HomeMy WebLinkAboutResolution - 2012-R0038 - Contract - Western Emulsions Inc.- Liquid Asphalt Materials - 01/26/2012Resolution No. 2012-R0038
January 26, 2012
Item No. 5.11
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. 10494 for liquid asphalt
materials, by and between the City of Lubbock and Western Emulsions, Inc, of Tucson,
Arizona, 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 January 26, 2012
TOM MARTIN, MAYOR
ATTEST:
Rebec Garza, City Secretary
APPROVED AS TO CONTENT:
Marsha Reed, P.E., Chief Operating Officer
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vwxcdocslRES.Contract-Western Emulsions, Inc.
January 6, 2012
Resolution No. 2012--R0038
CONTRACT NO. 10494
CITY OF LUBBOCK, TX
CONTRACT FOR SERVICES
FOR LIQUID ASPHALT MATERIALS
THIS CONTRACT, made and entered into this 26`h day of January, 2012, pursuant to a resolution
heretofore adopted by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and
Western Emulsions, Incorporated ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Liquid Asphalt Materials 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 Liquid Asphalt Materials.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the
financial consideration hereinafter referred to, the parties hereby covenant and agree as follows:
1. In accordance with City's general conditions and Contractor's bid, copies of which are attached
hereto and made part hereof, Contractor will deliver to the City, Liquid Asphalt Materials, and
more specifically referred to as item(s) 2-5, and 10 on the bid submitted by the Contractor or in
the specifications attached hereto.
2. The Contractor shall perform the work according to the procedures outlined in the Bid Form
and General Conditions attached hereto.
3. 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. The rates may be adjusted
upward or downward every six (6) months at a percentage not to exceed the effective change in
the Consumer Price Index (CPI) or Product Price Index (PPI), whichever is most appropriate for
the specific contract for the previous six (6) months. Written consent from both parties is
required for all price adjustments. At the City's discretion, the effective change rate shall be
based on either the local or national index average rate for all items. If agreement cannot be
reached, the contract is terminated at the end of the current contract period. 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.
4. This contract shall remain in effect until the expiration date, performance of services ordered,
or termination of by either party with a thirty (30) day written notice. Such written notice must
state the reason for cancellation. 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.
5. 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. At any time during the term
of the contract, or thereafter, the City, or a duly authorized audit representative of the City, at its
expense and at reasonable times, reserves the right to audit Contractor's records and books
relevant to all services provided to the City under the Contract. In the event such an audit by
the City reveals any errors or overpayments by the City, Contractor shall refund the City the full
amount of such overpayments within thirty (30) days of such audit findings, or the City, at its
option, reserves the right to deduct such amounts owing the City from any payments due
Contractor.
6. 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:
TYPE AMOUNT
General Liability
Commercial General Liability $100,000
Automotive Liability
Combined Single Limit $100,000
Any Auto
Workers Compensation $500,000
The City of Lubbock shall be named as primary additional insured on a primary and
Non -Contributory basis on General Liability, with a waiver of subrogation in favor of the
City of Lubbock on all coverages. All copies of the Certificates of Insurance shall
reference the project name or bid number for which the insurance is being supplied.
7. The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The
certificate will provide 30 days notice of cancellation, and under the cancellation section, the
wording "endeavor to" and "but failure to mail such notice shall impose no obligation or
liability of any kind upon the company, its agents or representatives" will be crossed out. A
copy of the additional insured endorsement attached to the policy will be included with the
certificate.
The contractor shall also maintain workers compensation insurance in the statutory amount.
If at any time during the life of the contract or any extension, the contractor fails to maintain the
required insurance in full force and effect, all work under the contract shall be discontinued
immediately. Any failure to maintain the required insurance may be sufficient cause for the
City to terminate the contract.
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 No. 12-
10494-C1, General Conditions, and the Bid Form.
IN WITNESS WINREOF, 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:
I-
Rebeap Garza., City Secret
APPROVED AS TO CONTENT:
maj
t:L /Eu ty
Marsha Reed, P-E.,
Chief Operating Officer
APPROV D --a`�Z'=
:
G'{
Assistant City Attorney
CONTRACTOR:
BY
Authori Representative's Signature
Print Name
��!(P kCe-tioShA Dr-.
