Loading...
HomeMy WebLinkAboutResolution - 2023-R0422 - Contract 17361, Premier Waterworks - 09/12/2023Resolution No. 2023-R0422 Item No. 5.16 September 12, 2023 1tESOLUTION 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, Service Contract No. 17361 for water inventory items — annual pricing as per ITB 23-17361-SB, by and between the City of Lubbock and Premier Waterworks, Inc., of Lubbock, TX, 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 Se�tember 12 2023 ____ ___ _. ATTEST: Courtney Paz, City Secretary APPROVED AS TO CONTENT: � D. u Kos ich, Chief Financial Officer APPROVED AS TO FORM: r 1 - - v K li Leisure, Senior Assistant City Attorney ccdocslRES.ServiceContract 17361 Premier Waterworks 8.4.23 Resolution No. 2023-R0422 City of Lubbock Contract for ITB 23-17361-SB Water Inventory Items — Annual Pricing Contract 17361 THIS CONTRACT made and entered into this 12 day of September . 2023, by and between the City of Lubbock ("City"), and Premier Waterworks, Inc. ,("Contractor"). WITNESSETH: WHEREAS, the City of Lubbock duly advertised for bids for Water Inventory Items —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 Water Inventory Items — 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 specifications and Contractor's bid, copies of which are attached hereto and made part hereof, Contractor will deliver to the City, Water Inventory Items — Annual Pricing, and more specifically referred to 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 year extensions, said date of term beginning upon formal approval. This Contract will renew automatically for the additional terms, unless either Party gives 90-day written notice to terminate the Contract. 4. All stated annual quantities are approximations of usage during the time period to be covered by pricing established by this bid. Actual usage may be more or less. Order quantities will be determined by actual need. The City of Lubbock does not guarantee any speciiic amount of compensation, volume, minimum, or maximum amount of services under this bid and resulting contract. 5. The Contractor must maintain the insurance coverage required during the term of this contract including any extensions. It is the responsibility of the Contractor to ensure that valid insurance is on file with the Purchasing and Contract Management Department as required by contract or contract may be terminated for non-compliance. 6. A) Prices quoted shall be guaranteed for a period for six (6) months upon City approval. The rate may be adjusted at the City's discretion for the effective change in Consumer Price Index (CPI) or Product Price Index (PPI) as appropriate. B) Further, if the Contractor can provide documentation for actual charges for material, labor, etc. that demonstrates that the change in CPI or PPI is not sufficient, the Contractor shall provide such documentation to the City, and at the City's sole discretion, the contractual rate may be further adjusted. If agreement regarding a new rate cannot be reached, the City shall terminate at the end of the current contract period. C) If an adjustment to pricing is granted under this section, the Contractor must provide the Director of Purchasing and Contract Management written, quarterly documentation to justify the ongoing adjustment. If no such documentation is timely received, the rate will automatically revert to the initial, awarded rate. 7. This contract shall remain in effect until the first of the following occurs: (1) the expiration date, (2) performance of services ordered, or (3) 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. 8. 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. 9. 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 information 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 amount(s): Commercial General Liabilitv Requirements: $1 M occurrence /$2M aggregate (can be combined with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the most important of all insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage for contractual activities and for completed operations. Commercial General Liability to include Products — Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person). Automobile Liabilitv Requirements: $1 M/occurrence is needed Workers Comuensation and Emalover Liabilitv Reauirements: Statutory. If the vendor is an independent contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license.. Employer Liability ($1 M) is required with Workers Compensation. * The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured status on a primary and non-contributory basis on all liability policies except professional liabilities and workers' comp. * Waivers of Subrogation are required for CGL, AL, and WC. * To Include Products of Completed Operations endorsement. * Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-payment. * Carriers must meet an A.M. Best rating of A- or better. * Subcontractors must carry same limits as listed above. 