R-99-03-11-14D1 - 3/11/1999CITY OF ROUND ROCK
.i$$ tt tt
Mayor
Robert A. Stluka, Jr
Mayor Pro-tem
Martha A. Chavez
Council Members
Tom Nielson
Earl M. Hairston
Rick Stewart
Earl Palmer
Jimmy Joseph
City Manager
Robert L. Bennett, Jr.
City Attorney
Stephan L Sheets
February 10, 2000
Mr. Bob Carroll
National Presort Services, Inc.
5811 Berkman Drive, Suite A
Austin, Texas 78723
RE: Contract for Water Bill Printing and Mailing Service
Gentlemen:
In accordance with Paragraph 4.0 of the above referenced contract, we agree to extend said
contract for an additional period of time not to exceed twelve (12) months for the original ending
date.
If you are in agreement please sign in the space provided and return to us.
CITY OF ROUND ROCK
anne Land, Assistant City Manager
Fax: 512 - 218 - 7097
NATIO L PRESORT
SE' ., INC.
y: Bob Carroll, Ge er.l Manager
RECEIVED FEB 1 j 2000.
By: Art Villarreal, Jr., Sales Manager
1 -800- 735 -2989 TDD 1- 800 -735 -2988 Voice
www.ci.round- rock.tx.us
221 East Main Street
Round Rock. Texas 78664
512- 218 -5400
-�► A CITY OF ROUND ROCK
mbr
Mayor
Robert A. Stluka, Jr.
Mayor Pro -tem
Earl M. Hairston
Council Members
Tom Nielson
Carrie Pitt
Ear! Palmer
Isabel Gallahan
Jimmy Joseph
City Manager
Robert L Bennett, Jr.
City Attorney
Stephan L Sheets
Mr. Bob Carroll
National Presort Services, Inc.
5811 Berkman Drive, Suite A
Austin, TX 78723
Dear Mr. Carroll:
This letter is notification that the first extension of Contract referenced above will
expire March, 2001.
By signatures affixed below the Contractor agrees to extend the contract an
additional twelve -month period with no changes in price, terms and conditions.
of Round Rock4114-4°
nne Land, City Secretary oS
Date: ' � a- o i
Please sign one original and one copy and return both copies at your earliest
convenience, but no later than February 9, 2001. A signed copy will be
forwarded to you before March 1, 2001.
Please feel free to contact me at (512) 218 -5457 with any questions.
CMB /s
Cc: file
Fax: 512 -218 -7097 1- 800 - 735 -2989 TDD
www.d.round-rocktx.us
Natignal Presort Services, Inc.
February 1, 2001
RE: Multi -Year Contract for
Mailing Services
Authorized Representative
Name: &D CA(Cecc
Title: /1440AGat_
Date: slap/
221 East Main Street
Round Rock, Texas 78664
512-218 -5400
Carolyn
Purchaser
(512) 218-5457
1- 800 -735 -2988 Voice
Mayor
Robert A. Stluka, Jr
Mayor Pro -tem
Tom Nielson
Council Members
Alan McGraw
Carrie Pitt
Earl Palmer
Isabel Gallahan
Gary Coe
City Manager
Robert L Bennet!, Jr.
City Attorney
Stephan L. Sheets
CITY OF ROUND ROCK
Mr. Keith Daboub
National Presort Services, Inc.
5811 Berkman Drive Suite A
Austin, TX 78723 -2659
tv of Round Rock
Oh
Christine Martinez City Secret
Date: (3-11-6,2)
February 25, 2002
RE: Multi -Year Contract for
Printing and Mailing Services
Dear Mr. Daboub:
This letter is notification that the contract referenced above will expire in March of
this year.
By signatures affixed below the Contractor agrees to extend the contract an
additional twelve -month period with no changes in price, terms and conditions.
National Presort Services, Inc.
Authorized
Name: Ke /0.�oi
Title: G M
Date: 3- I -o
Please sign all three originals and return copies at your earliest convenience, but
no later than March 8, 2002. A signed original will be forwarded to you before
March 11, 2002.
