HomeMy WebLinkAboutResolution - 2018-R0213 - K.W. Sharp, Inc. - 07/12/2018Resolution No. 2018-R0213
IteIIl No. 6.6
July 12, 2018
RESOLUTION
BE ITRESOLVED BY THE CITY COLNC1L OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for
and oil behall' of the City of Lubbock, Contract No. 14147 for Water Inventory Items its per l TB
18-14042-F•M, by and between the City of Lubbock and K. W. Sharp, Inc., of Lubbock, Texas,
and related documents. Said Contract is attached hereto and incorporated in this resolution as if
fully set forth herein and shall be included in the minutes af'thc City Council.
Passed by the City Council on _ July 12, 2018
DANIEL M. POI F, MAYOR
ATTEST:
Re •cca Garza, City Secret y
APPROVED AS TO CONTENT:
I3lit Kostel' h, C hicf I7' inancial Officer
APPROVEI) AS TO FORM:
jj�&'OjWUAI�,
K Ili Leisure, Assistant City Attorney
ccdocs/RES,Contract 14147.Water Inventory Items.K. W. Sharp, Inc.
06.26.2018
Resolution No. 2018-RO213
Contract 14147
City of Lubbock, TX
Contract for
Water Inventory Items
THIS CONTRACT made and entered into this t 21h day of MY . 2018, by and between the
City of Lubbock ("City"), and K. W. Sharp Inc. ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for 18-14042-FM Water Inventory
Items and bids were received and duly opened as required by law; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City authorized
the execution, in the name of the City of Lubbock a contract with said Contractor covering the purchase
and delivery of the said Water Inventory Items.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the
financial consideration hereinafter referred to, the parties hereby covenant and agree as follows:
1. In accordance with City's specifications and Contractor's bid, the Contractor will deliver to the
City, Water Inventory Items and more specifically described in Exhibit "A" attached hereto.
2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done
the work provided for in this Contract and to complete and finish the same according to the
attached specifications, offer, and terms and conditions contained herein.
3. The contract shall be for a term of one (1) year, with the option of four (4), one (1) year
extensions, said date of term beginning upon formal approval. Quantities stated are
approximations of usage during the time period to be covered by pricing established by this bid.
Order quantities will be determined by actual need. Price adjustments may be allowed for "Pass
Through" costs incurred by vendor. Requests for price adjustments will be WRITTEN, and will
include documentation that substantiates additional costs. All requests will be received by the
City 30 DAYS PRIOR to a requested effective date for a price adjustment. Such adjustments
must be acceptable to both parties or the item(s) in question may be deleted from the contract
with respect to further orders, or the contract may be canceled and new bids solicited.
4. This contract shall remain in effect until the expiration date, performance of services ordered, or
termination of by either party with a 30 day written notice. The City of Lubbock reserves the
right to award the canceled contract to the next lowest and best bidder as it deems to be in the
best interest of the city.
5. Contractor shall at all times be an independent contractor and not an agent or representative of
City with regard to performance of the Services. Contractor shall not represent that it is, or hold
itself out as, an agent or representative of City. In no event shall Contractor be authorized to
enter into any agreement or undertaking for or on behalf of City.
b. Insurance Requirements
SECTION A. Prior to the approval of this contract by the City, the Contractor shall furnish a completed
Insurance Certificate to the City, which shall be completed by an agent authorized to bind the named
underwriter(s) to the coverages, limits, and termination provisions shown thereon, and which shall
furnish and contain all required ini'onnation referenced or indicated thereon. THE CITY SHALL HAVE
NO DUTY TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL SUCH CERTIFICATE
SHALL HAVE BEEN DELIVERED TO THE CITY.
SECTION B. The City reserves the right to review the insurance requirements of this section during
the effective period of the contract and to require adjustment of insurance coverages and their limits
when deemed necessary and prudent by the City based upon changes in statutory law, court decisions,
or the claims history of the industry as well as the Contractor.
