTIONS THERETO MUST BE IN WRITING 1. SOLICITATION REQUIREMENTS: 1.1 Responding requires pricing per unit shown and extensions. If trade discount is shotty on solicitation, it should be deducted and net line extensions shown. Respondents guarantees product offered will meet or exceed specifications identified in this Invitation For Bid (IFB). 1.2 Solicitations shall be submitted on Solicitation Sheet. Each response shall be placed in a separate envelope completely and properly identified. Responses must be in the Purchasing Department before the hour and date specified on the solicitation. 1.3 Late responses properly Identified will be returned to respondent unopened. Late responses will not be considered. 1.4 Respond F.O.B. destination, freight, prepaid. & allowed unless otherwise specified on the solicitation. If otherwise, show exact cost to deliver. 1.5 Response shag show unit price on quantity and unit of measure specified, extension and show total. In case of errors in extension, unit prices shall govern. Responses subject to unlimited price increase trill not be considered. 1.6 Submitted prices shag be fimi for acceptance 30 days from solicitation opening date. "Discount from Usr responses are not acceptance unless requested. Cash discount will not be considered in determining the low response. All cash discounts offered will be taken if eamed. 1.7 Responses shall give Tax Identification Number, full name and address of respondent Failure to sign will disqualify response. Person signing response shall show title and authority to bind signatories firm in an agreement Firm name should appear on each page in the block provided In the upper right corner. Business Entity shag be one (1) of the following: Individual, Partnership, Sole Proprietorship, EstatefTrust, Corporation, Governmental. Non-profit all others shall be specified. INDIVIDUAL: list name and number as shown on Social Security Card. SOLE PROPRIETORSHIP: List legal name followed by legal business name and Social Security Number. ALL OTHERS: List legal name of entity and Tax Identification Number (RN). 1.8 Responses cannot be altered or amended after opening time. Any Alterations made before opening time shall be initialed by respondent or an authorized agent. No response can be w th dravm ager opening time without approval of the CITY based on a written acceptable reason. 1.9 The City Is exempt from State Sou, Tax and Federal Excise Tax. Do not Include tax in response. 1.10 The City reserves the tight to accept or reject all or any pad of response, waive minor technicalities and award the response to best serve the interests of the City. Split awards may be made al the sole discretion of the City. 1.11 Consistent and continued tie responses could cause rejection of responses by the City and/or investigation for antitrust violations. 1.12 Telephone, facsimge, and electronically transmitted responses are not acceptable in response to the solicitation. 1.13 CAUTION: Solicitation invitation allows sufficient time for receipt of the preferred mail response. The City shall not be responsible for responses received late, illegible, incomplete, or otherwise non-responsive. 2. SPECIFICATION: 2.1 Any catalog, brand name or manufacturer's reference used In the solicitation is descriptive only (not restrictive), and is used to indicate type and quality desired. Responses on brands of like nature and quality twig be considered unless advertised under the provisions of Section 252.022 of the Texas Local Government Code. If other than brand(s) specified Is offered, tilustrations and complete descriptions of product offered are requested to be made a part of the response. If respondent takes no exceptions to speahcetioris or reference data in response, respondent wilt be required to furnish brand names, numbers, etc., as specified in the sortation. 22 All Items on the solicitation shall be new, in first class condition. including containers suitable for shipment and storage, unless otherwise indicated in the solicitation. Verbal agreements to the contrary MI not be recognized. 2.3 Samples, when requested, must be furnished free of expense to the City. If not destroyed in examination, they will be returned to the respondent. on request, at respondent expense. Each example should be marked with respondents' name and address. City solicitation number and code. Do not enclose in or attach to response. 2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of the solicitation. 2.5 Manufacturer's standard warranty shall apply unless otherwise stated in the solicitation. 3. TIE RESPONSES: In case of tie responses, the award veil be made In accordance with Section 271.901 of the Texas Local Government Code. 4. DELIVERY: 4.1 Response shat show number of days required to place material in CiiVs designated location under normal conditions. Failure to state deliver time obligates respondent to complete delivery in fourteen (14) calendar days. Unrealistically short or long delivery promises may cause response to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from Vendor fist. (See 4.2 following) 4.2 If delay is foreseen, Vendor shag give written notice to the City. The City has the right to extend delivery date if reasons appear valid. Vendor shall keep the City advised at at times of status of order. Default in promised delivery (without acceptable reasons) or failure to meet specifications, authorizes the City to purchase supplies elsewhere and charge full increase, if any, in cost and handing to defaulting Vendor. 4.3 No substitutions or cancellations permitted without written approval of the City. 4.4 Delivery shall be made during normal working hours only, untess prior approval for late delivery has been obtained from the City, unless otherwise specified In the solicitation. 