Loading...
R-03-07-24-11C1 - 7/24/2003WHEREAS, the City of Round Rock has duly advertised for bids for the purchase of liquid chlorine and muratic acid for the sanitation of the City's swimming pools, and WHEREAS, DCP Industries, Inc. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of DCP Industries, Inc., 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 Annual Purchasing Agreement for Pool Chemicals with DCP Industries, Inc., 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 24th day of July, 2003. ST: AL ►. I / l' if / 111 . /. /4 CHRISTINE R. MARTINEZ, City Secret r ®PFDesktop \::ODMP /NORLWE /O: /wDOE /RESOLUTI /R20729C1, NPD /sc RESOLUTION NO. R -03- 07- 24 -11C1 L, Mayor City of Round Rock, Texas CITY OF ROUND ROCK ANNUAL PURCHASING AGREEMENT FOR POOL CHEMICALS THIS AGREEMENT, is made and entered into this of 20 , 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 DPC Industries, Inc.,4351 Director Drive, San Antonio, TX 78219, hereinafter referred to as "Vendor ", and City and Vendor are collectively referred to as the "parties ". RECITALS: WHEREAS, the City desires to contract with Vendor on a multi -year agreement basis to provide the City with pool chemicals and WHEREAS, the Invitation for Bid to provide the City with pool chemicals previously issued for said goods and the City has selected the Bid submitted by DPC Industries, Inc. 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 Vendor as the integrator of choice to supply liquid chlorine and Muriatic acid as outlined in IFB 03 -007, Specification Number 03- 885 -44 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. The goods that are the subject matter of this Agreement are further described in Exhibit A, and together with this Agreement comprise the Agreement, and they are fully a part of this Agreement as if herein repeated in full. 2.0 ITEMS AWARDED The following bid items of Exhibit A are the subject of this agreement: Pool chemicals to be delivered as needed: Bid Item No. 1 — Liquid Chlorine, 10 %, bulk. Bid Item No. 6 — Muriatic Acid, Liquid, 30 gal. drum. 3.0 COSTS The bid costs listed in Exhibit A shall be the basis of any charges collected by the Vendor. EXHIBIT 4.0 INVOICES: All invoices shall include but not be limited to the following information: 4.1 Name and address of Vendor 4.2 Purchase Order Number 4.3 Description and quantity of item(s) received 4.4 Delivery Date(s) 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 (30) 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 conceming 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 teen of this agreement shall be for a period of time of twelve (12) months 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 four (4) more additional periods of time not to exceed the original period of time, provided both parties agree. Contract extension shall be for the original price, terms and conditions plus any approved changes. The City reserves the right to review the Vendor's performance at the end of each twelve- month period and cancel all or part of the agreement or continue the agreement through the next period. 7.0 TERMINATION OF THIS AGREEMENT The City may terminate this agreement for any reason by giving Vendor ten (30) 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 30 days after receipt of notice of termination, the Vendor shall submit a statement, showing in detail the goods and/or 2 satisfactorily performed under this agreement to the date of termination. The City will then pay the Vendor that portion of the prescribed charges. The Parties agree Vendor is not entitle to compensation for services it would have performed under the remaining term of the Contract except as provided above. 8.0 ORDERS PLACED WITH ALTERNATE VENDORS If the Vendor cannot provide the goods as specified, the City reserves the option to obtain the product(s) from another supplier. 9.0 ABANDONMENT OR DEFAULT A Vendor who abandons or defaults the work on this agreement and causes the City to purchase the goods elsewhere may be charged the difference in cost, if any, and will not be considered in the re- advertisement of the service and may not be considered in future bids for the same type of work unless the scope of work is significantly changed. 10.0 TAXES The City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in charges. 11.0 ASSIGNMENT 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. 12.0 GRATUITIESBRIBES 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. 13.0 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. 14.0 INSURANCE Vendor shall meet requirements as stated in the attached Invitation to Bid No. 03 -007 and their bid response. 15.0 APPLICABLE LAW This agreement shall be govemed by the laws of the State of Texas. It is expressly agreed by both Parties that Williamson County is the place for performance of this contract and that Williamson County, Texas shall be the proper County for venue purposes in any litigation 3 16.0 VENUE 20.0 NOTICES arising herefrom. 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. The parties agree that venue for any litigation arising from this agreement shall lie in Williamson County, Texas. 17.0 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 at the end of its then current fiscal year. 18.0 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. 19.0 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. 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 309 East Main Street Round Rock, Texas 78664 Notice to Vendor shall be to: DPC Industries, Inc. 4351 Director Drive San Antonio, TX 78219 4 Notices will be effective upon delivery at the above addresses until the parties notify each other, in writing, of a change in address. IN WITNESS WHEREOF the parties to these presents have executed this Agreement on the day of , 19 CITY OF ROUND ROCK DPC I DUS 2IES, INC. By: By: Nyle Maxwell, Mayor Name Gok(iln5 1<:n� City of Round Rock Title: Mont' SGks htividrl Attest: Attest: V By: By: Christine Martinez, City Secretary Name: City of Round Rock Title: 5 EXHIBIT A acknowledges VENDOR'S BID RESPONSE INVITATION FOR BID NO. 03 -007 SPECIFICATION FOR POOL CHEMICALS, NO. 03- 885 -44 REM / CLASS & ITEM DESCRIPTION 68544 & 885-78 CITY UNIT - MAKEIMODEL - UNIT PRICE EXTENSION This is to establish a twelve month contract for the purchase and delivery of wafer chemicals for swimming pools with the option to extend four additional periods per specification No.03- 885 -44, dated 3 -03 l B S a S m , a a 3 No guarantee of any minimum or maximum purchase is made or Implied. The City will only order the amount needed to satisfy operating requirements, which may be more or less than indicated. Best Bld Evaluation: Alt bids received shall be evaluated based on the best value for the City, which wit be determined by considering all or part of the following criteria: Bid price, Delivery, Reputation of the bidder and of bidder's goods and services, quality of goods and service, extent to which the goods or services meet the City's needs, and Bidder's past relationship w /City. NOTE: ONE OR MORE AWARDS MAY BE FOR ALL ITEMS LISTED OR IN PART, WHICHEVER 1S IN THE BEST INTEREST OF THE CITY. All items listed below are in accordance with Specification No. 03-885 -44, dated 4, 2003 - 1 Liquid Chlorine, 10%, bulk 16,000 $0.88 $14,080.00 2 Chorine Tabs, 1 -i ,1[ 3 0 lb pail container 300 $ 2.15 $ 645.00 3 Chlorine Tabs, 3-inch ,X6( -O t Ib pal container 200 $2.15 $ 430.00 4 Calcium Hypochlorite, Granules, drum 1,800 $0.96 $ 1,728.00 s Mono Per Sulfate, 40 Ib oontainer 120 6 Muriatic Acid, liquid, 30 gal. Drum 15,000 $1.74 $26,100.00 4X1 gal 7 Muriatic Acid, Liquid, case MVP containers per case) 200 $3.40 $ 680.00 a Light Soda Ash, 50 lb bags 800 $0.25 $ 200.00 9 Sodium Bicarbonate, 50 Ib bags 300 $0.31 $ 93.00 50 10 Cyanuric Acid, granular, Xff lb container 1000 $0.97 $ 970.00 BIDS ARE DUE TO THE PURCHASING OFFICE AT THE ABOVE ADDRESS BEFORE BID OPENING TIME INVOICE TO: City of Round Rock Finance Department 221 East Main Street Round Rock, Texas 78664 -5299 BID F.O.B. DESTINATION. FREIGHT PREPAID AND ALLOWED UNLESS OTHERWISE SPECIFIED BELOW DESTINATION Various Locations see specification INVITATION FOR BID (IFB) CITY OF ROUND ROCK PURCHASING OFFICE 221 E. Main Street Round Rock, Texas 78664-5299 FAGMLE RESPONSES' SHALL NOT BE ACCEPTED SNOW BID OPENING DATE t BO NUMBER IN LOWER LEFT NANO CORNEA OF SEALED ND ENVELOPE L SHOW DOWN ADDRESS OF eIDDNG HMS agrees to comply with all conditions set forth below and on the reverse side its IFB. POOL CHEMICALS DATE: APRIL 14, 2003 1of2 BIDDING INFORMATION: D NUMBER 03 -007 OPENING DATE: 4/29/2003 at 3:00 P.M. D LOCATION: 221 E. Main Street, 1st Floor Council Chambers, Round Rock, TX 78664 :TURN SIGNED ORIGINAL AND ONE COPY OF BID BIDDER SHALL SIGN BELOW 1 Fa t+rs to sign bid will disqualify bld l- l,Il^�-� �Y 4 - 28- 03 thoried ignature Dale •ollinn King - Regional Sales Mgr Print Name SEE 1.6 ON BACK FOR INSTRUCTIONS: TAX ID NO.: 1-75-1481408-0 LEGAL BUSINESS NAME: DPC Industries, Inc. ADDRESS: .411 ni rartnr nri "e ADDRESS: CONTACT: San 4in_t_on4 n. TRWRN 78219 Collins King TELEPHONE NO.: 800-779-8950 B USINESS ENTITY TYPE Co rlreti ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF BID ANY EXCEPTIONS THERETO MUST BE IN WRITING 1. BIDDING REQUIREMENTS: 1.1 Bidding requres pricing per unit shown and extensions. If trade discount is shown on bid, It should be deducted and net line extensions shown. Bidders guarantees product offered w11 meet or exceed specifications identified in this Invitation For Bid (IFB). 