Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2024-R0111 - Contract 17809, With West Texas Mowing, Grounds Maintenance, Citizens Tower - 03/05/2024
Resolution No. 2024-ROl 11 Item No. 5.11 March 5, 2024 R-ESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Li.':)hock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Co171ract No. 17809 for Gi-o.tr_ds M.ii_aonance for Various City of Lubbock Facilities, as per ITB 24-17809-YB, by ar,d �C[�%CLm the City of Lubbock and West Texas Mowing, L1LC, of Plainview, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if hilly set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on SHELIA PATTERSON HARRIS, MAYOR PRO TEM Courtney Paz, Secretary APPROVED AS TO CONTENT: Brooke Witcher, Assistant City Manager A11'I'ROVI'D AS TO FORM: kc 1diael dlaoster, Assistant City Attorney cedocslURL"S.ServiceContract 17809 West Texas Mowing, LLC 2.22.24 Resolution No. 2024-RO111 City of Lubbock Contract for Grounds Maintenance for Various City of Lubbock Facilities Contract 17809 THIS CONTRACT made and entered into this 5th day of March , 2024, by and between the City of Lubbock ("City"), and West Texas Mowing LLC , ("Contractor"). WITNESSETH: WHEREAS, the City of Lubbock duly advertised for bids for Grounds Maintenance for Various City of Lubbock Facilities 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 Grounds Maintenance for Various City of Lubbock Facilities 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, Grounds Maintenance for Various City of Lubbock Facilities, and more specifically referred to as Items 1-1 through 10-1 on the bid submitted by the Contractor or in the specifications 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. The contract shall be for a term of one (1) year, with the option of four (4), one (1) year extensions, said date of term beginning upon formal approval. 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 specific 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, wl.icli shall he coniplcted by an agent authorized to bind the named underwriter(s) to the covera�-,cs, limit;. and t, rmlimtion provisions shown thereon, and which shall furnish and contain Al required infort i i ii t ion rel'crenced or indicated thereon. THE CITY SHALL HAVE NO DUTY TO PAY OR PERFOIZul UNDh;R THIS CONTRACT UNTIL SUCH CERTIFICATE SHALL HAVE BELA I) I : LIVERED TO THE CITY. SECT1 ON B. The Cit}° r,cscrves the right to review the insurance requirements of this section during the effeem e period of the contract and to require adjustment of insurance coverages and their limits when deemed necessary and pi-tident 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 reaso..al)le. deductibles in such amounts as are approved by the City, the Contractor shall obtain and maintain i.i lu 11 force and effect for the duration of this contract, and any extension hereof, at Contractor's sole exim)se, insurance coverage written by companies approved by the State of Texas and acceptable to the ( its. in the following type(s) and amount(s): Commercial General Liability Requirements: $lM 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 Liability Requirements: $1M/occurrence is needed. Workers Compensation and Employer Liability Requirements: 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. Pollution Liability Requirements: $500K occurrence / $1M aggregate. * 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 \v ithout expense, to the City and all endorsements thereto and may make any reasonable request for deletion, revision, or m()dification of particular policy terms, conditions, limitations, or exclusions (except «here policy provisions are established by law or regulation binding upon either of the parties hereto oi- the undenj. ritcr of aiw of such policies). Upon such request by the City, the Contractor shall exercise rc&i onalflc cffurts to accunipdsh such changes in policy coverages, and shall pay the