5. INSPECTION AND TESTS: All goods will be subject to inspection and test by the City to the extent practicable at all limes and places. Authorized City personnel shag have from r510 anyar upplier's place of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted with the response or on samples taken shipments. If the products tested fail to meet or exceed all conditions and requirements of the specifications, the cost of the sample used and the cost of the testing shall be bome by the suppler. Goods, which have been delivered and rejected In whole or in part, may, at the Cilys option. be returned to the Vendor or held for disposition at Vendor's risk and expense. latent defects may result in revocation of acceptance. 6. AWARD OF AGREEMENT: A response to a solicitation is an offer to contract with the City based upon the terms, conditions, and specifications contained in the solicitation. Responses do not become agreements or purchase orders unless and until they are accepted by the City through its designates and an agreement or a purchase order is Issued. The agreement or purchase order shall be governed, construed, and interpreted under the Charter of the City and the laws of Slate of Texas. All agreements or purchase orders are subject to the approval of the City Council or Manager. 7. PAYMENT: Vendor shall submit three (3) copies of an invoice stowing the agreement or purchase oder number on all copes. 8. PATENTS AND COPYRIGHTS: The Respondent agrees to prated the City from daims involving infringements of patents or copyrights. 9. RESPONDENT ASSIGNMENTS: Respondent hereby assigns to the purchaser any and all claims for overcharges associated with this agreement. which arise under the antitrust laws of the State of Texas. TX, Bus. And Comm. Code Ann. Sec. 15.01, et seq. (1967). 10. RESPONDENT AFFIRMATION: 10.1 Signing the response with a false statement is a material breach of agreement and shag void the submitted response or any resulting agreements, and the Respondent shag be removed from all Vendor fists. By signature hereon affixed, the respondent hereby certifies that 10.2 The respondent has not given, offered to give, nor intends to give any time hereafter any economic opportunity, future employment, gill, ban, gratuity, special discount, tip, favor, or service to a public servant in connection v41h the submitted response. 10.3 The respondent is not currently delinquent fn the payment of any debt owed the City. 10.4 Neither the respondent nor the firm, corporation, partnership, or any entity represented by the respondent, or anyone acting for such firm. corporation, or entity has violated The antitmst laws of this State carded In Section 15.01 et. Seq. Texas Business and Commercial Code, or the Federal Antitrust Laws, nor communicated directly or indirectly 11e response made to any competitor, or any other person engaged in such foo of business. 10.5 The respondent has not received compensation for partidpation in the preparation of the sped(eation for the sofuitaton. 11. NOTE TO RESPONDENTS: Any terms and conditions attached to response will not be considered unless the respondent specifically references them on the front of the response form WARNING: Such terns and conditions may result in disqualification of the response (e.g. responses with the laws of a state other than Texas requirements for prepayment Limitations on remedies, etc) The City of Round Rock can only accept responses which contain all the terms and conditions of ks formal solicitation; in particular, at respondents' affirmations and certifications must be Included. Submission or responses on forms other than City's ham may result In disqualification of your response. 12. INQUIRIES: Inquiries pertaining to Solicitation invitations must give Solicitation number, codes, and opening dale. SUPERSEDES SPECIFICATION NO. 01-890-40-03; REVISED: MARCH 2005 7 016 SOLICITATION NUMBER 11-026 SPECIFICATION NUMBER 11-890-40 REVISED: MAY 2011 ATTACHMENT A REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 11-026 RESPONDENT'S NAME: Skio Spahn DATE: 06.16.2011 Provide the name, address, telephone number and point of contact of at least three (3) firms applicable to Municipal and/or Government projects that have utilized similar service for at least two (2) years. References may be checked prior to award. Any negative responses received may result in disqualification of solicitation. I. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 2. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 3. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number Forman Austin Construction Mark Scott General manager markscott1954@yahoo.com PO Box 2380 Cedar Park, TX 78630 ( 512 ) -94 400"4'5?9l0 Fax Number: ( 512 ) 733-7782 Keystone Construction Larry Vinklarek Project Manager estimatingQkeystoneco nstruct.com 7100 Old Bee Caves Road Austin, TX 78735 . 'v`d.p-@ 417hnL.angkY'uG� .CDM ( 512 ) 288.6437 Fax Number: ( slz ) 288-6439 Chase* Construction Johnny Murrell Superintendent Johnny@chasco.com PO Box 1057 Round Rock, TX 78880 ( 512 ) 244-0600 &Aa_ tic( Fax Number: ( 512 ) 244-0489 FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. SUPERSEDES SPECIFICATION NO. 01-890-40-03; REVISED: MARCH 2005 8 of 8 ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY City Council Agenda Summary Sheet Agenda Item No. *10D1. Consider a resolution authorizing the Mayor to execute an "Agreement for Purchase of Agenda Caption: Water Meter Boxes" with ACT Pipe and Supply. Meeting Date: September 8, 2011 Department: Utilities and Environmental Services Staff Person making presentation: Michael Thane, P.E. Utilities Director Item Summary: This agreement is for the purchase of 540 various sized water meter boxes and matching lids, compatible with remote read meters, for use throughout the City. These water meter boxes will be used by the City's Water Line Maintenance Division to house and protect remote read water meters from damage due to ground collapse or traffic throughout the City's water supply system. This agreement is for three consecutive 12 -month periods with the option of renewing the agreement for an additional two 12 -month periods. Cost: $56,894 Source of Funds: Utility Fund Date of Public Hearing (if required): N/A Recommended Action: Approval EXECUTED DOCUMENTS FOLLOW CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF WATER METER BOXES FROM ACT PIPE AND SUPPLY 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 water meter boxes, and for related goods and services, referred to herein as the "Agreement," is made and entered into on this the t't day of the month of , 2011, by and between the CITY OF ROUND ROCK, TEXAS, a home -rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the "City," and ACT Pipe and Supply, whose offices are located at 1400 Grand Avenue Parkway, Pflugerville, Texas, referred to herein as the "Vendor." This Agreement supersedes and replaces any previous agreements between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City desires,to purchase various sized water meter boxes and matching lids, compatible with remote read meters, for use throughout the City, and to purchase associated goods and services, and City desires to purchase same from Vendor; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods, and City has selected the bid submitted by Vendor; 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 receipt and sufficiency of which are hereby acknowledged, the parties mutually agree as follows: 1.01 Dh:FINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City is obligated to buy specified goods and/or services and Vendor is obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid designated Solicitation Number 11-026, Specification Number 11-890-40 revised May 2011; (b) Vendor's Response to 1FB; (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: 00227087/jkg (3) This Agreement; Purchaser's Response to IFB; City's Invitation for Bid, 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 govermnent and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods mean the specified supplies, materials, commodities, or equipment. F. Vendor means ACT Pipe and Supply, or any of its successors or assigns. 2.01 EFFECTIVE DATE, INITIAL TERM, AND ALLOWABLE RENEWALS A. Tbic Agreement shall be effective on the date it has been signed by both parties hereto, and shall: remain in full force and effect unless and until it expires by operation of the term stated herein, or until terminated or extended as provided herein. B. The term of this Agreement shall be for three (3) consecutive twelve-month periods from the effective date hereof. After that term, this Agreement may be renewed for two terms of twelve (12) months each, with such renewal(s) to occur on or before the expiration date of the preceding term, and with such renewal(s) being absolutely predicated upon the express written agreement of both parties. Such renewal(s) shall be permitted only provided Vendor has performed each and every contractual obligation specified in this original Agreement. C. Prices shall be firm for the duration of this Agreement and for any renewal periods. No separate line item charges shall be permitted for invoicing purposes, including but not limited to equipment rental, demurrage, costs associated with obtaining permits, or any other extraneous charges. City may permit "unit price" adjustments upwards only as a result of a cost increase in goods or services in accordance with the Producers Price Index located at http://www.bls.gov/ppi/ppi dr.htm. Any price increase shall be requested by Vendor in writing and accompanied by the appropriate documentation to justify the requested increase. Vendor may offer price decreases in excess of the allowable percentage change. D. 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. 2 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor as the integrator of choice to supply the goods as outlined in IFB No. 11-026, Specification No. 11-890-40 revised May 2011, and Response to IFB submitted by Vendor, all as specified in Exhibit "A" attached hereto and made a part hereof for all purposes. 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 goods 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. 4.01 ITEMS AWARDED All bid items on Exhibit "A" are awarded to Vendor. 5.01 COSTS Bid costs listed on Exhibit "A" shall be the basis of any charges collected by Vendor, 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; and D. Delivery 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 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 of Round Rock's bid, with the consent and agreement of the successful vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City of Round Rock is not an agent of, partner to, or representative of those outside agencies or entities and that the City of Round Rock is not obligated or liable for any action or debts that may arise out of such independently -negotiated "piggyback" procurements. 3 8.01 NON -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 effect 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 Goverrunent Code, any payment to be made by City to Vendor will be made within thirty (30) days of the date City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the date City receives a correct invoice for the goods 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). This Prompt Payment 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 causes the payment to be late; or B. 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 C. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or D. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 10.01 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without incurring any 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. 4 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 requirements as stated in the attached IFB No. 11-026 (including all attachments and exhibits), and its bid response. 14.01 CITY'S REPRESENTATIVE City's representative(s) authorized to act in its behalf with regard to this Agreement is: Rick Whisenant City of Round Rock, Utility Inventory Specialist 910 Luther Peterson Place Round Rock, Texas 78664 512-218-5570 rwhisenant@round-rock.tx.us 15.01 RIGHT TO ASSURANCE Whenever either natty 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. 16.01 DEFAULT If Vendor abandons or defaults hereunder 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. 