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; 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 suffcient 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 1314 Avenue K, 9`h Floor 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. 10. 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. 11. The City reserves the right to exercise any right or remedy 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. 12. 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 refz.ind 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 from any payments due Contractor. 13. 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 terminate the contract, without termination charge or other liability, on 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 frst. 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 shall not be obligated under this contract beyond the date of termination. 14. 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 shall provide proof on insurance from the Subcontractor that complies with all contract Insurance requirements. 15. Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 16. The Contractor (i) does not engage in business with Iran, Sudan or any foreign terrorist organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas Government Code, as a company known to have contracts with or provide supplies or services to a foreign terrorist organization. As used in the immediately preceding sentence, "foreign terrorist organization" shall have the meaning given such term in Section 2252.151, Texas Government Code. 17. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contact as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 18. Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 19. By entering into this Agreement, Contractor verifes that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or frearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verifcation required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifes that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incunence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. 20. The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 21. The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 22. This Contract consists of the following documents set forth herein; Invitation to Bid No. 23- 17361-SB, Specifications, and the Bid Form. -----INTENTIONALLY LEFT BLANK----- 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 LUBB Tray Payne, ATTEST: ` Courtney Paz, City Secretary APP OVED AS TO CONTENT: Marta lvarez, Director of Purchasing and C ract Management CONTRACTOR BY � Authorized Representative ( it?.�S ��r.cvc rn 5m dc Print Name �l9dy �i� 1/-� Address �b mc�l� �1 �C �'`�I �to u City, State, Zip Code P VE AS TO FORM: � - elli Leisure, Senior Assistant City Attorney City of Lubbock, TX ITB 23-17361-SB Water Inventory Items — Annual Pricing Specifications 1. Introduction, Purpose and Intent: The intent of this Invitation for Bid (hereinafter referred to as ITB) is to solicit qualified vendors to enter a contract with the City of Lubbock (hereinafter referred to as the City) for water inventory items. The City is seeking a contract with one or more vendors. In order to secure sufficient coverage, the City may make multiple awards, selecting multiple vendors to provide the materials desired, if multiple awards are in the best interest of the City. A decision to make a multiple award of the bid, however, is an option reserved by the City, based on the needs. 