cost thereof. Any costs «il: be paid by the Contractor. REQUIRED PROVISIONS The Contractor agrees that with respect to the above required insurance, all insurance contracts and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following required provisions: a. Name the City of Lubbock and its officers, employees, and elected representatives as additional insureds, (as the interest of each insured may appear) as to all applicable coverage; b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change; c. Provide for notice to the City at the address shown below by registered mail; d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees, and elected representatives for injuries, including death, property damage, or any other loss to the extent same may be covered by the proceeds of insurance; e. Provide that all provisions of this contract concerning liability, duty, and standard of care together with the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. NOTICES The Contractor shall notify the City in the event of any change in coverage and shall give such notices not less than 30 days prior the change, which notice must be accompanied by a replacement CERTIFICATE OF INSURANCE. All notices shall be given to the City at the following address: Marta Alvarez, Director of Purchasing & Contract Management City of Lubbock 1314 Avenue K, 9t' 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 refund the City the full amount of such overpayments within 30 days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City 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 first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on 30 days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of tennination. 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 terns 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 undci 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 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 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 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 verifies 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, incurrence, 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 car 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. 24- 17809-YB, 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. Cl -Y-07-M, BBO S PATTERSON HARRIS, MAYOR PRO TEM AT IT Co ey Paz, City ecretary APPROVED AS TO CONTENT: Colby VanGundy, Director of Parks and Recreation APPROVED AS TO FORM: Rachael Foster, Assistant City Attorney CONTRACTOR BY Z orized Representative 3-0 y S Print Name 1001 W i Address City, State, Zip Code Revised Specifications City of Lubbock, TX ITS 24-17809-YB Grounds Maintenance for Various City of Lubbock Facilities Revised Specifications Intent: To provide grounds maintenance, litter control, plant/tree maintenance, structural and site cleanliness at City of Lubbock Citizen's Tower, Municipal Court, Utilities Building, T.J Patterson Memorial Plaza and Parking Garage, and new Lubbock Police Department Headquarters; 1314 Ave K. 1. Turf Maintenance: a. Mowing of all turf areas, bagging of any grass clippings; edging of all turf areas along walkways and parking areas, removal of all edging debris from hardscape areas. All collected materials to be properly disposed to approved landfills. This activity is to be completed once in a seven (7) day cycle, 32 cycles March through October. 2. Overseeding: a. Fall Rye Seeding: Overseed in September with perennial rye grass seed at l0lbs/1,000sgft for all designated turf areas. This is to be followed by an increase in watering schedule until germination. b. Mowing should occur once on a fourteen (14) day cycle while waiting for grass to genninate. 