Please feel free to contact me at (512) 218 -5457 with any questions.
CMB /s
Cc: file
Fax, 512 -218 -7097
k 99- 03- II -/LI
1- 800 -735 -2989 TDD
www.ci.round- rock.tx.us
Carolyn Brooks, CPPB
Purchaser
(512) 218-5457
221 East Main Street
Round Rock, Texas 78664
512 -218 -5400
1 -800- 735 -2988 Voice
Mayor
Nyle Maxwell
Mayor Pro -tem
Tom Nielson
Council Members
Alan McGraw
Carrie Pitt
Scot Knight
Isabel Gallahan
Gary Coe
City Manager
Robert L. eennelt, Jr.
City Attorney
Stephan L. Sheets
ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY.
Mr. Keith Daboub
National Presort Services, Inc.
5811 Berkman Drive Suite A
Austin, TX 78723 -2659
Dear Mr. Daboub:
This letter is notification that the contract referenced above will expire in March of
this year.
By s• natures affixed below the Contractor agrees to extend the contract an
onth period with no changes in price, terms and conditions.
National Presort Services, Inc.
David Kautz, Assi ant (Zit r Manager
Date:
Please sign all three originals and return copies at your earliest convenience, but
no later than March 8th. A signed original will be forwarded to you as soon as
possible.
Please feel free to contact me at (512) 218 -5457 with any questions.
CMB /s
Cc: file
ofk,r2 -OD1
February 28, 2003
RE: Multi -Year Contract for
Printing and Mailing Services
Authorized Representative
Name: Ke l FL.- Jr. Lo:il
Title: G rv\
Date: 3 - 1 - o
Caroly Brooks, CPPB
Purchaser
(512) 218-5457
CITY OF ROUND ROCK on, East Main Street • Round Rock. Texas 78664
Phone: , 2.218.5400 • Fax: 5t2.2t8.7o97 • Voice. L800.735.2988 • r.800.735.2989 TDD • www,ci.round- rock.tx.us
RESOLUTION NO. R- 99- 03- 11 -14D1
WHEREAS, the City of Round Rock has duly advertised for bids
for water bill printing and mailing services, and
WHEREAS, National Presort Services, Inc. has submitted the
lowest and best bid, and
WHEREAS, the City Council wishes to accept the bid of
National Presort Services, 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 with National
Presort Services, Inc. for water bill printing and mailing
services.
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 llth day of March, ].�99
ATTEST:
x : \WPDOCS \aesozmr: \xsa3u0i. g
LAND, City Secretary
CHARLES CULPEPPER, Mayor
City of Round Rock, Texas
CITY OF ROUND ROCK
ANNUAL PURCHASING AGREEMENT
FOR
WATER BILL PRINTING AND MAILING SERVICE
THIS AGREEMENT, is made and entered into this / / of in fieeli 19 94 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 National Presort Services Inc., 5811 Berkman Drive, Suite A, Austin, Texas 78723. hereinafter
referred to as "Vendor ", and City and Vendor are collectively referred to as the "parties ".
RECITALS:
WHEREAS, the City desires to contract with National Presort Services Inc.to print , insert and
mail the City of Round Rock Water Utilities Department weekly billings and delinquent notices: and
WHEREAS, the Invitation for Bid to provide the City Water Utilities Department with Printing,
Inserting and Mailing of weekly billings and delinquent notices was previously issued for said
Printing Inserting and Mailing and the City has selected the Bid submitted by National Presort
Services 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 National Presort Services Inc. as the integrator of choice to
supply Printing, Inserting and Mailing Services as outlined in IFB Specification Number 81-
99 -0001 dated January 1999 (Exhibit A) together with Response to IFB submitted by
Vendor (Exhibit B). 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 services that are the subject matter of this Agreement are further described in Exhibits A
and B, 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 COSTS
The bid costs listed in Exhibit A shall be the basis of any costs billed to the City.