2. Scope of Work Furnish and deliver water inventory items to the City. 3. Materials See Attachment A 4. Delivery Water inventory items shall be delivered to the following location: City of Lubbock Warehouse: 306 Municipal Drive, Lubbock, TX 79408 5. Term The contract shall be for a term of one (1) year, with the option of four (4), one year extensions, said date of term beginning upon formal approval. This Contract will renew automatically for the additional terms, unless either Parly gives 90-day written notice to terminate the Contract. All stated annual quantities are approximations of usage during the time period to be covered by pricing established by this bid. Actual usage may be more or less. Order quantities will be determined by actual need. The City of Lubbock does not guarantee any specific amount of compensation, volume, minimum, or maximum amount of services under this bid and resulting contract. The Contractor must maintain the insurance coverage required during the term of this contract including any extensions. It is the responsibility of the Contractor to ensure that valid insurance is on file with the Purchasing and Contract Management Department as required by contract or contract may be terminated for non-compliance. 6. Invoicing Invoices shall be as delivered to Department contact for each order: Paul Murillo, Warehouse Supervisor: PMurillo@mylubbock.us City of Lubbock, TX Purchasing and Contract Management Vendor Acknowledgement Form In compliance with the Invitation to Bid, the undersigned Bidder having examined the Invitation to Bid, instructions to bidders, General Conditions of the Agreement, 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 and agrees to deliver said items at the locations and for the prices set forth on the bid form and/or the bid table associated with this bid. A bid will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate bids, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. The Invitation to Bid is by reference incorporated in this cont'ract. Where applicable, prices are quoted as: F.O.B. Destination, Freight Pre-Paid and Allowed Where applicable, delivery days are: Days After Receipt of Order (ARO) Unless otherwise speci�ed 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. The City of Lubbock is seeking a contract for with one or more contractors. In order to assure adequate coverage, the City may make multiple awards, selecting multiple vendors to provide the products desired, if multiple awards are in the best interest of the City. A decision to make a multiple award of this Bid, however, is an option reserved by the City, based on the needs of the City. PAYMENT TERMS AND DISCOUNTS - Bid�ier offers a prompt payment discount of � %, 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 FAVORED 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 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? City of Lubbock Exhibit A ITB 23-17361-SB Water Inventory Items - Annual Pricing Bid Form 1'remier Waterworks, Inc. Total Cost: $893,548.97 Location Lubbock, TX QuanHty Delivery Required Days Unit Total # Items (+/-) UOM ARO Price Cost � - - -- - - x + - -T. #0-3 5-I/4"- 3 ft. bury fire hydrant hydrants , as 2 EA 1-2ldays $2,119.33 $4,238.66 specified in Attachment A #0-4 5-%," 3%: ft bury fire hydrant fire hydrants, as 1 EA 1-2 I days $2, I 69.66 $2,169.66 specified in Attachment A #0-5 5-I/4" 4ft bury fire hydrant fire hydrants, as 6 EA I-2ldays $2,220.00 $13,320.00 specified in Attachment A #0-6 5-1/4' -4-1/2' bury fire hydrants, as specified 35 EA 1-2ldays $2,270.33 $79,461.55 in Attachment A #0-30 I" Rehau Municipex pipe 100' coil, as 30 EA l-2days for in stock $154.00 $4,620.00 specified in Attachment A #0-31 2" Rehau Municipex pipe l00' coil, as I S EA I-2days for in stock $957.00 $14,355.00 specified in Attachment A #0-39 2 in. brass coupling - total inside to be 240 EA I-7days for in stock $ I 8.50 $4,440.00 threaded, as specified #0-40 6 in. Bell joint clamp for 6 in. Class 150 cast 1 EA 1-7days for in stock $149.00 $149.00 iron pipe, as specified in Attachment A #0-41 3-4 in. x 7-I/2in. full circle repair clamp, as 60 EA I-7days for in stock $63.61 $3,816.60 specified in Attachment A #0-45 IOin. x 15in. full circle double band repair 6 EA I-7days for in stock $229.99 $1,379.94 clamp, as specified in Attachment A #0-49 12in x 20in full circle single band repair 1 EA 1-7days for in stock $362.07 $362.07 clamp, as specified in Attachment A #0-50 2in. full circle repair clamp, as specified in l00 EA I-7days for in stock $50.45 $5,045.00 Attachment A #0-51 2in. full circle repair clamp, as specified in 80 EA 1-7days for in stock $54.80 $4,384.00 Attachment A #0-57 6 in. x 2 in. service saddle shall have a ductile 18 EA 1-7days for in stock $40.49 $728.82 iron body, as specified in Attachment A #0-58 8in. x 2in. service saddle, ductile iron body, as 24 EA I-7days for in stock $44.74 $1,073.76 specified in Attachment A #0-59 l0in. x 2in. service saddle, ductile iron body, 10 EA I-7days for in stock $59.00 $590.00 as specified in Attachment A #0-60 10 in. x I in. service saddle