1.2 Bids should be submitted on this form Each bid shall be placed in a separate envelope completely and properly identified. See instructions on reverse side. Bids must be in the office of the City Purchasing Agent before the hour and date specified on to reverse side of this IFB. 1.3 Late bids property identified wiz be returned to bidder unopened. late bids will not be considered. 1.4 Bid F.O.B. destination. freigh prepaid, & allowed unless otherwise specified on the IFB. If otherwise. show exact cost to deliver. 1.5 Bid unit price on quantify and unft of measure specified, extend and show total. In terse of errors in extension. unit prices shag govern. Bids soled t to urdmited price crease will not be considered. 1.6 Bid p rises sfre6be firm for acceptance 30 days horn bid opening date.' Discount from Lisp bids arenol acceptance u Ness requesled. C ash d scount oil not be considered in determining the low bid. At cash discounts offered will be taken if earned. 1.7 Bids shall give Tax Identification Number, full name and address of bidder. Failure to sign wi1 disqualify bid. Person signing bid shal show title and authority to bind signatories firm in a contract Faro name should appear on each page in the block provided in the upper right comer. Business Entity shat be one (1) of the following: Individual. Partnership, Sole Proprietorship. Estate/Trust Corporation. Governmental,. Non-profit all others sisal be specified. INDIVIDUAL: Us1 name and number as shave on Social Security Card. SOLE PROPRIETORSHIP; List legal name fo0owed by legal business name and Social Secudty Nunber. ALL OTHERS; List legal name of entity and Tex Identification Number (Tin). 1.8 Bid cannot be altered or amended after opening lima My Ateratons made before opening time shall be inhaled by bidder or an authorized agent. No bid can be withdrawn after opening time without approval of the CRY based on a written acceptable reason 1.9 The Gty.is exempt from State Sales Tax and Federal Excise Tax Do not include tax M bid. 1.10 The Gty reserves the right to accept or reject all or any pad of bid, waive minor technicalities and award the bid to best serve time interests of the City. Split awards may be made at the sole d1suelion of he City. 1.11 Consistent 064 continued tie bids could cause rejection of bids by the City and/or Investigation for antitrust violations. 1.12 Telephone bids and facsimile bids are not acceptable In response to Itre IFB. 1.13 CAUTION: Bid invitation allows sufficient time for receipt of the preferred mail response. The City shall not be responsible for bids received late. tlegible, incomplete, or otherwise non- responsive 2. SPECIFICATION: 21 Any catalog. brand name or manufacturers reference used in IFB is descriptive oily (not resfictive), and Is used to indicate type and qualty desired. Bids on brands of Bce nature and quality wlti 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 Illustrations and complete desaiplons of product offered are requested 10 be made a part of the bid If bidder laces no exceplons to spedtcatons or reference data in bid. bidder will be required to furnish brand names, numbers, etc, as specified in the IFB. 22 AI items bid shall be new, in fist Bass condition, inducing containers suitable for shipment and storage, unless otherwise Indicated in IFB. Verbal agreements to the contrary will not be recognized. 23 Samples, when requested, must be furnished free of expense to the Cty. 6 not destroyed lo examination, they will be returned to the bidder, on request at bidder expense. Each example should be marked with bidders' name and address. City bid number and code. Do not enclose in or aftach 0 bid. 24 The City 50 not be bound by any oral statement or representation contrary to the widen specifications of this IFB. 25 Manufacturers standard warranty shad apply unless otherwise stated in the IFB. 3. TIE BIDS: In case of tie bids, the award win be made in accordance with Section 271.901 of the Texas Local Government Code. 4. DELNERY: 4.1 Bid should show number of days required to place material In Ctys designated location under normal conditions. Failure to stale deliver time obligates bidder to complete defrvery in fourteen (14) calendar days. Unrealistically short or long deliivery promises may cause bid to to disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from bid fist (See 4.2 following) 4.2 If delay Is foreseen, contractor shah give written notice to the City. The Coy has the right to extend delivery data if reasons appear valid. Contractor must keep the City advised at 04 Ones of status of order. Default in promised delivery (without aceptede reasons) or faiure to meet specifications, authorizes the City to purchase supplies elsewhere and charge fun increase, if any, in cost and handling to defaulting contractor. 43 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 spedfied in the IFB. 5. INSPECTION AND TESTS: All goods will be subject to inspection and lest by the City to the extent practicable al all times and places. Authorized City personnel shall have access to any suppliers place of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted with the bid or on samples Laken from regular shipments. It the products tested tail to meet or exceed an conditions and requirements of the specifications, the cost of the sample used and the cost of the testing shall be bonne by the supplier. Goods which have been derv/erect and rejected in wholes in part may, at the Gays option, be retried to the Vendor or held for disposition at Vendors risk and expense. Latent defects may result in revocation of acceptance.. 8. AWARD OF CONTRACT: A response to an IFB Is an offer to contract with the City based upon the tams, conditions, and specifications contained in the IFB Bids do not become contracts unless and until they are accepted by the City through its designates and a purchase order Is issued. The contact shall be govemed, construed, and interpreted under the Charter of the Cdy and the laws of State of Texas. AI contracts are subject to the approval of the City Council. 7. PAYMENT: Vendor shall submit three (3) copies of an invoice showing the purchase order ranter on at copies. 8. PATENTS AND COPYRIGHTS: The contacts agrees to protect the City from claims involving infringements of patents or copyrights. 9. VENDOR ASSIGNMENTS: Vendor hereby assigns to purchaser any and all dams for overcharges associated with this contract which arise under the antitrust taws of the State of Texas. Tx, Bus. Md Comm. Code Ann. See 15.01, et seq. (1967). 10. BIDDER AFFIRMATION: 10.1 Signing this bid with a false statement is a material breach of contact and shall void the submitted bid or any resulting contracts, and the bidder shall be removed horn an bid lists. By signature hereon affixed. the bidder hereby certifies that 10.2 The bidder has not given, offered to give, nor intends to give any time hereafter any economic opportunity. future employment, gift. loan, gratuty, special discount tip, favor. or service to a pudic servant in connection with the submitted bid. 10.3 The bidder is nol currently detnquent in the payment of any debt owed the abr. 10.4 Neither the bidder nor the firm, corporation, partnership, or any entity represented by the bidder, or anyone acing 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 bid made to any competitor, or any other person engaged in such line of business 10.5 The bidder has not received compensation for participation in the preparation of the specification for this IFB. 11. NOTE TO BIDDERS: Any terms and conditions attached to bid wet not be considered unless the bidder specifically references them on the iron( of this ofd form. WARNING: Such term and conditions may result in disqualification of the ofd (e.g. bids with the laws of a state other than Texas requirements for prepayment Limitations on remedies, etc.) The City of Round Rock can only accept bids which contain at the terms and conditions of its forma IFS: in particular. all bidders affirmations and certifications must be included. Submission of bids on forms other than City bid form may result in disgmalifieetion of your bid. 12. INQUIRIES: Inquiries pertaining to bid imitations must give bid number. codes, and opening date. ITEM # CLASS & ITEM DESCRIPTION OTY UNIT MAKFJMODEL UNIT PRICE EXTENSION 11 Sodium Sulfate, granular, 50 lb bags 1000 Ibs 12 Algaecide 60, quart containers 36 quarts 13 Clarifier, 1 quart container 36 quarts 14 Scale Inhibitor, 1 quart container 36 quarts 1s Metal Out, 1 quart container 36 quarts is Pod Perfect 12 quarts 17 Test Kits 4 ea to Reagents, 1oz bodies 170 ea References: Name Brenntaq Southwealitme 210- 635 -729C Name City of Kerrvi 11efhone 83f1 -R96 -5445 Name Schlitterbahn Phone830 625 - 2351 GRAND TOTAL POOL CHEMICALS 'DATE APRIL 14, 2003 2062 DELIVERY IN 2 'By are signature hereon affixed, the bidder hereby certifies that noaher the bidder nor the entity represented by the bidder. a anyone acting for such entity has violated the andtrust laws of this State, codified in Section 15.01 el seq., Texas Business and Commerce Code, or are Federal aMlbusl laws, nor communicated directly or indirectly, the bid made to any competitor or any other person engaged In such lire of business_' _ DAYS CITY OF ROUND ROCK POOL TREATMENT CHEMICALS SPECIFICATION NO. 02-885-44 DATED: April 2003 1. PURPOSE: The City seeks a multi -year contract for the supply and delivery of various water treatment chemicals for treating public swimming pools. These specifications shall become part of the resulting contract. 