Loading...
Contract - Benmark Supply Company - 9/24/2020 CITY OF ROUND ROCK AGREEMENT FOR THE MANUFACTURING OF FLANGED METER SPOOL / PUP JOINTS wrri-I BENMARK SUPPLY COMPANY INC. THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § THAT THIS AGREEMENT for the manufacturing of flanged meter spool / pup joints, and for related goods and services (referred to herein as the "Agreement"), is made and entered into on this the MtAday of the rnonth of'Sa 1 2020 by and between the CITY OF ROUND ROCK., a Texas home-rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and BENMARK SUPPLY COMPANY INC., whose mailing address is 15405 Highway 29, Liberty Hill, Texas 78642 (referred to herein as the "Vendor"). RECITALS: WHEREAS, City desires to enter into an agreement for the manufacturing of flanged meter spool /pup joints; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said services; and WHEREAS, the City desires to procure said goods from 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 sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City is obligated to buy specified services and Vendor is obligated to provide same. The Agreement includes the following: (a) City's Invitation for Bid, designated Solicitation Number 20-019 dated May 2020 ("IFB"); (b) Vendor's Response to IFB; (c) contract award; and (d) any 00450020/ss2 exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) 'This Agreement; (2) Vendor's Response to IFB; (3) City's Invitation for Bids, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities, or equipment. K Vendor means Benmark Supply Company Inc., its successor or assigns. 2.01 EFFECTIVE DATE, TERM A. This Agreement shall be effective on the date this Agreement has been signed by each party hereto, and shall remain in full force and effect unless and until it expires by operation of the term indicated herein, or is terminated or extended as provided herein. B. 'The term of this Agreement shall be for sixty (60) months from the effective date hereof. C. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor to supply the goods as outlined in the Part, IV, Scope of Work, of the IFB, and the Response to IFB submitted by Vendor as described in Attachment A: Bid Sheet in Exhibit "A." The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Vendor in its Response to the IFB. 2 The services which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this .Agreement as if repeated herein in full. 4.01 ITEMS AWARDED; AND SCOPE OF WORK Items Awarded. All bid items in Attachment A: Bid Sheet of Exhibit "A" are awarded to Vendor. Scope of Work: For purposes of this Agreement, City has issued documents delineating the required services (specifically IFB 20-019 dated May 2020). Vendor has issued its response agreeing to provide all. such required services in all specified particulars. All such referenced documents are included in Exhibit "A" attached hereto and made a part hereof for all purposes. When taken together with the appended exhibits, this Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals, correspondence or discussions. Vendor shall satisfactorily provide all services described under the attached exhibits within the contract term specified in Section 2.01. Vendor's undertakings shall be limited to performing services for City and/or advising City concerning those matters on which Vendor has been specifically engaged. Vendor shall perform its services in accordance with this Agreement, in accordance with the appended exhibits, in accordance with due care, and in accordance with prevailing industry standards for comparable services, 5.01 COSTS A. In consideration for the services to be performed by Vendor, City agrees to pay Vendor the amounts set forth in "Attachment A: Bid Sheet" of the attached Exhibit "A." B. The City shall be authorized to pay the Vendor an amount not-to-exceed Five Hundred Thousand and No/100 Dollars ($500,000.00) for the term of this Agreement. 6.0.1 INVOICES All invoices shall include, at a rinninium, the following information: A. Name and address of Vendor; B. Purchase Order Number; C. Description and quantity of items received or services provided; and D. Delivery or performance dates. 3 7.01. INTERI.00AL COOPERATIVE CONTRACTING/ PURCHASING Authority for local governments to contract with one another to per-form certain governmental functions and services, including but not limited to purchasing functions, is granted under Govermnent Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and,Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 271.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City's bid, with the consent and agreement of the successful vendor(s) and the City. Stich 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 is not an. agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently- negotiated "piggyback" procurements. 