SECTION C. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as
are approved by the City, the Contractor shall obtain and maintain in full force and effect for the duration
of this contract, and any extension hereof, at Contractor's sole expense, insurance coverage written by
companies approved by the State of Texas and acceptable to the City, in the following type(s) and
TYPE OF INSURANCE
GENERAL LIABILITY
® Commercial General Liability
❑ Claims Made ® Occurrence
❑ W/Heavy Equipment
❑ To Include Products of Complete Operation Endorsements
PROFESSIONAL LIABILITY
❑ General Aggregate
AUTOMOTIVE LIABILITY
® Any Auto ❑ All Owned Autos
❑ Scheduled Autos ❑ Hired Autos
❑ Non -Owned Autos Per Occurrence $1,000,000
COMBINED SINGLE LIMIT
General Aggregate $1,000,000
Products-Comp/Op AGG X
Personal & Adv. Injury X
Contractual Liability X
Fire Damage (Any one Fire)
Med Exp (Any one Person)
EXCESS LIABILITY
❑ Umbrella Form Each Occurrence
Aggregate
(GARAGE LIABILITY
❑ Any Auto
❑ BUILDER'S RISK
❑ INSTALLATION FLOATER
❑ CARGO
Auto Only - Each Accident
Other than Auto Only:
Each Accident
Aggregate
❑ 100% of the Total Contract Price
❑ 100% of the Total Material Costs
® WORKERS COMPENSATION — STATUTORY AMOUNTS OR
OCCUPATIONAL MEDICAL AND DISABILITY
❑ EMPLOYERS' LIABILITY SO$ 0,000
OTHER: COPIES OF ENDOSEIMENTS ARE REQUIRED
® City of Lubbock named as additional insured on Auto/General Liability on a primary and non-contributory bases.
® To include products ofcompleted operations endorsement.
® Waiver of subrogation in favor of the City of Lubbock on all coverages, except
IMPORTANT: POLICY ENDORSEMENTS
The Contractor will provide copies of the policies without expense, to the City and all endorsements
thereto and may make any reasonable request for deletion, revision, or modification of particular
policy terms, conditions, limitations, or exclusions (except where policy provisions are established by
law or regulation binding upon either of the parties hereto or the underwriter of any of such policies).
Upon such request by the City, the Contractor shall exercise reasonable efforts to accomplish such
changes in policy coverages, and shall pay the cost thereof. Any costs will be paid by the Contractor.
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance, all insurance contracts and
certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the
following required provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives as additional
insureds, (as the interest of each insured may appear) as to all applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change;
c. Provide for notice to the City at the address shown below by registered mail;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees,
and elected representatives for injuries, including death, property damage, or any other loss to
the extent same may be covered by the proceeds of insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard of care together
with the indemnification provision, shall be underwritten by contractual liability coverage
sufficient to include such obligations within applicable policies.
NOTICES
The Contractor shall notify the City in the event of any change in coverage and shall give such notices
not less than 30 days prior the change, which notice must be accompanied by a replacement
CERTIFICATE OF INSURANCE.
All notices shall be given to the City at the following address:
Marta Alvarez, Director of Purchasing & Contract Management
City of Lubbock
1625 131h Street, Room 204
Lubbock, Texas 79401
SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by
the Contractor shall not relieve the Contractor of full responsibility or liability for damages and accidents
as set forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by
the insurance company exonerate the Contractor from liability.
7. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or
interests accruing from this Contract without the written consent of the other.
8. The City reserves the right to exercise any right or remedy available to it by law, contract, equity,
or otherwise, including without limitation, the right to seek any and all forms of relief in a court
of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to
exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are
cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict
between this provision and another provision in, or related to, this document, this provision shall
control.
9. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided to the City
under this Contract. In the event such an audit by the City reveals any errors or overpayments
by the City, Contractor shall refund the City the full amount of such overpayments within 30
days of such audit findings, or the City, at its option, reserves the right to deduct such amounts
owing the City iiom any payments due Contractor.
10. All funds for payment by the City under this contract are subject to the availability of an annual
appropriation for this purpose by the City. In the event of non -appropriation of funds by the City
Council of the City of Lubbock for the goods or services provided under the contract, the City
will tenninate the contract, without termination charge or other liability, oil the last day of the
then -current fiscal year or when the appropriation made for the then -current year for the goods
or services covered by this contract is spent, whichever event occurs first. if at any time funds
are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on 30 days prior written notice, but failure to give such notice shall be of no effect and the
City slialI not be obligated under this contract beyond the date of termination.
