HomeMy WebLinkAboutResolution - 2011-R0095 - Contract - Neat Control Company - Pre/Post Emergent Services - 02/24/2011Resolution No. 2011-R0095
February 24, 2011
Item No. 5.21
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 9915 for pre emergent and
post emergent for various city properties, by and between the City of Lubbock and Neat
Control Company of Ropesville, Texas, and related documents. Said Contract is attached
hereto and incorporated in this resolution as if fully set forth herein and shall be included
in the minutes of the City Council.
Passed by the City Council on February 24, 2011
yin
TOM MARTIN, MAYOR
ATTEST:
Rebec a Garza, City Secretary
APPROVED AS TO CONT T':
Scott Snider, Assistant City Manager
Community Services
APPROVE AS O FORM:
�r
i
Weaver, Assistant City Attorney
vw:ccdocs/RES.Contract-Neat Control Co
February 8, 2011
Resolution No. 2011-80095
CONTRACT # 9915
CITY OF LUBBOCK
CONTRACT FOR SERVICES
PRE EMERGENT & POST -EMERGENT FOR VARIOUS CITY PROPERTIES
Bid No. 11 -9915 -DD
THIS CONTRACT, made and entered into this 24th day of February. 2011, by and between the City
of Lubbock ("City"), and Neat Control Company ("Contractor") of Ropesville, Texas.
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Pre Emergent & Post Emergent for
Various City Properties for the City of Lubbock and bids were received and duly opened as required by
law; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City of Lubbock
has acceptanced of such bid, and the execution, in the name of the City of Lubbock a contract with said
Contractor covering the purchase and services of the said Pre Emergent & Post Emergent for Various City
Properties.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the
financial consideration hereinafter referred to, the parties hereby covenant and agree as follows:
1. In accordance with City's specifications and Contractor's bid, copies of which specifications and
bid are hereto made part hereof, Contractor will purchase and service to the Pre Emergent & Post
Emergent Services specifically referred to as Item(s) No. 1 - 8 and more particularly described in
the bid submitted by the Contractor or in the specifications.
2. The contract shall be for a term of one year, said date of term beginning upon City Council date
of formal approval.
3. This contract shall remain in effect until the expiration date, performance of services ordered, or
termination by either party with a thirty (30) day written notice. Such written notice must state the
reason for cancellation. The City of Lubbock reserves the right to award the canceled contract to
the next lowest and best bidder as it deems to be in the best interest of the city.
4. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the
work provided for in this Contract and to complete and finish the same according to the attached
specifications, offer, and terms and conditions contained herein. The City agrees to pay the
Contractor according to the payment schedule attached; said payment schedule does not include
any applicable sales or use tax.
5. The Contractor shall perform the work according to the procedure outlined in the specifications,
hazard communication and Invitation to Bid attached hereto and incorporated herein.
6. Contractor shall at all times be an independent contractor and not an agent or representative of
City with regard to performance of the Services. Contractor shall not represent that it is, or hold
itself out as, an agent or representative of City. In no event shall Contractor be authorized to
enter into any agreement or undertaking for or on behalf of City.
IT& l 1-991 i-DD/Qlpucchsselhiddocuments
7. The Contractor shall obtain and maintain in full force and effect during the term of the contract,
commercial general liability coverage with insurance carriers admitted to do business in the State
of Texas. The insurance companies must carry a Best's Rating of A- VII or better. The policies
will be written on an occurrence basis, subject to the following minimum limits of liability:
INSURANCE COVERAGE REQUIRED
The City reserves the right to review the insurance requirements of this section during the
effective period of the contract and to require adjustment of insurance coverage and their limits
when deemed necessary and prudent by the City based upon changes in statutory law, court
decisions, or the claims history of the industry as well as the Contractor.
Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are
approved by the City, the Contractor shall obtain and maintain in full force and effect for the
duration of this contract, and any extension hereof, at Contractor's sole expense, insurance
coverage written by companies approved by the State of Texas and acceptable to the City, in the
following type(s) and amount(s):
Worker's Compensation the Contractor shall elect to obtain worker's compensation coverage
pursuant to Section 406.002 of the Texas Labor Code. Further, Contractor shall maintain said
coverage throughout the term of the Contract and shall comply with all provisions of Title 5 of
the Texas Labor Code to ensure that the Contractor maintains said coverage. Any termination of
worker's compensation insurance coverage by contractor or any cancellation or non -renewal of
worker's compensation insurance coverage for the Contractor shall be a material breach of this
Contract." The contractor must maintain Occupational Medical and Disability Insurance in lieu of
Workers' Compensation. In either event, the policy must be endorsed to include a waiver of
subrogation in favor of the CITY OF LUBBOCK. The Contractor shall also provide to the CITY
OF LU3BOCK proof of Employers' Liability in an amount no less than $500,000.
