Loading...
HomeMy WebLinkAboutResolution - 2023-R0423 - Contract 17507, Ferguson Enterprises, Inc. - 09/12/2023Resolution No. 2023-R0423 Item No. 5.16 September 12, 2023 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, Service Contract No. 17507 for Water Inventory Items — Annual Pricing as per ITB 23-17361-SB, by and between the City of Lubbock and Ferguson Enterprises, 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 September 12, 2023 ATTEST: Courtney Paz, City Secr ary APPROVED AS TO CONTENT: D. Koste �ch, Chief Fina � 1 Officer APPROVED AS TO FORM: � elli Leisure, Senior Assistant City Attorney ccdocs/RES.ServiceContract 17507 Water Inventory Items - Annual Pricing 08.14.23 Resolution No. 2023-R0423 City of Lubbock Contract for ITB 23-17361-SB Water Inventory Items — Annual Pricing Contract 17507 THIS CONTRACT made and entered into this ,� day of Sentember , 2023, by and between the City of Lubbock ("City"), and Fer�uson Enternrises, 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, T�-iEREFORE, 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: 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 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, 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: $1M 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: $1 M/occurrence is needed Workers Compensation and Emplover Liabilitv 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. * 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; 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, 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 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 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 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 frearm 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 verif es 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 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----- YN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first above written. Executed in triplicate. CITY OF LUB Tray CONTRACTOR BY �_ Authorize epresentative ATTEST: v Courtney az, City Secretary AP ROVED AS TO CONTENT: Ma Ivarez, Director of Purchasing and Contract Management /� � rn,. f . � v a/''C' Print Name S�/O �, G,� ��GU Address %ch�QC��J T �1'��� City, State, Zip Code P VED 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 Party 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 Clty oi' Lnbbocic,'rX Purchasing and Coutruct Man�gemenE Vondor Acknowledse►neitt Form L� compliance witli the Inv[tatlon to Bid, tl�e undarslgned Bidder having examined the InvitAtion to Bid, ittstructtos�a to bidclei�s, Qeneral Condittons �£ the Agree�nent, S�eclfications, xnd being famifiar with the coi�ditlons to be met, liereby submits the following bid fa� fi�t�nishing the matectgl, equ�pment, ��bor and everylhing neccissary for providing ihe items listed and agcees to deliver satd itams at the locat�ons and for the prices set forth on the bId foe•tn and/or the bid table assoaiated witl� this bid, A bId will be subject to being consic{ered lrregular and may be rejected if It shows omissians, alterations of fot��n, condltlonat alt�rnate blds, additions or alternates in lieu af the ttema speaified, iF the unit prlces are obvlously unUalanced (either in excess af or below reasonaUly expected values}, or uregularities of aay kind, The Invitation to Bld is Uy reference Incozporaiad ln tliis contract. Where spplice►bte, pxlces are quoted as: F.O.B. Destivatiou, Freiglit Pre-Paid and Allnwed Where applicable, dallvery days are; Days A£te� Receipt of Ocder (ARO) Unless ather�vise s�eclfied herein, ti�e CiEy niay a��Yard lha bid either item»by—itam or on an ell-or- �tone basis �'or any item or group of 3tems ahown on the bid, The Ctty oPLubbocic te seetcin� s contract for �vltl� ona or xnore contractors. Xn order to assure adequat� cove��Age, the City may make mulNple a�vacds, selecti��g multlple vendors to �rovide the prociuct� desireci, lf multi�le �wards �re in the best 9nteresk of the City. A decislon to �nak8 a multiple