Loading...
R-06-02-23-10C3 - 2/23/2006RESOLUTION NO. R -06-02-23-10C3 WHEREAS, the City of Round Rock has previously entered into an Annual Purchasing Agreement for Analytical Services for Water Plant with DHL Analytical, Inc., and WHEREAS, DHL Analytical, Inc. has submitted Supplemental Agreement No. 1 to the Agreement to extend the contract date, and WHEREAS, the City Council desires to enter into said Supplemental Agreement No. 1 with DHL Analytical, 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 Supplemental Agreement No. 1 to the Annual Purchasing Agreement for Analytical Services for Water Plant with DHL Analytical, Inc., a copy of same being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 23rd day of February, 2006 ST:. R. WEL , Mayor Cit of Round Rock, Texas CHRISTINE R. MARTINEZ, City Secr @PFDesktop\::ODMA/WORLDOX/0:/WDOX/RESOLUTI/R60223C3.WPD/sc THE STATE OF TEXAS COUNTY OF WILLIAMSON KNOW ALL BY THESE PRESENTS: SUPPLEMENTAL AGREEMENT NO. 1 TO "CITY OF ROUND ROCK ANNUAL PURCHASING AGREEMENT FOR ANALYTICAL SERVICES FOR WATER PLANT" FIRM: ADDRESS: REFERENCE: DHL Analytical, Inc. ("Vendor") 2300 Double Creek Drive, Round Rock, Texas 78664 Purchase of Analytical Services for Water Plant This Supplemental Agreement No. Agreement for Analytical Services for Water Rock, Texas (hereinafter called the "City") "Vendor"). 1 to "City of Round Rock Annual Purchasing Plant" is made by and between the City of Round and DHL Analytical, Inc. (hereinafter called the WHEREAS, City and Vendor executed the referenced "City of Round Rock Annual Agreement for Analytical Services for Water Plant" (hereinafter called the "Agreement") on the 13th day of February, 2003; and WHEREAS, said Agreement provided for the provision of analytical services to include testing water, wastewater and industrial wastewater processes and the generation of complete and traceable documentation of data from analyzed samples; and WHEREAS, it has become necessary to extend the Agreement by renewal; and NOW THEREFORE, premises considered, the City and the Vendor agree that said Agreement is amended as follows: Section 6.0 entitled "Duration of Agreement' shall be amended as follows: The term of this original Agreement is for twelve (12) months from the effective date of this original Agreement. This original Agreement permits renewal for successive terms of twelve (12) months each, not to exceed in the aggregate four (4) such renewals, with such renewals to occur on or before the expiration date of the preceding term, and with such renewals being absolutely predicated upon the express written agreement of both parties. Such renewals are permitted only provided Vendor has performed each and every contractual obligation specified in this original Agreement. This Supplemental Agreement No. 1 embodies the third renewal of twelve (12) months, following the expiration of the original term of twelve (12) months, and extends the original Agreement as to time only with no other changes in terms or conditions of the original Agreement. 00093810/jkg IN WITNESS WHEREOF, the City and the Vendor have executed this Supplemental Agreement No. 1 in duplicate originals. DHL ANALYTICAL, INC. By: ),3 Printed Ne: John DuPont Title: General Manager Date: 12/16/2005 CITY OF ROUND ROCK By: Printed Name: Title: Date: ATTEST: Christine R. Martinez, City Secretary APPROVED AS TO FORM: Stephan L. Sheets, City Attorney 00093810/j kg CITY OF ROUND ROCK ANNUAL PURCHASING_ AGREEMENT FOR ANALYTICAL SERVICES FOR WATER PLANT THIS AGREEMENT, is made and entered into this /3 of 2003, by and between the City of Round Rock, a Texas home -rule municipal corporation, ose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, herein after referred to as "City" and DHL Analytical, Inc., 2300 Double Creek Drive, Round Rock, TX 78664, hereinafter referred "parties". to as "Vendor", and City and Vendor are collectively referred to as the RECITALS: WHEREAS, the City desires to contract with Vendor on a multi-year contract basis to provide the City with analytical service and WHEREAS, the Invitation for Bid to provide the City with analytical services previously issued for said services and the City has selected the Bid submitted DHL Analytical ; 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 analytical services as outlined in IFB 02-001, Specification Number 02-918-12 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 services 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 arethe subject of this agreement: Analytical services to include