8.01 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 affect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. 9.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Vendor will be made within thirty (30) days of the day on which City receives the performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the performance and/or deliverables or services, whichever is later. Vendor may charge interest on an overdue payment at the "rate in effect" on September I of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not apply to payments made by City in the event: A, There is a bona fide dispute between City and Vendor, a contractor, subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or 4 17. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 10.01 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is detennined 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 perforluance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal, Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 12.01 ORDERS PLACED WITH ALTERNATE VENDORS If Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.01 INSURANCE Vendor shall meet all insurance requirements set forth Part 11 of No. 20-019 and on the City's website at: litti)s://www.roundrocktexas.aov/wp-conteiit/uplods/2014/12/corr insurance 07.2011.2. df 14.01 CITY'S REPRESENTATIVES City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: Michael. Thane Director of Utilities and E"IlVironinental Services 3400 Sunrise Road Round Rock, Texas 78665 512-218-3236 ii.itliaiie(&,roundrock!exas.g)ov 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 perfionu. In the event that no written assurance is given within the 5 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 DEFALJLT If Vendor abandons or defitults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re-advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Vendor shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; R Falls to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Falls to provide adequate assurance of performance under the "Right to Assurance" section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Vendor. ,13. 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. 6 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 A. Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. B. In accordance with Chapter 2270, Texas Government Code, a governmental entity may not enter into a contract with a company for goods and services unless the contact contains written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the terms of this contract. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycottIsrael and will not boycott Israel during the term of this Agreement. 20.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect, to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: I. When delivered personally to the recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. 7 Notice to Vendor: Berimark Supply Company Inc. 15405 Highway 29 Liberty 1-1111, TX 78642 Notice to City: Laurie Hadley, City Manager Stephan L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 24.01 DISPUTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation., any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 25.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 8 26.01 MISCELLANEOUS PROVISIONS Standard of Care. Vendor represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. 'Circe 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 f'or failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Vendor's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement If it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. however, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. [Signatures on the following page.] 9 IN WITNESS WHEREOF, City and Vendor have executed this Agreernent on the dates indicated. City of Round Rock, Texas Benmark Supply Company Inc. By: M By: /�� Printed Narne: Printed Name: ° TitleM Elate Signed: Date Signed: �.� ,Ie' 14,AJ ��L> Attest: By: LA • C _ - For City41.\�heets, d as to �orm: By: Stela City Attorney 10 Exhibit "A" �aPURCHASING DIVISION SND ROCK TEXAS City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov INVITATION FOR BID (IFB) FLANGED METER SPOOL / PUP JOINT SOLICITATION NUMBER 20-019 MAY 2020 City of Round Rock Exhibit "A" Flanged Meter Spool/Pup Joint IFB 20-019 Class/Item: 967-49 MAY 2020 FLANGED METER SPOOL/ PUP JOINT PART I GENERAL REQUIREMENTS 1. PURPOSE: The City of Round Rock, herein after"the City" seeks a bid from firms experienced in the manufacturing of flange to flange spools/pup joints. 2. SOLICITATION PACKET: This solicitation packet is comprised of the following: lescript"ion r Part I — General Requirements Page(s)2-4 Part II — Definitions, Standard Terms and Conditions Page 5 and Insurance Requirements Part III—Supplemental Terms and Conditions Page(s) 6-8 Part IV—Specifications Page 9 Attachment A—Bid Sheet Page 10 Attachment B— Reference Sheet Page 11 Attachment C— Drawing of Flange to Flange Spools/ Pup Joints Separate Attachment 3. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact: Allen Reich Purchaser Purchasing Division City of Round Rock Phone: 512.218-6682 E-mail: areich(cDroundrocktexas.aov The individual listed above may be contacted by e-mail for clarification of the specifications only. No authority is intended or implied that specifications may be amended, or alterations accepted prior to solicitation opening without written approval of the City of Round Rock through the Purchasing Department. 4. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below. EVENT DATE Solicitation released May 21, 2020 Deadline for submission of questions June 04, 2020 a@ 5:00 PM, CST City responses to questions or addendums Approximately June 11, 2020 @a 5:00 PM, CST Deadline for submission of responses June 18, 2020 X70 3:00 PM, CST All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted above. A copy of all questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at: httr)s://www.roundrocktexas.gov/businesses/solicitations/. Questions shall be submitted in writing to the "Authorized Purchasing Contact". The City reserves the right to modify these dates. Notice of date change will be posted to the City's website: hftp://www.roundrocktexas._.qoy/bids. I'age 2 of 11 �v�'k't "/\x CdyofRound Rock `-".U°|. , . Flanged Meter Spool/Pup Joint |FB12O-019 ^ C|aoo/|bem: QG7+4Q MAY 2020 5. SOLICITATION Respondents shall beresponsible for monitoring the City's website mt for any updates pertaining tothe solicitation described herein. Various updates may include addendurns, cancellations, notifications, and any other pertinent information necessary for the submission ofocorrect and accurate response. The City will not heheld responsible for any further communication beyond updating the website. G. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted inPART |. Section 4-Schedule ofEvents. Mail orhand deliver sealed responses to: City ofRound Rock Attn: Allen Reich Purchasing Department 221 E. Main Street Round Rock, Texas 78G64~529S A. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN^. B. Facsimile orelectronically transmitted responses are not acceptable. C. Responses cannot be altered oramended after opening. D, No response can be withdrawn after opening without written approval from the City for an acceptable reason. E. The City will not be bound by any oral statement or offer made contrary to the written specifications. F. Samples and/or copies shall beprovided atthe Respondent's expense and shall become the property of the City. G. Late responses will not be considered and will be returned unopened, if a return address is provided. 7, The City ofRound Rock makes nowarranty that this checklist isafull comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist participating Respondents in compiling their final responses. Respondents are to carefully read the entire solicitation. Respondent shall submit one (1) evident signed "Original" and one identical-to-the-originale|eohonioumpyof the IFB response on a flash drive, The submittal is required to include all addendums and requested attachments. The bid response along with samples and/or copies shall be provided at the Respondent's expense and shall become the property ofthe City. This invitation for bid UFB\ does not commit the City to contract for any supply or service. Respondents are advised that the City will not pay for any administrative costs incurred in response preparation to this IFB; all costs associated with responding to this IFB will be solely at the interested parties' expense. Not responding tothis |FBdoes not preclude participation inany future RFP/RFQ/|F8. For your bid to be responsive, addendurns and the attachments identified below shall be submitted with your proposal. E.) Addendums: Addenclums may be posted to this solicitation. Bidders are required to submit signed addendums with their sealed response. The Bidder shall be responsible for monitoring the City's website at for any updates pertaining tothe solicitation. o Attachment A: BID SHEET. The bid response shall be submitted on itemized, signed Bid Sheet provided in the solicitation packet. Failure to complete and sign the bid sheet will result in disqualification. If there is a conflict between the unit price and extended price, the unit price will take precedence. Submission of responses on forms other than the City's Solicitation Document may result in disqualification of the response. o Attachment B: REFERENCE SHEET: Provide the nmme, addrese, telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two (2) years. City ofRound Rock references Page 3 ofll City ofRound Rock Exhibit "A" Flanged Meter SpooKPupJoint |FB2O'O19 ' Class/item: 967-49 MAY 2020 are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. 8. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right tV rejectany orall responses, urto accept any response deemed most advantageous, or to waive any irregularities or informalities in the response received that best serves the interest and at the sole discretion of the City,All solicitations received may be evaluated based on the best value for the City. In determining best value, the City may consider: A. Purchase price; B. Reputation ofRespondent and ofRespondent's goods and services; C� Quality ofthe Respondent's goods and services; D� The extent towhich the goods and services meet the City's needs; E. Respondent's past performance with the City; F. The total long-term cost to the City to acquire the Respondent's goods or services; G. Any relevant criteria specifically listed inthe solicitation, K If the solicitation iaevaluated with points, the respondent must earn a minimum of 15 points oncriteria not related tocost inorder tVbmconsidered for contract award. Respondents may be contacted for clarification of bid and/or to discuss details ofthe services they are proposing. S. CONFIDENTIALITY OF CONTENT: As stated in Section 16 nfCity ofRound Rock Purchasing Definitions, Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the Texas Public Information Act. Following an ovvard, responses are subject to release as public information unless the response or specific parts of the response can be shown to be exempt from the Texas Public Information Aut. Pricing is not considered to be confidential under any circumstances A. Information in a submittal that is legally protected as a trade secret or otherwise confidential must be clearly indicated with atemped, bold red letters stating "CONFIDENTIAL" on that section of the document. The City will not be responsible for any public disclosure of confidential information if it is not clearly marked as such. B. If request is made under the Texas Public Information Act to inspect information designated as confidential, the Respondent shu||, upon request from the City, furnish aufficientwrittmn reasons and information as to why the information should be protected from disclosure. The matter will then be presented to the Attorney General of Texas for final determination. 10. The provisions of the Code of Federal Regulations 2 CFR part 180 suspension and debarment may apply to this agreement. The City of Round Rock is prohibited from contracting with or making prime orsub-awards to parties that are suspended or debarred or whose principals are suspended or debarred from doing business with the Federal Government, State of Texas, or the City nfRound Rock. 11. Section 2252.908 of the Texas Government Code requires the successful offeror to complete Form 1205 "Certificate of Interested Parties" that is signed for contract award requiring council authorization. The "Certificate of Interested Parties"form must be completed on the Texas Ethics Commission website, printed, signed and submitted to the City by the authorized agent of the Business Entity with acknowledgment that disclosure is made under oath and under penalty ofperjury prior to final contract execution. Link toTexas Ethics Commission VVmbpo0m: yago4ofll City ufRound Rock Exhibit "A" Flanged Meter Spool/Pup Joint |FB,2U-0l9 Class/item: 967-49 MAY 2020 PART 11 DEFINITIONS, STANDARD TERMS AND CONDITIONS AND INSURANCE REQUIREMENTS 1, Bysubmitting eresponse tothis solicitation, the Respondent agrees that the City's Definitions, Standard Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the sole responsibility of Respondents to stay apprised of changes. The City's Definitions, Standard Terms and Conditions can baviewed and downloaded from the City's website at: 2. : The Respondent shall meet or exceed all insurance requirements set forth in Standard Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and downloaded from the City's website at: . Page 5ofll ���.�� "�" City of Round Rock Exhibit.|�.` , . Flanged Meter SpooKPupJoint |FB.2O-019 Class/Item: 967-49 MAY 2020 PART III SUPPLEMENTAL TERMS AND CONDITIONS 1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: A. The t*nn of the Agreement shall begin from date of award and shall remain in full force for sixty(SO) months. B. Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project upto9Odays. 2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications. Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent shall: A. Be firms, corporations, individuals or partnerships normally engaged in manufacturing of flange to flange spools /pup joints as specified herein and have adequate organization, facilities, equipment, financial capability, and personnel to ensure prompt and efficient service to the City; B. Provide all labor, supplies and materials required to satisfactorily perform the services as specified herein and own or acquire at no cost to the City all construction aids, appliances, and equipment Respondent deems necessary and maintain sole responsibility for the maintenance and repair of Respondent's vehicles, equipment, tools and all associated costs. The City shall not be responsible for any Respondent's tools, equipment or materials lost or damaged during the performance of the services specified herein; C. Bedomiciled inorhave ahome office inside the United States. Respondents domiciled outside the United States, Vrnot having o home office inside the United States will not be included for consideration in this procurement process. 