5 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 (30) 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. 18.01 INDEMNIFICATION 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 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. 20.01 ASSIGNMENT AND DELEGATION The parties 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. 6 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 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: ACT Pipe & Supply 1400 Grand Avenue Parkway Pflugerville, TX Notice to City: Assistant City Manager 221 East Main Street Round Rock, TX 78664 Stephen L. Sheets, City Attorney AND TO: 309 East Main Street 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 If a dispute or claim arises under this Agreement, the parties agree to first try to resolve the dispute or claim by appropriate internal means, including referral to each party's senior management. If the parties cannot reach a mutually satisfactory resolution, then and in that event any such dispute or claim will be sought to be resolved with the help of a mutually selected mediator. If the parties cannot agree on a mediator, City and Vendor shall each select a mediator 7 and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney fees, associated with the mediation shall be shared equally by the parties. 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 such 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 to be void. 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 mariner 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. 8 IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. City of Round Rock, Texas ACT Pipe and Supply By: By: . Printed Name: Carp S -r. Satiyas Printed Name: .k‘ SFA H Title: 5p1 Title: jKay- "Pa- -rf..41. - Date Signed: 9 . 0. 1 1 Attest: By: Sara L. White, City Secretary For City Approved as to Form: By: Stephan i Sleets, City Attorney Date Signed: v.-1 1,15 \ za t 1 9 INVITATION FOR BID (IFB) CITY OF ROUND ROCK PURCHASING DEPARTMENT 221 E. Main Street Round Rock, Texas 78664-5299 Solicitations are due to the Purchasing Office at the above address by 3:00pm, June 21, 2011 Show solicitation opening date & solicitation number in lower left hand corner of sealed solicitation envelope with return address of responding firm. Facsimile responses shall not be accepted INVOICE TO: CITY OF ROUND ROCK ACCOUNTS PAYABLE 221 EAST MAIN STREET ROUND ROCK, TEXAS 78664-5299 F.O.B. Destination, Freight prepaid and allowed unless otherwise specified below DESTINATION: CITY OF ROUND ROCK WATER LINE MAINTENANCE 910 LUTHER PETERSON ROUND ROCK, TEXAS 78665 By the signature hereon affixed, 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 taws, nor communicated directly or indirectly, the response made to any competitor or any other person engaged in such line of business." SOLICITATION NUMBER 11-026 SPECIFICATION NUMBER 11-890-40 REVISED: MAY 2011 Solicitation Information: Water Meter Boxes Solicitation Number: 11-026 Opening Date: 06/21/2011 Opening Time: 3:00pm Solicitation Location: 221 E. Main Street Council Chambers Round Rock, TX 78664 Return signed one (1) original and three (3) copies of response Respondent shaft sign below Failure to sign solicitation will dis. u.Iify-r-sponse Autho ' ed Signa ure Skip Spahn Print Name (•10.2x/; Date SEE 1.7 OF SOLICITATION INSTRUCTIONS TAX ID NO.: 20332-8776 LEGAL BUSINESS NAME: ACT Pipe & Supply ADDRESS: 1400 Grand Avenue Parkway Pflugerville, TX CONTACT: Skip Spahn TELEPHONE NO: 512-252-7030 BUSINESS ENTITY TYPE: Corporation E-MAIL: sspahn@actpipe.com Respondent agrees to comply with all conditions set forth In this solicitation. SUPERSEDES SPECIFICATION NO. 01-890-Q-03; REVISED: MARCH 2005 EXHIBIT 1 >9 nAn 7-10 DAYS SOLICITATION SHEET ITEM N0. DESCRIPTION OTY UNIT OF MEASURE MODEL NUMBER UNIT PRICE EXTENSION 1 SIZE A METER BOX 140 EA DFW36C-12-1A 564.35 S9,009.00 2 SIZE B METER BOX 50 EA DFW37C-12-1A $80.97 54,048.50 3 SIZE C METER BOX 250 EA DFW38C-14- 16A 5115.74 528,935.00 4 SIZE D METER BOX 50 EA DFW7730F-12- IDA 5145.66 57,283.00 5 SIZE E METER BOX 50 EA DFW65C-14- 1DCA 5152.37 S7,618.50 TOTAL: 556,894.00 SUPERSEDES SPECIFICATION NO. 01-890-Q-03; REVISED: MARCH 2005 EXHIBIT 1 >9 nAn 7-10 DAYS SOLICITATION NUMBER 11-026 SPECIFICATION NUMBER 11-890-40 REVISED: MAY 2011 CITY OF ROUND ROCK INVITATION FOR BID WATER METER BOXES PART I GENERAL 1. PURPOSE: The City of Round Rock, herein after "City", seeks an agreement with a qualified Individual, Firm, or Corporation, hereafter referred to as "Respondent", to provide various sized water meter boxes and matching lids, compatible with remote read meters for use throughout the City's water supply system. 2. DEFINITIONS, TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the City's standard Definitions, Terms and Conditions 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, Terms and Conditions can be obtained from the City's website http://www.roundrocktexas.00v/hometindex.asp?page=463. 3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the Insurance Requirements as identified on the City's website at http://www.roundrocktexas.00v/home/index.asp?paqe=463. 4. CLARIFICATION: For questions or clarification of specifications, you may contact: Nora Randall, CPPB, CTPM, CTP Purchasing Department City of Round Rock Telephone: 512-218-7068 nrandailta round-rock.tx.us The individual listed above may be contacted by telephone or visited 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. QUALIFICATIONS: The opening of a response shall not be construed as the City's acceptance of such as qualified and responsive. All Respondents shall: 5.1. Be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of commodity or provision of the services as specified herein. 5.2. Have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the City. 5.3. Identify any subcontractors to be used for this project. Experience, qualifications and references of the subcontractors shall be submitted. The City reserves the right to approve or disapprove all subcontractors prior to any work being performed. 