HomeMy WebLinkAboutResolution - 2011-R0545 - Contract - Watermaster Irrigation Supply Inc.- Irrigation Parts And PVC Supplies - 12_01_2011Resolution No. 2011-RO545
December 1, 2011
Item No. 5.16
RESOLUTION
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
Kecute for and on behalf of the City of Lubbock, Contract No. 10276-2 for irrigation
arts and PVC supplies, by and between the City of Lubbock and Watermaster Irrigation
upply, Incorporated, and related documents. Said Contract is attached hereto and
icorporated in this resolution as if fully set forth herein and shall be included in the
iinutes of the City Council.
by the City Council on December 1, 2011
4W.0 f 9 ��
TOM MARTIN, MAYOR
TTEST:
a Garza, City Secretary
VED AS TO
cott Snider, Assistant City Manager
Iommunity Services
OVED AS O FORM:
Weaver, Assistant City Attorney
ccdocs/RES,Contract-Watermaster Irrigation Supply, Inc.
obey 31, 2011
Resolution No. 2011-RO545
CONTRACT NO. 10276-2
CITY OF LUBBOCK, TX
CONTRACT FOR
IRRIGATION PARTS AND PVC SUPPLIES — ANNUAL PRICING
THIS CONTRACT, made and entered into this I" day of December, 2011, pursuant to a resolution
heretofore adopted by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and
Watermaster Irrigation Supply, Inc., ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Irrigation Parts and PVC
Supplies — 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 authorized
the execution, in the name of the City of Lubbock a contract with said Contractor covering the
purchase and delivery of the said Irrigation Parts and PVC Supplies — Annual Pricing.
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 general conditions and Contractor's bid, copies of which are attached
hereto and made part hereof, Contractor will provide to the City, Irrigation Parts and PVC
Supplies — Annual Pricing at a discount percentage off of the list price, and more specifically
referred to as item(s) 1-4, 7-34, and 36-51 on the bid submitted by the Contractor attached
hereto.
2. The contract term shall be a term of one year beginning upon City Council date if formal
approval. The City and the Contractor may, upon written mutual consent, extend the contract for
(4) additional one-year periods.
3. This contract shall remain in effect until the expiration date, performance of services ordered,
or termination of by either party with a thirty (30) day written notice. Such written notice must
state the reason for cancellation.
4. Contractor shall at all times be an independent contractor and not an agent or representative of
the City with regard to performance of the contract.
5. Contractor shall not represent that it is, or hold itself out as, an agent or representative of the
City. In no event shall Contractor be authorized to enter into any agreement or undertaking for
or on behalf of City.
6. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City, 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 the 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.
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. This Contract consists of the following documents set forth herein; Invitation to Bid No. 1I-
10276-C1, General Conditions, 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:
Toni Martin, Mayor
ATTEST:
Reb ca Garza, City Secreta
6
APPROVED AS TO CONTE T:
.S �ffftS
Scott Snider, Assistant City Manager
APPROVE AS TO FORM:
Assistant City Attorney
CONTRACTOR:
BY
Aut rized Representatives tgnature
J C r'J
Print Name
Address
City, State, Zip Code
Resolution No. 2011-RO545
[TB Irrigation Parts & PVC Supplies Bid No, 11-10276-0
City of Lubbock, Texas
Purchasing and Contract Management
BID FORM
In compliance with the Invitation to Bid 11-10276-C1, 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 1 1-10276-C1 is by reference incorporated in this
contract. The Bid Form must be completed in blue or black ink or by typewriter.
ITEM
DESCRIPTION
PERCENTAGE OF
DISCOUNT OFF LIST
PRICE
SERVICE
FEE FOR
DELIVERY*
RESTOCKING
FEE FOR
RETURNED
PARTS
Delivery
Days
ARO**
1.
All Spears Wholegoods
40% Discount
$0.00
$0.00
I TO 14
2.
All Spears Repair Parts
40% Discount
$0.00
S0.00
I TO 14
3.