award of this �id, however, is an optiou ��sserved b� the Clty, based o�i the needs o�'the C1ty. YMBNT TERMS AND DISCOUNTS - Bidder offers a prompt payment discaunt of ,��%, net catendar days, Diseounts will not be con�idered in detet�ninin� low bid. Untess otherwlse indicated on thc Bid Form, paymont terms will be NBT THlRTY DA'YS. The City �vlll pAy the successt%1 bidder witl�in thirly days after the recaipt of a correct invoice or aftec tha date of acceptance, whichever event occurs later, Aiscounts for prompt payinent requiring payment by the Cily wltl�in a stipulatcd numbea' af days will be intecpreied as applying wlthtn the stiputated number of calendur days after thc date of reccipt by the City of a coxrect involee or ��ter tho date of acceptanco tl�at meets contract reqairements, whichevec event �caurs (ate�•. Diseounts for payment in less than ten days wlil not be considered. MOST �AVORED PRICiI�iC�: Tlte Biddor certific:s that the price quoted is not in excess of the lowest priee chacged anyone else, lneludiag lts most favored custoiner, for llke quality and quantity of tha products/services; does not include �n element ofprofit on tl�e sale in cxcess of that normally obtalned by the Bldder on the sale of produats/services of like qualily and quaatity; and does not include any provlsion for discounts to selling agents, If at uny ti�ne during tl�e contract perlod, the sup�lier should sell or offer foc sa(e to any other austo�nec, an equal or less quantity of similae contract pi�ducts of ltka or better quality, at a lowe� net priee(s) tl�an provided herein, attpplier agrees to notify the City and aell snme product(s) at tha lower price(s) on atl deliverles made du��ing tl�a perlod In which sual� lower priee(s) is effective, INTE�tI�OCAL PURCHASINQ (optianal); The CIty desires to ma[ce available to othec local governmant�l entities of the State of Tcxas, by mulual agieement wlth ttie saccessii�l bidder, aud proparly autliorized inte��[aeal rurchasing ag��eemonts as pcovided foc by tlie Interlocal Cooperation Act (Chapter']91, Ciove�mmant Code), tha r(ght to purcl�ase tlie same seivices, at the prlass quoted� for the period o�f this conteact, Each bfdder sl�all lndicate on the BId Forc» in tl�e space providecl belo�v if hc/shc wll! honor Political Subdivision orde��s L► addition to ocders from Hte Clty of Lubbock, Sl►ould these otl►er gavernroental entities deelde to pnrticlpate in this coniract, wauld you (tl�e bidder) a�cee that all tearns, conditions, specifioations, and prlcing wou[d apply7 i � , ;� City of Lubbock ITB 23-17361-SB Water Inventory Items - Annual Pricing Bid Form # Items #0-1 Solder PST flux 2 oz can-10 to box, as specified in Attachment A #0-2 Tin/ silver solder I# spool, as specified in Attachment A #0-7 3/4 hose bibb compression faucet, as specified in Attachment A #0-8 Ramneck-concrete sealant gass I"x348-ft concrete manhole sealant, as specified in Attachment A #0-9 2" plastic manhole adjustment ring, as specified in Attachment A #0-10 4" plastic manhole adjustment ring, as specified in Attachment A il0-1 l 1%:" x 30" plastic manhole adjustment ring, as specified in Attachment A #0-12 2%:" x 30" plastic manhole adjustment ring, as specified in Attachment A #0-13 4" x 30" plastic manhole adjustment ring, as specified in Attachment A #0-14 8 in clay x 8 in cilpvc black sewer adapter coupling, as specified in Attachment A #0-I S 8 in ci/pvc x 8in cilpvc black sewer adapter coupling, as specified in Attachment A #0-16 10" sewer pipe adapter, as specified in Attachment A #0-17 l2" sewer pipe adapter, as specified in Attachment A #0- I8 4x3 ci sewer adapter to tie 4" and 3" cast iron sewer pipe together, as specified in Attachment A k0-19 3" ci sewer adapter:adapter to 3" and 3" cast iron sewer pipe together, as specified in Attachment A #0-20 4" pvc-pvc black sewer adapter, as specified in Attachment A #0-21 4" pvc-clay black sewer adapter, as specified in Attachment A #0-22 6" pvc-pvc black sewer adapter, as specified in Attachment A #0-23 6" pvc-clay black sewer adapter, as specified in