5.4. Respondent shall employ a minimum of two qualified technicians. Service technicians shall be fully qualified to work on the listed equipment and employed by the successful respondent on the effective date of the agreement. Respondent shall verify that service personnel have had training with a minimum of one year of "hands on" experience working on the listed equipment. SUPERSEDES SPECIFICATION N0.01.890-40.05; REVISED: MARCH 2005 1 of 8 SOLICITATION NUMBER 11-026 SPECIFICATION NUMBER 11-890.40 REVISED: MAY 2011 5.5. Provide the name, address, telephone number and E-MAIL of at least three (3) firms applicable to Municipal and/or Government projects that have utilized similar service for at least (two) 2 years. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. NOTE: REFERENCE FORM (ATTACHMENT A) PROVIDED. E-MAIL ADDRESSES ARE REQUIRED. 6. BEST VALUE EVALUATION AND CRITERIA: All responses received may be evaluated based on the best value for the City. In determining best value, the City may consider: 6.1. Purchase price and terms; 6.2. Reputation of Respondent and of Respondent's goods and services; 6.3. Experience, qualifications and quality of the Respondent's goods and services; 6.4. The extent to which the goods and services meet the City's needs; 6.5. Respondent's past relationship with the City; 6.6. The total long-term cost to the City to acquire the Respondent's goods or services; 6.7. Any relevant criteria specifically listed in the solicitation. 7. AGREEMENT TERM: The terms of the awarded agreement shall: 7.1. The initial term of the resulting agreement shall be three (3) consecutive twelve (12) month periods from the effective date. The agreement may be renewed for two (2) additional periods of time, not to exceed twelve (12) months each, provided both parties agree in writing prior to the expiration of the current term. 7.2. The City reserves the right to review the respondents' performance at the end of each twelve (12) month period and cancel all or part of the agreement(s) or continue the agreement(s) through the next period. 7.3. If the respondent fails to perform its duties in a reasonable and competent manner, the City shall give written notice to the respondent of the deficiencies and the respondent shall have thirty (30) days to correct such deficiencies. If the respondent fails to correct the deficiencies with the thirty (30) days, the City may terminate the agreement by giving the respondent written notice of termination and the reason for the termination. 7.4. If the agreement is terminated, for any reason, the respondent shall turn over all records, to include but not be limited to the following: records of repairs, services, deliveries, and replacement parts, to the City within fifteen (15) working days after completion of duties contained in the agreement. 8. PRICE INCREASE OR DECREASE: A price increase or decrease to the agreement may be considered based on the following: 8.1. The City may permit "unit price" adjustments upwardly or downwardly when correlated with the price index specified herein. Unless otherwise indicated, the price index shall be the specified index as published by the Bureau of Labor Statistics, Washington, DC 20212. The baseline index shall be the index announced for the month in which the solicitations opened. Unit prices may be adjusted for each renewal period and extension period in accordance with changes in index. 8.2. Price adjustments for each renewal and extension periods will be based on the PPI: htto://www.bts.aov/ppi/ppi dr.htm TABLE 3: Producer price indexes for selected stage -of - processing groupings, seasonally adjusted [1982=100]. 8.2.1. The allowable percent change shall be calculated by subtracting the baseline index from the index announced for the month in which the renewal option is exercised and dividing the result by the baseline index. SUPERSEDES SPECIFICATION NO. 01-890-40-03; REVISED: MARCH 2005 2 of 8 SOLICITATION NUMBER 11.026 SPECIFICATION NUMBER 11-890-40 REVISED: MAY 2011 8.2.1.1. A=Baseline index from the month in which the solicitations opened or the month of the last approved price increase. 8.2.1.2. B=Current and/or latest baseline index 8.2.1.3. "B" minus "A", then divided by A. Multiply sum by 100% equals the percent of the allowable price increase or decrease, "C C=r($—A)_A]x100% 8.2.2. The allowable percent change shall be rounded to the nearest one-hundredth of one percent and shall be the maximum unit price adjustment permitted, except that the vendor may offer price decreases in excess of the allowable percent change. 8.3. Price increase cannot exceed 25% for the total cost and term of the agreement. 8.4. PROCEDURE TO REQUEST INCREASE OR OFFER DECREASE. 8.4.1. Mail the price increase request to the designated City Contract Specialist a minimum of 120 days prior to each renewal period. Vendor shall supply supporting documentation as justification for each request. City of Round Rock Purchasing Department ATTN: Contract Specialist 221 E. Main Street Round Rock, Texas 78664-5299 8.4.2. Upon receipt of the request, the City reserves the right to either: accept the escalation as supported by the appropriate price index and make change to the purchase order within 30 days of the request, negotiate with the vendor or cancel the purchase order if an agreement cannot be reached on the value of the increase. PART II SCHEDULE 1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline: 1.1. Solicitation released May 27, 2011 1.2. Responses for solicitation due by 3:00 p.m. June 21, 2011 1.3. Award to Respondent by July 15, 2011 The City reserves the right to modify these dates. Notice of date change will be posted to the City website. 2. RESPONSE DUE DATE: Signed and seated responses are due no later than 3:00 P.M., on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department 221 E. Main Street Round Rock, Texas 78664-5299 2.1. Responses received after this time and date will not be considered. 2.2. Sealed responses shall be dearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN". 