2. DEFINITIONS: The following definitions will be used for identified terms throughout the specification and bid document: 2.1. Bidder identified throughout this specification shall describe persons and entities that consider themselves qualified to provide the services. 2.2. City — Identifies the City of Round Rock, Williamson County, Texas. 2.3. Contract — A mutually binding legal document obligating the Contractor to furnish the goods, equipment or services, and obligating the City to pay for same. 2.4. Contractor — A person or business enterprise providing goods, equipment, labor and/or services to the City as fulfillment of obligations arising from a contract. 2.5. Subcontractor - Any person or business enterprise providing goods, equipment, labor, and/or services to a Contractor if such goods, equipment, labor, and/or services are procured or used in fulfillment of the Contractor's obligations arising from a contract with the City. 3. CLARIFICATION: For clarification of specifications, bidders may contact: Carolyn Brooks City of Round Rock Telephone: 512- 218 -5457 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 bid opening without written approval of the City of Round Rock through the Purchasing Agent. PART I GENERAL CLAUSES AND CONDITIONS 1. BEST BID EVALUATION: All bids received shall be evaluated based on the best value for the City. Best value will be determined by considering all or part of the criteria listed, as well as any relevant criteria specifically listed in the solicitation. 1.1. Bid price. 1.2. Reputation of the bidder and of bidder's goods and services. 1.3. The quality of the bidder's goods or services. 1.4. The extent to which the goods or services meet the City's needs. 1.5. Bidder's past relationship with the City. 2. ABANDONMENT OR DEFAULT: A Contractor who abandons or defaults the work on the contract and causes the City to purchase the services elsewhere may be charge the difference in cost if any and will not be considered in the re- advertisement of the service and may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Page 1 of 6 SPECIFICATION NO. 02 -885 -44 DATED: April 2003 3. COMPLL&NCE WITH LAWS: The successful bidder shall comply with all federal, state, and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any court or administrative bodies or tribunals in any matter affecting the performance of the resulting contract, including without limitation, workers' compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When requested, the Contractor shall furnish the City with satisfactory proof of its compliance. 4. INDEMNITY: Contractor shall indemnify, save harmless and defend the City, its officers, agents, servants, and employees from and against any and all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees and any and all other costs or fees incident to the performance of the resulting contract and arising out of a willful or negligent act or omission of the Contractor, its officers, agents, servants and employees. 5. NON - APPROPRIATION: The resulting contract is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the 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 contractor a written notice of termination at the end of its then current fiscal year 6. LIENS: Contractor agrees to and shall indemnify and save harmless the City against any and all liens and encumbrances for all labor, goods and services which may be provided under the resulting contract. At the City's request the Contractor or subcontractors shall provide a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. 7. VENUE: Both the City and the Contractor agree that venue for any litigation arising from a resulting contract shall lie in Williamson County. 8. INDEPENDENT CONTRACTOR: It is understood and agreed that the Contractor shall not be considered an employee of the City. The Contractor shall not be within protection or coverage of the City's Worker' Compensation insurance, Health Insurance, Liability Insurance or any other insurance that the City from time to time may have in force and effect. 9. INVOICING: Contractor shall submit one original and one copy of each invoice on a monthly basis to the following address: City of Round Rock Finance Department 221 East Main Street Round Rock, TX78664 -5299 10. PROMPT PAYMENT POLICY: Payments will be made within thirty days after the City receives the supplies, materials, equipment, or the day on which the performance of services was completed or the day on which the City receives a correct invoice for the supplies, materials, equipment or services, whichever is later. The Contractor 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: 10.1. There is a bona fide dispute between the City and Contractor concerning the supplies, materials, services or equipment delivered or the services performed that causes the payment to be late; or 10.2. the terms of a federal contract, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or 10.3. the is a bona fide dispute between the Contractor and a subcontractor or between a subcontractor and its suppliers concerning supplies, material, or equipment delivered or the services performed which caused the payment to be late; or Page 2 of 6 SPECIFICATION NO. 02- 885-44 DATED: April 2003 10.4. the invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or contract or other such contractual agreement 11. OVERCHARGES: Contractor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the Untied States, 15 USGA Section 1 et sett ., and which arise under the antitrust laws of the State of Texas, Bus. and Corn Code, Section 15.01, et PART H SPECIFICATIONS 1. SCOPE: This specification describes water treatment chemicals for treating public pools to include, but not be limited to, two -day delivery and availability to deliver in quantities and packaging specified. The Contractor shall provide all labor, materials and equipment necessary to supply and deliver chemicals to various locations identified within the City. 2. BIDDER OUALIFICATIONS: The opening of a bid will not be construed as the City's acceptance of such bidder as qualified and responsible. The City reserves the right to determine the best value from information submitted with the bid. All bidders shall furnish the following information at a minimum: 2.1. Bidders shall be firms normally engaged in the sale and distribution or provision of the services as specified herein. 2.2. Bidders shall have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the City. 2.3. Provide quality control data and a minimum of three references (client name and telephone number) from current product users for product integrity. 2.4. The City reserves the right before recommending any award to inspect the facilities and organization; or to take any other action necessary to determine ability to perform is satisfactory and reject bids where evidence submitted or investigation and evahtation indicates an inability of the bidder to perform 2.5. References: Provide the name, address, telephone number and point of contract of at least three firms that have utilized this type or similar service for at least two years. References may be checked prior to award. Any negative responses received may result in disqualification of bid. 2.6. 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. 3. MATERIAL SAFETY DATA SHEET (MSDS): Bidders shall provide the City with MSDS on all applicable materials bid in accordance with all Federal, State and local laws, regulations, statues and ordinances. 4. EMERGENCY: The contractor shall have a qualified representative(s) who shall be available within 15 minutes by telephone and six hours on -site, in case of emergency (e.g., leak). A twenty-four hour telephone number shall be provided. 5. OXIDIZERS: The following chemicals will be used by the City as an oxidizer in the swimming pool treatment process at the listed facilities. 5.1. Liquid Chlorine: Sodium Hypochlorite 10% solution shall be a clear, pale yellow or greenish liquid. NOTE: Chlorine is very toxic and corrosive and shall be handled and stored in a manner conforming strictly to the safety rules pertaining to chlorine. 5.1.1. Physical Properties: All liquid chlorine delivered shall: 5.1.1.1. Not exceed 10 PPM lead, 1 PPM mercury, 3 PPM arsenic or 30 PPM of the sum of all heavy metals. Page 3 of 6 6.2. Light Soda Ash: Sodium Carbonate to raise pH. 6.2.1. Example: Leslie's Soda Ash or City approved equal. 6.2.2. Packaging— 50 pound bags. 6.3. Sodium Bicarbonate 6.3.1. Example: Leslie's Sodium Bi -Carb or City approved equal. 6.3.2. Packaging — 50 pound bags. Page 4 of 6 SPECIFICATION NO. 02 -885-44 DATED: April 2003 5.1.2. Packaging: Chlorine shall be delivered in bulk, stored in tanks on City sites and priced by the gallon. 5.1.2.1. BULK, Unloading shall be through quick coupler fitting on the tank. Hoses for delivering from the tanker to the holding tank shall be the responsibility of the Contractor. Certified weight tickets shall accompany all tank truck shipments. 