3. : Respondent shall not subcontract mrotherwise engage subcontractors h/ perform required services. The City seeks to do business directly with a company experienced in manufacturing of flange byflange spools/pup joints. 4. : The City reserves the right toremove any employee from City property for violation offederal, state, and local health, safety and environmental laws, ordinances, rules and regulations. The Respondent shall: A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal, state, and local health, oofnty, and environmental laws ordinances, rules and regulations in the performance of these services; B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury ordamage toany persons orproperty within and around the work site. |ncase ofconflict, the most stringent safety requirement shall govern; C. Indemnify and hold the City harmless from and against all claims, demands, suits, actions,judgments, fines penalties and liability of every kind arising from the breach of the successful Respondents' obligations under this paragraph. WORKFORCE: Successful Respondent shall: A. Ensure Respondent's employees perform the services in a timely, professional and efficient manner; B. Employ all personnel for work in accordance with the requirements set forth by the United States Department VfLabor. The City reserves the right to verify citizenship or right to work in the United States. Page 6nfll City oJRound Rock Exhibit "A" Flanged Meter Spool/Pup Joint |FB2O-019 C|mae/kmm� QG7~4S MAY 2020 5. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and mainb*nanca, demurrage, fuel eurohmrgaa, delivery charges, costs associated with obtaining permits, insurance, bonds and risk management. Noseparate line item charges shall bmpermitted for either response mrinvoice purposes. 6, PRICE INCREASE: Contract prices for manufacturing offlange tmflange spools/ pup joints shall remain firm throughout the initial twelve (12) month term ofthe contract. Aprice increase tothe agreement may be considered on the anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at no time can the increase be greater than 10% for any single line item. A. Consumer Price Index(CPQ: Price adjustments will bemade inaccordance with the percentage change in the U.S. Department of Labor Consurner Price Index (CPI-U)for all Urban Consumers. The price adjustment rate will be determined by comparing the percentage difference between the CPI in effect for the base year six-month average (January through June OR July through December); and each (January through June OR July through December six month average) thereafter. The percentage difference between those two CPI issues will be the price adjustment rate. No retroactive contract price adjustments will bmallowed. The Consumer Price Index (CP|) isfound atthe Bureau of Labor Statistics, Consumer Price Index website: . B. Procedure toRequest Increase: i. Mail the written price increase request with the rate detail comparison and comprehensive calculation and any supporting documentation to the designated City Contract Specialist a minimum of 45 days prior to the annual Contract anniversary date. The detailed written calculation will be verified and confirmed. All written requests for increases must include the City ofRound Rock contract number, solicitation reference information and contact information for the authorized representative requesting the increase. Price increase requests shall be sent bymail to: City ofRound Rock Purchasing Department Attn: Contract Specialist 221East Main Street Round Rock, TX 79664-5299 ii. Upon receipt of the request, the City reserves the right to either, accept the escalation and make change to the purchase order within 30 days of the request, negotiate with the Vendor or cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase. 7. PERFORMANCE REVIEW: TheCityresen/estherighttorevievvthemvvmrdedrespondenUe) performmnoeat any time during the contract term, 8. Acceptance inspection should not take more than five (5)working days. The awarded respondent will be notified within the time frame if the services delivered are not in full compliance with the specifications. In the event the services are not performed to the satisfaction of the City; the vendor shall agree to reperform services to specification at no additional cost tothe City. If any agreement or purchase order is cancelled for non-acceptance, the needed services may be purchased elsewhere. 9. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy requirements within budgetary constraints, which may be more or less than indicated. A. A city representative will contact the successful respondent by email,fax, or telephone to place an order for each piece.The request will include the specific dimensions needed for each order. B. Aminimum order quantity will not bepermitted. Pugn7uIll City ofRound Rock Exhibit ^A" Flanged Meter SpooKPupJoint |FB12O-01g C|oao/|ham: 987-49 MAY 2020 10. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split award, primary and secondary award, non-ewand, or use any combination that best serves the interest and atthe sole discretion ofthe City. Respondents b)the solicitation will benotified when City staff recommendation mfaward has been made. The award announcement will beposted tothe City's website et once City Council has approved the recommendation ofaward and the agreement has been executed. 11. POST AWARD MEETING: The City and successful Reapondent/a> may have upost award meeting t* disouma, but not be limited to the following: A. The method toprqvideasmomUlondurdedybenoidonofsemioesperfonnedhnmthecunent contractor; O. Provide City oontnd(s) information for implementation ofagreement. C. Identify specific milestones, goals and strategies tmmeet objectives. 12. : A. Contractor's point ofcontact: In order to maintain consistent standards ofquality work performed across the City, the City shall be provided with a designated and identified point of contact upon award ofthe contract toinclude contact information. The City's designated representative shall banotified by the Respondent immediately should the point nfcontact change. B. The City's designated representatives: Brandon Reiner Logistics Officer Utilities & Environmental Services 513-639-3046 Joseph Rendon Meter Services Supervisor Utilities & Environmental Services 513-218'5575 13. INTERLOCAL PURCHASING AGREEMENTS A. The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the Interlocal Cooperation Act, Chapter 791of the Texas Government Code. The Contractor agrees tooffer the same price and terms and conditions tuother eligible agencies that have aninterlocal agreement with the City. B. The City does not accept any responsibility or liability for the purchases by other government agencies through aninterlocal cooperative agreement I)ugc8ofll ��,�'�'fo�" CkyofRound Rock ^_' .U�|. , . Flanged Meter Spool/Pup Joint |FB,2O-019 Class/Item: 967-49 MAY 2020 PART IV SPECIFICATIONS 1. Introduction: The City of Round Rock, herein after"the City" seeks a bid from firms experienced in the manufacturing offlange tVflange spools/ pup joints. 2. Background: The City has transitioned from e |arger, outdated water meter to a newer octave style meter. The transition has left a significant gap due to the size difference of the new meter. The spool piece /pup joint will act as retrofit kit to bridge this gap. The meterepoo|/pup joint pieces will range from 3^ to 8" pipe diameter with varying lengths from 8^to17.^ 3. Contractor Responsibilities: A. All pieces require a 2" National Pipe Thread (NPT)testing port to be seal welded in the center of the meter spoo!/pupjoint; B. Each piece shall be made of 304 stainless steel unless otherwise noted; C. Flanges shall be ANSI compliant using the set standards for water distribution D. Flange Dimensions hobePer AVVVVAC11O E. Flanges shall beseal welded topipe; F. All pieces shall besuitable for potable water; G. All delivery orshipping costs shall be included in the bid prima provided; H. All pieces shall benew and assembled unless otherwise specified; L Contractor shall provide a detailed quote for all products and services before work is performed. 4. City Responsibilities: The Cih/wiU- A� Provide the contractor with exact measurements for each spool piece; B� Reserve the right to inspect each piece for accuracy and quality. The city reserves the right to refuse any product that does not meet the set standards; C. |fpractical, the City can pick uporders, Page 9nfll ����'��'f "�n (�ityofRound Rock ^_°^U�|. , . Flanged Meter Spool/Pup Joint |FB2O-018 C|eso/|tmm: QG7-48 MAY 2020 ATTACHMENT BID SHEET 1. is posted in Solicitation Documents for IFB 20-019 Flanged Meter Spool/Pup Joint|nmnExcel format onthe City ofRound Rock website at: A� In order to be considered responsive Attachment A-Bid Sheet must be completed, signed by an authorized representative and returned by the deadline for submission of response indicated in Part I Section 4—Schedule ofEvents. B. The Respondent, by submitting and signing Attachment A— Bid Sheet, acknowledges that he/she has received and read the entire document packet sections defined above including all documents incorporated byreference, and agrees tobebound bythe terms therein. C� In order to do business with the City of Round Rock you must be registered with the City's Vendor Database. To register, go to: . D, By the signature affixed on Attachment A- Bid Sheet, the Respondent hereby certifies that neither the Respondent nor the entity represented by the Respondent, or anyone acting for such entity has violated the antitrust laws ofthis State, codified inSection 15.O1 etaeq.. Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any competitor orany other person engaged insuch line Vfbusinesm." E. The Respondent agrees, if this Offer is accepted within 120 calendar days after the Due Date, tofully comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet. Page lOo[ll Attag4lkll�;Xheet Flanged Meter Spool/Pup Joint lFB 20-019 The Respondent represents by their signature below that they are submitting a binding offer and are authorized to bind the respondent to fully comply with the solicitation documents contained in IFB 20-019 Flanged Meter Spool/Pup Joint.The Respondent acknowledges that they have received and read the entire solicitation packet,attachments,and all documents incorporated by reference,and agrees to be bound by the terms therein. Special Instructions: All prices must be quoted in order to be considered responsive,be advised that exceptions taken to any portion of the solicitation will jeopardize acceptance of the bid, Alternative bids will not be considered and unauthorized modifications to the bid sheet format will result in the rejection of the bid, The City reserves the right to purchase more or less than the quantities indicated below, M �'De Mon 40 SCtd �Onit, Unit`c Oat E' 1 3"304 stainless steel meters pool/pup joint(8"length) 10 ea $291.00 $2,910.00 2 3"304 stainless steel meters pool/pup ioint(9"length) 10 ea $291.00 $2,910.00 3 3"304 stainless steel meters pool/pup joint(10"length) 10 ea $291.00 $2,910.00 4 3"304 stainless steel meters pool/pup joint 11'"length) 10 ea $291.00 $2,910.00 5 3"304 stainless steel meterspool/pup joint(12"length) 10 ea 1 $291.00 $2,910.00 6 13"304 stainless steel maters pool/pup joint(13"length) 10 ea $300.00 $3,000.00 7 3"304 stainless steel meters pool/pup joint(14"length) 10 ea $300.00 $3,000.00 8 3"304 stainless steel meters pool/pup joint(15"length) 10 ea $300.00 $3,000.00 9 X 304 stainless steel meters pool/pup joint(16"lenqth) 10 ea $300.00 $3,000.00 10 13"304 stainless steel meters poolipup joint(17"length) 10 ea $300.00 $3,00U0 11 4"304 stainless steel meters pool/pup loint(8"lenath) 6 ea $350.00 $2,100.00 12 4"304 stainless steel meters pool/pup joint(9"length) 6 ea $350.00 $2,100.00 13 4"304 stainless steel meters pool/pup joint(10"length) 6 ea $350.00 $2,100,00 14 14"304 stainless steel meters pooUpup joint(11"length) 6 ea $350.00 $2,100.00 15 4"304 stainless steel meters pool/pup Joint(12"length) 6 ea 1 $350-00 $2,10U0 16 4"304 stainless steel meters pool/pup joint(13"length) 6 ea $365.00 $2,190.00 17 4"304 stainless steel meters pool1pup joint(14"length) 6 ea $365.00 $2,190.00 18 14"304 stainless steel meters pooVpup'oint(15"length) 6 ea $365.00 $2,190.00 19 4"304 stainless steel meters poot1pup joint(16'length) 6 ea $365.00 $2,1190,00 20 4"304 stainless steel meters pool/pup joint(17"length) 6 ea $365.00 $2,190.00 21 6"304 stainless steel meters pool/pup joint(8"length) 4 ea $4160O0 $1,920.00 22 16"304 stainless steel meters pool/pup joint(9"length) 4 ea 1 $480.00 $1,920.00 23 6'304 stainless steel meterspool/pup joint(110"length) 4 ea $480.00 $1,920.00 24 V'304 stainless steel meters pool/pup Joint(11"length) 4 ea $480.00 $1,920.00 25 6"304 stainless steel meters pool/pup joint(12"lencith) 4 ea $480.00 $1,920,00 26 16"304 stainless steel meters pool/pup joint(13"length) 4 as $510.00 $2,040.00 27 6"304 stainless steel meters pool/pup joint(14"length) 4 ea $510.00 $2,040.00 28 6"304 stainless steel meters pooL/pup jDint(15"length) 4 ea $510.00 $2,040.00 29 6"304 stainless steel meters ppoll pup joint(16"length) 1 4 ea $510.00 1 $2,040.00 loft Attar )BWheet Flanged Meter Spool Pup Joint lFB 20-019 30 6"304 stainless steel rneters�J/ u jcqt17'Llengthy 4 ea $510,00 $2,040,00 ea 5710.00 $2,840,00 32 8"304 stainless steel meterspoat/pup join4 ea 5710.00 $2,840.00 33 8"304 stainless steel met U, meters joint 10"'len th . 4 ea $710.00 $2,840.00 34 8'304 stainless steel mete rspoollp, joint 11" th . 4 ea $710,00 $2,840.00 35 8"304 stainless steel rneteE§p2ol/pup joinjjj,� lone. 4 ea $710.00 $2,840,00 36---8"304 stainless steel meterspool/pup ioint(1 3'Lj2Dg±L_ 4 ea $750.00 $3,000,00 37 8"304 stainless steel meters poat!pup joint(14"lenqth) —------A— ea— $750.00 $3,000.00 36 8"304 stainless steel meters,ool/ u loint(15"len th 4 ea $750.00 $3,000.00 39 8"304 stainless steel rneLeLs4 ea 1 $750,00 $3,000.00 40 8"304 stainless steel rnetersPOO11PLIP joint(17"length) 4 ea $750.00 $3,000.00 --------- Annual Total: $100,000.00 COMPANY NAME: Benmark 9ubnlv Cc Inc SIGNATURE OF AUTHORIZED REPRESENTATIVE: PRINTED NAME: Woodrow�Io PHONE NUMBER: 512-902-7403 EMAIL ADDRESS: 2 of 2