testing water, wastewater and industrial wastewater processes and generate complete and traceable documentation of data from analyzed samples Bid Item No. 3 — TCLP at $150.00 each. Bid Item No. 5 — Metal Digestion at $20.00 each. Bid Item No. 6 Barium at $10.00 each. Bid Item No. 7 — Cadmium at $10.00 each. Bid Item No. 8 — Chromium at 10.00 each. Bid Item No. 9 — Copper at $10.00 each. Bid Item No. 10 — Lead at $10.00 each. R-03-M-13-13D7 1 Bid Item No. 11— Nickel at $10.00 each. Bid Item No. 12 — Silver at $10.00 each. Bid Item No. 13 — Zinc at $10.00 each. Bid Item No. 14 — Manganese at $10.00 each. Bid Item No. 16 — Oil/Grease at $50.00 each. Bid Item No. 17 — BTEX at $45.00 each. Bid Item No. 19 — TSS at $15.00 each. Bid Item No. 22 — Cyanide at $35.00 each. Bid Item No. 23 — Fluoride at $15.00 each. Bid Item No. 24 — Volatile Organics at $120.00 each. Bid Item No. 25 — Semivolatile Organics at $200.00 each. 3.0 COSTS The bid costs listed in Exhibit A shall be the basis of any charges collected by the Vendor. 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 for Services 4.4 Service 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 (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 thisrom t a 1 to paymentsp P payment policy, however, this policy does nota apply 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 2 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 service period, 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 (10) days written notice. Upon delivery of such notice by the City to Vendor, the Vendor shall discontinue all services in connection with the performance of this agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders or contracts are chargeable to this agreement. Within thirty (30) days after receipt of notice of termination, the Vendor shall submit a statement, showing in detail the services satisfactorily performed under this agreement to the date of termination. The City will then pay the Vendor that portion of the prescribed charges. 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 service(s) as specified, the City reserves the option to obtain the services 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 services 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 3 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. 02-001 Re-bid 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 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 4 221 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: DHL Analytical, Inc. 2300 Double Creek Drive Round Rock, TX 78664 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 -es to these presents have executed this Agreement on the y �� T CITY O ' • ;Aiglf• By: Nyle , Mayor City of Round Rock Attest - By: Christine Martinez, City Secretary City of Round Rock 5 DHL AN By: Name: Title: Attest: By: - _ INC. / rA'., Name: Title: BID TAB BID NUMBER: 02-001 REBID BID OPENING: 6/11/2002 ANALYTICAL SERVICES Item VENDOR LCRA - ELS 3:OOpm DELIVERY: TOTAL 1 TOTAL ORGANIC CARGON ---"-"-'-----^-------_�__�� 85 128: 12 3230.00 NO BID 2 TOTAL TRIHALOMETHANES 85 3 -CLP 155.00 14.875.00 --------�-___-___ 1120.00 2 11,049.00 12,098.00 1150.00 4 HALOACETIC ACID 85 1185.00 115,725.00 NO BID 5 BARIUM 6 CADMIUM 7 CHROMIUM M 115.00 651,432.30 VENDOR DHL ANALYTICAL INC DELIVERY: TOTAL 8 COPPER 9 LEAD 10 NICKEL 11 SILVER 12 ZINC 14 MANGANESE 15 AMMONIA 16 OIUCREASE 17 BTEX 18 BOD 19 TSS 20 DOC 21 PHOSPHOROUS 22 CYANIDE 23 FLUORIDE 10 130.00 ---��� 60 130.00 24 25 26 27 28 29 30 31 32 33 34 115.00 115.00 115.00 115.00 115.00 115.00 115.00 50 _-- 1200.00 165.00 125.00 .10 512.00 123.00 20 $20.00 16 135.00 118.00 1185.00 1320.00 VOLATILE ORGANICS 20 SEMNOLATILE ORGANICS 20 5 DAY TURNAROUND 3 DAY TURNAROUND NEXT DAY 10% DISCOUNT 1300.00 11,800.00 1900.00 1900.00 1900.00 1900.00 1900.00 1900.00 1900.00 1300.00 110,000.00 1325.00 11,000.00 5120.00 1920.00 1400.00 1560.00 1144.00 13,700.00 16,400.00 1x 1 100% 1.4x 1 200% 1.8x 45,714.70 110.00 110.00 110.00 110.00 110.00 110.00 130,755.00 110,200.00 1300.00 VENDOR DELIVERY: TOTAL Unit $ 1100.00 1600.00 1600.00 1600.00 . 