5.1.3. Delivery: All deliveries shall be coordinated with City representative and made to the designated inside storage facilities. 5.2. Chlorine Tabs: Trichloro-s- trizentrione tablets, 99 percent available chlorine, 5.2.1. Packaging: Chlorine shall be delivered as requested below: 5.2.1.1. 1 -inch tablet packaged by the pound in a moister /water proof, pail type container with handle, 45 to 50 pounds maximum. 5.2.1.2. 3 -inch tablet packaged by the pound in a moister /water proof, pail type container with handle, 45 to 50 pounds maximum. 5.3. Calcium Hypochlorite: HTH, Calcium Hypochlorite, 65 percent available chlorine in granular form 53.1.1. Packaging Drum, Granules shall be packaged in 1001b. re- useable drums, unless otherwise specified. Each drum shall be marked legibly of its contents, the name, net weight or volume. 5.4. Mono per Sulfate: Non chlorine shock 5.4.1. Example: Leslie's Fresh- N-Clear or City approved equal. 5.4.2. Packaging: 40 pound containers 6. pH AND ALKALINITY CONTROL: The following chemicals will be used to control the pH and alkalinity in the pool treatment process at the listed facilities. 6.1- Muriatic Acid: Liquid shall be 36 percent (Hydrogen Chloride, Hydrochloric Acid) to lower pH. 6.1.1. Example: Transchem or City approved equal. 6.1.2. Packaging: 6.1.2.1. DRUM- 30 gallon drums. Each dnun shall have marked legibly on it the name of the acid, net weight or volume. 6.1.2.2. CASE — 6-1 gallon containers per case. 6.1.3. Delivery: and shipping of all acid solutions shall conform to all applicable local, state and federal including US DOT regulations and applicable interstate regulations. SPECIFICATION NO. 02-885-44 DATED: April 2003 7. MAINTENANCE CHEMICALS: The following chemicals will be used to maintain the proper chemical balance in swimming pool(s). 7.1. Cyanuric Acid: 100 percent in granular form stabilizer. 7.1.1. Example: ISO Cyanuric Acid or City approved equaL 7.1.2. Packaging — 100 pound container. 72. Sodium Sulfate: shall be 99 percent in granular form to neutralize chlorine. 7.2.1. Example — Leslie's chlorine Neutralizer or City approved equal 7.2.2. Packaging — 50 pound bag. 7,3. Algaecide 60: 73.1. Example: Pool Seasons Algae Control or City approved equal 7.3.2. Packaging — Quart size containers. 7.4. Clarifier: Shall be oxidizing type 7.4.1. Example: Sea Klear, Sea Klear- Vansen or City approved equal. 7.4.2. Packaging— Quart size containers. 7.5. Scale Inhibitor: Shall be used to remove white residue from pool surface. 7.5.1. Example: Scale Be Gone or City approved equal. 7.5.2. Packaging — Quart size containers. 7.6. Metal Out: Shall be used to remove iron and copper from water. 7.6.1. Example: Leslie's Metal Out or City approved equal. 7.6.2. Packaging - Quart size containers. 7.7. Pool Perfect: An enzyme formula for treating oils in water. 7.7.1. Example: Natural Chemistry or City approved equal. 7.8. Test Kits: FAS -DPD Chlorine for testing water. 7.8.1. Example: Taylor 7.9. Reagents: Shall be compatible with Taylor Test Kits. Reagents shall include but not be limited to: 7.9.1. PH = R004, R005, R006 7.9.2. Alkalinity = R007, 8008,12009 7.9.3. Chlorine = Rool, R002, R0870, R0871 7.9.4. Calcium Hardness = R0010, R00111, R0012 7.9.5. Cvanurc Acid = R013 PARTIH CONTRACT TERMS AND CONDITIONS 1. CONTRACT: The term of this contract shall be for a twelve -month period of time from the date of award. Prices shall be fpm for the duration of the agreement, except as provided for herein. This contract may be renewed for four additional periods of time not to exceed twelve months for each renewal provided both parties agree. The City reserves the right to review the Vendor's performance at the end of each twelve month period of time and to cancel the contract (without penalty) or continue the contract through the next period. Page 5 of 6 SPECIFICATION NO. 02 -885-44 DAfhl): April 2003 2. RULES, REGULATIONS, LAWS, ORDINANCES AND LICENSES: Contractor shall observe and obey all laws, ordinances, rules, and regulations of the federal, state and local government which may be applicable to the supply of this product or service. 2.1. Occupational License — Contractor shall submit within 10 calendar days after request. 2.2. Specialty Licenses(s) — Contractor shall possess at the time of the opening of the bid all necessary permits and/or license required for the sale of product and/or service and shall provide said documents within 10 calendars of request by the City. 3. SAFETY TRAINING: The Contractor shall provide, at no additional cost, a minimum of two one -hour training sessions at each delivery location, each year that meet the federal and state safety and right to know training requirements for all chemicals delivered. A qualified instructor(s) thoroughly trained on the safe handling practices a leak response associated with each chemical delivered shall conduct education and instruction. 4. ORDER QUANTITY: The quantities shown on the IFB are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services needed to satisfy operating requirements, which may be more or less than indicated. 5. PRICE ADJUSTMENT: The City may permit "unit price" adjustments upward, only as a result of a cost increase in services in accordance with the Producers Price Index. Any price increase shall be requested by the contractor in writing and accompanied with the appropriate documentation to justify the increase. The vendor may offer price decreases at in any time. 6. DELIVERY: Unless noted on the solicitation, all shipments shall be FOB Destination our dock and received between the hours of 8:OOAM and 4:OOAM, Monday through Friday, within two working days after verbal request against an established blanket purchase order from the City. All deliveries shall be coordinated through City's representative. NOTE: All delivery addresses will be identified on the purchase/blanket orders including, but not limited to the following locations. Delivery Locations: Clay Madson Recreation Center 1600 Gattis School Road Round Rock, TX 78664 Micki Krebsbach Pool 301 Deepwood Drive Round Rock, TX 78664 Lake Creek Park Pool 800 Deerfoot Drive Round Rock, TX 78664 Rabb House 2109 Palm Valley Blvd. Round Rock, TX 78664 7. CANCELLATION: Either party may cancel the contract, without penalty, by providing 30 days prior written notice to the other party. Termination under this paragraph shall not relieve the Contractor of any obligation or liability that has occurred prior to cancellation. NOTE: This contract is subject to cancellation, without penalty at any time the City deems the vendor to be non - compliant with contractual obligations. 8. CONTRACT ADMINISTRATOR: All work performed under this contract will be supervised and verified by the City representative noted below. Mike Hemker at 512- 341 -3343 Page 6 of 6 BID TAB BID NUMBER: 03-007 BID OPENING: 4/29/2003 3:pm POOL CHEMICALS VENDOR PROGRESSIVE COM TOTAL: 51,628.00 VENDOR CHLOR-SERV, INC TOTAL: 50,643.00 VENDOR DPC INDUSTRIES TOTAL'. 44,926.00 VENDOR TOTAL 000 REM# DESCRIPTION QTY Unitb Extended WINS 'Extended Units Extended Unit$ Extended 1 LIQUID CHLORINE, 10 %BULK 16,000 1.20 19,200.00 1.10 17,600.00 0.88 14,060.00 _ - 2 TAB, 1 INCH 300 1 601 480.00 N/B 1N /B 2.151 645.D0 0.00 3 TAB. 3 INCH 200 _ _ _ 1_601 320.00 _ __ 1.701 _ _____ 340_00 2151 43000 J 0.00 4 CALCIUM HYPOCHLORITE, DRUM 1,800 1.051 1,89000 1.111 1,989.00 0.961__ 1,728.00 1_ 0.00 5 MON PER SULFATE, 4OLB 120 2001 240_00 N /B1Wb 14iB 1N /B J 000 6 MURIATIC ACID DRUM 15,000 _ ..... 1.2 . 1 ..... _ 25,500.00 (30 GAL DRUM 951) 2O01 _______ _30_00O.0D _2_41 1 000 7 MUTAT IC ACID LIQUID 200 2.251 _ _ _ 450_00 NB 1NB_ ___ _ 3.41_ 680.00 1 0.00 8 LIGHT SODA ASH. 50LB BAGS 800 4181 144.00 0.351__ __ __28000 . a25 . 1 200.00 _____1_ 0.00 9 SODIUM BICARBONATE, 5OLB 300 ____ 0.221___ 66.00 0.251_ _ _ __ 8400 __ _ 0.311 ______ ______ 9300 _______L__ _ _ 0.00 10 CYANURIC ACID 10O CONTAINER 1000 0.66L 660,00 Na 1WB 0.971 970.00 ______1 0.00 11 SODIUM SULFATE, 50LB BAGS 1000 0.54J_ 540.00 0.351 350,00 N/B 1W8 12 ALGAECIDE 60, QT 36 13,001_______ 468_00 N/8 ____1N/8 _____________ N/B 19/8 ________1____________0 13 CLARIFIER, 1 OT 36 8.001______ 288.00 NB 1N /B N /BIN /B 1__________0,00 14 SCALE INHIBITOR 1 07 36 _____7.501 27O.00 NB 1NB NB 1N /B _ 0.00 15 METAL OUT, 1 OT 36 7.501 270.00 N/B 1NB NB 1N /B 16 POOL PERFECT 12 10.501 126.00 1B 1 ---- _____ _____ ____ 1WB ___ __ _ �__ 0.00 17 TEST KITS 4 ___ _9O01 36.00 N/B 1N/B N/B 114/15 18 REAGENTS. 