Attachment A #0-24 4" AC or DI x4" CI or PVC black sewer adapter, as specified in Attachment A #0-25 2 in. brass nipple I ft. long threaded on both ends, as specified in Attachment A �/0-29 '/e" Rehau Municipex pipe 100' coil, as specified in Attachment A #0-32 Gasket lube-for use in assembling gasketed plastic and ac pipe, as specified in Attachment A #0-33 1/2 pints, waterproof pipe joint compound, as specified in Attachment A Exhibit A Ferguson Waterworks Total Cost: $3 l2,167.12 Location Lubbock, TX Delivery Days Unit Total UOM ARO Price Cost � _� EA 7 $4.60 $230.00 EA 7 $28.50 $ i, I 40.00 EA 7 $4.96 $59.52 EA 7 $61.76 $2,964.48 QuanHty Required (+�-) 50 40 12 48 EA 7 $30.87 $1,852.20 EA 7 $5339 $3,203.40 EA 7 $42.45 $424.50 EA 7 $42.45 $424.50 EA 7 $54.03 $324.18 EA 7 $I6.12 $386.88 EA 7 $16.12 $161.20 EA 7 $24.20 $193.60 EA 7 $28.24 $56.48 EA 7 $5.28 $316.80 EA 7 $3.91 $39.10 EA 7 $4.90 $1,568.00 EA 7 $4.90 $3, I 36.00 EA 7 $10.48 $503.04 EA 7 $10.48 $2,515.20 EA 7 $5.29 $3,174.00 EA 7 $36.01 $8,642.40 EA 60 $95.74 $1,914.80 EA 7 $4.68 $449.28 EA 7 $ I 3.75 $990.00 60 60 10 10 6 24 10 8 2 60 l0 320 640 48 240 600 240 20 96 72 City of Lubbock ITB 23-17361-SB Water Inventory Items - Annual Pricing Bid Form # Items #0-34 4 in pvc coupling sxs, as specified in Attachment A #0-36 lx3/4 brass bushing, as specified in Attachment A #0-37 2x I brass bushing, as specified in Attachment A #0-38 1%Z in brass coupling - total inside to be threaded, as specified in Attachment A #0-43 6in. x 12in. full circle repair clamp, as specified in Attachment A #0-44 8in. x 12in. full circle double band repair clamp, as specified in Attachment A #0-52 2in. x 3/4in. service saddle, single strap, ductile iron body, tapped 3/4", as specified in Attachment A #0-53 2in. x lin. service saddle, ductile iron body, single strap, tapped 1", as specified in Attachment A #0-54 3in. x 3/4in. service saddle, ductile iron body, single strap, tapped 3/4", as specified in Attachment A #0-55 3in. x lin. service saddle, ductile iron body, single strap, tapped I", as specified in Attachment A #0-56 4in. x 2in. service saddle, ductile iron body, double strap, tapped 2", as specified in Attachment A #0-63 3" x 2" service saddle, ductile iron body, as specified in Attachment A #0-65 16" x 2" service saddle, ductile iron body, as specified in Attachment A #0-66 16" x l" service saddle, ductile iron body, as specified in Attachment A #0-72 3/4in. x Sin. brass coupling for 3/4in. Type K copper pipe, as specified in Attachment A #0-73 3in. x 2in. reducing cast flexible coupling, as specified in Attachment A #0-74 l x 5 brass gee compression coupling for 1 in. copper wbing, as specified in Attachment A 1�0-78 '/." rubber gasket insulating gasket for 3/4 in. copper pipe, as specified in Attachment A #0-79 Cast flexible coupling for 10 in. Class 150 cast iron pipe, as specified in Attachment A #0-80 2 x 5 in (od 2.13) brass gee coupling for copper pipe, as specified in Attachment A #0-82 2" brass 90 deg. elbow, as specified in Attachment A #0-83 '/. x 2'/: short meter coupling, as specified in Attachment A #0-85 1 in. straight meter coupling, as specified in Attachment A #0-87 Pr. 3/4 x 3-114 in. straight meter coupling with nut and washer, as specified in Attachment A #0-88 #40 24" manhole sewer lid, as specified in Attachment A QuanNty Required (+�-) 900 l00 5 40 36 20 6 I 10 72 18 4 2 l 300 l 200 I 10 10 320 400 600 240 l00 F'erguson Waterworks Total Cost: $312,167.12 Location Lubbock, TX Delivery Days Unit Total UOM ARO Prtce Cost EA 7 $8.04 $7,236.00 EA 7 $3.51 $351.00 EA 7 $13.65 $68.25 EA 7 $1134 $453.60 EA 14 $133.89 $4,820.04 EA 14 $160.36 $3,207.20 EA 14 $14.48 $86.88 EA 14 $14.48 $14.48 EA 120 $21.69 $216.90 EA 120 $21.69 $1,561.68 EA 14 $36.39 $655.02 EA 14 $33.83 $135.32 EA 14 $ l 33.60 $267.20 EA 14 $ I 00. I 0 $ I 00. I 0 EA 7 $12.74 $3,822.00 EA 120 $255.04 $255.04 EA 7 $18.58 $3,716.00 EA 30 $7.21 $7.21 EA 30 $169.87 $ I ,698.70 EA 7 $3631 $363.10 EA 7 $21.66 $6,931.20 EA 120 $10.62 $4,248.00 EA 120 $16.35 $9,810.00 EA 120 $12.88 $3,091.20 EA 60-90 $153.65 $15,365.00 City of Lubbock ITB 23-17361-SB Water Inventory [tems - Annual Pricing Bid Form �erguson Waterworks Total Cost: $312,167.12 Location Lubbock, TX Quantity Delivery Required Days Unit Total # Items (+/-) UOM ARO Price Cost #0-89 Manhole lid 23-112in EJ product number 00202325 60 EA 60-90 $145.26 $8,715.60 with pickbars, as specified in Attachment A #0-90 24 in. standard manhole ring, as specified in 80 EA 60-90 $145.12 $ I 1,609.60 Attachment A #0-100 1" brass screw plug, as specified in Attachment A 5 EA 7 $335 $16.75 #0-101 1-1/2" brass plug, as specified in Attachment A 6 EA 7 $636 $38.16 #0-102 2" brass screw plug, as specified in Attachment A 20 EA 7 $10.03 $200.60 #0-106 1" x I" meter resetter or relocation with valve 10 in. 240 EA 180 $218.88 $52,53I.20 high, as specified in Attachment A #0-107 2" brass tee, as specified in Attachment A 2 EA 7 $29.99 $59 98 #0-109 1 in. copper pipe to 1 in. outside iron pipe thread 12 EA 7 $20.78 $24936 connector, as specified in Attachment A #0-1 l0 I in. female flange union, as specified in Attachment 360 EA 120 $21.96 $7,905.60 A #0-112 2 in. female copper solder jointto 2 in. male, as 240 EA 7 $22.53 $5,407.20 specified in Attachment A #0-113 2 in. female copper solder joint to 2 in. female, as 360 EA 7 $28.28 $10,180.80 specified in Attachment A #0-I 14 I-1/2 in. brass meter flange, as specified in 6 EA 14 $26.07 $156.42 Attachment A #0-I 16 3/4 in. brass 3 part union, as specified in Attachment 20 EA 120 $1839 $367.80 A #0-I 19 2-I/2 in.x 1 in. service clamp, as specified in 30 EA 14 $15.20 $456.00 Attachment A #0-120 2-l/2in x 3/4in service clamp, as specified in l EA 14 $15.20 $ I 5.20 Attachment A #0-124 8 in.x 20 in. full circle repair clamp, as specified in I EA 14 $264.72 $264.72 • Attachment A #0-132 3 x 4 reducer dresser coupling, as specified in 6 EA 45 $118.40 $710.40 Attachment A #0-133 3" mechanical joint restraining gland, as specified in 2 EA 45 $23.56 $47.12 Attachment A k0-134 4" tlexible saddle, as specified in Attachment A 480 EA 7 $36.01 $17,284.80 #0-135 6" Flexible saddle tee, as specified in Attachment A 20 EA 7 $47.58 $951.60 #0-141 4" sdr 35 pvc radius 90 degree bend gasket jt, as 1 EA 7 $13.20 $13.20 specified in Attachment A #0-142 4" pvc 90 deg elbow long radius, as specified in 800 EA 7 $11.08 $8,864.00 Attachment A #0-143 4" sch 40 pvc 45 degree bend, as specified in 280 EA 7 $8.65 $2,422.00 Attachment A #0-144 6" sdr 35 pvc 4d deg. ell. (gasket), as specified m 1 EA 7 $21.26 $21.26 Attachment A #0-146 3" rt dresser coupling, as specified in Attachment A 6 EA l4 $74.98 $449.88 #0-148 2 x 3/4 brass bushing, as specified in Attachment A 1 EA 7 $13.65 $13.65 #0-149 EII-22 %2 deg.--4" pvc sch.40--glue joint , as 160 EA 7 $7.30 $1,168.00 specified in Attachment A City of Lubbock ITB 23-17361-SB Water Inventory Items - Annual Pricing Bid Form �'erguson Waterworks Total Cost: $312,167.12 Location Lubbock, TX Quantity Delivery Required Days Unit Total # Items (+/-) UOM ARO Price Cost #0-I50 I" x 1 112" meter coupling, as specified in 200 EA l20 $15.90 $3,180.00 Attachment A #0-156 3" x 12" full circle clamp, as specified in Attachment 20 EA l4 $103.52 $2,070.40 A #0-158 4" restrainer Ford series 1300 s., as specified in 1 EA 120 $21.62 $21.62 Attachment A #0-159 6" restrainer Ford series 1300 s., as specified in 1 EA 120 $26.17 $26.17 Attachment A #0-160 8" restrainer Ford series 1300, as specified in 1 EA 120 $40.45 $40.45 Attachment A #0-161 4" restrainer Ford senes 1350, as specified in 2 EA 120 $3333 $66.66 Attachment A #0-162 6" restrainer Ford series 1350, as specified in 2 EA 120 $44.00 $88.00 Attachment A #0-163 8" restrainer Ford series I350, as specified in 1 EA 120 $61.50 $61.50 Attachment A #0-164 10" restrainer Ford series 1350, as specified in 1 EA 120 $90.15 $90.15 Attachment A #0-165 12" restrainer Ford series 1350, as specified in 1 EA 120 $103.71 $103.71 Attachment A #0-166 l" female copper thread x 3/4 flair, as specified in I50 EA 120 $21.79 $3,268.50 Attachment A #0-167 4" pvc plugs for sdr-26 for psi l60 pipe, as