HomeMy WebLinkAboutResolution - 2011-R0122 - Contract - Gafford Pest Control Services Inc.- Pest Control, Annual Pricing - 03_22_2011Resolution No. 2011—RO122
March 22, 2011
Item No. 5.18
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 9900 for annual pricing of
pest control services for various city buildings, by and between the City of Lubbock and
Gafford Pest Control Services, Inc., 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 of the City Council.
Passed by the City Council on March 22, 2011
TOM MARTIN, MAYOR
ATTEST:
Rebec& Garza, City Secretary
APPROVED AS TO CONTENT:
Mark arwo , Assistant City Manager
Chief Information Officer
APPROVED AS TO FORM:
f
Chad Weaver, Assistant City Attorney
vw:ccdocs/RES.Contract-Gafford Pest Control
February 7, 2011
Resolution No. 2011—RO122
CONTRACT 9900
City of Lubbock
for
Pest Control Services for Various City Buildings - Annual Pricing
ITB 11-9900-DT
THIS CONTRACT, made and entered into this 22th day of March, 2011, by and between the City of
Lubbock ("City"), and Gafford Pest Control Services, Inc. ("Contractor") of Lubbock, Texas.
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Pest Control Services — Annual
Pricing for the City of Lubbock and bids were received and duly opened as required by law; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City of Lubbock
has accepted such bid, and authorized the execution, in the name of the City of Lubbock, of a contract
with said Contractor covering the purchase and delivery of the said Pest Control Services.
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, copies of which specifications and
bid are attached hereto and made part hereof, Contractor will deliver to the City the Pest Control
Services specifically referred to as Items) No. 1-27 and more particularly described in the bid
submitted by the Contractor or in the specifications attached hereto.
2. The contract shall be for a term of one year, said date of term beginning upon City Council date
of formal approval. The City and Contractor may, upon written mutual consent, extend the
contract for four additional one-year periods.
3. This contract shall remain in effect until the expiration date, performance of services ordered, or
termination by either party with a thirty (30) day written notice. Such written notice must state the
reason for cancellation. 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.
4. 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. The City agrees to pay the
Contractor according to the payment schedule attached; said payment schedule does not include
any applicable sales or use tax.
5. The Contractor shall perform the work according to the procedure outlined in the specifications
and Invitation to Bid attached hereto and incorporated herein.
6. 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.
7. The Contractor shall obtain and maintain in full force and effect during the term of the contract,
commercial general liability coverage with insurance carriers admitted to do business in the State
ITB 11-9900-DT Pest Control
of Texas. The insurance companies must carry a Best's Rating of A- VII or better. The policies
will be written on an occurrence basis, subject to the following minimum limits of liability:
INSURANCE COVERAGE REQUIRED
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 coverage 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.
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 amount(s):
Worker's Compensation The Contractor shall elect to obtain worker's compensation coverage
pursuant to Section 406.002 of the Texas Labor Code. Further, Contractor shall maintain said
coverage throughout the term of the Contract and shall comply with all provisions of Title 5 of
the Texas Labor Code to ensure that the Contractor maintains said coverage. Any termination of
worker's compensation insurance coverage by contractor or any cancellation or non -renewal of
worker's compensation insurance coverage for the Contractor shall be a material breach of this
Contract." The contractor must maintain Occupational Medical and Disability Insurance in lieu of
Workers' Compensation. In either event, the policy must be endorsed to include a waiver of
subrogation in favor of the CITY OF LUBBOCK. The Contractor shall also provide to the CITY
OF LUBBOCK proof of Employers' Liability in an amount no less than $500,000.
TYPE AMOUNT
Commercial General Liability with Pesticide Liability
Per Occurrence: $500,000
General Aggregate
Products-Comp/OP AGG
Personal & Adv. Injury
Automotive Liability Any Auto: $100,000
Combined Single Limit
The City of Lubbock shall be named a primary additional insured on auto/general liability
with a waiver of subrogation in favor of the City on all coverage's and to include products
of completed operations endorsement. All copies of the Certificates of Insurance shall
reference the ITB number for which the insurance is being supplied.
The Contractor will provide a Certificate of Insurance to the City as evidence of coverage. The
certificate will provide 30 days notice of cancellation, and under the cancellation section, the
wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability
of any kind upon the company, its agents or representatives" will be crossed out. A copy of the
additional insured endorsement attached to the policy will be included with the certificate.
The Contractor shall also maintain workers compensation insurance in the statutory amount.
If at any time during the life of the contract or any extension, the contractor fails to maintain the
required insurance in full force and effect, all work under the contract shall be discontinued
ITB I I-OOW-DT Pest Control
immediately. Any failure to maintain the required insurance may be sufficient cause for the City
to terminate the contract.
8. 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.
9. This Contract consists of the following documents set forth herein; Invitation to Bid #11-9900-
DT, General Conditions, Specifications, and the Bid Form.
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 LUBBOCK
Tom Martin, Mayor
A T T EST:
ej
Rebeck Garza, City Secretary
APPROVED AS TO CONTENT:
clv\"
=2( —
Mark Ye ood, , hief lnfohmtion Officer
APPROV O AS YO FORM:
Assistant City Attorney
ITB 11-9900-DT Poal Control
91-L) fro awl rd
Address
Resolution No. 2011-RO122
City of Lubbock
In compliance with the Invitation to Bid 11-9900-13T, the undersigned Bidder having examined the Invitation to Bid and
Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the
material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at
the locations and for the prices set forth on this form. The Invitation to Bid 11-9900-DT is by reference incorporated in this
contract. The Bid Form must be completed in blue or black ink or by typewriter.