2.3. Facsimile or electronically transmitted responses are not acceptable. SUPERSEDES SPECIFICATION NO. 01.890-40-03; REVISED: MARCH 2005 3 of 8 SOLICITATION NUMBER 11-026 SPECIFICATION NUMBER 11-890-40 REVISED: MAY 2011 2.4. Late responses will be returned to Respondent unopened if return address is provided. 3. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss, but not be limited to the following: 3.1. Provide City contact(s) information. 3.2. Identify specific goals and strategies to meet objectives. 3.3. Agreement terms, renewals, and extensions. PART III SPECIFICATIONS 1. SCOPE OF WORK: Provide water meter boxes in five (5) sizes to be used by water line maintenance. Unit(s) furnished to these specifications shall meet or exceed all requirements described herein. Single wall water meter boxes shall be used to house and protect various size remote read water meters from damage due to, but not limited to, ground collapse or traffic throughout the City's water supply system. Specifications cover only the general requirements as to the performance and design criteria of the water meter box, as well as certain details to which the successful respondent shall conform. Respondents shall be responsible for furnishing equipment that meets or exceeds all of the requirements as set forth herein, as well as provide equipment that is designed for the intended application, 2. APPROVED PRODUCTS LIST: The water meter boxes listed have been pre -approved for compatibility and durability. Respondents wishing to submit make and model of water meter boxes not listed shall contact the City's Purchaser as identified in PART 1, Paragraph 4, to arrange for evaluation. Evaluations will take approximately five (5) business days. Please submit water meter boxes for evaluation a minimum of ten (10) business days prior to the solicitation opening date. Any evaluation request received for water meter boxes after the solicitation opening will not be considered for award. Meter boxes currently pre -approved: 2.1. Size A Meter Box with Lid Use with single service for 5/8, 3/4, & 1 -inch meters MFR: DFW Plastics, Inc. Model No. DFW 36C-SBSM 2.2. Size B Meter Box with Lid Use with single service for 5/8, 3/4, & 1 -inch meters MFR: DFW Plastics, Inc. Model No. DFW 37C-SBSM 2.3. Size C Meter Box with Lid Use with single service for 5/8, 3/4, & 1 -inch meters MFR: DFW Plastics, Inc. Model No. DFW 38C-14-KSBSM 2.4. Size D Meter Box with Lid Use with single service for 1-1/2 & 2 -inch meters MFR: DFW Plastics, Inc. Model No. DFW 1730-12-BDSM 2.5. Size E Meter Box with Lid Use with single service for 5/8, 3/4, & 1 -inch meters MFR: DFW Plastics, Inc. Model No. DFW 65C-12-BDCIR 3. FUNCTIONAL REQUIREMENTS: The water meter box(es) shall: 3.1. Be equipped with an all-purpose flange around the top perimeter to allow the box to be installed in concrete, asphalt or other permanent material. 3.2. Have a crush resistant ribbing along the outside of the box and an earth retaining ring to help prevent sinking or floating when installed in native soil. SUPERSEDES SPECIFICATION NO. 01-690-40-03; REVISED: MARCH 2005 4 of 8 SOLICITATION NUMBER 11.028 SPECIFICATION NUMBER 11-890-40 REVISED: MAY 2011 3.3. Be engineered to withstand constricting ground pressures and withstand 20,000 pounds vertical crush load. 3.4. Be lightweight to enable one person to quickly and efficiently install the box(es). 3.5. Be equipped with a skid resistant, plastic lid that securely and evenly sets inside the box and shall not overlap the top edge of the box. 3.6. Have a minimum four -inch high pipe slot cut out(s). 4. DIMENSIONS: The water meter box(es) shall be rectangular in shape with the following dimensions: NOTE The size of water meter box will be identified on the solicitation. 4.1. SIZE A— Meter Box TOP: 12-1/4"1-1 x 12-3/4"W x 19"L BASE: 10"W x 18-1/4"L OPENING: 10"W x 15"L 4.2. SIZE B — Meter Box TOP: 12"H x 14-3/4"W x 21"L BASE: 11-5/16"W x 18-1/8"L OPENING: 11"W x 18"L 4.3. SIZE C — Meter Box TOP: 14-1/4"H x 21-1/4"W x 22"L BASE: 17-1/4"W x 18"L OPENING: 17"W x 18"L 4.4. SIZE D — Meter Box TOP: 1211 x 17"W x 30"L BASE: 21"W x 34"L OPENING: 16-3/4"W x 29-3/4"L 4.5. SIZE E — Meter Box TOP: 12-1/4"1-1x 12-3/4"W x 19"L BASE: 10"W x 18-1/4"L OPENING: 10"W x 15"L 5. PROPERTIES: The box shall be molded out of modified polyethylene material with the following ASTM specifications: PROPERTIES ASTM TEST METHOD MINIMUM TEST VALUE Tensile strength @ Yield D638 2300 psi Ultimate Elongation (%) 0638 765 Density D1505 0.932 Flexural Modulus 0790 73,000 psi Deflection Temperature D648 88c @ 66 psi Melt Index (dg/min.) D1238 Cond. E 5-0 UV Stabilizer Yes 6. MANUALS: One set of manuals and documentation shall be supplied with each unit purchased and shall provide complete and comprehensive information on all equipment, equipment components and accessories, as supplied to comply with this specification. SUPERSEDES SPECIFICATION NO. 01-890-40-03; REVISED: MARCH 2005 5 of 8 INVITATION FOR BID (IFB) CITY OF ROUND ROCK PURCHASING DEPARTMENT 221 E. Main Street Round Rock, Texas 78664-5299 Solicitations are due to the Purchasing Office at the above address by 3:00pm, June 21, 2011 Show solicitation opening date & solicitation number in lower left hand corner of sealed solicitation envelope with return address of responding firm. Facsimile responses shall not be accepted INVOICE TO: CITY OF ROUND ROCK ACCOUNTS PAYABLE 221 EAST MAIN STREET ROUND ROCK, TEXAS 78664-5299 F.O.B. Destination, Freight prepaid and allowed unless otherwise specified below DESTINATION: CITY OF ROUND ROCK WATER LINE MAINTENANCE 910 LUTHER PETERSON ROUND ROCK, TEXAS 78665 By the signature hereon affixed, 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." SOLICITATION NUMBER 11-026 SPECIFICATION NUMBER 11-890-40 REVISED: MAY 2011 Solicitation Information: Water Meter Boxes Solicitation Number: 11-026 Opening Date: 06/21/2011 Opening Time: 3:OOpm Solicitation Location: 221 E. Main Street Council Chambers Round Rock, TX 78664 Return signed one (1) orininal and three (3) copies of