3.0 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:
3.1 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
3.2 the terms of a Federal contract, grant, regulation, or statute prevent the City from
making a timely payment with Federal Funds; or
3.3 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
3.4 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.
4.0 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 in
Exhibit A Part III paragraph 3. This agreement may be renewed for up to four (4) additional
periods of time not to exceed twelve (12) months for each renewal provided the parties agree
in writing.
2
5.0 TERMINATION OF THIS AGREEMENT
Either party may cancel this contract, without penalty, by providing sixty (60) days written
notice to the other party. The City will pay the Contractor the bid price pro -rated for
acceptable service performed up to the date specified in the notice of cancellation. Within
sixty (60) 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.
6.0 ORDERS PLACED WITH ALTERNATE VENDORS
If the Vendor cannot provide the services ordered for a specific delivery time, the City
reserves the option to place the order with another supplier.
7.0 TAXES
The City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in charges.
8.0 TITLE AND RISK OF LOSS
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,
9.0 DELIVERY
The terms of this agreement are "no delivery, no sale ".
10.0 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.
11.0 GRATUITIES/BRIBES
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.
3
12.0 INVOICES
All invoices shall include, but not limited to, the following
12.1 Name and address of Vendor
12.2 An invoice number.
12.3 Dates of service.
12.4 Description of item(s) delivered.
12.5 Itemized prices, per unit and extended total, quantity and any special services.
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 the minimum state financial responsibility requirements for the operation
of motor vehicles.
15.0 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.
16.0 VENUE
The parties agree that venue for any litigation arising from this agreement shall lie in
Williamson County, Texas.
4
17.0 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.
18.0 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.
19.0 ORDER OF PRECEDENCE
The order of precedence shall be as follows:
(a) This Agreement together with attachments
(b) Specification Number 18 -94 -0001, Revised October 1998
(c) Bid Response
20.0 NOTICE
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
5
Notice to Vendor shall be to:
Bob Carroll
National Presort Services Inc.
5811 Berkman Drive, Suite A
Austin, Texas 78723
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 resents have executed this Agreement on the
day of rntY�7�c4+ , 19 9
CITY OF RIUND ROCK National Presort Services Inc.
By:
CHARLES CUL ' ' R, Mayor
City of Round Rock
Attest:
6
11 t°E)
By:
Name:
Title:
Attest:
By:
Name:
Title:
DATE: March 5, 1999
SUBJECT: City Council Meeting — March 11, 1999
ITEM: 14.D.1. Consider a resolution authorizing the Mayor to execute an
agreement for utility bill printing and mailing services. The City
utility billing office has been working on the development and
implementation of a new utility billing system for the City's 17,000
utility customers. This system allows the City to electronically
transport the billing files to a vendor who specializes in printing,
inserting and mailing services. This service will provide operating
efficiencies and economic benefits to the City. City staff recommends
awarding this contract for service to National Presort Services, Inc. for
an estimated annual cost of $40,821. The cost is a function of the
number of utility customers and has been included in the operating
budget. Staff Resource Person: David Kautz, Finance Director.
RECITALS:
yq D3
CITY OF ROUND ROCK
ANNUAL PURCHASING AGREEMENT
FOR
WATER BILL PRINTING AND MAILING SERVICE
THIS AGREEMENT, is made and entered into this / ith
of CaC A/ 19W, 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 National Presort Services Inc., 5811 Berkman Drive, Suite A, Austin, Texas 78723. hereinafter
referred to as "Vendor ", and City and Vendor are collectively referred to as the "parties ".