DESCRIPTION
QTY
U/M
UNIT COST
EXTENDED COST
ITEM
(Please see specifications)
(-/+)
I
City Hall
12
MO
$50.00
$600.00
1625 13, Street
2
Municipal Square
12
MO
S 175.00
$2,100.00
916 Texas Ave
3
Jail Holding Cells
12
MO
S35.00
S420.00
916 Texas Ave
4
Information Technology
12
MO
$40.00
$480.00
916 Texas Ave
5
City Prosecutors Office
12
MO
S25.00
$300.00
916 Texas Ave
6
Municipal Courts
12
MO
$35.00
S420.00
916 Texas Ave
7
Police Administration
12
MO
$40.00
$480.00
916 Texas Ave
g
Police Records
12
MO
$40.00
$480.00
916 Texas Ave
9
Comm. Center & Training Area
12
MO
$35.00
S420.00
916 Texas Ave
10
Teen Courts
12
MO
$25.00
$300.00
916 Texas Ave
1 l
Police Property Room
12
MO
$35.00
S420.00
816 Texas Ave
12
Parks & Ree Admin Offices
12
MO
$35.00
$420.00
1010 9 Street
13
Health Department
!2
MO
$60.00
$720.00
1902 Texas Ave
14
Health Department Lab
4
Qy
$30.00
$120.00
1902 Texas Ave
15
Mahon Library
12
MO
$65.00
$780.00
1306 9th Street
16
Groves Library
12
MO
$40.00
$480.00
552019 Street
17
Patterson Library
12
MO
S40.00
$480.00
1836 Parkwa
18
Godeke Library
12
MO
S45.00
$540.00
6707 Slide Road
19
Traffic Sign & Signal Bldg
12
MO
$'15.00
$420.00
202 Municipal Drive
20
Lubbock Business Center
12
NIO
$45.00
$540.00
130 1 Broadway
BID FORM
I r11 11-9900-1) r Pest Cuntrof
ITEM
DESCRIPTION
QTY
U[M
UNIT COST
EXTENDED COST
(Please see specifications)
21
Animal Shelter
12
MO
S40.00
S480.00
401 Ash
22
Animal Shelter Admin
4
Qy
$35.00
$140.00
201 N Ash
23
Police Academy Reese Cnt
4
Qy
$45.00
$180.00
508 Davis Drive
Z4
Fleet Services
12
MO
$30.00
$360.00
206 Municipal Drive
25 1
Street Maintenance
12
MO
$30.00
$360.00
502 North 127
Overall Total
$1,110.00
$ 12,440.00
Item
DESCRIPTION
QTY
U/M
Unit Cost
Extended Cost
Please see specifications
-/+)
26
Exterior Rodent Bait Stations
20
EA
$16.00
$320.00
On an as -needed basis and up9nrequest)
27
Interior Rodent Multiple Catch Trap
20
EA
$16.00
$320.00
(On an as -needed basis and upon request)
Overall Total
Tb40.00
Seller's bid price MUST INCLUDE all delivery charges paid by seller, F.O.B. Destination, City of Lubbock
Unless otherwise specified herein, the City ma award the bid either item-b�item or an all -or -none basis for under
anv item or erouD of items shown on the Bid Form.
PAYMENT TERMS AND DISCOUNTS -Bidder offers a prompt payment discount of 0%, net _ calendar days.
Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms
will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct
invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by
the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days
after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements,
whichever event occurs later. Discounts for payment in less than ten days will not be considered.
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged
anyone else, including its most favoured customer, for like quality and quantity of the products/services; does not include
an element of profit on the sale in excess of that normally obtained by the Bidder on the sale of products/services of like
quality and quantity; and does not include any provision for discounts to selling agents. if at any time during the contract
period, the supplier should sell or of er for sale to any other customer, an equal or less quantity of similar contract products
of like or better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same
product(s) at the lower price(s) on all deliveries made during the period in which such lower price(s) is effective.
INTERLOCAL PURCHASING (optional): The City desires to make available to -other local governmental entities of the
State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements
as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services,
at the prices quoted, for the period of this contract. Each bidder shail indicate on the Bid Form in the space provided below
if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other
governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions,
specifications, and pricing would apply?
BID FORM
ITEM 119900-DT Pest Control
Other governmental entities that might have interests in this contract are Frenship Independent School District,
Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School
District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas
Municipal Power Agency, Lynn County, and City of WolfTorth.
YES NO X
• If you (the bidder) checked YES, the following will apply:
• Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will
be eligible, but not obligated, to purchase materialsiservices under the contract(s) awarded as a result of this
solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that
governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another
governmental entity's debts. Each governmental entity will order their own materials/service as needed.
THIS BID IS SUBMITTED BY Gafford Pest Control Services, Inc. a corporation
organized under the laws of the State of Texas , or a partnership consisting of
or an individual trading as
Lubbock
Firm: Gafford Lest Control Services, Inc.
Address: 4121 Frankford Ave.
City: Lubbock State: TX Zip 79407
M/W BE
Firm:
By
of the City of
Woman Black American Native American
Hispanic American Asian Pacific Other (Specify)
American
Authorized Representative - must sign by
Officer Name and Title: Wayne Barado (Supervisor)
Please Print
Business Telephone Number 806-7924292 FAX: 806-792-8901
E-Mail Address info gaffordpest.com
ITB I !-9900-D'r Pest control