specified 20 EA 21 $10.73 $214.60 in Attachment A #0-168 6" pvc plugs for sdr-26, as specified in Attachment 2 EA 21 $7.83 $15.66 A #0-169 6" pvc plugs for c-900, as specified in Attachment A I EA 14 $IOO.lO $100.10 #0-170 8" pvc plug for c-900, as specified in Attachment A 2 EA 14 $170.05 $340 10 #0-171 2" ips transition gasket for MJ, as specified in 160 EA 7 $4.40 $704.00 Attachment A #0-172 4" pvc plugs for c-900, as specified in Attachment A 3 EA 14 $55.54 $166.62 #0-173 Saddle clamp DFW 33s248, as specified in 100 EA 7 $5.39 $539.00 Attachment A #0-174 12" pvc megalugs, as specified in Attachment A 6 EA 7 $10931 $655.86 #0-181 4" schedule 40 drainage/dvw 90 degree street ell, as 240 EA 7 $1 L20 $2,688.00 specified in Attachment A #0-186 l x 2 meter coupling, as specified in Attachment A 300 EA 120 $15.90 $4,770.00 #0-189 314" x I 112" meter coupling, as specified in 100 EA 120 $12.07 $1,207.00 Attachment A #0-190 314" x 2" meter coupling, as specified in Attachment 300 EA 120 $10.62 $3,186.00 A #0-198 4" schedule 40 street 45 degree ells pvc, as specified 90 EA 7 $7.67 $690.30 in Attachment A #0-199 3 x 4 schedule 40 sewer bell reducer, as specified in 30 EA 7 $8.26 $247.80 Attachment A City of Lubbock ITB 23-17361-SB Water lnventory Items - Annual Pricing Bid Form Ferguson Waterworks Total Cost: $312,167.12 Location Lubbock, TX QuanNty Delivery Required Days Unit Total # Items (+/-) UOM ARO Price Cost #0-200 4" schedule 40 wye, hub lasco #d600-040, as 300 EA 7 $21.13 $6,339.00 specified in Attachment A #0-202 l%: female jt to female iron pipe adapter solder, as 2 EA 7 $18.09 $36. I 8 specified in Attachment A #0-203 I%: female jt to male iron pipe adapter solder, as 20 EA 7 $11.58 $231.60 specified in Attachment A #0-204 4 x 4 sanitary tee, as specified in Attachment A I EA 7 $14.92 $14.92 #0-205 4" I 1%. degree ell pvc, as specified in Attachment A 80 EA 7 $22.58 $1,806.40 #0-206 2" brass 90 degree st ell, as specified in Attachment 40 EA 7 $31.64 $1,265.60 A #0-208 3" pvc megalugs, as specified in Attachment A 12 EA 7 $30.25 $363.00 #0-209 1 x 2-l/4 meter coupling, as specified in Attachment 40 EA I20 $18.60 $744.00 A #0-236 6 x 18in. cast iron water main offset, as specified in 2 EA 10 $310.76 $621.52 Attachment A #0-238 4 x 12in. cast iron water main offset, as specified in 2 EA 10 $163.83 $327.66 Attachment A #0-241 4 x 18in. cast iron water main offset, as specified in 2 EA 10 $208.79 $417.58 Attachment A #0-249 4 x 2in. cast iron water main reducer, as specified in I EA 10 $103.44 $103.44 Attachment A #0-250 4 x 4in. stainless steel tapping sleeve, as specified in 1 EA l4 $448.55 $448.55 Attachment A #0-259 12 x 4in stainless steel tapping sleeve, as specified in 1 EA l4 $553.92 $553.92 Attachment A #0-283 4in E-Z flange with 4 set screws & EZ gasket, as 1 EA l0 $43.54 $43.54 specified in Attachment A #0-299 2" brass angle valve, as specified in Attachment A 50 EA l20 $284.44 $14,222.00 #0-300 Standard 2 piece valve box, as specified in 200 EA 7 $51.79 $10,358.00 Attachment A #0-301 3/4" corp stop CTS, as specified in Attachment A 1 EA l20 $35.68 $35.68 #0-302 I" corp stop CTS, as specified in Attachment A 300 EA 120 $53.96 $16,188.00 #0-306 l" curb stop (ip to ip) CTS, as specified in 1 EA 120 $105.07 $105.07 Attachment A Steel tape y606pd Lufkin O.D. tape, as specified in #0-340 Attachment A 24 EA 7 $5.32 $127.68 Qti�er governmentai entltice t11nt uiight l�s+ve interests in this contruct are Frenship Independent Schaol D1eh�icf, Lubbock Housing Authartiy, Y,ubbock County, X.ubbock Cou�tity Iiospital District, Lubbock IndependenE Schnol Dish�ict, Sautl� Plains Asso�fation of Governmente, City o�Texarlcana, Texas Tech Unive��slty, Wcst'ilexaa Municipal Power Agenn�, Lynn County, a�id City ot' Woli'forth. YES NO V • If you (the biddec) ch�cked YES, tha �ollowi�ig wlll apply: • Ciovernmental entities utilixing Xnierloaal Agreen�ants for Cooperetive PuxchasLig wltl� the City of LubUock will be eligibte, but not oUligated, to purehase rnaterials/aervices under the contract(s) awarded as a rasult of tl�is