shall have a 20 EA I-7days for in stock $30.95 $619.00 ductile iron body, as specified in Attachment A #0-61 12in x 2in service saddle, ductile iron body, as 6 EA 1-7days for in stock $70.75 $424.50 specified in Attachment A #0-64 8" x l" service saddle, ductile iron body, as 120 EA 1-7days for in stock $37.51 $4,501.20 specified in Attachment A #0-84 3/4 in. 90 degree meter coupling, as specified l20 EA 1-7days for in stock $I430 $1,716.00 in Attachment A #0-86 1 in. x 3-1/2 in. long meter coupling straight, 800 EA 1-7days for in stock $20.84 $16,672.00 as specified in Attachment A #0-104 5/8 x'/. in. meter resetter with valve 9 in. in 80 EA 1-2ldays $93.50 $7,480.00 height, as specified in Attachment A #0-105 5/8 x 3/4 in. meter resetter with valve 12 in. 72 EA 1-2ldays $96.80 $6,969.60 height, as specified in Attachment A #0-108 3/4in. female flange union, as specified in 2 EA I-2ldays $18.00 $36.00 Attachment A City of Lubbock ITB 23-17361-SB Water Inventory Items - Annual Pricing Bid Form Premier Waterworks, Inc. Total Cost: $893,548.97 Location Lubbock, TX Quantity Delivery Required Days Unit Total # Items (+/-) UOM ARO Price Cost � -- - - • . _ --- - - - - - �- #0-1 I 1 3/4in. 90 deg. brass adapters, as specified in 6 EA I-2ldays Attachment A #0-I 17 I" three part union coupling, as specified in 20 EA I-7days for in stock Attachment A #0-127 8" mechanical joint restraining gland, as 6 EA I-7days for in stock specified in Attachment A #0-128 6" mechanical joint restraining gland, as 30 EA I-7days for in stock specified in Attachment A #0-130 4" x 3/4" service saddle, as specified in 6 EA I-7days for in stock Attachment A #0-131 4" x 1" double strap service saddle, as 160 EA I-7days for in stock specified in Attachment A #0-147 I inch 90 degree brass adapters, as specified 160 EA 1-2ldays in Attachment A #0-I S l 6" x'/." double shap tapping saddle, as 6 EA I-7days for in stock specified in Attachment A #0-152 6" x 1" service saddle, as specified in I80 EA 1-7days for in stock Attachment A #0-153 4" mechanical joint restraining gland, as I50 EA l-7days for in stock specified in Attachment A #0-154 6" mechanical joint restraining gland, as 340 EA 1-7days for in stock specified in Attachment A #0-155 8" mechanical joint restraining gland, as 89 EA I-7days for in stock specified in Attachment A #0-157 4" x 12" full circle clamp, as specified in 20 EA I-7days for in stock Attachment A #0-176 4" quantum coupling, as specified in 30 EA I-7days for in stock Attachment A #0-177 6" quantum coupling, as specified in 24 EA 1-7days for in stock Attachment A #0-178 8" quantum coupling, as specified in 4 EA 1-7days for in stock Attachment A #0-179 10" quantum coupling, as specified in 4 EA 1-7days for in stock Attachment A #0-180 12" quantum coupling, as specified in 8 EA 1-7days for in stock Attachment A #0-182 6" x 30" single band full circle clamp, as 1 EA 1-7days for in stock specified in Attachment A #0-183 8" x 30" single band full circle clamp, as 1 EA l-7days for in stock specified in Attachment A #0-184 l0" x 30" single band full circle clamp, as l EA l-7days for in stock specified in Attachment A #0-185 l2" x 30" single band full circle clamp, as 1 EA 1-7days for in stock specified in Attachment A #0-187 2 x 12 %: full circle clamp, as specified in 40 EA l-7days for in stock Attachment A #0-188 2%< x 2%z full circle clamp, as specified in 10 EA I-7days for in stock Attachment A #0-191 I" x I" meter resetter, as specified in 40 EA 1-21day��, Attachment A $ I 5.00 $90.00 $32.00 $42.26 $28.13 $30.15 $640.00 $253.56 $843.90 $180.90 $30.I5 $4,824.00 $25.42 $4,067.20 $32.85 $197.10 $32.85 $28.95 $35.18 $52.03 $l I L71 $121.47 $171.27 $199.84 $410.47 $488.62 $315.72 $358.05 $466.08 $528.41 $89.56 $94.35 $244.83 $5,913.00 $4,342.50 $ I 1,961.20 $4,630.67 $2,234.20 $3,644.10 $4, l 10.48 $799.36 $1,641.88 $3,908.96 $315.72 $358.05 $466.08 $528.41 $3,582.40 $943.50 $9,793.20 City of Lubbock ITB 23-17361-SB Water Inventory Items - Annual Pricing Bid Form Premier Waterworks, Inc. Total Cost: $893,548.97 Location Lubbock, TX Quantity Delivery Required Dsys Unit Total # Items (+/-) UOM ARO Price Cost - ;�; - _ ._ - ... - •-- • . - _ #0-192 I I/2" x 2 7/8" straight meter coupling, as 320 EA I-7days for in stock $45.00 $14,400.00 specified in Attachment A #0-193 2" x 3 I/16" straight meter coupling, as 480 EA l-7days for in stock $59.00 $28,320.00 specified in Attachment A t10-194 6" x 12-1/2" full circle clamp, as specified in 4 EA 1-7days for in stock $130.77 $523.08 Attachment A #0-195 