3. Trash/Litter Removal: a. Trash/litter collection and removal from all turf areas, flower and shrub beds, tree wells and canopies, trash receptacles, "mutt -mitt" station reccpt<:c cs, ��allcways and parking areas. All trash/litter to be removed from the property bciore any mowing/trimming activities take place. This activity is to be completed once in a seven (7) day cycle, 52 cycles total. All collected materials to be properly disposed of. b. Three "mutt mitt' stations to be refilled with dog waste bags as needed, or at minimum once every cycle. 4. Planting Bed Maintenance: a. Maintenance schedule for November through February — Remove litter/tree leaves; remove failed plants; schedule necessary replantings; monitor plants for disease control/fertilizer needs; this activity is to be completed once in a fifteen (15) day cycle, 10 cycles total. b. Maintenance schedule for March through October — Remove litter/debris; remove failed plants; schedule necessary replantings; remove grasses/weeds/noxious plants/woody plants; ensure proper watering schedule; monitor plants for disease control/fertilizer needs; this activity is to be completed once in a seven (7) day cycle, 32 cycles total. 5. Woody Plant Maintenance: a. Maintenance schedule for November through February — Remove damaged limbs branches; inspect/replace failed tree wrapping; inspect/reset plant staking; remove dead trees; schedule necessary replantings; ensure proper watering schedule; monitor plants for disease control/fertilizer needs; this activity is to be completed once in a thirty (30) day cycle, 4 cycles total. b. Maintenance schedule for March through October — Remove damaged limbs/braliches; ensure proper watering schedule; monitor plants for disease control/fertilizer needs; this activity is to be completed once in a thirty (30) day cycle, 8 cycles total. 6. Irrigation Maintenance: a. Maintenance schedule for November through February — Conduct system audit/evaluation, replace damaged heads, repair/replace failed heads/valves; reset program for winter watering schedule; this activity is to be completed once in a thirty (30) day cycle, 4 cycles total. b. Maintenance schedule for March through October — Adjust watering schedule for growing season; inspect irrigation system for proper operation, schedule necessary repairs; this activity is to be completed once in a thirty (30) day cycle; 8 cycles total. 7. Hardscape Maintenance: a. Removal of all debris/trash/litter from walks and hardscapes; clean/scrub any tire marks; remove/patch any equipment scrapes or damage; this activity is to be completed once in a thirty (30) day cycle, 12 cycles total. 8. Chemical Controls: a. Herbicide: Chemical application schedule will consist of three (3) applications per year, as follows: i. January 15 / February 15 — Prodiamine 4L, 0.64oz per gal; 24D 1 oz/gal; Roundup 2oz/gal ii. May 15 / June 15 — 24D loz/gal; MSM Turf .25oz/acre iii. September 1 / September 30 — Prodiamine 4L, 0.64oz per gal; 24D 1 oz/gal b. All chemicals must be applied by a TDA licensed pesticide applicator. 9. Fertilizer: a. Fertilizer application schedule will consist of three (3) applications per year, as follows: i. March 15 / April 15 — 15-5-10 at 15lbs/1,000 sqft ii. June 15 / July 15—15-5-10 at 15lbs/1,000 sqft in. November 1 / November 30 — 15-5-10 at 15lbs/1,000 sqft 10. Lighting Maintenance: a. Monitor all bed lighting, display lighting and area lighting for failed lamps, damaged fixtures, and repair needs; this activity to be completed once in a thirty (30) day cycle basis, 12 cycles total. 11. Preventative Maintenance: a. Ensure all personnel are trained/oriented to reduce unnecessary vehicle/equipment operation on all hardscapes to reduce tire/equipment marks on all hardscapes. I U 7-mm Vt' lmmq M 1401 Avenue K, Lubbock, TX 7940 I , I 4c V KA'm IR I Citizen's Tower-1314 Avenue K, Lubbock, TX 79401 Municipal Court Buildings- 1214 14th St, Lubbock, TX 79401 8 1 ; �srx: a 1 � S S S � Municipal Court Building Citizens Tower j brick pavers lawn relocated NAIADS statues integral colored E __• 'III � concrete {t bike rack' bench sesquicentennial bell flag pole - --- Parking Garage lawn ` brick pavers t bench - " future sculpture area .q:.y.,.y,��.