solicltat[on. A!1 purchase,g by goverruneatal enttties othec than the City of Lubboak will be btlled direotly to that gove�ncnental entity and paid by that governmental entity. City of Lubbocic wlli not be respousib[e for anotlier govartuuental exttity's debts. Each goverlunental ent[ty wlll order their own rnaterlals/servlce as needed, ADDENDA Bidder acknowledges recci�t of addenda issued in regnrd to this solicitation: Addends No, Date Addenda No, Date Addenda No. Date Addenda No, bate INSURANCE REQUIREMENTS T, the understgaed Bidder certify that tlie insurance reyulremsnts ctintained in thie bid documen�t have been reviewed by me and my Insui�ance Agent/Aroker. If I sm awnrded this contract by tha City of Lubboek, I will be able to, witliu� ten (10) business days a�tex being notified of sueli award by the City of Lubbock, fltrnlsh e valid insurance ceittficate to the City meeting alt of the xequlrements de€'u�ed in thia bid. If the tiine reqtilramant spacified �bove la not met, the City has the right to rejeet tl�is praposal and award tlie cantract to anothat contcactor. If you have sny questlons concernitig tlaese requlreAneiits, pleasa aontact the Uirecior ofPurchasing & ContractManagement for the City af Lubbock at (80�'175-25�2, ' SU5PEIVSION AND DEBARMENT CL�RTIrICATION Fedecai i�►w (A-IO2 Common Rule and 4MB Cireular A-I 10} �rohibits non-Federai entities from contencting witl� o� making sub-AWAC(I8 Utldel• covered t�ansactions to pa�ties that are suspended or debarred or wliosa pcinclpals are suspended a• debai�red. Covered h�ansactions inetude procu��ement contcaets foc goods or seiwices equal to or la excess of $25,000 snd all non-proourement transaations (a.g., sub-awai�ds to sub- recipients). Contcactora recaiviag lndividual awards of $25,000 or moa•e and all sub•reaiplents must certlt�+ that tl�efr organlzation and its prinaipals are not suapended or deUar�•ed by a Feder�l agenay. �efore �n award of $25,000 or rnore can be inade to your �irm, you must certitjr that youc orgapization end its princIpals are not sus�end�d or debur��ed by n Rederel agoncy. I, tlae iutdarsigned agent for the fi��m narned below, eertify that nelther this �icm nor Its princlpals are suspended ar dabacaed by s�cdeeal agency, TCXA.S GOVL+RNML�NT COUE S��TION xz52.152 The undarsigned repreaentative of tlze underslgned canpauy ot� business, bein� a�� adult aver tLe age of eigliteen (18) years of age, pucsi�ant to Taxxs Ooveentnant Code, Chapter 2252, Section 2252,152, ceittfy that the eompany nauted above is ��ot iisted on the websits of If�e Comptroller of the Stete of Texas concsrning the listing of com�anies that ace tdentlfied ttndec Seation 806.051, Seation 807.051 or Section 2253.153, I fl�rthec certify that should the abava-named eampany entec inta a canti�nct that is on sald listing of aampatiles on the websita of tha Comptroller of tlic State of Texas, which do business with rcan, Sudan or any Far�eign TetY�orist Orguuization, I wSll imcnediately notify fhe City of Lubbock Pu�chasing and Cantract Depati trnent. TL�XA,S CO'VL�XtNMENT CODL� SECTION zZ71.002 Company hexeby cectiiies tl�e following; 1, Company cfoes not boycott Israel; and 2. Company will not boycott Israot d�iring tl�a tcrm of the cantract. The following de�nitions apply to this state atatuta: (1) "Boycott lsrael" means refusing to deal witl�, terminating business activities with, or otherwtse teking any actioa that Is lntanded to pet�a(tze, inflict econon�tc harm on, o�� limtt cotnmarclal relatlous specifiaatly wlth Israel, or with a person or entity doing business ln lsrael or in an Tsraell»eontvolled terrltory, but doas not ittclude an action made for ordinary business purposes; and � (2) "Company" tnegng an organizatton, association, corpocation, psrtnershlp, joint venture, iimited pach�e��shlp, limited ilabiiity partnccsl�ip, oc llmited liability company, includiag a whoily owned subsidiary, m�jority-owned se�bsidiary, patent compa�ny, ar affi{iate of those enfities or business assaciatfans that exists to tu�ke a profit. Thig Certification is required