1600.00 1600.00 10 1600.00 10 1600.00 10 1600.00 20 1400.00 50 12,500.00 45 1225.00 50 $2,000.00 15 1150.00 35 11,400.00 30 1600.00, 1560.00 1500 120 12,400.00 250 15,000.00 10.00 Extended DATE: February 16, 2006 SUBJECT: City Council Meeting - February 23, 2006 ITEM: *10.C.3. Consider a resolution authorizing the Mayor to execute Supplemental Agreement No. 1 to the Annual Purchasing Agreement for Analytical Services for Water Plant with DHL Analytical, Inc. Department: Water/Wastewater Utility Staff Person: Tom Clark, Director of Utilities Justification: This is an annual contract for analytical services for the Environmental Services and Water Treatment Divisions. The contract includes testing water, wastewater and industrial wastewater and providing traceable documentation validating analytical results. Funding: Cost: $16,155.00 Source of funds: Utility Fund Outside Resources: N/A Background Information: This is an extension of the "City of Round Rock Annual Agreement for Analytical Services for Water Plant" executed on February 13, 2003. Public Comment: N/A THE STATE OF TEXAS COUNTY OF WILLIAMSON § KNOW ALL BY THESE PRESENTS: SUPPLEMENTAL AGREEMENT NO. 1 TO "CITY OF ROUND ROCK ANNUAL PURCHASING AGREEMENT FOR ANALYTICAL SERVICES FOR WATER PLANT" FIRM: ADDRESS: REFERENCE: DHL Analytical, Inc. ("Vendor") 2300 Double Creek Drive, Round Rock, Texas 78664 Purchase of Analytical Services for Water Plant This Supplemental Agreement No. Agreement for Analytical Services for Water Rock, Texas (hereinafter called the "City") "Vendor"). 1 to "City of Round Rock Annual Purchasing Plant" is made by and between the City of Round and DHL Analytical, Inc. (hereinafter called the WHEREAS, City and Vendor executed the referenced "City of Round Rock Annual Agreement for Analytical Services for Water Plant" (hereinafter called the "Agreement") on the 13th day of February, 2003; and WHEREAS, said Agreement provided for the provision of analytical services to include testing water, wastewater and industrial wastewater processes and the generation of complete and traceable documentation of data from analyzed samples; and WHEREAS, it has become necessary to extend the Agreement by renewal; and NOW THEREFORE, premises considered, the City and the Vendor agree that said Agreement is amended as follows: Section 6.0 entitled "Duration of Agreement" shall be amended as follows: The term of this original Agreement is for twelve (12) months from the effective date of this original Agreement. This original Agreement permits renewal for successive terms of twelve (12) months each, not to exceed in the aggregate four (4) such renewals, with such renewals to occur on or before the expiration date of the preceding term, and with such renewals being absolutely predicated upon the express written agreement of both parties. Such renewals are permitted only provided Vendor has performed each and every contractual obligation specified in this original Agreement. This Supplemental Agreement No. 1 embodies the third renewal of twelve (12) months, following the expiration of the original term of twelve (12) months, and extends the original Agreement as to time only with no other changes in terms or conditions of the original Agreement. 000938 10/jkg £-O(' -O -a 3 - IOC 3 IN WITNESS WHEREOF, the City and the Vendor have executed this Supplemental Agreement No. 1 in duplicate originals DHL ANALYTICAL, INC. By: Nr\,, Printed Naine: John DuPont Title: General Manager Date: 12/16/2005 CITY OF ROU ► D ' O r / AI/ V : !! By: Printed Title: Date: ATEST: uttiyi_oP. `4--)1 Christine R. Martinez, City Secretary APP I ED AS TO FORM: 4 t Stepha ' L. Sheets, Ci Attorney 00093 810/jkg CITY OF ROUND ROCK ANNUAL PURCHASING AGREEMENT FOR. ANALYTICAL SERVICES FOR WATER PLANT THIS AGREEMENT, is made and entered into this /.3 of �2,G/ 2003,by and between the City of Round Rock, a Texas home -rule municipal corporation, ose offis are located at 221 East Main Street, Round Rock, Texas 78664-5299, herein after referred to as "City" and DHL Analytical, Inc., 2300 Double Creek Drive, Round Rock, TX 78664, 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 contract basis to provide the City with analytical service and WHEREAS, the Invitation for Bid to provide the City with analytical services previously issued for said services and the City has selected the Bid submitted DHL Analytical ; 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 analytical services as outlined in IFB 02-001, Specification Number 02-918-12 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 WB 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 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: Analytical services to include testing water, wastewater and industrial wastewater processes and generate complete and traceable documentation of data from analyzed samples Bid Item No. 3 — TCLP at $150.00 each. Bid Item No. 5 — Metal Digestion at $20.00 each. Bid Item No. 6 .Barium at $10.00 each. Bid Item No. 7 — Cadmium at $10.00 each. Bid Item No. 8 — Chromium at 10.00 each. Bid Item No. 9 — Copper at $10.00 each. Bid Item No. 10 — Lead at $10.00 each. k -o3 -0a-/3-1307 1 Bid Item No. 11— Nickel at $10.00 each. Bid Item No. 12 — Silver at $10.00 each. Bid Item No. 13 — Zinc at $10.00 each. Bid Item No. 14 — Manganese at $10.00 each. Bid Item No. 16 — Oil/Grease at $50.00 each. Bid Item No. 17 — BTEX at $45.00 each. Bid Item No. 19 — TSS at $15.00 each. Bid Item No. 22 — Cyanide at $35.00 each. Bid Item No. 23 — Fluoride at $15.00 each. Bid Item No. 24 — Volatile Organics at $120.00 each. Bid Item No. 25 — Semivolatile Organics at $200.00 each. 3.0 COSTS The bid costs listed in Exhibit A shall be the basis of any charges collected by the Vendor. 4.0 . INV OICES: 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 for Services 4.4 Service 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 (3) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which the City receives a correct invoice for the supplies, materials, equipment, or services, whichever is later. Vendor may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy, however, this policy does not apply to payments made by the City in the event: 5.1 there is a bona fide dispute between the City and Vendor concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or 5.2 the terms of a Federal contract, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or 5.3 there is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the services performed which causes the payment to be late; or 5.4 the invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order, or this Agreement or other such contractual agreement. 6.0 DURATION OF AGREEMENT 2 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 service period, 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 (10) days written notice. Upon delivery of such notice by the City to Vendor, the Vendor shall discontinue all services in connection with the performance of this agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders or contracts are chargeable to this agreement. Within thirty (30) days after receipt of notice of termination, the Vendor shall submit a statement, showing in detail the services satisfactorily performed under this agreement to the date of termination. The City will then pay the Vendor that portion of the prescribed charges. 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 service(s) as specified, the City reserves the option to obtain the services 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 services 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 3 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. 02-001 Re-bid 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 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 4 221 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: DHL Analytical, Inc_ 2300 Double Creek Drive Round Rock, TX 78664 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 e.p. les to these presents have executed this Agreement on the of /_ CITY 0 w. DHL AN • f I+ •.ii INC. B y r / Nyle , Mayor City of Round Rock Attest - By: Christine Martinez, City Secretary City of Round Rock 5 By: Name: Title: Attest: By: Name: Title: BID TAB BID NUMBER: 02-001 REBID BID OPENING: 6/11/2002 ANALYTICAL SERVICES Item Bid item(s) description VENDOR VENDOR LCRA - ELS VENDOR 3:OOpm DHL ANALYTICAL INC DELIVERY: DELIVERY: DELIVERY: TOTAL 351,43230 TOTAL $30,755.00 TOTAL: QTY Unit $ Extended Unit 1 TOTAL ORGANIC CARGON 85 2 TOTAL TRtHALOMETHANES 3 TCLP $ Extended Unit $ Extended $28.00 $2,380.00 NO BID 85 355.00 2 31,049.00 4 HALOACETIC ACID 85 $185,00 $4,675.00 3120.00 $2,098.00 3150.00 310,200.00 3300.00 5 BARIUM 10 $3000 6 CADMIUM $3000 315,725.00 NO BID 3300.00 310.00 3100.00 7 CHROMIUM 8 COPPER 9 LEAD 10 NICKEL 11 SILVER 12 ZINC 14 MANGANESE 15 AMMONIA 16 OIL/CREASE 17 BTEX 18 BOD 19 TSS 20 DOC 21 PHOSPHOROUS 22 CYANIDE 23 FLUORIDE 24 VOLATILE ORGANICS 25 SEMIVOLATILE ORGANICS 26 5 DAY TURNAROUND 27 3 DAY TURNAROUNG 28 NEXT DAY 29 10% DISCOUNT 30 5 10 16 315.00 315.00 315.00 315.00 315.00 315.00 315.00 315.00 3200.00 365.00 325.00 11200 $23.00 $20.00 335.00 31,800.00 3900.00 3900.00 3900.00 3900.00 3900.00 3900.00 $300.00 310,000.00 3325.00 $1,000.00 3120.00 3920.00 3400.00 3560.00 $10.00 3600.00 310.00 310.00 $10.00 $10.00 3600.00 10 $600.00 3600.00 3600.00 3600.00 10 3600.00 10 $600.00 � $2,5°°.00 45 3225.00 $2,000_00 15 3150.00 N` $1,400.00 $600.00 3560.00 3120.00 50 1530 32 33 34 1x 1.4x 1.8x 45,714.70