R-00-03-09-10C1 - 3/9/2000RESOLUTION NO. R- 00- 03- 09 -10C1
WHEREAS, the City of Round Rock has duly advertised for bids for
the purchase and delivery of unleaded and diesel fuel, and
WHEREAS, Truman Arnold Companies has submitted the lowest and
best bid, and
WHEREAS, the City Council wishes to accept the bid of Truman
Arnold Companies, 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 a contract with Truman Arnold Companies for the
purchase and delivery of unleaded and diesel fuel, a copy of said
contract being attached hereto and incorporated herein for all
purposes.
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, and the Act.
RESOLVED this 9th day of Marc
RO A. STLUKA, JR., Mayor
AT EST: City of Round Rock, Texas
E LAND, City Secretary
K:\ NPDOCS \ RESOLU TI \R00309C1.WP /ac
CITY OF ROUND ROCK
ANNUAL PURCHASING AGREEMENT
FOR
UNLEADED GASOLINE AND DIESEL FUEL
THIS AGREEMENT, is made and entered into this / of / • u by
and between the City of Round Rock, a Texas home -rule municipal corporation, whose offices are
located at 221 East Main Street, Round Rock, Texas 78664 -5299, herein after referred to as "City"
and Truman Arnold Companies, 3513 SW H.K. Dodgen Loop, Suite 200, Temple, Texas 76502,
hereinafter referred to as "Vendor ", and City and Vendor are collectively referred to as the "parties ".
RECITALS:
WHEREAS, the City desires to contract with Truman Arnold Companies to provide the City with
Unleaded Gasoline and Diesel Fuel and
WHEREAS, the Invitation for Bid to provide the City with unleaded gasoline and diesel fuel was
previously issued for said fuel and the City has selected the Bid submitted by Truman Arnold
Companies; and
WHEREAS, the parties hereby desire to enter into this Agreement to set forth, in writing, their
respective rights, duties and obligations hereunder,
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:
1.0 CONTRACT DOCUMENTS AND EXHIBITS
The City of Round Rock selected Truman Arnold Companies as the integrator of choice to
supply unleaded gasoline and diesel fuel as outlined in Cooperative IFB issued by the City of
Gerogetown and Response to IFB submitted by Vendor (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 their response to the IFB.
2.0 ITEMS AWARDED
The bid items as shown on Exhibit A are the subject of this agreement:
1
3.0 COSTS
The bid costs listed in Exhibit A shall be the basis of any charges for fuel delivered by
Vendor.
4.0 PRICE ADJUSTMENT
The City will permit "unit price" adjustments upward and downward according to the
average price of fuel as published by the Oil Producers Information Service (OPIS). The City
reserves the sole option to reject any price increase and terminate this contract should the
City and the Vendor not agree on any price increase.
5.0 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 the City receives the supplies,
materials, equipment, or within thirty (3) days of the day on which the performance of
services was complete, or within thirty (30) days of the day on which the City receives a
correct invoice for the supplies, materials, equipment, or services, whichever is later.
Vendor may charge a late fee (fee shall not be greater than that which is permitted by Texas
law) for payments not made in accordance with this prompt payment policy, however, this
policy does not apply to payments made by the City in the event:
5.1 there is a bona fide dispute between the City and Vendor concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment
to be late; or
5.2 the terms of a Federal contract, grant, regulation, or statute prevent the City from
making a timely payment with Federal Funds; or
5.3 there is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier concerning supplies, materials, or equipment delivered
or the services performed which causes the payment to be late; or
5.4 the invoice is not mailed to the City in strict accordance with instructions, if any, on
the purchase order, or this Agreement or other such contractual agreement.