TYPE AMOUNT
Commercial General Liability
Per Occurrence: $1,000,000
General Aggregate
Products-Comp/OP AGG
Personal & Adv. Injury
Contractual Liability
Environmental Applicators Clean Up Coverage
Automotive Liability Any Auto: $500,000
Combined Single Limit
The City of Lubbock shall be named a primary additional insured on auto/general liability
with a waiver of subrogation in favor of the City on all coverage's and to include products
of completed operations endorsement. All copies of the Certificates of Insurance shall
reference the ITB number for which the insurance is being supplied.
The Contractor will provide a Certificate of Insurance to the City as evidence of coverage. The
certificate will provide 30 days notice of cancellation, and under the cancellation section, the
wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability
of any kind upon the company, its agents or representatives" will be crossed out. A copy of the
additional insured endorsement attached to the policy will be included with the certificate.
rrB-11-4915-MiQipurch�biddocumems
The Contractor shall also maintain workers compensation insurance in the statutory amount.
If at any time during the life of the contract or any extension, the contractor fails to maintain the
required insurance in full force and effect, all work under the contract shall be discontinued
immediately. Any failure to maintain the required insurance may be sufficient cause for the City
to terminate the contract.
Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or
interests accruing from this Contract without the written consent of the other.
9. This Contract consists of the following documents set forth herein; Invitation to Bid #11 -9915 -
DD, General Conditions, Specifications, Hazard Communications and the Bid Form.
IN 'WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and
year first above written. Executed in triplicate.
CITY OF LUBBOCK
Tom Martin, Mayor
ATTEST:
APPRO 4 TO ORM:
Assistant City Attorney
ITB- It-4415-DDrQ/pi hese/biddocuments
CONTRA TOR
BY/ °
A orized Representative
AAdress
4L24 5c/. %%p TX 7�-3 � �.
Resolution No. 2011—R0095
ITB 11 -9915 -DD
PRE EMERGENT & POST EMERGENT FOR VARIOUS CITY PROPERTIES
PUBLIC BID OPENING
DRAFT TAB SHEET
February 7, 2011
PARKS
Name of Bidder
Locations
Lump Sum Cost
Gorman Outdoor, Inc.
Lubbock, TX
$ 127,632.66
Cutting Edge Lawn Service
Lubbock, TX
131,527.17
Circle R Lawn & Sprinkler
Lubbock, TX
168,308.48
Neat Control, Company
Ropesville, TX
127,305.83
FIRE STATIONS
Name of Bidder
Location
Lump Sum Cost
Gorman Outdoor, Inc.
Lubbock, TX
$ 4,950.46
Cutting Edge Lawn Service
Lubbock, TX
1,866.55
Circle R Lawn & Sprinkler
Lubbock, TX
5,482.19
Neat Control, Company
Ropesville, TX
1,775.45
The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a quote, and to waive immaterial
formalities.
PAYMENT TERMS AND DISCOUNTS -Bidder offers a prompt payment discount of -1t6" %, net— calendar days.
Discounts will not be considered in determining tow bid. Unless otherwise indicated on the Bid Form, payment terms will be
NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after
the date of acceptance, whichever event occurs Later. Discounts for prompt payment requiring payment by the City within a
stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt.
by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later.
Discounts for payment in less than ten days will not be considered.
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone
else, including its most favoured customer, for like quality and quantity of the products/seryices; 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 79I, 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 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/seryices under the contract(s) awarded as a result of this solicitation.
All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental
entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's
debts. Each governmental entity will order their own materials/service as needed.
THIS BID 1S SUBMITTED BY 41tAI— e6t..L01Cf J to, a corporation organized under
the laws of the State of , or a partnership consisting of
or an individual trading as /L LA. -r ),,t_f t LO. of the City of ZLlb 4 tie
Firm: A20_4 1 69 w -Vvlc, C f ¢ --
Address: "-,I t -l—/,) t/C 12,0 - -
City: Rg2jP,S C), He State:Zip
M/W BE
Firm:
Woman Black American Native American
Hispanic American Asian Pacific Other (Specify)
American
By 0� Date:
Authorized Representative - mast sigh by hand
Officer Name and Title:' L'o d C
Please Print
Business Telephone Number ( C-6 6) .�- 9/— 4f)-6 � FAX: dv'4 J 69 �Y UU 6 S I
E -Mail Address:. % t4e, %t ly ( ggk Ce— .4 D t. & ri t
FOR CITY USE ONLY
Bid corm Item Number(s) Awarded to Above Named Firm/Individual:
Datc urAwmd by GEy Council (for bid% over $25,000): Date P.O./Cuniracl lssusxl.