1OZ BOTTLE 170 4.001____ 680_00 N/B 11 _____ 1 0.00 w - 4 DATE: July 17, 2003 SUBJECT: City Council Meeting - July 24, 2003 ITEM: *11.C.1. Consider a resolution authorizing the Mayor to execute an Annual Purchasing Agreement for Pool Chemicals with DCP Industries, Inc. for the purchase of liquid chlorine and muratic acid for the sanitation of the City's swimming pools. Resource: Sharon Prete, Director Parks and Recreation Mike Hemker, Aquatics /Athletics Manager History: Funding: Cost: Currently, the PARD purchases various chemicals as needed for sanitation of our City's swimming pools. Two of our most often purchased chemicals are liquid chlorine and muratic acid; these chemicals work in conjunction with each other and are delivered at the same time. By contracting with one vendor for these two items will allow a better, more efficient manner of having a constant price as well as a more efficient way to order and receive these chemicals on site at each pool's location. While our bid had all chemicals that we currently use listed, we chose only to award the bid for our two most heavily used items. The other items listed on the bid specifications sheet are items several area businesses can provide at a more cost effective price when needed. Most companies obtain their liquid chlorine from DPC Industries, Inc. and we feel that their liquid chlorine price, connected with the muratic acid, plus the delivery service that is provided will afford us the best opportunity to save money in the long run. General Fund Budget $17,000 (approximately needed to spend during the remainder of current fi scal year.) Source of FY02 -03 General Fund (5312- 100 - 23006) Funds: Outside N/A Resources: Impact /Benefit: Increased efficiency and cost savings. Public Comment: N/A Sponsor: Parks and Recreation Department CITY OF ROUND ROCK ANNUAL PURCHASING AGREEMENT FOR POOL CHEMICALS THIS AGREEMENT, is made and entered into this (9 of Q 200?), by and between the City of Round Rock, a Texas home -rule municipallu'orporadon, whose offices are located at 221 East Main Street, Round Rock, Texas 78664 -5299, herein after referred to as "City" and DPC Industries, Inc.,4351 Director Drive, San Antonio, TX 78219, hereinafter referred to as "Vendor ", and City and Vendor are collectively referred to as the "parties ". RECITALS: WHEREAS, the City desires to contract with Vendor on a multi -year agreement basis to provide the City with pool chemicals and WHEREAS, the Invitation for Bid to provide the City with pool chemicals previously issued for said goods and the City has selected the Bid submitted by DPC Industries, Inc. 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 Vendor as the integrator of choice to supply liquid chlorine and Muriatic acid as outlined in IFB 03 -007, Specification Number 03- 885 -44 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. The goods that are the subject matter of this Agreement are further described in Exhibit A, and together with this Agreement comprise the Agreement, and they are fully a part of this Agreement as if herein repeated in full. 2.0 ITEMS AWARDED The following bid items of Exhibit A are the subject of this agreement: Pool chemicals to be delivered as needed: Bid Item No. 1 — Liquid Chlorine, 10 %, bulk. Bid Item No. 6 — Muriatic Acid, Liquid, 30 gal. drum. 3.0 COSTS The bid costs listed in Exhibit A shall be the basis of any charges collected by the Vendor. 2- O3- o'1 -a4 -1I C1 4.0 INVOICES: All invoices shall include but not be limited to the following information: 4.1 Name and address of Vendor 4.2 Purchase Order Number 4.3 Description and quantity of item(s) received 4.4 Delivery Date(s) 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 (30) 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 a period of time of twelve (12) months 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 four (4) more additional periods of time not to exceed the original period of time, provided both parties agree. Contract extension shall be for the original price, terms and conditions plus any approved changes. The City reserves the right to review the Vendor's performance at the end of each twelve- month period and cancel all or part of the agreement or continue the agreement through the next period. 7.0 TERMINATION OF THIS AGREEMENT The City may terminate this agreement for any reason by giving Vendor ten (30) 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 30 days after receipt of notice of termination, the Vendor shall submit a statement, showing in detail the goods and /or 2 satisfactorily performed under this agreement to the date of termination. The City will then pay the Vendor that portion of the prescribed charges. The Parties agree Vendor is not entitle to compensation for services it would have performed under the remaining term of the Contract except as provided above. 8.0 ORDERS PLACED WITH ALTERNATE VENDORS If the Vendor cannot provide the goods as specified, the City reserves the option to obtain the product(s) from another supplier. 9.0 ABANDONMENT OR DEFAULT A Vendor who abandons or defaults the work on this agreement and causes the City to purchase the goods elsewhere may be charged the difference in cost, if any, and will not be considered in the re- advertisement of the service and may not be considered in future bids for the same type of work unless the scope of work is significantly changed. 10.0 TAXES The City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in charges. 11.0 ASSIGNMENT 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. 12.0 GRATUITIESBRIBES 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. 13.0 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. 14.0 INSURANCE Vendor shall meet requirements as stated in the attached Invitation to Bid No. 03 -007 and their bid response. 15.0 APPLICABLE LAW This agreement shall be governed by the laws of the State of Texas. It is expressly agreed by both Parties that Williamson County is the place for performance of this contract and that Williamson County, Texas shall be the proper County for venue purposes in any litigation 3 arising herefrom. 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. 16.0 VENUE The parties agree that venue for any litigation arising from this agreement shall lie in Williamson County, Texas. 17.0 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 at the end of its then current fiscal year. 18.0 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. 19.0 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. 20.0 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 309 East Main Street Round Rock, Texas 78664 Notice to Vendor shall be to: DPC Industries, Inc. 4351 Director Drive San Antonio, TX 78219 4 Notices will be effective upon delivery at the above addresses until the parties notify each other, in writing, of a change in address. IN WkT SS WHEREOF the o these presents have executed this Agreement on the p� if day of CITY O - ' 0A By Ny - el , ayo City of Round Rock A _. By J L�� t!l 4 /.1 Christine Martinez, City Secretary City of Round Rock 5 DPC DUSTES, INC. Name: c...Ai s k; Title: P1i�or4k CGe.S helviger Attest: ��ll V By: Name: Title: EXHIBIT A acknowledges VENDOR'S BID RESPONSE INVITATION FOR BID NO. 03 -007 SPECIFICATION FOR POOL CHEMICALS, NO. 03- 885 -44 6 ITEM II CLASS & ITEM DESCRIPTION 885-44 & 88578 OTY UNIT MAKE/MODEL UNIT PRICE EXTENSION This is to establish a twelve month contract for the purchase and delivery of water chemicals for swimming pools with the option to extend four additional periods per specification No.03- 885 -44, dated 3 -03 No guarantee of any minimum or maximum purchase is made or implied. The City will only order the amount needed to satisfy operating requirements, which may be more or less than indicated. Best Bid Evaluation: All bids received shall be evaluated based on the best value for the City, which will be determined by considering all or part of the following criteria: Bid price, Delivery, Reputation of the bidder and of bidder's goods and services, quality of goods and service, extent to which the goods or services meet the City's needs, and Bidder's past relationship w /City. NOTE: ONE OR MORE AWARDS MAY BE FOR ALL ITEMS LISTED OR IN PART, WHICHEVER IS IN THE BEST INTEREST OF THE CITY. All items listed below are in accordance with Specification No. 03- 885 -44, dated 4, 2003 1 Liquid Chlorine, 10 %, bulk 16,000 gal $0.88 $ 14 , 0 80.00 25 2 Chlorine Tabs, 1 -inch ,1(9(50 lb pail container 300 lbs $2.15 $ 645.00 3 Chlorine Tabs, 3 -inch ,$6 lb pail container 200 lbs $2.15 $ 430.00 4 Calcium Hypochlorite, Granules, drum 1,800 lbs $0.96 $ 1,728.00 s Mono Per Sulfate, 40 lb container 120 lbs 6 Muriatic Acid, liquid, 30 gal. Drum 15,000 gal $1.74 $26,100.00 4X1 gal 7 Muriatic Acid, Liquid, case MVP containers per case) 200 gal $3.40 $ 680.00 8 Light Soda Ash, 50 lb bags 800 lbs $0.25 $ 200.00 9 Sodium Bicarbonate, 50 lb bags 300 lbs $0.31 $ 93.00 50 to Cyanuric Acid, granular, MN lb container 1000 lbs $0.97 $ 970.00 BIDS ARE DUE TO THE PURCHASING OFFICE AT THE ABOVE ADDRESS BEFORE BID OPENING TIME. INVOICE TO: City of Round Rock Finance Department 221 East Main Street Round Rock, Texas 78664 -5299 BID F.O.B. DESTINATION. FREIGHT PREPAID AND ALLOWED UNLESS OTHERWISE SPECIFIED BELOW DESTINATION Various Locations see specification INVITATION FOR BID (IFB) CITY OF ROUND ROCK PURCHASING OFFICE 221 E. Main Street Round Rock, Texas 76664 -5299 FACIMLE RESPONSES SHALL NOT BE ACCEPTED BNOW BID OPENING DATE 4 BID NUMBER IN COWER LEFT NAND CORNER OF SEALED BID ENTELOPEa SHOW RETURN ADDRESS OF BIDDING ARM. ith all condi tions set forth below and on the reverse side of this IFB POOL CHEMICALS DATE: APRIL 14, 2003 1 oft BIDDING INFORMATION: BID NUMBER 03 -007 OPENING DATE: 4/29/2003 at 3:00 P.M. BID LOCATION: 221 E. Main Street, 1st Floor Council Chambers, Round Rock, TX 78664 RETURN SIGNED ORIGINAL AND ONE COPY OF BID BIDDER SHALL SIGN BELOW ( yre � to sign bid will disqualify bid ( Y 4 - 03 Authoried lignature Dale Collins King - Regional Sales Mgr Print Name SEE 1.6 ON BACK FOR INSTRUCTIONS: TAX IDNO.: 1 -75- 1481408 -0 LEGALBUSINESSNAME: DPC Industries, Inc. ADDRESS: 4151 nirartnr D lira San inton'n, TPXNS 78719 Collins King ADDRESS: CONTACT: TELEPHONE NO.: 800 - 779 -8950 BUSINESS ENTITY TYPE: COrpOr,3t i on ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF BID ANY EXCEPTIONS THERETO MUST BE IN WRITING 1. BIDDING REQUIREMENTS: 1.1 Bidding requires pricing per ung shown and extensions. If trade discount is shown on bid, it should be deducted end net foe extensions shown. Bidders guarantees product offered ml meet or exceed specifications identified in this Invitation For Bid (IFB). 