WHEREAS, the City desires to contract with National Presort Services Inc.to print , insert and
mail the City of Round Rock Water Utilities Department weekly billings and delinquent notices: and
WHEREAS, the Invitation for Bid to provide the City Water Utilities Department with Printing,
Inserting and Mailing of weekly billings and delinquent notices was previously issued for said
Printing Inserting and Mailing and the City has selected the Bid submitted by National Presort
Services 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 National Presort Services Inc. as the integrator of choice to
supply Printing, Inserting and Mailing Services as outlined in IFB Specification Number 81-
99 -0001 dated January 1999 (Exhibit A) together with Response to IFB submitted by
Vendor (Exhibit B). 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 services that are the subject matter of this Agreement are further described in Exhibits A
and B, and together with this Agreement comprise the Agreement, and they are fully a part of
this Agreement as if herein repeated in full.
1
2.0 COSTS
The bid costs listed in Exhibit A shall be the basis of any costs billed to the City.
3.0 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:
3.1 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
3.2 the terms of a Federal contract, grant, regulation, or statute prevent the City from
making a timely payment with Federal Funds; or
3.3 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
3.4 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.
4.0 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 in
Exhibit A Part III paragraph 3. This agreement may be renewed for up to four (4) additional
periods of time not to exceed twelve (12) months for each renewal provided the parties agree
in writing.
2
5.0 TERMINATION OF THIS AGREEMENT
Either party may cancel this contract, without penalty, by providing sixty (60) days written
notice to the other party. The City will pay the Contractor the bid price pro -rated for
acceptable service performed up to the date specified in the notice of cancellation. Within
sixty (60) 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.
6.0 ORDERS PLACED WITH ALTERNATE VENDORS
If the Vendor cannot provide the services ordered for a specific delivery time, the City
reserves the option to place the order with another supplier
7.0 TAXES
The City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in charges.
8.0 TITLE AND RISK OF LOSS
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,
9.0 DELIVERY
The terms of this agreement are "no delivery, no sale ".
10.0 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.
11.0 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.
3
12.0 INVOICES
All invoices shall include, but not limited to, the following
12.1 Name and address of Vendor
12.2 An invoice number.
12.3 Dates of service.
12.4 Description of item(s) delivered.
12.5 Itemized prices, per unit and extended total, quantity and any special services.
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 the minimum state financial responsibility requirements for the operation
of motor vehicles.
15.0 APPLICABLE LAW
This agreement shall be govemed 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.
16.0 VENUE
The parties agree that venue for any litigation arising from this agreement shall lie in
Williamson County, Texas.
4
17.0 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.
18.0 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.
19.0 ORDER OF PRECEDENCE
The order of precedence shall be as follows:
(a) This Agreement together with attachments
(b) Specification Number 18 -94 -0001, Revised October 1998
(c) Bid Response
20.0 NOTICE
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
5
Notice to Vendor shall be to:
Bob Carroll
National Presort Services Inc.
5811 Berkman Drive, Suite A
Austin, Texas 78723
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 WHEREO the parties to these preAents have executed this Agreement on the
day of 91 .
CITY OF ROUND ROCK
By: 1144 ry��i
CHARLES CULP PPIFR, Mayor
Attest:
City of Round Rock
By:
ltd. LAND, City Secretary
C of Round Rock
6
By:
Name:
Title: 44/06/a-eie1
B
National Presort Services Inc.
5
• L C%iPPocc-
I /
Mayor
Charles Culpepper
Mayor Pro-tem
Robert Sthrka
Cornell Members
Earl M. Hairston
Rick Stewart
Earl Palmer
Marsha Chavez
Jimmy Joseph
Clay Manager
Robert L. Bennett, Jr.
City Attorney
Stephan L Sheets
CITY OF ROUND ROCK
May 6, 1999
Mr. Bob Carroll
National Presort Services, Inc.
5811 Berkman Drive, Suite A
Austin, Texas 78723
Dear Mr. Carroll:
Sincerely,
Enclosures
Fax: 512- 218 -7097
Joanne Land
Assistant City Manager/
City Secretary
1- 800 - 735 -2989 TDD 1- 800 - 735 -2988 Voice
www_ ci. round -mck taus
221 East Main Street
Round Rock, Texas 78664
512 - 218 -5400
The Round Rock City Council approved Resolution No. R- 99- 03- 11 -14D1 at their
regularly scheduled meeting on March 11, 1999. This resolution approves the Annual
Purchasing Agreement with National Presort Services, Inc. for water bill printing and
mailing services.