11. The Contractor shall not assign or sublet the contract, or any portion of the contract, without
written consent from the Director of Purchasing and Contract Management. Should consent be
given, the Contractor shall insure the Subcontractor or sliall provide proof on insurance from the
Subcontractor that complies with all contract insurance requirements.
12. This Contract consists of the following documents. Invitation to Bid No. 18-14042-FM,
Specifications, and [aid Fond. Exhibit "A" represents each of the: items the contractor was found
to be the best value for the City. The original bid forms shall remain in the office of the Director
of Purchasing and Contract Management.
13. The Contractor warrants that it complies with Chapter 2270, Subtitle F. Title 10 of the Texas
Government Code verifying that:
( l) The Contractor does not boycott Israel; and
(2) The Contractor will not boycott Israel during the term of the Agreement.
14. Senate Bill 252 prohibits the City from entering into a contract with a vendor that is identified
Comptroller as a company known to have contracts with or provide supplies or services with
Iran, Sudan, or a foreign terrorist organization.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and
year first above written. Executed in triplicate.
CITY OF LUB OCK
Daniel M. Pope, Mayor
ATTEST:
Reb • •ca Garza, City Secre iry
APPROVED AS TO CONTENT:
D. Blu Ko • elich,
Chief Financial Officer
7AP O ED AS TO FORM:
1f Ili Leisure, Assistant City Attonicy,
CONT ACTORRY
Authorised Representative
Print Name
'Vo0 it ►4VG
Address
" 6OdOk 9yd
City, State, Zip Cade
City of Lubbock,TX
K. W. Sharp Inc. of Lubbock, TX
Exhibit A
Line Item
Item Number
UAI
QTY
Description
Unit Cost
Extended Cost
3
421030000
EA
2
5-1/4"-3' Fire Hydrant S
1,305.00
S 2,610.00
4
421030001
EA
1
5-1/4" 3 1/2 Fire Hydrant
1.335.00
1,335.00
5
421030002
EA
6
5-1/4" 4' Fire 1lydrunt
1,366.00
8,196.00
6
421030003
EA
35
54/4' 4-I/2' Fire Hydrant
1,398.00
48,930.00
53
473020068
EA
80
2-1/4" x 7 1/2" Full Circle Clamp
31.02
2,481.60
62
473020095
EA
20
10"xl" Service Clamp
21.34
426.80
108
473020355
EA
100
5/8 X 3/4" Meter Rescuer w/ Valve 7
69.95
6,995.00
110
47320357
EA
72
5/8x3/4" Meter Rescuer w/ Valve 12
73.50
5,292.00
132
473020440
EA
6
8" Mechanical Joint Restraining Gland
26.74
160.44
180
473020543
EA
360
Plastic Meter Box. East Jordan
137.00
49,320.00
196
473020562
EA
40
I" x V Meter Rescuer IS* In Height
185.99
7,439.60
298
482020003
EA
60
2"Corp Stop Male -Male
163.00
9,780.00
305
482020046
EA
220
2" Ball Valve -Ford
176.00
38,720.00
317
482030012
EA
1
Gate Valve 8"
636.62
636.62
318
48200019
EA
2
Gate Valve 3"
273.00
546.00
319
482030020
EA
2
Gate Valve 4"
311.00
622.00
320
482030021
EA
I
Gate Valve 6"
414.00
414.00
323
482030025
EA
6
4"MJ Gate Valve
299.50
1,797.00
324
482030026
EA
1
611MJ Gate Valve
399.00
399.00
326
482030028
EA
2
Gate Valve 8" Ml
618.50
1237.00
327
482030030
EA
I
2"MJ Cate Valve
199.00
199.00
328
482030031
EA
2
3"MJ Gate Valve
284.00
568.00
329
482030032
EA
20
4"MJ Gate Valve
317.00
6,340.00
332
482030035
EA
2
Gate Valve 10"
992.00
1,984.00
333
482030036
EA
4
Gate Valve 12"
1.245.00
4,980.00
336
482030039
EA
8
Tapping Valve 8" MI
814,00
6,512.00
337
482030040
EA
1
Tapping Valve 10" M1
1,242.53
1,242.53
338
482030041
EA
1
12" MJ Tapping Valve
1,845.00
1,845.00
Item by Item Total: S 211,008.59