response Respondent shall sign befow Failure to sign solicitation will dis Auto ' ed Signa ure Skip Snahn fy esponse Print Name Date SEE 1.7 OF SOLICITATION INSTRUCTIONS TAX ID NO.: 20332-8776 ITEM NO, LEGAL BUSINESS NAME: ACT Pipe & Supply QTY ADDRESS: 1400 Grand Avenue Parkway Pfiugerville, TX MODEL NUMBER CONTACT: Skip Spahn 1 TELEPHONE NO: 512-252-7030 SIZEAMETERBOX BUSINESS ENTITY TYPE: Corporation EA E-MAIL: sspahn@actpipe.com 564.35 Respondent agrees to comply with all conditions set forth in this solicitation. SUPERSEDES SPECIFICATION NO. 01-890-40-03; REVISED: MARCH 2005 6 of 8 SOLICITATION SHEET ITEM NO, DESCRIPTION QTY UNIT OF MEASURE MODEL NUMBER UNIT PRICE EXTENSION 1 SIZEAMETERBOX 440 EA OFW36C-12-1A 564.35 $9,009.00 2 SIZE B METER BOX 50 EA DFW37C-12-1A S80.97 $4,048.50 3 SIZE C METER BOX 250 EA DFW38C-14- SBA 5115.74 528,935.00 4 5 SIZE DMETER BOX 50 EA DFW1730F-12- 1DA $145.66 57,283.00 SIZE E METER BOX 50 EA DFW65C-14- 16CA 5152.37 S7,618.50 TOTAL: 556.894.00 DELIVERY IN 7-10 DAYS SUPERSEDES SPECIFICATION NO. 01-890-40-03; REVISED: MARCH 2005 6 of 8 SOLICITATION INSTRUCTIONS ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF SOLICITATION ANY EXCEPTIONS THERETO MUST BE IN WRITING SOLICITATION NUMBER 11-026 SPECIFICATION NUMBER 11-690-40 REVISED: MAY 2011 1. SOLICITATION REQUIREMENTS: 1.1 Responding requires pricing per unit shown and extensions. tf trade discount is shown on solicitation, it should be deducted and net line extensions shown. Respondents guarantees product offered will meet or exceed specifications identified in this Invitation For Bid (IFB). 1.2 Solicitations shall be submitted on Solicitation Sheet. Each response shall be placed in a separate envelope completely and property identified. Responses must be in the Purchasing Department before the hour and dale specified on the solicitation. 1.3 tale responses properly identified will be returned to respondent unopened. Late responses will not be considered. 1.4 Respond F.O.B. destination, freight, prepaid, & allowed unless otherwise specified on the solicitation. If otherwise, show exact cost to deliver. 1.5 Response shall show unit price on quantity and unit of measure specified, extension and show total. In case of errors in extension, unit prices shall govern. Responses subject to unlimited price increase will not be considered. 1.6 Submitted prices shall be firm for acceptance 30 days from solicitation opening date. "Discount from List- responses are not acceptance unless requested. Cash discount will not be considered in determining the lav response. All cash discounts offered will be taken if earned. 1.7 Responses shall give Tax Identification Number, full name and address of respondent. Failure to sign will disqualify response. Person signing response shall show title and authority to bind signatories firm in an agreement. Firm name should appear on each page in the block provided in the upper right corner. Business Entity shall be one (1) of the following: Individual, Partnership, Sole Proprietorship, Estate/Trust, Corporation, Governmental. Non-profit, all others shall be specified. INDIVIDUAL: List name and number as shown on Social Security Card. SOLE PROPRIETORSHIP: List legal name followed by legal business name and Social Security Number. ALL OTHERS: List legal name of entity and Tax Identification Number (TIN). 1.6 Responses cannot be altered or amended after opening time. Any Alterations made before opening time shall be initialed by respondent or an authorized agent. No response can be withdrawn after opening time without approval of the CITY based on a written acceptable reason. 1.9 The City is exempt from State Setae Tax and Federal Excise Tax. Do not include tax in response. 1.10 The City reserves the right to accept or reject ail nr any pari of response, waive minor technicalities and award the response to best serve the interests of the City. Split awards may be made at the sole discretion of the City. 1.11 Consistent and continued tie responses could cause rejection of responses by the City and/or investigation for antitrust violations. 1.12 Telephone, facsimile, and electro ically transmitted responses are not acceptable in response to the solicitation. 1.13 CAUTION: Solicitation invitation allows sufficient time for receipt of the preferred mail response. The City shall not be responsible for responses received fate, illegible, incomplete, or otherwise nomresponsao. 2. SPECIFICATION: 2.1 Any catalog, brand name or manufacturer's reference used in the solicitation is descriptive only (not restrictive), and is used to indicate type and quality desired. Responses on brands of like nature and quality will be considered unless advertised under the provisions of Section 252.022 o1 the Texas Local Government Code. If other than brand(s) specified is offered, illustrations and complete descriptions of product offered are requested to be made a part of the response. If respondent takes no exceptions to specifications or reference data in response, respondent will be required to furnish brand names, numbers, etc., as specified in the solicitation. 2.2 All items on the solicitation shall be new, in first Gass condition, including containers suitable for shipment and storage, unless otherwise indicated in the solicitation. Verbal agreements to the contrary will not be recognized. 2.3 Samples, when requested, must be furnished free of expense to the City, If not destroyed in examination, they will be returned to the respondent, on request, et respondent expense. Each example should be marked with respondents' name and address. City solicitation number and code. Do not enclose in or attach to response. 2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of the solicitation. 2.5 Manufacturer's standard warranty shall apply unless otherwise stated in the solicitation. 