��_y.a.=yFpL� YiRt»� � �pi�MlfCt! 'lX'•.•�bYiA.J 6'Ra•]�1Z'.4�I�1N®'1 W�iY�V.T0 mui I:SC"]LY'd CLtiY'i RY,A © Avenue K A, Police HQ 8� N I0 120' 140' I8Q' City of Lubbock 14th Street Plaza and East Green Project ��1'�(hlO� Lubbock, TX July 2022 SPECIALTY PAVING REQUIREMENTS �L .�� _. 15T11 S: R�ET iL i i f I � 1 I I i = i ! 1 -_-REF. L_101. t.L _W. L-10-101 R_=F.l-lO], L-f0:. 4106. L-IW � I I � i I I I � I � 16T1I STFEET �1 OVERALL LANDSCAPE PLAN Parkhill t m a m N U Overall Landscape Plan L-7 00 MATrHLINff. REF, l 1 LLVOSCAPE Al PLAN «11 MH ISM STREET KEY NOTES Parkhill 15, t m a b N Z Q1 _V O d ,Lubbock ulr a <yu.a ttdf 11SSfcM r.u. Landscape Annotation Plan L-101 KFY NOTES N® LEGEND MATCHLINE REP. -101 ----——————— — —— _!ml_filflllm[RIL•Tlmim:aim,mi$[m'NLLm➢l1Lfm ©I y(rj AP {{ AP AP AP VAN AP Ap i m I 0- u --mium Mwimnummut:11=7 © I � —e-e� I I a I I i II o- L77MIMIMLI 'i . i r. :: III[I I I I I..— _— .. 7M77 5 16TH STREET I\ l® At LANDSCAPE ANNOTATION PLAN Parkhill T Gl Ca Ca 7 6 'a N 2 U O d '.yl.uhlio�lt Landscape Annotation Plan L-102 Ej L —1 ,J� i5rH 5TREEt TANTXCHUINE REF. GENERAL LAYOUT NOTES .. . ....... =61 T. cr -0 m cu O IL VI,- -b6&ck landscape Layout Plan L-103 MATCHLME [GiR STREET LANDSCAPE LAYOUT PLAN GENERAL LAYOUT NOTES LEGEND d i1f 7 6 .a L6 d d V 0 IL �Lubliock ura�w.e-� UM 1W16PeN Neba, iw 2 Landscape Layout Plan L-104 IRRIGATION 51;"F DULL IKRIUA I ION KLY NO I Lb goo 16" =Z-1--l- 12- .......... — 49 Fi ENE IL-7.14, mr, LAME Parkhill rem 7,, tr Q .2 0 a. fL'-,,b6Xq:jS Landscape lrrlgatlon Plan L-1 05 MATCHLINE IRRIGATION SCHEDULE IRRIGATION KEY NOTES oo& v v, I Vll "PEE 1 01-1 ,► Parkhill N G7 7 d N .O d Lubbock exrwee:a ivma r.,w Landscape Irrigation Plan L-106 PLANTING GENERAL NOTES 7=1__ MATCHLINE REF. L-108 LANDSCAPE PLANTING PLAN 0 0" '0 06 (D o tj r El ID mm, 7_71F F' Pn rail JAH Parkhill 0 Cr a Cu CD 0 9- Landscape Planting Plan L-1 07 PLANTING GLN-L-FRAL NOTES PLANTING SCHEDULE ' .x.r,r wf.:w nwcvs....�wx.. vµ .�.». ... ,,.. »[..w[�.�[>w[a�.. .�,.. OO D ...... ... ... 06 (D ..... .... ... (D MATCHUNE 16nt ST0.<ET Parkhill O u xxwu.� xn.�a. uxa,.w�.xwwa�iJ.x.«. va,a w ' cu . nx.ww 6y .�4 U) rL.bg'&ckl Landscape Planting Plan L-1 08 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 contract. 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 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. 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 - Bidder offers a prompt payment discount of %, net calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Foam, 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? 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 i iversity, West Texas Municipal Power Agency, Lynn County, and City of Wolfforth. YES S NO If you (the bidder) checked YES, the following will apply: Govermnental 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 regard to this solicitation: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date 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 procurcaient 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. City of Lubbock ITB 24-17809-YB Grounds Maintenance for Various City of Lubbock Facilities Bid Form West Texas Mowing, LLC Location Plainview, TX Total $52,300.00 Quantity Required Unit Total # Item Description UOM Price Cost #1-1 V" ,, lr,; It1:w D,1,:, Rc:n,,,d T,: Per Specification 32 CYCLE $750.00 $24,000.00 02 I Fz.11 R%<ccJ:iig at [Olbs/1,000sqi't for All Turf Areas - Per Specification I YEARLY $800.00 ONE $800.00 13 1 lia,!i (',,]rtion and Removal as Specified -Per Specification III! 52 CYCLE 1111111111111�� $25.00 $1,300.00 93-2 %L:ll Mit: Statiaa to be Refilled - Per Specification 52 CYCLE S25.00 $1,300.00 . . F. . . . . . . . . . . . . . 