1.�Itl 1. Illk (c( Itill)l J)w 1Jj1 1l ,I. 1111)lil131m11 1111 lilt \I x1 SFw gol o i1)�11 a\10 11\1[.
%N, 1) 1"00 R f ()NIP % N N % % N I V %N%D .1DDR1. "ti
Resolution No. 2011-ROO95
City of Lubbock, TX
Parks and Fire
Bid Tabulation Analysis
February 24, 2011
BID 11 -9915 -DD
Pre -Emergent & Post Emergent for Various City Properties
Item Qty
U/M Descri tionNendor Location
Per Acre
Total
1 1,374
Acres Application - Feb 15 - Mar 31, 2011
Neat Control, Co. Ropesville, TX
5 12
16,584
Cutting Edge Lawn Service Lubbock, TX
13
17,450
Circle R Lawn & Sprinkler Lubbock, TX
20
26,999
Gorman Outdoor, Inc. Lubbock, TX
21
28,387
2 1,951
Acres Application - Apr 15 - May 15, 201 1
Gorman Outdoor, Inc. Lubbock, TX
22
41,947
Neat Control, Co. Ropesville, TX
25
48,729
Cutting Edge Lawn Service Lubbock, TX
26
50,511
Circle R Lawn & Sprinkler Lubbock, TX
31
59,662
3 1,951
Acres Application - Sept. I - Oct. 15, 2011
Gorman Outdoor, Inc. Lubbock, TX
27
52,326
Neat Control, Co. Ropesville, TX
29
57,418
Cutting Edge Lawn Service Lubbock, TX
30
58,491
Circle R Lawn & Sprinkler Lubbock, TX
39
76,674
4 5,075
Acres Colorant
Gorman Outdoor, Inc. Lubbock, TX
0,98
4,974
Circle R Lawn & Sprinkler Lubbock, TX
0.98
4,974
Cutting Edge Lawn Service Lubbock, TX
1.00
5,075
Neat Control, Co. Ropesville, TX
1.00
5,075
5 16
Acres Application - Feb l5 - Mar 31, 2011
Neat Control, Co. Ropesville, TX
34
526
Cutting Edge Lawn Service Lubbock, TX
35
565
Gorman Outdoor, Inc. Lubbock, TX
86
1,345
Circle R Lawn & Sprinkler Lubbock, TX
103
1,612
6 16
Acres Application - Apr 15 - May 15, 2011
Neat Control, Co. Ropesville, TX
34
526
Cutting Edge Lawn Service Lubbock, TX
35
554
Gorman Outdoor, Inc. Lubbock, TX
Ho
1,725
Circle R Lawn & Sprinkler Lubbock, TX
118
1,844
7 16
Acres Application - Sept. 1 - Oct. 15, 201 1
Meat Control, Co. Ropesville, TX
43
677
Cutting Edge Lawn Service Lubbock, TX
45
712
Gorman Outdoor, Inc. Lubbock, TX
117
1,835
Circle R Lawn & Sprinkler Lubbock, TX
126
1,980
2-'24 201 d'Wurch—a HuWceumenw,20 f 1 1
City of Lubbock, TX
Parks and Fire
Bid Tabulation Analysis
February 24, 2011
Item Qty UTAI DescriptionNendor Location Per Acre Total
8 47 Acres Colorant
Gorman Outdoor, Inc.
Circle R Lawn & Sprinkler
Neat Control, Co.
Cutting Edge Lawn Service
Overall Total
Neat Control, Co.
Gorman Outdoor, Inc.
Cutting Edge Lawn Service
Circle R Lawn & Sprinkler
Lubbock, TX
0.98
46
Lubbock, TX
0.98
46
Ropesville, TX
1.00
47
Lubbock, TX
1.00
47
Ropesville, TX
Lubbock, TX
Lubbock, TX
Lubbock, TX
2i_21 2fII l njBldd�umenWDi 11 2
129,081
132,583
133,394
173,790