12 Bids should be submitted on tits form. Each bid shall be placed in a separate envelope completely and properly identified. See instructions on reverse side. Bids must be in the office of the City Purchasing Agent before the hour and date specified on the reverse side of Otis IFB. 1.3 Late bids properly identified will be returned to bidder unopened. Late bids will not be considered 1.4 Bid F.O.B. destinatlon, freight, prepaid, & allowed unless otherwise specified on the IFB. It otherwise, show exact cost to deriver. 1.5 Bid unit price on quantity and unit of measure specified, extend and show total. In case of errors In extension, unit prices shall govern. Bids subject to unlimited price increase will not be considered. 1.6 Bidpricesshallba firm for acceptance 30days from id opening date. Discount from Lisfb ids are not a cceptance unless requested. C ash dlscount will notbe considered In determining the low bid. All cash discounts offered will be taken if earned. 1.7 Bids shall give Tax Identification Number, full name and address of bidder. Failure to sign will disqualify bid. Person signing bid shall show tittle and authority to bind signatories firm in a contract Firm name should appear on each page In the block provided in the upper right comer. Business Entity shall be one (1) of the following: Individual. Partnership, Sole Proprietorship. Estate/Trust, Corporation, Governmental,. Non - profit all others shat 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). 1.8 By cannot be altered or amended after opening erne. Any Alterations made before opening time that be initialed by bidder or an authorized agent No bid can be withdrawn after opening time without approval of the CITY based on a written acceptable reason. 1.9 The Cty.is exempt from State Sales Tax and Federal Excise Tax Do not include tax in bid. 1.10 The City reserves the right to accept or reject all or any part of bid, waive minor technicalities and award the bid 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 fie bids could cause rejecfon of bids by the City and/or investigation for antitrust violations. 1.12 Telephone bids and facsimile bids are not acceptable in response to the IFB. 1.13 CAUTION: Bid invitation allows sufficient time for receipt of the preferred mail response. The City shall not be responsible for bids received late, illegible, incomplete, or otherwise non - responsive 2. SPECIFICATION: 2.1 Any catalog, brand name or manufacturer's reference used in IFB is descriptive only (not restrictive), and is used to indicate type and quality desired. Bids on brands of like nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Govemmenl Code. If other than brand(s) specified is offered, Illustrations and complete descriptions of product offered am requested to be made a part of the bid. If bidder takes no exceptions lo specifications or reference data In bid. bidder will be required to furnish brand names, numbers. etc, as specified in the IFB. 22 Al items bid shall be new, in fest class condition, including containers suitable for shipment and storage, unless otherwise indicated in IFB. Verbal durwnents 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 retumed to the bidder, on request at bidder expense. Each example should be marked with bidders' name and address, City bid number and code. Do not enclose in or attach to bid. 2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of this IFB. 2.5 Manufacturer's standard warranty shall apply unless otherwise stated in the IFB. 3. TIE BIDS: In case of lie bids, the award will be made in accordance with Section 271.901 of the Texas Local Government Code. 4. DELIVERY: 4,1 Bid should show number of days required to place material in City's designated location under normal conditions. Failure to state deliver lime obligates bidder to complete delivery in fourteen (14) calendar days. Unrealistically short or long delivery promises may cause bid to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from bid list (See 4.2 following.) 4.2 If delay Is foreseen, contractor shat give written notice to the City. The City has the right to extend delivery date If reasons appear valid. Contractor must 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 fun increase, if any, in cost and handing to defauting contractor. 4.3 No substitutions or cancellations permitted without written approval of the City. 4.4 Delivery shall be made during normal waking hours only, unless prior approval for late delivery has been obtained from the City, unless otherwise specified in the IFB. 5. INSPECTION AND TESTS: At goods will be subject to inspection and lest by the City to is extent practicable at all Imes and places. Authorized City personnel shall have access to any supplier's place of business for the purpose of inspecting merchandise. Tests maybe performed on samples submitted with the bid or on samples taken from regular shipments. If the products tested tail 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 borne by the supplier. Goods which have been delivered and rejected in whole or in pad may, at the Ciys 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 CONTRACT. A response to an IFE is an offer to contract with the City based upon the terms, conditions, and specifications contained in the IFB Bids do not become contracts unless and until they are accepted by the City through its designates and a purchase order is issued. The contract shall be governed, construed, and interpreted under the Charter of the City and the laws of State of Texas. An contracts are subject to the approval of the City Council 7. PAYMENT: Vendor shall submit three (3) copies of an Invoice showing the purchase order number on at copies. 8. PATENTS AND COPYRIGHTS: The contractor agrees to protect the City from claims involving infringements of patents or copyrights. 9. VENDOR ASSIGHNMENTS: Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contact, which arise under the antitrust laws of the State of Texas. Tx, Bus. And Comm. Code Ann. Sec. 15.01, el seq. (1967). 10. BIDDER AFFIRMATION: 10.1 Signing this bid with a false statement is a material breach of contract and shall void the submitted bid or any resulting contracts, and the bidder shag be removed from all bid lists. By signature hereon affixed, the bidder hereby certifies that 10.2 The bidder has not given, offered to give, nor hrtends to give any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, tip, favor, or service to a public servant in connection with the submitted bid. 10.3 The bidder is not currently delinquent in the payment of any debt owed the City. 10.4 Nellher the bidder nor the firm, corporation, partnership, or any entity represented by the bidder, or anyone acing for such firm, corporation, or entity has violated the antitrust laws of this Slate codified in Section 15,01 et Seq. Texas Business and Commercial Code, or the Federal Antitrust Laws, nor communicated directly or indirectly the bid made to any competitor, or any other person engaged in such line of business. 10.5 The bidder has not received compensation for participation in the preparation xl the specification for this IFB. 11. NOTE TO BIDDERS: Any terms and conditions attached to bid will not be considered unless the bidder specifically references them on the front of this bid loon. WARNING: Such tams and conditions may result in disqualification of the bid (e.g. bids with the laws of a state other than Texas requirements for prepayment Limitations on remedies, etc) The City of Round Rock can only accept bids which contain all the terms and conditions of its formal IFB; in particular, all bidders alterations and certifications must be included. Submission of bids on lams other than City bid form may result in disqualification of your bid_ 12. INQUIRIES Inquiries pertaining to bid invitations must give bid number, codes, and opening date. A.,..i., ITEM • ,T,Ti < ' t, y...i ``::Tylyn: f &:.b'. S x: "x 2t ' CLASS & ITEM DESCRIPTION -I' .: : OTT .: .: . ,y UNIT ,..8 .*s :.:':2 $x MAKEIMODEL mow::., UNIT PRICE EXTENSION 11 Sodium Sulfate, granular. 50 lb bags 1000 lbs 12 Algaecide 60, quart containers 36 quarts is Clarifier, 1 guart container 36 quarts 14 Scale Inhibitor, 1 quart container 36 quarts 1s Metal Out, 1 quart container 36 quarts in Pool Perfect 12 quarts in Test Kits 4 ea is Reagents, loz bottles 170 ea References: Name Brenntaq Southwesllbne 210- 635 -7290 Name City of Kerrvi 11Ffhone R4f1 -Rq6 -5445 Name Schli tt erhahn Phone 830- 625 -2351 GRAND TOTAL 'By the signature hereon affixed. the bidder hereby certifies that neither the bidder nor the en1Ay represented by the bidder, or anyone acting for such entity has violated the antitrust laws of this State, codified in Section 15.01 of seq.. Texas Business and Commerce Cede, or the Federal antitrust laws, nor communicated directly or indirecoy, the bid made to any competitor or any other person engaged in such line of business' C,41,1 DELIVERY IN 7 POOL CHEMICALS DATE APRIL 14, 2003 2 eft DAYS CITY OF ROUND ROCK POOL TREATMENT CHEMICALS Page 1 of 6 SPECIFICATION NO. 02- 885-44 DATED: April 2003 1. PURPOSE: The City seeks a multi -year contract for the supply and delivery of various water treatment chemicals for treating public swimming pools. These specifications shall become part of the resulting contract. 