6.0 DURATION OF AGREEMENT
The term of this agreement shall be for of five (5) consecutive twelve (12) month periods of
time from the date of award. Prices shall be firm for the duration of the agreement, except as
provided for hereinabove . This agreement may be renewed for two (2) additional periods of
time not to exceed twelve (12) months for each renewal provided the parties agree. The City
reserves the right to review the Vendor's performance at the end of each twelve (12)month
2
7.0 TERMINATION OF THIS AGREEMENT
8.0 ORDERS PLACED WITH ALTERNATE VENDORS
9.0 TAXES
•
10.0 TITLE AND RISK OF LOSS
11.0 DELIVERY
12.0 ASSIGNMENT
13.0 GRATUITIESBRIBES
3
4
period of time and to cancel the contract (without penalty) or continue the contract through
the next period.
The City may terminate this agreement for any reason by giving Vendor ten (10) days written
notice. Upon delivery of such notice by the City to Vendor , the 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 or contracts are chargeable
to this agreement. Within thirty (30) days after receipt of notice of termination, the Vendor
shall submit a statement, showing in detail the services satisfactorily performed under this
agreement to the date of termination. The City will then pay the Vendor that portion of the
prescribed charges.
If the Vendor cannot provide the quantities and/or types of fuel ordered for a specific
delivery time, the City reserves the option to place the order with another supplier
The City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in charges.
The title and risk of loss of the goods shall not pass to the City until the City actually
receives, takes possession, and accepts the goods at the point or points of delivery,
Delivery of items ordered shall normally be to the locations as stated in the IFB. The terms
of this agreement are "no delivery, no sale ".
Vendor's rights and duties awarded by this agreement may not be assigned to another
without written consent of the city signed by the City's authorized agent. Such consent shall
not relieve the assignor of the liability in the event of default by the assignee.
The City may, by written notice to Vendor, cancel this contract without liability to Vendor if
it is determined by the City that gratuities or bribes in the form of entertainment, gifts, or
otherwise, were offered or given by Vendor, or its agent or representative 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.
14.0 PACKING LISTS AND INVOICES
A delivery ticket/invoice shall accompany each shipment and shall show:
14.1 Name and address of Vendor
14.2 An invoice shall display an invoice number.
14.3 Name of person placing order or purchase order number number.
14.4 Description of item(s) delivered.
14.5 Itemized prices, per unit and extended total, quantity and any special instructions.
15.0 ALTERNATE BRAND(S)
If Vendor desires to substitute another brand of parts for the brand bid, the City may grant
such request. The Vendor shall communicate such request in writing and shall receive
written permission form the City before making such substitution
16.0 INDEMNIFICATION
Vendor agrees to and shall indemnify, defend, and hold harmless the City, its officers, agents,
and employees, from and against any and all claims, losses, damages, causes of action, suits,
and liability of every kind, including all expenses of litigation, court costs, and attorney's fees
for injury to any person, or for damages to any property, arising out of or in connection with
any act or omission, negligence, willful misconduct in the performance of this Agreement
done by Vendor, its officers, agents, employees, or subcontractors under this Agreement,
without regard to whether such persons are under the direction of City agents or employees.
17.0 INSURANCE
Vendor shall meet the minimum state financial responsibility requirements for the operation
of motor vehicles.
18.0 APPLICABLE LAW
This agreement shall be governed by the laws of the State of Texas. No rights, remedies, and
warranties available to the City under this agreement or by operation of law are waived or
modified unless expressly waived or ,modified by the City in writing.
4
19.0 VENUE
The parties agree that venue for any litigation arising from this agreement shall lie in
Williamson County, Texas
20.0 NON - APPROPRIATION
This Contract is a commitment of the City's current revenues only. It is understood and
agreed the City shall have the right to terminate this Contract at the end of any City fiscal
year if the governing body of the City does not appropriate funds sufficient to purchase the
estimated yearly quantities, as determined by the City's budget for the fiscal year in question.
The City may effect such termination by giving Vendor a written notice of termination end of
its then current fiscal year.
21.0 RIGHT TO ASSURANCE
Whenever one party to this agreement in good faith has reason to question the other party's
intent to perform, the questioning party may demand that the other party give written
assurance of their intent to perform. In the event that a demand is made and no assurance is
given within five (5) days, the demanding party may treat this failure as an anticipatory
repudiation of the contract.