8" x 12-1/2" full circle clamp, as specified in l2 EA 1-7days for in stock $157.49 $1,889.88 Attachment A #0-196 l0" x 12-1/2" full circle clamp, as specified in 2 EA 1-7days for in stock $193.18 $386.36 Attachment A #0-207 I 1/2" brass 90 degree street elbow, as 20 EA 1-7days for in stock $ I 8.95 $379.00 specified in Attachment A #0-213 Square Box DFW38FWP-18-AFIMQFI, as 700 EA I-2ldays $I53.00 $107,I00.00 specified in Attachment A #0-214 Rectangular Box DFW 1324C-18-AFIMF, as 700 EA I-2ldays $166.00 $116,200.00 specified in Attachment A NO-215 8" uniflange (or e-z Flange) adapter no. 1008, I EA I-7days for in stock $63.00 $63.00 as specified in Attachment A #0-216 6" uniflange (or e-z) flange, as specified in I EA I-7days for in stock $46.00 $46.00 Attachment A #0-227 4" 45 degree cast iron water main bend, as 10 EA I-7days for in stock $8336 $833.60 specified in Attachment A #0-228 6" 45 degree cast iron water main bend, as 3 EA I-7days for in stock $118.10 $354.30 specified in Attachment A #0-229 8" 45 degree cast iron water main bend, as 6 EA l-7days for in stock $159.80 $958.80 specified in Attachment A #0-232 6" 90 degree cast iron wa[er main bend, as 6 EA I-7days for in stock $137.09 $822.54 specified in Attachment A #0-233 8" 90 degree cast iron water main bend, as 4 EA l-7days for in stock $186.18 $744.72 specified in Attachment A #0-234 4" 90 degree cast iron water main bend, as 8 EA I-7days for in stock $93.55 $748.40 specified in Attachment A #0-242 8 x 4in. cast iron water main reducer, as 1 EA I-7days for in stock $116.25 $1 16.25 specified in Attachment A #0-243 10 x 8 cast iron water main reducer, as 1 EA I-7days for in stock $169.00 $169.00 specified in Attachment A #0-246 8 x 6 cast iron water main reducer, as 4 EA l-7days for in stock $124.12 $496.48 specified in Attachment A #0-247 4 x 3in. cast iron water main reducer , as 2 EA l-7days for in stock $8336 $166.72 specified in Attachment A #0-248 6 x 4in. cast iron water main reducer, as 4 EA I-7days for in stock $93.09 $372.36 specified in Attachment A #0-251 6 x 4in. stainless steel tapping sleeve, as 8 EA l-7days for in stock $436.00 $3,488.00 specified in Attachment A #0-252 6 x 6in. stainless steel tapping sleeve, as 2 EA l-7days for in stock $498.00 $996.00 specified in Attachment A #0-253 8 x 4in stainless steel tapping sleeve, as 2 EA I-7days for in stock $479.00 $958.00 specified in Attachment A #0-254 8 x 6in stainless steel tapping sleeve, as 8 EA 1-7days for in stock $550.00 $4,400.00 specified in Attachment A City of Lubbock ITB 23-17361-SB Water Inventory Items - Annual Pricing Bid Form Premier Waterworks, lnc. Total Cost: $893,548.97 Location Lubbock, TX Quantity Delivery Required Days Unit Total # Items (+/-) UOM ARO Price Cost - ; ry.; �- -- -- -- _- - -.. ... - ..-- - - - - - —� #0-262 6in x 4in stainless steel tapping sleeve, as 6 EA I-7days for in stock $445.27 $2,671.62 specified in Attachment A #0-263 6in x 6in stainless steel tapping sleeve, as 2 EA I-7days for in stock $510.00 $1,020.00 specified in Attachment A #10-274 8 x 4in cast iron water main tee, as specified I EA I-7days for in stock $215.00 $215.00 in Attachment A #0-288 3/4" corporation stop; full port, as specified m 40 EA I-7days for in stock $32.62 $1,304.80 Attachment A #0-289 1" corporation stop; full poR, as specified m 600 EA I-7days for in stock $4732 $28,392.00 Attachment A #0-290 2" corporation stop 2 in. full port ball valve, 200 EA 1-7days for in stock $214.00 $42,800.00 as specified in Attachment A #0-291 2" corporation stop 2 in. full port ball valve, 60 EA I-7days for in stock $228.00 $13,680.00 as specified in Attachment A #0-292 3/4" curb stop: 314 in. full poR ball valve, as 240 EA I-2ldays $56.97 $13,672.80 specified in Attachment A #0-293 1" curb stop; l in full port ball valve, as 550 EA 1-2ldays $89.81 $49,395.50 specified in Attachment A #0-294 3/4" curb stop; 314 in full port ball valve, as I50 EA 1-2ldays $69.00 $I0,350.00 specified in Attachment A #0-295 1" curb stop; l in. full port ball valve, as 30 EA I-2ldays $87.00 $2,610.00 specified in Attachment A #0-296 1" riser cutoffvalve, as specified in 20 EA 1-2ldays $79.00 $1,580.00 Attachment A #0-297 3/4" riser cutoff valve, as specified in 120 EA 1-2ldays $40.15 $4,818.00 Attachment A #0-298 2" ball valve- Ford bl 1-777wr, as specified in 200 EA I-2ldays $233.00 $46,600.00 Attachment A #0-303 2" corp (m-m), as specified in Attachment A 1 EA 1-7days for in stock $243 95 $243.95 #0-304 3/4" curb stop (ip to ip) CTS, as specified in l EA I-7days