2. DEFINITIONS: The following definitions will be used for identified terms throughout the specification and bid document: 2.1. Bidder identified throughout this specification shall describe persons and entities that consider themselves qualified to provide the services. 2.2. City — Identifies the City of Round Rock, Williamson County, Texas. 2.3. Contract — A mutually binding legal document obligating the Contractor to furnish the goods, equipment or services, and obligating the City to pay for same. 2.4. Contractor — A person or business enterprise providing goods, equipment, labor and/or services to the City as fulfillment of obligations arising from a contract. 2.5. Subcontractor - Any person or business enterprise providing goods, equipment, labor, and/or services to a Contractor if such goods, equipment, labor, and/or services are procured or used in fulfillment of the Contractor's obligations arising from a contract with the City. 3. CLARIFICATION: For clarification of specifications, bidders may contact: Carolyn Brooks City of Round Rock Telephone: 512- 218 -5457 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 bid opening without written approval of the City of Round Rock through the Purchasing Agent. PART I GENERAL CLAUSES AND CONDITIONS 1. BEST BID EVALUATION: All bids received shall be evaluated based on the best value for the City. Best value will be determined by considering all or part of the criteria listed, as well as any relevant criteria specifically listed in the solicitation. 1.1. Bid price. 1.2. Reputation of the bidder and of bidder's goods and services. 1.3. The quality of the bidder's goods or services. 1.4. The extent to which the goods or services meet the City's needs. 1.5. Bidder's past relationship with the City. ABANDONMENT OR DEFAULT: A Contractor who abandons or defaults the work on the contract and causes the City to purchase the services elsewhere may be charge the difference in cost if any and will not be considered in the re- advertisement of the service and may not be considered in future bids for the same type of work unless the scope of work is significantly changed. SPECIFICATION NO. 02 -885 -44 DATED: April 2003 3. COMPLIANCE WITH LAWS: The successful bidder shall comply with all federal, state, and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any court or administrative bodies or tribunals in any matter affecting the performance of the resulting contract, including without limitation, workers' compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When requested, the Contractor shall furnish the City with satisfactory proof of its compliance. 4. INDEMNITY: Contractor shall indemnify, save harmless and defend the City, its officers, agents, servants, and employees from and against any and all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees and any and all other costs or fees incident to the performance of the resulting contract and arising out of a willful or negligent act or omission of the Contractor, its officers, agents, servants and employees. 5. NON - APPROPRIATION: The resulting contract is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the 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 contractor a written notice of termination at the end of its then current fiscal year 6. LIENS: Contractor agrees to and shall indemnify and save harmless the City against any and all liens and encumbrances for all labor, goods and services which may be provided under the resulting contract. At the City's request the Contractor or subcontractors shall provide a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. 7. VENUE: Both the City and the Contractor agree that venue for any litigation arising from a resulting contract shall lie in Williamson County. 8. INDEPENDENT CONTRACTOR: It is understood and agreed that the Contractor shall not be considered an employee of the City. The Contractor shall not be within protection or coverage of the City's Worker' Compensation insurance, Health Insurance, Liability Insurance or any other insurance that the City from time to time may have in force and effect. 9. INVOICING: Contractor shall submit one original and one copy of each invoice on a monthly basis to the following address: City of Round Rock Finance Department 221 East Main Street Round Rock, TX78664 -5299 10. PROMPT PAYMENT POLICY: Payments will be made within thirty days after the City receives the supplies, materials, equipment, or the day on which the performance of services was completed or the day on which the City receives a correct invoice for the supplies, materials, equipment or services, whichever is later The Contractor 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: 10.1. There is a bona fide dispute between the City and Contractor concerning the supplies, materials, services or equipment delivered or the services performed that causes the payment to be late; or 10.2. the terms of a federal contract, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or 10.3. the is a bona fide dispute between the Contractor and a subcontractor or between a subcontractor and its suppliers concerning supplies, material, or equipment delivered or the services performed which caused the payment to be late; or Page 2 of 6 SPECIFICATION NO. 02- 885-44 DATED: April 2003 10.4. the invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or contract or other such contractual agreement. 11. OVERCHARGES: Contractor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the Untied States, 15 USGA Section 1 et sec ., and which arise under the antitrust laws of the State of Texas, Bus. and Corn. Code, Section 15.01, et PART II SPECIFICATIONS 1. SCOPE: This specification describes water treatment chemicals for treating public pools to include, but not be limited to, two -day delivery and availability to deliver in quantities and packaging specified. The Contractor shall provide all labor, materials and equipment necessary to supply and deliver chemicals to various locations identified within the City. 2. BIDDER QUALIFICATIONS: The opening of a bid will not be construed as the City's acceptance of such bidder as qualified and responsible. The City reserves the right to determine the best value from information submitted with the bid. All bidders shall furnish the following information at a minimum: 2.1. Bidders shall be firms normally engaged in the sale and distribution or provision of the services as specified herein. 2.2. Bidders shall have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the City. 2.3. Provide quality control data and a minimum of three references (client name and telephone number) from current product users for product integrity. 2.4. The City reserves the right before recommending any award to inspect the facilities and organization; or to take any other action necessary to determine ability to perform is satisfactory and reject bids where evidence submitted or investigation and evaluation indicates an inability of the bidder to perform. 2.5. References: Provide the name, address, telephone number and point of contract of at least three firms that have utilized this type or similar service for at least two years. References may be checked prior to award. Any negative responses received may result in disqualification of bid. 2.6. 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. 3. MATERIAL SAFETY DATA SHEET (MSDS): Bidders shall provide the City with MSDS on all applicable materials bid in accordance with all Federal, State and local laws, regulations, statues and ordinances. 4. EMERGENCY: The contractor shall have a qualified representative(s) who shall be available within 15 minutes by telephone and six hours on -site, in case of emergency (e.g., leak). A twenty-four hour telephone number shall be provided. 5. OXIDIZERS: The following chemicals will be used by the City as an oxidizer in the swimming pool treatment process at the listed facilities. 5.1. Liquid Chlorine: Sodium Hypochlorite 10% solution shall be a clear, pale yellow or greenish liquid. NOTE: Chlorine is very toxic and corrosive and shall be handled and stored in a manner conforming strictly to the safety rules pertaining to chlorine. 5.1.1. Physical Properties: All liquid chlorine delivered shall: 5.1.1.1. Not exceed 10 PPM lead, 1 PPM mercury, 3 PPM arsenic or 30 PPM of the sum of all heavy metals. Page 3 of 6 6.2.1. Example: Leslie's Soda Ash or City approved equal. 62.2. Packaging — 50 pound bags. 6.1 Sodium Bicarbonate 6.3.1. Example: Leslie's Sodium Bi -Carb or City approved equal. 6.3.2. Packaging — 50 pound bags. Page 4 of 6 SPECIFICATION NO. 02- 885-44 DATED: April 2003 5.1.2. Packaging: Chlorine shall be delivered in bulk, stored in tanks on City sites and priced by the gallon. 5.1.2.1. BULK, Unloading shall be through quick coupler fitting on the tank. Hoses for delivering from the tanker to the holding tank shall be the responsibility of the Contractor. Certified weight tickets shall accompany all tank truck shipments. 