from a Compatty lf ths Compuny has 10 or mnre full-time em�loyeeg end tl�e contract for goods or sarvices (wl�icf► i�icludes confa�aata formed ti�rough purchase ordera) lias a value af $10U,000 ar more tliat 1s to be patd �vliolly or partiy from �ubllc itu�ds of ti►e governmental entlty, TRXAS GO'V�RNMCNT COD� 227a By entering into this Agrcame�it, Contractor verifies thst: (1) it does not, end wlll not for tha duratlon of the contract, havo a practlee, policy, guidanee, or directive tl�at discrltninates againat a itrearm et►tity or fu•ea�n trade assoclation or (2} the ver3flcatiot► requlred by 3ectlnu 2274.OU2 of tlie Texas Governrnent Code does not apply to tha cantract, I�' Contractor is a campany witb I O vt• mn��e t%11-ti�ne em�loyees and if tliis Agreement has a value of at least $�00,000 or rnore� Contcactor verlfics that, pursaant to Texas C3ovei�nment Code Chspter 2274, it does not hAve a practice, policy, guidance, or diractive t1�at discaiminates ag�inst a fireaitin entity or �rca��m h�ade association; and will nat discriminate during tlie term of the contraat against a iu�eat�ni entlty or fircarm tcede sssociation, Contractor repi�esents and wAet�ants t1�nt: (1) it doos not, and wiil not for tUe duratlon of the oontcaot, boycatt energy aompanies or (2) tlie �eriflcation requiied by Section 2274.002 of the Texas Govecnment Code does not apply to the contract. If Contractoe is a company wltti 10 oc ai�ore full-tlnia em�loyeea attd if this Agreement has a value of at least $100,000 0�� more, Contcactoc verifiea that, pucsuant to Texas Goveinrnent Cade Chaptra� 2274, it does not boycott cnergy companies; and wlll not boycott et�ergy co�npenies during the term of tha Ageeament. This veri�ication is not required for an agreeinent wl�ere a govornmenta[ cntity dete�mines that tiiesa rcquirements pre incons�stent tivith tltc govecntnental entlty's eonstltutional ar statutvty duties related to th� lssuar�ca, incuireaa�, or manageincnt o�doUt obligatlons oc the depns�t� custody, manag�ment, bo�xowiug, or Investment nf fl�nds. FL�DL�RAL Al�]D STAT� SAF�TY R�GULA,T�ONS Contractor 9ha11 comp[y wltl► all fedecal and state safety rogi�lation includ'sng but uot lunited io Occupatinnal, Safety and Healtl� AdminisiCatlon (OSHA) and tha Ae��arhnent of Wa'kforae Dsvelopment (DWD) rBgulattans. Thts agreament Inaludes Incarporatlon of Fedei�al Traasit Administ►ntion (FTA) Te►ma. The precediug provislons include, in part, ee��tain Standard Terins Attd Condltions recZuired by tlxe Dapartment ef T�•ansportation (DOT), whelher or not axpressly set foxth in tl�s pcecedlhg eontt•act pcovisions. A(l cotxlrach�al pcovisioas requlred by DOT, ns set foiih ln FTA Circular 4220.1�, are l�ereby incarporated by referenae. Anytl�ing to ths conhaiy herein notwitl�stauding, all FTA mandafed te►ms shal( be deemed to contcal in t{ie event of a eonfliot wlth otliar provisions contained in this agreenient. xha Contcactar shalt not perform any aat, fatl to perform any act, or refuse to cotnply wit� any requests which would aauae �us to be in vio�attoa of the �TA terms and conditians, Alt Bnviro�unent�l krot�ction Agency (gPA) ��ut�s and regulations ruust be followed by flie Contcactor, 11�A5TER AGR��MENT For Federat Transit Administration Agreetneni� authorized by 49 U.S.C. chaptec 53, Tit(e 23, United States Cado (Higlaways)� the Snfe, AccountaUle, Flexible,l3fficient Transportation Equity Act: A Legacy for Users, as amended by the 3AFBTSA-LU Technical Co►rections Act of 2008, the Transpoctation Eqttlty Act for ths 21st Century, Qs ameuded, the Natioa�al Capltsl Ti�a��sportation Act of 1969, as amended, the Amecican Recove►y end Reinvestn�ent Act of 2009, Pab. L, 111-5, Feb»�ary 17, 2009, or atlier Fede��a) lawa that PTA administere. httpsJ/�yZ{�w.trausit.dot. o� vlfunding/gtAutee-xesources/satn�pie-fta-agreements/�n»arant-a���eeinents The Master Agreemcnt can be found in lts enttrety on the Clty of Lubbock website www.