Loading...
HomeMy WebLinkAboutResolution - 2011-R0297 - Contract - Nardis Inc.- Police Department Uniform Annual Pricing - 07_14_2011Resolution No. 2011—RO297 July 14, 2011 Item No. 5.39 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. 10138 for police department uniform annual pricing, by and between the City of Lubbock and Nardis, Inc. of Kilgore, 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 of the City Council. Passed by the City Council on July 14, 2011 TOM MARTIN, MAYOR ATTEST: , pv-e��� , -5K Rebe a Garza, City Secretary' APPROVED AS TO CONTENT: r Roger Ellis, Chief of Police APPROVED AS TO FORM: i Chad Weaver, Assistant City Attorney vwxcdoes/RES.Contract-Nardis, Inc. June 17, 2011 Resolution No. 2011-RO297 Contract No. 10138 City of Lubbock Contract For Off -The -Rack Uniforms for Lubbock Police Department -Annual Pricing ITB No. 11-10138-RH THIS CONTRACT, made and entered into this 14th day of July 2011, pursuant to a resolution heretofore adopted by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and Nardis, Inc. ("Contractor"). WITNESSETH: WHEREAS, the City of Lubbock duly advertised for bids for Off -The -Rack Uniforms for Lubbock Police Department -Annual Pricing 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 Off - The -Rack Uniforms for Lubbock Police Department. 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: 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 provide to the City the Off -The -Rack Uniforms specifically referred to as Item(s) No. 1-20 more particularly described in the bid form submitted by the Contractor attached hereto. 2. The contract shall be for a term of one (1) year, said date of term beginning upon City Council date of fonnal approval. The City and Contractor may, upon written mutual consent, extend the contract for four (4) additional one-year periods. The rates may be adjusted upward or downward at this time at a percentage not to exceed the effective change in the Consumer Price Index (CPI) or Product Price Index (PPI), whichever is most appropriate for the specific contract for the previous 12-months. At the City's discretion, the effective change rate shall be based on either the local or national index average rate for all items. If agreement cannot be reached, the contract is terminated at the end of the current contract period. 3. 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 Contractor shall perform the work according to the procedure outlined in the specifications and hmvitation to Bid attached hereto and incorporated herein. QE'CRC I iASG'Uid Do ,. ,ws'Rob,r 20l1 4. 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. 5. 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. 6. This Contract consists of the following documents set forth herein; Specifications and the Bid Form. 7. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit representative of the City or State of Texas, as 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 thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 8. The contractor shall obtain and maintain in fail force and effect during the term of the contract, commercial general liability coverage with insurance carriers admitted to do business in the State 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 REQUIREMENTS TYPE AMOUNT Worker's Compensation Statutory and Employers Liability $500,000 Commercial General (public) Liability insurance including coverage for the following: a. Premises operations b. Independent contractors C. Products/completed operations d. Personal injury e. Advertising injury f. Contractual liability Combined single limit for bodily injury and property damage of $200,000 per occurrence or its equivalent. Q.TURCHASESid DoamentORobmUGI I g. Medical payments Comprehensive Automobile Combined single limit for Liability insurance, including bodily injury and property Coverage for loading and unloading of $200,000 per occurrence hazards, for; or its equivalent. a. Owned/leased vehicles b. Non -owned vehicles C. Hired Vehicles The City of Lubbock shall be named a primary additional insured with a waiver of subrogation in favor of the City on all coverage's to include Products and Completed Operations. All copies of the Certificates of Insurance shall reference the project name or bid 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 immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the contract. 9. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit representative of the City or State of Texas, as 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 thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. Q TURCRASE\Bid DucumemsllRObinUOI I 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 ��� A/'.� - Tom Martin, Mayor ATTEST: Rebe ca Garza, City Secretary APPROVED AS TO CONTENT: Roger EIlis, Police Chief APPR/OV AS O FORM: Assistant City Attorney CONTRACTOR i BY d Authcjrized epresentative goo 1�7 1V(A;,) Sd Address KA O('e, I J� 751,6Z City, St te, Zip Q TURCRASF1Rid Doa mts5RobinMl I Resolution No. 2011-RO297 ITB MI 1-10138-RH, Off -The -hack Uniforms for Lubbock Police Department -Annual Pricing BID FORM City of Lubbock, Texas Purchasing & Contract Management Off -the Rack Uniforms for Lubbock Police Department -Annual Pricing ITB No. 11-10138-RH In compliance with the Invitation to Bid No.11-1013g-RH, the undersigned Bidder having examined the invitation to Bid and Specifications, and being fi miliar with tk conditions to be met, hereby submits the fbllowing Bid for furnishing the material, equipment; labor and evaything 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 No. 11-10138-11H is by reference incorporated in this contract. The Bid Form most be completed in blue or black Ink or by typcwnta. EST. UNIT OF UNIT PRICE" EXTENDED ITEM QTY MEASURE DESCRIPTION BID COST b. a d e b.ace Blauer Class Act #8460 SS Shirt Dark Navy, Catalog Options. 