for in stock $63.67 $63.67 Attachment A #0-305 1" curb stop (c to fip), as specified in I EA l-7days for in stock $95.90 $95.90 Attachment A #0-307 2" curb stop (CTS by ips), as specified in l EA I-7days for in stock $281.00 $281.00 Attachment A #0-310 Gate valve, 8 in., flanged end, non-rising stem l EA l-7days for in stock $1,170.00 $►,170.00 , as specified in Attachment A #0-31 I Gate valve, 3 in., flanged cast or ductile iron 2 EA I-7days for in stock $500.00 $I,000.00 body, as specified in Attachment A #0-312 Gate valve, 4 in., flanged cast or ductile iron 2 EA I-7days for in stock $570.53 $ I,141.06 body, as specified in Attachment A #0-313 Gate valve, 6 in., flanged cast or ductile iron l EA l-2days for in stock $760.69 $760.69 body, as specified in Attachment A #0-316 Gate valve, 4 in. mechanical joint, as specified 6 EA I-7days for in stock $550.06 $3,30036 in Attachment A #0-317 Gate valve, 6 in., mechanical joint, as I EA l-2days for in stock $735.54 $735.54 specified in Attachment A #0-319 Gate valve, 8 in., mechanical joint, as 2 EA 1-7days for in stock $1,134.62 $2,269.24 specified in Attachment A City of Lubbock ITB 23-17361-SB Water Inventory Items - Annual Pricing Bid Form Premier Waterworks, Inc. Total Cost: $893,548.97 Location Lubbock, TX Quantity Delivery Required Days Unit Total # Items (+/-) UOM ARO Price Cost �-. -.- • - _, .. � #0-321 Gate valve, 3 in., mechanical joint, as 2 EA 1-7days for in stock $515.91 $1,031.82 specified in Attachment A #0-322 Gate valve, 4 in., mechanical joint, as 20 EA 1-7days for in stock $581.04 $ I 1,620.80 specified in Attachment A #0-323 Gate valve, 6 in., mechanical joint, as 24 EA 1-7days for in stock $725.00 $17,400.00 specified in Attachment A #0-324 Gate valve, 8 in., mechanical joint, as 15 EA 1-7days for in stock $1,150.00 $17,250.00 specified in Attachment A #0-325 Gate valve, 10 in., mechanical joint, as 2 EA 1-7days for in stock $1,790.00 $3,580.00 specified in Attachment A #0-326 Gate valve, 12 in., mechanical joint, as 4 EA 1-7days for in stock $2,250.00 $9,000.00 specified in Attachment A #0-327 Tapping valve, 4 in. MJ, cast or ductile iron 24 EA 1-7days for in stock $750.00 $18,000.00 body, as specified in Attachment A #0-328 Tapping valve, 6 in. MJ, cast or ductile iron 35 EA 1-7days for in stock $1,055.00 $36,925.00 body, as specified in Attachment A #0-329 Tapping valve, 8 in MJ, cast or ductile iron 8 EA 1-7days for in stock $1,555.00 $12,440.00 body, as specified in Attachment A #0-330 Tapping valve, IO in. MJ, cast or ductile iron l EA 1-7days for in stock $2,375.00 $2,375.00 body, as specified in Attachment A Total Cost: $893,548.97 Other governmental entiHes 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 Wolfforth. YES 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. ADDENDA Bidder acknowledges receipt of addenda issued in regazd to this solicitation: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date INSURANCE REQUIREMENTS I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non-Federal entities from contracting with or making sub-awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non-procurement transactions (e.g., sub-awards to sub- recipients). Contractors receiving individual awards of $25,000 or more and all sub-recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (1 S) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Secrion 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certiiies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (1) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company, or affliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company 6as 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifes that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifes that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutoty duties related to the issuance, incurrence, or management of debt obligarions or the deposit, custody, management, borrowing, or investment of funds. FEDERAL AND STATE SAFETY REGULATIONS Contractor shall comply with all federal and state safety regulation including but not limited to Occupational, Safety and Health Administration (OSHA) and the Department of Workforce Development (DWD) regulations. This agreement includes incorporation of Federal Transit Administration (FTA) Terms. The preceding provisions include, in part, certain Standard Terms and Conditions required by the Department of Transportation (DOT), whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any requests which would cause Bus to be in