All Lasco Wholegoods
25% Discount
$0.00
$0.00
1 TO 14
4.
All Lasco Repair Parts
0% Discount
$0.00
$0.00
l TO 14
5.
All DWV Wholegoods
No Bid
S0,00
$0.00
I TO 14
6,
All DWV Repair Parts
No Bid
$0.00
$0.00
t TO 14
7.
All Febco Wholegoods
50n10 Discount
$0.00
S0,00
l TO 14
8.
All Febeo Repair Parts
1 l.9%Discount
S0.00
$0.00
1 TO 14
9
All Rainbird
Wholegoods
52% Discount
$0.00
$0.00
1 TO 14
10,
All Rainbird Repair Parts
52% Discount
$0.00
$0.00
1 TO 14
11.
All Hunter Wholegoods
55.1 % Discount
$0.00
$0.00
1 TO 14
12.
All Hunter Repair Parts
55.I% Discount
$0.00
$0.00
l TO l4
13.
All Eagle Wholegoods
No Bid
$0.00
$0.00
l TO 14
14.
All Eagle Repair Parts
No Bid
$0,00
$0.00
1 TO 14
15.
All ADS Wholegoods
SEE NOTES
$0.00
$0.00
I TO 14
16.
All ADS Repair Parts
SEE NOTES
$0.00
$0,00
l TO 14
17.
All TORO Wholegoods
51.2% Discount
$0.00
$0,00
1 TO 14
18.
All TORO Repair Parts
4 1 % Discount
$0,00
$0,00
1 TO 14
19.
All Bermad Wholegoods
35% Discount
$0.00
$0.00
1 TO 14
20.
All Bermad Repair Parts
2.5% Discount
$0.00
$0,00
1 TO 14
ITS Irripwo Ports & PVC Supplies Bid No. I1-10276-Q
PERCENTAGE OF
SERVICE
RESTOCKING Delivery
DISCOUNT OFF LIST
FEE FOR
FEE FOR Days
ITEM
DESCRIPTION
PRICE
DELIVERY'
RETURNED ARO**
PARTS
21,
All Irritrol Wholegoods
55.1% Discount
$0.00
$0.00 1 TO 14
22.
All Irritrol Repair Parts
58.25% Discount
$0.00
$0.00 I TO 14
23.
All Weathermatic
R SERIES - 50.2%
$0.00
$0.00 1 TO 14
Wholegoods
C SERIES - 47.7%
24
AN Weathermatic Repair
40% Discount
$0.00
$0.00 1 TO 14
Parts
25
All RainMaster
SEE NOTES
$0.00
SO.00 1 TO 14
Wholegoods
26
inMaster Repair
SEE NOTES
$0.00
$0.00 1 TO 14
PAID
All Netifi n Wholegoods
27.
(must be able to provide
45% Discount
$0.00
$0.00 I TO 14
w/o check valve
28.
All Netifnn Repair 'Parts
45% Discount
$0.00
$0.00 1 TO 14
All Valve Boxes (various
29.
sizes, manufacturers, and
52% Discount
$0.00
$0.00 1 TO 14
lockable
30
i 8/ 13 Multi -Strand
SEE NOTES
$0.00
$0.00 1 TO 14
Irrigation Control Wire
31.
14 ga. Red Wire
SEE NOTES
WOO
SO.00 1 TO 14
32.
12 ga. Solid White Wire
SEE NOTES
$0.00
$0.00 1 TO 14
33.
All Hotboxes (various
2%Discount
Actual Freight
$0.00 1 TO 14
sizes and manufacturers)
Charges
All Data Industrial Flow
34.
Sensors to include wire
SEE NOTES
$0.00
$0.00 1 TO 14
35.
All ADS Wholegoods
SEE NOTES
$0.00
$0.00 1 TO 14
36.
All ADS Repair Parts
SEE NOTES
WOO
$0.00 1 TO 14
37
All Quaintam Metal
NO BID
$0.00
$0.00 1 TO 14
Gasket Couplings
38.