Enclosed is a copy of the resolution and original agreement. If you have any questions,
please do not hesitate to contact David Kautz at 218 -5430.
CITY OF ROUND ROCK
ANNUAL PURCHASING AGREEMENT
FOR
WATER BILL PRINTING AND MAILING SERVICE
THIS AGREEMENT, is made and entered into this of 19 , 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
doing business as
, hereinafter referred to as "Vendor ", and City and Vendor are collectively referred to as the
"parties
RECITALS:
WHEREAS, the City desires to contract with to print
, insert and mail the City of Round Rock Water Utilities Department weekly billings and deliquent
notices: and
WHEREAS, the Invitation for Bid to provide the City Water Utilities Department with Printing,
Inserting and Mailing of weekly billings and deliquent notices was previously issued for said Printing
Inserting and Mailing and the City has selected the Bid submitted
b ; 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
as the integrator of choice to supply Printing, Inserting and Mailing Services as outlined in
IFB Specification Number 81 -99 -0001 dated January 1999 (Exhibit A) together with
Response to IFB submitted by Vendor (Exhibit B). 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.
1
The services that are the subject matter of this Agreement are further described in Exhibits A
and B, 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 COSTS
The bid costs listed in Exhibit A shall be the basis of any costs billed to the City
3.0 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:
3.1 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
3.2 the terms of a Federal contract, grant, regulation, or statute prevent the City from
making a timely payment with Federal Funds; or
3.3 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
3.4 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
4.0 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 in
Exhibit A Part III paragraph 3. This agreement may be renewed for four (4) additional
periods of time not to exceed twelve (12) months for each renewal provided the parties agree
in writing.
2
5.0 TERMINATION OF THIS AGREEMENT
Either party may cancel this contract, without penalty, by providing sixty (60) days written
notice to the other party. The City will pay the Contractor the bid price pro -rated for
acceptable service performed up to the date specified in the notice of cancellation. Within
sixty (60) 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.
6.0 ORDERS PLACED WITH ALTERNATE VENDORS
If the Vendor cannot provide the services ordered for a specific delivery time, the City
reserves the option to place the order with another supplier.
7.0 TAXES
The City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in charges.
8.0 TITLE AND RISK OF LOSS
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,
9.0 DELIVERY
The terms of this agreement are "no delivery, no sale ".
10.0 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.
11.0 GRATUITIES/BRIBES
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.
3
12.0 INVOICES
All invoices shall include, but not limited to, the following
12.1 Name and address of Vendor
12.2 An invoice number.
12.3 Dates of service.
12.4 Description of item(s) delivered.
12.5 Itemized prices, per unit and extended total, quantity and any special services
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 the minimum state financial responsibility requirements for the operation
of motor vehicles.
15.0 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.
16.0 VENUE
The parties agree that venue for any litigation arising from this agreement shall lie in
Williamson County, Texas.
4
17.0 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
18.0 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.