�I.lubbock,tx.ua I1�ICOMPGET� INFOItMATION i�ailuce to complete or provide auy of tl�e informatlon reyuested tn tl�is Request for Proposal, inaluding �•e#'arences, and/a� additional infarmation as infa•mation as iudicated, may results in diaquali�ieatiou by reason o�"non-responsiveness". CONTRACTOit ACIrNOWL�DGEIVI�NT Xn campliattcs with thie svlicitatloa�, tlie u�cderslgned bldder, having examined the bid documentg, instructlous to bidde►�e, documents associated witli the ii►vStatlon to bid, and. being familiar tivifl� tlic cottditions to Le met hns revie�ve� ti►e s►6ove informatfon regarditi�;c • Insurance Requirements • Suapan��o�t and Debnrment Certifics►t[on • Texas Government Cacie 5ection 2252,152 • Texax Covernment Cade Sectio�i 2271.002 • Texas Gover�tment Cade �274 • �ederal and St�te Regulntions • Master Agreeraent SUBMISSION INI�ORMATYON An indl�vldual aut[iorized to bind t�e eontipnny nmst slgn the followin$ section. Fatit�re to execute this portlon may a•esuit in bId rejecdon. THIS BID IS SUBMITTED �3X eoxporation organtzed uuder tba lawa of the State af Vtic`a;niG , or a partnership consiating of �%/ 1't or individual tr4ding us N//� of the City of i.�b�IC TaxIDNo.; `��y�1a11��4-� Addi�ess: �'J1D � �o�n�1�.�t 1�.ua� �i'a(�D City: Lal� �t State: � Zip: ��(C�i M/WB� Fiim: Womw� Blaok Amerlaan NetiVe Amerluan His anlo Amerlofln Asian Paaitia Amer(oan Othar S ecl �lease complete ti�e L�formation below. By t Date; G- a v' a i Anthor d Represe»laUve - m�tsl stg�t by li�rrld Officor Natne �ndTitle: I��IO,t1 ►' 10oC� __ CTtn�� 1' in.t►a42,�- Business Tetephone NumUer ��n' �� , 9�(,�. k�A.�: g0i►' �%�($ -�0�, �mai1 CERTIFICATE OF INTERESTED PARTIES FORnn 1295 1 of 1 Complete Nos. i- 4 and s if 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 entity filing form, and the city, state and country of the business entiry's place Certificate Number: of business. 2023-1059567 Ferguson Waterworks Lubbock, TX United States oate Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 08/14/2023 being filed. City of Lubbock Date Acknowledged: 08/15/2023 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. ITB-23-17361-SB WATER INVENTORY ITEMS - ANNUAL PRICING 4 Nature of interest Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary 5 Check anly if there is NO Interested Party. ❑ X 6 UNSWORN DECLARATION My name is , and my date of birth is My address is , � (street) (city) (state) , (zip code) (country) I declare under penalry of pery'ury that the foregoing is true and correct. Executed in Counry, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entiry (Declarent) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.39e6f620 CERTIFICATE OF INTERESTED PARTIES Foann �.295 lotl Complete Nos. i- 4 and 6 If lhere are interested parties, OFFICE USE ONLY Complate Nos, l, 2, 3, 6, and e ti thare are no interested partles, CERTIFICATION OF FILINO 1 Name of business entity filing torm, and the cily, state and cauntry o( the buslness entity's place CertNicate Number: of busineae. 2023-1059567 �erguson Waterworks Lubbock, TX United States Date Fllod: 2 ame o governmenlal ent ty or stato agency t at s a party to t e contract or w c 1 e orm s 08/14/2023 being illed, City of Lubbock Date Acknowledged: 3 Provide the ldentlficatlon numbar used by the povemmentel entity or state sgency to track or identlly thA cantraot, anH provlde a descriptton ol the setvices, goods, or ather property to be prov(ded under the aontraot, (TB-23-17361-SB WATER INVENTORY ITEMS - ANNUAL PRICING 4 Nature of interest Name of Interested Party City, Stale, Country (place of buaineas) (check appliaabte) controllin Intermedla � 6 Check only ff Ihe�e Is NQ intereated Parly. ❑ X l3 UNSWORN p�CLARATION My name Is /P y a„ C, ih OO t Q , ond my data of birlh Is �� Myaddressis d6S'D S. /'?'pe%;,� R , E�/trr , TX ,_ 75�yo VsR . (slreeQ (cIN) (s1e(e) (zip code) (caunlry) I declare under penalty ol perJury Ihal the foregoing is true and correct. Executed (n TA rr A..1i'" Counry, State of T P X�n r, on the ,�,day of �� �, 20 a� (mon�h) (year) slgnature o orlxed agent o( contraatfng bus(ness anliry �oe��a►entf Farms provided by Texas Ethics Commissfon un,tay.ethics.slate.tx.us Version V3,5.1.39e6f620