violation of the FTA terms and conditions. All Environmental Protection Agency (EPA) rules and regulations must be followed by the Contractor. MASTER AGREEMENT For Federal Transit Administration Agreements authorized by 49 U.S.C. chapter 53, Title 23, United States Code (Highways), the Safe, Accountable, Flexible, Eff'icient Transportation Equity Act: A Legacy for Users, as amended by the SAFETEA-LU Technical Corrections Act of 2008, the Transportation Equity Act for the 21st Century, as amended, the National Capital Transportation Act of 1969, as amended, the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, February 17, 2009, or other Federal laws that FTA administers. https //www transit dot Qov/fundintJQrantee-resources/sample-fta-a�reements/fta-arant-aQreements The Master Agreement can be found in its entirety on the City of Lubbock website www.ci.lubbock.tx.us INCOMPLETE INFORMATION Failure to complete or provide any of the information requested in this Request for Proposal, including references, and/or additional information as information as indicated, may results in disqualification by reason of "non-responsiveness". CONTRACTOR ACKNOWLEDGEMENT In compliance with this solicitation, the undersigned bidder, having examined the bid documents, instructions to bidders, documents associated with the invitation to bid, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certificallon • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 • Federal and State Regulations • Master Agreement SUBMISSION INFORMATION An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in bid rejection. THIS BID IS SUBMITTED BY i�'Lrn t� W+¢''�'v` �'/`r�S corporation organized under the laws of the State of �'���-S , or a partnership consisting of individual trading as the City of LC,/��br�c�l� Tax ID No.: �-S'a-�/ �-�-�'y�- Address: ��Ol./ ��/,� {L} City: ��,�avC,�L State: 7� Zip: �I�O�-rl M/WBE Firm:l I Woman I�. Black American American Asian Pacific American Please complete the information below. Authorized Representative - must sign by hand Officer Name and Title: � Native American Other (Snecifvl Date: Business Telephone Number a�G -�J - 9'�v FAx: �eG- � -�s/� � E-mail Address: d Y► � �✓y!�-° 0�` �f W• Gcs wt CERTIFICATE OF INTERESTED PARTIES FORnn 1295 iori Complete Nos. l- 4 and s it there are interested parties. OFFICE USE ONLY Complete Nos. l, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entiry filing form, and the city, state and country of the business entity's place Certificate Number: of business. Premier Waterworks, Inc 2023-1050464 Lubbock, TX United States Dace Filed: 2 Name of governmenta entity or state agency that is a party to the contract (or whfch the form is 07/25/2023 being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description oi the services, goods, or other property to be provided under the contract. 23-17361-SB Water Inventory Items 4 Nature of interest Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 UNSWORN DECLARATION My name is �_/ t �j,q,yy��ie ,�, , and my date of birth is / , My address is .��j /'�/ ��� m - � /r���, .�. 3r , �s�. (streeq (citYl (state) (zip code) (country) I declare under penalty ot perjury that the foregoing is true and correct. Executed in ,,�7��� Counry, State of , on ihe� of �, 2p�•�. (month) (year) Signature of authorized agent of contracting business entiry (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.a18ea2ca CERTIFICATE OF INTERESTED PARTIES FORnn 1295 lofl Complete Nos. i- 4 and 6 if there are interested parties. OFFICE USE ONLY Camplete Nos. l, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the city, state and country of the business entity's place CertiFcate Number: of business. 2023-1050464 Premier Watervvorks, Inc Lubbock, TX United States �ate Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 07/25/2023 being filed. Ciry of Lubbock Date Acknowledged: 07/25/2023 g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 23-17361-SB Water Inventory Items 4 Nature of interest Name of Interested Party City, State, Country (place of business) (check appltcable) Controlling Intermediary 5 Check only if there is NO Interested Paity. � X 6 UNSWORN DECLARATION My name is , and my date of birth is My address is , , (street) (cily) , (state) , (zip code) (country) I declare under penalty of pery'ury that the foregoing is true and correct. Executed in County, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entiry (Deciarant) Forms provided bv Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.a18ea2ca