94-1 Litter/Tree Debris R,_,moval: Rcplantings: Control/Fertilize as Specified for 10 CYCLE $300.00 3,000.00 November-Febrt_i:� P,ct ��,_:iication #4-2 Litter 1: c 1), ',i is 1z,� i kcpantings: \',:itcring; Control/Fertilize as 32 CYCLE $300.00 9,600.00 S!:, .fied 1bi Vc) ()c (i,lm P,!T spccfl,::Itvnn 45-: V, i, wi, I oi,ilize as 4 CYCLE $300.00 $1,200.00 Spc,`t1'%:1 for N4 r)b, i Per #5-2 Damaged Limbs,,T i:i:ir'1 11 V.akciiiq;1 Loimo;; I cailize as 8 CYCLE $300.00 $2,400.00 Specified for V:ti, -Per #6-1 System Audit. R,plwc Damaged Heads, V,!.: Repairs, Rc.;et Programming as 4 CYCLE $150.00 $600.00 Specified for X - Fct,i ::y - Per �;-_,cfIication 46-2 Adjust Water:i,_ys, Replace :)ainaged Repairs, Inspect System 8 CYCLE $150.00 $1,200.00 Routinely as Specified For Virch - Oct tier ,')I,,-cification 11':1:0'-'- DA-TPu 1:cllh 11,:t1W1, CYCLE $400.00 $4,800.00 I A,,mai)/ imil - 1'rodtaimne4L, 0.04oz per -'4U lozUat: I YEARLY $400.00 $400,00 15tli/June 15th- 24D loz/Gal; NISV T.ii`.'1�1-1,` % re I YEARLY $400.00 $400.00 ').;I)tcmber 1st/September 30th - Pro,'i:iriirc 4L. 0.64oz per Gal; 24D loz/Gal I YEARLY $400.00 $400.00 tit #9 Var 11 I 5tYA-ril 15th - 15-5-10 at P": sp 1 YEARLY $300.00 $300.00 #9- 10 at 1511- .,;:i - Per Spect .i, ,i::wi I YEARLY S300.00 $300.00 #9 _,uth - 15-5- 1 o at i 51ns11,000 sqft - Per Specification I YEARLY 5300.00 $300.00 WROMWO #10-1 i\4on1tor,.-\k Lighting as Specified and Repair its Needed - Per Specification 12 CYCLE No Bid No Bid 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: • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 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 corporation organized under the laws of the State or a partnership consisting of or individual trading as of the City of Tax IDNo.: Address: City: VIM i JI U i � U) State: zip: -1U71 D•I/WBE Firm: 1-2 Please complete the information below. Authorized Representative - must sign by hand Officer Name and Title: /� 0 Business Telephone Number_&]L_:� �j- 'j I � (- FAX: E-mail Address:__ roo o r a mo S as ho-�m fu 1. eofil CERTIFICATE OF INTERESTED PARTIES FORM 1-295 1of1 Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2024-1126019 West Texas Mowing LLC Plainview, TX United States Date Filed: 02/2012024 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 02/2712024 3 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. 17809 Lawn Maintenance Service 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Ramos, Javier Plainview, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 LINSWORN DECLARATION My name is and my date of birth is ly address is p (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. —�jted in County, State of on the day of 20 IG (month) (year) tl Signature of authorized agent of contracting business entity (Declarant) wr> i„- ,. r!.- '.:). f Cc rl-rssion www.ethics.state.tx.us Version V3.5.1.9000c47f ---w-- ,--u-- CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 2024-1126019 1 Name of business entity filing forth, and the city, state and country of the business entity's place of business. West Texas Mowing LLC Plainview, TX United States Date Filed: U2/2012024 2 Name of govemmental entity or state agency that is a party to the contract for which the form is 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 of the services, goods, or other property to be provided under the contract 17809 Lawn Maintenance Service 4 Name of Interested Party City, Slate, Courttry (place of business) Nature of interest (check applicable) Controlling I Intermediary Ramos, Javier Plainview, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is ( �U Q / / (�S and my date of birth is . My address is _ m 7 W . 18 (Yl V l ryJ 7 672 (Street) (Qity) (ate) (zip code) (country) 1 declare under penalty that the foregoing is true and correct - yof%perjury Executed in / \ + County, State of TrKQ S , on the day of Feb 20 )/' . (month) (year) Si a of authorized nt of contracting business entity (Dedamnl) C...mo -AA-,A h.. T....00 ,aw.....thi...- .-e-l.. f....c \1.,.:-:.... \1'.1 r- 1 Onnn\ A7f