1. 100 EA Must Include Options: St:vm Emblem (I.e. $ 10 7� S 7,q 70 ao Approved LPD Patches, Rank Insignia, and Service Stripes), Zipper Front, Metal Small "P" Buttons on Epaulets/Pocket Flaps/Shirt Front. Blauer Class Act #8460W SS Shirt, Dark Navy, Catalog Options. Z. 10 EA Must Include Options: Sewn Emblems (I.e. $ 7� 7o S 78 7 - Approved LPD Patches, Rank Insignia, and Service Stripes), Zipper Front, Metal Small "P" Buttons on Epaulets/Pocket Flaps/Shirt Front. Blauer Class Act #M50 LS Shirt, Dark Navy, Catalog Options: 3. 50 EA Must Include Options: Sewn Emblems (Le. S 8�75 $ 4-337sa Approved LPD Patches, Rank Insignia, and Service Stripes), Zipper Front, Metal Small "P" Buttons on EpauletsTocket Flaps/Shirt Front Blamer Class Act #8450W LS Shirt, nark Navy, Catalog Options: 4. 10 EA Must Include Options: Sewn Emblems (Le. $ 967 50 Approved LPD Patches, Rank Insignia., and �o Service Stripes), Zipper Fmt, Metal Small "P" Buttons on Epaulets/Pocket F[ Shirt Front Blauer Class Act #8560 Trouser, Dark Navy, 5. 100 EA Catalog Options. $ 7$ S 7gZ4 Must Include Options: Hemming. Blauer Class Act ##8560W Trouser, Dark 6. 10 EA Navy, With Catalog Options. $ 78 7s S 792 Must Include Options: Hemming. Blamer Outerwear #6120 3-Season Jacket, Black, With Catalog Options. 7. 50 EA Must Include Options: Sewn Emblems (Le. S ) 40 QO $ 70¢5.0-0 Approved LPD Patches, Black Background), Metal Small "P" Buttons on Epaulets/Pocket Flaps. Q. PLRCHAWaid D0anoerftQ*tW0i 1 ITB ii11-10138-RH, Off -The -Rack Uniforms for Lubbock Police Department -Annual Pricing Blauer Outerwear #9970-2 Supershell Jacket, Dark Navy, Catalog Options, Customization. 8, 25 EA Must Include Options: Sewn Emblems (Le. $ 3gOoo S 9 7 SO°`' Approved LPD Patches, Black Background), Include Customization: Reflective heat sealed 4"x10.5" POLICE Identification, back. Blaner Outerwear #6045, Black, Catalog Options, Customization. Must Include Options: Sewn Emblems (I.e. 9. 10 EA Approved LPD Patches, Black Background), $ Q y a $ ! a Metal'?" Buttons on Epaulets/Pocket Flaps. Include Customization: Reflective heat sealed 4"X10.5" POLICE Identification yellow side, back. Blauer Rainwear #26990 Rain Jacket 49", Black, Customization. 90 O 10. 30 EA Include Customization: Reflective heat sealed $ f 04' $ 3 2,'+ 7Q' 4"x10.5" POLICE Identification yellow side, back. Blaner Rainwear #26991 Rain Jacket 32", Black, Customization. 11. 5 EA Include Customization: Reflective heat sealed $ q L"5 $ ¢75 4"x 10.5" POLICE Identification yellow side, back 12. 150 EA Blauer Accessories #125 Watch Cap, Black. $ 10 � 00 $ 13. 100 EA Clip -On Tie, Dark Navy, Sizes Short X r2lL $ 5- 99 $ 14. 100 EA Small Metal "P" Buttons Silver/Gold ( zo 00 $ ! Z 15. t00 EA Hutton Toggle D o5 5,29 16. 100 EA Button Washer 0°S °O 17. 100 EA Button Ring 0 05 oa 1 S. 100 Insignia- LPD Patch, Black Background Merrowed Ede Insignia- Rank Chevron Patch, White or 19. 100 EA Dark Gold w/Black Background, Merrowed qs Z%So" Edge for Se east and CoM2ral 2 Insignia- Service Stripe(s) Patch, White or 20. 50 EA Dark Gold w/Black Background, Merrowed Son�ov Ed 1-6 Stripesr *PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed Unless otherwise sMified herein. the City may sward the bid either item-bv-item or on an all -or -none basin for any item or group of Items shown on the Bid Form.. PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of —.0_"/., net Z calendar days. Dtaconnb 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 successfiil bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs Iater. DiSc4ounts for prompt payment requiring payment by the City within a stipulated number of days will be intcrprstod as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or aft the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. Q:,rtrncxnsrNeDa„mwrt,rvtoa u0ii ITB #11-10138-RH, Off -The -Rack Uniforms for Lubbock Police Department -Annual Pricing MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone else, including its most favored 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 We of products/services of bier 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 offer 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 affective. DMRLOCAL PURCHASING (optional): The City desires to make available to other local gaverrrmcnial entities of the State of Texas, by mutual agreeruent with the successf d bidder, and properly authorized intedocal purchasing agreements as provided for by the Intefiocal 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 shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders frorn the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specdicatioat, and pricing would apply? 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, Teas Tech University, West Texas Municipal Power Agency, Lynn County, and City of Woifforth. YES V NO • If you (the bidder) checked YES, the following will apply: • Govcmmentd entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services 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 nl T S BID IS SUBMITTED BY o- PU 1 Sy Trl L a corporation organized under the laws of the State of T�4X A or a partnership consisting of or an individual trading as offtcityofWjf e-a— "as r j Firm: tio,rdls , -2-4 C Addteft: sop ii%ri n State ��G zip 15 6 G 2 M(WBE Firm: Woman Black American I INative Hispanic American Asian Pacific American I I Other By Officer Name and Authorized Representative - must sign by hand Pisan Print 2.3 2-Oil Business Telephone Number. `t a3 - l84 - 8 S otl FAX ?Q-3 ' 984 • A 9 AZ LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. 10 Q'VVRCKME%U DocuniWARu6 UOI I