19.0 ORDER OF PRECEDENCE
The order of precedence shall be as follows:
(a) This Agreement together with attachments
(b) Specification Number 18 -94 -0001, Revised October 1998
(c) Bid Response
20.0 NOTICE
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
5
Notices will be effective upon delivery at the above addresses until the parties notify each other, in
writing, of a change m address
IN WITNESS WHEREOF the parties to these presents have executed this Agreement on the
day of , 19
CITY OF ROUND ROCK
By: By:
CHARLES CULPEPPER, Mayor Name:
City of Round Rock Title:
Attest:
Notice to Vendor shall be to:
By: By:
JOANNE LAND, City Secretary Name:
City of Round Rock Title:
6
Attest:
BID TAB
BID NUMBER: 81.9BODOI
BID OPENING: 2:pm
PRINTING 8 MAILING OF
UTILITY BILLS
VENDOR
NAIL PRESORT
TOTAL $40.921.24
VENDOR
LONESTAR SW
TOTAL $48,03287
VENDOR
RereadS 9 REYNOLDS
TOTAL, 057047.84
VENDOR
GEORGIA US DATA SRV
TOTAL: 553,18200
VENDOR
CARL WILLIAM
TOTAL: 857,56310
Bld8 m()
QTY
Unit$
Mended
Unit$
Extended
UnItS
Extended
Unit 5
Extended
Unit $
Exbm4ed
1. BILLING SRVC
'ru
0.1316
$28,425.60
0.14347
030,989.52
$0.18
538,189.00
0.13
528,080.00
0.18
538,880.00
NOTICES
0.1191
08,717.24
0.11952
50740.93
80.18
89,972.00
0.13
07,332.00
0.18
510,152.00
2. SETUP
5750.00
5750.00
5300.00
5300.00
0130.00
5130.00
500
5500.00
250
$250.00
3. ADDITONAL COLOR PRINT
50.01
52,160.00
$0.02
$4,320.00
50.02
54,320.00
0.05
010,800.00
0.0253
55,464.80
4. PRINT ON REVERSE
50.02
0360.00
50.02
0360.00
50.13
52,340.00
0.05
5900.00
0.0208
5374.40
5. ADD 1 COLOR INSERT
0.0286
8514.80
0.05254
5945.72
0.02838
5510.84
0.06
51,080.00
0.0225
5405.00
8. 2 -SIDED 1-COLOR
0.0324
8583.20
0.08345
51,502.10
0.04712
8848.16
0.08
51,440.00
0.0316
5568.80
7. COLORED BOND
0.0348
$626.40
0.0576
$1,036.80
Nb
0.06
51,080.00
0.0247
0444.60
8. CITY PROVIDED INSERTS
0.004
572.00
0.01
5180.00
0.0024
543.20
0.01
5180.00
0.02
5380.00
9. 2 COLOR PRINT - INSERTS
0.034
$612.00
0.0921
51,657.80
0.03858
5694.44
0.1
51,800.00
0.0369
5664.20
10. ALTERNATE BID- RR
0.038857
510,584.65
0.151089
841,186.80
nib
NIB
SAME
861,406.89
589,18967
• NATIONAL PRESORT IS THE LOWEST RESPONSIBLE BIDDER AT $40,821.24 WITH ALL PRINTING OPTIONS.
" TOTAL BID WITHOUT PRINTING OPTIONS IS ESTIMATED AT 035,892.00
NOTE: THE DESIGN OF THE NEW WATER BILL AND NOTICE WILL REQUIRE THE CONTRACTOR TO PRINT A PERMIT NUMBER ON THE MAILING
ENVELOPE IN LIEU OF METERING THE BILLS. THIS PROCESS WILL NOT CHANGE THE COST OF THE ORIGINAL BID; HOWEVER, THE CITY WILL BE
REQUIRED TO HAVE A AUSTIN PERMIT WHICH COST 8100 PER YEAR.
• NATIONAL'S ALTERNATE BID TO UTILIZE ROUND ROCK POST OFFICE IS ESTIMATED AT 851,405.89. IF THE CITY CHOOSES TO AWARD THE
ALTERNATE BID, APPROXIMATELY 066,193.20 IN POSTAGE REVENUE PER YEAR WILL STAY IN ROUND ROCK. TAKING THIS REVENUE FROM
ROUND ROCK MAY EFFECT THE POST OFFICES'S SERVICE TO ROUND ROCK RESIDENTS. THE POST OFFICE WAS UNABLE TO PUT THE LOST OF
REVENUE INTO A DOLLARS & CENTS SCENARIO THAT DETAILED THE POSSIBLE CHANGES IN SERVICE.
• ADDITIONAL BLUE COLOR ON BILLS AND NOTICES IS AN ESTIMATED 82,724 PER YEAR.