3. TIE RESPONSES: In case cf tie responses, the award will be made in accordance with Section 271.901 of the Texas Local Government Code. 4. DELIVERY: 4.1 Response shall show number of days required to place material in City& designated location under normal conditions. Failure to state deliver time obligates respondent to complete delivery in fourteen (14) calendar days. Unrealistically short or long delivery promises may cause response to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from Vendor list. (See 4.2 following.) 4.2 If delay is foreseen, Vendor shall give written notice to the City. The City has the right to extend delivery date if reasons appear valid. Vendor shall keep the City advised at all times of status of order, Default in promised delivery (without acceptable reasons) or failure to meet specifications, authorizes the City to purchase supplies elsewhere and charge full increase, if any, in cost and handling to defaulting Vendor. 4.3 No substitutions or cancellations permitted without written approval of the City. 4.4 Delivery shall be made during normal working hours only, unless prior approval for late delivery has been obtained from the City, unless otherwise specified in the solicitation. 5. INSPECTION AND TESTS: All goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have access to any supplier's place of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted with the response or on samptes taken from regular shipments. If the products tested fail to meet or exceed all conditions and requirements of the specification, the cost of the sample used and the cost of the testing shall be borne by the supplier. Goods, Which have been delivered and rejected in whole or in pad may, at the City's option, be returned to the Vendor or held for disposition at Vendors risk and expense, Latent defects may result in revocation of acceptance, 6. AWARD OF AGREEMENT: A response to a solicitation is an offer to contract with the City based upon the terms, conditions, and specifications contained in the solicitation. Responses do not become agreements or purchase orders unless and until they are accepted by the City through its designates and an agreement or a purchase order is issued. The agreement or purchase order shall be governed, construed, and interpreted under the Charter of the City and the taws of Slate of Texas. All agreements or purchase orders are subject to the approval of the City Council or Manager. 7. PAYMENT: Vendor shall submit three (3) copies of an invoice shaving the agreement or purchase order number on all copies. 8. PATENTS AND COPYRIGHTS: The Respondent agrees to protect the City from claims involving infringements of patents or copyrights. 9. RESPONDENT ASSIGNMENTS: Respondent hereby assigns to the purchaser any and all claims for overcharges associated with this agreement, which arse under the antitrust laws of the Slate of Texas. TX, Bus. And Comm. Code Ann. Sec. 15.01, et seq. (1967). 10. RESPONDENT AFFIRMATION: 101 Signing the response with a false statement is a material breach of agreement and shag void Inc submitted response or any resulting agreements, and the Respondent shalt be removed from all Vendor lists. By signature hereon offered, the respondent hereby certifies that - 10.2 The respondent has not given, offered to give, nor intends to give any lime hereafter any economic opportunity, future employment, gift, ban, gratuity, special discount, tip, favor, or service to a public servant in connection with the submitted response. 10.3 The respondent is not currently delinquent in the payment of any debt owed the City. 10.4 Neither the respondent nor the firm, corporation, partnership, or any entity represented by the respondent, or anyone acting for such firm, corporation, or entity has violated the antitrust laws of this State codified in Section 15.01 et. Seq. Texas Business and Commercial 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. 10.5 The respondent has not received compensation for participation in the preparation of the specification for the solicitation. 11. NOTE TO RESPONDENTS: Any terms and conditions attached to response will not be considered unless the respondent specifically references them en the front of the response form. WARNING: Such terms and conditions may result in disqualification of the response (e.g. responses with the laws of a Slate other than Texas requirements for prepayment, Limitations on remedies, etc) The City of Round Rock can only accept responses which contain an the terms and conditions of its formal solicitation; in particular, all respondents' affirmations and certifications must be included. Submission of responses on forms other than City's form may result in disqualification of your response. 12. INQUIRIES: Inquiries pertaining to SotIc Cation invitations must give Solicitation number, codes, and opening date. SUPERSEDES SPECIFICATION NO. 01-890.40-03; REVISED: MARCH 2005 7 of 8 SOLICITATION NUMBER 11-026 SPECIFICATION NUMBER 11-890-40 REVISED: MAY 2011 ATTACHMENT A REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 11-026 RESPONDENT'S NAME: Skin Spahr' DATE: 06 16.2011 Provide the name, address, telephone number and point of contact of at least three (3) firms applicable to Municipal and/or Government projects that have utilized similar service for at least two (2) years. References may be checked prior to award. Any negative responses received may result in disqualification of solicitation. 1. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 2.. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 3. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number Forman Austin Construction Mark Scott General manager m arkscott 1954@yahoo. com PO Box 2380 Cedar Park, TX 78630 ( 512 ) 94 X400 MD,V100 Fax Number: ( 512 ) 733-7782 Keystone Construction Larry Vinklarek Project Manager estimating@keystoneconstruct.com 7100 Old Bee Caves Road Austin, TX 78735 9'-tp\r!-41-0 `x X- ��tYUCE .CDrlt ( 512 ) 288-6437 Fax Number: ( 512 ) 288-6439 Chasco Construction Johnny Murrell Superintendent Johnny@chasco.com PO Box 1057 Round Rock, TX 78680 ( 512 ) 244-0600 gci:1,_ �t:};al Fax Number: ( 512 ) 244-0489 FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. SUPERSEDES SPECIFICATfON NO. 01-890-40-03; REVISED: MARCH 2005 8 of 8