22.0 MULTIPLE COUNTERPARTS
This agreement may be executed in multiple counterparts, any one of which shall be
considered an original of this instrument, all of which, when taken together shall constitute
one and the same instrument.
23.0 NOTICES
For the purposes of this Agreement, notices to the City shall be to:
City Manager
City of Round Rock
221 East Main Street
Round Rock, Texas 78664 -5299
With a copy to:
Stephan L. Sheets, City Attorney
City of Round Rock
309 East Main Street
Round Rock, Texas 78664
Notice to Vendor shall be to:
5
Truman Arnold Companies
3513 SW H.K. Dodgen Loop, Suite 200
Temple, Texas 766502
Notices will be effective upon delivery at the above addresses until the parties notify each other, in
writing, of a change in address.
6
IN WI �S ^ WITERJOF the parties to these presents have executed this Agreement on the / —
day of /Ik2 A,C/L 1 ,
CITY OF ROUND ROCK TRUMAN ARNOLD COMPANIES
A
R� eT A. STLUKA, JR., ayor
City of Round Rock
tte
4 41441 ,AA' /! /
`�
, p� G
ANNE LAND
istant City Manager /City Secretary
City of Round Rock
7
By:
Name: / DANNY 1 3e /k.
Title:
Attest:
By:
Name: Di5L,o /� eN a Gals
Title g.s/es Re/'k
Low Bid
?O ' d
No Bid: Reeder Distributors
AAA Petroleum Distributors
Broeddus Petroleum
Tex -Con 011 Co.
Rodgers Oil, Inc.
Diamond Shamrock
Onyx Petro, Inc.
Sun Coast Resources Inc.
Johnson Oil Co.
UNLEADED GASOLINE AND DIESEL FUEL
BID NO. 20012
BID TABULATION
DESCRIPTION TRUMAN ARNOLD TRIPLE 5
6 OOQ TO 8.400 GALLOI{TRANSPORT LOADS; MARKUP: MARKUP:
Unleaded Regular Gasoline • ( +)0.0089 ( +)0.015
Diesel Fuel • ( +)0.0078 (+)0.015
Additive for diesel at terminal • ( +)0.0050 NA
Additive for diesel by jobber • ( +)0.0100 NA
Unleaded Mid Gasoline • ( +)0.0062 (4)0.015
Unleaded Premium Gasoline • ( +)0.0064 (+)0.015
2.000 TO 6,000 GALLON TRANSPORT LOADS;
Unleaded Regular Gasoline • ( +)0.0229, ( +)0.035
Diesel Fuel • ( +)0.0219 (4)0.048
Additive for diesel at terminal • ( +)0.0050 NA
Additive for diesel by jobber • ( +)0.0100 NA
Unleaded Mid Gasoline • ( +)0.0198 (4)0.035
Unleaded Premium Gasoline • (4)0.0196 ( +)0.035
1,000 TO 1,800 GALLON TRANSPORT LOADS:
Unleaded Regular Gasoline • (4)0.0424 (+)0.045
Diesel Fuel • ( +)0.0419 ( +)0.055
Additive for diesel at terminal • ( +)0.0050 NA
Additive for diesel by jobber • ( +)0.0100 NA
Unleaded Mid Gasoline • (4)0.0408 ( +)0.045
Unleaded Premium Gasoline • (4)0.0397 ( +)0.045
189E 0E6 ZIS 'ON VA N11OJ393039 JO A110 {Id 66 :60 OHJ. 00 —ED —83.d
DATE: March 3, 2000
SUBJECT: City Council Meeting — March 9, 2000
ITEM: 10.C.1. Consider a resolution authorizing the Mayor to execute an
agreement with Truman Arnold for fuel purchases. Truman Amold
offered the best bid price for gasoline and diesel fuel purchases and
staff recommends approval of this 12 -month supply agreement.
Annual fuel purchases approximate $325,000. Staff Resource Person:
David Kautz, Finance Director.