All Nelson Wholegoods
0% Discount
$0.00
$0.00 I TO 14
39.
All Nelson Repair Parts
0% Discount
$0.00
$0.00 l TO l4
40.
All Digg Wholegoods
52% Discount
$0.00
$0.00 1 TO 14
41.
All Digg Repair Pants
40% Discount
$0.00
$0.00 1 TO 14
All Greenlee
42
Wholegoods
10% Discount
$0.00
$0.00 1 TO 14
43
All Midwest
10% Discount
$0.00
$0,00 1 TO 14
Wholegoods;
All Buckner
44
Wholegoods;
50%Discount
$0.00
$0.00 1 TO 14
rrB lrtiption Parts & PVC Supplies Bid No. I 1-10276-CI
PERCENTAGE OF
SERVICE
RESTOCKING
Delivery
DISCOUNT OFF LIST
FEE FOR
FFE FOR
Days
ITEM
DESCRIPTION
PRICE
DELIVERY'
RETURNED
ARO**
PARTS
45.
All Buckner Repair Parts
37.5% Discount
$0,00
$0.00
l TO 14
46.
All Champion
50% Discount
$0.00
$0.00
1 TO 14
Whole Dods
47
Champion Repair
37.5% Discount
$0.00
$0.00
1 TO 14
pAll
48
All Class 900 PVC Pipe
SEE NOTES
$0.00
$0.00
1 TO 14
and Fittin
49.
All Class 200 PVC Pipe
SEE NOTES
$0.00
$0.00
1 TO 14
and Fit
50,
All SCH.40 PVC Pipe
SEE NOTES
$0.00
$0.00
l TO 14
and Fittings
51.
All SCH.80 PVC Pipe
SEE NOTES
$0.00
$0.00
1 TO 14
and Fittings
All Irrigation Plumbing
Supplies, including but
52.
not limited to: PVC
45% DISCOUNT
$0.00
$0.00
1 TO 14
Cement, Primer, Teflon
Tape, Wire Splice Kits.
53,
All Polypipe and Fittings
SEE NOTES
$0.00
$0.00
l TO 14
*Service Fee for Delivery shall be a flat rate for delivery within a 25-mile radius of the City of Lubbock.
**Days After Receipt of Order (ARO)
In order to be considered for the award of this bid, bidders most meet the following criteria:
1. Most be a stocking dealer of the items bid.
2. Distribution office must be within a 25-mile radius of the City of Lubbock, Texas.
Unless otherwise specified herein, the City may award the bid either item -by —item or on an all -or -none basis for any
item or group of items shown on the bid.
rrB [niptiun Padq & PVC Supplier Bid No. 11-10276-0
PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of 0 %, nedO 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 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 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 shall 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`A
Other governmental entities that might have interests in this contract are F'renship 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 Wolfforth.
YES X NO
• 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 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.
ITB L rigation Parts & PVC Supplies Bid No, 1 1-10276-0
THIS BID IS SUBMITTED BY Watermaster Irrigation Supply, Inc a corporation organized under
the Iaws of the State of Texas , or a partnership consisting of
or an individual trading as Watermaster Irri as Lion of the City of Lubbock
Firm: Watermaster Irrigation Supply, Inc
Address: 6001 Marsha Sharp Freeway,
City: Lubbock State: Texas Zip 79464
Bidder acknowledges receipt of the following addenda:
Addenda No. Date
Addenda No. Date_
Addenda No. Date
Addenda No. Date
M/WBE
Firm:
Won=
Black American
Native American
Hispanic American
Asian Pacific
American
Other (Specify)
119
0
Authorized RepresenidF;;r-ni&st sign byhand
Officer Name and
Please Print
Business Telephone Number 80&797-9044 FAX: 806-797-3109
E-Mail Address: Jerom r , vatermasterirrigation.corr
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firaw7ndividual-
Date of Award by City Council (for bids over $25, 000): Date P.O./Contract Issued:
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMHER, THE CLOSING DATE AND TIME,
AND YOUR COMPANY NAME AND ADDRESS.