Address
�- -, � bmc k , -rX- . -7 9yz 3
City, State, Zip Code
" 12-10494-CL Ugwd Asphalt M&UwWs
Resolution No. 2012—R0038
City of Lubbock, Texas
Purcbasinfi and Contract Management
BID FORM
In compliance with the Invitation to BW 12-10494-C1, the undersigned Bidder having examined the Invitation to Bid and
Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the
material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at
the locations and for the prices set forth on this form. A bid will be subject to being considered irregular and may be
rejected if it shows omissions, alterations of form, conditional alternate hide, 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 12-10494-Cl is by reference incorporated in this contract. The Bid Form
must be completed in blue or black ink or by typewriter.
ITEM
QTY
(+J-)
UNIT OF
MEASURE
DESCRIPTION
UNIT PRICE*
BID
Extended
Cost
Delivery
Days
ARO**
1.
3000
GAL
TxDOT AFT Prime Oil
S 71p 6d
S --�
�`---
2.
3000
GAL
TxDOT CSS-IH Tack Oil
S �' z 2-
S
3.
3000
GAL
TxDOT CRS-2
S 1 9
S
2 q h rs
4.
3000
GAL
TxDU7- CRS-2P
$ �S
S SQ,
Z q h (s
5.
3000
GAL
TxDO-I- CRS-IP
S
S 7 7
hr5
6.
3000
GAL
TxDOT AC- 10XP
S
S
7.
3000
GAL
TxDOT AC-15XP
$ I , jr
S
8.
3000
GAL
TxDOT AC- 15P
S )1,9 g1�I
S
r�
9.
3000
GAL
TxDOT AC-20XP
S �® ��jr
S r
r
10.
3000
GAL
TxDOT CI WRS-2P
S
S 9 q
*PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed **Days After Receipt of Order (ARO)
Unku otherwise specified herein, the City may award the bid either item-by4tem or on an all -or -none basis for any
Item or grump of items shown on the bid.
The City of Lubbock is seeking a contract for Liquid Asphalt Materials with one or more contractors. Materials on
this comb -ad will be on as "as needed" bast&
rrB I2-1049"1, lxryd AgAsk Maw
PAYMFXT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net M A 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 Clays 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 chat 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 ptoducts/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 prices) on all deliveries made during the period in which such lower price(s) is effective.
INTERLOCAL PURCHASiNG (optional): The City desires to matte available to other local governmental entities of the
State of Texas, by mutual agreement with the successful bidder, and properly authorized interbcal purchasing agreements
as provided for by the Interlocat Cooperation Act (Chapter 791. Goverment 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 apply7
Other goverrnmatel entities that night have interests to thin comb -ad are Freaship Independent School District,
Lubbock ®ous ag Authority, Lubbock County, Lubbock County Hospital Dish*t, Lubbock Independent School
District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas
Muukipal Pgwa Agency, Liu County, and Mlo City of Wortk.
YES ✓' NO
• If you (the bidder) checked YES, the following will apply:
• Governmental entities utilizing Interiocal Agreements for Cooperative Purchasing with the City of Lubbock will
be eligible, but sot obligated, to purchase materiaWsaviem under the contracts) awarded as a result of this
solicitation. All purchases by governmental entities other then 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 dells. Each governmental entity will order their own materialsisemice as needed.
rTB 12-1004.CL LKwd A.ph h Matmah
THIS BID 1S SUBMITTED BY We-44/A iEm n l i r g or, I+e a corporation organized under
the laws of the State of _- iiP i" RA , or a partnership consisting of
or an individual trading as of the City of 'rad4,6,4
Fern: "L✓ZcJ�Grn 69 4 I i r'o 45,E
Addmss: 34" _E, - 89040 _-Way 6WA(
City TH- h state: _ Zip 9S9IJ
Bidder acknowledges receipt of the following addenda:
Addenda No. 1 Dade Oa . ,W , .2vx
Addenda No. Date
Addenda No. Date
Addenda No- Date
MAWBE
Firm:
woman
Black; American
Native American
American
Asian Pacific
American
Other (Specify)
- must sign by hand
Otiim Name and Tads IV"
Business Telephone Number FAX: fro¢ - 7I f — I it 36
E-Mad Addreasi r k s� a kle- r a G nk &A !: i a n S, C- o fx
FOR Crl"Y U3E ONLY
Bid Form Item Number(s) Awsrdod to Above Named Firradodividual:
Date of Award by City Council (far bids over S25, 000): Date P.OXontract Issued:
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND
TIME, AND YOUR COMPANY NAME AND ADDRESS.