5.1.3. Delivery: All deliveries shall be coordinated with City representative and made to the designated inside storage facilities. 5.2. Chlorine Tabs: Trichloro- s- trizentrione tablets, 99 percent available chlorine, 5.2.1. Packaging: Chlorine shall be delivered as requested below: 52.1.1. 1 -inch tablet packaged by the pound in a moister /water proof, pail type container with handle, 45 to 50 pounds maximum. 5.2.1.2. 3 -inch tablet packaged by the pound in a moister /water proof, pail type container with handle, 45 to 50 pounds maximum. 5.3. Calcium Hvpochlorite: HTH, Calcium Hypochlorite, 65 percent available chlorine in granular form. 5.3.1.1. Packaging Drum, Granules shall be packaged in 100 lb. re- useable drums, unless otherwise specified. Each drum shall be marked legibly of its contents, the name, net weight or volume. ' 5.4. Mono per Sulfate: Non chlorine shock 5.4.1. Example: Leslie's Fresh -N -Clear or City approved equal. 5.4.2. Packaging: 40 pound containers 6. pH AND ALKALINITY CONTROL: The following chemicals will be used to control the pH and alkalinity in the pool treatment process at the listed facilities. 6.1. Muriatic Acid: Liquid shall be 36 percent (Hydrogen Chloride, Hydrochloric Acid) to lower pH. 6.1.1. Example: Transchem or City approved equal. 6.1.2. Packaging: 6.1.2.1. DRUM- 30 gallon drums. Each drum shall have marked legibly on it the name of the acid, net weight or volume. 6.1.2.2. CASE — 6- lgallon containers per case. 6.1.3. Delivery: and shipping of all acid solutions shall conform to all applicable local, state and federal including US DOT regulations and applicable interstate regulations. 6.2. Light Soda Ash: Sodium Carbonate to raise pH. Page 5 of 6 SPECIFICATION NO. 02- 885-44 DATED: April 2003 7. MAINTENANCE CHEMICALS: The following chemicals will be used to maintain the proper chemical balance in swimming pool(s). 7.1. Cyanuric Acid: 100 percent in granular form stabilizer. 7.1.1. Example: ISO Cyanuric Acid or City approved equal. 7.1.2. Packaging — 100 pound container. 7.2. Sodium Sulfate: shall be 99 percent in granular form to neutralize chlorine. 7.2.1. Example — Leslie's chlorine Neutralizer or City approved equal 7.2.2. Packaging — 50 pound bag. 7.3. Algaecide 60: 7.3.1. Example: Pool Seasons Algae Control or City approved equal 7.3.2. Packaging — Quart size containers. 7.4. Clarifier: Shall be oxidizing type 7.4.1. Example: Sea Klear, Sea Klear- Vansen or City approved equal. 7.4.2. Packaging — Quart size containers. 7.5. Scale Inhibitor: Shall be used to remove white residue from pool surface. 7.5.1. Example: Scale Be Gone or City approved equal. 7.5.2. Packaging — Quart size containers. 7.6. Metal Out: Shall be used to remove iron and copper from water. 7.6.1. Example: Leslie's Metal Out or City approved equal. 7.6.2. Packaging — Quart size containers. 7.7. Pool Perfect: An enzyme formula for treating oils in water. 7.7.1. Example: Natural Chemistry or City approved equal. 7.8. Test Kits: FAS -DPD Chlorine for testing water. 7.8.1. Example: Taylor 7.9. Reagents: Shall be compatible with Taylor Test Kits. Reagents shall include but not be limited to: 7.9.1. PH = R004, R005, R006 7.9.2. Alkalinity = R007, R008, R009 7.9.3. Chlorine = Root, R002, R0870, R0871 7.9.4. Calcium Hardness = R0010, R00111, R0012 7.9.5. Cvanurc Acld = R013 PART III CONTRACT TERMS AND CONDITIONS 1. CONTRACT: The term of this contract shall be for a twelve -month period of time from the date of award. Prices shall be firm for the duration of the agreement, except as provided for herein. This contract may be renewed for four additional periods of time not to exceed twelve months for each renewal provided both parties agree. The City reserves the right to review the Vendor's performance at the end of each twelve month period of time and to cancel the contract (without penalty) or continue the contract through the next period. SPECIFICATION NO. 02- 885-44 DATED: April 2003 2. RULES, REGULATIONS, LAWS, ORDINANCES AND LICENSES: Contractor shall observe and obey all laws, ordinances, rules, and regulations of the federal, state and local government which may be applicable to the supply of this product or service. 2.1. Occupational License — Contractor shall submit within 10 calendar days after request. 2.2. Specialty Licenses(s) — Contractor shall possess at the time of the opening of the bid all necessary permits and/or license required for the sale of product and/or service and shall provide said documents within 10 calendars of request by the City. 3. SAFETY TRAINING: The Contractor shall provide, at no additional cost, a minimum of two one -hour training sessions at each delivery location, each year that meet the federal and state safety and right to know training requirements for all chemicals delivered. A qualified instructor(s) thoroughly trained on the safe handling practices a leak response associated with each chemical delivered shall conduct education and instruction. 4. ORDER OUANTITY: The quantities shown on the IFB are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services needed to satisfy operating requirements, which may be more or less than indicated. PRICE ADJUSTMENT: The City may permit `unit price" adjustments upward, only as a result of a cost increase in services in accordance with the Producers Price Index. Any price increase shall be requested by the contractor in writing and accompanied with the appropriate documentation to justify the increase. The vendor may offer price decreases at in any time. 6. DELIVERY: Unless noted on the solicitation, all shipments shall be FOB Destination our dock and received between the hours of 8:00AM and 4:00AM, Monday through Friday, within two working days after verbal request against an established blanket purchase order from the City. All deliveries shall be coordinated through City's representative. NOTE: All delivery addresses will be identified on the purchase/blanket orders including, but not limited to the following locations. Delivery Locations: Clay Madson Recreation Center 1600 Gattis School Road Round Rock, TX 78664 Micki Krebsbach Pool 301 Deepwood Drive Round Rock, TX 78664 Lake Creek Park Pool 800 Deerfoot Drive Round Rock, TX 78664 Rabb House 2109 Palm Valley Blvd. Round Rock, TX 78664 7. CANCELLATION: Either party may cancel the contract, without penalty, by providing 30 days prior written notice to the other party. Termination under this paragraph shall not relieve the Contractor of any obligation or liability that has occurred prior to cancellation. NOTE: This contract is subject to cancellation, without penalty at any time the City deems the vendor to be non - compliant with contractual obligations. 8. CONTRACT ADMINISTRATOR: All work performed under this contract will be supervised and verified by the City representative noted below. Mike Hemker at 512 -341 -3343 Page 6 of 6 BID TAB BID NUMBER: 03 -007 BID OPENING: 4/29/2003 3:pm POOL CHEMICALS VENDOR PROGRESSIVE COM TOTAL: 51,628.00 VENDOR CHLOR -SERV, INC TOTAL: 50,643.00 VENDOR DPC INDUSTRIES TOTAL: 44,92800 VENDOR TOTAL: 000 ITEM DESCRIPTION QTY UnitE Extended Unitb Extended Unit Extended Unit$ Extended 1 'LIQUID CHLORINE, 10 % BULK 16,000 1.20 __ 19,20000 1.10 17,600.00 088 14,08000 0.00 2 TAB. 1 INCH 300 1 601 480.00 N/B 1WB 2151 645.00 J 0.00 3 TAB, 3 INCH 200 1.601 320.00 1.701 340.00 2.151 43000 J 000 4 CALCIUM HYPOCHLORITE, DRUM 1,800 1051 1,890.00 1.111 1,989.00 0961 1,72000 1 0.00 5 MON PER SULFATE, 40LB 120 2.001 24000 N/B 1N/B N/B 1N /B J 0.00 6 MURIATIC ACID DRUM 15,000 1.701 25,50000 (30 GAL DRUM 8511 2.001 30,000.00 1.741 26,100.00 J_ 000 7 MUIATIC ACID LIQUID 200 2.251 450.00 N/B 1N /B 341 68000 j 000 8 LIGHT SODA ASH, 50LB BAGS 800 0.181_ 144.00_ 0.351 280.00 0.251 200.00 1 000 9 SODIUM BICARBONATE, 50LB 300 0.221 6600 0.261 8400 0311 93.00 J 000 10 CYANURIC ACID 100 CONTAINER 1000 0661 660.00 N/B 1N /B 0.971 970.00 J 000 11 SODIUM SULFATE, 50LB BAGS 1000 0.541 54000 0.351 350.00 N/B 1N /B 1 0.00 12 ALGAECIDE 60. QT 36 13.001 468.00 N/B 1N /B N/B 1N/B 1 _ 000 13 CLARIFIER, 1 OT 36 8.001 288.00 N/B 1N/B N/B 1N /B J 0. 00 14 SCALE INHIBITOR I QT 36 7.501 27000 N/B 19 /B N/B 1N/B J 0.00 15 METAL OUT. 1 OT 36 7.501 27000 N/B 1N /B N/B 1N /B _ L 000 16 POOL PERFECT 12 10501 126.00 N/8 1N /B N/B 1N /B J 0.00 17 TEST KITS 4 9 . 08 1 36.00 N/B 1N /B N/B 1N /B J 0.00 18 REAGENTS , 102 BOTTLE 170 4 .001 680 00 N/B 1N/B N/B 1N /B J 0.00 City Manager James R. Nose, P.E. City Attorney Stephan L. Sheets ROUND ROCK, T PURPOSE. PASSION. PROSPERITY. July 31, 2003 Mayor Sincerely, Nyle Maxwell Council Members Alan McGraw Carrie Pitt Scot Knight Enclosure Scott Rhode Gary Coe Mr. Collins King Regional Sales Manager DPC Industries, Inc. 4351 Director Drive San Antonio, TX 78219 Dear Mr. King: The Round Rock City Council approved Resolution No. R- 03- 07 -24- 11C1 at their regularly scheduled meeting on July 24, 2003. This resolution approves the annual purchasing agreement for the purchase of liquid chlorine and muratic acid for the sanitation of the City's swimming pools. Enclosed is a copy of the resolution and agreement for your files. If you have any questions, please do not hesitate to contact Sharon Prete at 218 -5540. Mayor Pro-tem abnp-721'63'0-149-Qf Tom Nielson Sherri Monroe Assistant City Secretary CITY OF ROUND ROCK Administrative Dept., 22t East Main Street • Round Rock, Texas 78664 Phone: 512.218.5400 • Fax: 512 218.7097 • www.ci.round- rock.tx.us